HomeMy WebLinkAbout20260127 Combined Specs
FY 2026 CIP Pipelining Phase VA
City of Waterloo, Iowa
City Contract No. 1141
AECOM #60743622
Prepared For:
City of Waterloo
715 Mulberry Street
Waterloo, Iowa 50703
Prepared By:
AECOM
501 Sycamore Street, Suite 222
P.O. Box 1497
Waterloo, Iowa 50704-1497
January 2026
FY 2026 CIP Pipelining Phase VA
City of Waterloo, Iowa
City Contract No. 1141
Prepared For:
City of Waterloo, Iowa
Prepared By:
AECOM
January 2026
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.
January 27, 2026
NICHOLAS SCHROCK, P.E. Date
License No. 29965
My license renewal date is December 31, 2026.
Pages or sheets covered by this seal:
All Pages
TABLE OF CONTENTS CONTRACT NO. 1141 TOC-1 OF 2
AECOM #60743622 FY 26 CIPP
FY 2026 CIP Pipelining Phase VA
CITY CONTRACT NO. 1141
CONTRACT DOCUMENTS
TABLE OF CONTENTS
1. NOTICE TO BIDDERS ............................................................................................. NB 1-4
2. NOTICE OF PUBLIC HEARING .............................................................................. NPH 1-2
3. INSTRUCTIONS TO BIDDERS ............................................................................... IB 1-10
4. FORM OF BID OR PROPOSAL .............................................................................. FB 1-4
5. SALES TAX EXEMPTION INFORMATION FORM ................................................. STE 1
6. FORM OF BID BOND .............................................................................................. BB 1
7. NON-COLLUSION AFFIDAVITS ............................................................................. NCA 1-2
8. EQUAL OPPORTUNITY CLAUSE .......................................................................... EOC 1-2
9. TITLE VI CIVIL RIGHTS .......................................................................................... TVI 1
10. BIDDER STATUS FORM ......................................................................................... BSF-1-2
11. AFFIRMATIVE ACTION PROGRAM ....................................................................... 1-8
12. ITEMS OF POTENTIAL MBE/WBE PARTICIPATION ............................................ M 1-2
SUBCONTRACTOR'S BID REQUEST FORM, .......................................... M 3
LETTER FORM FOR SUBCONTRACTOR QUOTES, ............................... M 4
LETTER OF INTENT TO BID…………………………………………………. M 5
MBE AND/OR WBE PREBID CONTACT INFORMATION FORM ............. M 6-7
13. WATERLOO/CEDAR FALLS MINORITY AND WOMEN BUSINESSES
ENTERPRISE CONSTRUCTION AND MAINTENANCE
CONTRACTOR'S GUIDE ........................................................................................ 1-2
14. STATEMENT OF BIDDER'S QUALIFICATIONS .................................................... SBQ 1-2
15. GENERAL SPECIAL PROVISIONS ........................................................................ GSP 1-5
16. SPECIAL PROVISIONS........................................................................................... SP 1-5
The Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction,
Series of 2026, plus the applicable General Supplemental Specifications and the 2026 Iowa Statewide
Urban Specifications, also known as SUDAS, shall apply to construction work. These standard
specifications are amended by the City of Waterloo Supplemental Specifications to the 2026 edition of
SUDAS.
Any specifications that supersede the Iowa DOT, SUDAS and City of Waterloo Specifications are listed in
the Special Provisions.
17. TECHNICALS
Section 01 11 18 Summary of Work .............................................................. 01 11 18-1 to 01 11 18-2
Section 01 22 13 Measurements and Payments ........................................... 01 22 13-1 to 01 22 13-3
TABLE OF CONTENTS CONTRACT NO. 1141 TOC-2 OF 2
AECOM #60743622 FY 26 CIPP
Section 33 01 31 Cured-In-Place Pipe Sewer Lining .................................... 33 01 31-1 to 33 01 31-8
18. GENERAL SPECIFICATIONS FOR CONSTRUCTION .......................................... GS 1-13
19. SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION ............ SGS 1
20. FORM OF CONTRACT ............................................................................................ C 1-3
21. PERFORMANCE BOND .......................................................................................... PFB 1-2
22. PAYMENT BOND .................................................................................................... PB 1-2
APPENDIX
CHANGE ORDER FORM ..................................................................................................... CO-1
NOTICE TO BIDDERS CONTRACT NO. 1141 NB-1 of 4
AECOM #60743622 FY 2026 CIPP
NOTICE TO BIDDERS
For the Taking of Construction Bids for the
FY 2026 CIP Pipelining Phase VA
In the City of Waterloo, Iowa
CONTRACT NO. 1141
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 26th day of February 2026, until 1:00 p.m. for the construction of the FY
2026 CIP PIPELINING PHASE VA, CONTRACT NO. 1141, as described in detail in the plans and
specifications now on file in the Office of the City Clerk.
OPENING OF BIDS
All bids received will be opened in the Council Chambers at City Hall in the City of Waterloo, Iowa, on
the 26th day of February 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. It is anticipated that the City Council will act upon the
proposals at their regular meeting on April 6, 2026.
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 described improvement project at 5:30 p.m.
on March 16th, 2026, said hearing to be held in the Harold E. Getty Council Chambers in City Hall in
said City.
The public is invited to speak on a public hearing item in the following ways: Call the City Clerk’s
Office at 319-291-4323 by 4:45 p.m. to obtain conference call information. Alternatively, you may
email your comments to comments@waterloo-ia.org and they will be read during the public
hearing. Please state the public hearing item on which you wish to speak.
SCOPE OF WORK
Work of this Contract entails construction of Cured-In-Place Pipelining (CIPP) sanitary sewer lining
located in the City of Waterloo, identified as Sewer Service Area 16 (SA16), as shown on the Drawings.
The project includes cleaning, root removal, televising, CIP pipelining and lateral grouting of the following
quantities:
8-Inch Diameter CIPP – 16,074 LF
10-Inch Diameter CIPP – 2,375 LF
12-Inch Diameter CIPP - 999 LF
18-Inch Diameter CIPP – 173 LF
21-Inch Diameter CIPP – 336 LF
Laterals - 360 EA
BEGINNING AND COMPLETION DATES
The work under the proposed contract shall commence after receipt of "Notice to Proceed” and at the
date submitted by the Contractor at the preconstruction conference and approved by the Engineer. Once
work commences, periods of inactivity shall be minimized. All items shall be completed on or before
December 4, 2026.
NOTICE TO BIDDERS CONTRACT NO. 1141 NB-2 of 4
AECOM #60743622 FY 2026 CIPP
METHOD OF PAYMENT TO CONTRACTOR
The Contractor will be paid against monthly estimates in cash on the basis of ninety-five percent (95%) of
the work as it is completed, 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, 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, workmen 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 AECOM, 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.
Complete digital Plans and Specifications are available at www.questcdn.com. You may download the
digital documents free of charge from Quest CDN by inputting Quest CDN Project #9996671 on the
website’s Project Search page. Please contact Questcdn.com at 952-233-1632 or info@questcdn.com
for assistance in free membership registration, downloading and working with this digital project
information. Optional paper copies of the Plans and Specifications are available from AECOM,
501 Sycamore Street, Suite 222, Waterloo, Iowa, upon receipt of a $50.00 deposit (CHECK ONLY).
Deposits are fully refundable if the plans and specifications are returned in usable condition (i.e.,
generally free of highlights, ink markings, tears, stickers, water stains and soiling) to the Waterloo
AECOM office listed above by the end of the 14th consecutive day after the project has been awarded.
No deposits will be refunded for any requests or plans received after the 14th consecutive day, which
includes plans returned via mail service. Plan holders are responsible for ascertaining when the project
has been awarded. If the plan holder is the prime contractor, or a subcontractor or supplier of the prime
contractor that has been awarded the project, Plans and Specifications do not need to be returned to
receive the deposit. The prime contractor must submit a list of his subcontractors and suppliers for the
City and consulting engineer to verify eligibility for the refundable deposit.
Please DO NOT obtain Bid Documents from any source other than Questcdn.com or through the AECOM
Waterloo office as listed above. Obtaining documents through any other source could prevent Bidder
from being included on the official AECOM 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 BASE 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. 1141 NB-3 of 4
AECOM #60743622 FY 2026 CIPP
By virtue of statutory authority, a preference will be given to products and provisions grown and coal
produced within 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/her 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.
CONTRACT COMPLIANCE PROGRAM / SUBCONTRACTING
The program proposes numerical projections regarding utilization of Minority Business Enterprise (MBE)
and Women Business Enterprise (WBE) as Subcontractors, vendors and suppliers in the performance of
Contracts awarded by the City of Waterloo, Iowa.
A goal of at least ten percent (10%) for MBE participation on all City funded construction projects that are
estimated at $50,000.00 or more. A goal of at least two percent (2%) for WBE participation on all City
NOTICE TO BIDDERS CONTRACT NO. 1141 NB-4 of 4
AECOM #60743622 FY 2026 CIPP
funded construction projects that are estimated at $50,000.00 or more. Any project funded in part or in
total with federal funds shall follow the respective agencies contract compliance program and goals. The
Prime Contractor shall make "good-faith efforts" to meet the Contract Compliance MBE/WBE goals. The
MBE/WBE subcontractors, suppliers or vendors must provide the Prime Contractor a reasonably
competitive price for the service being rendered or the Contractor is not required to accept their bid.
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 five hundred dollars ($500.00)
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, engineer
(AECOM) and City Officials.
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 the Bidder Status Form on 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
NOTICE OF PUBLIC HEARING CONTRACT NO. 1141 NPH-1 of 2
AECOM #60743622 FY 2026 CIPP
NOTICE OF PUBLIC HEARING
On Proposed Plans, Specifications, Form of Contract,
And Estimate of Cost
for the
FY 2026 CIP PIPELINING PHASE VA
CONTRACT NO. 1141
In the City of Waterloo, Iowa
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 26th day of February 2026, until 1:00 p.m. for the construction of the FY
2026 CIP PIPELINING PHASE VA, CONTRACT NO. 1141 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 Council Chambers at City Hall, in the City of Waterloo, Iowa,
on the 26th day of February 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 AECOM 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 http://ci.waterloo.ia.us/
2) Plan Rooms:
Master Builders of Iowa
221 Park Street, PO Box 695
Des Moines, IA 50303
QuestCDN
Chicago, IL
3) Plan Room Web sites:
Master Builders of Iowa web site at www.mbionline.com
QuestCDN web site at www.questCDN.com
The public is invited to speak on public hearing item in the following ways: Attend and speak at
the public hearing; call the City’s Clerk’s Office at 319-291-4323 by 4:45 p.m. to obtain conference
call information; or alternatively, you may email your comments to comments@waterloo-ia.org
and they will be read during the public hearing. Please state the public hearing item on which you
wish to speak.
NOTICE OF PUBLIC HEARING CONTRACT NO. 1141 NPH-2 of 2
AECOM #60743622 FY 2026 CIPP
SCOPE OF WORK
Work of this Contract entails construction of Cured-In-Place Pipelining (CIPP) sanitary sewer lining
located in the City of Waterloo, identified as Sewer Service Area 16 (SA16), as shown on the Drawings.
The project includes cleaning, root removal, televising, CIP pipelining and lateral grouting of the following
quantities:
8-Inch Diameter CIPP – 16,125 LF
10-Inch Diameter CIPP – 2,375 LF
12-Inch Diameter CIPP – 999 LF
18-Inch Diameter CIPP – 173 LF
21-Inch Diameter CIPP – 336 LF
Laterals - 360 EA
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 3rd day of February, 2026.
CITY OF WATERLOO, IOWA
BY: ______________________
Kelley Felchle
City Clerk
* * * END OF SECTION * * *
INSTRUCTIONS TO BIDDERS CONTRACT NO. 1141 IB-1 of 10
AECOM #60743622 FY 2026 CIPP
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 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.
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 a bid, the bidder shall specify the price, written legibly in ink or with the
typewriter, at which he/she 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
INSTRUCTIONS TO BIDDERS CONTRACT NO. 1141 IB-2 of 10
AECOM #60743622 FY 2026 CIPP
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 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/her 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 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.
INSTRUCTIONS TO BIDDERS CONTRACT NO. 1141 IB-3 of 10
AECOM #60743622 FY 2026 CIPP
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/her 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/she has 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/she 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.
9. MINORITY AND/OR WOMEN BUSINESS ENTERPRISE SUBCONTRACTORS
a. CITY OF WATERLOO AND/OR WOMEN BUSINESS ENTERPRISE PRE-BID
CONTACT INFORMATION FORM
The City of Waterloo Minority and/or Women Business Enterprise Pre-Bid Contact
Information Form shall be submitted with the Form of Bid or Proposal. Failure to do so
shall be grounds for the bid being rejected if subcontracting is proposed by the prime
contractor.
10. MBE/WBE CONTRACT COMPLIANCE PROGRAM
PURPOSE
The purpose of the Contract Compliance Program (hereinafter called Program) is to act
as an impetus for increasing the participation of minority and women disadvantaged
business enterprise (MBE/WBE) in City awarded construction contracts.
The Program does not propose to eliminate any bonafide contractor or subcontractor
from bidding on City contracts, but it will hopefully serve as a needed stimulus to help
local MBE/WBE’s grow and eventually become mainstream contractors and
subcontractors.
This Contract Compliance Program does not propose to include any set-aside or quotas,
but only flexible goals where “good-faith efforts” are required by the contractor to use
MBE/WBE subcontractors.
INSTRUCTIONS TO BIDDERS CONTRACT NO. 1141 IB-4 of 10
AECOM #60743622 FY 2026 CIPP
This Program shall not eliminate the need for contractors to continue their “good-faith
efforts” in using MBE/WBE subcontractors on City contracts estimated at less than
$50,000.
The City of Waterloo will make every effort to reduce in-house construction and
maintenance work that would be more cost effectively performed by the private sector
and, thus, would allow additional bidding opportunities for MBE/WBE firms.
The City Contract Compliance Officer shall be advised of all City of Waterloo awarded
construction contracts.
DEFINITIONS
Goals:
A flexible numerically expressed objective which contractors are required to make “good-
faith efforts.” The key to the requirement is to make documented efforts. Goals are
neither set-a-sides nor a device to achieve proportional representation or equal results.
Numerical goals do not create set-a-sides for specific groups, nor are they designed to
achieve proportional representation or equal results. Rather, the goal-setting process in
affirmative action planning is used to target and measure the effectiveness of affirmative
action efforts to eradicate and prevent discrimination.
Quota:
A flat numerical requirement that the contractor is required to meet in order to obtain the
benefit or be in compliance. The numerical goal component of affirmative action
programs is not designed to be, nor may it properly or lawfully be interpreted as,
permitting unlawful preferential treatment and quotas with respect to persons of any race,
color, religion, sex, or national origin. The regulations at 41 CFR 60-2.12(a), 60-2.15 and
60-2.30, specifically prohibit discrimination and the use of goals as quotas. (U.S.
Department of Labor)
Set-Aside:
An arrangement in which a particular contract is reserved for competition solely among
minority and women business enterprises.
Contractor:
As used in this document means contractor, subcontractor, supplier, vendor, and
professional service provider.
Minority Business Enterprise (MBE)
Any business, which is at least 51%, owned by one or more minorities and whose
management and daily business operations are controlled by one or more such
individuals and is on the current State Unified Certification List, or were listed on the City
of Waterloo Certified MBE/WBE Contractors list as of July 1, 2002.
Women Business Enterprise (WBE):
Any business which is at least 51% owned by one or more women and whose
management and daily business operations are controlled by one or more such
individuals and is on the current State Unified Certification List, or were listed on the City
of Waterloo Certified MBE/WBE Contractors list as of April 11, 2022
Minority:
Any person or persons who are considered as socially and economically disadvantaged
because of their identity as a group member without regard to their individual qualities.
The groups include: Black American, Hispanic American, Native Americans, Eskimos,
Aleuts, and Asian-Pacific Americans. 13 C.F.R. 124-1.1(c)(3)(ii)(1983).
INSTRUCTIONS TO BIDDERS CONTRACT NO. 1141 IB-5 of 10
AECOM #60743622 FY 2026 CIPP
Lowest Responsible Bidder:
Bidder who has offered the lowest bid and who has exhibited skill relative to the type of
work bid on, judgment, financial responsibility, and evidence of working with the
Affirmative Action Employment Program and the Contract Compliance Program.
Broker:
One buying or selling for others on commission or other fee basis without maintaining a
warehouse or other similar inventory storage facility.
Mayor’s Advisory Committee:
Mayor’s Advisory Committee for Minority, Female, and Disadvantaged Business
Enterprise.
Good Faith Efforts:
The successful bidder shall be selected on the basis of having submitted the lowest
responsible bid. The obligation of the bidder is to make good faith efforts. The bidder can
demonstrate that it has done so by the following:
1. The Prime Contractor met the project goal - No Action necessary
2. If the Prime Contractor failed to meet the goal, they must submit documentation of
good faith efforts.
CONTRACT COMPLIANCE PROGRAM SUBCONTRACTING
The program proposes numerical projections or goals regarding utilization of Minority
Business Enterprise (MBE) and Women Business Enterprise (WBE) as subcontractors in
the performance of contracts awarded by the City of Waterloo, Iowa.
A goal of at least 10% for MBE participation on all City funded construction projects that
are estimated at $50,000 or more and projects under $50,000 where applicable at the
Contract Compliance Officer’s discretion. There is at least 2% WBE goal on City funded
projects. Any project which is funded solely or in part with Federal funds shall follow the
respective agencies contract compliance program and goals. Any project which is funded
solely or in part with State funds shall follow the respective agencies contract compliance
program and goals. The City of Waterloo Contract Compliance Program is for City
awarded construction contracts only. The prime contractor shall make “good-faith efforts”
to meet the Contract Compliance MBE/WBE goals. The MBE/WBE subcontracts must
provide the prime contractor a reasonably competitive price for the service being
rendered or the contractor is not required to accept the bid.
Administrative Reconsideration:
As part of this reconsideration, the bidder will have the opportunity to provide written
documentation or arguments concerning the issue of whether they made adequate good
faith efforts to meet the goals. The bidder will have the opportunity to meet in person with
the City of Waterloo's Administrative Reconsideration Committee to discuss the issue of
whether they made adequate good faith efforts. The Administrative Reconsideration
Committee will forward a written decision on reconsideration to the Mayor and City
Council, explaining the basis for finding that the bidder did or did not meet the goal or
make adequate good faith efforts to do so.
Documentation required will include but is not limited to the following:
* Making portions of the work available for MBE/WBE subcontracting
* Evidence of negotiating with MBE/WBE firms
INSTRUCTIONS TO BIDDERS CONTRACT NO. 1141 IB-6 of 10
AECOM #60743622 FY 2026 CIPP
* MBE/WBE quotes obtained and non-MBE/WBE quotes used
* Reasons agreements were not reached
* Follow-up after initial solicitations
* Efforts to assist in obtaining equipment, supplies and materials (at competitive prices),
bonding, lines of credit, insurance, etc.
* Evidence of past compliance or non-compliance by same contractor
The Contract Compliance Officer will determine the weight to be given to each item listed
above (supported by appropriate documentation) based on overall program goals.
RESPONSIBILITIES
I. City of Waterloo
A. The City Contract Compliance Officer has the responsibility to assure the City’s
compliance with Federal, State and Municipal regulations.
B. The City Contract Compliance Officer is responsible for maintaining a current
directory of certified firms. Certification of MBE/WBE/DBE contractors is through
the Iowa Department of Transportation and its Unified Certification Program.
Only firms certified based on guidelines prescribed in 49 CFR Part 26 and
provisions of this agreement, shall be recognized as certified by the City of
Waterloo.
C. The City Contract Compliance Officer is responsible for making available a list of
future project information notices to MBE/WBE firms.
D. The City Contract Compliance Officer shall send notices to appropriate
MBE/WBE firms in the directory of each bid solicitation with opening date.
E. The City Contract Compliance Officer will receive MBE/WBE Letter(s) of Intent to
Bid and within two (2) business days forward the complete list of MBE/WBE
bidders who submitted a Letter of Intent to Bid to prime contractors.
II. Prime Contractors
In order to be in compliance with the guidelines of this program, the prime contractor
must show good-faith efforts in following the MBE/WBE Contract Compliance Program.
Good-faith efforts include, but are not limited to, the following:
A. Prime contractors shall send solicitation letters (Form CCO-3) to appropriate
MBE/WBE (those certified in directory prepared by City Contract Compliance
Officer) at least seven (7) working days prior to bid date. Letters should identify
specific items to be subcontracted. A minimum of three (3) disadvantaged
business contacts must be made and documented, if there are at least three
disadvantaged businesses offering services in the area to be subcontracted (See
City of Waterloo MBE/WBE Certification List). If less than three (3) are offering
the services to be subcontracted, then a contact is required for any that are listed
as providing that service. If the Prime Contractor submits a MBE/WBE contact
not on the City's MBE/WBE list, attach a copy of the MBE/WBE/DBE
Certifications from another government agency.
B. If a prime contract bidder is unable to identify MBE/WBE firms to perform
portions of the work, the City Contract Compliance Officer should be contacted
for assistance immediately.
INSTRUCTIONS TO BIDDERS CONTRACT NO. 1141 IB-7 of 10
AECOM #60743622 FY 2026 CIPP
C. Prime contract bidders may solicit MBE/WBE proposals by telephone or personal
interviews, but all such contacts shall be confirmed by Certified Mail, or
subcontract bid request forms (Form CCO-2).
D. If any MBE/WBE business submitting bids is not selected for subcontract award,
documentation must accompany the "MBE/WBE Business Enterprise Pre-Bid
Contact Information Form" (Form CCO-4 and CCO-4A) on why the MBE/WBE
was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or non-responsive.
c. Documentation of other business-related reason for not selecting the
MBE/WBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by prime.
The Contract Compliance Officer will determine the weight to be given to each item listed
above (supported by appropriate documentation) based on overall program goals.
III. MBE/WBE Firms
F. MBE/WBE firms shall be certified by the Iowa Department of Transportation as
owners and controllers of their respective businesses or were listed on the City of
Waterloo Certified MBE/WBE Contractors list as of April 11, 2022.
G. MBE/WBE firms must perform the work on the project; they cannot act as a
broker by subcontracting the work out to others.
C. Each MBE/WBE firm planning to submit quotes on construction projects with
goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract
Compliance Officer seven (7) working days prior to bid opening, listing specific
items which the MBE/WBE firm is interested in bidding. If sufficient Letters of
Intent to Bid are not received by the City Contract Compliance Officer seven (7)
working days prior to bid opening, goals on subject project will be reduced
accordingly. Agreements between the bidder/proposer and a MBE/WBE in which
the MBE/WBE promises not to provide subcontracting quotations to other
bidders/proposers are prohibited.
NON-COMPLIANCE OF CONTRACTORS
A. Noncompliance exists when the contractor’s actions are not consistent with the
requirements of the Contract Compliance Program in the areas of employment
and subcontracting.
B. A bidder’s failure to show good-faith efforts to meet project goals or a failure to
use certified MBE/WBE firms may be grounds for finding its bid not responsible.
C. The Contract Compliance Officer shall submit to City Council his/her
recommendation on any non-compliant contract in writing.
NOTICE TO PROCEED
Notice to proceed on any project with goals will not be issued until City Contract
Compliance Officer determines the lowest responsible bidder has used good-faith efforts
to comply with this Compliance Program and the bid was responsive.
INSTRUCTIONS TO BIDDERS CONTRACT NO. 1141 IB-8 of 10
AECOM #60743622 FY 2026 CIPP
CONCLUSION
This program repeals or revises all sections of previous Waterloo Contract Compliance
Programs.
11. 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.
12. 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/her experience record in constructing the type of improvements embraced, and
his/her 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.
13. 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 any time of opening
bids, but the right is reserved to postpone such action for a reasonable time, not
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
INSTRUCTIONS TO BIDDERS CONTRACT NO. 1141 IB-9 of 10
AECOM #60743622 FY 2026 CIPP
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.
14. EXECUTION OF AGREEMENT, BONDS, AND CERTIFICATE OF INSURANCE
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 19 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/her
employees and those of his/her subcontractors engaged in work at the site, in
accordance with State Workmen's Compensation Laws.
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 and 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.
15. BIDDER STATUS
INSTRUCTIONS TO BIDDERS CONTRACT NO. 1141 IB-10 of 10
AECOM #60743622 FY 2026 CIPP
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.
* * * END OF SECTION * * *
FORM OF BID CONTRACT NO. 1141 FB-1 of 4
AECOM #60743622 FY 2026 CIPP
FORM OF BID OR PROPOSAL
FY 2026 CIP Pipelining Phase VA
CONTRACT NO. 1141
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
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 AECOM 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 the FY 2026 CIP PIPELINING PHASE VA, CONTRACT
NO. 1141, all in accordance with the above-listed documents and for the unit prices for work in place
for the following items and quantities:
FY 2026 CIP Pipelining Phase VA
CONTRACT NO. 1141
Item Description Unit Estimated
Quantiles Unit Price Total Amount
BASE BID
A Mobilization LS 1 $ $
1 8" Diameter CIP Pipe Lining LF 16,074 $ $
2 10" Diameter CIP Pipe Lining LF 2,375 $ $
3 12" Diameter CIP Pipe Lining LF 999 $ $
4 18" Diameter CIP Pipe Lining LF 173 $ $
5 21” Diameter CIP Pipe Lining LF 336 $ $
6 Lateral Reinstatement EA 360 $ $
7 3-FT Lateral Grouting EA 360 $ $
8 Pipe Televising - 8" LF 32,148 $ $
9 Pipe Televising - 10" LF 4,750 $ $
10 Pipe Televising - 12" LF 1,998 $ $
11 Pipe Televising - 18" LF 346 $ $
12 Pipe Televising - 21” LF 672 $ $
13 Type A Pipe Cleaning - 8" LF 16,074 $ $
14 Type A Pipe Cleaning - 10" LF 2,375 $ $
15 Type A Pipe Cleaning - 12" LF 999 $ $
16 Type A Pipe Cleaning - 18" LF 173 $ $
17 Type A Pipe Cleaning - 21” LF 336 $ $
18 Type C Root Removal - 8"-10" LF 4,612 $ $
19 Type C Root Removal - 12"-15" LF 249 $ $
20 Type C Root Removal - 18”-21” LF 127 $ $
21 Type D Lumberjack - 8"-10" LF 4,612 $ $
FORM OF BID CONTRACT NO. 1141 FB-2 of 4
AECOM #60743622 FY 2026 CIPP
22 Type D Lumberjack - 12"-15" LF 249 $ $
23 Type D Lumberjack - 18”-21” LF 127 $ $
24 Protruding Taps Removal EA 20 $ $
BASE BID TOTAL $ $
BID ALTERNATE NO. 1 – DWG 22A
101 12" Diameter CIP Pipe Lining LF 604 $ $
102 Pipe Televising - 12" LF 1,208 $ $
103 Type A Pipe Cleaning - 12" LF 604 $ $
104 Type C Root Removal - 12"-15" LF 151 $ $
105 Type D Lumberjack - 12"-15" LF 151 $ $
BID ALTERNATE NO. 1 TOTAL $ $
ADDITIONAL RATES
Item Description Unit Estimated
Quantity Unit Price Total Price
301 8" Diameter CIP Pipe Lining LF 1 $ $
302 10" Diameter CIP Pipe Lining LF 1 $ $
303 12" Diameter CIP Pipe Lining LF 1 $ $
304 18" Diameter CIP Pipe Lining LF 1 $ $
305 21" Diameter CIP Pipe Lining LF 1 $ $
306 Type A Pipe Cleaning - 8" HR 50 $ $
307 Type A Pipe Cleaning - 10" HR 50 $ $
308 Type A Pipe Cleaning - 12" HR 50 $ $
309 Type A Pipe Cleaning - 18" HR 50 $ $
310 Type A Pipe Cleaning - 21” HR 50 $ $
311 Type C Root Removal - 8"-10" HR 50 $ $
312 Type C Root Removal - 12"-15" HR 50 $ $
313 Type C Root Removal - 18” - 21” HR 50 $ $
314 Type D Lumberjack - 8"-10" HR 50 $ $
315 Type D Lumberjack - 12"-15" HR 50 $ $
316 Type D Lumberjack - 18” - 21” HR 50 $ $
A table of expected cleaning times per segment shall be submitted to the Owner prior to beginning
work.
FORM OF BID CONTRACT NO. 1141 FB-3 of 4
AECOM #60743622 FY 2026 CIPP
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. THE CONTRACT
SHALL BE AWARDED ACCORDING TO THE BASE BID.
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 indicating Resident Bidder Certification (_________), or
Non-Resident Bidder Certification (________). (Mark one.)
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 bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with
this Form of Bid or Proposal. 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.
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.
FORM OF BID CONTRACT NO. 1141 FB-4 of 4
AECOM #60743622 FY 2026 CIPP
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.
THIS PAGE LEFT BLANK INTENTIONALLY
SALES TAX EXEMPTION CONTRACT NO. 1141 STE-1 of 1
AECOM #60743622 FY 2026 CIPP
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 CONTRACT NO. 1141 BB-1 of 1
AECOM #60743622 FY 2026 CIPP
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 pres-
ents 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 CONTRACT NO. 1141 NCA-1 of 2
AECOM #60743622 FY 2026 CIPP AND FORCE MAIN
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 CONTRACT NO. 1141 NCA-2 of 2
AECOM #60743622 FY 2026 CIPP AND FORCE MAIN
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 CONTRACT NO. 1141 EOC-1 of 2
AECOM #60743622 FY 2026 CIPP AND FORCE MAIN
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,
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1141 EOC-2 of 2
AECOM #60743622 FY 2026 CIPP AND FORCE MAIN
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 CONTRACT NO. 1141 TVI-1 of 1
AECOM #60743622 FY 2026 CIPP
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, about 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, 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:
BSF-1
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)
BSF-2
- 1 -
Revised February 2003
CONTRACTOR’S OR SUBCONTRACTOR’S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
( ) General Contractor
( ) Subcontractor
I. Section A to be completed by GENERAL CONTRACTORS only:
A.
Name of Company
Address of Company Zip
Telephone Number ( )
Federal ID Number (if no Federal ID Number, Owner/President’s Social Security Number)
Name of Project
Project Contract Number
Estimated Construction Work Dates /
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
Name of General or Prime Contractor
Name of Subcontractor
Subcontractor’s Address Zip
Subcontractor’s Telephone Number ( )
Subcontractor’s Federal ID Number (if no Federal ID Number Owner/President’s Social Security
Number)
Name of Equal Employment Officer
C. Remainder of program to be completed by party completing program, either Prime or
Subcontractor.
1. The Owners and/or Principals of your company:
- 2 -
Ethnic
Name Address Position Sex Origin
2. Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a branch or
subsidiary of a parent organization, give the following information:
Type of
Name Address Affiliation Degree
II. EMPLOYER’S POLICY (Please read carefully.)
A. We, the undersigned, recognize that we are morally and legally committed to
nondiscrimination in employment. Any person who applies for employment with our
company will not be discriminated against because of race, color, creed, sex, national
origin, economic status, age, mental or physical handicap.
B. The employment policies and practices of the undersigned are to recruit and hire
employees without discrimination, and to treat them equally with respect to compensation
and opportunities for advancement, including training, upgrading, promotion, and
transfer. However, we realize the inequities associated with employment training,
upgrading, contracting and subcontracting for minorities and women and we will direct
our efforts to correcting any deficiencies to the maximum extent possible. The same will
be required of our SUBCONTRACTORS and suppliers.
C. We submit this program to assure compliance with Executive Order 11246, as amended,
and other subsequent orders that may pertain to equal employment opportunity and merit
employment policies, fully realizing that our qualification and/or merit system should be
evaluated and revised, if necessary.
D. We agree to put forth the maximum effort to achieve full employment and utilization of
capabilities and productivity of all our citizens without regard to race, creed, color, sex,
national origin, economic status, age, and mental or physical handicap.
E. will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent
feasible.
III. AFFIRMATIVE ACTION
A. recognizes that the
(Name of Company)
- 3 -
effective application of a policy of merit employment involves more than just a policy
statement, and
(Name of Company)
will, therefore, re-evaluate our Affirmative Action Program to ensure that equal
employment opportunities are available on the basis of individual merit, and to actively
encourage minorities, women and local residents to seek employment with our company
on this basis.
B. will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
C. will take
(Name of Company)
whatever steps are necessary to ensure that our total work force has adequate minority,
female, and local representation. We will utilize the following methods in our recruitment
attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye Community College);
4. Job Service of Iowa; and
5. Other.
D. will seek qualified minority,
(Name of Company)
female, and local group applicants for all job categories and will make asserted efforts to
increase minority, female and group representation in occupations at the higher levels or
skill and responsibility.
E. All sources of employment used shall be aware that we are an Equal Employment
Opportunity Employer. Labor organizations representing our employees will be notified
of our Equal Employment Opportunity Policy and Affirmative Action Program.
F. Training, upgrading, promotion and transfer activities at all levels will be monitored to
ensure that full consideration has been given to qualified minority, female, and local
group employees.
G. will encourage other
(Name of Company)
companies with whom we are associated and/or do business, to do the same and we will
assist them in their efforts.
H. has taken the following
(Name of Company)
Affirmative Action to ensure that minority, female, local contractors and/or suppliers were
provided opportunities to negotiate and/or bid on this project: (if none, write "NONE")
1.
- 4 -
2.
I. As a result of the above efforts, we have involved minority, female, and local contractors
and/or suppliers in the following areas of subcontracting: (if none, write "NONE")
1.
2.
J. will require approved
(Name of Company)
Affirmative Action Programs from all nonexempt contractors who propose to work on this
project and will take whatever steps are necessary to ensure that non-minority
contractors have adequate representation of minority, female and local persons in their
total work force.
K. In further accordance with rules and guidelines issued pursuant to Executive Order
11246 as amended, we establish the goals for our company, based on parity
percentages supplied by the City, and we realize these goals will be reviewed on an
annual basis.
L. will keep records of
(Name of Company)
specific actions relative to recruitment, employment, training, upgrading and promotion
and will provide the City of Waterloo with any information relative to same, including
activities of our SUBCONTRACTORS and suppliers as necessary or when requested.
M. Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
N. Affirmative Action
(Name of Company)
Employment Goals:
The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and
inflexible quotas which must be met, but must be targets, reasonably attainable by means
of applying every good faith effort to make all aspects of the entire Affirmative Action
Program work."
For the year 201 , please submit percentage targets for employing minorities and
women. If you already have reached your target for hiring minorities and women, please
submit that percentage.
*Goals for Minorities: %
Goals for Women: %
*Your affirmative action goals should be between 1% and 10% or more for minorities and
1% and 5% or more for women.
Please be advised that the goals or targets are purely your estimation of how many
women and minorities your company can reasonably expect to hire in 201 . Note, that
none of the goals are rigid or inflexible. They are targets that your company calculates as
reasonably attainable. This will help the City in its monitoring procedures as required by
City of Waterloo Resolution No. 1984-142(4).
- 5 -
CONTRACTOR’S TOTAL WORK FORCE
(WATERLOO)
NAME AND ADDRESS
JOB CATEGORY
RACE
SEX
HOURLY
WAGE
INDICATE: DISABLED VETERAN: DV
VIETNAM ERA VETERAN: VV
HANDICAPPED: H
- 6 -
We hereby certify that we are in compliance with all City and Federal Affirmative Action
Regulations and agree to accept all liability for failure to comply.
Respectfully submitted,
By:
Company Executive
Date
By:
Equal Employment
Opportunity Officer
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
- 7 -
DESCRIPTION OF JOB CATEGORIES
1. Officials/Manager: Occupations in which employees set broad policies, exercise overall
responsibility for execution of all policies, or direct individual departments or special phases of the
agency’s operations or provide specialized consultation on a regional, district or area basis.
Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers,
examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and
inspectors and kindred workers.
2. Professionals: Occupations which require specialized and theoretical knowledge which is
usually required through college training or thorough work experience and other training which
provides comparable knowledge. Includes: personnel and labor relations workers, social workers,
doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts,
accountants, engineers, employment and vocational rehabilitation counselors, teachers or
instructors, police and fire captains and lieutenants and kindred workers.
3. Technicians: Occupations which require a combination of basic scientific or technical knowledge
and manual skill which can be obtained through specialized post-secondary school education and
through equivalent on-the-job training. Includes: computer programmers and operations,
draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical
illustrators, police and fire sergeants and kindred workers.
4. Office/Clerical: Workers are responsible for internal and external communication, recording and
retrieval of data and/or information and other paper work required in an office. Includes:
bookkeepers, messengers, office machine operators, clerk-typists, stenographers, court
transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks
and kindred workers.
5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough
and comprehensive knowledge of the processes involved in the work which is acquired through
on-the-job training programs. Includes: Mechanics and repairman, electricians, heavy equipment
operators, stationary engineers, skilled machine occupations, carpenters, compositors and
typesetters and kindred workers.
6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes:
advertising agents and salesman, insurance agents and brokers, real estate agents and brokers,
stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier
checkers, and kindred workers.
7. Operatives (semi-skilled): Workers who operate machine or processing equipment or perform
other factory-type duties of intermediate skill level which can be mastered in a few weeks and
require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades,
metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades,
etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and
furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and
laborers, motormen, oilers and greasers, (except auto painters), (except construction and
maintenance), photographic process workers, stationary fireman, truck and tractor drivers,
weavers, (textile), welders and flame cutters and kindred workers.
8. Laborers (unskilled): Workers in manual occupations which generally require no special
training. Perform elementary duties that may be learned in few days and require the application
of little or no independent judgment. Includes: garage laborers, car washers and greasers,
gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen,
craftsmen and woodchoppers, laborers performing lifting, digging, mixing, loading and pulling
operations and kindred workers.
- 8 -
9. Apprentices: Persons employed in a program including work training and related instruction to
learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is
registered with a Federal or State agency.
10. Trainees (on-the-job): Production. Persons in formal training for craftsmen when not trained
under apprentice programs--operative laborer, and service occupations.
White Collar. Persons engaged in formal training for clerical, managerial, professional, technical,
sales, office and clerical occupations.
MBE/WBE PARTICIPATION CONTRACT NO. 1141 M-1 of 7 AECOM #60743622 FY 2026 CIPP
ITEMS OF POTENTIAL MBE/WBE PARTICIPATION
NOTICE TO PROSPECTIVE BIDDERS:
The following are items from the FY 2026 CIP PIPELINING PHASE VA, CONTRACT NO. 1141, project
that have a potential for MBE/WBE Participation. This listing, however, is not intended to be all
encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a
Subcontractor or the entire Proposal as a Prime Contractor.
Item Description Unit Estimated
Quantiles Unit Price Total Amount
BASE BID
A Mobilization LS 1 $ $
1 8" Diameter CIP Pipe Lining LF 16,074 $ $
2 10" Diameter CIP Pipe Lining LF 2,375 $ $
3 12" Diameter CIP Pipe Lining LF 999 $ $
4 18" Diameter CIP Pipe Lining LF 173 $ $
5 21” Diameter CIP Pipe Lining LF 336 $ $
6 Lateral Reinstatement EA 360 $ $
7 3-FT Lateral Grouting EA 360 $ $
8 Pipe Televising - 8" LF 32,148 $ $
9 Pipe Televising - 10" LF 4,750 $ $
10 Pipe Televising - 12" LF 1,998 $ $
11 Pipe Televising - 18" LF 346 $ $
12 Pipe Televising - 21” LF 672 $ $
13 Type A Pipe Cleaning - 8" LF 16,074 $ $
14 Type A Pipe Cleaning - 10" LF 2,375 $ $
15 Type A Pipe Cleaning - 12" LF 999 $ $
16 Type A Pipe Cleaning - 18" LF 173 $ $
17 Type A Pipe Cleaning - 21” LF 336 $ $
18 Type C Root Removal - 8"-10" LF 4,612 $ $
19 Type C Root Removal - 12"-15" LF 249 $ $
20 Type C Root Removal - 18”-21” LF 127 $ $
21 Type D Lumberjack - 8"-10" LF 4,612 $ $
22 Type D Lumberjack - 12"-15" LF 249 $ $
23 Type D Lumberjack - 18”-21” LF 127 $ $
24 Protruding Taps Removal EA 20 $ $
BASE BID TOTAL $ $
BID ALTERNATE NO. 1 – DWG 22A
101 12" Diameter CIP Pipe Lining LF 604 $ $
102 Pipe Televising - 12" LF 1,208 $ $
103 Type A Pipe Cleaning - 12" LF 604 $ $
104 Type C Root Removal - 12"-15" LF 151 $ $
105 Type D Lumberjack - 12"-15" LF 151 $ $
MBE/WBE PARTICIPATION CONTRACT NO. 1141 M-2 of 7 AECOM #60743622 FY 2026 CIPP
BID ALTERNATE NO. 1 TOTAL $ $
ADDITIONAL RATES
Item Description Unit Estimated
Quantity Unit Price Total Price
301 8" Diameter CIP Pipe Lining LF 1 $ $
302 10" Diameter CIP Pipe Lining LF 1 $ $
303 12" Diameter CIP Pipe Lining LF 1 $ $
304 18" Diameter CIP Pipe Lining LF 1 $ $
305 21" Diameter CIP Pipe Lining LF 1 $ $
306 Type A Pipe Cleaning - 8" HR 50 $ $
307 Type A Pipe Cleaning - 10" HR 50 $ $
308 Type A Pipe Cleaning - 12" HR 50 $ $
309 Type A Pipe Cleaning - 18" HR 50 $ $
310 Type A Pipe Cleaning - 21” HR 50 $ $
311 Type C Root Removal - 8"-10" HR 50 $ $
312 Type C Root Removal - 12"-15" HR 50 $ $
313 Type C Root Removal - 18” - 21” HR 50 $ $
314 Type D Lumberjack - 8"-10" HR 50 $ $
315 Type D Lumberjack - 12"-15" HR 50 $ $
316 Type D Lumberjack - 18” - 21” HR 50 $ $
A table of expected cleaning times per segment shall be submitted to the Owner prior to beginning
work.
MBE/WBE GOALS FOR THIS PROJECT
IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two
percent (2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed
with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre-Bid Contact
Information Form must be filled out completely.
City of Waterloo Contract Compliance Officer:
Contract Compliance Officer
Community Development Board
Carnegie Annex, Suite 202
620 Mulberry Street
Waterloo, IA 50703
Phone: (319) 291-4429
MBE/WBE PARTICIPATION CONTRACT NO. 1141 M-3 of 7 AECOM #60743622 FY 2026 CIPP
SUBCONTRACTOR’S BID REQUEST FORM
PRIME BIDDER’S LETTERHEAD
Contract No.: ____________________________________
Letting Date: ______________________________________
I, (subcontractor’s name), hereby attest that I have been solicited for a bid on (project name) in the area
of (description of work and bid item no.).
(Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must
be submitted to the company office by (date) and (time).
Subcontractor’s Company Name
Date Subcontractor’s Signature
Date Prime Bidder’s Signature
MBE/WBE PARTICIPATION CONTRACT NO. 1141 M-4 of 7 AECOM #60743622 FY 2026 CIPP
LETTER TO BE USED WHEN SOLICITING FOR
SUBCONTRACTOR QUOTES
Subcontractor Company Name
Address
RE: Contract No.: ________________________________
Dear __________________________:
(Prime Contractor's Company Name) is presently soliciting for the following work in connection with the
above referenced project.
(Insert bid Item Nos. and Description of Work)
(Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not
be discriminated against due to race, religion, color, sex, or origin.
If interested in bidding your proposal must be turned into this office by
Date
and ______________________.
(Time)
Sincerely,
(Prime Contractor's Representative)
Form CCO- 3 (11/28/2001)
MBE/WBE PARTICIPATION CONTRACT NO. 1141 M-5 of 7 AECOM #60743622 FY 2026 CIPP
LETTER OF INTENT TO BID
(MBE/WBE LETTER)
According to the Current MBE/WBE Contract Compliance Program - 2002, all MBE/WBE Contractors
interested in submitting subcontractor quotes on construction projects with goals, MUST submit a
LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days
prior to bid opening.
The LETTER OF INTENT TO BID must list the specific items which the MBE/WBE Contractor is
interested in bidding.
Letter should include the following:
Name of Project:
Your Company Name:
Address:
Phone: Date:
List of Specific items to be bid:
Item No. ________ Description:_____________________________________
Item No. ________ Description:_____________________________________
Item No. ________ Description:_____________________________________
Item No. ________ Description:_____________________________________
Item No. ________ Description:_____________________________________
________________________________________________________________
(Subcontractor's Company Name and authorized signature)
Return this LETTER OF INTENT TO BID to:
Contract Compliance Officer
Community Development Board
620 Mulberry St.
Carnegie Annex, Suite 202
Waterloo, IA 50703
Phone: (319) 291-4429
Form CCO-5 (06-20-2002)
MBE/WBE PARTICIPATION CONTRACT NO. 1141 M-6 of 7 AECOM #60743622 FY 2026 CIPP
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the
performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation and must make
good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to
demonstrate good faith efforts in accordance with this policy:
1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on
Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to
disadvantaged business enterprise vendors.
2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in
the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is
required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the
certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the
City of Waterloo.
4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBE/WBE
business contacted:
a. A copy of the bid received from the MBE/WBE, OR
b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached.
5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or was non-responsive.
c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall
program goals.
Subcontractors Responsibilities:
1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract
Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract
Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly.
Agreements between the bidder/proposer and an MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other
bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02
MBE/WBE PARTICIPATION CONTRACT NO. 1141 M-7 of 7 AECOM #60743622 FY 2026 CIPP
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: __________________________________ Project: ___________________________ Letting Date: ______________
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature: ____________________________________ Title: ______________________________ Date: ______________________
SUBCONTRACTORS APPLICABLE: You are required, for your bid to be considered responsive, to provide the information on this form showing
ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be
directed to Contract Compliance Office 319-291-4429.
You are required, for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise
contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE
firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No Dates
Contacted
Yes/No Dollar Amount Proposed to
be Subcontracted
(Form CCO-4) Rev. 06-20-02
Updated 4-11-2022
CERTIFIED MBE CONTRACTORS
CARTER ELECTRIC
725 Adams Street
Waterloo, IA 50703
Phone: (319) 232-9808
Pager: (319) 235-4021
Contact: Derrick Carter
Specializing in:
ELECTRICAL CONTRACTOR
DANIELS HOME IMPROVEMENT
339 Albany Street
Waterloo, IA 50703
Phone: (319) 961-1659
Contact: Sammy Daniels
Specializing in:
ALL TYPES OF CONCRETE FLATWORK, POURED WALLS—ALL TYPES, FOOTINGS, LIGHT
DEMOLITION
D.C. CORPORATION
426 Beech Street
Waterloo, IA 50703
Phone: (319) 493-2542
FAX: (319) 236-0515
Contact: Terry Phillips
Certified: City of Waterloo Certified MBE, TSB Certified
Specializing in:
COMMERCIAL AND RESIDENTIAL DEMOLITION, CONCRETE PAVING, DRIVEWAYS,
TRUCKING (ALL TYPES), GENERAL CONSTRUCTION
QUICK CONSTRUCTION
217 Bates Street
Waterloo, IA 50703
Phone: (319) 215-4166
Contact: Leroy Harrington
Specializing in:
ALL TYPES OF CONCRETE FLATWORK AND GENERAL CONSTRUCTION
Updated 4-11-2022
E. CASTRO ROOFING
702 Riehl Street
Waterloo, IA 50701
Phone: (319) 215-5683
Contact: Emillio Castro
Specializing in:
ROOFING, SIDING, GENERAL CONSTRUCTION
JASON’S INDOOR AND OUTDOOR
700 Bishop Avenue
Waterloo, IA 50707
Phone: (908) 675-7725
Contact: Jason Burt
Specializing in:
GENERAL CONSTRUCTION
CERTIFIED WBE CONTRACTORS
* DENOTES WOMEN BUSINESS ENTERPRISE
Rudy D. Jones, Community Development Director
Contract Compliance Office
Community Development Board
Carnegie Annex, Suite 202
620 Mulberry Street
Waterloo, Iowa 50703
319-291-4429 phone
319-291-4431 fax
STATEMENT OF BIDDER'S QUALIFICATIONS CONTRACT NO. 1141 SBQ-1 of 2
AECOM #60743622 FY 2026 CIPP AND FORCE MAIN
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? _________________
STATEMENT OF BIDDER'S QUALIFICATIONS CONTRACT NO. 1141 SBQ-2 of 2
AECOM #60743622 FY 2026 CIPP AND FORCE MAIN
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.
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 .
(Name of Organization)
and that the answers to the foregoing questions and all statements therein contained are true and correct.
Subscribed and sworn to before me this _______ day of , 20__.
Notary Public
My commission expires _____________________, ______.
SPECIAL PROVISIONS CITY CONTRACT NO. 1141 GSP-1 of 4
AECOM #60743622 FY 2026 CIPP
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 FY 2026 CIP PIPELINING PHASE VA,
CONTRACT NO. 1141, 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 January 6, 2026. They have the general title of FY 2026 CIP PIPELINING PHASE VA,
CONTRACT NO. 1141.
The drawings are numbered and separately entitled as follows:
The Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction,
Series of 2026, plus the applicable General Supplemental Specifications and the 2026 Iowa Statewide
Urban Specifications, also known as SUDAS, shall apply to construction work. These standard
specifications are amended by the City of Waterloo Supplemental Specifications to the 2026 edition of
SUDAS.
DRAWING NO. DESCRIPTION
TITLE SHEET AND LOCATION MAP
OV 16 PROJECT OVERVIEW
OV 10 BID ALTERNATE OVERVIEW
1 SERVICE AREA NO. 16
2 SERVICE AREA NO. 16
3 SERVICE AREA NO. 16
4 SERVICE AREA NO. 16
5 SERVICE AREA NO. 16
6 SERVICE AREA NO. 16
7 SERVICE AREA NO. 16
8 SERVICE AREA NO. 16
9 SERVICE AREA NO. 16
10 SERVICE AREA NO. 16
11 SERVICE AREA NO. 16
12 SERVICE AREA NO. 16
13 SERVICE AREA NO. 16
14 SERVICE AREA NO. 16
15 SERVICE AREA NO. 16
16 SERVICE AREA NO. 16
17 SERVICE AREA NO. 16
18 SERVICE AREA NO. 16
19 SERVICE AREA NO. 16
20 SERVICE AREA NO. 16
21 SERVICE AREA NO. 16
22A BID ALTERNATE NO. 1 – SERVICE AREA 10
SPECIAL PROVISIONS CITY CONTRACT NO. 1141 GSP-2 of 4
AECOM #60743622 FY 2026 CIPP
Any specifications that supersede the Iowa DOT, SUDAS and City of Waterloo Specifications are listed in
the Special Provisions.
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. Rubble, rubbish, trees, brush,
and other unsuitable backfill material, as designated by the City, 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 non-salvageable 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
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.
SPECIAL PROVISIONS CITY CONTRACT NO. 1141 GSP-3 of 4
AECOM #60743622 FY 2026 CIPP
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 a detailed estimate giving a complete
breakdown of the lump sum contract prices. The submitted breakdown shall be approved by the
City 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 shall approve Contractor's work schedule prior to starting. All revisions shall also be
approved. The City may change the schedule to accommodate changing construction conditions.
The contractor shall submit the work schedule to the City at the preconstruction conference for
approval. The City shall approve Contractor's work schedule prior to starting. All revisions shall
also be approved. The City 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 after receipt of the "Notice to Proceed" and at the date
approved on the submitted schedule. The contractor shall diligently execute the work of the
contract to completion once work commences.
12. PRE-CONSTRUCTION CONFERENCE
Before any work is started, the Contractor shall arrange with the City to hold a pre-construction
conference for the purpose of discussing the contract.
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.
SPECIAL PROVISIONS CITY CONTRACT NO. 1141 GSP-4 of 4
AECOM #60743622 FY 2026 CIPP
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 (INCIDENTAL)
The Contractor shall 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 Contract Documents 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 necessary for completion of this project shall be considered incidental to
contract bid items.
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 shown on the drawings,
and he shall report any errors or inconsistencies in the same to the City 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.
SPECIAL PROVISIONS CITY CONTRACT NO. 1141 SP-1 of 5
AECOM #60743622 FY 2026 CIPP
SPECIAL PROVISIONS
1. TRAFFIC CONTROL -- IMPROPER MAINTENANCE
The Engineer, or authorized representative, shall periodically review traffic control that has been
put in place by the Contractor. If traffic control devices are found to be without proper
maintenance, penalties shall be assessed. Improper maintenance shall include, but not be
limited to, the following situations:
A. Less than 100 percent of lights in working order.
B. Any barricade or sign moved or tipped over.
C. Fencing not supported in a vertical position.
D. Fencing not placed around excavations when workers/equipment is not working at the
location.
E. Lack of proper barricades or signage.
Each incident is treated as a separate citation on an individual basis. It is not intended that minor
deficiencies be price adjusted if corrected the day notification is given. In addition to a price
adjustment, the Engineer may suspend work for irresponsible and/or repeated failure to construct
the project using proper traffic control procedures.
Penalties: 1st Offense Written Warning Given by City
2nd Offense $ 100
3rd Offense $ 250
4th Offense $ 500
5th Offense $1,000
6th Offense Engineer's Discretion (Amount
or more Equal or Greater Than $1,000)
2. 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 $500.00 per
day, for each day, as further described herein, more than 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, Sundays 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.
SPECIAL PROVISIONS CITY CONTRACT NO. 1141 SP-2 of 5
AECOM #60743622 FY 2026 CIPP
3. HAUL ROUTES
Haul routes to and from the project site shall be submitted for review by the Engineer. In general,
the Contractor shall request haul routes over the main streets in the area, staying on streets
within the project as much as possible and should not include truck-embargoed streets.
4. STANDARD SPECIFICATIONS
The Standard Specifications, which are referenced in the contract documents, are designated as
follows:
SUDAS STANDARD SPECIFICATIONS - "2026 Standard Specifications for the Iowa Statewide
Urban Design and Specifications Program" (unless otherwise noted) and current revisions
thereof.
WATERLOO STANDARD SPECIFICATIONS - “Standard Specifications for Municipal Public
Works Construction, City of Waterloo, Iowa.”
5. PERCENT OF CONTRACT TO BE PERFORMED BY CONTRACTOR
A. The prime contractor shall be required to perform at least 35 percent of the total contract
amount of the project.
6. SPECIAL PROVISIONS
Standard Specifications are amended by the following additions. These are Special Provisions
and shall prevail over those published in the Standard Specifications.
Section 01 10 10 Summary of Work
Section 01 22 13 Measurements and Payments
Section 33 01 31 Cured-In-Place Pipe Sewer Lining
7. QUANTITY ADJUSTMENTS
The following Bid Items are exempted from consideration under the provisions of Section B.
“Scope of Work,” paragraph 7 of the “General Specifications for Construction” concerning the
variance of the “As-Built” quantity of the listed item by more than twenty (20%) percent from the
estimated quantity specified in the contract.
Item Description Unit Estimated
Quantiles Unit Price Total Amount
BASE BID
A Mobilization LS 1 $ $
1 8" Diameter CIP Pipe Lining LF 16,074 $ $
2 10" Diameter CIP Pipe Lining LF 2,375 $ $
3 12" Diameter CIP Pipe Lining LF 999 $ $
4 18" Diameter CIP Pipe Lining LF 173 $ $
5 21” Diameter CIP Pipe Lining LF 336 $ $
6 Lateral Reinstatement EA 360 $ $
7 3-FT Lateral Grouting EA 360 $ $
8 Pipe Televising - 8" LF 32,148 $ $
9 Pipe Televising - 10" LF 4,750 $ $
SPECIAL PROVISIONS CITY CONTRACT NO. 1141 SP-3 of 5
AECOM #60743622 FY 2026 CIPP
10 Pipe Televising - 12" LF 1,998 $ $
11 Pipe Televising - 18" LF 346 $ $
12 Pipe Televising - 21” LF 672 $ $
13 Type A Pipe Cleaning - 8" LF 16,074 $ $
14 Type A Pipe Cleaning - 10" LF 2,375 $ $
15 Type A Pipe Cleaning - 12" LF 999 $ $
16 Type A Pipe Cleaning - 18" LF 173 $ $
17 Type A Pipe Cleaning - 21” LF 336 $ $
18 Type C Root Removal - 8"-10" LF 4,612 $ $
19 Type C Root Removal - 12"-15" LF 249 $ $
20 Type C Root Removal - 18”-21” LF 127 $ $
21 Type D Lumberjack - 8"-10" LF 4,612 $ $
22 Type D Lumberjack - 12"-15" LF 249 $ $
23 Type D Lumberjack - 18”-21” LF 127 $ $
24 Protruding Taps Removal EA 20 $ $
BASE BID TOTAL $ $
BID ALTERNATE NO. 1 – DWG 22A
101 12" Diameter CIP Pipe Lining LF 604 $ $
102 Pipe Televising - 12" LF 1,208 $ $
103 Type A Pipe Cleaning - 12" LF 604 $ $
104 Type C Root Removal - 12"-15" LF 151 $ $
105 Type D Lumberjack - 12"-15" LF 151 $ $
BID ALTERNATE NO. 1 TOTAL $ $
ADDITIONAL RATES
Item Description Unit Estimated
Quantity Unit Price Total Price
301 8" Diameter CIP Pipe Lining LF 1 $ $
302 10" Diameter CIP Pipe Lining LF 1 $ $
303 12" Diameter CIP Pipe Lining LF 1 $ $
304 18" Diameter CIP Pipe Lining LF 1 $ $
305 21" Diameter CIP Pipe Lining LF 1 $ $
306 Type A Pipe Cleaning - 8" HR 50 $ $
307 Type A Pipe Cleaning - 10" HR 50 $ $
308 Type A Pipe Cleaning - 12" HR 50 $ $
309 Type A Pipe Cleaning - 18" HR 50 $ $
310 Type A Pipe Cleaning - 21” HR 50 $ $
311 Type C Root Removal - 8"-10" HR 50 $ $
312 Type C Root Removal - 12"-15" HR 50 $ $
313 Type C Root Removal - 18” - 21” HR 50 $ $
SPECIAL PROVISIONS CITY CONTRACT NO. 1141 SP-4 of 5
AECOM #60743622 FY 2026 CIPP
314 Type D Lumberjack - 8"-10" HR 50 $ $
315 Type D Lumberjack - 12"-15" HR 50 $ $
316 Type D Lumberjack - 18” - 21” HR 50 $ $
A table of expected cleaning times per segment shall be submitted to the Owner prior to beginning
work.
8. SHOP DRAWINGS, CERTIFICATES, AND EQUIPMENT LISTS
A. Submission of Drawings:
1. The Contractor shall submit to the Engineer all shop drawings and equipment
drawings or lists as called for in the contract documents or as requested by the
Engineer. Drawings and listings shall be complete and shall contain all required
detail information conveyed according to the latest recommended standards for
detailing.
2. The Contractor shall make any corrections required by the Engineer and submit the
revised shop or equipment drawings or listings for review. After review by the
Engineer, the shop or equipment drawings or listings will be so marked, dated,
signed by the Engineer, and forwarded to the Contractor for reproduction and
distribution.
B. Submission of Equipment Lists:
1. If requested in the contract documents, as soon as practicable after award of
contract and before any items of material or equipment are purchased, the
Contractor shall submit to the Engineer for review a complete list of the principal
fixtures and equipment to be incorporated into the work.
2. The Contractor shall also submit applicable brochures, technical data, catalogs,
cuts, diagrams, manufacturer's drawings and installation instructions, samples if
required, and other descriptive data including the complete description, trade
name, model number, type, size, and rating.
C. Engineer’s Review:
1. Review by the Engineer shall not be construed as a complete check but will
indicate only that the general method of construction and detail is satisfactory. The
Engineer assumes no responsibility for errors in dimensions in the shop drawings
and assumes the Contractor will use material complying with requirements of the
contract documents or, where not specified, those of sound and reasonable quality,
and will erect the subjects of such shop drawings according to recognized
standards of first quality work or, when specified, according to standards of the
contract documents.
2. Any work done or material ordered by the Contractor prior to review by the
Engineer shall be at the Contractor's risk.
SPECIAL PROVISIONS CITY CONTRACT NO. 1141 SP-5 of 5
AECOM #60743622 FY 2026 CIPP
9. PROJECT RECORD DOCUMENTS
A. Maintain at the project site one record copy of the drawings, project manual, addenda,
change orders and other modifications to contract, field orders or clarifications, shop
drawings, field test records, and associated permits.
B. Provide one marked up set of drawings to Engineer at substantial completion for use in
preparation of record drawings.
C. Maintain record documents in clean dry, legible condition and in good order. Do not use
record documents for construction purposes. Make record documents available for
inspection by Engineer.
* * * END OF SECTION * * *
FOR:
01 11 18-1 FY 2026 CIPP VA – 60743622
SECTION 01 11 18
SUMMARY OF WORK
PART 1 GENERAL
1.01 SUMMARY
A. Work of this Contract entails construction of Cured-In-Place Pipelining (CIPP) sanitary sewer lining
located in the City of Waterloo, identified as Sewer Service Area 16 (SA16), as shown on the
Drawings. The project includes cleaning, root removal, televising, CIP pipelining and lateral
grouting of the following quantities:
8-Inch Diameter CIPP – 16,074 LF
10-Inch Diameter CIPP – 2,375 LF
12-Inch Diameter CIPP - 999 LF
18-Inch Diameter CIPP – 173 LF
21-Inch Diameter CIPP – 336 LF
Laterals - 360 EA
1.02 DEFINITIONS
A. Standard Specifications: SUDAS 2026 Edition, except where otherwise noted.
1.03 FORM OF SPECIFICATIONS
A. These Specifications are written in imperative and abbreviated form. Imperative language of
Specification sections is directed at CONTRACTOR, unless specifically noted otherwise.
Incomplete sentences in Specifications shall be completed by inserting “shall,” “CONTRACTOR
shall,” “shall be,” and similar mandatory phrases by inference in same manner as they are applied
to notes on Drawings. Words “shall be” shall be supplied by inference where colon (:) is used
within sentences or phrases. Except as worded to contrary, fulfill (perform) indicated requirements
whether stated imperatively or otherwise.
B. Items of Work are specified by section. Specifications or requirements of one or more sections
may apply or be referenced in other sections.
C. Provide Work described and comply with requirements stated in each Specification section and
Drawings unless specifically assigned to other Contractors or OWNER.
1.04 CONTRACTS
A. Perform Work under unit price Contract(s) with OWNER.
1.05 MILESTONES (WORK SEQUENCE)
A. Construct Work in stages to provide for public convenience.
1. Do not close off public use of facilities until completion of one stage of construction provides
alternative usage.
2. Stages of construction are those indicated on Drawings.
1.06 CONTRACTOR’S USE OF PREMISES
A. Limit use of premises for Work and storage to allow for following.
FOR:
01 11 18-2 FY 2026 CIPP VA – 60743622
1. Public use.
B. Conduct operations to ensure least inconvenience to general public. Coordinate use of premises
with OWNER.
C. Assume full responsibility for protection and safekeeping of products under this Contract.
D. Obtain and pay for use of additional storage or Work areas needed for operations at no additional
cost to OWNER.
E. Confine operations to areas within Contract limits indicated. Do not disturb portions of site beyond
areas in which Work is indicated.
F. Keep driveways, roads, and entrances serving premises clear and available to OWNER and public
at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to
minimize space and time requirements for storage of materials and equipment on Site.
1.07 EASEMENTS, LICENSES, AND PERMITS
A. Easements, construction licenses, and permits obtained for Work shown on Drawings.
1. OWNER has copies of documents on file for review.
2. Comply with provisions of easements, licenses, and permits.
3. Obtain additional construction licenses necessary to complete Work.
4. Easements and are shown on Drawings.
5. Perform construction within existing rights-of-way or within limits of easements.
6. Obtain written authorization from affected property owners or maintaining authorities if
construction is outside these areas.
7. Comply with requirements of OWNERS or maintaining authorities.
8. Obtain written approval of restoration from easement and construction license grantors
shown on Drawings.
1.08 STAKING
A. Proposed Work will be staked once, by ENGINEER, at no expense to CONTRACTOR. Should
CONTRACTOR request restaking, this Work will be done as ENGINEER’S schedule permits and at
expense of CONTRACTOR. Notify ENGINEER at least 3 days prior to start of open-cut work or 7
days prior to start of jacked or augered work and when making periodic requests for line and grade
stakes.
1. ENGINEER will provide one line of survey stakes for utility work and prepare separate cut
sheets where multiple pipes are located in common trench.
2. CONTRACTOR shall maintain survey stakes.
PART 2 PRODUCTS
(Not Used)
PART 3 EXECUTION
(Not Used)
* * * END OF SECTION * * *
FOR:
01 22 13-1 FY 2026 CIPP VA – 60743622
SECTION 01 22 13
MEASUREMENTS AND PAYMENTS
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. This section identifies Bid items by number and lists applicable Specification sections and method
of payment and measurement.
B. Provide labor, materials, equipment, supervision, and other services to construct each Bid item as
required by Contract Documents.
C. Payment for all items shall be quantity shown on bid schedule unless dimensions of work are
revised by OWNER through change order or unless subsequent recompilation shows plan quantity
to be incorrect.
D. Payment for all items will be made based on amount of work completed at time of pay request.
1.02 DESCRIPTION OF BID ITEMS - GENERAL
A. Bid Item No. A: Mobilization
1. Measurement and payment in accordance with SUDAS 11,020.
B. Bid Item No. 1: 8” CIPP,
Bid Item No. 2: 10” CIPP,
Bid Item No. 3 and 101: 12” CIPP
Bid Item No. 4: 18” CIPP
and
Bid Item No. 5: 21” CIPP,
1. Includes furnishing and installation of Pipelining in accordance with SECTION 33 01 31
CURED-IN-PLACE PIPE SEWER LINING, SUDAS 4050, and the drawings.
2. Incidentals to this Bid Item:
a. Any Pipelining inside manholes (thru flow trough)
b. All work other work necessary to line each pipe segment from manhole to manhole
3. Not included with this Bid Item:
a. Pipe Televising.
b. Pipe Cleaning.
c. Type C Root Removal.
d. Type D Lumberjacking.
4. Measurement by the number of Lineal Feet of Pipelining installed from manhole pipe
opening to manhole pipe opening.
C. Bid Item Nos. 6: Lateral Reinstatement
and
Bid Item Nos. 7: Lateral Grouting
1. Includes reinstating all active laterals in accordance with SECTION 33 01 31 CURED-IN-
PLACE PIPE SEWER LINING and SUDAS 4050.
2. Measurement and payment based on bid price for each individual Lateral Reinstatement.
FOR:
01 22 13-2 FY 2026 CIPP VA – 60743622
D. Bid Item No. 8 : Pipe Televising - 8”,
Bid Item No. 9: Pipe Televising - 10”,
Bid Item Nos. 10 and 102: Pipe Televising – 12”,
Bid Item No. 11: Pipe Televising – 18”,
and
Bid Item No. 10: Pipe Televising – 21”,
1. Includes documenting the Pre-Televising and Post-Televising of the sanitary sewer in
accordance with SECTION 33 01 31 CURED-IN-PLACE PIPE SEWER LINING, SUDAS
4050 and 4060, and the drawings.
2. Measurement and payment based on Lineal Feet of cleaning.
E. Bid Item No. 13: Pipe Cleaning - 8”,
Bid Item No. 14: Pipe Cleaning - 10”,
Bid Item No. 15 and 103: Pipe Cleaning – 12”,
Bid Item No. 16: Pipe Cleaning – 18”,
and
Bid Item No. 17: Pipe Cleaning - 21”,
1. Includes sanitary sewer pipe cleaning in accordance with SECTION 33 01 31 CURED-IN-
PLACE PIPE SEWER LINING, SUDAS 4050, SUDAS 4060, and the drawings.
2. Measurement and payment based on Lineal Feet of cleaning.
F. Bid Item No. 18: Type C Root Removal - 8”-10”,
Bid Item No. 19 and 104: Type C Root Removal – 12”-15”,
and
Bid Item No. 20: Type C Root Removal - 18”-21”,
1. Includes root removal in accordance with SECTION 33 01 31 CURED-IN-PLACE PIPE
SEWER LINING, SUDAS 4050, SUDAS 4060, and the drawings.
2. Quantity is estimated based on 50% of the CIPP installed per diameter.
3. Measurement and payment based on Lineal Feet of cleaning.
G. Bid Item No. 21: Type D Lumberjack - 8”-10”,
Bid Item No. 22 and 105: Type D Lumberjack – 12” – 15”,
and
Bid Item No. 23: Type D Lumberjack - 18”-21”,
1. Includes root removal in accordance with SECTION 33 01 31 CURED-IN-PLACE PIPE
SEWER LINING, SUDAS 4050, SUDAS 4060, and the drawings.
2. Quantity is estimated based on 50% of the CIPP installed per diameter.
3. Measurement and payment based on Lineal Feet of cleaning.
H. Bid Item Nos. 24 and 106: Protruding Taps Removal
1. Includes root removal in accordance with SECTION 33 01 31 CURED-IN-PLACE PIPE
SEWER LINING, SUDAS 4050, SUDAS 4060, and the drawings.
2. Measurement and payment based on Each Protruding Tap Removed.
I. Bid Item No. 301-316: Additional Rates
1. INCLUDES ALL WORK as described in the pipe cleaning, root removal and lumberjacking as
described above.
2. These bid items are for cleaning outside of what is expected as part of your bid. The
Contactor shall submit a table of expected cleaning times per segment before work begins to
the City.
3. The use of these rates must be approved by the City prior to the extra cleaning work begins.
FOR:
01 22 13-3 FY 2026 CIPP VA – 60743622
The procedure is described on Plan Sheet No. 1 Plan Note 2.
4. Measurement and Payment is based on Per Hour.
* * * END OF SECTION * * *
FOR:
33 01 31-1 FY 2026 CIPP VA - 60743622
SECTION 33 01 31
CURED-IN-PLACE PIPE SEWER LINING
PART 1 GENERAL
1.01 SUMMARY
A. Section Includes:
1. Installation of cured-in-place pipe liner into existing sewer, including pipeline cleaning,
internal inspections, flow control, obstruction removal, reconnection of existing active service
laterals, testing, cleanup, restoration and associated Work.
B. Measurement and Payment:
1. See Specification Section 01 22 13.
C. This Specification Section shall be supplemented by SUDAS Section 4050.
1.02 PERFORMANCE REQUIREMENTS
A. Design Criteria:
1. Design cured-in-place liner thickness in accordance with ASTM F1216 and following
additional requirements:
a. Design Safety Factor 2.0
b. Creep Retention Factor 50%
c. Ovality 2% or As Measured by Field Inspection
d. Constrained Soil Modulus: 1,000 PSI
e. Groundwater Depth: 2’ Above the Invert of the Pipe
f. Soil Depth: Distance from Surface Elevation to Invert of Pipe
g. Live Load Highway
h. Soil Load (Assumed) 120 lb/cu. Ft.
i. Minimum Service Life 50 Years
2. Bond between layers shall be strong and uniform. Layers, after cure, shall form one
homogeneous structural pipe wall with no part of tube left unsaturated by resin.
1.03 SUBMITTALS
A. Product Data:
1. Manufacturer's literature and product certification for materials used in liner.
B. Miscellaneous: FLASH DRIVE, INCLUDING THE FOLLOWING:
1. Internal inspections prior to and upon completion of liner insertion.
2. Television inspection reports.
C. Proposed plan for bypassing sewage during liner installation.
D. Submit in accordance with SUDAS Section 1050.
FOR:
33 01 31-2 FY 2026 CIPP VA - 60743622
1.04 QUALITY ASSURANCE
A. Installing CONTRACTOR'S Qualifications:
1. 4-yr minimum demonstrated successful application of lining process.
B. Corrosion:
1. Fabricate finished liner from materials which, when cured, will be chemically resistant to
withstand internal exposure to domestic sewage including expose to hydrogen sulfide gas.
a. Use chemical solution and concentrations shown in ASTM F 1216, Table X2.1, for
purpose of defining chemical resistance requirements.
C. Manhole Connections:
1. Assure manhole connections watertight as possible considering condition of existing
manholes.
a. Use of "Hydro-Tight" or equal seal will be acceptable.
D. Testing:
1. Flat plate test tube, in-plant, in accordance with F 1216.
2. Test finished liner.
PART 2 PRODUCTS
2.01 LINING PROCESS MANUFACTURERS
A. Insituform.
B. National Liner.
C. In-Liner.
D. C.I.P.P. Corporation
E. Or equal.
2.02 CURED-IN-PLACE LINER TUBE
A. Resin:
1. Liner Bag: Polyester resin for domestic sewage and general chemical applications.
a. Resins may contain pigments, dyes, or colorants which will not interfere with visual
inspection of cured liner.
B. Reinforcing Material:
1. Non-woven needle interlocked polyester felt formed into sheets of required thickness.
2. Felt tubes may be made of single or multiple layer construction, with any layer not less than
1.5 mm thick.
FOR:
33 01 31-3 FY 2026 CIPP VA - 60743622
3. Mechanical strengthener membrane or strips may be sandwiched in between layers where
required to control longitudinal stretching.
4. Polyurethane membrane used during insertion of inflation bag may be left on internal surface
of liner after curing.
5. Minimum thickness of bonded polyurethane membrane and inner liner, if used, shall be
0.25 mm, +5%, and shall not affect structural dimension requirements of cured liner.
C. Felt Content:
1. Content shall ensure cured thickness of liner as specified.
2. Thickness of cured liner to be as specified (+10% - 4%) and shall not include thickness of
polyurethane inner liner.
D. Resin Content:
1. 10 to 15% by volume greater than volume of felt in liner bag.
E. Cured liner shall conform to minimal structure standards listed one test per pallet or truck load:
Pipe Standard Value
Tensile Stress Pressure Pipes Only ASTM D 638 3,000 psi
Modulus of Elasticity All ASTM D 790 400,000 psi
Flexural Stress All ASTM D 790 4,500 psi
2.03 FABRICATION
A. Fabricate liner to size that when installed, will fit internal circumference of pipe, including
allowances for circumferential stretching during insertion and maximum pipe out of roundness
specified for complete installation.
1. Conform to ASTM F1216.
2.04 CLEANING EQUIPMENT
A. Selection:
1. Equipment selected for cleaning shall be capable or removing sludge, grease, debris and
other deleterious materials and obstructions from sewers without damage to existing lines.
2. Selection of equipment shall be based on conditions of lines at time work commences and at
sole discretion of CONTRACTOR to achieve removal of materials specified.
PART 3 INSTALLATION
3.01 EXAMINATION
A. CONTRACTOR shall Pre-Televise and Log all lines and laterals prior to lining and provide OWNER
an electronic copy of video and written Log. Pre-Televising Log shall be made available to the
ENGINEER during Post-Televising work as described in this Specification 3.06 C.
B. CONTRACTOR shall notify the ENGINEER immediately of any excessive sedimentation of any
kind that could result in extra work. If the CONTRACTOR proceeds with cleaning internally
believed to be extra work prior to approval from the ENGINEER, the CONTRACTOR proceeds at
its own risk.
FOR:
33 01 31-4 FY 2026 CIPP VA - 60743622
C. CONTRACTOR shall notify the ENGINEER immediately of any main line or lateral blockages that
would prevent planned lining or lateral reinstatement and grouting.
D. Refer to SUDAS 4060 for video inspection requirements.
3.02 PREPARATION
A. Prior to liner installation, clean grease, sludge, and other debris from line to provide proper
installation of product.
B. Remove or repair those offset joints, protruding services, or other deflects that would prevent
insertion of liner.
1. CONTRACTOR shall make own determination of removal or repair required by review of
video inspection DVDs and reports.
C. If CONTRACTOR determines that existing pipe is 15% or more out of roundness, notify
ENGINEER of condition of pipe prior to redesign of liner.
D. Sewage Bypassing:
1. Provide for flow of sewage around sections of pipe to be lined.
a. Pump or bypass lines shall be of adequate size and capacity to handle flow.
b. Coordinate bypassing operations with OWNER.
3.03 SEWER CLEANING
A. Use high-pressure jet cleaning (Type A) unless high-pressure (~10,000 psi) cleaning (Type D) is
authorized by City; high-pressure (~10,000 psi) cleaning (Type D) to be considered Extra Work for
which incremental additional compensation will be provided. Adjustment prices for cleaning will be
basis for negotiation of additional compensation. Notify the ENGINEER immediately if line is
discovered to be excessively blocked or damaged.
B. Material Removed:
1. Remove sludge, grease, debris and other solid or semi-solid material resulting from cleaning
operations at downstream manhole. Do not pass material from upstream sewer segment to
next downstream sewer segment.
2. If hydraulic cleaning equipment is used, construct weir or dam in downstream manhole to
trap solids for removal.
3. Remove material resulting from cleaning operations from site on daily basis.
a. CONTRACTOR may dispose of debris from pipe cleaning activities at the
Waterloo WWTP Monday through Friday between the hours of 8 a.m. to 2 p.m.
CONTRACTOR will register with the operator of the WWTP prior to disposal.
C. High-Pressure Jet Cleaning - TYPE A
1. Use high-pressure jet cleaning machine; use spinning head nozzle appropriate for size of
sewer and debris present; traverse sewer against flow and from downstream manhole
sufficient number of passes to ensure proper cleaning; minimum of two (2) passes per
section.
2. Trap debris at downstream manhole to prevent carrying of debris into lower reaches of sewer
section being cleaned.
FOR:
33 01 31-5 FY 2026 CIPP VA - 60743622
3. Conduct all operations so as to prevent water being blown out of fixtures in adjacent
buildings.
4. Maintain continuous minimum pressure of 1,000 psi on operating hoses.
5. Use of high-pressure jet cleaning for certain reaches of sewer based on observations made
of previous studies; if heavy root growth is evident, notify City immediately; City will evaluate
need for alternative methods of cleaning, if justified.
D. Root Removal – TYPE C
1. Use rotating cutter head on jet machine or similar equipment to cut and remove roots from
sewer pipe. Use cutter head with a diameter equal to the pipe diameter unless the Engineer
gives written permission to do otherwise.
2. Chemical treatment for roots not required: chemical treatment will be considered Extra Work
for which compensation will be negotiated.
3. Type C cleaning will take place only after televising reveals significant presence of roots and
Contractor is directed by Engineer to stop televising and to undertake Type C cleaning.
E. High-Pressure (~10,000 psi) Cleaning or Lumberjack Cleaning - TYPE D
1. Necessary to remove heavy grease from pipes not successfully removed by other means.
2. Necessary to remove hardened calcium deposits in pipes not successfully removed by other
means.
3. Necessary to remove tuberculation in cast iron or ductile iron type pipes.
F. Protection During Cleaning Operations:
1. Protect sewer and manholes from damage during cleaning operations.
3.04 INSTALLATION
A. General:
1. Conform to ASTM F 1216 and as specified.
B. Preparation of Liner:
1. Designate location where uncured resin in original containers and unimpregnated liner will be
vacuum-impregnated prior to installation.
2. Use resin and catalyst system compatible with installation of this method. Quantities of liquid
thermosetting materials shall be to manufacturer's standards to provide lining thickness
required.
3. Transport resin impregnated liner to site, prior to inversion, in suitable light-proof container
with temperature maintained below 40F (4C).
C. Insertion of Liner:
1. Insert liner through an existing manhole or other access by means of an inversion process
and application of hydrostatic head sufficient to fully extend liner to next designated manhole
or termination point or by means of winching liner through last pipe to next designated
manhole or termination point. Lubricant may be used.
D. Curing Liner:
1. Using Circulated Heated Water
FOR:
33 01 31-6 FY 2026 CIPP VA - 60743622
a. After inversion is completed, suitable heat source and water re-circulation equipment are
required to circulate heated water throughout the pipe.
1) The equipment should be capable of delivering hot water throughout the section to
uniformly raise the water temperature above the temperature required to affect a
cure of the resin.
2) The heat source should be fitted with suitable monitors to gauge the temperature
of the incoming and outgoing water supply. Another such gauge should be placed
between the impregnated tube and the pipe invert at both ends to determine the
temperatures during cure.
b. Water temperature in the line during the cure period should be as recommended by the
resin manufacturer.
c. Initial cure will occur during temperature heat-up and is completed when exposed
portions of the new pipe appear to be hard and sound and the remote temperature
sensor indicates that the temperature is of a magnitude to realize an exothermic or cure
in the resin.
d. Initial cure is reached, the temperature should be raised to the post-cure temperature
recommended by the resin manufacturer.
1) The post-cure temperature should be held for a period as recommended by the
resin manufacturer, during which time the re-circulation of the water and cycling of
the boiler to maintain temperature continues.
2) The curing of the CIPP must take into account the existing pipe material, the resin
system, and ground conditions (temperature, moisture level, and thermal
conductivity of soil).
e. Required Pressures
1) Before the curing begins, the pressure required to hold the flexible tube tight
against the existing conduit shall be provided by the tube manufacturer.
2) Once the cure has started and dimpling for laterals is completed, the required
pressure shall be maintained until the cure has been completed. If required by the
owner, a continuous log of pressure during cure shall be maintained.
2. Using Steam
a. After inversion is completed, suitable steam-generating equipment is required to distribute
steam throughout the pipe.
1) The equipment should be capable of delivering steam throughout the section to
uniformly raise the temperature within the pipe above the temperature required to
affect a cure of the resin.
2) The temperature in the line during the cure period should be as recommended by
the resin manufacturer.
b. The steam-generating equipment should be fitted with a suitable monitor to gauge the
temperature of the outgoing steam.
1) The temperature of the resin being cured should be monitored by placing a gauge
between the impregnated tube and the existing pipe at the termination end to
determine the temperature during cure.
c. Initial cure will occur during temperature heat-up and is completed when exposed
portions of the new pipe appear to be hard and sound and the remote temperature
FOR:
33 01 31-7 FY 2026 CIPP VA - 60743622
sensor indicates that the temperature is of a magnitude to realize an exotherm or cure in
the resin.
1) After initial cure is reached, the temperature should be raised to post-cure
temperatures recommended by the resin manufacturer.
2) The post-cure temperature should be held for a period as recommended by the
resin manufacturer, during which time the distribution and control of steam to
maintain the temperature continues.
3) The curing of the CIPP must take into account the existing pipe material, the resin
system, and ground conditions (temperature, moisture level, and thermal
conductivity of soil).
3. Cool-Down
a. Using Cool Water After Heated Water Cure
1) The new pipe should be cooled to a temperature below 100F(38C) before
relieving the static head or air pressure in the inversion standpipe.
2) Cool-down may be accomplished by the introduction of cool water into the
inversion standpipe water being drained from a small hole made in the
downstream end.
3) Care should be taken in the release of head so that a vacuum will not be
developed that could damage the newly installed pipe.
b. Using Cool Water After Steam Cure
1) The new pipe should be cooled to a temperature below 113°F(45°C) before
relieving the internal pressure within the section.
2) Cool-down may be accomplished by the introduction of cool water into the section
to replace the mixture of air and steam being drained from a small hole made in
the downstream end.
3) Care should be taken in the release of the air pressure so that a vacuum will not be
developed that could damage the newly installed pipe
.
E. Finished Liner:
1. Liner shall be continuous over entire length of inversion run and be as free as commercially
practicable from visual defects such as foreign inclusions, dry spots, pinholes, and
delamination.
2. During curing process, gauge watertightness under positive head.
a. Rate of Exfiltration: Not greater than 200 gal per day per in. dia per mile.
3. Liner shall conform to shape of pipe existing before installation and not be out of round by
more than 15%.
3.05 CONNECTIONS
A. Service Lateral Connections:
1. Locations:
a. Contractor to determine active/inactive laterals by reviewing the pre-cleaning televising
records to determine which laterals will not need to be reinstated and by direct
measurement. CONTRACTOR shall notify the ENGINEER to verify INACTIVE OR
BLOCKED LATERALS. SUDAS DYE TESTING REQUIREMENT DOES NOT APPLY
FOR:
33 01 31-8 FY 2026 CIPP VA - 60743622
1) Use steel tape for measuring distances.
2) Reference connection location measurements from inside face of manhole wall.
2. Reinstatements:
a. Reinstate and reconnect service laterals unless lateral connection is determined by
CONTRACTOR to be either inactive or abandoned. Document inactive or abandoned
laterals and notify the ENGINEER to verify their state.
b. Reconnect service laterals from within pipe using cutting device that re-establishes
service for minimum of 95% of flow capacity.
1) Liner shall be sufficiently tight so there is no annular space between connection
and liner.
B. Manhole Connections:
1. Provide watertight seal between sewer pipe and liner pipe.
2. Reconstruct channels in manhole to match new invert elevations OR leave CIP in manhole
channel and cut to match bench
3.06 FIELD QUALITY CONTROL
A. Liner Thickness:
1. Cured liner thickness shall not be more than 5% less than thickness specified.
B. Felt and Resin Content of Liner:
1. Visually inspect liner to ensure number of layers of felt conforms to specified number of
layers and thickness.
2. Calculate resin to felt ratio by weight.
3. Ratio shall fall in range 1.10:1 to 1.15:1.
C. Examination:
1. Notify the ENGINEER 24 hours prior to Post-Televising work. The ENGINEER assumes this
will be a daily task during the majority of the project and staff will be available to observe the
work as to not delay the CONTRACTOR’S work.
2. Provide the ENGINEER with the Pre-Televising Log prior to the Post-Televising.
3. Televise interior of pipe after completion of Work in the presence of the ENGINEER and
provide an electronic copy of the video and written report to OWNER.
4. Refer to SUDAS 4060 for video inspection requirements.
* * * END OF SECTION * * *
THIS PAGE LEFT BLANK INTENTIONALLY
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-1 of 13
AECOM #60743622 FY 2026 CIPP
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 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
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-2 of 13
AECOM #60743622 FY 2026 CIPP
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.
SECTION B - SCOPE OF WORK
1. CORRELATION AND INTENT OF DOCUMENTS. The Contract documents are
complementary, and what is called for by anyone 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
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-3 of 13
AECOM #60743622 FY 2026 CIPP
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.
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. 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
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-4 of 13
AECOM #60743622 FY 2026 CIPP
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 operations before work can be considered completed.
The Contractor shall also renew or replace 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, always, 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, always, 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.
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-5 of 13
AECOM #60743622 FY 2026 CIPP
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 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 benchmarks, 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. SUPERINTENDENT. 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
given, 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.
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
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-6 of 13
AECOM #60743622 FY 2026 CIPP
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 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 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 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 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, always, enforce discipline and good order among his/her
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.
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
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-7 of 13
AECOM #60743622 FY 2026 CIPP
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 in the
plans or 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 is to 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 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
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-8 of 13
AECOM #60743622 FY 2026 CIPP
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 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 unless specified otherwise in the plans. 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
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-9 of 13
AECOM #60743622 FY 2026 CIPP
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.
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. If 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 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.
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-10 of 13
AECOM #60743622 FY 2026 CIPP
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.
(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:
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-11 of 13
AECOM #60743622 FY 2026 CIPP
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 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.
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-12 of 13
AECOM #60743622 FY 2026 CIPP
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 decide 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.
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 ensure 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.
GENERAL SPECIFICATIONS CONTRACT NO. 1141 GS-13 of 13
AECOM #60743622 FY 2026 CIPP
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 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.
* * * END OF SECTION * * *
THIS PAGE LEFT BLANK INTENTIONALLY
SUPPLEMENTAL GENERAL SPECS CONTRACT NO. 1141 SGS-1 of 1
AECOM #60743622 FY 2026 CIPP
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 Specifications, 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.
THIS PAGE LEFT BLANK INTENTIONALLY
FORM OF CONTRACT CONTRACT NO. 1141 C-1 of 3
AECOM #60743622 FY 2026 CIPP
FORM OF CONTRACT
CONTRACT FOR THE CONSTRUCTION OF
FY 2026 CIP PIPELINING PHASE VA
CITY OF WATERLOO, IOWA
CONTRACT NO. 1141
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
_______ (hereinafter referred to as Contractor), WITNESSETH:
PAR. 1 Contractor agrees to build and construct the FY 2026 CIP PIPELINING PHASE VA,
CONTRACT NO. 1141 and furnish all necessary tools, equipment, materials, and labor
necessary to do all the work called for in the plans and specifications in a workmanship like
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 complete it on or before ______, unless an extension of time is
granted in writing by the Council of the City.
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 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
FORM OF CONTRACT CONTRACT NO. 1141 C-2 of 3
AECOM #60743622 FY 2026 CIPP
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 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 ______________.
FORM OF CONTRACT CONTRACT NO. 1141 C-3 of 3
AECOM #60743622 FY 2026 CIPP
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
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
THIS PAGE LEFT BLANK INTENTIONALLY
PERFORMANCE BOND CONTRACT NO. 1141 PFB-1 of 2
AECOM #60743622 FY 2026 CIPP
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.
PERFORMANCE BOND CONTRACT NO. 1141 PFB-2 of 2
AECOM #60743622 FY 2026 CIPP
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.
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 CONTRACT NO. 1141 PB-1 of 2
AECOM #60743622 FY 2026 CIPP
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that
(Name of Contractor)
(Address of Contractor)
a
, hereinafter called Principal,
(Corporation, Partnership or Individual)
and,
(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:
FY 2026 CIP PIPELING PHASE VA
CITY CONTRACT NO. 1141
WATERLOO, IOWA
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.
PAYMENT BOND CONTRACT NO. 1141 PB-2 of 2
AECOM #60743622 FY 2026 CIPP
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.
IN WITNESS HEREOF, this instrument is executed in counterparts, each one
(number)
of which shall 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.
APPENDIX
APPENDIX
TABLE OF CONTENTS
1. Change Order Form
CHANGE ORDER FORM CO-1 FY 2026 CIPP
AECOM #60743622 CONTRACT NO. 1141
CHANGE ORDER NO.
Owner City of Waterloo Date
Project FY 2026 CIP PIPELINING PHASE VA
Owner's Contract No. City Contract No. 1141 Contractor
Date of Contract Start $
You are directed to make the following changes in the Contract Documents. Description:
Reason for Change Order:
CONTRACT PRICE CONTRACT TIMES (Calendar Days)
To substantial To final
completion completion
Original: $ Original Completion Date:
Previous CO’s (ADD/DEDUCT): $ Previous CO’s (ADD/DEDUCT):
This CO (ADD/DEDUCT): $ This CO (ADD/DEDUCT):
Contract Price with all REVISED:
approved Change Orders: $
Revised Completion Date:
It is agreed by the Contractor that this Change Order includes any and all costs associated with or resulting from the change(s)
ordered herein, including all impact, delays, and acceleration costs. Other than the dollar amount and time allowance listed above,
there shall be no further time or dollar compensation as a result of this Change Order.
THIS DOCUMENT SHALL BECOME AN AMENDMENT TO THE CONTRACT AND ALL
STIPULATIONS AND COVENANTS OF THE CONTRACT SHALL APPLY HERETO.
APPROVED:
By:
OWNER (Authorized Signature) Date
ACCEPTED:
By:
CONTRACTOR (Authorized Signature) Date
AECOM, Inc.
/
Project Change
Number Order No.