Loading...
HomeMy WebLinkAboutContract #1123 Bid Docmuments PROJECT SPECIFICATIONS FOR HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT CONTRACT NO. 1123 JAMIE A. KNUTSON 16025 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. ALL SHEETS License Number: 16025 My license renewal date is December 31, 2027 Pages or sheets covered by this seal: DATE 02/06/2026 ANDY S. FLOY 22743 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. ANDY S. FLOY, P.E. ALL SHEETS License Number: 22743 My license renewal date is December 31, 2026 Pages or sheets covered by this seal: DATE 02/06/2026 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION CONTRACT NO. 1123 CONTRACT DOCUMENTS TABLE OF CONTENTS 1. NOTICE OF PUBLIC HEARING 2. NOTICE TO BIDDERS 3. INSTRUCTIONS TO BIDDERS 4. FORM OF BID OR PROPOSAL 5. SALES TAX EXEMPTION INFORMATION FORM 6. FORM OF BID BOND 7. NON-COLLUSION AFFIDAVITS (PRIME ONLY) 8. EQUAL OPPORTUNITY CLAUSE 9. TITLE VI CIVIL RIGHTS 10. BIDDER STATUS FORM 11. STATEMENT OF BIDDER'S QUALIFICATIONS 12. GENERAL SPECIAL PROVISIONS 13. SPECIAL PROVISIONS 14. SUPPLEMENTAL SUDAS SPECIFICATIONS 15. GENERAL SPECIFICATIONS FOR CONSTRUCTION 16. SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTIONS 17. WATERLOO WATER WORKS STANDARD SPECIFICATIONS FOR WATER MAIN 18. WATERLOO WATER WORKS ACCEPTED MATERIALS FOR WATER DISTRIBUTION 19. FORM OF CONTRACT 20. FORM OF PERFORMANCE BOND 21. FORM OF PAYMENT BOND Highlighted items must be included with bid. NOTICE OF HEARING CONTRACT NO. 1123 Page 1 of 2 NOTICE OF PUBLIC HEARING On Proposed Plans, Specifications, Form of Contract, And Estimate of Cost For the HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT In the City of Waterloo, Iowa CONTRACT NO. 1123 RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in the City Hall of the said City on the 5th day of March, 2026 until 1:00 p.m. for the construction of the HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123, as described in detail in the plans and specifications now on file in the Office of the City Clerk. OPENING OF BIDS All proposals received will be opened in the Harold E. Getty Council Chambers at City Hall, in the City of Waterloo, Iowa, on the 5th day of March, 2026 at 1:00 p.m., and the proposals will be acted upon at such later time and place as may then be fixed by the City Council. PUBLIC HEARING Notice is hereby given that the Council of said City will conduct a public hearing on the proposed plans, specifications, form of contract, and estimate of cost for the construction of the above-described improvement project at 5:30 p.m. on the 16th day of March, 2026, said hearing to be held in the Harold E. Getty Council Chambers in City Hall in said City. The proposed plans, specifications, form of contract, and estimate of cost for said improvements heretofore prepared by the City of Waterloo are now on file in the office of the City Clerk for public examination, and any person interested therein may file written objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto at the meeting above set forth. The NOTICE TO BIDDERS can be viewed at the following locations: 1) City of Waterloo web site at https://www.cityofwaterlooiowa.com/government/municipalgovermentbids.php 2) Plan rooms: Master Builders of Iowa 221 Park Street, PO Box 695 Des Moines, IA 50303 McGraw Hill Construction Dodge 3315 Central Ave. Hot Springs, AR 71913 NOTICE OF HEARING CONTRACT NO. 1123 Page 2 of 2 Reed Construction Data 30 Technology Parkway South, Ste. 500 Norcross, GA 30092 1) Plan Room Web sites: Master Builders of Iowa web site at www.mbionline.com Dodge Lead web site: http://dodgeprojects.construction.com/ Reed Const. Data Lead web site: http://www.cmdgroup.com/project-leads/ SCOPE OF WORK The work includes reconstruction of Huntington Road from the Waterloo City Limits to Katoski Drive as well as reconstruction of Katoski Drive from Huntington Road to Greenhill Road. The project includes: • 8” P.C. concrete pavement with 8” modified subbase • Four (4) roundabouts – Huntington Rd & Katoski Dr, Katoski Dr at future school entrance, Katoski Dr & Downing Ave, and Katoski Dr & Greenhill Rd – including landscaping, limestone blocks, signage, and lighting • New storm sewer, including pipe, manholes, intakes, subdrain, a new box culvert and a box culvert extension • 10’ shared use path on the north side of Huntingon Rd, the east side of Katoski Dr from Huntington Rd to the school entrance, and the west side of Katoski Dr from the school entrance to Greenhill Rd • Traffic signal removal, new traffic signs and pavement markings • Landscaping including seeding, sod, plants, shrubs, and trees Published pursuant to the provisions of Chapter 26 of the City Code of Iowa and upon order to the City Council of said Waterloo, Iowa, on the day of , _______. CITY OF WATERLOO, IOWA BY: _____________________ Kelley Felchle City Clerk NOTICE TO BIDDERS CONTRACT NO. 1123 Page 1 of 5 NOTICE TO BIDDERS For the Taking of Construction Bids for the HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT In the City of Waterloo, Iowa CONTRACT NO. 1123 RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in the City Hall of the said City on the 5th day of March, 2026 until 1:00 p.m. for the construction of the HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123, as described in detail in the plans and specifications now on file in the Office of the City Clerk. OPENING OF BIDS All proposals received will be opened in the Harold E. Getty Council Chambers at City Hall, in the City of Waterloo, Iowa, on the 5th day of March, 2026, at 1:00 p.m., and the proposals will be acted upon at such later time and place as may then be fixed by the City Council. PUBLIC HEARING The Council of said City will conduct a public hearing on the proposed plans, specifications, form of contract, and estimate of cost for the construction of the above-described improvement project at 5:30 p.m. on March 16, 2026, said hearing to be held in the Harold E. Getty Council Chambers in City Hall in said City. SCOPE OF WORK The work includes reconstruction of Huntington Road from the Waterloo City Limits to Katoski Drive as well as reconstruction of Katoski Drive from Huntington Road to Greenhill Road. The project includes: • 8” P.C. concrete pavement with 8” modified subbase • Four (4) roundabouts – Huntington Rd & Katoski Dr, Katoski Dr at future school entrance, Katoski Dr & Downing Ave, and Katoski Dr & Greenhill Rd – including landscaping, limestone blocks, signage, and lighting • New storm sewer, including pipe, manholes, intakes, subdrain, a new box culvert and a box culvert extension • 10’ shared use path on the north side of Huntingon Rd, the east side of Katoski Dr from Huntington Rd to the school entrance, and the west side of Katoski Dr from the school entrance to Greenhill Rd • Traffic signal removal, new traffic signs and pavement markings • Landscaping including seeding, sod, plants, shrubs, and trees BEGINNING AND COMPLETION DATES The Contractor agrees to commence said work within ten (10) working days after receipt of "Notice to Proceed" and, unless an extension of time is granted in writing by the Council of the City, complete it on or before: NOTICE TO BIDDERS CONTRACT NO. 1123 Page 2 of 5 Overall Project: JUNE 1, 2028 Stage 1: NOVEMBER 20, 2026 Stage 2: NOVEMBER 19, 2027 METHOD OF PAYMENT TO CONTRACTOR The Contractor will be paid against bi-monthly estimates in cash on the basis of ninety- seven percent (97%) of the work as it is completed and materials delivered and work approved. Final payment will be made thirty-one (31) days after completion of the work and acceptance by the Council. 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 monthly pay estimates, 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. PLANS AND SPECIFICATIONS Plans and Specifications governing the construction of the proposed improvements have been prepared by Foth Infrastructure & Environment, LLC which plans and specifications and also the prior proceedings of the City Council referring to and defining said proposed improvements are hereby made a part of this notice, and the proposed contract by reference shall be executed in compliance therewith. Plans and Specifications are available for review only from the Engineering Department. Complete digital Plans and Specifications are available at: https://www.cityofwaterlooiowa.com/government/municipalgovermentbids.php . Please DO NOT obtain Bid Documents from any source other than the City of Waterloo, Iowa. Obtaining documents through any other source could prevent Bidder from being included on the official Plan Holders List, which, in turn, may cause the Bidder to not receive addenda or other time-sensitive / bid-critical documents. The City has the right to reject any bids that do not have current bidding documents included in the proposal. Upon award of project, the prime contractor, subcontractors and suppliers shall be supplied with the needed number of plans and specifications at no additional cost. CONTRACT AWARD A contract will be awarded to the qualified bidder submitting the lowest 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. Bids may be held by the City of Waterloo, Iowa, for a period not to exceed thirty (30) days from the day of the opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the contract. NOTICE TO BIDDERS CONTRACT NO. 1123 Page 3 of 5 By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced with the State of Iowa and preference will be given to local domestic labor in the construction of the improvement. PROPOSALS SUBMITTED The bidder shall submit bids on the items listed in the proposal. The bidder shall clearly write or type the unit bid price and the bid item extension (Unit Price x Estimated Qty) in numerals on the blanks provided. Should there be any discrepancy between the unit bid price and extension, the City of Waterloo shall consider the unit bid price as being the valid unit bid price. The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the Form of Bid or Proposal, which includes the Bid Item Number, Description, Unit, Estimated Quantity, Unit Bid Price, Total Bid Price and Total Bid. The computer- generated spreadsheet shall include all of the information listed in that portion of the Form of Bid or Proposal as well as bear the signature of the Prime Contractor submitting the bid. For the bidders who submit a computer-generated spreadsheet, the TOTAL BID (with alternates, if applicable) shall also be indicated in the space(s) provided on the Form of Bid or Proposal. BID SECURITY REQUIRED All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an Iowa bank, or a bank chartered under the laws of the United States, a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, or bid bond, (on the form furnished by the City) payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft or bid bond will be held as security that the Bidder will enter into a Contract for the construction of the work and will furnish the required bonds, and in case the successful Bidder shall fail or refuse to enter into the Contract and furnish the required bonds, his bid security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it must be signed by both the Bidder and the surety or surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. PERFORMANCE & PAYMENT BONDS The successful bidder will be required to furnish a “Performance Bond” and a “Payment 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. MAINTENANCE BOND Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as “Maintenance Bond,” and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. NOTICE TO BIDDERS CONTRACT NO. 1123 Page 4 of 5 LIQUIDATED DAMAGES Time is an essential element of this contract. It is important that the work be diligently pursued to completion. If the work is not completed within the specified contract period, plus authorized extensions, the contractor shall pay to the City Liquidated Damages in the amount of one thousand dollars ($1,000.00) per day, for each day, as further described herein, in excess of the authorized time. Days beyond the specified completion date for which Liquidated Damages will be charged will be working days that the contractor does, or could have worked, from Monday through Saturday. Sundays will be counted only if work is performed. Partial working days will be considered as a full working day. Days not chargeable for Liquidated Damages will include rain days, Sunday if no work is done, and legal holidays. Working days will cease to be charged when only punch list items remain to be completed. Punch list items do not include contract bid items or approved change/extra work orders. When the Contractor believes the project to be substantially completed, a written notice stating the same shall be submitted to the Engineer and a request made for a Punch List. If the work under the Contract extends beyond the normal construction season for such work the Contractor shall submit to the Engineer in writing a request that working days counted toward the project be suspended until work is resumed the following construction season. This amount is not construed as a penalty. These damages are for the cost to the City of providing the required additional inspection, engineering and contract administration. PRE-CONSTRUCTION CONFERENCE Before the work is commenced on this contract, a conference shall be held for the purpose of discussing the contract. The conference shall be attended by the prime contractor, subcontractors and City Officials. NOTICE TO BIDDERS CONTRACT NO. 1123 Page 5 of 5 BIDDER STATUS Attention of bidders is called to compliance with the provisions of the Resident Bidder/Non-Resident Bidder requirements. Each bidder submitting a bid shall execute and include with the bid, a Bidder Status Form in the form herein provided. Failure to submit a fully completed Bidder Status Form with the bid may result in the bid being deemed nonresponsive and rejected. SALES TAX EXEMPTION CERTIFICATES Contractors and approved subcontractors will be provided a Sales Tax Exemption Certification to purchase building materials or supplies in the performance of construction contracts let by the City of Waterloo. Posted pursuant to the provisions of Chapter 26 of the City Code of Iowa. CITY OF WATERLOO, IOWA INSTRUCTIONS TO BIDDERS Page 1 of 8 INSTRUCTIONS TO BIDDERS 1. EXPLANATIONS TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the Notice to Bidders, Plans, Specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before submission of their bids. Any interpretation made will be in the form of an amendment of the Notice to Bidders, Plans, Specifications, etc., and will be furnished to all prospective bidders. Its receipt by the bidder must be acknowledged in the space provided on the Proposal Form or by letter or telegram received before the time set for opening of bids. Oral explanations or instructions given before the award of the contract will not be binding. 2. EXAMINATION OF PROPOSED WORK Bidders should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or the cost thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The owner will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Notice to Bidders, the Specifications or related documents. 3. PREPARATION OF BIDS a. Bids shall be submitted on the forms furnished, or copies thereof, and must be manually signed. If erasures or other changes appear on the forms, each erasure or change must be initialed by the person signing the bid. The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the Form of Bid or Proposal, which includes the Bid Item Number, Description, Unit, Estimated Quantity, Unit Bid Price, Total Bid Price, and Total Bid. The computer-generated spreadsheet shall include all of the information listed in that portion of the Form of Bid or Proposal as well as bear the signature of the Prime INSTRUCTIONS TO BIDDERS Page 2 of 8 Contractor submitting the bid. For the bidders who submit a computer-generated spread- sheet, the TOTAL BID (with alternates, if applicable) shall also be indicated in the space(s) provided on the Form of Bid or Proposal. b. The Bid Form may provide for submission of a price or prices for one or more items, which may be lump sum bids, alternate prices, schedule items resulting in a bid on a unit of construction or a combination thereof, etc. When the Bid Form explicitly requires that the bidder bid on all items, failure to do so will disqualify the bid. When submission of a price on all items is not required, bidders should insert the words "no bid" in the space provided for any item on which no price is submitted. c. Unless called for, alternate bids will not be considered. d. Modifications of bids already submitted will be considered if received at the office designated in the Notice to Bidders by the time set for closing of bids. Telegraphic modifications will be considered, but should not reveal the amount of the original or revised bid. e. In preparing his bid, the bidder shall specify the price, written legibly in ink or with the typewriter, at which he proposes to do each item of work. The unit price shall be stated in figures in the blank space provided (i.e., $7.14). In items where unit price is required, the total amount of each item shall be computed at the unit prices bid for the quantities given on the Bid Form and stated in figures in the blank space provided. If the bidder chooses to submit the unit prices, total bid price, and total bid on a computer-generated spreadsheet, all numbers shall be easily legible. f. Any changes or alterations made in the Bid Form, or any addition thereto, may cause the rejection of the bid. No bid will be considered which contains a clause in which the contractor reserves the right to accept or reject a contract awarded him by the city Council of Waterloo. Bids in which the unit prices are obviously unbalanced may be rejected. g. If the bidder does not qualify as a resident bidder, the nonresident bidder shall specify on the project proposal INSTRUCTIONS TO BIDDERS Page 3 of 8 whether any preference to resident bidders, including but not limited to any preference to bidders, the imposition of any type of labor force preference, or any other form of preferential treatment to bidders or laborers from that state or foreign country is in effect in the nonresident bidder’s state or country of domicile at the time of a bid submittal. 4. SUBMISSION OF BIDS a. A bid must be sealed in a separate envelope and marked to indicate its contents and be accompanied by the bid security in a separate envelope. If forwarded by mail, the two envelopes shall be placed in a third and mailed to the City Clerk/Auditor. All bids must be filed with the City Clerk/Auditor of the City of Waterloo at his office in the City Hall before the time specified for closing bids. b. Bids received prior to the advertised hour of opening will be securely kept sealed. The officer whose duty it is to open them will decide when the specified time has arrived, and no bid received thereafter will be considered; except that when a bid arrives by mail after the time fixed for opening, but before the reading of all other bids is completed, and it is shown to the satisfaction of the City of Waterloo, Iowa, that the non-arrival on time was due solely to delay in the mails for which the bidder was not responsible, such bid will be received and considered. c. Bidders are cautioned that, while telegraphic modifications of bids may be received as provided above, such modifications, if not explicit and if in any sense subject to misinterpretation, shall made the bid so modified or amended, subject to rejection. 5. LATE BIDS AND MODIFICATIONS OR WITHDRAWALS Bids and modifications or withdrawals thereof received at the office designated in the Notice to Bidders after the exact time set for closing of bids will not be considered. However, a modification which is received from an otherwise successful bidder, and which makes the terms of the bid more favorable to the City of Waterloo, will be considered at any time it is received and may therefore be INSTRUCTIONS TO BIDDERS Page 4 of 8 accepted. Bids may be withdrawn by written or telegraphic request received from bidders prior to the time set for closing of bids. 6. PUBLIC OPENING OF BIDS Bids will be publicly opened at that time and place set for opening in the Notice to Bidders. Their content will be made public for the information of bidders and others interested who may be present either in person or by representative. 7. BID SECURITY REQUIRED All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an Iowa bank, or a bank chartered under the laws of the United States, a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, or bid bond (on the form furnished by the City) payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft or bid bond will be held as security that the Bidder will enter into a Contract for the construction of the work and will furnish the required bonds, and in case the successful Bidder shall fail or refuse to enter into the Contract and furnish the required bond, his bid security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it must be signed by both the bidder and the surety or surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. 8. COLLUSIVE AGREEMENTS a. Each bidder submitting a bid shall execute and include with the bid, a Non-Collusion Affidavit in the form herein provided, to the effect that he as not colluded with any other person, firm, or corporation in regard to any bid submitted. b. Each bidder submitting a bid shall have each proposed subcontractor, if any, execute and submit to the City Contract Compliance Officer by 5:00 P.M. the business day following the day bids on this project are due, a Non-Collusion Affidavit in the form herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any bid submitted. Before executing any subcontract, the successful bidder shall submit the name of any proposed subcontractor for approval by the City. INSTRUCTIONS TO BIDDERS Page 5 of 8 9. EMPLOYMENT AND BUSINESS OPPORTUNITY To the greatest extent feasible, suppliers, subcontractors, and low income workers owning businesses or living in the Waterloo area must be given priority in supplying materials, bidding for subcontract work, or applying for employment by the contractor on this project. Opportunities for training and for employment arising in connection with this project, shall to the greatest extent feasible be made available to lower income persons residing in the project area. The contract area is the City of Waterloo. The City of Waterloo will require the contractor to document his efforts in securing lower income workers living in the project area and in purchasing supplies from, and awarding subcontracts to, businesses owned by persons residing in the project area. 10. STATEMENT OF BIDDER'S QUALIFICATIONS Each bidder shall, upon request of the City of Waterloo, Iowa, submit on the form furnished for that purpose (a copy of which is included in the contract documents), a statement of bidder's qualifications, his experience record in constructing the type of improvements embraced, and his organization and equipment available for the work contemplated; and, when specifically requested, a detailed financial statement. The City of Waterloo, Iowa, shall have the right to take such steps as it deems necessary to determine the ability of the bidder to perform his obligations under the contract, and the bidder shall furnish the City of Waterloo, Iowa, all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available evidence or information does not satisfy the City of Waterloo, Iowa, that the bidder is qualified to carry out properly the terms of the contract. 11. AWARD OF CONTRACT a. Award of contract will be made to that responsive and responsible bidder whose bid, conforming to the Specifications, is most advantageous to the City of Waterloo; price and other factors considered. The intention is to award the contract at the time of opening bids, but the right is reserved to postpone such action for a reasonable time, not INSTRUCTIONS TO BIDDERS Page 6 of 8 exceeding thirty (30) days. b. The City Council may, when in its interest, reject any or all bids or waive any informality in bids received. c. The bidder shall submit bids on all the items listed in the proposal and shall state the unit bid price in words in the blank spaces provided beneath the item description. Should there be any discrepancy between the unit bid price in words and listed numeral unit bid price, the City of Waterloo shall consider the unit bid price in words as being the valid unit bid price. A computer-generated spreadsheet as herein provided shall also be acceptable. Proposals requiring mathematical computations to determine unit prices or totals will be rejected. A contract will be awarded to the qualified bidder submitting the lowest total bid for the BASE BID plus ALTERNATE(S) chosen by the City as indicated in the NOTICE TO BIDDERS. d. When a contract for a public improvement is to be awarded to the lowest responsive and responsible bidder, a resident bidder shall be allowed a preference as against a nonresident bidder from a state or foreign country if that state or foreign country gives or requires any preference to bidders from that state or foreign country, including but not limited to any preference to bidders, the imposition of any type of labor force preference, or any other form of preferential treatment to bidders or laborers from that state or foreign country. The preference allowed shall be equal to the preference given or required by the state or foreign country in which the nonresident bidder is a resident. In the instance of a resident labor force preference, a nonresident bidder shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the state or foreign country in which the nonresident bidder is a resident. 12. EXECUTION OF AGREEMENT, BONDS, AND CERTIFICATE OF INSURANCE INSTRUCTIONS TO BIDDERS Page 7 of 8 a. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful bidder shall execute and deliver to the City of Waterloo, Iowa, an agreement in the form included in the contract documents in such number of copies as the City of Waterloo, Iowa, may require. b. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful bidder shall, within the period specified in paragraph "a" above, furnish a surety bond and a payment bond in a penal sum not less than the amount of the contract as awarded, as security for the faithful performance of the contract and terms and conditions therein contained and shall guarantee the prompt payment of all persons, firms, or corporations to whom the contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him in performing the work. The bonds shall protect and save harmless the City from claims and damages of any kind caused by the operations of the contractor and shall also guarantee the maintenance of the contract improvements for the period stated in the Notice of Hearing from and after completion of said improvements and their acceptance by the City. Such bonds shall be in the same form as that included in the contract documents and shall bear the same date as, or a date subsequent to that of the agreement. The current Power of Attorney for the person who signs for any surety company shall be attached to such bonds. c. The successful bidder shall, within the period specified in paragraph "a" above, furnish a certificate of insurance for approval in amounts of not less than the amounts specified in the General Specifications for Construction, Section F. No. 4 "Liability Insurance," Pages 14 to 15 of 18 Pages. The certificate of insurance shall be furnished in such number of copies as the City of Waterloo may require. The City of Waterloo shall be named as an "Additional Insured." The contractor shall similarly submit his subcontractor's certificates of insurance in the amounts for approval before each commences work. The contractor shall carry or require that there be Workmen's Compensation Insurance for all his employees and those of his subcontractors engaged in work at the site, in accordance with State Workmen's Compensation Laws. INSTRUCTIONS TO BIDDERS Page 8 of 8 d. The failure of the successful bidder to execute such agreement and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City of Waterloo, Iowa, may grant, based upon reasons determined sufficient by the City of Waterloo, Iowa, may either award the contract to the next lowest bidder or re-advertise for bids, and may charge against the bidder the difference between the amount of the bid an the amount for which a contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the bid guaranty. If a more favorable bid is received by re-advertising, the defaulting bidder shall have no claim against the City of Waterloo, Iowa, for a refund. 13. BIDDER STATUS Attention of bidders is called to the requirement of complying with the provisions of the Resident Bidder/Non-Resident Bidder requirement. Each bidder submitting a bid shall execute and include with the bid, a Bidder Status Form in the form herein provided. Failure to submit a fully completed Bidder Status Form with the bid may result in the bid being deemed nonresponsive and rejected. FORM OF BID CONTRACT NO. 1123 Page 1 of 9 FORM OF BID OR PROPOSAL HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT CONTRACT NO. 1123 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. 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 existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by Foth Infrastructure & Environment, LLC now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123, all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 2.1 2010-A CLEARING & GRUBBING, UNIT UNIT 609 $ $ 2.2 2010-D-1* TOPSOIL, 4 INCHES, ON OR OFF-SITE SY 45390 $ $ 2.3 2010-D-2 TOPSOIL, COMPOST AMENDED, CY 231 $ $ 2.4 2010-E EXCAVATION, CLASS 10, ROADWAY & BORROW CY 21737 $ $ 2.5 2010-E EXCAVATION, CLASS 10, WASTE CY 11925 $ $ 2.6 2010-E EMBANKMENT IN PLACE, CONTRACTOR FURNISH CY 13007 $ $ 2.7 2010-G SUBGRADE PREPARATION, 12 IN. SY 41324 $ $ 2.8 2010-J* MODIFIED SUBBASE, 8 IN. SY 43862 $ $ 2.9 2010-K-2-C* REMOVAL, ENTRANCE PIPE, LESS THAN OR EQUAL TO 18 IN. LF 111 $ $ 2.10 2010-K-2-C* REMOVAL, CULVERT, 36 IN. LF 368 $ $ 2.11 2010-K-2-C* REMOVAL, SUBDRAIN LF 9470 $ $ SUBTOTAL EARTHWORK = $ FORM OF BID CONTRACT NO. 1123 Page 2 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 4 - SEWERS AND DRAINS 4.1 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 30 IN. LF 779 $ $ 4.2 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 36 IN. LF 331 $ $ 4.3 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 60 IN. LF 211 $ $ 4.4 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 72 IN. LF 262 $ $ 4.5 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS V, 15 IN. LF 2774 $ $ 4.6 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS V, 18 IN. LF 884 $ $ 4.7 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS V, 24 IN. LF 155 $ $ 4.8 4020-D REMOVE STORM SEWER PIPE, LESS THAN OR EQUAL TO 36 IN. LF 2325 $ $ 4.9 4020-D REMOVE STORM SEWER PIPE, GREATER THAN 36 IN. LF 202 $ $ 4.10 4030-A* PIPE CULVERT, CONCRETE, 12 IN. DIA. LF 40 $ $ 4.11 4030-B* APRON, CONCRETE, 12 IN. DIA. EA 2 $ $ 4.12 4030-B* APRON, CONCRETE, 15 IN. DIA. EA 2 $ $ 4.13 4030-B* APRON, CONCRETE, 30 IN. DIA. EA 1 $ $ 4.14 4030-B* APRON, CONCRETE, 36 IN. DIA. EA 3 $ $ 4.15 4030-B* APRON, CONCRETE, 72 IN. DIA. EA 1 $ $ 4.16 4040-A* SUBDRAIN, 6" PVC, CASE B, TYPE 1 LF 14928 $ $ 4.17 4040-A* SUBDRAIN, 6" HDPE, CASE B, TYPE 1 LF 880 $ $ 4.18 4040-C-1 SUBDRAIN CLEANOUT, TYPE A-1 EA 34 $ $ 4.19 4040-C-1 SUBDRAIN CLEANOUT, TYPE B EA 4 $ $ 4.20 4040-D-1* SUBDRAIN OUTLETS AND CONNECTIONS EA 150 $ $ 4.21 SPECIAL FIELD TILE REPAIR AND FITTINGS, PVC, UNSPECIFIED DIAMETER LF 250 $ $ SUBTOTAL SEWERS AND DRAINS = $ FORM OF BID CONTRACT NO. 1123 Page 3 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 5 – WATER MAIN AND APPURTENANCES 5.1 5020-C REMOVE AND REINSTALL FIRE HYDRANT ASSEMBLY EA 2 $ $ 5.2 5020-G VALVE BOX EXTENSION EA 3 $ $ 5.3 5020-H VALVE BOX REPLACEMENT EA 8 $ $ SUBTOTAL WATER MAIN AND APPURTENANCES = $ DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 6.1 6010-A* MANHOLE, STORM SEWER, SW-401, 48 IN. EA 2 $ $ 6.2 6010-A* MANHOLE, STORM SEWER, SW-401, 60 IN. EA 2 $ $ 6.3 6010-A* MANHOLE, STORM SEWER, SW-401, 72 IN. EA 1 $ $ 6.4 6010-A* MANHOLE, STORM SEWER, SW-401, 96 IN. EA 3 $ $ 6.5 6010-A* MANHOLE, STORM SEWER, SW-403, 9' x 9' EA 1 $ $ 6.6 6010-B INTAKE, SW-505, DOUBLE GRATE EA 55 $ $ 6.7 6010-B INTAKE, SW-505, DOUBLE GRATE, MODIFIED EA 3 $ $ 6.8 6010-B INTAKE, SW-506, DOUBLE GRATE EA 10 $ $ 6.9 6010-B INTAKE, SW-512, 24 IN. EA 1 $ $ 6.10 6010-B* INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE EA 3 $ $ 6.11 6010-B* INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MOD 1 EA 1 $ $ 6.12 6010-B* INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MOD 2 EA 1 $ $ 6.13 6010-E-1* MANHOLE ADJUSTMENT, MINOR, STORM OR SANITARY EA 8 $ $ 6.14 6010-F-1* MANHOLE ADJUSTMENT, MAJOR, STORM OR SANITARY EA 11 $ $ 6.15 6010-G-1 CONNECTION TO EXISTING MANHOLE EA 8 $ $ 6.16 6010-H-1* REMOVE MANHOLE EA 10 $ $ 6.17 6010-H-2* REMOVE INTAKE EA 36 $ $ SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ FORM OF BID CONTRACT NO. 1123 Page 4 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 7 – STREETS AND RELATED WORK 7.1 7010-A* PAVEMENT, PCC, CLASS C-4 W/ CLASS 3 AGG., 8 IN. SY 35914 $ $ 7.2 7010-A* PAVEMENT, PCC, CLASS C-4 W/ CLASS 3 AGG., 8 IN., COLORED SY 1094 $ $ 7.3 7010-A* PAVEMENT, PCC, CLASS C-4 W/ CLASS 3 AGG., 8 IN., REINFORCED SY 394 $ $ 7.4 7010-G* CONCRETE MEDIAN, 6 IN. SY 2554 $ $ 7.5 7030-A-1 REMOVAL OF SIDEWALK OR SHARED USE PATH SY 2785 $ $ 7.6 7030-A-3 REMOVAL OF DRIVEWAY SY 1457 $ $ 7.7 7030-C SHARED USE PATH, PCC, 6 IN. SY 6295 $ $ 7.8 7030-E* SIDEWALK, PCC, 4 IN. SY 189 $ $ 7.9 7030-E* SIDEWALK, PCC, 6 IN. SY 1660 $ $ 7.10 7030-G* DETECTABLE WARNINGS SF 1170 $ $ 7.11 7030-H-1* DRIVEWAY, PAVED, PCC, 6 IN. SY 404 $ $ 7.12 7030-H-1* DRIVEWAY, PAVED, PCC, 8 IN. SY 422 $ $ 7.13 7030-H-3 GRANULAR SURFACING, CLASS-A CRUSHED STONE, DRIVEWAY, 6 IN. TON 41 $ $ 7.14 7040-H PAVEMENT, REMOVAL SY 38088 $ $ SUBTOTAL STREETS AND RELATED WORK = DIVISION 8 – TRAFFIC SIGNALS AND TRAFFIC CONTROL 8.1 8010-C TRAFFIC SIGNAL REMOVAL LS 1 $ $ 8.2 8020-C* PAINTED PAVEMENT MARKINGS, DURABLE STA 380.65 $ $ 8.3 8020-H* PRECUT SYMBOLS AND LEGENDS EA 25 $ $ 8.4 8030-A* TEMPORARY TRAFFIC CONTROL LS 1 $ $ 8.5 8040-B TRAFFIC SIGNS SF 602.65 $ $ 8.6 8040-D PERFORATED SQUARE STEEL TUBE POSTS LF 1152.5 $ $ 8.7 8040-G PERFORATED SQUARE STEEL TUBE POST ANCHORS, SOIL EA 72 $ $ 8.8 8040-G PERFORATED SQUARE STEEL TUBE POST ANCHORS, CONCRETE EA 39 $ $ 8.9 8040-I REMOVE AND REINSTALL TRAFFIC SIGNS EA 2 $ $ 8.10 SPECIAL REMOVAL OF SIGNS EA 53 $ $ FORM OF BID CONTRACT NO. 1123 Page 5 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 8.11 SPECIAL TEMPORARY ACCESS INFORMATION SIGN EA 30 $ $ 8.12 SPECIAL RECTANGULAR RAPID FLASHING BEACONS (RRFB) LS 9 $ $ 8.13 SPECIAL PORTABLE DYNAMIC MESSAGE SIGNS CDAY 126 $ $ 8.14 SPECIAL TEMPORARY BARRIER RAIL, CONCRETE LF 50 $ $ SUBTOTAL TRAFFIC SIGNALS AND TRAFFIC CONTROL = $ DIVISION 9 - SITE WORK AND LANDSCAPING 9.1 9010-B* HYDRAULIC SEEDING, FERT. & MULCH., TYPE 1 (PERM. LAWN MIX.) SY 36935 $ $ 9.2 9010-B* HYDRAULIC SEEDING, FERT. & MULCH., TYPE 4 (URBAN TEMP. EROS. CONTROL MIX.) SY 36935 $ $ 9.3 9020-A SOD, FESCUE SY 1492 $ $ 9.4 9030-A PLANTS, PERINNIALS, CONTAINERIZED EA 448 $ $ 9.5 9030-A PLANTS, UNDERSTORY TREES, BALLED AND BURLAPPED EA 16 $ $ 9.6 9030-A PLANTS, OVERSTORY TREES, BALLED AND BURLAPPED EA 91 $ $ 9.7 9030-A PLANTS, EVERGREEN TREES, BALLED AND BURLAPPED EA 6 $ $ 9.8 9040-D-1 FILTER SOCKS, 9 IN. LF 21068 $ $ 9.9 9040-D-2 FILTER SOCKS, REMOVAL LF 21068 $ $ 9.10 9040-J RIP RAP, CLASS E TON 335.6 $ $ 9.11 9040-N-1 SILT FENCE OR SILT FENCE DITCH CHECK LF 4970 $ $ 9.12 9040-N-2 SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF SEDIMENT LF 4970 $ $ 9.13 9040-N-3 SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF DEVICE LF 4970 $ $ 9.14 9040-O-2 TRACK-OUT CONTROL TON 72 $ $ 9.15 9040-T-1* INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN EA 147 $ $ 9.16 9040-T-2* INLET PROTECTION DEVICE, MAINTENANCE EA 147 $ $ 9.17 9060-D REMOVAL AND REINSTALLATION OF EXISTING FENCE, CHAIN LINK LF 56 $ $ FORM OF BID CONTRACT NO. 1123 Page 6 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE SUBTOTAL SITE WORK AND LANDSCAPING = $ DIVISION 11 - MISCELLANEOUS 11.1 11010-A CONSTRUCTION SURVEY LS 1 $ $ 11.2 11020-A MOBILIZATION LS 1 $ $ 11.3 11030-A MAINTENANCE OF POSTAL SERVICE LS 1 $ $ 11.4 11030-B MAINTENANCE OF SOLID WASTE COLLECTION LS 1 $ $ 11.5 11040-B TEMPORARY GRANULAR SIDEWALK SY 268 $ $ 11.6 11050-A CONCRETE WASHOUT LS 1 $ $ 11.7 SPECIAL LIMESTONE BLOCKS, 12 IN. X 12 IN. LF 588 $ $ 11.8 SPECIAL LIMESTONE EDGING, 4 IN. X 4 IN. LF 199 $ $ 11.9 SPECIAL TRAP ROCK, 1-4 INCH SIZE TON 18.8 $ $ 11.10 SPECIAL MULCH, DOUBLE SHREDDED HARDWOOD, 3 IN. DEPTH CY 44 $ $ 11.11 SPECIAL STREET SIGNAGE, CORTEN STEEL, INTEGRALLY LIGHTED ACRYLIC LETTERS LF 50 $ $ 11.12 SPECIAL MONUMENT SIGNAGE, CORTEN STEEL, INTEGRALLY LIGHTED ACRYLIC LETTERS LF 62 $ $ 11.13 SPECIAL LOGO SIGNAGE, CORTEN STEEL, WATERJET CUTOUT, ACRYLIC BACKER BOARD LF 19 $ $ 11.14 SPECIAL GRADE MOUNTED ELECTRICAL METER, MAIN LOAD CENTER PEDESTAL EA 4 $ $ 11.15 SPECIAL CONDUIT, BELOW GRADE SCHEDULE 40 NON-METALLIC, 1 INCH DIA. LF 500 $ $ 11.16 SPECIAL CONDUIT, BELOW GRADE SCHEDULE 40 NON-METALLIC, 3/4 INCH DIA. LF 200 $ $ 11.17 SPECIAL CONDUCTORS, #8 AWG CU THWN-2, FROM METER/MAIN PEDESTAL TO PULL BOX LF 1800 $ $ 11.18 SPECIAL CONDUCTORS, #10 AWG CU THWN-2, FROM PULL BOX TO SIGN LF 600 $ $ 11.19 SPECIAL POLYMER / CONCRETE BELOW GRADE OPEN BOTTOM PULL AND JUNCTION BOX EA 13 $ $ FORM OF BID CONTRACT NO. 1123 Page 7 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 11.20 SPECIAL METER / MAIN LOAD CENTER PEDESTAL MOUNTED BUTTON PHOTOCONTROL EA 4 $ $ 11.21 SPECIAL METER / MAIN LOAD CENTER PEDESTAL MOUNTED ELECTRICALLY HELD OPEN TYPE CONTACTOR EA 4 $ $ 11.22 SPECIAL F1 SIGNAGE LED STRIPS, CHANNELS, LENSES AND MISC. WIRING COMPONENTS LF 35 $ $ 11.23 SPECIAL F1 SIGNAGE 120VAC/24VDC DIMMING POWER SUPPLY EA 6 $ $ 11.24 SPECIAL F1 SIGNAGE 120/277V WALLBOX MOUNTED CONTROLLER WITH 0-10V DIMMING EA 6 $ $ 11.25 SPECIAL WEATHER TIGHT 2-5/8 INCH DEEP SINGLE GANG DEVICE BOX, COVER, AND MISC. FITTINGS EA 13 $ $ 11.26 SPECIAL BENCH EA 1 $ $ 11.27 SPECIAL BIKE RACK EA 1 $ $ 11.28 SPECIAL LITTER RECEPTICLE EA 1 $ $ SUBTOTAL MISCELLANEOUS = $ DIVISION 12 - STRUCTURES 12.1 2401-6750001 REMOVALS, AS PER PLAN LS 1 $ $ 12.2 2402-0425031 GRANULAR BACKFILL TON 276 $ $ 12.3 2402-0425040 FLOODED BACKFILL CY 433 $ $ 12.4 2402-2720000 EXCAVATION, CLASS 20 CY 2522 $ $ 12.5 2402-3825025 GRANULAR MATERIAL FOR BLANKET CY 679 $ $ 12.6 2403-0100000 STRUCTURAL CONCRETE (MISCELLANEOUS) CY 29.5 $ $ 12.7 2403-0100020 STRUCTURAL CONCRETE (RCB CULVERT) CY 35.6 $ $ 12.8 2404-7775000 REINFORCING STEEL LB 9408 $ $ 12.9 2415-2111204 PRECAST CONCRETE BOX CULVERT, 12 FT. X 4 FT. LF 170 $ $ 12.10 2415-2201204 PRECAST CONCRETE BOX CULVERT STRAIGHT END SECTION, 12 FT. X 4 FT. EACH 2 $ $ 12.11 2418-0000010 TEMPORARY STREAM DIVERSION EACH 2 $ $ 12.12 2507-8029000 EROSION STONE TON 15.8 $ $ FORM OF BID CONTRACT NO. 1123 Page 8 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 12.13 2519-1001000 FENCE, CHAIN LINK, VINYL COATED LF 152 $ $ 12.14 2599-9999020 GRANULAR BEDDING TON 91 $ $ SUBTOTAL STRUCTURES = $ TOTAL BID = $___________________________ 2.It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3.In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4.Security in the sum of _______________________________________________________Dollars ($ ) in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5.Attached hereto is a Non-Collusion Affidavit of Prime Contractor. 6.Attached hereto is a Bidder Status Form. 7.The bidder is prepared to submit a financial and experience statement upon request. 8.The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9.The bidder has received the following Addendum or Addenda: Addendum No. Date 10.The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non-Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on “SUBCONTRACTOR REQUEST AND APPROVAL” Form to be provided by City prior to approval of contract. FORM OF BID CONTRACT NO. 1123 Page 9 of 9 The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1)The City of Waterloo does not approve the subcontractors. 2)The subcontractors submit in writing that they cannot fulfill their subcontracts. 11.The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12.The bidder has attached all applicable forms. 13.The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. (Name of Bidder) (Date) BY: Title Official Address: (Including Zip Code): I.R.S. No. INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: ____________________________________________ ADDRESS: ______________________________________________________ (Check One): PRIME __________ SUBCONTRACTOR __________ FEDERAL ID#: ___________________________________________________ PROJECT NAME: _________________________________________________ PROJECT CONTRACT NO.: ________________________________________ DESCRIPTION OF WORK:  Brickwork  Landscaping  Carpentry  Painting  Concrete  Paving  Drywall-Plaster-Insulation  Plumbing  Electrical  Roofing-Siding-Sheet Metal  Excavation/Grading  Windows  Flooring  Wrecking-Demolition  Heavy Construction  Other (Please specify)  Heating-Ventilating-Air Cond _____________________ BID BOND Page 1 of 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and , as Surety, are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." 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 , 20 , for . 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 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 any and 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 Owner in liquidation of damages sustained in the event that 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 Owner 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 seals to be hereto affixed and these presents to be signed by their proper officers this day of , A.D. 20 . (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney-in-fact NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) )ss County of ) , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of , the Bidder that has submitted the attached Bid; 2. He is fully-informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. 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, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of , 20 . Title My commission expires . NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of ) ) ss: County of ) , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of hereinafter referred to as the "Subcontractor;" 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to , contract pertaining to the project in ; (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed contract; and 5. The price or prices quoted in the subcontractor's proposal 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, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of , 20 . Title My commission expires . EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program—Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropriate Official) (Title) (Date) TITLE VI CIVIL RIGHTS Page 1 of 2 TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor’s obligations under this contract and the Regulations relative to non- discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor’s noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, TITLE VI CIVIL RIGHTS Page 2 of 2 that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. Bidder Status Form You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. Part A To be completed by all bidders Please answer “Yes” or “No” for each of the following: If you answered “Yes” for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered “No” to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). NoYes My company has an office to transact business in Iowa.NoYes My company’s office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.NoYes NoYes NoYes Part B To be completed by resident bidders My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates:to////Address: City, State, Zip: You may attach additional sheet(s) if needed. Part C To be completed by non-resident bidders 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company’s home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers?NoYes 3. If you answered “Yes” to question 2, identify each preference offered by your company’s home state or foreign country and the appropriate legal citation. Dates:to////Address: City, State, Zip: Dates:to////Address: City, State, Zip: You may attach additional sheet(s) if needed. Part D To be completed by all bidders I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature:Date: This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. Worksheet: Authorization to Transact Business My business is currently registered as a contractor with the Iowa Division of Labor.NoYes My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.NoYes My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. NoYes My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. NoYes My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. NoYes My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. NoYes My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. NoYes My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. NoYes My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. NoYes My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. NoYes My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. NoYes 309-6001 (09-15) STATEMENT OF BIDDERS QUALIFICATIONS Page 1 of 2 STATEMENT OF BIDDER’S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.) All questions must be answered and the date given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, when incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for this contract. 12. Experience in construction work similar in importance to this project. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: $ _______________________________. 15. Give bank reference: ______________________________. 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? _________________ 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder’s Qualifications. STATEMENT OF BIDDERS QUALIFICATIONS Page 2 of 2 Dated at _____________________, this __________ day of _________________________, 20_ _. ___________________________________ (Name of Bidder) By: _______________________________ Title: ___________________________ State of ____________ ) ) ss: County of ___________ ) ______________________________, being duly sworn deposes and says that he is ______________________ of _________________________________________________________________ and that the answers to the (Name of Organization) to the foregoing questions and all statements therein contained are true and correct. ___________________________________ Signature Subscribed and sworn to before me this _____________ day of _____________________________, 20___. ___________________________________ Notary Public My commission expires _____________________, ______. GENERAL SPECIAL PROVISIONS CONTRACT 1123 Page 1 of 5 GENERAL SPECIAL PROVISIONS 1. SCOPE OF WORK The work covered by this contract consists of furnishing all labor, equipment, and materials and performing all operations, in connection with the HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123, as shown on the contract drawings and in accordance with these specifications. The contract drawings, which accompany and form a part of this contract and specifications are dated February 6, 2026. They have the general title of HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION Contract No. 1123. The drawings are numbered and separately entitled as follows: SHEET INDEX A.1 TITLE SHEET A.2 LEGEND & SYMBOL INFORMATION SHEET B.1-B.19 TYPICAL CROSS-SECTIONS AND DETAILS C.1-C.20 QUANTITIES AND GENERAL INFORMATION D.1-D.21 PLAN AND PROFILE SHEETS – KATOSKI DRIVE E.1-E.16 PLAN AND PROFILE SHEETS – HUNTINGTON ROAD AND SIDE ROADS G.1-G.5 SURVEY SHEETS H.1-H.15 RIGHT-OF-WAY SHEETS J.1-J.13 TRAFFIC CONTROL AND STAGING SHEETS K.1-K.13 LANDSCAPING SHEETS KE.1-KE.4 ROUNDABOUT SIGNAGE LIGHTING SHEETS L.1-L.48 GEOMETRICS, STAKING, AND JOINTING SHEETS M.1-M.35 STORM SEWER PLAN AND PROFILES N.1-N.4 RECTANGULAR RAPID FLASHING BEACON SHEETS P.1-P.4 LIGHTING LAYOUT SHEETS PM.1-PM.10 PAVEMENT MARKING PLAN SHEETS R.1-R.9 REMOVAL SHEETS RC.1-RC.3 EROSION CONTROL TABULATIONS RR.1-RR.6 EROSION CONTROL PLAN SHEETS S.1-S.22 SIDEWALK SHEETS T.1-T.12 EARTHWORK QUANTITY SHEETS U.1 SPECIAL GRADING SHEETS V.1-V.18 CULVERT SHEETS W.1-W.54 CROSS-SECTIONS – KATOSKI DRIVE X.1-X.78 CROSS-SECTIONS – HUNTINGTON ROAD AND SIDE ROADS All construction and materials shall be in accordance with the Iowa SUDAS Standard Specifications except where noted in the SUDAS Supplemental Specifications, Special Provisions and or Estimate Reference Notes. GENERAL SPECIAL PROVISIONS CONTRACT 1123 Page 2 of 5 2. CONFLICTING SPECIFICATIONS All requirements of other specifications contained in the contract documents, which conflict with the provisions of the special provisions will be considered void. 3. DUMPING AREAS Excess material resulting from construction operations shall be hauled to the County Landfill or other area secured by the Contractor and approved by the City Engineer. Rubble, rubbish, trees, brush, and other unsuitable backfill material, as designated by the City Engineer, shall be hauled to the County Landfill. All Landfill charges are to be considered incidental to the contract and are the responsibility of the Contractor. 4. CONSTRUCTION DAMAGE The Contractor shall exercise care during construction operations to ensure the safety and protection to existing features located near or within the limits of construction. Damage caused by negligence or poor workmanship, as determined by the Engineer, shall be considered the Contractor's responsibility. 5. REMOVED MATERIALS All materials removed as part of this Contract shall remain the property of the City unless the City determines that the materials are not salvageable and the City does not want to retain ownership of the materials. Materials designated in the field by the Engineer as nonsalvageable shall be hauled and disposed of by the Contractor at no cost to the City. All other materials shall be transported to locations as directed by the Engineer. No separate measurement or payment will be made for hauling or disposing of removed materials and it shall be considered incidental to applicable items. 6. OVERHAUL Overhaul will not be paid for "surplus material" obtained from any of the items of construction under this contract. The cost of overhaul will be considered as incidental to the items to which it applies. 7. MAILBOXES/STOP SIGNS The Contractor shall notify the United States Postal Department of mailboxes, which interfere with any part of the work before removing them, and the Contractor will relocate them as required by the Postmaster. The removal and replacement of mailboxes will not be considered for direct payment, but will be considered incidental to the item to which it applies. The removal and replacement of stop signs will not be considered for direct payment, but will be considered incidental to the item to which it applies. 8. PAY ITEMS All pay items are listed in the proposal and shall include the purchase of all materials, delivery of these materials, and furnishing all labor, plant and miscellaneous work needed to make the item complete. All such cost shall be incidental to the proposed item to which it applies and shall not be considered for separate payment. GENERAL SPECIAL PROVISIONS CONTRACT 1123 Page 3 of 5 9. BREAKDOWN OF LUMP SUM CONTRACT PRICE ITEMS The Contractor shall, immediately upon execution and delivery of the contract, before the first estimate for payment is made, deliver to the City Engineer a detailed estimate giving a complete breakdown of the lump sum contract prices. The submitted breakdown shall be approved by the City Engineer prior to any payment of any lump sum price item. 10. PERMISSION TO HAUL OVER STREETS, RAILROADS AND HIGHWAYS The Contractor will be required to secure, from the proper authorities, permission or permit which may be required to haul over streets, highways, railroads or private property, and any hauling operations of the Contractor shall be subject to the requirements of such permits, permission, and to all applicable regulations, laws, and ordinances governing hauling and movement of equipment over streets, railroads, highways and private property. Any costs or inconvenience caused by obtaining any necessary permits or permission shall be considered completely covered by the price bid for the items in the proposal. 11. CONSTRUCTION SCHEDULING The City Engineer shall approve Contractor's work schedule prior to starting. All revisions shall also be approved. The City Engineer may change the schedule to accommodate changing construction conditions. The Contractor shall coordinate the work under this contract with contractors performing work under other contracts, which may be performed concurrently. The Contractor shall be responsible to notify the Police, Fire, Street and Engineering Departments of the closing and opening of streets. The Contractor shall commence work within ten (10) days after receipt of the "Notice to Proceed" and diligently execute the work of the contract to completion. 12. PRE-CONSTRUCTION CONFERENCE Before any work is started, the Contractor shall arrange with the City Engineer to hold a pre- construction conference to discuss problems and schedules of contracts. 13. UNDERGROUND UTILITIES It is the responsibility of the Contractor to obtain the location of gas lines, water lines, electric, telephone, and cable television cables or wires from the various utility companies and the City electrician before starting any excavation. The Contractor shall be responsible for any damage to any underground utilities. The Contractor shall expose those utilities indicated on the plans so that elevations may be determined before beginning construction. This work shall be considered incidental to other items of work. If the Contractor believes that additional costs have been incurred due to a utility being improperly located, the resolution of the additional costs incurred shall be made between the Contractor and the respective utility company. GENERAL SPECIAL PROVISIONS CONTRACT 1123 Page 4 of 5 14. TRAFFIC SIGNS AND STREET SIGNS The Contractor shall contact the City of Waterloo Traffic Operations Department to have any street sign that will be affected by construction removed and replaced when the work has been completed. 15. TRAFFIC CONTROL DURING CONSTRUCTION The Contractor shall, at his own expense and without further or other order, provide, erect and maintain, at all times during the progress and suspension of the work and until completion and final acceptance thereof, suitable and requisite barricades, signs or other adequate protection, as required by the latest edition of Part VI of the “Manual on Uniform Traffic Control Devices” and shall provide, keep and maintain such barricades, signs, etc., as may be required or as may be ordered by the Engineer, to ensure the safety of the public as well as those engaged on the work. All barricading plans shall be reviewed by the Engineer. The Contractor shall determine, provide and obtain approval from the City Engineer on all detour locations for all street closings, barricades and posting prior to construction. These shall meet requirements of the City Police Traffic Department. The Contractor shall notify the City Engineer's Office and the Police, Fire and Street Departments when the street is closed for construction. All barricading shall be in accordance with the latest edition of Part VI of the "Manual on Uniform Traffic Control Devices." Encapsulated lens sheeting is not required on this project. 16. GRADES, LINES, LEVELS AND SURVEYS All necessary grades, lines, levels and surveys shall be established and maintained by the Contractor. The Contractor shall verify all grades, lines, levels and dimensions as sown on the drawings, and he shall report any errors or inconsistencies in the same to the City Engineer before commencing work. 17. SAFETY OF WORKERS AND PUBLIC The Contractor shall, at all times, take necessary precautions to protect the life and health of all persons employed on this project and the public. He shall provide necessary safety devices and safeguards in accordance with latest and best accident prevention practices. All such protection shall be furnished to employees without cost. No direct measurement of payment shall be made for this protection, but shall be considered incidental to other items of work. The public shall be kept outside of any work area. 18. CONSTRUCTION EQUIPMENT FOR PORTLAND CEMENT CONCRETE PAVEMENT Section IX "Construction Equipment" of the "Specifications for Concrete Paving, Widening, and Curb and Gutter" of the Standard Specifications for Municipal Public Works Construction, City of Waterloo, Iowa, shall be amended as follows: Iowa Department of Transportation standard specification Section 2301.07 Construction Equipment For Portland Cement Concrete Pavement shall apply with the following exception to Section 2301.07.A.7.b Finishing Machine: The first sentence shall read as "A finishing machine will be required on all uniform width slabs ten (10) feet or more in width upon which a continuous line of forms more than one hundred fifty (150) feet in length may be set, except for intersections or otherwise approved by the Engineer." GENERAL SPECIAL PROVISIONS CONTRACT 1123 Page 5 of 5 19. WORKING ON SATURDAYS, SUNDAYS AND LEGAL HOLIDAYS The Contractor shall notify the Engineer in writing forty-eight (48) hours in advance if work on Saturday is planned. By noon the Friday before the planned Saturday work, the Contractor shall confirm the Saturday work schedule with the project inspector. Work on Sunday requires prior approval of the Engineer in accordance with the Waterloo Standard Specifications. The Contractor shall not work the following days due to City holidays: Memorial Day Juneteenth Independence Day Labor Day Veterans Day Thanksgiving and the day after SPECIAL PROVISIONS CONTRACT NO. 1123 Page 1 of 8 SPECIAL PROVISIONS MISCELLANEOUS 1. LIQUIDATED DAMAGES – PROGRESSIVE WORK Progressive Work: After construction is started on any phase of any street, meaningful progressive work shall continue each working day that is not effected by adverse weather, concrete curing requirements or delays completely out of the control of the contractor. Liquidated damages in the amount of $1,000.00 per day shall be assessed for non- compliance with this requirement 2. CONCRETE CLEAN-UP AND WASHOUT Runoff from concrete cleanup is a caustic pollutant that can harm wildlife and vegetation. DO NOT clean tools, equipment, and concrete trucks into or allow wastes to enter into the modified subbase, streets, ditches, storm drains or waterways. In Waterloo, failure to follow proper concrete clean-up procedures is a violation of the City’s Code of Ordinances and is considered a municipal infraction, punishable by fines. The current City of Waterloo schedule of fines is: 1st offense $200 fine and court costs 2nd offense $500 fine and court costs 3rd and subsequent offense $750 fine and court costs 3. PERCENT OF CONTRACT TO BE PERFORMED BY PRIME CONTRACTOR The Prime Contractor shall be required to perform at least 30 percent of the total contract amount of this project. Purchasing of materials for subcontractors will not be an acceptable method for the prime contractor to meet the 30 percent requirement. SPECIAL PROVISIONS CONTRACT NO. 1123 Page 2 of 8 RECTANGULAR RAPID FLASHING BEACON (RRFB) SYSTEM PART 1 – GENERAL SECTION INCLUDES A. Underground B. RRFB System DESCRIPTION OF WORK A. This part of the specifications includes the furnishing of all labor, materials, tools, equipment and performances of all work and services necessary or incidental for the installation of the pedestrian-activated rectangular rapid flash beacon (RRFB) system as indicated in the project plans or as specified herein. B. This work shall consist of furnishing and installing the wireless solar- powered beacon system complete with fluorescent yellow green warning signs, rectangular rapid flashing beacons (RRFBs) with single side- viewable pedestrian LED module (facing sidewalk), ADA compliant pedestrian push button detector with locate tone and voice message capable, solar panel, battery pack with charger, LED driver, and wireless communications equipment, attached to a traffic signal pedestal or other approved mounting system as shown in the plans and as specified by the Engineer. SUBMITTALS Comply with Division 1 of SUDAS - General Provisions and Covenants, as well as the additional requirements listed below. All of the following must be submitted within 30 days after awarding of the contract for the project. Verify the method of submittal with the Engineer. 1. Schedule of Unit Prices: Submit a completed schedule of unit prices. Estimates of the work performed on the project will be made by the Jurisdiction and the unit costs will be used to prepare progress payments to the Contractor. 2. Material and Equipment List: Submit a completed list of materials and equipment to the Jurisdiction for written approval before any equipment or materials are ordered. 3. Contractor Certification: Submit the name(s) and contact information of the International Municipal Signal Association (IMSA) Level II Certified Traffic Signal Technician(s) working on the project and a copy of their IMSA certificate. 4. Shop Drawings/Catalog Cuts: Submit PDF shop drawings file for RRFB assembly, pedestrian push button detectors, pedestrian push button SPECIAL PROVISIONS CONTRACT NO. 1123 Page 3 of 8 pedestals, and other structures to be furnished on the project. Submit single PDF of catalog cuts files and list manufacturer’s specifications for all items in the project documents. SUBSTITUTIONS Comply with Division 1 of SUDAS - General Provisions and Covenants. DELIVERY, STORAGE, AND HANDLING Comply with Division 1 of SUDAS - General Provisions and Covenants. SCHEDULING AND CONFLICTS Comply with Division 1 of SUDAS - General Provisions and Covenants. Installation shall be coordinated to minimize impact to traffic. SPECIAL REQUIREMENTS TAPCO Solar-Powered Rectangular Rapid Flash Beacon: RRFB-XL2 Carmanah Solar-Powered Rectangular Rapid Flashing Beacon R920-MX OR Approved Equal MEASUREMENT AND PAYMENT A. RRFB System: 1. Measurement: Lump sum item; no measurement will be made 2. Payment: Payment will be at the lump sum price for RRFB System. Partial payments will be made according to the approved schedule of unit prices for those materials installed. 3. Includes: Lump sum price includes, but it not limited to all labor, materials, and equipment necessary for installation of a functioning pedestrian-activated flashing beacon system as shown in the contract documents, a. Each system includes, but is not limited to the following: 1) Programming Software Kit 2) Wireless Communication System 3) Rectangular Rapid Flashing Beacons (RRFB) LED Light Bars with LED pedestrian activation indicator 4) Solar Panels 5) APS Push Buttons with MUTCD 9” x 12” R10-25 signs 6) Remote Push Button Pedestal Poles 7) 13-Foot Pole Kits with J-Bolts for Concrete Installation 8) Concrete Footings (1’ dia x 3’ deep) – for push button stations 9) Concrete Footings (2’ dia x 3’ deep) – for RRFB stations 10) 36” Pedestrian Crossing Signs (MUTCD W11-2, Fluorescent SPECIAL PROVISIONS CONTRACT NO. 1123 Page 4 of 8 Yellow Green), 36” Bicycle/Pedestrian Signs (MUTCD W11- 15; Fluorescent Yellow Green) or 36” School Crossing Signs (MUTCD S1-1; Fluorescent Yellow Green) 11) 21” x 15” Down Arrow Right/Left Signs (MUTCD W16-7P, Fluorescent Yellow Green) 12) Back to Back Sign Mounting Brackets 13) Wiring, conduit, and other miscellaneous brackets and mounting hardware. b. Advance warning signs with or without RRFB components shall be considered part of the RRFB System and incidental to this item, including all labor, materials, and equipment necessary for installation. Advance warning signs include, but are not limited to the following: 1) 36” Pedestrian Crossing Signs (MUTCD W11-2, Fluorescent Yellow Green), 36” Bicycle/Pedestrian Signs (MUTCD W11- 15; Fluorescent Yellow Green) or 36” School Crossing Signs (MUTCD S1-1; Fluorescent Yellow Green) 2) 24” x 12” AHEAD (plaque; MUTCD W16-9p; Fluorescent Yellow Green) 3) Sign Post: perforated square steel tube, 2” square with 12 gauge wall meeting the requirements of Section 8040 Traffic Signs and Posts 4) If advance warnings signs are shown in the project plans with RRFBs, substitute RRFB components for a complete RRFB assembly and necessary wireless communication system to function as one complete RRFB System. PART 2 - PRODUCTS 2.01 RRFB SYSTEM A. General System Requirements: 1. All materials furnished, assembled, fabricated, or installed shall be corrosion resistant. All mounting hardware shall be Type 304 stainless steel. 2. All components shall be manufactured and assembled as a complete system rated for 24-hour/7-day a week/365 days a year operation. 3. The entire system shall have a minimum 3-year warranty. B. Rectangular Rapid Flashing Beacons: 1. The Contractor shall furnish and install one or two direction RRFB units mounted to a pedestal pole as indicated in the plans. The RRFB housing shall be a minimum 1/8” thick aluminum. 2. Each RRFB unit shall satisfy the latest edition of the MUTCD, SPECIAL PROVISIONS CONTRACT NO. 1123 Page 5 of 8 including the unit size, mounting location, flash rate, and operational parameters. C. Solar-Assisted Battery-Powered System: 1. The solar-powered system shall be an easy to install, fully self- contained, weather, corrosion, and vandal-resistant unit with premium grade UV-resistant head. The system shall be power autonomous without the need for an external power supply. The system shall have an operating temperature range of -35 degrees to 140 degrees Fahrenheit. 2. The batteries shall be sealed, maintenance free, field-replaceable and rated best-in-class. The battery pack shall have a minimum rated lifespan of 3 years. 3. The system shall have the capacity to operate the beacons continuously for a minimum of 15 days without solar charging and have automatic light control to provide useful light during extreme conditions that prevent charging over an extended period of time. D. Wireless Communication System: 1. At each crosswalk, all installed solar powered flashing beacon assemblies must communicate wirelessly using an unlicensed radio band to simultaneously commence operation of their alternating rapid flashing indications and cease operation simultaneously. The communication equipment shall comply with FCC requirements and the vendor representative shall field test the equipment prior to placing the units in operation to demonstrate the RRFBs ability to achieve property operation under the requirements of FHWA IA-21. The wireless communications of one RRFB installation shall not interfere with, or cause unintended operation of, RRFBs at nearby intersections. 2. The system shall have push-button activation. Each flashing beacon unit shall have one pedestrian push button meeting ADA requirements except for an RRFB assembly in advance of the crossing. E. Pole and Concrete Footing: 1. The flashing beacon assembly shall be installed and mounted as indicated in the plans, using a concrete footing meeting the requirements of Section 8010 (Traffic Signals). The footing shall include a 1” PVC conduit that stubs-out from the side of the footing as detailed in the plans. A traffic signal pedestal pole meeting the requirements of the Section 8010 (Traffic Signals), of the length recommended by the RRFB manufacturer, shall be used to support SPECIAL PROVISIONS CONTRACT NO. 1123 Page 6 of 8 the flashing beacon assembly hardware. 2. If a separate push button station is shown in the contract documents, the pedestrian push buttons shall be installed on pedestrian push button pedestal poles from Frey Manufacturing, model number CP6ACT4840TCSS. The foundation may be either concrete or steel screw. F. Pedestrian Push Buttons: 1. The Accessible Pedestrian Signal (APS) push buttons shall be an audible-tactile pedestrian signal system and shall consist of all electronic control equipment, mounting hardware, push buttons and signs designed to provide both a push button with a raised, vibrating tactile arrow on the button, as well as a variety of audible indications for differing pedestrian signal functions. 2. The APS push buttons shall meet the following requirements: a. Manual of Uniform Traffic Control Devices (MUTCD) 11th Edition, Chapter 4I – Pedestrian Control Features. b. NEMA TS 2-Section 2.1 requirements for Temperature and Humidity, Transient Voltage Protection and Mechanical Shock and Vibration. c. IEC 61000-4-4; 4-5 Transient Suppression requirements. d. FCC Tile 47, Part 15, Class A, Electronic Noise requirements. 3. The APS push button enclosure shall meet the NEMA 250 – Type 4X enclosure requirement. 4. The APS push buttons shall be POLARA Model-iDX/iNX with MUTCD R10-25 signs or approved equals. 5. APS Functional Requirements: The APS shall have the following functional features: a. The APS shall be programmable and adjustable. Programming and adjustments shall be made using a laptop computer or vendor supplied programmer. No additional hardware or equipment shall be required. The APS push buttons shall be fully compatible with the three latest versions of the Windows operating platform. The programmable features shall be: 1) Push button locator tone. 2) Audible push button informational message upon push button activation that says “yellow lights are flashing”. This message shall be spoken twice. 3) Audible crossing beacon. 4) Vibrating tactile arrow. SPECIAL PROVISIONS CONTRACT NO. 1123 Page 7 of 8 5) Independent minimum and maximum volume limits for the Locator Tone, Walk and Audible Beaconing features. b. All audible features shall emanate from the pedestrian push button housing. The APS shall utilize digital audio technology, having a minimum 12-bit sample at a 16k Hz sample rate. Total harmonic distortion shall be less than 3 percent at 75 decibels. The APS shall provide independent ambient sound adjustment for the Locator Tone feature. The APS shall allow for Locator Tone volume to be set below the ambient noise level. The system shall have at a minimum, three programmable locator tones. All sound levels shall adjust automatically utilizing an internally mounted, interval ambient sensing microphone in accordance with the MUTCD. c. The APS system shall log cumulative call data. The data shall be date and time stamped and accessible via a laptop. 6. The APS manufacturer must provide the required voice messages in each button as defined below. Additionally, the APS manufacturer must provide the required voice messages to the City of Waterloo. 7. The Contractor shall present the order form below to the Accessible Pedestrian Signal (APS) manufacturer, so the appropriate Braille message is added to the pedestrian information sign and the correct voice messages are programmed in the pedestrian push buttons. G. Signage: 1. All signs shall meet MUTCD requirements. Signs to be installed as part of the RRFB assemble and required mounting hardware shall be considered incidental to this item. 2. Sheeting for warning signs shall meet the requirements of 3M Diamond GradeTM DG3 fluorescent reflective yellow green sheeting. PART 3 - EXECUTION 3.01 CONSTRUCTION REQUIREMENTS A. The solar powered flashing beacon assembly and system shall be installed in strict accordance with the manufacturer’s recommendations, applicable portions of 8010 (Traffic Signals), as shown on the Plans, and as directed by the Engineer. B. Mounting of the hardware to the foundation shall be in accordance with Section 8010 (Traffic Signals) modified herein and shall follow all manufacturer recommendations. The traffic signal post and pedestal base shall be installed on the foundation in accordance with the manufacturer recommendations. SPECIAL PROVISIONS CONTRACT NO. 1123 Page 8 of 8 C. The beacons and solar engine shall be attached to the structure using rigid galvanized steel conduit, stainless steel straps, manufacturer recommended mounting brackets, and U-bolts. D. The beacons shall be installed as shown on the Plans. The final elevation and location of the beacons must be approved by the Engineer prior to beginning work. E. The solar panel shall be installed at the highest point on the assembly structure, or as directed by the Engineer. The solar engine shall be installed at a 45-degree angle facing the equator (due south) with full unobstructed solar exposure for optimum performance of the system. 3.02 INSPECTION The Contractor shall inspect all the electrical equipment and shall notify the Engineer in writing before the equipment is installed if the equipment appears to be deficient in fit, form or function. 3.03 COORDINATION It shall be the sole responsibility of the Contractor to coordinate among suppliers and contractors providing equipment for the project. END OF SECTION SUPPLEMENTAL SUDAS SPECIFICATIONS Page 1 of 11 General Supplement To SUDAS Standard Specifications February 2025 City of Waterloo Engineering Department 715 Mulberry Street Waterloo, Iowa 319-291-4312 SUPPLEMENTAL SUDAS SPECIFICATIONS Page 2 of 11 SUPPLEMENTAL SPECIFICATIONS TO THE SUDAS SPECIFICATIONS DIVISION 1 – GENERAL PROVISIONS AND COVENANTS 1010 – 1090 In lieu of SUDAS Division 1, GENERAL SPECIFICATIONS FOR CONSTRUCTION, CITY OF WATERLOO, IOWA, DEPARTMENT OF ENGINEERING shall apply, which are included in the contract documents for this project. DIVISION 2 – EARTHWORK, SUBGRADE AND SUBBASE 2010, 1.08, D, 1 & 3 Measurement and Payment for Topsoil will be made in SY. Thickness will be 4 inches unless otherwise specified in the contract documents. 2010, 1.08, E, 4 Stripping, salvaging and spreading of topsoil is included in TOPSOIL, 4INCHES, ON OR OFF-SITE bid item, per SY. 2010, 1.08, F Below grade excavation will be determined in the field by the Engineer. This bid item includes the removal of unsuitable or unstable subgrade materials AND replacement with MODIFIED SUBBASE, paid per CY. 2010.1.08, I Subgrade treatment when directed by the Engineer. 2010, 1.08, J Subbase will be paid by square yard (SY) of subbase placed based on plan quantity per street and bid item thickness. Recycled material will be allowed if material passes the IA dot gradation no. 14. Gradation/certification to be submitted to City of Waterloo engineering department prior to placement of material. 2010, 1.08, K, 3 Removal of pipe and conduits shall include capping or plugging when determined necessary in the field by the Engineer. 2010, 2.01 Both on-site and off-site topsoil may be used when complying with 2010, 2.01. Maximum size of undesirable material shall be ½ inch. 2010, 2.04, C, 6 Geotextiles used shall be Geotextile Systems by Propex Geotex 350 ST, TenCate Mirafi HP 370, or approved equal. 2010, 2.04, D, 3 Recycled Modified Subbase certified material made from onsite PCC or offsite stockpile shall be certified and approved by the IDOT. 2010, 3.02 Thickness will be 4 inches unless otherwise specified in the contract documents. 2010,3.08, D,4 Do not allow hauling equipment and other traffic on completed subbase when possible. 2010, 3.03 E After pavement removal, all subsequent construction operations must leave the construction site in a condition that is graded to drain to existing intakes or isolated areas, and if ponding occurs the contractor must pump the standing water as soon as reasonable after a rainfall event has ended to prevent the subgrade from becoming saturated. Pumped water must be directed through approved SUPPLEMENTAL SUDAS SPECIFICATIONS Page 3 of 11 sediment reduction measures before entering the storm sewer or other drainage system. 2010, 3.08 Installation of subdrains shall be completed prior to construction of the sub base. DIVISION 3 – TRENCH AND TRENCHLESS CONSTRUCTION SECTION 3010 – TRENCH EXCAVATION AND BACKFILL 3010, 3.01, D ADD: Excavated material that has a greater than optimum moisture content but is otherwise acceptable shall not be considered unsuitable. The Contractor shall either dry out the material to a suitable condition or furnish acceptable material. Should the Engineer determine that the excavated material is not suitable for backfill for the excavation, the material shall be disposed of and replaced with approved backfill material obtained by the Contractor from another source, which could include material from other locations on the project. DIVISION 4 – SEWERS AND DRAINS SECTION 4010-SANITARY SEWERS 4010, 1.08, A, 1, c Testing and inspection will be performed by City of Waterloo, Iowa, personnel. The following are included in the pipe unit price or applicable items: • Removal and disposal of existing pipe when 4 (four) feet or less horizontally from the existing pipe • Collars at any existing to new pipe connections (main or services) or at manholes • Bypass pumping and traffic control related to bypass pumping • Installation of temporary storm sewer to reestablish storm sewer that has been removed/impacted by sanitary sewer construction • Record the location, depth and type of material for each water service crossed • Cleaning the sanitary sewer main prior to City televising, as needed 4010, 1.08, E Sanitary sewer service connections to existing live services shall be connected to existing at a minimum of 5 (five) feet back of curb line. New stubs shall be extended to a minimum of 5 (five) feet back of curb line and capped watertight. The end of the service stub shall be marked with a 5 (five) foot long standard metal T post. 4010, 2.01 C. Corrugated Polyvinyl Chloride Pipe (PVC) shall be used for diameters 18” and larger. E. Polyvinyl Chloride Composite Pipe (truss type PVC) shall be used for diameters 8”-15”. SUPPLEMENTAL SUDAS SPECIFICATIONS Page 4 of 11 4010, 2.04, A,2, b Delete 4010, 3.02, B ADD THE FOLLOWING ITEMS 8. Where the new service line meets the existing, the Contractor shall install a FERNCO (or equal) coupling and construct a concrete collar. Backfill of the coupling and collar shall not occur until the concrete collar has hardened sufficiently to prevent deformation of the concrete. 9. When connecting to existing truss pipe, a truss-to-truss GASKETED REPAIR COUPLING shall be used. 10. Provisions shall be made for maintaining sewerage flow in all "upstream" sections of the system 11. The contractor shall take appropriate measures to prohibit ground water, rainwater, etc. from entering the pipe. If this does occur and the pipe becomes dirty, the contractor shall be required to clean the pipe at his expense prior to the City televising the line. 12. If the City needs to clean the line prior to televising, the contractor will be billed for the same, with payment for pipe withheld until the City is paid. 13. The contractor shall install a temporary storm sewer to reestablish the storm sewer that is removed/impacted by the sanitary sewer construction, which is incidental to applicable items. 14. The Contractor constructing the main shall be responsible for locating and marking the locations of existing service lines. Dye testing or tracing may be required to determine service line locations or the existence of shared service lines. Dye testing and tracing, if required, will be paid on a per each basis. 15. The permanent connection of the sanitary sewer service lines shall be constructed with the sanitary main construction so that the service connections (tap and tee or wye construction) and a minimum of five (5) feet of the service line are constructed as the sanitary main is constructed. The Contractor may reconstruct the entire required length of the service line at the time of main construction. If any existing water services are damaged or broken while performing work under this item, renewal shall be at the Contractor’s expense. 16. Services to all properties adjacent to and/or served by the sanitary sewer reconstruction must be verified by the Contractor(s). Upon completion of the sanitary sewer reconstruction, the Contractor shall contact the City Waste Management Department (291-4553) to request televising of the sewer. Any service connections missed SUPPLEMENTAL SUDAS SPECIFICATIONS Page 5 of 11 shall be reconnected by the contractor with the City paying for only those items originally needed for the installation. 4010, 3.02, B Trenched sanitary sewer shall use a laser system for line and grade with hubs a minimum of 50 (fifty) feet to check line and grade. 4010, 3.06, Premade Tees and Wyes are required on 8-inch diameter through 15-inch diameter sanitary mains. Connect temporarily to existing sanitary services a minimum of 5 (five) feet from the back of curb or as directed in the field by the Engineer depending on the depth of the service. New stubs are to be extended to a minimum of 5 (five) feet from the back of curb or as directed in the field by the Engineer depending on the depth of the service, to a location to prevent undermining of the paving when service is extended in the future. The Contractor may construct the entire required length of the stub at the time of main construction. SECTION 4020-STORM SEWERS 4020, 1.08, A.1. c Inspection and testing to be completed by the City of Waterloo, Iowa. 4020, 2.01 Only reinforced concrete storm sewer pipe and reinforced concrete storm sewer pipe aprons are permitted. Only Rubber O Ring or Profile gasket joints are permitted. 4020, 3.05, B Only Rubber O Ring or Profile gasket joints are permitted. 4020, 3.11 Inspection and testing to be completed by the City of Waterloo, Iowa. SECTION 4030-PIPE CULVERTS 4030, 2.01, A Reinforced concrete pipe shall be the only material allowed within the right- of-way. 4030, 2.01, B Reinforced concrete pipe shall be the only material allowed within the right- of-way. 4030, 2.01 C and D Delete SECTION 4040-SUBDRAINS AND FOOTING DRAINS 4040, 2.02 Only Case B Type 1 Longitudinal Subdrains are permitted. (Detail 4040.231) 4040, 3.01 Installation of subdrains shall be completed prior to construction of the sub base. Figure 4040.231 Only Case B Type 1 Longitudinal Subdrains are permitted. Figure 4040.233 Use CMP outlet and Removable Grate rodent guard. SECTION 4050-PIPE CLEANING AND REHABILITATION SUPPLEMENTAL SUDAS SPECIFICATIONS Page 6 of 11 4050, 1.07, B The Jurisdiction will not provide water free of charge to the contractor for cleaning and installation of Cured-In-Place pipe. A Water Construction Meter and instructions may be obtained by coordinating with Waterloo Water Works. DIVISION 5 –WATER MAINS AND APPURTENANCES SECTION 5010 – PIPE AND FITTINGS 5010, 1.08, E, 3 Water service Curb Stop and Curb Box will be measured and paid as separate items. 5010, 2.07, B K-Copper pipe shall be used for water services. 5010, 2.07, C Corporation Valves shall meet ANSI/AWWA C800 (COMPRESSION TYPE) AY McDonald or Mueller 300 ball style rated for minimum 300 PSIG water pressure. Ball Curb Valves (Curb Stops) shall meet ANSI/AWWA C800 (COMPRESSION TYPE) AY McDonald or Mueller 300 ball style rated for minimum 300 PSIG water pressure. Stop Boxes (Curb/Pave Boxes) Arch Pattern shall meet ANSI/AWWA C800 Mueller H-10314, AY McDonald 5601, 5603, or equal with 5’0” stainless steel shut off rod and cotter pin. Service Pipe (K Copper). DIVISION 6 – STRUCTURES FOR SANITARY AND STORM SEWERS SECTION 6010 - STRUCTURES FOR SANITARY AND STORM SEWERS 6010, 1.08, A Use SW-601 Type A casting with City of Waterloo EJ 1040 AGS cover. Use SW-602 Type E casting with City of Waterloo EJ 1040 A cover. City of Waterloo EJ V-1600C Cover. 6010, 1.08, D Casting Extension Rings will be considered incidental to manhole construction. In lieu of extension rings for intakes, extensions shall be poured integral with boxouts. 6010, 1.08, E, 1 Use SW-601 Type A casting with City of Waterloo EJ 1040 AGS cover. Use SW- 602 Type E casting with City of Waterloo EJ 1040 A cover. City of Waterloo EJ V-1600C Cover. Existing castings are to be delivered to the City of Waterloo Waste Management yard at 3505 Easton Avenue. 6010, 1.08, E, 2 Existing castings are to be delivered to the City of Waterloo Waste Management yard at 3505 Easton Avenue. Minor adjustments shall not allow extension rings for intakes. The extensions shall be poured integral with boxouts. 6010, 1.08, F, 1 Use SW-601 Type A casting with City of Waterloo EJ 1040 AGS cover. Use SW- 602 Type E casting with City of Waterloo EJ 1040 A cover. City of Waterloo EJ SUPPLEMENTAL SUDAS SPECIFICATIONS Page 7 of 11 V-1600C Cover. Existing castings are to be delivered to the City of Waterloo Waste Management yard at 3505 Easton Avenue. 6010, 1.08, F, 2 Existing castings are to be delivered to the City of Waterloo Waste Management yard at 3505 Easton Avenue. 6010, 1.08, H Remove Manhole or Intake will include complete removal of the structure and backfilling the area as required to complete the construction in the area where the structure was removed. 6010, 2.05, B, 1 Rubber O-Ring or Profile Gaskets will be used for Precast Riser Joints. 6010, 2.05, B, 2, b Engineering Fabric Wrap shall not be used. 6010, 2.09, A Use of High-Density Polyethylene Adjustment Rings is preferred. 6010, 2.10, E, 1 Fixed Manhole Casting Types will be used for both sanitary and storm manholes with City of Waterloo covers required for all manholes. 6010, 2.11, A Only external Chimney Seal Infiltration Barriers or Heat Shrink Sleeve will be used on sanitary manholes. 6010, 2.13 A All manholes shall contain steps. 6010, 3.01, F, 1 Install only Rubber O-ring or Profile Gaskets 6010, 3.01 K Only external Chimney Seal Infiltration Barriers or Heat Shrink Sleeve will be used on sanitary manholes. 6010, 3.07 Remove Manhole or Intake will include complete removal of the structure. DIVISION 7 STREETS AND RELATED WORK SECTION 7010 – PORTLAND CEMENT CONCRETE PAVEMENT 7010, 3.02, F The use of a paving machine will be required on all sections of mainline paving 150 feet or more in length. When paving intersections, a vibratory screed may be used when paving 150 feet or more in length. 7010, 3.02, I, 5 Burlap Drag Surface Texture is required, unless noted otherwise 7010, 3.02, K Figure 7010.101/Standard Road Plan PV-101, Details A, B and C, Sheet 2 of 8, shall apply to joint sealing. 7010, 3.03, B Hand finish methods may be used for curb and gutter sections 150 feet or less in length. 7010, 3.07, A Material Testing for Plastic and Hardened Concrete will be performed by the City of Waterloo, Iowa. SECTION 7020 – HOT MIX ASPHALT PAVEMENT SUPPLEMENTAL SUDAS SPECIFICATIONS Page 8 of 11 7020, 1.05, B Allowable percentage of RAP in the mix will be as shown in IDOT I.M. 510, Appendix C. If the contractor wishes to use RAP in the production of HMA, the contractor will provide to the City documentation showing that the RAP is either Unclassified or Classified. Documentation will meet the requirements of IDOT section 2303, IM 505 and IM 510. The City will not do gradation or extraction tests on the RAP to determine the amount of asphalt binder present in the RAP. The contractor can have the samples sent to an independent lab or send the samples to the IDOT for extraction and gradation tests. Contractor tests results on the RAP to determine Classified status will not be accepted. The contractor and the city will work together to take samples. All test results will be provided to the city. If documentation can’t be provided, the RAP will be treated as unclassified. RAP to be used in the production of HMA will be included in the JMF. The contractor will take the RAP into account during the mix design as described in IDOT Section 2303 and IM 505. If the contractor wishes to use RAP in the HMA mixture, the contractor will provide documentation for the status of the RAP to be used. 7020, 1.08 A-D Construction zone protection will be paid for as a separate bid item. 7020, 1.08, K All of the asphalt removed from this project is to be the property of the Contractor, unless otherwise noted 7020, 2.02 Use of warm mix asphalt (WMA) is not allowed. 7020, 2.03, A See Supplemental Specification for 7020, 1.05, B. 7020, 2.03, B No recycled asphalt shingles (RAS) will be allowed. 7020, 3.01, G For base, intermediate and surface lifts, any mix on any street per stage per day, over 700 feet in length or over 2400 SY in area will require QMA. For base intermediate and surface lifts over 100 tons per street per stage per day will require a hot box sample and gradation, unless otherwise waived by the Engineer. 7020, 3.02, D, 2 Maximum compacted thickness of any lift will be three (3) inches. 7020, 3.02, D, 6 Multiple lifts of asphalt will not be allowed on the same street on the same day until existing HMA has reached an ambient temperature with its surroundings prior to the placement of the next layer of HMA. The Engineer may waive this requirement. 7020, 3.06, A The City may conduct the tests, hire an independent testing laboratory, or use the Contractor’s test results. Density for all streets will be a minimum of 94%. 7020, 3.06, A, 2 The Contractor will have mix designs approved by the IDOT or independent lab. Any HMA produced prior to submitting JMF’s and material certifications will not be paid for. 7020, 3.06, A, 3, b, 1 Binder will be accepted based on suppliers’ shipment certification. SUPPLEMENTAL SUDAS SPECIFICATIONS Page 9 of 11 7020, 3.06, A, 3 b 6 No split samples for agency correlation are required. 7020, 3.06, B, 3 Will be modified as follows: For base, intermediate and surface lifts, any mix on any street per stage per day, over 700 feet in length or over 2400 SY in area will require QMA. For base intermediate and surface lifts over 100 tons per street per stage per day will require a hot box sample and gradation, unless otherwise waived by the Engineer. SECTION 7020 –ASPHALT OVERLAYS 7021, 1.08 A, B, C, D Construction zone protection will be paid for as a separate bid item. 7021, 2.02 Use of warm mix asphalt (WMA) is not allowed. 7021, 2.03 Recycled asphalt shingles are not allowed. SECTION 7030 – SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 7030, 1.08, B Grinding of curb is not allowed. 7030, 1.08, E, 3 Testing, when required, will be performed by the City of Waterloo Engineering Department personnel. 7030, 1.08, H, 1, C Testing, when required, will be performed by the City of Waterloo Engineering Department personnel. 7030, 2.07 Detectable Warning Surfaces shall be cast iron. Approved vendors include: MetaDome, LLC – MetaCast; EJ Group, Inc. – Detectable Warning Plates; Neenah Foundry Company 7030, 3.01, E Grinding of curbs for sidewalk ramps or driveway approaches will not be allowed. 7030, 3.11 Material Testing will be performed by the City of Waterloo Engineering Department. SECTION 7040 – PAVEMENT REHABILITATION 7040, 1.08, A Minimum patch size is 4 feet x 4 feet or 1.78 square yards. Patches within 4 feet of a joint will be enlarged to go to the joint. See modified SUDAS Figures 7040.101-104. 7040, 1.08, C Partial depth PCC patches are only allowed for a dowel bar retrofit. 7040, 1.08, H Pavement Removal includes PCC Paving and Composite Paving, including curb and gutter sections. Asphalt Pavement Removal includes full depth asphalt paving sections and curb and gutter sections where it exists on a full depth asphalt street. 7040, 1.08, I Curb and gutter removal is for isolated locations of removal and does not include curb and gutter removed under 7040, 1.08, H. SUPPLEMENTAL SUDAS SPECIFICATIONS Page 10 of 11 7040, 1.08, L Sampling and Testing will be performed by the City of Waterloo, Iowa, Engineering Department. If required for the project, it shall be paid for on a lump sum basis. 7040, 3.01, G See modified Figure 7040.107. City inspection of pavement prior to repair of core holes is required. If in the Engineer’s opinion, the pavement has been undermined during the coring process, the repair will be turned into a full depth patch. 7040, 3.02, B Restoration of the subbase will require matching the existing subbase thickness adjacent to the patch or the record subbase thickness provided by the Engineering Department, whichever is greater. SECTION 7092 – CRACK AND SEAT EXISTING PCC PAVEMENT 7092, 3.03, A Full depth saw cuts along the curb line are not required. 7092, 3.10 This item also includes cutting and removing any rebar sticking out of the surface of the pavement. DIVISION 8 – TRAFFIC CONTROL SECTION 8020 - PAVEMENT MARKINGS 8020, 2.01 Precut legends and symbols, including cross walk bars, shall be precut preformed polymer or thermoplastic materials conforming to PreMark® by Flint Trading, Inc., or equal. The Contractor shall install the precut legends and symbols as per manufacturer’s specifications. Installation of the precut symbols or legends shall also require grinding of the area 1/8 inch below the plane of the pavement surface and treating the ground area with a sealer prior to placement of the symbols or legends. The Contractor shall work with the City Sign and Traffic Department to determine exact placement of all markings and symbols in the field. SECTION 8030 - TEMPORARY TRAFFIC CONTROL 8030, 1.08, A Detour signing is incidental to Temporary Traffic Control for each detour identified in the plans. Payment for specialized detour signing will be based on a per EACH basis and will include providing the signs, installing, maintaining and removing the signs as needed during the course of the project. Temporary directional signing for alternate routes to businesses will be constructed as per detail and installed at locations as shown in the plans. Payment will be based on a per EACH basis and will include providing the signs, installing, maintaining and removing the signs as needed during the course of the project. DIVISION 9 – SITE WORK AND LANDSCAPING SECTION 9010 – SEEDING SUPPLEMENTAL SUDAS SPECIFICATIONS Page 11 of 11 9010, 1.08, A, B, C Seeding, Fertilizing and Mulching for Hydraulic Seeding will be measured and paid in SY. Mowing will be included in the care period and/or as directed by the Engineer. SECTION 9040 – EROSION AND SEDIMENT CONTROL 9040, 1.08, T, 1 Inlet Protection Device will include the intermediate protection (prior to paving) as per detail included in the plans, as well as Drop In Intake Protection or Surface Applied Intake Protection. 9040, 1.08, T, 2 Maintenance of Inlet Protection Devices will include maintenance (clean out of device and reinstallation) from initial installation of intermediate protection up to removal after vegetation has been established. Maintenance will also include, when and where required, removal prior to winter conditions and replacement in the spring if vegetation has not been established. 9040, 3.01, A SWPPP shall also be prepared to meet the requirements of the City of Waterloo. 9040, 3.09, A, 6 Abut end of adjacent wattles tightly or overlap ends ash shown on 9040.102 GENERAL SPECS Page 1 of 16 GENERAL SPECIFICATIONS FOR CONSTRUCTION CITY OF WATERLOO, IOWA Department of Engineering SECTION A - Definitions of Terms SECTION B - Scope of work SECTION C - Control of Materials and Work SECTION D - Procedure and Progress SECTION E - Measurements and Payments SECTION F - Legal Relations and Responsibility SECTION A - DEFINITIONS OF TERMS 1. CITY. The City of Waterloo, Iowa, which is the Party of the First Part of the accompanying contract, acting through its authorized representative. 2. COUNCIL. The duly elected Council of the City of Waterloo, Iowa. 3. ENGINEER. The City Engineer of Waterloo, Iowa, or his authorized representative. 4. INSPECTOR. The authorized representative of the Engineer, assigned to the detailed inspection of the work or materials therefor and to such other duties as may be delegated to him in these specifications. 5. CONTRACTOR. The Party of the Second Part in the accompanying contract for the improvement covered by these specifications, or his authorized representative. 6. SUBCONTRACTOR. Any person, firm, or corporation who has, with the approval of the Council, contracted with the Contractor to execute and perform in his stead all or any part of the contract. 7. BIDDER. Any individual, firm, or corporation submitting a proposal for all or a part of the work provided for in these specifications. 8. PROPOSAL GUARANTEE. The security designed in the Notice of Bidders or Proposal to be furnished by the bidder as a guarantee of good faith to enter into a contract and furnish an acceptable bond for the work contemplated if it be awarded him. 9. SURETY. The corporate body bound with and for the Contractor for the acceptable performance of the contract. 10. PROPOSAL. The written Proposal, submitted by the bidder in the prescribed manner and on the standard form, for the improvements covered by these specifications. 11. SPECIFICATIONS. The documents that set forth the manner in which the proposed work is to be accomplished which have been prepared by the Engineer GENERAL SPECS Page 2 of 16 and approved by the City Council, official copies of which are now on file with the City Clerk. 12. SPECIAL PROVISIONS. Clauses or memoranda not contained herein, applying to the contract of which these specifications are a part, which change or supplement these specifications. 13. CONTRACT. The agreement entered into between the City and the Contractor, setting forth the terms under which the work covered by the plans and specifications is to be performed. The contract includes all conditions, definitions, and instructions set forth in the official publications relating to the work, the official contract and specifications, the Proposal, official plans, and all supplemental agreements entered into by the parties to the contract. 14. NOTICE TO BIDDERS. The notice called attention of bidders to the time and place for receiving bids, containing a brief description of the work, and briefly setting forth the requirements and conditions for submission of Proposals. 15. INSTRUCTIONS TO BIDDERS. The clauses setting forth in detail the information relative to the proposed work and requirements for the submission of Proposals. 16. PLANS. The plans for the improvement covered by the specifications and approved by the Council, official copies of which are on file with the City Clerk. 17. CONTRACT BOND. The bond executed by the Contractor and his surety in favor of the City of Waterloo, Iowa, guaranteeing the complete execution of the contract in accordance with the plans and specifications, the payment of all debts pertaining to the work, and maintenance of the work as provided by law or by the specifications. 18. CONTRACT PERIOD. The period from the specified date for beginning the work to the specified date of completion, both dates inclusive. The contract period may be extended by the Council, as provided in these specifications, in which event the contract period includes the new date of completion. 19. OFFICIAL PUBLICATIONS. The official publications are the formal resolutions and notices relative to the proposed improvement that are required by law to be published in a prescribed manner and that have actually been published in accordance with the statutes relating thereto. Attention is directed to the fact that these official publications are by statute vested with all of the force and effect of contract obligations. 20. A.S.T.M. Abbreviation for American Society for Testing Materials. 21. WORK. The term "Work" of the Contractor and Subcontractor includes labor or materials or both, equipment, transportation, or other facilities necessary to complete the contract. 22. TIME. All time limits stated in the contract documents are of the essence in the contract. GENERAL SPECS Page 3 of 16 SECTION B - SCOPE OF WORK 1. CORRELATION AND INTENT OF DOCUMENTS. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the documents is to include all labor, materials, equipment, and transportation necessary for the proper execution of the work. Materials or work described in words which, so applied, have a well-known technical or trade meaning shall be held to refer to such recognized standard. 2. DRAWINGS AND SPECIFICATIONS. Unless otherwise provided in the contract documents, the engineer shall furnish to the Contractor, free of charge, all copies of drawings and specifications reasonably necessary for the execution of the work. The Contractor shall keep one (1) copy of all drawings and specifications on the work available to the Engineer and to his representatives. 3. 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 conformance to the ground, 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, and 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 obligations herein contained. 4. REPORTING ERRORS AND DISCREPANCIES. If the Contractor, in the course of the work, finds any discrepancies between the plans and the physical conditions of the locality, or any errors of omission in plans or in the layout as given by said stakes and instructions, it shall be his duty to inform the Engineer immediately, in writing, and the Engineer shall promptly correct the same. 5. ALTERATION OR CORRECTION OF PLANS. The plans are made up from surveys that are presumably correct and represent the foreseen construction requirements. Any modification of the plans which may be required by the exigencies of the construction or any corrections made necessary because of errors in the original surveys, will be made by the Engineer. Should corrections or modifications of the plans or specifications require a different quality or class of work than that upon which the unit prices in the Proposal are based, or if the modifications or corrections are required in parts of the work partially completed and such modifications result in an increased cost to the Contractor, the amount to be paid for work resulting from such changes shall be agreed upon in writing at the time the changes are ordered and before the work is begun by the Contractor. No allowance will be made for anticipated profits on work not performed. 6. CHANGES IN THE WORK. The City, without invalidating the contract, may order extra work or make changes by altering, adding to, or deducting from the work, the contract sum being adjusted by agreement or arbitration before such changed work is undertaken. All such work shall be executed under the conditions of the original contract, except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. GENERAL SPECS Page 4 of 16 7. INCREASED OR DECREASED QUANTITIES. The right is reserved without impairing the contract, to order the performance of such work of a class not contemplated in the Proposal or to increase or decrease the quantities as may be considered necessary to complete fully and satisfactorily the work included in the contract. However, when the work is completed without change in the plans, and the measured quantity of any item of work varies by more than twenty percent (20%) from the estimated quantity specified in the contract, an adjustment in price may be made for such item of work by agreement between the Engineer and the Contractor, subject to the approval of the City Council. Either party to the contract may request such an adjustment. 8. LANDS AND RIGHT OF WAY. The City shall provide the lands upon which the work under this contract is to be done, except that the Contractor shall provide land required for the erection of temporary construction facilities and storage of his material, together with the right of access to same. 9. CITY WATER. The Contractor shall be allowed to use City Water but before any water is used, he shall make application to the Waterloo Water Works for a temporary water connection from a fire hydrant or by some other connection method. Water usage will be charged at the rate for temporary water service. The rules, regulations, and water rates are available at the Waterloo Water Works offices at 325 Sycamore Street or their telephone number is 319-232-6280. 10. RIGHTS OF VARIOUS INTERESTS. Whenever work being done by the City’s forces or by other Contractors is contiguous to work covered by this contract, the respective rights of the various interests involved shall be established by the Engineer to secure the completion of the various portions of the work in general harmony. 11. CLOSING STREETS TO TRAFFIC. The Engineer shall be the judge of how many streets or parts of streets it is necessary for the Contractor to close at any time and may refuse to permit the closing of additional streets until such of the work is finished and opened to traffic as he may direct. 12. OBSTRUCTION OF STREETS. The work is to be carried on in such manner as to obstruct the streets, highways, and alleys as little as possible. The Contractor shall carry on the different parts of the work so as to complete the whole, as nearly as practicable, at the same time. In doing the work, the Contractor shall follow the directions of the Engineer as to the place or places where work shall be started or be carried on and the direction in which it shall be done. 13. SHANTIES AND BUILDINGS. Shanties or other buildings shall not be erected in or upon any street, highway, or alley without permission of the Engineer. If such permission be granted, it may be upon any reasonable terms prescribed by the person or body granting such permission. 14. SANITARY CONVENIENCES. The Contractor shall furnish the necessary sanitary conveniences, properly secluded, for the laborers on the work, and these shall be maintained in a manner that will be inoffensive to the public. 15. CLEANING UP. The Contractor shall, as directed by the Engineer, remove from the City’s property and from all public and private property, at his own expense, all temporary structures, rubbish, and waste materials resulting from his GENERAL SPECS Page 5 of 16 operations before work can be considered completed. The Contractor shall also renew or replace any and all fences, sidewalks, or other property damaged or disturbed by his work. 16. OMISSION OF PARTS OF GENERAL SPECIFICATIONS. Parts of the General Specifications deemed not to apply to some particular work may be omitted by special reference in other parts of the contract documents. SECTION C - CONTROL OF MATERIALS AND WORK 1. SUPERVISION AND INSPECTION. The Engineer shall have supervision of the construction provided for in this Contract and shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress on the work, and all questions regarding the acceptable fulfillment of the terms of the Contract. Materials and construction work shall, at all times, be subject to the inspection of the Engineer or his representatives. The Contractor shall be held strictly to the true intent of these specifications as regards the quality of materials, workmanship, and the diligent prosecution of the work. The Engineer and his representatives shall, at all times, have access to the work wherever it is in preparation of progress, and the Contractor shall provide proper facilities for such access and for inspection. If the specifications, the Engineer’s instructions, law ordinances, or any public authority require any work and/or materials to be especially tested or approved, the Contractor shall give the Engineer timely notice of readiness for inspection. If the inspection is to be made by authority other than the Engineer, the Contractor shall notify the engineer of the date fixed for inspection. Inspections by the Engineer will be promptly made and, where practicable, at the source of supply. If any work should be covered up without the approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination at the Contractor’s expense. Re-examination of questioned work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work be found in accordance with the Contract, the City shall pay the cost of re-examination and replacement. If such work be found not in accordance with the Contract, the Contractor shall pay such cost unless he shall show that the defect in the work was caused by another Contractor, and, in that event, the City shall pay the cost. 2. AUTHORITIES AND DUTIES OF INSPECTORS. Inspectors may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed; also, to report whenever it appears that materials furnished and work performed by the Contractor fail to fulfill the requirements of the specifications and Contract, and to direct the attention of the Contractor to such failure or infringement; but such inspection shall not relieve the Contractor from any obligations to furnish acceptable materials or to provide completed construction that is satisfactory in every particular. In case of any dispute arising between the Inspector and the Contractor as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject materials or suspend the work until the question at issue can be GENERAL SPECS Page 6 of 16 referred to and decided by the Engineer. Inspectors are not authorized to revoke, alter, enlarge, relax, or release any requirements of these specifications. The Inspector shall, in no case, act as foreman or perform other duties for the Contractor, or interfere with the management of the work by the latter. 3. STATUS OF THE ENGINEER. The Engineer shall have general supervision and direction of the work. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. He shall also have authority to reject any work and/or materials which do not conform to the specifications, to direct the application of forces to any portion of the work as, in his judgment, is required, and to order the force increased or diminished, and to decide questions which arise in the execution of the work. 4. ENGINEER’S DECISIONS. The Engineer shall, within a reasonable time, make decisions on all claims of the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the contract documents. All such decisions of the Engineer shall be final except as to the element of time and financial consideration involved, which, if no agreement in regard thereto is reached, shall be subject to arbitration. 5. STAKES AND INSTRUCTIONS. The Contractor shall provide reasonable and necessary opportunities and facilities for setting stakes and making measurements. The Contractor shall not furnish stakes or men to set them. He shall not proceed until he has received from the Engineer such stakes and instructions as may be necessary to the progress of the work. The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or careless destruction, he shall be charged with the resulting extra expense and shall be responsible for any mistakes that may be caused, by their loss or disturbance. 6. SUPERINTENDENCE. The Contractor shall keep on his work during its progress a competent superintendent and any necessary assistants, all satisfactory to the Engineer. The Superintendent shall not be changed except with the consent of the Engineer, unless the Superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The Superintendent shall represent the Contractor in his absence, and all directions given to him shall be as binding as if given to the Contractor. Important decisions shall be confirmed in writing to the Contractor. Other directions shall be so confirmed on written request in each case. The Contractor shall give efficient supervision to the work using his best skill and attention. He shall carefully study and compare all drawings, specifications, and other instructions, and shall report at once to the Engineer any error, inconsistency, or omission which he may discover. 7. REMOVAL OF UNAUTHORIZED WORK. Work done without lines and grade being give, work done beyond lines shown on the plans or as given, except as herein provided, or any extra or additional work done without authority, will be considered as unauthorized and at the expense of the Contractor and will not be paid for under the provisions of the Contract. Work so done may be ordered removed and replaced at the Contractor’s expense. GENERAL SPECS Page 7 of 16 8. REMOVAL OF DEFECTIVE MATERIALS OR WORK. The Contractor shall promptly remove from the premises all materials condemned by the engineer as failing to conform to the Contract; whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute his own work in accordance with the contract and without expense to the City, and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned work and materials within a reasonable time, fixed by written notice, the City may remove them and may store the material at the expense of the Contractor. If the Contractor does not pay the expense of such removal within a reasonable time thereafter, the City may, upon ten (10) days’ written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs and expense that should have been borne by the Contractor; or, if the net proceeds of such sale are insufficient to pay the expenses of removal, the City may deduct the balance from any amounts due the Contractor. 9. MATERIALS, EQUIPMENT, APPLIANCES, AND FACILITIES. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the work. Materials shall be of the quality specified for each particular part of the work. Whenever, in construction of the work or in the manufacture of any article of appliance necessary for the construction or operation of the work, it is necessary to use any material that is not fully specified in these specifications, it shall be of good quality and shall meet with the approval of the Engineer. Any appliance that is necessary for the construction or operation of the work and is commonly recognized as a part of the work, shall be furnished by the Contractor as part of the work, whether or not it is specifically called for in the plans and specifications, and such appliance shall be of good quality and standard make and shall meet with the approval of the Engineer. 10. MATERIAL SAMPLES. Before the contract is awarded, the bidder may be required to furnish a statement of the origin, composition, and manufacture of any and all materials proposed for use in the performance of the Contract, together with samples of the material. These samples will be considered as representative and typical of the material to be obtained from any particular source. 11. CHARACTER OF WORKMEN AND EQUIPMENT. The Contractor shall employ competent and efficient workmen for every kind of work. Any person employed on the work who shall refuse or neglect to obey the directions of the engineer or Inspector, or who shall be deemed incompetent or disorderly, or who shall commit trespass upon public or private property in the vicinity of the work, shall be dismissed when the Engineer so orders, and shall not be re-employed unless express permission be given by the Engineer. The Contractor shall, at all times, enforce discipline and good order among his employees. The methods, equipment, and appliances used on the work, and the labor employed, shall be such as will produce a satisfactory quality of work and shall be adequate to complete the contract within the specified time limit. GENERAL SPECS Page 8 of 16 12. HIRING CITY EMPLOYEES. The Contractor shall not employ and hire any of the City’s employees without the permission of the Engineer. 13. LABOR. Local labor shall be given preferences so far as practicable. 14. THE CITY’S RIGHT TO DO WORK. If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this Contract, the City of Waterloo, after three (3) days’ written notice to the Contractor may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor, provided, however, that the Engineer shall approve both such action and the amount charged to the Contractor. SECTION D - PROCEDURE AND PROGRESS 1. ORDER OF COMPLETION - USE OF COMPLETED PORTIONS. The Contractor shall complete any portion or portions of the work in such order or time as the Engineer may require. The City shall have the right to take possession of an use completed or partially completed portion of the work at any time, but such taking possession and use shall not be deemed an acceptance of work so taken or used, or any part thereof. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. 2. WEATHER. During stormy or inclement weather, all work shall be suspended, except such as can be done in an acceptable manner. Permission to work during freezing, stormy, or inclement weather shall in no way be construed as a release of the Contractor’s responsibility regarding the quality of the finished work at such time. 3. SUNDAYS AND LEGAL HOLIDAYS. Except for such work as may be required to properly maintain or protect completed or partially completed construction or to maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the Engineer. 4. DELAYS AND EXTENSION OF TIME. If the Contractor be delayed in the completion of the work by an act of neglect of the City, or its employees; or by any other Contractor employed by the City; or by changes ordered in the work; or by strikes, lockouts, fire, unusual delays in transportation, unavoidable casualties, or any cause beyond the Contractor’s control; or by delay authorized by the Engineer pending arbitration; or by any cause which the Engineer shall decide justifies the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide will compensate for such delay. No such extension shall be made for delay occurring more than thirty (30) days before claim therefor is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. This article does not exclude the recovery of damages for delay by either party under provisions in the contract documents. 5. TEMPORARY SUSPENSION OF WORK. The Engineer shall have authority to suspend the work, wholly or in part, for such period or periods of time as he GENERAL SPECS Page 9 of 16 may deem necessary, due to unsuitable weather or such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such time as is necessary due to the failure to the Contractor to carry out orders given or to perform any or all provisions of the Contract. 6. NOTICES - HOW SERVED. Any notice to be given by the City to the Contractor under this contract shall be deemed to be served if the same be delivered to the man in charge of any office used by the Contractor or his foreman or agent at or near the work, or deposited in the post office, postpaid, addressed to the Contractor at his last known place of business. 7. PROGRESS OF WORK. The progress of the work shall be such that, at the expiration of one-fourth (1/4) of the contract period, one-eighth (1/8) of the work shall be completed; at the expiration of one-half (1/2) of the contract period, three-eighths (3/8) of the work shall be completed; at the expiration of three-fourths (3/4) of the contract period, the work shall be three-fourths (3/4) completed, and the whole work shall be completed at the expiration of the contract period. If, at any time the above schedule is not being maintained, the Council may give written notice to the Contractor and his sureties that the specifications are not being complied with. Such notice shall state what action on the part of the Contractor is required to bring the work within the requirements of the specifications. If the Contractor fails, within ten (10) days, to proceed as directed in the said notice, then the Council shall have authority to annul this contract without process or action at law and take over the prosecution and completion of the work, as provided under the article covering City’s right to terminate contract. 8. CITY’S RIGHT TO TERMINATE CONTRACT. If the Contractor should be adjudged a bankrupt; or if he should make a general assignment for the benefit of this creditor; or if a Receiver should be appointed on account of his insolvency; or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough skilled workmen or proper materials; or if he should fail to make prompt payment to Subcontractors or for materials or labor; or if he should persistently disregard laws, ordinances, or the instructions of the Engineer; or if he should otherwise be guilty of a substantial violation of any provision of the contract, then the City, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other rights or remedy, and after giving the Contractor seven (7) days’ written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method he may deem expedient. In such cases, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expenses of finishing the work, including compensation for additional managerial and administration services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided and the damage incurred through the Contractor’s default shall be certified by the Engineer. 9. REMOVAL OF EQUIPMENT. In the case of annulment of this contract before completion, from any cause whatsoever, the Contractor, if notified to do so by the City; shall promptly remove any part or all of his equipment and supplies from the GENERAL SPECS Page 10 of 16 property of the City, failing which, the City shall have the right to remove such equipment and supplies at the expense of the Contractor. SECTION E - MEASUREMENTS AND PAYMENT 1. STANDARD OF MEASUREMENT. All work completed under the contract shall be measured by the Engineer according to the United States standard measures. 2. SCOPE OF PAYMENTS. The Engineer’s measurements of quantities shall be the basis for final payment for the work performed under this Contract. After the work is completed, the Engineer will make measurements and computations of the number of units of each of the various items of work completed, and the Contractor will be paid for the actual amount of work performed at the rates specified in his Proposal. Before final settlement is made, the Council may require the Contractor to submit a list of all persons furnishing labor or materials, with evidence that such persons have been paid in full. Payment shall be made in the manner set forth in official publications and Council Proceedings relative thereto. 3. PAYMENT FOR EXTRA WORK. Such extra work as may have been ordered by the Engineer and performed by the Contractor shall be compensated for as provided herein. If work is to be done or materials are to be furnished by the Contractor which cannot properly be classified under unit prices included in the Proposal, the Contractor shall be paid therefor the actual reasonable cost of the labor and materials entering permanently in such work, plus fifteen percent (15%) of the cost thereof. In computing the labor cost on such extra work, the following items shall be included: (a) Actual payroll expenditures for labor at the current rate therefor, and cost of materials. (b) Pay of foreman and timekeepers for actual time required on the extra work. (c) Liability insurance, prorated, for the extra work. Labor cost items on extra work shall be furnished in duplicate by the Contractor to the Inspector daily. The Inspector shall check the items, and if he finds them to be correct, he shall so certify on the statement of cost, returning one copy to the Contractor and filing one copy with the Engineer. The Engineer shall determine the cost of materials entering into extra work from the materials and receipted freight bills for the same. For any special machine, power tools, or equipment, including fuel and lubricants, but not including small hand tools, which may be deemed necessary or desirable to use, the Contractor shall be allowed a reasonable rental thereon, to be agreed upon in writing by the Engineer before such work is begun, and to which sum no percentage is to be added. The item of cost shall not include repairs or replacement of equipment or overhead expenses of any character. The fifteen percent (15%) allowed is considered to cover the use of hand tools and all overhead expenses except liability insurance. GENERAL SPECS Page 11 of 16 In no case will a claim for extra compensation be allowed unless the work upon which the claim is based has been ordered in writing, except as provided hereinafter. 4. CLAIMS FOR EXTRA COST. If the Contractor claims that any instructions, by drawings or otherwise, involved extra cost under this contract, he shall give the Engineer written notice thereof within ten (10) days after completion of the work. No such claim shall be valid unless so made. 5. CLAIMS FOR EXTRA COMPENSATION. If the Contractor deems that extra compensation is due him for work and/or materials that he considered is not clearly covered in the items for which he submitted unit prices in his bid and that were not ordered in writing by the Engineer as an extra s heretofore provided, the Contractor shall notify the Engineer, in writing, of his intention to make claim for extra compensation for work and/or material before starting construction. If such written notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost as defined herein, then the Contractor hereby agrees to waive the claim for extra compensation. Such notice to the engineer and the fact that the Engineer has kept account of cost as aforesaid, shall not in any way be construed as proving the validity of the claim, which must be passed upon by the Council. In the event that the Council finds the claim to be just, it shall be allowed and paid for as extra work as provided herein. 6. COMPLETION REPORT AND OBJECTIONS THERETO. Within ten (10) days after the full completion of the work to be done under this contract, the Engineer shall make a written statement of all the work done by the Contractor hereunder, stating the quantity of each item as found by him and including a statement of all credits for extra work and all credits or debits for changes, alterations, omissions, and defects, and shall forthwith deliver a copy of such statement to the Contractor. The Contractor shall compare such statement with his own records and shall then, in writing, either approve such statement or point out any claimed errors or omissions. If any of such claims are found correct, the Engineer shall, within ten (10) days, prepare a new statement, a copy of which shall in like manner be delivered unto the Contractor. The Engineer will not file a formal completion report with the City until the Contractor has approved the same. If the figures of the Engineer and the Contractor cannot be reconciled, or there is a difference of opinion regarding some item or items, then such difference of opinion shall be submitted to arbitration as hereinafter provided, and the decision of the arbitrator or arbitrators shall be final, and the Engineer shall, within a period of five (5) days, file his completion report. Before action by the City Council upon such completion report, the Contractor shall also file a written statement of any claims he may have against the City, other than those shown by such completion report, growing out of this contract or the work done hereunder. The City shall retain ten percent (10%) of the amount due the Contractor on the completion report for a period of thirty (30) days. If no claims are filed against the Contractor within thirty (30) days, the final ten percent (10%) shall then be paid to the Contractor. 7. WAIVER. By the execution of this contract ,the Contractor agrees that any objections he may have to the statement of the amount of work done hereunder included by the Engineer in this completion report, and any claims of the Contractor against the City growing out of this contract and the work done hereunder which are not GENERAL SPECS Page 12 of 16 stated in writing in the manner and within the time provided in Article 6, Section E hereof, shall be waived, and no such claim shall thereafter be asserted against the City. SECTION F - LEGAL RELATIONS AND RESPONSIBILITIES 1. LAWS RELATING TO WORK. The Contractor is presumed to be familiar with all laws, ordinances, and regulations which may, in any manner, affect those engaged or employed upon the work or the materials or equipment used in or upon the work, and shall conduct the work so as not to conflict with such laws, ordinances, and regulations. 2. PROTECTION OF WORK AND PROPERTY. The Contractor for any part of the improvement shall be held responsible for the care of materials and of partially completed and completed work until final acceptance of the same by the Council. He will be required to make good at his own expense any damage which the work may sustain from any cause prior to the filing of the engineer’s certificate of completion. He shall take all risk from floods and casualties of every description and make no charge for delay due to such cause. He may, however, be allowed a reasonable extension of time on account of such delays. He shall correct or make good at his own expense all damages to adjacent property due to the acts or negligence of his employees of the prosecution of his work, and save the City harmless therefor. The Contractor shall be held liable and responsible for all damages done to water, sewer, drain, or other underground pipes and structures, and to sidewalks and private property. 3. RESPONSIBILITY FOR ACCIDENTS. The Contractor shall assume full responsibility for all damages sustained by persons or property due to the carrying on of his work until final acceptance thereof, or until released by the Engineer in writing. 4. 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 therefor, 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. GENERAL SPECS Page 13 of 16 (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: Comprehensive General Liability Insurance General Aggregate Limit $ 5,000,000.00 Products—Completed Operations Aggregate Limit $ 5,000,000.00 Each Occurrence Limit $ 5 ,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. 5. BARRICADES AND SIGNS. The Contractor shall, at his own expense and without further or other order, provide, erect, and maintain, at all times during the progress and suspension of the work and until completion and final acceptance thereof, suitable and requisite barricades, signs, or other adequate protection, as required by the latest edition of the "Iowa Manual on Uniform Traffic Control Devices for Streets and Highways" and shall provide, keep, and maintain such barricades, signs, etc., as may be required or as may be ordered by the City Engineer, to insure the safety of the public as well as those engaged on the work. All barricading plans shall be approved by the City Engineer. 6. ROYALTIES AND PATENTS. The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the City harmless from loss on account thereof, except that the City shall be responsible for all such loss when a particular process or the product of a particular manufacturer is specified. 7. PERMITS AND REGULATIONS. Permits and licenses of a temporary nature for the prosecution of the work shall be secured and paid for by the Contractor. Permits, license, and easements for permanent changes in existing facilities shall be secured and paid for by the City. 8. CLAIMS FOR DAMAGES. Any claim for damages arising under this Contract shall be made in writing to the party liable within a reasonable time of the first GENERAL SPECS Page 14 of 16 observance of such damage and no later than the time of final payment, except as expressly stipulated otherwise in the case of faulty work or materials, and shall be adjusted by agreement or arbitration. The Contractor shall be held for the payment of all just claims against him arising out of the prosecution of this contract, and his bond will not be released until such claims are paid for dismissed. 9. ASSIGNMENT OF CONTRACT. The Contractor shall not sell or assign the contract or sublet any portion of the work provided for therein without the written consent of the City Council. 10. SUBCONTRACTORS. The Contractor shall, as soon as practicable after the signature of the contract, notify the Engineer in writing of the names of the Subcontractors proposed for the work and shall not employ any that the Engineer may, within a reasonable time, object to as incompetent or unfit. The Contractor agrees that he is as fully responsible to the City for the acts and omission of his Subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Nothing contained in the contract documents shall create any contractual relation between any Subcontractor and the City. 11. ARBITRATION. All questions subject to arbitration under this Contract shall be submitted to arbitration at the choice of either party to the dispute. The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Engineer. The demand for arbitration shall be filed in writing with the Engineer, in the case of an appeal from his decision, within ten (10) days of its receipt, and in any other case, within a reasonable time after cause thereof, and in no case later than the time of final payment, except as otherwise expressly stipulated in the contract. If the Engineer fails to make a decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the part appealing. No one shall be nominated or act as an arbitrator who is in any way financially interested in the contract or in the business affairs of either the City or the Contractor. The general procedure shall conform to the laws of the State of Iowa. Unless otherwise provided by such laws, the parties may agree upon one arbitrator; otherwise, there shall be three--one named in writing by each party to this contract to the other party, and the third chosen by these two arbitrators, or, if they fail to select a third within ten (10) days, then he shall be chosen by the Comptroller of the State of Iowa. Should either party refuse or neglect to supply the arbitrators with any papers or information demanded in writing, the arbitrators are empowered by both parties to proceed ex parte. If there be one arbitrator, his decision shall be binding; if three, the decision of any two shall be binding. Such decision shall be a condition precedent to any right of legal action, and, wherever permitted by law, it may be filed in Court to carry it into effect. GENERAL SPECS Page 15 of 16 The arbitrators, if they deem that the case demands it, are authorized to award to the party whose contention is sustained such sums as they shall deem proper for the time, expense, and trouble incident to the appeal, and, if the appeal was taken without reasonable cause, damages for delay, the arbitrators shall fix their own compensation unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbitrators must be in writing, and it shall not be open to objections on account of the form of proceeding or the award, unless otherwise provided by the laws of Iowa. In the event of such laws providing on any matter covered by this article otherwise than as hereinbefore specified, the method of procedure throughout and the legal effect of the award shall be wholly in accordance with the laws of the State of Iowa, it being intended hereby to lay down a principle of action to be followed, leaving its local application to be adopted to the legal requirements of the place in which the work is to be done. 12. PERFORMANCE AND PAYMENT BONDS. The Contractor shall, at the time of execution and delivery of this contract and before the taking effect of same, furnish and deliver to the City written bonds of indemnity to the amount required by law in form and substance, and with surety thereon satisfactory and acceptable to the City, to insure the faithful performance and payment by the Contractor of all the covenants and agreements on the part of the Contractor contained in this contract. These bonds shall remain in force and effect for the full amount of the Contract. 13. PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the provisions of the Contract or in exercising any power or authority granted him thereby, there shall be no liability upon the Engineer or his authorized assistants, either personally or as an official of the City, it being understood that in such matters he acts as the agent and representative of the City. 14. JURISDICTION. Any action in Court against the Contractor or sureties on his bond because of damages to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of the specifications, or on account of the failure of said Contractor to comply fully with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 15. TERMINATION OF RESPONSIBILITY. The Contract shall be considered as completed and the Contractor released from further obligations except as to the requirements of his bond, after the work has been completed and finally accepted and final estimates have been allowed and the completion report of the engineer has been filed and approved by the Council. 16. CITY’S LEGAL RIGHTS. The City shall not be precluded by any measurements, estimate, or certificate made, either before or after the completion and acceptance of the work and payment therefor, from showing the true amount and character of the work performed and materials furnished by the Contractor, or from showing that any such measurement, estimate, or certificate is untrue or incorrectly made, or the work or materials do not, in fact, conform to the Contract. The City shall not be precluded, notwithstanding any such measurements, estimate, or certificate and payment in accordance therewith, from recovering from the GENERAL SPECS Page 16 of 16 Contractor and his surety such damages as it may sustain by reason of his failure to comply with the terms of the Contract. Neither the acceptance by the City or any of its representatives, nor any payment for or acceptance of the whole or any part of the work, nor any extension of time, nor any possession taken by the City, shall operate as a waiver on any portion of the contract or of any power herein reserved, or any right to damages herein provided. A waiver of any breach of the contract shall not be held to be a waiver of any other or subsequent breach. SUPP GEN SPECS FOR CONSTRUCTION Page 1 of 1 SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION 1. SUBCONTRACTS The contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to require compliance by each subcontractor with the applicable provisions of the contract for the improvements embraced in this contract. 2. REVIEW BY THE CITY OF WATERLOO The City of Waterloo, its authorized representatives and agents, shall at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this contract, provided, however, that all instructions and approval with respect to the work will be given to the contractor only by the City of Waterloo through its authorized representative or agents. 3. INSPECTION a. The contractor shall furnish promptly all materials reasonably necessary for any tests, which may be required. All tests by the City of Waterloo will be performed in such manner as not to delay the work unnecessarily and will be made in accordance with the provisions of the Technical Specifications. b. Inspection of materials and appurtenances to be incorporated in the improvements embraced in this contract may be made at the place of production, manufacture or shipment, whenever the quantity justifies it, and such inspection and acceptance, unless otherwise stated in the Technical Specifica- tions, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the inspection of materials as a whole or in part will be made at the project site. 4. WARRANTY OF TITLE No material, supplies, or equipment to be installed or furnished under this contract shall be purchased subject to any chattel mortgage or under a conditional sale, lease-purchase or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The contractor shall warrant good title to all materials, supplies, and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all improvements and appurtenances constructed or placed thereon by him to the City of Waterloo free from any claims, liens, or charges. Neither the contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this contract shall have any right to a lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor to recover under any bond given by the contractor for their protection or any rights under any law permitting such persons to look to funds due the contractor in the hands of the City of Waterloo. The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. I I I I I I I I I I I I I I I I I I I WATE WATERWORKS STANDARD SPECIFICATIONS FOR INSTALLATION OF WATER MAIN I I I I I I I I I I I I I I I I I I I STANDARD SPECIFICATIONS FOR INSTALLATION OF WATER MAIN CITY OF WATERLOO WATER WORKS WATERLOO, IOWA CERTIFICATION I hereby certify that this engineering document was prepared by me or under mydirect personal supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Iowa. Signature: � � (�. � Dennis D. Clark, P.E. Date: _ __,_A.,.,u..,.gu=st,..2..,,2,...,.2=00"-'-7 ____ License No. ---"'96,...5=-6 ___ _ My license renewal date is December 31, 2008 Pages or sheets covered by this seal: ------'-'A=L ---�-- I I I I Section 1 Section 2 I Section 3 Section 4 Section 5 Section 6 Section 7 Section 8 I Section 9 Section 10 I Section 11 Section 12 Section 13 I Section 14 Section 15 I Section 16 Section 17 Section 18 I Section 19 Section 20 Section 21 I Section 22 Section 23 Section 24 I 'I I ' II I 'I I I WATERLOO WATER WORKS STANDARD PIPE INSTALLATION SPECIFICATIONS INDEX General Definitions Permits and Regulations Scope of Work to be Done by Water Works Scope of Work to be Done by Contractor Inspection Contractor's Responsibility for Material Handling of Pipe and Accessories Alignment and Grade Excavation and Preparation of Trench Preparation of Trench Bottom Laying Pipe Jointing Pipe Setting Bends, Tees, Reducers, Sleeves, Plugs & Caps Setting Valves and Valve Boxes Setting Hydrants Pressure & Leakage Tests Backfilling, Cleaning Up and Maintaining Surfaces Sterilization of Water Mains Installation of Casing Pipe Insurance Bids Prosecution of Work Payments Appendix PCC Thrust Block Details, Figures: 5010.1 Polyethylene Wrap, Figure: 5010.2 Fire Hydrant Detais, Figures: 5020.1 I I I I I I I I I I I I I I I I I I I WATERLOO WATER WORKS STANDARD PIPE INSTALLATION SPECIFICATIONS SECTION 1 -GENERAL 1-1 These Specifications, together with attached sketches or drawings and letter, cover information to assist CONTRACTORS in submitting bids for the installation of water pipe for the WATERLOO WATER WORKS. These Specifications become part of the installation contract. 1-2 The WATERLOO WATER WORKS or the CONTRACTOR as designated in the special provisions of the contract documents will furnish pipe and accessories. Unl�ss otherwise stated herein, installation procedures shall follow American Water Works Association (AWWA) Standard C600 "Installation of Ductile-Iron Water Mains and Their Appurtenances". SECTION 2 -DEFINITIONS 2-1 The words "authorized", "required", "approved", and words of similar meaning shall be understood to refer to the authorization, requirements, approval, etc., of the WATERLOO WATER WORKS General Manager or his appointed representative. 2-2 The words "Water Works" shall be understood to refer to the WATERLOO WATER WORKS, its buildings, and/or employees. SECTION 3 -PERMITS AND REGULATIONS 3-1 Before any work is started on the installation of the pipe, theCONTRACTOR shall secure all necessary permits granting permission to open streets for the installation of the water line, such permits to be returned to the WATER WORKS upon completion of the work. 3-2 The CONTRACTOR agrees to conform to, and abide by, any and all laws, ordinances, rules and regulations of the federal government, state, county, municipality or branches thereof which pertain to or in any way affect the work to be done by the CONTRACTOR. 3-3 The CONTRACTOR shall notify the proper governmental authorities at least 24 hours prior to starting the installation of the pipe line. If governmental inspectors are required during the installation work, the CONTRACTOR must notify such inspectors when the CONTRACTOR is not going to work or be responsible for the inspector's pay for the period of time that no work is performed. ,. I 11 I I I I I I I I I I I I I I I I I SECTION 4 -SCOPE OF WORK TO BE DONE BY WATER WORKS 4-1 The WATER WORKS shall specify whether it or the CONTRACTOR will make connections to existing water line or lines. 4-2 When the WATER WORKS makes the connections, the CONTRACTOR'S work shall start from such connection, which usually will be a valve. The WATER WORKS' work will involve only the tapping of and/or installing the tee and valve in the existing pipeline. The excavation necessary to permit the WATER WORKS to make the connection to its existing pipeline or lines shall be made and be part of the work to be performed by the CONTRACTOR. The installation of all pipe and fittings from the point of connection made by the WATER WORKS to the water main being installed will be the work of the CONTRACTOR. The backfilling and replacement of paving of such excavations shall also be included in the work to be done by the CONTRACTOR. Where the water line to be laid by the CONTRACTOR is to connect to the end of an existing line, which is plugged or capped the CONTRACTOR shall make the excavation, break out or otherwise remove the plug or cap. 4-3 When the CONTRACTOR makes the connection, the CONTRACTOR will do all of the above work. 4-4 The WATER WORKS will operate all valves necessary to shut off and reactivate its pipelines. 4-5 The WATER WORKS will make suitable arrangements for delivery of the pipe to the job site. The CONTRACTOR shall unload and string pipe along side of the trench. When it is not feasible to string pipe, it shall be strategically stockpiled at or along the job site at a location satisfactory to the WATER WORKS. No hauling charges will be allowed for pipe delivered to job site. SECTION 5 -SCOPE OF WORK TO BE DONE BY CONTRACTOR 5-1 The work to be done includes the furnishing of all labor, tools, such materials as may be designated, and equipment necessary to complete the work as stipulated in this Specification and other contract documents. The work includes, but is not limited to, the following: removal of so much of the pavement as may be necessary; excavate the trenches and pits to the required dimensions; construct and maintain all bridges required for traffic control; furnish flagmen, traffic warning and control as required; sheet, brace and support the adjoining ground where necessary; handle all drainage and/or ground water; guard the site; unload, load, haul, distribute, lay and test the pipe and appurtenances; rearrange the lateral I I I I I I ii I I I I I I I I I I I I connections to main sewers; rearrange other pipes and ducts where necessary; replace or repair all damaged drains, sewers or other structures; backfill the trench and pits; restore the roadway surface; remove surplus excavated material; clean the site of the work; perform pressure and leakage tests; sterilize the pipe line; and maintain the street or other surface over the trenches for the required period of time. 5-2 The CONTRACTOR will notify the WATER WORKS at least 24 hours prior to commencing work. 5-3 In the event service to WATER WORKS' customers must be temporarily interrupted, the CONTRACTOR will take all precautions to insure the service interruption will be kept to an absolute minimum. The WATER WORKS must approve the CONTRACTOR'S time schedule for this phase of the work. 5-4 The CONTRACTOR will notify the WATER WORKS at least 24 hours prior to the required shut down of existing water mains so the WATER WORKS may notify customers of the service interruption. 5-5 The CONTRACTOR will supervise and direct the work efficiently and with his best skill and attention. He will be solely responsible for the means, methods, techniques, sequences, and procedures of construction. The CONTRACTOR will be responsible to see that the finished work complies with the Contract Documents. 5-6 The CONTRACTOR will be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work. The CONTRACTOR will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss. The CONTRACTOR shall be responsible to call Iowa One Call for utility locations and be responsible that all locations are made. 5-7 Construction shall conform to latest revision of AWWA Specification C600. SECTION 6 -INSPECTION 6-1 INSPECTION OF MATERIAL AT DELIVERY POINT: When received from the carrier and at time of unloading, the CONTRACTOR shall inspect all pipe and accessories for loss or damage. The CONTRACTOR shall accept no shipment of material unless the carrier's agent has described loss or damage on the Bill of Lading. Any discrepancies between the Bill of Lading and the physical material shall be noted on the Bill of Lading; and the Bill of Lading shall be returned to the WATER WORKS. All I I I 11 I I I I I I I I I I I I I I I demurrage charges on carloads or truckloads of pipe, or other material which are to be unloaded by the CONTRACTOR, shall be paid by the CONTRACTOR. 6-2 FIELD INSPECTION OF MATERIAL AND WORKMANSHIP: All laying, jointing and testing shall be performed in the presence of the WATER WORKS and shall be subject to its approval before acceptance. Any approval, or acceptance by WATER WORKS does not relieve CONTRACTOR of obligation to comply with these Specifications. CONTRACTOR warrants and guarantees that all work performed hereunder will be of good quality in accordance with the Contract and these Specifications. 6-3 All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the WATER WORKS, and the CONTRACTOR shall remove promptly such material from the site of the work. SECTION 7 -CONTRACTOR'S RESPONSIBILITY FOR MATERIAL 7-1 RESPONSIBILITY FOR MATERIAL FURNISHED BY CONTRACTOR: The CONTRACTOR shall be responsible for all material furnished by him. All such material, which is defective in manufacture or has been damaged in transit or has been damaged after delivery shall be replaced by the CONTRACTOR at his expense. 7-2 All material furnished by the CONTRACTOR will meet WATER WORKS Specifications and shall be approved by the WATER WORKS in advance. 7-3 RESPONSIBILITY FOR MATERIAL FURNISHED BY WATERWORKS: The CONTRACTOR'S responsibility for material furnished by the WATER WORKS shall begin upon CONTRACTOR'S acceptance at the point of delivery to him. All such material shall be examined, and material defective in manufacture and/or otherwise damaged shall be rejected by the CONTRACTOR at the time and place of delivery to him and replaced by the WATER WORKS. Material furnished by the WATER WORKS and which is accepted by the CONTRACTOR but which is discovered, prior to final acceptance of the work, to be defective in manufacture, shall be replaced by the WATER WORKS. Material furnished by the WATER WORKS and which is accepted by the CONTRACTOR, but which is discovered, prior to final acceptance of the work, to have been damaged before or after acceptance by the CONTRACTOR. Once accepted by the CONTRACTOR, at the point of delivery to him, all defective and/or damaged material discovered prior to final acceptance of the work shall be removed by the CONTRACTOR and he shall install, at his own expense, the material replaced. In such case the CONTRACTOR shall furnish all I I I I I I I I I I I I I I I I I I I labor, equipment and material incidental to replacement and necessary for the completion of the work to the satisfaction of the WATER WORKS. 7-4 RESPONSIBILITY FOR SAFE STORAGE: The CONTRACTOR shall be responsible for the safe storage of all material furnished to or by him and accepted by him until it has been incorporated in the completed project and accepted by the WATER WORKS. 7-5 SPECIFICATION OF MATERIALS: Specification of pressure pipe materials, valves, hydrants, and fittings are detailed in the Appendix. Materials furnished by the CONTRACTOR shall comply with the Specifications. SECTION 8 -HANDLING OF PIPE AND ACCESSORIES 8-1 The WATER WORKS reserves the right to deliver to the site of the work all or part of the materials to be furnished by the WATER WORKS. 8-2 HANDLING AND CARE: Pipe and accessories shall, unless contrary instructions are received, be unloaded at the point of delivery, hauled to, and distributed at the site of the project by the CONTRACTOR. They shall at all times be handled with care to avoid damage. Whether moved by hand, skidways or hoists, material shall not be dropped or bumped against pipe or accessories already on the ground or against any other object, and shall not be dragged. Pipe shall be so handled that the coating and lining will not be damaged. 8-3 DISTRIBUTION AT SITE OF WORK: In distributing material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. 8-4 STRINGING OR STOCKPILING PIPE: If pipe is to be strung out, it shall be done so in a straight line or in a line conforming to the curvature of the street. Each length of pipe shall be adequately blocked to prevent movement. Stockpiled pipe shall be adequately blocked to prevent movement. No pipe, material, or any other object shall be placed on private property, obstruct walkways or driveways, or in any manner interfere with the normal flow of traffic. 8-5 In the case of prestressed concrete, gray and ductile iron pipe, special care shall be exercised to avoid damage to the bells, spigots, flanged or threaded ends. When such damaged pipe cannot be repaired to the WATER WORKS' satisfaction, it shall be replaced at the CONTRACTOR'S expense. I I I I I I I I I I I I I I I I I ,1 I 8-6 MATERIALS KEPT CLEAN: The interior of all pipe and accessories shall be kept free from dirt and foreign matter at all times. 8-7 FROST PROTECTION: Valves and hydrants shall be kept opened, drained and stored before installation in a manner protecting them from damage due to freezing of trapped water. SECTION 9 -ALIGNMENT AND GRADE 9-1 GENERAL: All pipe shall be laid and maintained to the required lines and depths. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb unless otherwise specified by the WATER WORKS. Pipe shall be laid with the bell ends facing the direction of laying except when reverse laying is specifically authorized by the WATER WORKS. 9-2 SUBSURFACE EXPLORATIONS: It shall be the responsibility of the CONTRACTOR to determine the location of all existing underground utility structures such as gas, electric, telephone, cable T.V., water, storm sewers and sanitary sewer lines before actual construction commences. The CONTRACTOR shall be responsible to call Iowa One Call for utility locations and be responsible that all locations are made. The cost of any exploratory excavation, backfill and repairs that may be necessary to determine the location of underground utility structures shall be included in the unit price for excavation, laying, jointing, backfilling, etc. 9-3 PROTECTING UNDERGROUND AND SURFACE STRUCTURES: Temporary support, adequate protection and maintenance of all underground and surface utility structures, drains, sewers and other obstructions encountered in the progress of the work shall be furnished by the CONTRACTOR at his own expense. 9-4 OBSTRUCTIONS CAUSED BY OTHER UTILITY STRUCTURES: Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, branch connections to main sewers, or main drains, the obstruction shall be permanently supported, relocated, removed or reconstructed by the CONTRACTOR in cooperation with the owners of such utility structures. Before proceeding, the CONTRACTOR must reach an agreement with the WATER WORKS on method to avoid obstruction and will be paid for any extra depth in accordance with unit price of contract. 9-5 DEVIATION CONSENT: No deviation shall be made from the required line or depth except with the consent of the WATER WORKS. I I I I I I I I I I I I I I I I I I I 9-6 DEPTH OF PIPE COVER: All pipe shall be laid to the depth shown on the Contract Drawings or as required by the WATER WORKS in writing. The depth shall be measured from the established street grade or the surface of the permanent improvement to the top of the pipe barrel. Where WATER WORKS instructs the CONTRACTOR to lay pipe at a particular location at a depth less than that specified in the contract, the WATER WORKS will receive a credit for the reduction in depth at the unit price of Contract. 9-7 SEPARATIONS FROM SEWERS: Mains which parallel sanitary or storm sewers shall be separated by at least 10 feet. At those locations where the water main crosses sanitary sewers or storm drains, and the vertical separation between the bottom of the water main and the top of the sewer, or drain, is less than 18 inches, or where the water main is below the sewer, or drain, a length of pipe should be centered at the sewer to be crossed so that the joints will be approximately equal distance from the sewer. When a water main crosses under a sewer, a vertical separation of 18 inches between the bottom of the sewer and the top of the water main shall be maintained. In addition, the sewer shall be replaced with either cast iron or ductile iron water main material. The trench shall be backfilled and tamped to the level of the bottom of the main before the concrete collars are placed. Adequate support shall be provided to the sewer, and care shall be exercised during excavation and while compacting the backfill beneath the sewer. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. 9-8 DEAD END MAINS: Dead ends shall be minimized by looping mains whenever possible. Dead ends shall terminate with an approved flushing device. They may terminate with an approved fire hydrant when adequate pressure is available at required flows. No hydrant, blowoff or flushing device, shall be directly connected to any sewer. SECTION 10-EXCAVATION AND PREPARATION OF TRENCH 10-1 DESCRIPTION: The trench shall be dug to the required depth andalignment shown on the Contract Drawing or specified in the Agreement only so far in advance of the pipe laying as the WATER WORKS shall permit. The trench shall be braced and drained when necessary so that workmen may work therein safely and efficiently with appropriate precautions being taking against all hazards. I :I I I I I I I I I I I I I I I I I I 10-2 TRENCH WIDTH: The trench width at the ground surface may vary withand depend upon its depth and the nature of the ground encountered. Unless otherwise authorized by the WATER WORKS in writing, the trench width shall be ample to permit proper installation of the pipe or accessories and proper placing and compacting of backfill. Unless otherwise authorized by the WATER WORKS, the minimum clear width of sheeted or unsheeted trench shall be 18-inches or one foot greater than the outside diameter of the barrel of the pipe, whichever is greater, and maximum width of trench at the top of the pipe shall not be greater than the outside diameter of the barrel of the pipe plus two feet. Undercutting the trench sidewall to obtain clearance will not be permitted. 10-3 SPECIAL EXCAVATING EQUIPMENT: In cases where use of specialequipment designed to cut narrow trenches is permitted in writing by the WATER WORKS, precaution shall be exercised to insure bearing for the full length of the barrel of the pipe. When ordered by the WATER WORKS, the backfill shall be compacted by puddling with water to be supplied by the WATER WORKS. The CONTRACTOR shall supply required hose lines. Any excavation, backfill and surface repair to obtain water for puddling will be provided by the CONTRACTOR at his expense. Puddling is complete saturation of backfill material from the top to the bottom of the trench. Settlement by water puddling shall not be done until after the trench has been backfilled to the ground surface. 10-4 PIPE FOUNDATION: The trench, unless otherwise specified, shall have aflat bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil cut true and even so that the barrel of the pipe will have a bearing for its full length. When any part of the trench is excavated below grade by the CONTRACTOR'S inadvertence or where, in the opinion of the WATER WORKS, the use of a machine excavator has rendered unfit an otherwise suitable bottom, the trench shall be corrected with approved material, thoroughly compacted. When the bottom material uncovered at sub grade is soft and, in the opinion of the WATER WORKS, cannot support the pipe, a further depth and/or width shall be excavated and refilled to pipe foundation grade as required. Payment for this excavation below grade will be at the unit price for extra depth trench. Ledge rock, boulders and large stones shall be removed to provide a clearance of at least six inches below all parts of the pipe, valves or fittings. Excavations below grade in rock or in boulders shall be refilled to grade with crushed stone no larger than one inch in size, thoroughly compacted to provide support for the pipe. All pipe shall be laid to a depth to provide a cover of at least five and one-half feet of earth from the permanent grade to the springline of the water main. I I I I I I I I I I I I I I I I I I I 10-5 PIPE CLEARANCE IN ROCK EXCAVATION: Ledge rock, boulders and large stones shall be removed to provide a clearance to each side and below all pipe and accessories of 6-inches for pipe sizes 16 inches and smaller, and 9-inches for pipe sizes larger than 16 inches. 10-6 BLASTING PROCEDURE: Blasting for excavation will be permitted onlyafter securing approval of the WATER WORKS. The CONTRACTOR'S methods of blasting shall conform to governmental regulations. The CONTRACTOR shall be responsible for all damage caused by his blasting operations. 10-7 BRACED AND SHEETED TRENCHES: Wherever necessary to prevent caving, the trench shall be adequately sheeted and braced. Sheeting, bracing, and shoring shall be designed and built to withstand all loads that might be caused by earth movement or pressure and shall be rigid, maintaining shape and position under all circumstances. The sheeting shall remain in place until the pipe has been laid and the earth around it compacted to a minimum depth of two feet over the top of the pipe. 10-8 MANNER OF PILING EXCAVATED MATERIAL: All excavated material shall be piled in a manner that will not endanger the work and will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions shall be made for street drainage. Excavated material shall not be placed on private property. The CONTRACTOR shall remove any material excavated that cannot be stored as herein provided. The CONTRACTOR shall return as much of the material so removed as may be required to properly backfill the excavation. The removal and return of the excavated material shall be included in the unit price for excavation, laying, jointing, backfilling, etc. 10-9 CLASSIFICATION OF EXCAVATED MATERIALS: No classification of excavated materials will be made. Excavation and trenching work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the contract work, regardless of the type, character, composition, or condition thereof. 10-10 BARRICADES, GUARDS AND SAFETY PROVISIONS: To protect persons from injury and to avoid property damage, adequate barricades including flasher and reflectorized, construction signs, red lanterns and guards as required, shall be placed and maintained during the progress of the construction work and until it is safe for traffic and pedestrians to use the trenched area. Whenever required, flagmen shall be provided to prevent accidents and direct traffic. Before completion of each day's work, in traveled areas, the pipe trench shall be completely backfilled and tamped, and the necessary temporary paving installed. Three-fourths inch stone will be used in sidewalk and walkway areas and black top in I I I I I I I I I I I I I I I I I I I driveways. These areas are not to be left open, impassable, or unsafe through the night. The job site will be left in a neat and satisfactory condition at the end of each day. Rules and regulations of the federal, state and local authorities regarding safety provisions shall be observed. 10-11 CUTTING CONCRETE SURFACE CONSTRUCTION: Cuts in concrete pavement and concrete base pavements shall be no larger than necessary to provide adequate working space for proper installation of pipe and appurtenances. Cutting shall be started with a concrete saw in a manner which will provide a clean groove at least 1 ½ inches deep along each side of the trench and along the perimeter of cuts for structures. Pavement cuts shall be made to and between straight or accurately marked curved lines, which unless otherwise required, shall be parallel to the centerline of the trench. 10-12 TRAFFIC AND UTILITY CONTROLS: Excavations for pipe laying shall beconducted to cause the lease interruption to traffic. The CONTRACTOR shall provide suitable bridges at street and driveway crossings where traffic must cross open trenches. Where traffic must be maintained on roads and driveways crossed by the pipeline, the CONTRACTOR may install the pipe in tunnel in lieu of providing temporary bridges, provided the cover depth and soil conditions are adequate. The length of any such tunnel shall be such that adequate space, between barricades installed across the ends of the open cut trench, is provided for one-way traffic in a safe and convenient manner; in no case shall the clear traffic way be less than 1 O feet wide. Installation to be as specified in Section 20. Hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, fire or police call boxes, or other utility controls shall be unobstructed and accessible during the construction period. 10-13 MAINTENANCE OF FLOW OF DRAINS AND SEWERS: Adequateprovision shall be made for the flow of sewers, drains and watercourses encountered during construction. The CONTRACTOR shall satisfactorily restore the structures, which may have been disturbed, as soon as possible. 10-14 PROPERTY PROTECTION: Trees, fences, poles, property line and property comer markers, etc., and all other property shall be protected unless their removal is authorized. The CONTRACTOR shall restore any property damaged to the satisfaction of the property owner in a reasonable time. I I I I I I I I I I I I I I I I I I I 10-15 INTERRUPTION OF UTILITY SERVICES: No valve, switch or other control on existing utility systems shall be operated for any purpose by the CONTRACTOR without approval of the WATER WORKS. SECTION 11 -PREPARATION OF TRENCH BOTTOM 11-1 METHOD OF PREPARATION: As directed by the WATER WORKS, the pipe shall be laid directly on the trench bottom or on earth mounds. No pipe shall be installed in trenches whose bottoms are frozen. 11-2 DIRECTLY ON TRENCH BOTTOM: Pipe shall be laid directly on a trench bottom containing bell or coupling holes and shaped to provide continuous contact with the pipe between holes. SECTION 12 -LAYING PIPE 12-1 LOWERING PIPE INTO TRENCH: All pipe and accessories shall be carefully lowered into the trench piece by piece in such a manner as to prevent damage. Under no circumstances shall the pipe and accessories be dropped or dumped into the trench. 12-2 EXCLUSION OF FOREIGN MATERIAL: Every precaution shall be taken to prevent foreign material from entering the pipe. During laying operations, no debris, tools, clothing or other material shall be placed in the pipe. 12-3 CLOSING ENDS OF PIPE: At times when pipe laying is not in progress, the open ends of pipe shall be closed by a watertight plug or other means satisfactory to the WATER WORKS. 12-4 DEFLECTION OF JOINTS: Whenever it is necessary to deflect pipe froma straight line either in a vertical or horizontal plane, the amount of deflection in each joint shall not exceed the maximum limits specified by the pipe manufacturer. 12-5 CONNECTIONS WITH EXISTING PIPELINES: Where connections are made between new work and existing piping, such connections shall be made using suitable fittings for the conditions encountered. Each connection with an existing pipe shall be made at a time and under conditions which will least interfere with service to customers, and as authorized by the WATER WORKS. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. 12-6 INSTALLATION PROCEDURE: Installation shall conform to latest revision of AWWA Standard C600. I I I I I I I I I I I I I I I I I I I 12-7 USED MATERIALS: Pipe, fittings, valves and fire hydrants that have been used for conveying potable water may be reused provided they meet all applicable standards contained herein. 12-8 SURFACE WATER CROSSING: The pipe for above-water crossings shall be adequately supported and anchored, protected from damage and freezing, and accessible for repair or replacement. 12-9 UNDERWATER CROSSING: Water mains entering or crossing streams which drain areas greater than two square miles in urban areas and 100 square miles in rural areas, or are greater than 15 feet in width, shall be of ductile iron pipe with flexible, restrained, or welded watertight joints or shall be installed in a steel casing pipe and installed as follows: a.The top of the water main shall be below the natural bottom of the stream bed at least one foot when located in rock, three feet when located in other material, or at a greater depth when crossing major streams. The trench shall be backfilled with crushed rock or gravel. b.The water main shall be securely anchored to prevent movement of the pipe and provided with easily accessible shutoff valves located outside ofthe floodway at each end of the water crossing. c.The stream bank shall be seeded, sodded or otherwise protected from erosion upon completion of the project. d.Valves shall be provided at both ends of water crossings so that the section can be isolated for testing or repair; the valves shall be easilyaccessible, and not subject to flooding. e.Permanent taps or other provisions to allow insertion of a small meter to determine leakage and obtain water samples shall be made on each side of the valve closest to the water supply source. Water mains entering or crossing streams that are less than 15 feet in width and that drain areas less than two square miles in urban areas and 100 square miles in rural areas should be of ductile iron pipe with flexible watertight joints or installed in a steel casing pipe. Drainage way crossings in areas where no evidence of erosion exists are excluded from these requirements. 12-10 All water main, fittings, valves, hydrants and accessories shall be installed with polyethylene encasement per the ANSI/AWWA C105/A21.5 National Standard. When lifting polyethylene-encased pipe, the contractor shall use a fabric-type sling or a suitably padded cable to prevent damage to the polyethylene. I I I I I I I I I I I I I I I I I I I SECTION 13 -JOINTING PIPE 13-1 JOINTING MATERIALS: The joints for cast iron pipe shall be flanged, push-on or mechanical coupling. All other types of pipe shall be jointed in the manner customarily associated with the type pipe under consideration. All instructions and recommendations of the pipe manufacturer shall be followed. 13-2 INSTALLATION OF PUSH-ON JOINT CAST IRON PIPE: Before insertion of the gasket, all foreign matter must be removed from the inside of the bell and the outside of the spigot end. The gasket seat shall be inspected to be certain it is clean. The gasket is then wiped clean, flexed and placed in the bell so that it is properly seated. A thin film of lubricant is then applied to the inside surface of the gasket or the outside of the inserting spigot end of the pipe, or both. The spigot end is then aligned and carefully entered into the bell until it just makes contact with the gasket. The joint assembly is completed by forcing the spigot end past the gasket until it makes contact with the bottom of the bell. The outside edge of field cut spigot end pipe should be conditioned for use by tapering with a file or grinder at an angle of about 30°. Cutting shall be done in a neat manner, without damage to the pipe or to the cement lining. Cuts shall be smooth, straight, and at right angles to the pipe axis. 13-3 INSTALLATION OF MECHANICAL JOINT DUCTILE IRON PIPE: Spigot ends and bells of pipe and rubber gaskets shall be washed thoroughly with soapy water to remove all foreign matter that will damage the gaskets. The gaskets will be plain rubber, metal tipped, duck tipped, "Thiokol" tipped, or other special type. The ductile iron gland is placed on the pipe with its raised lip facing the spigot end followed by the rubber gasket with its thinner edge facing the spigot end and at least 3½ inches from that end. The spigot is inserted in the bell until it is home. The gasket is then pushed into position with the fingers, making sure that it is evenly seated in the bell. Place the gland against the face of the gasket, insert the tee head bolts and tighten the nuts on all bolts by opposite pairs until they are finger tight. When tightening bolts, it is essential that the gland be brought up toward the pipe flange evenly, maintaining approximately the same distance between the gland and the face of the flange at all points around the bell. This may be done by partially tightening the bottom bolt first, then the top bolt, next the bolts on either side, and last, the remaining bolts. This cycle should be repeated until all bolts are within the range of torques shown in the following table. If effective sealing is not attained at the maximum torque indicated, the joint should be disassembled, thoroughly cleaned, and reassembled. Overstressing of bolts shall be avoided. I I ii :1 I I I I I I I I I I I I I I I Bolt Size Range of Torque Length of In. Ft. Lb. Wrench -In.* ¾ 40 60 8 ¾ 60 90 10 1 70 100 12 1¼ 90 120 14 *The torque loads may be applied with torque-measuring or torque­ indicating wrenches, which may also be used to check the application of approximate torque loads applied by other tools. SECTION 14 -SETTING BENDS, TEES, REDUCERS, SLEEVES, PLUGS AND CAPS 14-1 INSTALLATION OF REACTION OR THRUST BACKING AT FITTINGS: Reaction or thrust backing shall be placed at bends and tees, and where changes in pipe diameter occur at reducers or in fittings. The WATER WORKS shall approve the size and shape of concrete thrust backing. Thrust backing shall be in accordance with Detail A, Figure 5010.1A as shown in the Appendix. 14-2 INSTALLATION OF REACTION OF THRUST BACKING AT PLUGS ANDCAPS: Reaction or thrust backing shall be placed at plugs and caps, unless another method of restraint is directed by the WATER WORKS. The WATER WORKS shall approve the size and shape of concrete thrust backing. Thrust backing shall be in accordance with Detail A, Figure 5010.1A as shown in the Appendix. 14-3 MATERIAL FOR BLOCKING: Reaction or thrust backing shall be of aconcrete mix not leaner than one cement, 2½ sand, 5 stone, having compressive strength of not less than 2,000 P.S.I. in 24 hours when using high early strength cement and seven days when using standard cement. Backing shall be placed between undisturbed ground and the fitting. Sub grade surfaces shall be clean and free of loose material of any kind when concrete is placed thereon. The area of bearing on the pipe and on ground in each instance shall be that required by the WATER WORKS. The backing shall be placed so that the pipe and fittings joints will be accessible for repair unless otherwise directed by the WATER WORKS. 14-4 TIE RODS: Tie rods and pipe clamps shall be used to prevent movement when specified by the WATER WORKS. Steel rods, bolts and clamps shall, as directed by the WATER WORKS, be galvanized. WATER WORKS may, at its discretion, furnish this material for installation by CONTRACTOR. Should the lack of a solid vertical excavation face be due to improper trench excavation, the entire cost of furnishing and installing metal harness anchorages in excess of the cost of the concrete I I I I I I I I I I I I I I I I I I I blocking replaced by such anchorages shall be borne by the CONTRACTOR. 14-5 SLEEVES: All sleeves used in valve assemblies or closures shall be installed with metal spacer pieces between ends of pipe to prevent movement of pipe. SECTION 15 -SETTING VALVES AND VALVE BOXES 15-1 VALVE BOXES AND VALVE PITS: Valve boxes shall be firmly supported and maintained centered and plumb over the operating nut of the valve, with box cover flush with the surface of the finished pavement or at such other level as may be directed by the WATER WORKS. 15-2 REACTION OR THRUST BACKING: A reaction or thrust backing shall be provided for valve sizes indicated by the WATER WORKS. The WATER WORKS shall specify the size and shape of thrust backing. The material used shall be that specified in Section 14. 15-3 Blow offs shall be set in a manner approved by the WATER WORKS.Drainage branches or blow offs shall not be connected to any sewer, submerged in any stream or installed in any manner that will permit back­ siphonage into the distribution system. 15-4 Sufficient valve shall be provided on water mains so that inconvenience orsanitary hazards to water user will be minimized during maintenance and construction. Valves shall be located so that four or less city blocks can be isolated. Valves should be placed at intervals of one block in high­ density areas. SECTION 16 -SETTING HYDRANTS 16-1 LOCATION: Hydrant shall be placed in locations designated by theWATER WORKS. When placed behind curbs, the hydrant shall be set so that no portion of the hydrant on the street side is less than 6 inches or more than 12 inches from the vertical face of the curb, unless otherwise directed by the WATER WORKS. 16-2 DRAINAGE AT HYDRANT: Whenever directed by the WATER WORKS, a drainage pit two feet in diameter and two feet deep shall be excavated below each hydrant. The pit shall be filled compactly with coarse gravel or broken stone mixed with coarse sand, under and around the base of the hydrant to a level six inches above the waste opening. No hydrant drainage pit shall be connected to a sewer or located within 10 feet of sanitary sewers and storm drains. I I I I I I I I I I I I I I I I I I I 16-3 REACTION OR THRUST BACKING: A reaction or thrust backing shall be provided at the base of each hydrant and shall not obstruct the drainage outlet of the hydrant, or the base of the hydrant shall be tied to the pipe line as directed by the WATER WORKS. The WATER WORKS shall approve the size and shape of concrete thrust backing or the number and size of tie rods. The material to be used for thrust backing and tie rods shall be as specified in Section 14. 16-4 Hydrant installation shall be in accordance with Drawing #11-17 and as specified in the Appendix. The connecting pipe between the supply main and the hydrants shall be a minimum of six inches in diameter and be independently valved. Fire hydrants shall not be installed on water mains that do not provide a minimum flow of 500 G.P.M. at 20 P.S.I. residual pressure. Hydrant drain ports shall be plugged prior to installation and the barrels pumped dry during freezing weather in areas where groundwater rises and where the existing soil will not provide adequate drainage, a gravel pocket shall be provided. Antifreeze shall not be placed in the hydrant barrel. SECTION 17 -PRESSURE AND LEAKAGE TESTS 17-1 PRESSURE TEST PROCEDURE: After the pipe has been laid, thrust backing cured and the trench backfilled as specified in Section 18, the entire pipe line, or any section thereof, shall be subjected to a hydrostatic pressure of at least 150 percent ( 150%) of normal operating pressure, but not less than 100 P.S.I. or more than the design rating of the pipe. The WATER WORKS shall specify the test pressure. Each section of pipe shall be slowly filled with water. The specified test pressure, measured at the point of lowest elevation, shall be applied by means of a pump connected to the pipe in a manner satisfactory to the WATER WORKS. The duration of each pressure test shall be at least one (1)hour unless otherwise directed by the WATER WORKS. 17-2 AIR REMOVAL: Before applying the specified test pressure, all air shall be expelled from the pipe. If permanent air vents are not located at all high points, the CONTRACTOR shall install corporation cocks at such points so the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. 17-3 EXAMINATION UNDER PRESSURE: During the test, all exposed pipes, fittings, valves, hydrants and joints will be carefully examined. Any defective or damaged material shall be removed and replaced by the CONTRACTOR with sound material in the manner prescribed in Section 7.The test shall then be repeated until satisfactory to the WATERWORKS. I I I I I I I I I I I I I I I I I I I 17-4 LEAKAGE TEST PROCEDURE: A leakage test shall be conducted upon successful completion of the pressure test. The pressure during the test shall be the normal operating pressure, but not less than 100 P.S.I. The WATER WORKS shall specify the test pressure. The duration of the test shall be two (2) hours unless otherwise directed by the WATER WORKS. 17-5 OVERALL PERMISSIBLE LEAKAGE: The allowable leakage at average test pressure in gallons per two (2) hours per 1,000 feet for specific pipe sizes is shown in the following table: Average Test Pressure P.S.I. i Q Allowable Leakage Per 1,000 Ft. -Gallons Per 2 Hours 100 0.30 0.90 1.20 1.80 2.40 3.00 3.60 4.50 5.40 6.31 7.21 110 0.31 0.94 1.26 1.89 2.52 3.15 3.78 4.72 5.67 6.61 7.56 120 0.33 0.99 1.32 1.98 2.63 3.29 3.95 4.93 5.92 6.91 7.89 130 0.35 1.03 1.37 2.06 2.74 3.42 4.11 5.14 6.16 7.19 8.22 140 0.36 1.07 1.42 2.13 2.84 3.55 4.26 5.33 6.40 7.46 8.53 150 175 200 225 250 17-6 17-7 0.37 1.10 1.4 7 2.20 2.94 3.68 4.41 5.52 6.62 7. 72 8.83 0.40 1.19 1.59 2.38 3.18 3.97 4. 77 5.96 7 .15 8.34 9.54 0.42 1.27 1.70 2.55 3.40 4.25 5.10 6.37 7.64 8.92 10.19 0.45 1.35 1.80 2.70 3.60 4.50 5.40 6.76 8.11 9.46 10.81 0.48 1.42 1.90 2.85 3.80 4.75 5.70 7.13 8.55 9.98 11.40 Should any test of a section of pipeline disclose leakage greater than that permitted, the CONTRACTOR shall, at his own expense, locate and repair the defective joints and/or pipe until the leakage is within the permitted allowance. The CONTRACTOR shall furnish the pump, pipe connections and all necessary apparatus for the pressure and leakage tests, except gauges and a metering device. The WATER WORKS will furnish gauges and a metering device for the tests and may make all taps into the pipe, but the CONTRACTOR shall make all excavations and backfills, and furnish all necessary assistance for conducting the test. The cost of the pressure and leakage tests shall be included in the unit price for excavation, laying, jointing, backfilling, etc. I !II I I I I I I I I I I I I I I I I SECTION 18 -BACKFILLING, CLEANING UP AND MAINTAINING SURFACES 18-1 REGULATIONS OF STATE OR POLITICAL SUBDIVISIONS: Where any governmental regulations require backfill to be mechanically tamped in specific layers to road surface, CONTRACTOR will backfill in accordance with the applicable regulations and shall include such cost in the unit price bid. The WATER WORKS will make no extra payment to CONTRACTOR for mechanical tamping. The following Specifications will be followed where they do not conflict with any governmental regulations. 18-2 BACKFILLING IN DEVELOPED AREAS, STREETS OR ROADWAYS: Selected backfill material approved by the WATER WORKS, unfrozen and free from rock, large stones, boulders or other unsuitable substances, shall be deposited in the trench uniformly on both sides of the pipe for the full width of the trench. This backfill material shall be tamped in 4-inch layers and shall be sufficiently damp to permit thorough compaction under and on each side of the pipe to provide support free from voids to a cover of 12 inches over the barrel of the pipe. Embedment material shall be deposited and compacted uniformly and simultaneously on each side of the pipe to prevent lateral displacement. After the pipe barrel has a 12 inch cover fully compacted, the backfill shall be placed in layers not exceeding 8 inches until the entire trench is backfilled. No layer shall be placed until the prior layer is thoroughly and fully compacted. This procedure is required in any area which is to be paved. 18-3 BACKFILLING IN UNDEVELOPED AREAS: After the pipe barrel has a 12-inch cover fully compacted as in Section 18-2, the remainder of the trench shall be filled by hand or mechanical methods with backfill containing no rock, stones, or boulders larger than four ( 4) inches in its greatest dimension. The backfill shall be free from brush or any other perishable or objectionable matter that would prevent proper consolidation or that might cause settlement. The backfill shall be neatly rounded over the trench to a sufficient height to allow for settlement to grade afterconsolidation. No backfill, fill, or embankment materials shall be installed on frozen surfaces. Where trenches are constructed in ditches or other watercourses, backfill shall be protected from surface erosion. Backfill around structures shall be compacted to the extent necessary to prevent future settlement by tamping or other means acceptable to the WATER WORKS. Water settlement will be permitted only where no damage to the work could be caused thereby. 18-4 DEFICIENCY OF BACKFILL: Any deficiency in the quantity of material for backfilling the trenches or for filling depressions caused by settlement or washout shall be supplied and placed by the CONTRACTOR at his expense. I I I I I I I I I I I I I I I I I I I The CONTRACTOR shall be responsible for all settlement of backfill, fills, and embankments that may occur within one year after final completion of the contract under which the work was performed. The CONTRACTOR shall make, or cause to be made, all repairs or replacements made necessary by settlement within 30 days after notice from the WATER WORKS. 18-5 RESTORATION OF SURFACES AND/OR STRUCTURES: The CONTRACTOR shall restore and/or replace paving, curbing, sidewalks, gutters, shrubs, fences, sod or other disturbed surface or structure to a condition equal to that before the work began and to the satisfaction of the WATER WORKS, and shall furnish all labor and material incidental thereto. In restoring improved surfaces, new pavement is required except that granite paving blocks, sound brick, or sound asphalt paving blocks may be reused. No permanent surface shall be placed within 30 days after the backfilling shall have been completed, except by order of the WATER WORKS. Temporary paving will be installed prior to the placement of permanent surfaces when called for by governmental regulations. In paved streets or roads, the edges of the paved area to be excavated shall be cut vertically with an approved cutting tool prior to the excavation of the trench. At the end of each workday, temporary paving shall be installed on all trenches excavated during the day in all residential, commercial and industrial areas, as well as any main thoroughfares, as required by governmental regulations, as necessary to protect persons and property and to the satisfaction of the WATER WORKS. All existing lawn areas shall be restored with sod unless otherwise specified by the WATER WORKS. 18-6 CLEANING UP: the CONTRACTOR shall return surplus material to theWATER WORKS pipe yard. The CONTRACTOR shall remove tools, temporary structures, dirt, rubbish and excess earth from excavations and the construction site shall be left clean to the satisfaction of the WATER WORKS. Any excess dirt is to be swept up and removed form the job site daily in developed areas, and the construction site shall be left with a neat and clean appearance to the satisfaction of the WATER WORKS. 18-7 MAINTENANCE OF CONSTRUCTION SITE: Following the certification ofcompletion by the WATER WORKS, the CONTRACTOR shall, unless otherwise stipulated by the WATER WORKS, maintain the surfaces of unpaved trenches, curbs and gutters, paved surfaces, sidewalks, shrubs, fences, sod and other disturbed surfaces and property for a period of one year thereafter. The CONTRACTOR shall supply all material and labor I I I I I I I I I I I I I I I I I I I required for such maintenance, and the work shall be done in a manner satisfactory to the WATER WORKS. In order to insure the performance of maintenance as specified, CONTRACTOR agrees to furnish a Maintenance Bond in the amount of 5% of the contract price in a form and by a surety approved by the WATER WORKS at time of final acceptance of the work done and as a condition thereof. This bond shall become effective on the date of final acceptance and extend for a term of one year. The bond shall cover any notification of noncompliance with the contract documents issued within the term of the bond. SECTION 19 -STERILIZATION OF WATER MAINS 19-1 GENERAL: Before being placed in service, all new mains shall besterilized. Unless otherwise stated in this section, sterilization shall follow AWWA Standard C651 "Disinfecting Water Mains." Latest revision. It is most important to insure that debris or other foreign matter is removed from the interior of the pipe before it is installed in the line. The ends of the installed pipe line are to be protected against entrance of foreign matter or animals at all times. 19-2 PRELIMINARY FLUSHING: Prior to sterilization, the line shall be flushedas thoroughly as possible to remove foreign matter. Flushing shall be done after the pressure and leakage tests have been made. 19-3 FORM OF APPLIED CHLORINE: A chlorine gas-water mixture shall beapplied by means of a solution feed chlorinating device, a hypochlorite solution injected or pumped into the line, or the gas may be fed directly through proper devices for regulating the rate of flow and providing effective diffusion of the gas into the water within the pipe. The chlorinating devices must provide means to prevent backflow of water into the chlorine cylinder. The WATER WORKS may specify alternate chlorination procedures. 19-4 RATE OF APPLICATION: Water from an approved source of supply shallbe controlled to flow slowly into the pipe to be sterilized during the application of chlorine. The chlorine dose applied to the water entering the pipe line shall be at least 50 ppm. 19-5 STERILIZATION BY HYPOCHLORITE TABLETS: If the above forms ofapplied chlorine cannot be used, the line may be sterilized by the use of hypochlorite tablets. The number of tablets in each length of pipe shall be as recommended by the tablet manufacturer. Fasten the required number of tablets to the top of the inside of each length of pipe, using a non-toxic water resistant adhesive that shall not cover the sides or face of the tablet. I I ii I .I ! i :1 I I I I I I I I I I I I I Water from an approved source of supply shall be controlled to flow slowly into the pipe to be sterilized. 19-6 PREVENTION OF REVERSE FLOW: Care shall be taken so that thesterilizing solution in the pipe being sterilized will not flow back into the line supplying the water. 19-7 RETENTION PERIOD: Treated water shall be retained in the pipe long enough to destroy all non-spore forming bacteria. This period should be at least 24 hours. 19-8 CHLORINE CONCENTRATION: After the chlorine treated water has been retained for the required time, the free chlorine residual shall be at least 1 O ppm. 19-9 FINAL FLUSHING: Following chlorination, all treated water shall be thoroughly flushed from the sterilized pipe at its extremities until the replacement water throughout its length shall, upon test, be proved comparable to the quality of water served from the existing water supply system. The water for flushing will be provided by the WATER WORKS from the existing distribution system. 19-1 O After final flushing and before the new water main is connected to the distribution system, two consecutive sets of acceptable samples, taken at least 24 hours apart, shall be collected from the new main. At least one set of samples shall be collected from every 1,200 feet of new water main, plus one set from the end of the line and at least one set from each branch. All samples shall be tested for bacteriological quality in accordance with Standard Methods for the Examination of Water and Wastewater, and shall show the absence of coliform organisms. 19-11 REPETITION OF PROCEDURE: Should the initial treatment, in the opinion of the WATER WORKS, prove ineffective, the chlorination procedure shall be repeated until satisfactory results are obtained. 19-12 Unless otherwise directed by the WATER WORKS, the CONTRACTOR shall do the sterilization, and the cost shall be included in the unit price for excavation, laying, jointing, backfilling, etc. SECTION 20-INSTALLATION OF CASING PIPE 20-1 GENERAL: The installation of casing pipe under roadway, railroads, etc., shall be subject to federal, state or local requirements as well as the requirements of any entity such as a railroad company that may have jurisdiction. I I I I I I I I I I I I I I I I I I I The words "casing pipe" shall be understood to include tunnel liner plate. In the absence of conflicting requirements, casing pipe shall be installed as hereafter specified. 20-2 ALIGNMENT AND GRADE: Whenever possible, the casing pipe shall be installed perpendicular to the centerline of the roadway or railroad tracks. The casing pipe shall be installed on an even grade for its entire length and shall slope to one end. 20-3 MATERIAL: The casing pipe shall be of sufficient strength to support all superimposed loads, and shall be constructed to prevent leakage throughout its length except at the ends. 20-4 SIZE OF CASING: The WATER WORKS shall specify the size of casing pipe. 20-5 INSTALLATION BY BORING -JACKING OR TUNNELING: This work shall be done in a manner that shall not damage or disturb any existing roadway or railroad property or facilities. These installations shall have a bored or tunneled hole diameter approximately the same as the outside diameter of the casing pipe. If voids should develop or if the hole is more than 1-inch greater in diameter than the outside diameter of the casing pipe, measures acceptable to the governmental authorities or railroad company shall be taken to fill the voids or the annular space around the casing pipe. 20-6 INSTALLATION IN OPEN-CUT TRENCH: When construction is by the open-cut trench method, the installation of the casing pipe shall be as provided in Sections 9, 10, 11, 12 & 18 of these Specifications. 20-7 SEALING ENDS OF CASING PIPE: The ends of the casing pipe shall be suitably protected against the entrance of foreign material, but shall not be tightly sealed. 20-8 INSTALLATION OF CARRIER PIPE: The carrier pipe shall be installed within the casing pipe to allow the installation or subsequent removal of the carrier pipe to be made without damage to the casing pipe or carrier pipe. 20-9 MARKING OF CROSSING LOCATION: When required by governmental or railroad regulations, crossings shall be prominently marked by signs located on or outside of roadway or railroad right of way. Markers shall state that the crossing is a water pipeline and shall indicate the name and address of the WATER WORKS. I I I I I I I I I I I I I I I I I I I SECTION 21 - INSURANCE INDEMNITIES The CONTRACTOR agrees to indemnify and save harmless the WATER WORKS, their Agents or Employees, from and against all loss or expense (including costs and attorney's fees) by reason of liability imposed by law upon the WATER WORKS for damages because of bodily injury, including death, at any time resulting therefrom sustained by any person or persons or on account of damage to property, including loss of use thereof, arising out of or in consequence of the performance of this work whether such injuries to persons or damage to property is due or claimed to be due to the negligence in whole or in part of the CONTRACTOR, his Sub­contractors, the WATER WORKS, their Agents and Employees, except only such injury or damage that shall have been occasioned by the sole negligence of the WATER WORKS, their Agents and Employees. INSURANCE Workmen's Compensation Insurance: The CONTRACTOR shall carry Workmen's Compensation Insurance during the life of the contract to insure his statutory liability to his employees in the state or states in which the work under the contract is to be performed. Comprehensive General Liability and Property Damage: The CONTRACTOR shall carry the Comprehensive Form of General Liability and Property Damage Insurance during the life of the contract covering the risks itemized in the form for "Certificate of Insurance" provided for in the contract. The limits shall be not less than $500,000/$1,000,000 for bodily injury and $500,000 for property damage. Comprehensive Automobile Liability and Property Damage: The CONTRACTOR shall carry the Comprehensive Form of Automobile Liability and Property Damage Insurance during the life of the contract covering the risks itemized in the form for "Certificate of Insurance" provided for in the contract. The limits shall be not less than $500,000/$1,000,000 for bodily injury and $500,000 for property damage. Umbrella Liability (applying directly in excess of other coverage): The CONTRACTOR shall carry excess Umbrella Liability Insurance during the life of the contract covering coverage in excess of other specified coverage. The limits shall not be less than $1,000,000 Combined Single Limit and $1,000,000 Aggregate. I I I I I I I I I I I I I I I I I I I Unemployment Insurance: CONTRACTOR hereby agrees to accept exclusive liability for and shall hold the WATER WORKS harmless from all payroll taxes for contributions for unemployment insurance or old age pensions, or annuities, measured by wages, salaries or other remuneration paid to employees of said CONTRACTOR. SECTION 22 -BIDS 22-1 The CONTRACTOR shall visit the site of the work in order to familiarizehimself with all conditions which will, in any way, affect the cost of the work. 22-2 All bids shall be submitted on the items listed under this Section 22. Theunits used hereunder shall be the units of measurement. 22-3 EXCAVATION, LAYING, JOINTING, BACKFILLING, ETC. Bids are to bemade on a per lineal foot basis for the pipe to be installed, and shall include excavation to a depth to provide a cover between the top of the pipe and the surface of the pavement or ground as specified under "Alignment and Grade"; laying and jointing; setting valves, specials, air vents and valve boxes; testing; backfilling; sterilization; cleanup work and all other work contemplated by these Specifications, except hauling; replacing paving; replacing sidewalks, curbs and gutters; extra depth in earth; rock excavation; bracing and other items for which separate prices are to be quoted. The measurement to determine the length to be paid for shall include all necessary excavation for the laying of the pipe and excavation for making connections to existing mains, as covered in paragraph titled, "Scope of Work to be Done by WATER WORKS". 22-4 ROCK EXCAVATION: For rock excavation, the bid shall be on a perlineal foot per foot of depth basis. The depth shall be measured from the top surface of the rock to the appropriate depth below the grade for the barrel of the pipe. All excavation shall be considered as earth except material which cannot be removed by pick. Rock having a cubic volume of less than one-half cubic yard shall also be considered as earth. No soft or disintegrated rock which can be removed with a hand pick or power operated excavator or shovel; no loose, shaken or previously blasted rock or broken stone in rock fillings or elsewhere; and no rock exterior to the minimum limits of measurement allowed, which may fall into the excavation, will be measured or allowed. Backfilling for rock removed and supplying any deficiency in select backfill material shall be included in the unit price for excavation, laying, jointing, backfilling, etc. The backfill material for bedding the pipe for the appropriate depth under the pipe shall be crushed stone thoroughly compacted, to be supplied and placed by the CONTRACTOR. The cost of such material is to be included in the CONTRACTOR'S unit price bid for rock excavation. I I I I I I I I I I I I I I I I I I I 22-5 EXTRA DEPTH OF TRENCH: For depth in earth in excess of theminimum depth as specified under "Alignment and Grade", the bid shall be on a per lineal foot per foot of extra depth basis. The extra depth may be required by the necessity for laying the pipe under existing underground structures or as directed by the WATER WORKS for any other reason. Extra depth of trench shall be from the top of the pipe to the surface of the ground or street less the normal depth of pipe cover specified. 22-6 SETTING HYDRANT: For setting hydrants the bid shall be on a per hydrant basis and shall include the necessary excavation from the end of the hydrant branch, the placing of the hydrant and the attaching of the hydrant to the hydrant branch. The installation of the hydrant branch shall include the tee, control valve and valve box and is to be paid for on a per lineal foot basis. 22-7 HAULING: For hauling by the CONTRACTOR of pipe and pipeline materials only, the bid shall be on a per ton basis. Such per ton price for hauling to include all work of loading, unloading, hauling and the return of unused material to the WATER WORKS' warehouse or pipe storage yard as may be directed by the WATER WORKS, but shall not include disposal of waste material from the excavation, or material furnished by the CONTRACTOR such as gravel, earth fill, concrete, etc. Pipe and pipeline material delivered to the jobsite by others will be unloaded and strung or stockpiled by the CONTRACTOR at his expense. Movement of pipe and pipeline material at the jobsite shall be included in the unit price for excavation, laying, jointing, backfilling, etc. 22-8 CONCRETE BRACING: All costs to construct concrete bracing used for reaction or thrust backing shall be incidental to other items. 22-9 STEEL RODS, BOLTS OR CLAMPS: For steel rods, bolts or clamps, the bid shall be on a per pound basis for the material in place, including rustproofing or painting. In the event that steel rods, bolts or clamps are to be supplied by the WATER WORKS, the installation and rustproofing or painting of this material shall be included in the unit price for excavation, laying, jointing, backfilling, etc. 22-10 REPLACING PAVING: For replacing paving to meet all governmental requirements, the bid shall be on a per lineal foot basis for replacing the necessary width of paving unless otherwise specified by WATER WORKS. I I I I I I I I I I I I I I I I I I I 22-11 REPLACING CONCRETE SIDEWALKS: For replacing concretesidewalks, the bid shall be on a per square foot basis for replacing the full section width of concrete sidewalks. Thickness of sidewalk will conform to local requirements but in no event shall it be less than four inches. 22-12 MEASUREMENT OF BID ITEMS: The measurement of the quantity ofitems paid shall be done at the completion of each day's work and the amount of each item agreed upon between the contracting parties. 22-13 PAYMENT FOR EXTRA WORK: Any work authorized by the WATERWORKS for which there is no unit price, shall be done at a cost to be agreed upon in advance of performing the work and in writing by the CONTRACTOR and WATER WORKS. If the cost cannot be so determined, the work should be done on a "cost plus" basis also agreed upon in advance and in writing by the CONTRACTOR and WATER WORKS. 22-14 REJECTION OF BIDS: The WATER WORKS reserves the right to rejectany or all bids. SECTION 23 -PROSECUTION OF WORK 23-1 The CONTRACTOR shall prosecute the work diligently so that it may becompleted as promptly as conditions will permit in an economical manner. If, in the judgment of the WATER WORKS, the work is not being prosecuted satisfactorily, the WATER WORKS may, after fifteen (15) days notice in writing to the CONTRACTOR, cancel the contract and pay to the CONTRACTOR the contract price of the work actually completed. Upon payment of such amount, all obligations of the WATER WORKS shall be deemed as fulfilled. 23-2 ENCROACHMENT UPON PRIVATE PROPERTY: There shall be noencroachment upon private property except at the request or with the permission of the property owner. 23-3 CONDUCT OF WORKMEN: The workmen shall conduct themselves atall times in a manner that will not disturb or offend people in the construction area. SECTION 24 -PAYMENTS 24-1 PAYMENTS SHALL BE MADE AS THE WORK PROGRESSES: CONTRACTOR shall supply the WATER WORKS with a construction schedule stating the proposed starting date and number of working days to complete the work. At the end of each calendar month, the CONTRACTOR shall make an estimate, acceptable to the WATER WORKS, of the work accomplished and submit an invoice of the cost I I 'I I I I I I I I I I I I I I I I I thereof to the WATER WORKS. Within fifteen (15) days, the WATER WORKS shall pay to the CONTRACTOR ninety per cent (90%) of the contract price for such work. 24-2 When the entire work, or any section thereof, which at the option of the WATER WORKS can be placed in service, has been completed and tested as specified in Section 17, the WATER WORKS shall then pay to the CONTRACTOR the remaining amount due of the total cost of such completed work, provided the CONTRACTOR'S invoice shows the results of the tests specified in Section 17. 24-3 In the event that repaying or other work as specified in Section 18 must be completed by the CONTRACTOR after the pipeline or section thereof has been fully installed and payment therefore has been made in accordance with the above paragraphs, the CONTRACTOR shall submit a separate invoice for all such work in accordance with this Section 24. 24-4 All invoices submitted by the CONTRACTOR must have the original and at least three (3) copies. 24-5 LIENS: Prior to final payment and as a condition precedent thereto, the CONTRACTOR and all other suppliers of materials, services, transportation, equipment or labor shall execute and deliver to the WATER WORKS their releases on forms supplied by the WATER WORKS, of all claims or liens for material supplied or labor performed under or by virtue of the contract. 24-6 CONTRACTOR shall furnish a maintenance bond for a period of one year as specified in Section 18-7. I I I I I I I I I I I I I I I I I I I APPENDIX Materials furnished by the contractor shall conform to the latest revisions of the standards and specifications herein stated. All materials shall be certified by the manufacturer as complying with the applicable standard and shall be approved by the General Manager prior to purchase by the contractor. PRESSURE PIPE MATERIALS Ductile iron pipe, 6" through 20" diameters, is to be centrifugally cast in nominal 18' and 20' laying lengths, to be Class 52, and shall be in accordance with the latest revision of AWWA Specifications C150, C151 and C 111. All pipe is to be bituminous coated outside and cement lined inside, and shall be in accordance with the latest revision of AWWA Specification C104/A21.4 All push-on type joint pipe will be similar to Fastite, Tyton, or approved equal and will be electronically conductive through each joint with and limited to one of the following methods. 1.The pipe gasket will be conductive using a minimum of four copper inserts integrally situated in the gasket, thereby forming a continuous conductive joint. 2.A copper jumper strip will be connected by silicon bronze bolts to two co­ linear copper strips shop welded to the bell and spigot ends respectively ofthe pipe, thereby forming a conductive "bridge" over the joint.3.A conductive serrated silicon bronze wedge installed at the bell and spigot ends respectfully of the pipe thereby forming a conductive joint. Two wedges per joint for pipe through 12". Four wedges per joint for larger diameter pipe. TABLE 1 NOMINAL MINIMUM SIZE MATERIAL CLASS WALL THICKNESS 6" Ductile Iron 52 0.31" 8" " II 52 0.33" 12" " II 52 0.37" 16" "II 51 0.37" 20" II II 51 0.39" I I I I I I I I I I I I I I I I I I I VALVES Valves shall be resilient-seated valves complete with accessories and shall be manufactured in accordance with AWWA Specification C515 latest revision. Valves 12" and smaller shall be designed for 200 P.S.I. water working pressure. Valves shall be mechanical joint and shall have clear water way equal to the full nominal diameter of the valves. Valves shall open by turning left and provided with 2" square nut with arrow cast in metal to indicate direction of opening. All valves shall open left -close right. Bolts and nuts shall be stainless steel on the valve itself and not on the accessories. Each valve shall have maker's name, pressure rating, and year in which manufactured cast on body. Prior to shipment from the factory, each valve shall be tested by hydrostatic pressure equal to 400 P.S.I. The manufacturer shall supply catalog data, including illustrations and parts schedule, that identifies the materials to be used for making various parts. This information shall be in sufficient detail to serve as a guide in the assembly and disassembly of the valve and for ordering repair parts. Stem sealing shall be by o-ring. All interior surfaces of the body shall be completely coated with a corrosion resistant coating. Resilient-seated tapping valves shall be compatible with size on size tapping. HYDRANTS Hydrants shall be manufacturer's latest and best design conforming to latest revision of AWWA Specification C502 "Standard for Fire Hydrants". Hydrants shall be of the traffic model type designed to permit easy installation of top extension without shutting off water to hydrant. Friction loss through hydrant shall not exceed allowable losses per AWWA Specification C502 and test data shall be included. The bonnet shall be bolted and not screwed to upper section. The seat rings, stem nut, hold down nut, operating screw and nozzles must be bronze. Hydrant barrel shall be painted Safety Blue or matching color; bonnet and nozzles shall be Safety Blue. Hydrants shall have 5¼" valve opening; 6" mechanical joint pipe connection with accessories, 6 ft. cover for 6 ft. 6 in. trench, 2 -2½ in. hose nozzles, 1 pumper nozzle 4½ in. N.S.T. open left with 1½ in. pentagon nut. Contractor shall submit a sheet stating the following: Percentage quantity of copper " " " lead " " 11 zinc II II " tin Manufacturer's number and type of hydrant to be used. I I I I I I I I I I I I I I I I I I I Accepted manufacturer's fire hydrants are as follows: Mueller A-423 Waterous Pacer WB67 Hydrant installation shall be in accordance with Drawing #5020.1. FITTINGS All fittings shall conform to AWWA Specification C110/A21.10 for the following pressure requirements: 6" through 12" 14" through 24" Class 250 Class 150 All fittings shall be mechanical joint in accordance with A WW A Specification C111/A21.11 and will be furnished with lead tipped gaskets capable of insuring electrical conductivity through each joint. All fittings will be furnished with accessories. - ,;;- � � �I ----- Thrust Block------1-.f ��:,,,=;✓,n-/) -II�/, /TT /, BEND (PLAN) L � :Ir p . � , Thrust Block 7Z=7?£___ -z'.5i"r.: �$ .·�-.� ---� -�----_t � ti/ �/lb/ 2=-lj,. TEE (PLAN) -;z:::_:_/r,_. /7;z::___:/'T,-. /� CROSS (PLANl TL-.. -1. n, __ I �Q) --- - - ---,-J✓.� .,�, • ....,__ -�'-�--'�' Thrust �lock------.;,.�. v,,:--7, i � --� -_,__ ,,-,--,-, , _,__ S, DEAD END (PLAN) Thrust Block ·� � -� /, /,I /, Thrust Block----....,c--\ E--1'. ��/, /,� //,-. // �//,-. //�//,-./I,,_ ;11c' ?'/�I) 7'/_t.=-/, ij TEE (PLANl / ,. , c:::;z,+ c::::..j Thrust Block ij � · � Bearing surface • (see Table ll - -� -- �i ?I ?I ij ij ::/; CROSS (PLAN) min. ELEVATION - ------GENERAL NOTES: Use olternote thrust block at dead ends only when permitted by the Jurisdictional Engineer, or when specified in the contract documents. (D Extend thrust blocks to undisturbed soil. 0 Form vertical surfaces of poured concrete thrust blocks except on bearing surface. Q) Encase all fittings in polyethylene wrap. Do notallow concrete to directly contact joints orfitting bolls. @ Excavation into trench wall may be necessary. @ Refer to Tobie 1 for minimum bearing surface area. TABLE 1 MINIMUM BEARING SURF ACE CSFl SIZE OF PIPE BE�S CINl TEE OR 11.25° 22.5" 45• go•DEAD END 4 1.0 1.0 2.0 4.0 3.0 6 1.0 2.0 4.0 8.0 6.0 8 2.0 4.0 7.0 14,0 10,0 10 3.0 6,0 11.0 21.0 15,0 12 4,0 8.0 16,0 29,0 21.0 14 5.0 11.0 21.0 39.0 28.0 16 7.0 14.0 27,0 50,0 36,0 18 9,0 17,0 34,0 63.0 45,0 20 11,0 21.0 42,0 78,0 55,0 24 15.0 31.0 60,0 111,0 78,0 30 24,0 47,0 92,0 171,0 121.0 36 34,0 67,0 132,0 244,0 173,0 NU It.' Area based upon water pressure ot 1:iu P 51 and allowable soil pressure of 1000 PSF, Jurisdictional engineer moy modify required size based upon site conditions, SUDAS FIGURE: 50!0.I VISION NO. REVISION DATE I_Q/17/06 SHEET IOF 2 PCC THRUST BLOCKS - - j � ,..,,..,..... --------- -------- - � ;f2!;;;;' ,9� 7 ,:,u� 7 �2,:;Tl,l,::; 12::3/E l/ETIE /IE, Pipe or structure Restrained joints Trench width SECTION A-A SECTION B-B PIPE LOWERING See stropping detail (Section B-B> Anchor block Y◄ depth of concrete Hook A Mechanical joint restrained cop Set screw retainer gland per Section 5010 Undisturbed earth <typical) D �//,2:;l/d Min. 1.5 X D G) '-'--4---' Waler main 1'-6" min.I I­A Set-screw retainer gland fl fl t,. t I:= · I Min. 1.5 X D -J Min. 1.5 X D G) t SECTION A-A DEAD END <ALTERNATE) \..lijSUDAS FIGURE: 50IO.I VISION NO. REVISION DA TE 10/17/06 SHEET 2 OF 2 PCC THRUST BLOCKS - j � rr, --t � ---- Pipe ------- STEP 1 STEP 2 STEP 3 ------ 1. Place tube of polyethylene material on pipe prior tolowering it into the trench. 2.Pull the tube over the length of pipe. Secure tubeto pipe at joint. Fold material around the adjacentspigot end ond wrap with plastic adhesive tape tohold the plastic tube in place. 3. Overlap first tube with adjacent tube and secure with tape. Loosely cover the pipe with a polyethylenetube. Neatly draw up excess material around the pipe barrel, fold on top of, and secure with tape. 4.Wrap iron pipe fittings, including valves andhydrants, with polyethylene material. Extend the wrapping at least 1' beyond the fitting joints onto the adjoining pipe and fasten to the pipe with tape.Use tape as needed to hold wrap in place. Eitherpolyethylene sheets or slit tubing may be used. SUDAS FIGURE: 50I0.2 REVISION NO. REVISION DATE 10/17/06 SHEET IOF I POLYETHYLENE WRAP - I I I I I I I I I I I I I I I I I I I URBAN STANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAL TRACER WIRE STATIONSEE DETAIL 5010.5 0 CONCRETE THRUST BLOCKPOURED AGAINST UNDISTURBED SOIL. DO NOT COVER HYDRANTDRAIN HOLES OR TRACER WIRES. ---FIRE HYDRANT NOTE: � LOWEST NOZZLES MUST BE AT LEAST1'-6" AND NOT MORE THAN 1'-11" ABOVE FINISH GRADE. FINISH GRADE WATER MAIN -�TRENCH WALLS 1'-6" MIN. 1'-11" MAX.VALVE BOX 1'-6" MIN PEA GRAVELOR GRANULAR rBACKFILL DEPTH AS SPECIFIED ----AS REQUIRED ---• I GATE VALVEUNDISTURBED SOIL CONCRETE-�THRUST BLOCK L---ANCHORING TEE.USE ANCHORING ELBOW WHEN REQUIRED. SEE SPECIFICATIONS ,...__ __ DUCTILE IRON PIPE 2 10/21/03 REV. DATE BY DATE: 01-01-98 NOTES: 1.WRAP FIRE HYDRANT, PIPE, VALVE, VALVE BOX AND TEE OR ELBOWIN PLASTIC AS SPECIFIED. 2.INST ALL TRACER WIRE AS SHOWN ON DETAILED DRAWING "TRACER WIRE DETAIL." 3.APPLY POLYETHYLENE ENCASEMENT ON PIPE,VALVE,VALVEBOX FIRE HYDRANT AND FITTINGS. SEE SHEET 2 FOR ADDITIONAL DETAILS. FIRE HYDRANT DETAIL -ELEVATION FIGURE: 5020.1 SHEET 1 OF 2 I I I I I I I I I I I I I I I I I I I URBAN STANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAL m a:: => u 01125/01 REV. DATE DATE: 01-01-98 4'-0" MIN. M.J. ANCHORING 90" BEND BY CURB 1'-6" MIN M.J. ANCHORING COUPLING <TYP.> 1'-6" MIN ALTERNATE LAYOUT CTO BE USED ONLY WHERE AUTHORIZED> FIRE HYDRANT OET AIL -PLAN FIGURE: 5020.1 SHEET 2 OF 2 ACCEPTED WATER MATERIALS Waterloo Water Works (May 8, 2020) Accepted Products for Water Distribution Materials WATER PIPE: (Ductile) ANSI/AWWA – A21.51/C151 American, Clow, McWane, U.S. Pipe, and Griffin Class 52 for direct bury piping unless otherwise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe GASKETS: Nitrile gaskets to be used in L.U.S.T. areas and in other areas shown on plans Standard gaskets shall be vulcanized styrene butadiene rubber Field-loc gaskets where approved (or required) All push-on type joint pipe will be similar to Fastite, Tyton, or approved equal and will be electronically conductive through each joint with and limited to one of the following methods. 1. The pipe gasket will be conductive using a minimum of four copper inserts integrally situated in the gasket, thereby forming a continuous conductive joint. 2. A conductive serrated silicon bronze wedge installed at the bell and spigot ends respectfully of the pipe thereby forming a conductive joint. Two wedges per joint for pipe through 12”. Four wedges per joint for larger diameter pipe. FITTINGS: (Ductile Iron Standard) ANSI/AWWA – A21.10/C110 3” to 24” – 350 psi (with NSS Cor-Blue Nuts and Bolts) (Ductile Iron Compact) AWWA C153, 350 psi Clow, Tyler/Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Stainless Steel) Smith Blair – 662 or 663, Ford FAST, Mueller – H304, Romac SST, JCM – 432 Smith Blair – 664 or Romac SST MECHANICAL JOINT RESTRAINT DEVICE: (Megalug – with NSS Cor – Blue Nuts and Bolts) Ebaa Iron Sales Inc. – 1100 series for ductile iron, or Star Grip 3000 for ductile iron, STAINLESS STEEL REPAIR CLAMPS: (With Stainless Steel Nuts & Bolts) Smith-Blair 261, Ford-FS1, Romac-SS1 VALVES: (Resilient Seated Gate Valves) ANSI/AWWA – C509 (with NSS Cor-Blue Nuts and Bolts) Clow F-2640, Kennedy 8571 SS, Mueller Resilient Seat – A-2360-20, U.S. Pipe, East Jordan, or American Flow Control TAPPING VALVES: (with NSS Cor-Blue Nuts and Bolts) Full Bodied Clow – F-2640, Mueller – T-2360-16, Kennedy 8950 SS, U.S. Pipe – A- USPO-16, East Jordan, or American Flow Control VALVE BOXES: Tyler -(Series 6860, Range 63" to 83") or equal HYDRANTS: AWWA C502 (5¼ Main Valve Size, Standard Threads (NST) on the two and one-half (2½) inch connections and four and one-half (4½) inch connection) (factory applied apoxy paint in Safety Blue) (opening counter clockwise) (Pentagon operating nut) (six (6) inch MJ shoe) (without chains) (Waterous Pacer WB-67-250 or Clow F-2545 Medallion) (Clow F-2545 Medallion, Waterous Pacer WB-67-250, East Jordan [color red] allowed for private developments) HYDRANT MARKERS: RoDon Hydra -finder with flat bracket 5' in length SLEEVE TYPE COUPLING: Standard solid black sleeve-Tyler/Union 5-1442, Griffin (NSS Car-Blue Nuts and Bolts) Bolted Straight Coupling with (stainless steel nuts and bolts)-Smith-Blair 442 or Ro mac Style 501 -Shop Coat/Epoxy TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): Bingham & Taylor P200NFG Telescoping 12" Top x 12" Bottom, Blue Lid Water, 2 Terminal. TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil. polyethylene encasement. [color blue] TRACER WIRE: #12 solid copper, LLDPE insulation in blue for trenched piping #12 copper coated, steel core for trenchless methods SERVICE SADDLES: ANSI/AWWA -Required on all Ductile Iron (1¼" to 2" only) AY McDonald 3845, 3846 or Smith-Blair 325,397 single flat stainless steel strap, studs, washers, nuts with bronze body, or fusion bonded flexi-coat epoxy coated ductile iron body CORPORATION VALVES: ANSI/AWWA CB00 (Compression Type) AY McDonald or Mueller ball style rated for minimum 300 PSIG water pressure SERVICE PIPE: CK-Copper) (Class 52 Ductile Iron) Any other material must be reviewed and approved by the City of Waterloo Plumbing Board and the Waterloo Water Works ACCEPTED WATER MATERIALS ACCEPTED WATER MATERIALS BALL CURB VALVES: ANSI/AWWA C800 (Compression Type) AY McDonald or Mueller ball style rated for minimum 300 PSIG water pressure CURB BOX ARCH PATTERN: ANSI/AWWA C800 – with stainless steel rod and cotter pin AY McDonald 5601, 5603 with 5660SS - 5’ 0” stainless steel shut off rod FORM OF CONTRACT Page 1 of 4 FORM OF CONTRACT FOR THE CONSTRUCTION OF HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT CITY OF WATERLOO, IOWA CONTRACT NO. 1123 This contract made and entered into this _____ day of __________, 20__, by and between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to as City), and ____________________ of, _____________, _______________, (hereinafter referred to as Contractor), WITNESSETH: PAR. 1 Contractor agrees to build and construct the _____________________________________________ ________________________________________________________________________________ ________________________________________________________________________________, 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. PAR. 2 It is understood and agreed that the resolution adopted by the City Council ordering the construction of the improvement, the Notice to Contractors as published, the Instruction to Bidders, the Form of Proposal, the Construction and Maintenance Bonds, the Council Proceedings relating to this matter, and the Plans and Specifications shall all be considered as forming a part of the contract the same as though they were each set out in said contract. PAR. 3 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 this contract, and of the plans and specifications made a part hereof by reference, and to the satisfaction and approval of the City and its engineer. PAR. 4 The Contractor agrees to perform said work and install said improvements on the terms set out in bid or proposal to the City which has been accepted by the City and which is by reference made a part of this contract. PAR. 5 The Contractor agrees to commence said work within ten (10) working days after receipt of "Notice to Proceed" and, unless an extension of time is granted in writing by the Council of the City, complete it on or before: Overall Project: JUNE 1, 2028 Stage 1: NOVEMBER 20, 2026 Stage 2: NOVEMBER 19, 2027 PAR. 6 Should the Contractor fail to complete said improvements in strict accordance with the terms and conditions of this contract, 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 FORM OF CONTRACT Page 2 of 4 of the failure of said contractor and deduct any and all such sums from any amount then due the Contractor. PAR. 7 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 agents, while work is done pursuant to this agreement. PAR. 8 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. PAR. 9 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. No material shall be used in any work until the same has first been approved by the construction reviewer. 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 Engineer. PAR. 10 Any material, which 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 City Engineer. PAR. 11 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. PAR. 12 The Contractor agrees to pay punctually all just claims of labor, material, men, or subcontractors who shall perform labor or furnish materials entering into 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, material, or men under this contract. PAR. 13 The Contractor agrees to furnish the City, simultaneously with this contract, a bond on a form to be provided by the City in the amount provided by law as stated in the Notice to Bidders, which shall be for the benefit of the City, and any and all persons injured by the breach of any of the terms of this 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 this contract. PAR. 14 The Contractor agrees that should it abandon work under this 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 FORM OF CONTRACT Page 3 of 4 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. PAR. 15 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 this 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 Contractors, 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. PAR. 16 The total amount of the contract, based on the Engineer's estimates of quantities and the Contractor's unit bid prices, and for which 100% surety bond is required is $__________________. PAR. 17 After the completion of said work, the Contractor agrees to remove all debris and clean up said streets, and to save the City harmless from any damage allegedly resulting from a failure to clean up and remove the debris or put the street back in a proper condition for travel. PAR. 18 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. PAR. 19 Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as "Maintenance Bond," and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. PAR. 20 The Contractor shall maintain all work done hereunder in good order for the period of two (2) years from and after the date it is accepted by the Council of the City of Waterloo, Iowa. Said maintenance shall be made without expense to the City or the abutting property. In the event of the failure or default of the Contractor to remedy any or all defects appearing in said work within a period of two (2) years from the date of its acceptance by said Council, and after having been given ten (10) days notice so to do by registered letter deposited in the United States Post Office in said town, addressed to said contractor at the address herein given, then the City may proceed to remedy such defects. The costs and expenses thereof to be recovered from the Contractor and the sureties on its maintenance bond by an action brought in any court of competent jurisdiction. PAR. 21 The Contractor shall give notice to said City by registered letter directed to the Mayor or City Clerk/Auditor thereof not more than four (4) and not less than three (3) months prior to the expiration of the term during which the Contractor is required to maintain said improvements, in good repair by the terms of its Contract. The liability of the Contractor and of the sureties on its bond for maintenance of the said improvements shall continue until three (3) months after such notice has been given to the City, and, in any event, until two (2) years after the acceptance of the work. CITY OF WATERLOO, IOWA FORM OF CONTRACT Page 4 of 4 Mayor City Clerk Contractor BY: Title: Approved by the City Council of the City of Waterloo, Iowa, this ______ day of _____________, 20__. ATTEST: _______________________________________, City Clerk Waterloo, Iowa PEFORMANCE BOND Page 1 of 2 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, of (the “Principal”), and of (the “Surety”), are held and firmly bound unto the City of Waterloo, Iowa (the “Obligee”), in the penal sum of Dollars ($ ), lawful money of the United States, for the payment of said sum in connection with a contract (the “Contract”) dated on or about for the purpose of . The Contract is incorporated herein by reference as though fully set forth herein. Whenever the Principal shall be and is declared by the Obligee to be in default under the Contract, with the Obligee having performed its obligations in the Contract, then the Surety, acknowledging that time is of the essence, may promptly remedy the default, or shall promptly undertake to: 1. Complete the Contract in accordance with its terms and conditions; or 2. Obtain one or more bids for completing the Contract in accordance with its terms and conditions, and upon determination by the Surety of the lowest responsible bidder, or negotiated proposal, or, if the Obligee elects, upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, or negotiated proposal, arrange for a contract between such party and the Obligee. The Surety will make available as work progresses sufficient funds to pay the cost of completion less the balance of the Contract price. The cost of completion includes responsibilities of the Principal for correction of defective work and completion of the Contract, the Obligee’s legal and design professional costs resulting directly from the Principal’s default, and liquidated damages or actual damages if no liquidated damages are specified in the Contract. The term “balance of the Contract price” means the total amount payable by the Obligee to the Principal under the Contract and any amendments thereto, less the amount properly paid by the Obligee to the Principal; or 3. Determine the amount for which it is liable to the Obligee and pay the Obligee that amount as soon as practicable. In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and hold Obligee harmless from and against any and all costs of enforcement, including but not limited to reasonable attorneys’ fees and expenses. Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent to each and all of the following matters, without notice: 1. To any extension of time to the Contract in which to perform the Contract. 2. To any change in the plans, specifications, or Contract when such change does not involve an increase of more than twenty percent (20%) of the total Contract price, and shall then be released only as to such excess increase. 3. That no provision of this bond or of any other contract shall be valid which limits to less than one (1) year from the time of the acceptance of the work the right to sue on this bond for defect in workmanship or material not discovered or known to the Obligee at the time such work was accepted. If the Principal performs the Contract, then this bond shall be null and void; otherwise it shall remain in full force and effect. In no event shall the Surety’s total obligation exceed the penal amount of this bond. PEFORMANCE BOND Page 2 of 2 Terms used herein shall include, as appropriate, the singular or plural number, or the masculine, feminine or neuter gender. IN WITNESS WHEREOF, the undersigned Principal and Surety have executed this Performance Bond as of . PRINCIPAL SURETY Name Name By: By: Title: Title: [attach Power of Attorney] NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. If this project includes Federal Funds, the following applies to the payment bond: IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. PAYMENT BOND Page 1 of 2 PAYMENT BOND KNOW ALL MEN 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 ____________________________________________ (Name of Owner) __________________________________________________________________________________________ (Address of Owner) hereinafter called OWNER, in the penal sum of _____________________________________________________ _________________________________________Dollars,($_______________________) 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 into a certain contract with the OWNER, dated the day of ______________20___, a copy of which is hereto attached and made a part hereof for the construction of: __________________________________________________________________________________________ __________________________________________________________________________________________ NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUBCONTRACTOR or otherwise, 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 the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise 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. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PAYMENT BOND Page 2 of 2 IN WITNESS HEREOF, this instrument is executed in ________________ counterparts, each one of which, shall (number) be deemed an original, this the _____________ day of _________________20___. ATTEST: ____________________________________ (Principal) __________________________________________________ (Principal) Secretary (SEAL) By: _________________________________(s) _____________________________________ (Address) ______________________________________ _______________________________________________ Witness as to Principal _______________________________________________ (Address) _______________________________________________ _______________________________________ Surety ATTEST: By: ________________________________ Attorney-in-Fact ___________________________________________________ _______________________________________________ Witness as to Surety (Address) ___________________________________________________ _______________________________________________ (Address) ___________________________________________________ NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. If this project includes Federal Funds, the following applies to the payment bond: IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located.