HomeMy WebLinkAboutCont 1147 - Bid Documents
F.Y. 2026 800 BLK UPTON AVENUE
SANITARY AND WATER MAIN EXTENSIONS
CONTRACT NO. 1147
CONTRACT DOCUMENTS
TABLE OF CONTENTS
1. NOTICE OF PUBLIC HEARING
2. NOTICE TO BIDDERS
3. INSTRUCTIONS TO BIDDERS
4. FORM OF BID OR PROPOSAL
5. SALES TAX EXEMPTION INFORMATION FORM
6. FORM OF BID BOND
7. NON-COLLUSION AFFIDAVITS (Prime)
8. EQUAL OPPORTUNITY CLAUSE
9. TITLE VI CIVIL RIGHTS
10. BIDDER STATUS FORM
11. STATEMENT OF BIDDER'S QUALIFICATIONS
12. GENERAL SPECIAL PROVISIONS
13. SPECIAL PROVISIONS
14. SUPPLEMENTAL SUDAS SPECIFICATIONS
15. GENERAL SPECIFICATIONS FOR CONSTRUCTION
16. SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTIONS
17. FORM OF CONTRACT
18. FORM OF PERFORMANCE BOND
19. FORM OF PAYMENT BOND
Highlighted items must be included with bid.
NOTICE OF HEARING CONTRACT NO. 1147 Page 1 of 2
NOTICE OF PUBLIC HEARING
On Proposed Plans, Specifications, Form of Contract,
And Estimate of Cost
For the
F.Y. 2026 800 BLK UPTON AVENUE
SANITARY AND WATER MAIN EXTENSIONS
In the City of Waterloo, Iowa
CONTRACT NO. 1147
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 March, 2026 until 1:00 p.m. for
the construction of the F.Y. 2026 800 BLK UPTON AVENUE SANITARY AND WATER
MAIN EXTENSIONS, Contract No. 1147, as described in detail in the plans and
specifications now on file in the Office of the City Clerk.
OPENING OF BIDS
All proposals received will be opened in the Harold E. Getty Council Chambers in City
Hall, in the City of Waterloo, Iowa, on the 26th day of March, 2026 at 1:00 p.m., and the
proposals will be acted upon at such later time and place as may then be fixed by the
City Council.
PUBLIC HEARING
Notice is hereby given that the Council of said City will conduct a public hearing on the
proposed plans, specifications, form of contract, and estimate of cost for the
construction of the above-described improvement project at 5:30 p.m. on the 6th day of
April, 2026, said hearing to be held in the Harold E. Getty Council Chambers in City Hall
in said City. The proposed plans, specifications, form of contract, and estimate of cost
for said improvements heretofore prepared by the City of Waterloo are now on file in the
office of the City Clerk for public examination, and any person interested therein may file
written objection thereto with the City Clerk before the date set for said hearing, or
appear and make objection thereto with the City Clerk before the date set for said
hearing, or appear and make objection thereto at the meeting above set forth.
The NOTICE TO BIDDERS can be viewed at the following locations:
1) City of Waterloo web site at
https://www.cityofwaterlooiowa.com/government/municipalgovermentbids.php
2) Plan rooms:
Master Builders of Iowa
221 Park Street, PO Box 695
Des Moines, IA 50303
McGraw Hill Construction Dodge
3315 Central Ave.
Hot Springs, AR 71913
NOTICE OF HEARING CONTRACT NO. 1147 Page 2 of 2
Reed Construction Data
30 Technology Parkway South, Ste. 500
Norcross, GA 30092
1) Plan Room Web sites:
Master Builders of Iowa web site at www.mbionline.com
Dodge Lead web site: http://dodgeprojects.construction.com/
Reed Const. Data Lead web site: http://www.cmdgroup.com/project-leads/
SCOPE OF WORK
The extent of the work involved is the extension of sanitary sewer, water main, and
replacement of a portion of Ansborough Ave and Upton Ave.
Published pursuant to the provisions of Chapter 26 of the City Code of Iowa and upon
order to the City Council of said Waterloo, Iowa, on the day of _______________,
________.
CITY OF WATERLOO, IOWA
BY: ______________________
Kelley Felchle
City Clerk
NOTICE TO BIDDERS CONTRACT NO. 1147 Page 1 of 4
NOTICE TO BIDDERS
For the Taking of Construction Bids for the
F.Y. 2026 800 BLK UPTON AVNEUE
SANITARY AND WATER MAIN EXTENSIONS
In the City of Waterloo, Iowa
CONTRACT NO. 1147
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 March, 2026 until 1:00 p.m. for
the construction of the F.Y. 2026 800 BLK UPTON AVENUE SANITARY AND WATER
MAIN EXTENSIONS, Contract No. 1147, as described in detail in the plans and
specifications now on file in the Office of the City Clerk.
OPENING OF BIDS
All proposals received will be opened in the Harold E. Getty Council Chambers in City
Hall, in the City of Waterloo, Iowa, on the 26th day of March, 2026, at 1:00 p.m., and the
proposals will be acted upon at such later time and place as may then be fixed by the
City Council.
PUBLIC HEARING
The Council of said City will conduct a public hearing on the proposed plans,
specifications, form of contract, and estimate of cost for the construction of the above-
described improvement project at 5:30 p.m. on April 6, 2026 said hearing to be held in
the Harold E. Getty Council Chambers in City Hall in said City.
SCOPE OF WORK
The extent of the work involved is the extension of sanitary sewer, water main, and
replacement of a portion of Ansborough Ave and Upton Ave.
BEGINNING AND COMPLETION DATES
The Contractor agrees to commence said work within ten (10) working days after receipt
of "Notice to Proceed" and complete it on or before May 31, 2026, unless an extension of
time is granted in writing by the Council of the City.
METHOD OF PAYMENT TO CONTRACTOR
The Contractor will be paid against bi-monthly estimates in cash on the basis of ninety-
five percent (97%) of the work as it is completed and materials delivered and work
approved. Final payment will be made thirty-one (31) days after completion of the work
and acceptance by the Council. Before final payment is made, vouchers showing that
all subcontractors and workmen and all persons furnishing materials have been fully paid
for such materials and labor will be required unless the City is satisfied that material,
men and laborers have been paid.
NOTICE TO BIDDERS CONTRACT NO. 1147 Page 2 of 4
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 the City of Waterloo which plans and specifications and also the prior
proceedings of the City Council referring to and defining said proposed improvements
are hereby made a part of this notice, and the proposed contract by reference shall be
executed in compliance therewith.
Plans and Specifications are available for review only from the Engineering Department.
Complete digital Plans and Specifications are available at:
https://www.cityofwaterlooiowa.com/government/municipalgovermentbids.php .
Please DO NOT obtain Bid Documents from any source other than the City of Waterloo,
Iowa. Obtaining documents through any other source could prevent Bidder from being
included on the official Plan Holders List, which, in turn, may cause the Bidder to not
receive addenda or other time-sensitive / bid-critical documents. The City has the right
to reject any bids that do not have current bidding documents included in the proposal.
Upon award of project, the prime contractor, subcontractors and suppliers shall be
supplied with the needed number of plans and specifications at no additional cost.
CONTRACT AWARD
A contract will be awarded to the qualified bidder submitting the lowest bid.
The City reserves the right to reject any or all bids, re-advertise for new bids, and to
waive informalities in the bids submitted that might be in the best interest of the City.
Bids may be held by the City of Waterloo, Iowa, for a period not to exceed thirty (30)
days from the day of the opening of bids for the purpose of reviewing the bids and
investigating the qualifications of bidders, prior to awarding the contract.
By virtue of statutory authority, a preference will be given to products and provisions
grown and coal produced with the State of Iowa and preference will be given to local
domestic labor in the construction of the improvement.
PROPOSALS SUBMITTED
The bidder shall submit bids on the items listed in the proposal. The bidder shall clearly
write or type the unit bid price and the bid item extension (Unit Price x Estimated Qty) in
numerals on the blanks provided. Should there be any discrepancy between the unit
bid price and extension, the City of Waterloo shall consider the unit bid price as being
the valid unit bid price.
The bidder has the option to submit a computer-generated spreadsheet in lieu of the
portion of the Form of Bid or Proposal, which includes the Bid Item Number, Description,
NOTICE TO BIDDERS CONTRACT NO. 1147 Page 3 of 4
Unit, Estimated Quantity, Unit Bid Price, Total Bid Price and Total Bid. The computer-
generated spreadsheet shall include all of the information listed in that portion of the
Form of Bid or Proposal as well as bear the signature of the Prime Contractor submitting
the bid. For the bidders who submit a computer-generated spreadsheet, the TOTAL BID
(with alternates, if applicable) shall also be indicated in the space(s) provided on the
Form of Bid or Proposal.
BID SECURITY REQUIRED
All bids must be accompanied in a separate envelope by a certified or cashier's check
drawn on an Iowa bank, or a bank chartered under the laws of the United States, a
certified share draft drawn on a credit union in Iowa or chartered under the laws of the
United States, or bid bond, (on the form furnished by the City) payable to the City of
Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which
certified check, certified share draft or bid bond will be held as security that the Bidder
will enter into a Contract for the construction of the work and will furnish the required
bonds, and in case the successful Bidder shall fail or refuse to enter into the Contract
and furnish the required bonds, his bid security may be retained by said City as agreed
upon liquidated damages. If bid bond is used, it must be signed by both the Bidder and
the surety or surety's agent. Signature of surety's agent must be supported by
accompanying Power of Attorney.
PERFORMANCE & PAYMENT BONDS
The successful bidder will be required to furnish a “Performance Bond” and a “Payment
Bond” within ten (10) days after forms are presented to him in an amount equal to one
hundred percent (100%) of the contract price, said bond to be issued by a responsible
surety approved by the City Council and shall guarantee the faithful performance of the
contract and the terms and conditions therein contained, and shall guarantee the
prompt payment of all materials and labor and protect and save harmless the City from
claims of any kind caused by the operations of the contractor.
MAINTENANCE BOND
Before the Contractor shall be entitled to receive final payment for work done under this
contract, it shall execute and file a bond in the penal sum of not less than 100% of the
total amount of the contract, same to be known as “Maintenance Bond,” and which bond
must be approved by the City Council, and which bond is in addition to the bond given by
the Contractor to guarantee the completion of the work.
LIQUIDATED DAMAGES
Time is an essential element of this contract. It is important that the work be diligently
pursued to completion. If the work is not completed within the specified contract period,
plus authorized extensions, the contractor shall pay to the City Liquidated Damages in
the amount of one thousand dollars ($1,000.00) per day, for each day, as further
described herein, in excess of the authorized time.
Days beyond the specified completion date for which Liquidated Damages will be
charged will be working days that the contractor does, or could have worked, from
Monday through Saturday. Sundays will be counted only if work is performed. Partial
NOTICE TO BIDDERS CONTRACT NO. 1147 Page 4 of 4
working days will be considered as a full working day. Days not chargeable for
Liquidated Damages will include rain days, Sunday if no work is done, and legal holidays.
Working days will cease to be charged when only punch list items remain to be
completed. Punch list items do not include contract bid items or approved change/extra
work orders.
When the Contractor believes the project to be substantially completed, a written notice
stating the same shall be submitted to the Engineer and a request made for a Punch
List. If the work under the Contract extends beyond the normal construction season for
such work the Contractor shall submit to the Engineer in writing a request that working
days counted toward the project be suspended until work is resumed the following
construction season.
This amount is not construed as a penalty. These damages are for the cost to the City of
providing the required additional inspection, engineering and contract administration.
PRE-CONSTRUCTION CONFERENCE
Before the work is commenced on this contract, a conference shall be held for the
purpose of discussing the contract. The conference shall be attended by the prime
contractor, subcontractors and City Officials.
BIDDER STATUS
Attention of bidders is called to compliance with the provisions of the Resident
Bidder/Non-Resident Bidder requirements.
Each bidder submitting a bid shall execute and include with the bid, a Bidder Status
Form in the form herein provided.
Failure to submit a fully completed Bidder Status Form with the bid may result in the bid
being deemed nonresponsive and rejected.
SALES TAX EXEMPTION CERTIFICATES
Contractors and approved subcontractors will be provided a Sales Tax Exemption
Certification to purchase building materials or supplies in the performance of
construction contracts let by the City of Waterloo.
Posted pursuant to the provisions of Chapter 26 of the City Code of Iowa.
CITY OF WATERLOO, IOWA
INSTRUCTIONS TO BIDDERS Page 1 of 8
INSTRUCTIONS TO BIDDERS
1. EXPLANATIONS TO BIDDERS
Any explanation desired by a bidder regarding the meaning or
interpretation of the Notice to Bidders, Plans, Specifications, etc.,
must be requested in writing and with sufficient time allowed for a
reply to reach bidders before submission of their bids. Any
interpretation made will be in the form of an amendment of the
Notice to Bidders, Plans, Specifications, etc., and will be furnished to
all prospective bidders. Its receipt by the bidder must be
acknowledged in the space provided on the Proposal Form or by
letter or telegram received before the time set for opening of bids.
Oral explanations or instructions given before the award of the
contract will not be binding.
2. EXAMINATION OF PROPOSED WORK
Bidders should visit the site and take such other steps as may be
reasonably necessary to ascertain the nature and location of the
work, and the general and local conditions which can affect the work
or the cost thereof. Failure to do so will not relieve bidders from
responsibility for estimating properly the difficulty or cost of
successfully performing the work. The owner will assume no
responsibility for any understanding or representation concerning
conditions made by any of its officers or agents prior to the
execution of the contract, unless included in the Notice to Bidders,
the Specifications or related documents.
3. PREPARATION OF BIDS
a. Bids shall be submitted on the forms furnished, or copies
thereof, and must be manually signed. If erasures or other
changes appear on the forms, each erasure or change must be
initialed by the person signing the bid.
The bidder has the option to submit a computer-generated
spreadsheet in lieu of the portion of the Form of Bid or
Proposal, which includes the Bid Item Number, Description,
Unit, Estimated Quantity, Unit Bid Price, Total Bid Price, and
Total Bid. The computer-generated spreadsheet shall include
all of the information listed in that portion of the Form of Bid
or Proposal as well as bear the signature of the Prime
INSTRUCTIONS TO BIDDERS Page 2 of 8
Contractor submitting the bid. For the bidders who submit a
computer-generated spread- sheet, the TOTAL BID (with
alternates, if applicable) shall also be indicated in the space(s)
provided on the Form of Bid or Proposal.
b. The Bid Form may provide for submission of a price or prices
for one or more items, which may be lump sum bids, alternate
prices, schedule items resulting in a bid on a unit of
construction or a combination thereof, etc. When the Bid
Form explicitly requires that the bidder bid on all items, failure
to do so will disqualify the bid. When submission of a price on
all items is not required, bidders should insert the words "no
bid" in the space provided for any item on which no price is
submitted.
c. Unless called for, alternate bids will not be considered.
d. Modifications of bids already submitted will be considered if
received at the office designated in the Notice to Bidders by
the time set for closing of bids. Telegraphic modifications will
be considered, but should not reveal the amount of the original
or revised bid.
e. In preparing his bid, the bidder shall specify the price, written
legibly in ink or with the typewriter, at which he proposes to do
each item of work. The unit price shall be stated in figures in
the blank space provided (i.e., $7.14). In items where unit
price is required, the total amount of each item shall be
computed at the unit prices bid for the quantities given on the
Bid Form and stated in figures in the blank space provided.
If the bidder chooses to submit the unit prices, total bid price,
and total bid on a computer-generated spreadsheet, all
numbers shall be easily legible.
f. Any changes or alterations made in the Bid Form, or any
addition thereto, may cause the rejection of the bid. No bid
will be considered which contains a clause in which the
contractor reserves the right to accept or reject a contract
awarded him by the city Council of Waterloo. Bids in which
the unit prices are obviously unbalanced may be rejected.
g. If the bidder does not qualify as a resident bidder, the
nonresident bidder shall specify on the project proposal
INSTRUCTIONS TO BIDDERS Page 3 of 8
whether any preference to resident bidders, including but not
limited to any preference to bidders, the imposition of any
type of labor force preference, or any other form of preferential
treatment to bidders or laborers from that state or foreign
country is in effect in the nonresident bidder’s state or country
of domicile at the time of a bid submittal.
4. SUBMISSION OF BIDS
a. A bid must be sealed in a separate envelope and marked to
indicate its contents and be accompanied by the bid security
in a separate envelope. If forwarded by mail, the two
envelopes shall be placed in a third and mailed to the City
Clerk/Auditor. All bids must be filed with the City
Clerk/Auditor of the City of Waterloo at his office in the City
Hall before the time specified for closing bids.
b. Bids received prior to the advertised hour of opening will be
securely kept sealed. The officer whose duty it is to open them
will decide when the specified time has arrived, and no bid
received thereafter will be considered; except that when a bid
arrives by mail after the time fixed for opening, but before the
reading of all other bids is completed, and it is shown to the
satisfaction of the City of Waterloo, Iowa, that the non-arrival
on time was due solely to delay in the mails for which the
bidder was not responsible, such bid will be received and
considered.
c. Bidders are cautioned that, while telegraphic modifications of
bids may be received as provided above, such modifications, if
not explicit and if in any sense subject to misinterpretation,
shall made the bid so modified or amended, subject to
rejection.
5. LATE BIDS AND MODIFICATIONS OR WITHDRAWALS
Bids and modifications or withdrawals thereof received at the office
designated in the Notice to Bidders after the exact time set for
closing of bids will not be considered. However, a modification
which is received from an otherwise successful bidder, and which
makes the terms of the bid more favorable to the City of Waterloo,
will be considered at any time it is received and may therefore be
accepted. Bids may be withdrawn by written or telegraphic request
received from bidders prior to the time set for closing of bids.
INSTRUCTIONS TO BIDDERS Page 4 of 8
6. PUBLIC OPENING OF BIDS
Bids will be publicly opened at that time and place set for opening in
the Notice to Bidders. Their content will be made public for the
information of bidders and others interested who may be present
either in person or by representative.
7. BID SECURITY REQUIRED
All bids must be accompanied in a separate envelope by a certified
or cashier's check drawn on an Iowa bank, or a bank chartered under
the laws of the United States, a certified share draft drawn on a
credit union in Iowa or chartered under the laws of the United States,
or bid bond (on the form furnished by the City) payable to the City of
Waterloo, Iowa, in the sum of not less than five percent (5%) of the
bid submitted, which certified check, certified share draft or bid
bond will be held as security that the Bidder will enter into a
Contract for the construction of the work and will furnish the
required bonds, and in case the successful Bidder shall fail or refuse
to enter into the Contract and furnish the required bond, his bid
security may be retained by said City as agreed upon liquidated
damages. If bid bond is used, it must be signed by both the bidder
and the surety or surety's agent. Signature of surety's agent must be
supported by accompanying Power of Attorney.
8. COLLUSIVE AGREEMENTS
a. Each bidder submitting a bid shall execute and include with
the bid, a Non-Collusion Affidavit in the form herein provided,
to the effect that he as not colluded with any other person,
firm, or corporation in regard to any bid submitted.
b. Each bidder submitting a bid shall have each proposed
subcontractor, if any, execute and submit to the City Contract
Compliance Officer by 5:00 P.M. the business day following
the day bids on this project are due, a Non-Collusion Affidavit
in the form herein provided, to the effect that he has not
colluded with any other person, firm, or corporation in regard
to any bid submitted. Before executing any subcontract, the
successful bidder shall submit the name of any proposed
subcontractor for approval by the City.
INSTRUCTIONS TO BIDDERS Page 5 of 8
9. EMPLOYMENT AND BUSINESS OPPORTUNITY
To the greatest extent feasible, suppliers, subcontractors, and low
income workers owning businesses or living in the Waterloo area
must be given priority in supplying materials, bidding for
subcontract work, or applying for employment by the contractor on
this project. Opportunities for training and for employment arising in
connection with this project, shall to the greatest extent feasible be
made available to lower income persons residing in the project area.
The contract area is the City of Waterloo.
The City of Waterloo will require the contractor to document his
efforts in securing lower income workers living in the project area
and in purchasing supplies from, and awarding subcontracts to,
businesses owned by persons residing in the project area.
10. STATEMENT OF BIDDER'S QUALIFICATIONS
Each bidder shall, upon request of the City of Waterloo, Iowa, submit
on the form furnished for that purpose (a copy of which is included in
the contract documents), a statement of bidder's qualifications, his
experience record in constructing the type of improvements
embraced, and his organization and equipment available for the
work contemplated; and, when specifically requested, a detailed
financial statement. The City of Waterloo, Iowa, shall have the right
to take such steps as it deems necessary to determine the ability of
the bidder to perform his obligations under the contract, and the
bidder shall furnish the City of Waterloo, Iowa, all such information
and data for this purpose as it may request. The right is reserved to
reject any bid where an investigation of the available evidence or
information does not satisfy the City of Waterloo, Iowa, that the
bidder is qualified to carry out properly the terms of the contract.
11. AWARD OF CONTRACT
a. Award of contract will be made to that responsive and
responsible bidder whose bid, conforming to the
Specifications, is most advantageous to the City of Waterloo;
price and other factors considered. The intention is to award
the contract at the time of opening bids, but the right is
reserved to postpone such action for a reasonable time, not
exceeding thirty (30) days.
INSTRUCTIONS TO BIDDERS Page 6 of 8
b. The City Council may, when in its interest, reject any or all
bids or waive any informality in bids received.
c. The bidder shall submit bids on all the items listed in the
proposal and shall state the unit bid price in words in the
blank spaces provided beneath the item description. Should
there be any discrepancy between the unit bid price in words
and listed numeral unit bid price, the City of Waterloo shall
consider the unit bid price in words as being the valid unit bid
price. A computer-generated spreadsheet as herein provided
shall also be acceptable. Proposals requiring mathematical
computations to determine unit prices or totals will be
rejected. A contract will be awarded to the qualified bidder
submitting the lowest total bid for the BASE BID plus
ALTERNATE(S) chosen by the City as indicated in the NOTICE
TO BIDDERS.
d. When a contract for a public improvement is to be awarded to
the lowest responsive and responsible bidder, a resident
bidder shall be allowed a preference as against a nonresident
bidder from a state or foreign country if that state or foreign
country gives or requires any preference to bidders from that
state or foreign country, including but not limited to any
preference to bidders, the imposition of any type of labor force
preference, or any other form of preferential treatment to
bidders or laborers from that state or foreign country. The
preference allowed shall be equal to the preference given or
required by the state or foreign country in which the
nonresident bidder is a resident. In the instance of a resident
labor force preference, a nonresident bidder shall apply the
same resident labor force preference to a public improvement
in this state as would be required in the construction of a
public improvement by the state or foreign country in which
the nonresident bidder is a resident.
12. EXECUTION OF AGREEMENT, BONDS, AND CERTIFICATE OF
INSURANCE
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.
INSTRUCTIONS TO BIDDERS Page 7 of 8
b. Having satisfied all conditions of award as set forth elsewhere
in these documents, the successful bidder shall, within the
period specified in paragraph "a" above, furnish a surety bond
and a payment bond in a penal sum not less than the amount
of the contract as awarded, as security for the faithful
performance of the contract and terms and conditions therein
contained and shall guarantee the prompt payment of all
persons, firms, or corporations to whom the contractor may
become legally indebted for labor, materials, tools, equipment,
or services of any nature including utility and transportation
services, employed or used by him in performing the work.
The bonds shall protect and save harmless the City from
claims and damages of any kind caused by the operations of
the contractor and shall also guarantee the maintenance of the
contract improvements for the period stated in the Notice of
Hearing from and after completion of said improvements and
their acceptance by the City. Such bonds shall be in the same
form as that included in the contract documents and shall
bear the same date as, or a date subsequent to that of the
agreement. The current Power of Attorney for the person who
signs for any surety company shall be attached to such bonds.
c. The successful bidder shall, within the period specified in
paragraph "a" above, furnish a certificate of insurance for
approval in amounts of not less than the amounts specified in
the General Specifications for Construction, Section F. No. 4
"Liability Insurance," Pages 14 to 15 of 18 Pages. The
certificate of insurance shall be furnished in such number of
copies as the City of Waterloo may require. The City of
Waterloo shall be named as an "Additional Insured." The
contractor shall similarly submit his subcontractor's
certificates of insurance in the amounts for approval before
each commences work. The contractor shall carry or require
that there be Workmen's Compensation Insurance for all his
employees and those of his subcontractors engaged in work at
the site, in accordance with State Workmen's Compensation
Laws.
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
INSTRUCTIONS TO BIDDERS Page 8 of 8
lowest bidder or re-advertise for bids, and may charge against
the bidder the difference between the amount of the bid an the
amount for which a contract for the work is subsequently
executed, irrespective of whether the amount thus due exceeds
the amount of the bid guaranty. If a more favorable bid is
received by re-advertising, the defaulting bidder shall have no
claim against the City of Waterloo, Iowa, for a refund.
13. BIDDER STATUS
Attention of bidders is called to the requirement of complying with
the provisions of the Resident Bidder/Non-Resident Bidder
requirement.
Each bidder submitting a bid shall execute and include with the bid,
a Bidder Status Form in the form herein provided.
Failure to submit a fully completed Bidder Status Form with the bid
may
result in the bid being deemed nonresponsive and rejected.
FORM OF BID CONRACT NO. 1147 Page 1 of 5
FORM OF BID OR PROPOSAL
F.Y. 2026 800 BLK UPTON AVENUE
SANITARY AND WATER MAIN EXTENSIONS
CONTRACT NO. 1147
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of ________________,
a Partnership consisting of the following partners: ________________________________________________
_________________________________________________________ , having familiarized (himself) (themselves)
(itself) with the existing conditions on the project area affecting the cost of the work, and with all the
contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer
of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes
to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances,
equipment, and services, including utility and transportation services required to construct and complete
this F.Y. 2026 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS, Contract No.
1147, 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 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS CONTRACT NO.1147
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION UNIT
UPTON
AVENU
E QTY
UNIT BID
PRICE
TOTAL BID
PRICE
DIVISION 2 - EARTHWORK
1 2010-108-D-1 * TOPSOIL, 4 INCHES, ON SITE SY 515.0 $ $
2 2010-108-E * EXCAVATION, CLASS 10, ROADWAY AND
BORROW CY 0.6 $ $
3 SEE EST. REF. EXCAVATION, CLASS 10, WASTE CY 298.0 $ $
4 2010-108-F * EXCAVATION, CLASS 10, BELOW GRADE CY 45.0 $ $
5 2010-108-G * SUBGRADE PREPARATION SY 1,661.0 $ $
6 2010-108-J * SUBBASE, MODIFIED, 8-INCH SY 1,661.0 $ $
SUBTOTAL EARTHWORK = $
DIVISION 4 - SEWERS AND DRAINS
SANITARY SEWERS
7 4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 8-
INCH LF 201.0 $ $
8 4010-108-E
SANITARY SEWER SERVICE STUB, SDR
23.5, 6-INCH LF 66.0 $ $
STORM SEWERS
FORM OF BID CONRACT NO. 1147 Page 2 of 5
9 4020-108-A
STORM SEWER, TRENCHED, RCP 2000D,
24-INCH LF 26.0 $ $
10 4020-108-A
STORM SEWER, TRENCHED, RCP 2000D,
15-INCH LF 30.0 $ $
11 4020-108-D REMOVAL OF STORM SEWER, RCP, LESS
THAN OR EQUAL TO 36-INCH LF 56.0 $ $
12 4020-108-D REMOVAL OF STORM SEWER, SUBDRAIN LF 272.0 $ $
SUBDRAINS
13 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF 710.0 $ $
14 4040-108-C-1 SUBDRAIN CLEANOUT, TYPE 1-A, 6-INCH
EAC
H 2.0 $ $
15 4040-108-D *
SUBDRAIN OUTLET TO STRUCTURE, 6
INCH
EAC
H 2.0 $ $
SUBTOTAL SEWERS AND DRAINS - SEWERS AND DRAINS = $
DIVISION 5 - WATER MAIN AND
APPURTENANCES
PIPES AND FITTINGS
16 5010-108-A WATER MAIN, TRENCHED,
POLYWRAPPED, DIP, 6" LF 299.0 $ $
17 5010-108-C FITTING, MJ LOCKING CROSS, 12"x6" EAC
H 1.0 $ $
18 5010-108-C FITTING, MJ LOCKING TEE, 6"x6"x6" EAC
H 1.0 $ $
19 5010-108-C FITTING, 45° MJ BEND, 6"
EAC
H 4.0 $ $
20 5010-108-E-1 WATER SERVICE STUB, COPPER, 3/4-
INCH LF 37.0 $ $
21 5010-108-E-2 WATER SERVICE, CORPORATION, 3/4-
INCH
EAC
H 2.0 $ $
22 5010-108-E-3 WATER SERVICE, CURB STOP AND BOX,
3/4-INCH
EAC
H 2.0 $ $
VALVES, FIRE HYDRANTS, AND
APPURTENANCES
23 5020-108-A VALVE, MJ GATE, 12"
EAC
H 1.0 $ $
24 5020-108-A VALVE, MJ GATE, 6"
EAC
H 4.0 $ $
25 5020-108-C FIRE HYDRANT ASSEMBLY
EAC
H 1.0 $ $
SUBTOTAL WATER MAIN AND APPURTENANCES =
DIVISION 6 - STRUCTURES FOR
SANITARY AND STORM SEWERS
26 6010-108-A MANHOLE, SW-301, 48-INCH
EAC
H 2.0 $ $
27 6010-108-E-1
MANHOLE ADJUSTMENT, MINOR, SW-
301
EAC
H 1.0 $ $
28 6010-108-E-1
MANHOLE ADJUSTMENT, MINOR, SW-
401
EAC
H 1.0 $ $
FORM OF BID CONRACT NO. 1147 Page 3 of 5
29 6010-108-F-2 * INTAKE ADJUSTMENT, MAJOR, SW-509
EAC
H 2.0 $ $
30 6010-108-G CONNECTION TO EXISTING MANHOLE
OR INTAKE, SUBDRAIN
EAC
H 2.0 $ $
SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $
DIVISION 7 - STREETS AND
RELATED WORK
ASPHALT PAVEMENT
31 7020-108-B *
PAVEMENT, HMA, 1.5-INCH, STANDARD
TRAFFIC (ST) SURFACE, 1/2", PG58-28S,
NO FRICTION
SY 974.0
$ $
32 7020-108-B *
PAVEMENT, HMA, 1.5-INCH, STANDARD
TRAFFIC (ST) INTERMEDIATE, 1/2",
PG58-28S
SY 974.0
$ $
33 7020-108-B * PAVEMENT, HMA, 3-INCH, STANDARD
TRAFFIC (ST) BASE, 1/2", PG58-28S SY 974.0 $ $
34 7020-108-B * MISC. PAVEMENT, 3-INCH HMA / 8.5-
INCH PCC SY 299.0 $ $
35 7010-108-E CURB & GUTTER, 30-INCH WIDE, 6-INCH
DEPTH, PCC, C-4WR, CLASS 3 AGG. LF 644.0 $ $
SIDEWALKS, SHARED USE PATHS,
AND DRIVEWAYS
36 7030-108-E * PCC SIDEWALK, 6-INCH, C-4 SY 14.6 $ $
37 7030-108-E * PCC SIDEWALK, 4-INCH, C-4 SY 12.2 $ $
38 7030-108-G * DETECTABLE WARNINGS SF 20.0 $ $
39 7030-108-H ALLEY, PCC, 6-INCH, C-4 SY 46.9 $ $
40 7030-108-H DRIVEWAY, PCC, 5-INCH, C-4 SY 13.6 $ $
PAVEMENT REHABILITATION
41 7040-108-H * PAVEMENT REMOVAL SY 1,539.0 $ $
SUBTOTAL STREETS AND RELATED WORK = $
DIVISION 8 - TRAFFIC CONTROL
42 8030-108-A * TRAFFIC CONTROL LS 1.0 $ $
43 IADOT 2528-
2518010 SAFTEY CLOSURE
EAC
H 5.0 $ $
SUBTOTAL TRAFFIC CONTROL = $
DIVISION 9 - SITE WORK AND
LANDSCAPING
SEEDING
44 9010-108-B * HYDRAULIC SEEDING, FERTILIZING AND
MULCHING - TYPE 1 SY 515.0 $ $
EROSION AND SEDIMENT CONTROL
45 9040-108-T-1 * INLET PROTECTION DEVICE,
INSTALLATION, DROP-IN
EAC
H 8.0 $ $
46 9040-108-T-2 * INLET PROTECTION DEVICE,
MAINTENANCE
EAC
H 8.0 $ $
FORM OF BID CONRACT NO. 1147 Page 4 of 5
SUBTOTAL SITE WORK AND LANDSCAPING = $
DIVISION 11 - MISCELLANEOUS
47 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ $
48 11020-108-A MOBILIZATION LS 1.0 $ $
49 11,050-108-A CONCRETE WASHOUT LS 1.0 $ $
SUBTOTAL MISCELLANEOUS = $
TOTAL BID = $___________________________
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to
reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to
the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed
form and furnish the required bond and certificate of the insurance within ten (10) days after the
agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed"
is issued.
4. Security in the sum of _______________________________________________________Dollars ($
) in the form of , is submitted herewith in accordance with
the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form.
7. The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work
for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten
(10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. Date
10. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the
City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with
the Non-Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on “SUBCONTRACTOR REQUEST AND
APPROVAL” Form to be provided by City prior to approval of contract.
FORM OF BID CONRACT NO. 1147 Page 5 of 5
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot
be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or
"NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to
the award of a contract due to budgetary limitations.
(Name of Bidder) (Date)
BY: Title
Official Address: (Including Zip Code):
I.R.S. No.
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME: ____________________________________________
ADDRESS: ______________________________________________________
(Check One): PRIME __________ SUBCONTRACTOR __________
FEDERAL ID#: ___________________________________________________
PROJECT NAME: _________________________________________________
PROJECT CONTRACT NO.: ________________________________________
DESCRIPTION OF WORK:
Brickwork Landscaping
Carpentry Painting
Concrete Paving
Drywall-Plaster-Insulation Plumbing
Electrical Roofing-Siding-Sheet Metal
Excavation/Grading Windows
Flooring Wrecking-Demolition
Heavy Construction Other (Please specify)
Heating-Ventilating-Air Cond _____________________
BID BOND Page 1 of 1
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal, and , as Surety, are held and firmly
bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum
Dollars ($__________________) lawful money of
the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors,
administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is
such that whereas the Principal has submitted the accompanying bid dated the day of
, 20 , for
.
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and
shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement
created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided
in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall
be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or
execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of
them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed
by their proper officers this day of , A.D. 20 .
(Seal)
Principal
By
(Title)
(Seal)
Witness Surety
By
Witness Attorney-in-fact
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of )
)ss
County of )
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of
, the Bidder that has submitted the attached Bid;
2. He is fully-informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid:
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or
parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or
indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the
Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such
Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or
conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other
Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the
City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,
conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives,
owners, employees, or parties in interest, including this affiant.
(Signed)
Title
Subscribed and sworn to before me this day of , 20 .
Title
My commission expires .
NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of )
) ss:
County of )
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of
hereinafter referred to as the "Subcontractor;"
2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by
the subcontractor to , contract pertaining to the
project in
;
(City or County and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or
parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or
indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with
such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner,
directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to
fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the
price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or
unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the
proposed contract; and
5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents,
representatives, owners, employees, or parties in interest, including this affiant.
(Signed)
Title
Subscribed and sworn to before me this day of , 20 .
Title
My commission expires .
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said
business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows:
1. The contractors, subcontractor, vendor and supplier of goods and services will not
discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin,
economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor
and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are
treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age,
mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for
employees, state that all qualified applicants will receive consideration for employment without regard to race, creed,
color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each
labor union or representative of workers which he/she has a collective bargaining agreement or other contract or
understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this
section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules,
regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within
such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to
the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and
said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and
accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program—Contract Compliance Provisions
relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such
rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the
contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by
reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order
unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide
in every subcontract, or purchase order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any
person who applies for employment with our company will not be discriminated against because of race, creed, color,
sex, national origin, economic status, age, mental or physical disabilities.
(Signed)
(Appropriate Official)
(Title) (Date)
TITLE VI CIVIL RIGHTS Page 1 of 2
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and successors
in interest (hereinafter referred to as the “contractor”) agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations relative
to non-discrimination in Federally assisted programs of the DOT Title 49, Code of
Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter
referred to as the Regulations), which are herein incorporated by reference and made a
part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or
disability in the selection and retention of subcontractors, including procurement of
materials and leases of equipment. The contractor shall not participate either directly or
indirectly in the discrimination prohibited by section 21.5 of the Regulations, including
employment practices when the contract covers a program set forth in Appendix B of the
Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work
to be performed under a subcontract, including procurement of materials or leases of
equipment, each potential subcontractor or supplier shall be notified by the contractor of
the contractor’s obligations under this contract and the Regulations relative to non-
discrimination on the grounds of race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports
required by the Regulations or directives issued pursuant there to, and shall allow
access to its books, records, accounts, other sources of information, and its facilities as
may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent
to ascertain compliance with such Regulations, orders and instructions. Where any
information required of a contractor is in the exclusive possession of another who fails or
refuses to furnish this information the contractor shall so certify to the Contracting
Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it
has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor’s noncompliance with the
nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or
the FHWA shall impose such contract sanctions as they may determine to be
appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor
complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs
(1) through (6) in every subcontract, including procurement of materials and leases of
equipment, unless exempt by the Regulations, or directives issued pursuant thereto.
The contractor shall take such action with respect to any subcontract or procurement as
the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of
enforcing such provisions including sanctions for non-compliance: Provided, however,
TITLE VI CIVIL RIGHTS Page 2 of 2
that, in the event of a contractor becomes involved in, or it threatened with, litigation with
a subcontractor or supplier as a result of such direction, the contractor may request the
Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests
of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may
request the United States to enter into such litigation to protect the interest of the United
States.
Bidder Status Form
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
Part A To be completed by all bidders
Please answer “Yes” or “No” for each of the following:
If you answered “Yes” for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered “No” to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
NoYes
My company has an office to transact business in Iowa.NoYes
My company’s office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.NoYes
NoYes
NoYes
Part B To be completed by resident bidders
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates:to////Address:
City, State, Zip:
You may attach additional sheet(s) if needed.
Part C To be completed by non-resident bidders
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company’s home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers?NoYes
3. If you answered “Yes” to question 2, identify each preference offered by your company’s home state or foreign country
and the appropriate legal citation.
Dates:to////Address:
City, State, Zip:
Dates:to////Address:
City, State, Zip:
You may attach additional sheet(s) if needed.
Part D To be completed by all bidders
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name:
Signature:Date:
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
Worksheet: Authorization to Transact Business
My business is currently registered as a contractor with the Iowa Division of Labor.NoYes
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.NoYes
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
NoYes
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
NoYes
My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
NoYes
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
NoYes
My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
NoYes
My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
NoYes
My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
NoYes
My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
NoYes
My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
NoYes
309-6001 (09-15)
STATEMENT OF BIDDERS QUALIFICATIONS Page 1 of 2
STATEMENT OF BIDDER’S QUALIFICATIONS
(To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.)
All questions must be answered and the date given must be clear and comprehensive. This statement must be
notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any
additional information he desires.
1. Name of bidder.
2. Permanent main office address.
3. When organized.
4. If a corporation, when incorporated.
5. How many years have you been engaged in the contracting business under your present firm or trade
name?
6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated
dates of completion.)
7. General character of work performed by your company.
8. Have you ever failed to complete any work awarded to you? If so, where and why?
9. Have you ever defaulted on a contract? If so, where and why?
10. List the more important projects recently completed by your company, stating the approximate cost for
each, and the month and year completed.
11. List your major equipment available for this contract.
12. Experience in construction work similar in importance to this project.
13. Background and experience of the principal members of your organization, including the officers.
14. Credit available: $ _______________________________.
15. Give bank reference: ______________________________.
16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be
required by the City of Waterloo, Iowa? _________________
17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any
information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this
Statement of Bidder’s Qualifications.
STATEMENT OF BIDDERS QUALIFICATIONS Page 2 of 2
Dated at _____________________, this __________ day of _________________________, 20_ _.
___________________________________
(Name of Bidder)
By: _______________________________
Title: ___________________________
State of ____________ )
) ss:
County of ___________ )
______________________________, being duly sworn deposes and says that he is ______________________
of _________________________________________________________________ and that the answers to the
(Name of Organization)
to the foregoing questions and all statements therein contained are true and correct.
___________________________________
Signature
Subscribed and sworn to before me this _____________ day of _____________________________, 20___.
___________________________________
Notary Public
My commission expires _____________________, ______.
GENERAL SPECIAL PROVISIONS CONTRACT 1147 Page 1 of 4
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 F.Y. 2026 800 BLK UPTON AVENUE SANITARY
AND WATER MAIN EXTENSIONS, Contract No. 1147, 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 March 2, 2026. They have the general title of F.Y. 2026 800 BLK UPTON AVENUE SANITARY
AND WATER MAIN EXTENSIONS, Contract No. 1147.
The drawings are numbered and separately entitled as follows:
SHEET INDEX
1 TITLE SHEET
2 GENERAL NOTES AND PLAN LEGEND
3 ESTIMATED QUANTITIES AND ESTIMATE REFERENCE INFORMATION
4 TYPICAL SECTIONS
5 DETAILS AND DETAIL REFERENCES
6 WATER MAIN DETAILS
7 DETOUR SHEET
8 PLAN AND PROFILE SHEET
9 INTERSECTION DETAIL
10 WATER MAIN SHEET
11 TABULATIONS
All construction and materials shall be in accordance with the Iowa SUDAS Standard Specifications
except where noted in the SUDAS Supplemental Specifications, Special Provisions and or Estimate
Reference Notes.
2. CONFLICTING SPECIFICATIONS
All requirements of other specifications contained in the contract documents, which conflict with the
provisions of the special provisions will be considered void.
3. DUMPING AREAS
Excess material resulting from construction operations shall be hauled to the County Landfill or
other area secured by the Contractor and approved by the City Engineer. Rubble, rubbish, trees,
brush, and other unsuitable backfill material, as designated by the City Engineer, shall be hauled to
the County Landfill. All Landfill charges are to be considered incidental to the contract and are the
responsibility of the Contractor.
4. CONSTRUCTION DAMAGE
The Contractor shall exercise care during construction operations to ensure the safety and protection
to existing features located near or within the limits of construction. Damage caused by negligence
GENERAL SPECIAL PROVISIONS CONTRACT 1147 Page 2 of 4
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 he materials are not salvageable and the City does not want to retain ownership of
the materials. Materials designated in the field by the Engineer as nonsalvageable shall be hauled
and disposed of by the Contractor at no cost to the City. All other materials shall be transported to
locations as directed by the Engineer. No separate measurement or payment will be made for
hauling or disposing of removed materials and it shall be considered incidental to applicable items.
6. OVERHAUL
Overhaul will not be paid for "surplus material" obtained from any of the items of construction under
this contract. The cost of overhaul will be considered as incidental to the items to which it applies.
7. MAILBOXES/STOP SIGNS
The Contractor shall notify the United States Postal Department of mailboxes, which interfere with
any part of the work before removing them, and the Contractor will relocate them as required by the
Postmaster. The removal and replacement of mailboxes will not be considered for direct payment,
but will be considered incidental to the item to which it applies.
The removal and replacement of stop signs will not be considered for direct payment, but will be
considered incidental to the item to which it applies.
8. PAY ITEMS
All pay items are listed in the proposal and shall include the purchase of all materials, delivery of
these materials, and furnishing all labor, plant and miscellaneous work needed to make the item
complete. All such cost shall be incidental to the proposed item to which it applies and shall not be
considered for separate payment.
9. BREAKDOWN OF LUMP SUM CONTRACT PRICE ITEMS
The Contractor shall, immediately upon execution and delivery of the contract, before the first
estimate for payment is made, deliver to the City Engineer a detailed estimate giving a complete
breakdown of the lump sum contract prices. The submitted breakdown shall be approved by the
City Engineer prior to any payment of any lump sum price item.
10. PERMISSION TO HAUL OVER STREETS, RAILROADS AND HIGHWAYS
The Contractor will be required to secure, from the proper authorities, permission or permit which
may be required to haul over streets, highways, railroads or private property, and any hauling
operations of the Contractor shall be subject to the requirements of such permits, permission, and
to all applicable regulations, laws, and ordinances governing hauling and movement of equipment
over streets, railroads, highways and private property. Any costs or inconvenience caused by
obtaining any necessary permits or permission shall be considered completely covered by the price
bid for the items in the proposal.
GENERAL SPECIAL PROVISIONS CONTRACT 1147 Page 3 of 4
11. CONSTRUCTION SCHEDULING
The City Engineer shall approve Contractor's work schedule prior to starting. All revisions shall also
be approved. The City Engineer may change the schedule to accommodate changing construction
conditions.
The Contractor shall coordinate the work under this contract with contractors performing work under
other contracts, which may be performed concurrently.
The Contractor shall be responsible to notify the Police, Fire, Street and Engineering Departments
of the closing and opening of streets.
The Contractor shall commence work within ten (10) days after receipt of the "Notice to Proceed"
and diligently execute the work of the contract to completion.
12. PRE-CONSTRUCTION CONFERENCE
Before any work is started, the Contractor shall arrange with the City Engineer to hold a pre-
construction conference to discuss problems and schedules of contracts.
13. UNDERGROUND UTILITIES
It is the responsibility of the Contractor to obtain the location of gas lines, water lines, electric,
telephone, and cable television cables or wires from the various utility companies and the City
electrician before starting any excavation. The Contractor shall be responsible for any damage to
any underground utilities. The Contractor shall expose those utilities indicated on the plans so that
elevations may be determined before beginning construction. This work shall be considered
incidental to other items of work.
If the Contractor believes that additional costs have been incurred due to a utility being improperly
located, the resolution of the additional costs incurred shall be made between the Contractor and
the respective utility company.
14. TRAFFIC SIGNS AND STREET SIGNS
The Contractor shall contact the City of Waterloo Traffic Operations Department to have any street
sign that will be affected by construction removed and replaced when the work has been completed.
15. TRAFFIC CONTROL DURING CONSTRUCTION
The Contractor shall, at his own expense and without further or other order, provide, erect and
maintain, at all times during the progress and suspension of the work and until completion and final
acceptance thereof, suitable and requisite barricades, signs or other adequate protection, as
required by the latest edition of Part VI of the “Manual on Uniform Traffic Control Devices” and shall
provide, keep and maintain such barricades, signs, etc., as may be required or as may be ordered
by the Engineer, to ensure the safety of the public as well as those engaged on the work. All
barricading plans shall be reviewed by the Engineer.
The Contractor shall determine, provide and obtain approval from the City Engineer on all detour
locations for all street closings, barricades and posting prior to construction. These shall meet
requirements of the City Police Traffic Department. The Contractor shall notify the City Engineer's
Office and the Police, Fire and Street Departments when the street is closed for construction. All
barricading shall be in accordance with the latest edition of Part VI of the "Manual on Uniform Traffic
Control Devices." Encapsulated lens sheeting is not required on this project.
GENERAL SPECIAL PROVISIONS CONTRACT 1147 Page 4 of 4
16. GRADES, LINES, LEVELS AND SURVEYS
All necessary grades, lines, levels and surveys shall be established and maintained by the Contractor.
The Contractor shall verify all grades, lines, levels and dimensions as sown on the drawings, and he
shall report any errors or inconsistencies in the same to the City Engineer before commencing work.
17. SAFETY OF WORKERS AND PUBLIC
The Contractor shall, at all times, take necessary precautions to protect the life and health of all
persons employed on this project and the public. He shall provide necessary safety devices and
safeguards in accordance with latest and best accident prevention practices. All such protection
shall be furnished to employees without cost.
No direct measurement of payment shall be made for this protection, but shall be considered
incidental to other items of work. The public shall be kept outside of any work area.
18. CONSTRUCTION EQUIPMENT FOR PORTLAND CEMENT CONCRETE PAVEMENT
Section IX "Construction Equipment" of the "Specifications for Concrete Paving, Widening, and Curb
and Gutter" of the Standard Specifications for Municipal Public Works Construction, City of Waterloo,
Iowa, shall be amended as follows:
Iowa Department of Transportation standard specification Section 2301.07 Construction Equipment
For Portland Cement Concrete Pavement shall apply with the following exception to Section
2301.07.A.7.b Finishing Machine: The first sentence shall read as "A finishing machine will be
required on all uniform width slabs ten (10) feet or more in width upon which a continuous line of
forms more than one hundred fifty (150) feet in length may be set, except for intersections or
otherwise approved by the Engineer."
19. WORKING ON SATURDAYS, SUNDAYS AND LEGAL HOLIDAYS
The Contractor shall notify the Engineer in writing forty-eight (48) hours in advance if work on
Saturday is planned. By noon the Friday before the planned Saturday work, the Contractor shall
confirm the Saturday work schedule with the project inspector.
Work on Sunday requires prior approval of the Engineer in accordance with the Waterloo Standard
Specifications. The Contractor shall not work the following days in 2026 due to City holidays:
January 1, 2026
January 19, 2026
May 25, 2026
June 19, 2026
July 3, 2026
September 7, 2026
November 11, 2026
November 26 & 27, 2026
December 24 & 25, 2026
SPECIAL PROVISIONS CONTRACT 1095 Page 1 of 3
SPECIAL PROVISIONS
MISCELLANEOUS
1. EXISTING PAVEMENT SECTIONS
Existing pavement section information can be provided upon request by the contactor. Data will be
obtained from previous construction plans for each road.
2. PAYMENT FOR PAVING ITEMS
This paragraph shall apply to the unit prices for paving related items and restrict full payment of the
unit bid prices until a street or phase is completed and opened to traffic or surface restored. By
providing a breakdown of the unit price, the intent is to encourage the Contractor to promptly
complete the paving. The breakdown of the unit price does not give the Contractor the choice of
eliminating a portion of the work under this unit price or delay his schedule for reason of obtaining
payment based on a certain percentage of his preference.
Payment shall be made on a breakdown of the unit bid price basis by withholding a portion of the
unit bid price based on work completed or by apportioning the quantity of completed work in
accordance with the following schedule:
Payment as % of Contract
Work Performed Unit Price for Paving Items
A. All items of work related to paving,
except for those items identified in
"B" which follows. 80%
B. Fine grading of backfill, resetting
mail boxes, boxouts, final cleanup and
linseed oil surface treatment. 20%
When all work is completed, payment shall be made on 100 percent (100%) of the unit bid price for
paving related items. Topsoil is paid as a separate bid item and will be paid when completed.
3. LIQUIDATED DAMAGES; PROGRESSIVE WORK & 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 $1,000.00 per
day, for each day, as further described herein, in excess of the authorized time.
Days beyond the specified completion date for which Liquidated Damages will be charged will be
working days that the Contractor does, or could have worked from Monday through Saturday.
Sundays will be counted only if work is performed. Partial working days will be considered as a full
working day. Days not chargeable for Liquidated Damages will include rain days, Sundays, if no
work is done, and legal holidays.
SPECIAL PROVISIONS CONTRACT 1095 Page 2 of 3
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.
Progressive Work: After construction is started on any phase of any street, meaningful progressive
work shall continue each working day that is not effected by adverse weather, concrete curing
requirements or delays completely out of the control of the contractor. Liquidated damages in the
amount of $1,000.00 per day shall be assessed for non-compliance with this requirement.
4. CONCRETE CLEAN-UP AND WASHOUT
Runoff from concrete cleanup is a caustic pollutant that can harm wildlife and vegetation. DO NOT
clean tools, equipment, and concrete trucks into or allow wastes to enter into the modified
subbase, streets, ditches, storm drains or waterways.
In Waterloo, failure to follow proper concrete clean-up procedures is a violation of the City’s Code
of Ordinances and is considered a municipal infraction, punishable by fines.
The current City of Waterloo schedule of fines is:
1st offense $200 fine and court costs
2nd offense $500 fine and court costs
3rd and subsequent offense $750 fine and court costs
5. 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:
FY 2026 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS CONTRACT NO.1147
BID ITEM DESCRIPTION UNIT UPTON AVENUE
QTY
DIVISION 2 - EARTHWORK
5 EXCAVATION, CLASS 10, BELOW GRADE CY 45.0
SPECIAL PROVISIONS CONTRACT 1095 Page 3 of 3
6. PERCENT OF CONTRACT TO BE PERFORMED BY PRIME CONTRACTOR
The Prime Contractor shall be required to perform at least 30 percent of the total contract amount
of this project. Purchasing of materials for subcontractors will not be an acceptable method for the
prime contractor to meet the 30 percent requirement.
7. INFORMATIONAL SIGNS RELATING TO CONSTRUCTION
A. Advanced Informational Signs
Advanced information signs shall be placed near the beginning and end of the project six
(6) calendar days in advance of the street being closed for construction. These signs shall
be approximately 2' x 3' in size, with the following wording: "This street to be closed for
construction on (day of the week). One percent local option dollars at work. Thank
you for your cooperation." Signs shall be placed on E. San Marnan Drive. These
informational signs shall be considered incidental to the traffic control bid item.
B. After-Construction Signs
These signs shall be similar as the Advanced Informational Signs, except that the first line
shall read: "This street constructed with Local Option Dollars." After-construction signs
shall be placed on all streets after they have been completed and open to traffic.
The after-construction signs shall remain in place for at least four (4) weeks. The cost of
these signs shall be considered incidental to applicable items.
8. STORM WATER POLLUTION PREVENTION/INLET PROTECTION DEVICE
Storm water pollution prevention has become an important issue on construction projects. Therefore,
the City is requiring that the storm sewer system on this project be protected in order to reduce and
minimize the impact of sediment-laden runoff flowing into the storm sewer system.
Detail sheets are included in the plans with representation of various structures and the proposed
protection to be provided.
Structures that are unlikely to receive storm water during the construction process are not included in
the Estimated Quantity for Inlet Protection Device. Protection will be placed at those locations directed
by the Engineer or his representative.
No separate payment will be made for protection of open ends of storm sewer pipe, but this will be
considered incidental to applicable items.
Should the protection not be provided or not maintained, the contractors will be required to remove
sediment from the inlets or storm sewer at his own expense. The materials shall be removed in such
a manner as to present further contamination of the storm sewer system and subsequent impairment
of downstream receiving waters of the sewer.
SUPPLEMENTAL SUDAS SPECIFICATIONS Page 1 of 11
General Supplement To SUDAS
Standard Specifications
February 2025
City of Waterloo Engineering Department
715 Mulberry Street
Waterloo, Iowa
319-291-4312
SUPPLEMENTAL SUDAS SPECIFICATIONS Page 2 of 11
SUPPLEMENTAL SPECIFICATIONS TO THE SUDAS SPECIFICATIONS DIVISION 1 – GENERAL PROVISIONS AND COVENANTS 1010 – 1090 In lieu of SUDAS Division 1, GENERAL SPECIFICATIONS FOR CONSTRUCTION, CITY OF WATERLOO, IOWA, DEPARTMENT OF ENGINEERING shall apply, which are included in the contract documents for this project. DIVISION 2 – EARTHWORK, SUBGRADE AND SUBBASE 2010, 1.08, D, 1 & 3 Measurement and Payment for Topsoil will be made in SY. Thickness will be 4
inches unless otherwise specified in the contract documents.
2010, 1.08, E, 4 Stripping, salvaging and spreading of topsoil is included in TOPSOIL,
4INCHES, ON OR OFF-SITE bid item, per SY.
2010, 1.08, F Below grade excavation will be determined in the field by the Engineer. This bid
item includes the removal of unsuitable or unstable subgrade materials AND
replacement with MODIFIED SUBBASE, paid per CY.
2010.1.08, I Subgrade treatment when directed by the Engineer.
2010, 1.08, J Subbase will be paid by square yard (SY) of subbase placed based on plan
quantity per street and bid item thickness. Recycled material will be allowed if
material passes the IA dot gradation no. 14. Gradation/certification to be
submitted to City of Waterloo engineering department prior to placement of
material.
2010, 1.08, K, 3 Removal of pipe and conduits shall include capping or plugging when
determined necessary in the field by the Engineer.
2010, 2.01 Both on-site and off-site topsoil may be used when complying with 2010, 2.01.
Maximum size of undesirable material shall be ½ inch.
2010, 2.04, C, 6 Geotextiles used shall be Geotextile Systems by Propex Geotex 350 ST, TenCate
Mirafi HP 370, or approved equal.
2010, 2.04, D, 3 Recycled Modified Subbase certified material made from onsite PCC or offsite
stockpile shall be certified and approved by the IDOT.
2010, 3.02 Thickness will be 4 inches unless otherwise specified in the contract documents.
2010,3.08, D,4 Do not allow hauling equipment and other traffic on completed subbase when
possible.
2010, 3.03 E After pavement removal, all subsequent construction operations must leave the
construction site in a condition that is graded to drain to existing intakes or
isolated areas, and if ponding occurs the contractor must pump the standing water
as soon as reasonable after a rainfall event has ended to prevent the subgrade
from becoming saturated. Pumped water must be directed through approved
SUPPLEMENTAL SUDAS SPECIFICATIONS Page 3 of 11
sediment reduction measures before entering the storm sewer or other drainage
system.
2010, 3.08 Installation of subdrains shall be completed prior to construction of the sub
base.
DIVISION 3 – TRENCH AND TRENCHLESS CONSTRUCTION
SECTION 3010 – TRENCH EXCAVATION AND BACKFILL
3010, 3.01, D ADD: Excavated material that has a greater than optimum moisture content but is
otherwise acceptable shall not be considered unsuitable. The Contractor shall
either dry out the material to a suitable condition or furnish acceptable material.
Should the Engineer determine that the excavated material is not suitable for
backfill for the excavation, the material shall be disposed of and replaced with
approved backfill material obtained by the Contractor from another source,
which could include material from other locations on the project.
DIVISION 4 – SEWERS AND DRAINS
SECTION 4010-SANITARY SEWERS
4010, 1.08, A, 1, c Testing and inspection will be performed by City of Waterloo, Iowa, personnel.
The following are included in the pipe unit price or applicable items:
• Removal and disposal of existing pipe when 4 (four) feet or less horizontally
from the existing pipe
• Collars at any existing to new pipe connections (main or services) or at
manholes
• Bypass pumping and traffic control related to bypass pumping
• Installation of temporary storm sewer to reestablish storm sewer that has
been removed/impacted by sanitary sewer construction
• Record the location, depth and type of material for each water service
crossed
• Cleaning the sanitary sewer main prior to City televising, as needed
4010, 1.08, E Sanitary sewer service connections to existing live services shall be connected to
existing at a minimum of 5 (five) feet back of curb line. New stubs shall be
extended to a minimum of 5 (five) feet back of curb line and capped watertight.
The end of the service stub shall be marked with a 5 (five) foot long standard
metal T post.
4010, 2.01 C. Corrugated Polyvinyl Chloride Pipe (PVC) shall be used for diameters 18” and
larger.
E. Polyvinyl Chloride Composite Pipe (truss type PVC) shall be used for
diameters 8”-15”.
SUPPLEMENTAL SUDAS SPECIFICATIONS Page 4 of 11
4010, 2.04, A,2, b Delete
4010, 3.02, B ADD THE FOLLOWING ITEMS
8. Where the new service line meets the existing, the Contractor shall
install a FERNCO (or equal) coupling and construct a concrete collar.
Backfill of the coupling and collar shall not occur until the concrete
collar has hardened sufficiently to prevent deformation of the
concrete.
9. When connecting to existing truss pipe, a truss-to-truss GASKETED
REPAIR COUPLING shall be used.
10. Provisions shall be made for maintaining sewerage flow in all
"upstream" sections of the system
11. The contractor shall take appropriate measures to prohibit ground
water, rainwater, etc. from entering the pipe. If this does occur and
the pipe becomes dirty, the contractor shall be required to clean the
pipe at his expense prior to the City televising the line.
12. If the City needs to clean the line prior to televising, the contractor
will be billed for the same, with payment for pipe withheld until the
City is paid.
13. The contractor shall install a temporary storm sewer to reestablish
the storm sewer that is removed/impacted by the sanitary sewer
construction, which is incidental to applicable items.
14. The Contractor constructing the main shall be responsible for
locating and marking the locations of existing service lines. Dye
testing or tracing may be required to determine service line
locations or the existence of shared service lines. Dye testing and
tracing, if required, will be paid on a per each basis.
15. The permanent connection of the sanitary sewer service lines shall
be constructed with the sanitary main construction so that the
service connections (tap and tee or wye construction) and a
minimum of five (5) feet of the service line are constructed as the
sanitary main is constructed. The Contractor may reconstruct the
entire required length of the service line at the time of main
construction. If any existing water services are damaged or broken
while performing work under this item, renewal shall be at the
Contractor’s expense.
16. Services to all properties adjacent to and/or served by the sanitary
sewer reconstruction must be verified by the Contractor(s). Upon
completion of the sanitary sewer reconstruction, the Contractor
shall contact the City Waste Management Department (291-4553)
to request televising of the sewer. Any service connections missed
SUPPLEMENTAL SUDAS SPECIFICATIONS Page 5 of 11
shall be reconnected by the contractor with the City paying for only
those items originally needed for the installation.
4010, 3.02, B Trenched sanitary sewer shall use a laser system for line and grade with hubs a
minimum of 50 (fifty) feet to check line and grade.
4010, 3.06, Premade Tees and Wyes are required on 8-inch diameter through 15-inch
diameter sanitary mains. Connect temporarily to existing sanitary services a
minimum of 5 (five) feet from the back of curb or as directed in the field by the
Engineer depending on the depth of the service. New stubs are to be extended
to a minimum of 5 (five) feet from the back of curb or as directed in the field by
the Engineer depending on the depth of the service, to a location to prevent
undermining of the paving when service is extended in the future. The Contractor
may construct the entire required length of the stub at the time of main
construction.
SECTION 4020-STORM SEWERS
4020, 1.08, A&B Inspection and testing to be completed by the City of Waterloo, Iowa, if noted in
the plans.
4020, 2.01 Only reinforced concrete storm sewer pipe and reinforced concrete storm sewer
pipe aprons are permitted. Only Rubber O Ring or Profile gasket joints are
permitted.
4020, 3.05, B Only Rubber O Ring or Profile gasket joints are permitted.
4020, 3.11 Inspection and testing to be completed by the City of Waterloo, Iowa.
SECTION 4030-PIPE CULVERTS
4030, 2.01, A Reinforced concrete pipe shall be the only material allowed within the right-
of-way.
4030, 2.01, B Reinforced concrete pipe shall be the only material allowed within the right-
of-way.
4030, 2.01 C and D Delete
SECTION 4040-SUBDRAINS AND FOOTING DRAINS
4040, 2.02 Only Case B Type 1 Longitudinal Subdrains are permitted. (Detail 4040.231)
4040, 3.01 Installation of subdrains shall be completed prior to construction of the sub
base.
Figure 4040.231 Only Case B Type 1 Longitudinal Subdrains are permitted.
Figure 4040.233 Use CMP outlet and Removable Grate rodent guard.
SECTION 4050-PIPE CLEANING AND REHABILITATION
SUPPLEMENTAL SUDAS SPECIFICATIONS Page 6 of 11
4050, 1.07, B The Jurisdiction will not provide water free of charge to the contractor for
cleaning and installation of Cured-In-Place pipe. A Water Construction
Meter and instructions may be obtained by coordinating with Waterloo
Water Works.
DIVISION 5 –WATER MAINS AND APPURTENANCES
SECTION 5010 – PIPE AND FITTINGS
5010, 1.08, E, 3 Water service Curb Stop and Curb Box will be measured and paid as separate
items.
5010, 2.07, B K-Copper pipe shall be used for water services.
5010, 2.07, C Corporation Valves shall meet ANSI/AWWA C800 (COMPRESSION TYPE)
AY McDonald or Mueller 300 ball style rated for minimum 300 PSIG water
pressure.
Ball Curb Valves (Curb Stops) shall meet ANSI/AWWA C800
(COMPRESSION TYPE) AY McDonald or Mueller 300 ball style rated for
minimum 300 PSIG water pressure.
Stop Boxes (Curb/Pave Boxes) Arch Pattern shall meet ANSI/AWWA C800
Mueller H-10314, AY McDonald 5601, 5603, or equal with 5’0” stainless steel
shut off rod and cotter pin.
Service Pipe (K Copper).
DIVISION 6 – STRUCTURES FOR SANITARY AND STORM SEWERS
SECTION 6010 - STRUCTURES FOR SANITARY AND STORM SEWERS
6010, 1.08, A Use SW-601 Type A casting with City of Waterloo EJ 1040 AGS cover. Use
SW-602 Type E casting with City of Waterloo EJ 1040 A cover. City of
Waterloo EJ V-1600C Cover.
6010, 1.08, D Casting Extension Rings will be considered incidental to manhole construction.
In lieu of extension rings for intakes, extensions shall be poured integral with
boxouts.
6010, 1.08, E, 1 Use SW-601 Type A casting with City of Waterloo EJ 1040 AGS cover. Use SW-
602 Type E casting with City of Waterloo EJ 1040 A cover. City of Waterloo EJ
V-1600C Cover. Existing castings are to be delivered to the City of Waterloo
Waste Management yard at 3505 Easton Avenue.
6010, 1.08, E, 2 Existing castings are to be delivered to the City of Waterloo Waste Management
yard at 3505 Easton Avenue. Minor adjustments shall not allow extension rings
for intakes. The extensions shall be poured integral with boxouts.
6010, 1.08, F, 1 Use SW-601 Type A casting with City of Waterloo EJ 1040 AGS cover. Use SW-
602 Type E casting with City of Waterloo EJ 1040 A cover. City of Waterloo EJ
SUPPLEMENTAL SUDAS SPECIFICATIONS Page 7 of 11
V-1600C Cover. Existing castings are to be delivered to the City of Waterloo
Waste Management yard at 3505 Easton Avenue.
6010, 1.08, F, 2 Existing castings are to be delivered to the City of Waterloo Waste Management
yard at 3505 Easton Avenue.
6010, 1.08, H Remove Manhole or Intake will include complete removal of the structure and
backfilling the area as required to complete the construction in the area where the
structure was removed.
6010, 2.05, B, 1 Rubber O-Ring or Profile Gaskets will be used for Precast Riser Joints.
6010, 2.05, B, 2, b Engineering Fabric Wrap shall not be used.
6010, 2.09, A Use of High-Density Polyethylene Adjustment Rings is preferred.
6010, 2.10, E, 1 Fixed Manhole Casting Types will be used for both sanitary and storm manholes
with City of Waterloo covers required for all manholes.
6010, 2.11, A Only external Chimney Seal Infiltration Barriers or Heat Shrink Sleeve will be
used on sanitary manholes.
6010, 2.13 A All manholes shall contain steps.
6010, 3.01, F, 1 Install only Rubber O-ring or Profile Gaskets
6010, 3.01 K Only external Chimney Seal Infiltration Barriers or Heat Shrink Sleeve will be
used on sanitary manholes.
6010, 3.07 Remove Manhole or Intake will include complete removal of the structure.
DIVISION 7 STREETS AND RELATED WORK
SECTION 7010 – PORTLAND CEMENT CONCRETE PAVEMENT
7010, 2.01, H The use of glass fiber reinforced polymer dowel bars shall only be allowed for
CD joints and individual dowels for dowel bar retrofits or patches on PCC
pavements.
7010, 3.02, F The use of a paving machine will be required on all sections of mainline paving
150 feet or more in length. When paving intersections, a vibratory screed may be
used when paving 150 feet or more in length.
7010, 3.02, I, 5 Burlap Drag Surface Texture is required, unless noted otherwise
7010, 3.02, K Figure 7010.101/Standard Road Plan PV-101, Details A, B and C, Sheet 2 of 8,
shall apply to joint sealing.
7010, 3.03, B Hand finish methods may be used for curb and gutter sections 150 feet or less in
length.
7010, 3.07, A Material Testing for Plastic and Hardened Concrete will be performed by the City
of Waterloo, Iowa.
SUPPLEMENTAL SUDAS SPECIFICATIONS Page 8 of 11
SECTION 7020 – HOT MIX ASPHALT PAVEMENT
7020, 1.05, B Allowable percentage of RAP in the mix will be as shown in IDOT I.M. 510,
Appendix C.
If the contractor wishes to use RAP in the production of HMA, the contractor will
provide to the City documentation showing that the RAP is either Unclassified or
Classified. Documentation will meet the requirements of IDOT section 2303, IM
505 and IM 510. The City will not do gradation or extraction tests on the RAP to
determine the amount of asphalt binder present in the RAP. The contractor can
have the samples sent to an independent lab or send the samples to the IDOT for
extraction and gradation tests. Contractor tests results on the RAP to determine
Classified status will not be accepted. The contractor and the city will work
together to take samples. All test results will be provided to the city. If
documentation can’t be provided, the RAP will be treated as unclassified.
RAP to be used in the production of HMA will be included in the JMF. The
contractor will take the RAP into account during the mix design as described in
IDOT Section 2303 and IM 505. If the contractor wishes to use RAP in the HMA
mixture, the contractor will provide documentation for the status of the RAP to be
used.
7020, 1.08 A-D Construction zone protection will be paid for as a separate bid item.
7020, 1.08, K All of the asphalt removed from this project is to be the property of the Contractor,
unless otherwise noted
7020, 2.02 Use of warm mix asphalt (WMA) is not allowed.
7020, 2.03, A See Supplemental Specification for 7020, 1.05, B.
7020, 2.03, B No recycled asphalt shingles (RAS) will be allowed.
7020, 3.01, G For base, intermediate and surface lifts, any mix on any street per stage per day,
over 700 feet in length or over 2400 SY in area will require QMA. For base
intermediate and surface lifts over 100 tons per street per stage per day will require
a hot box sample and gradation, unless otherwise waived by the Engineer.
7020, 3.02, D, 2 Maximum compacted thickness of any lift will be three (3) inches.
7020, 3.02, D, 6 Multiple lifts of asphalt will not be allowed on the same street on the same day
until existing HMA has reached an ambient temperature with its surroundings prior
to the placement of the next layer of HMA. The Engineer may waive this
requirement.
7020, 3.06, A The City may conduct the tests, hire an independent testing laboratory, or use the
Contractor’s test results. Density for all streets will be a minimum of 94%.
7020, 3.06, A, 2 The Contractor will have mix designs approved by the IDOT or independent lab.
Any HMA produced prior to submitting JMF’s and material certifications will not
be paid for.
SUPPLEMENTAL SUDAS SPECIFICATIONS Page 9 of 11
7020, 3.06, A, 3, b, 1 Binder will be accepted based on suppliers’ shipment certification.
7020, 3.06, A, 3 b 6 No split samples for agency correlation are required.
7020, 3.06, B, 3 Will be modified as follows: For base, intermediate and surface lifts, any mix on
any street per stage per day, over 700 feet in length or over 2400 SY in area will
require QMA. For base intermediate and surface lifts over 100 tons per street per
stage per day will require a hot box sample and gradation, unless otherwise waived
by the Engineer.
SECTION 7020 –ASPHALT OVERLAYS
7021, 1.08 A, B, C, D Construction zone protection will be paid for as a separate bid item.
7021, 2.02 Use of warm mix asphalt (WMA) is not allowed.
7021, 2.03 Recycled asphalt shingles are not allowed.
SECTION 7030 – SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS
7030, 1.08, B Grinding of curb is not allowed.
7030, 1.08, E, 3 Testing, when required, will be performed by the City of Waterloo Engineering
Department personnel.
7030, 1.08, H, 1, C Testing, when required, will be performed by the City of Waterloo Engineering
Department personnel.
7030, 2.07 Detectable Warning Surfaces shall be cast iron. Approved vendors include:
MetaDome, LLC – MetaCast; EJ Group, Inc. – Detectable Warning Plates; Neenah
Foundry Company
7030, 3.01, E Grinding of curbs for sidewalk ramps or driveway approaches will not be allowed.
7030, 3.11 Material Testing will be performed by the City of Waterloo Engineering
Department.
SECTION 7040 – PAVEMENT REHABILITATION
7040, 1.08, A Minimum patch size is 4 feet x 4 feet or 1.78 square yards. Patches within 4 feet
of a joint will be enlarged to go to the joint. See modified SUDAS Figures
7040.101-104.
7040, 1.08, C Partial depth PCC patches are only allowed for a dowel bar retrofit.
7040, 1.08, H Pavement Removal includes PCC Paving and Composite Paving, including curb
and gutter sections. Asphalt Pavement Removal includes full depth asphalt paving
sections and curb and gutter sections where it exists on a full depth asphalt street.
SUPPLEMENTAL SUDAS SPECIFICATIONS Page 10 of 11
7040, 1.08, I Curb and gutter removal is for isolated locations of removal and does not include
curb and gutter removed under 7040, 1.08, H.
7040, 1.08, L Sampling and Testing will be performed by the City of Waterloo, Iowa,
Engineering Department. If required for the project, it shall be paid for on a lump
sum basis.
7040, 3.01, G See modified Figure 7040.107. City inspection of pavement prior to repair of core
holes is required. If in the Engineer’s opinion, the pavement has been undermined
during the coring process, the repair will be turned into a full depth patch.
7040, 3.02, B Restoration of the subbase will require matching the existing subbase thickness
adjacent to the patch or the record subbase thickness provided by the Engineering
Department, whichever is greater.
SECTION 7092 – CRACK AND SEAT EXISTING PCC PAVEMENT
7092, 3.03, A Full depth saw cuts along the curb line are not required.
7092, 3.10 This item also includes cutting and removing any rebar sticking out of the
surface of the pavement.
DIVISION 8 – TRAFFIC CONTROL
SECTION 8020 - PAVEMENT MARKINGS
8020, 2.01 Precut legends and symbols, including cross walk bars, shall be precut preformed
polymer or thermoplastic materials conforming to PreMark® by Flint Trading,
Inc., or equal. The Contractor shall install the precut legends and symbols as per
manufacturer’s specifications. Installation of the precut symbols or legends shall
also require grinding of the area 1/8 inch below the plane of the pavement surface
and treating the ground area with a sealer prior to placement of the symbols or
legends.
The Contractor shall work with the City Sign and Traffic Department to
determine exact placement of all markings and symbols in the field.
SECTION 8030 - TEMPORARY TRAFFIC CONTROL
8030, 1.08, A Detour signing is incidental to Temporary Traffic Control for each detour
identified in the plans. Payment for specialized detour signing will be based on a
per EACH basis and will include providing the signs, installing, maintaining and
removing the signs as needed during the course of the project.
Temporary directional signing for alternate routes to businesses will be constructed
as per detail and installed at locations as shown in the plans. Payment will be based
on a per EACH basis and will include providing the signs, installing, maintaining
and removing the signs as needed during the course of the project.
DIVISION 9 – SITE WORK AND LANDSCAPING
SUPPLEMENTAL SUDAS SPECIFICATIONS Page 11 of 11
SECTION 9010 – SEEDING
9010, 1.08, A, B, C Seeding, Fertilizing and Mulching for Hydraulic Seeding will be measured and
paid in SY. Mowing will be included in the care period and/or as directed by the
Engineer.
SECTION 9040 – EROSION AND SEDIMENT CONTROL
9040, 1.08, T, 1 Inlet Protection Device will include the intermediate protection (prior to paving)
as per detail included in the plans, as well as Drop In Intake Protection or Surface
Applied Intake Protection.
9040, 1.08, T, 2 Maintenance of Inlet Protection Devices will include maintenance (clean out of
device and reinstallation) from initial installation of intermediate protection up to
removal after vegetation has been established. Maintenance will also include,
when and where required, removal prior to winter conditions and replacement in
the spring if vegetation has not been established.
9040, 3.01, A SWPPP shall also be prepared to meet the requirements of the City of Waterloo.
9040, 3.09, A, 6 Abut end of adjacent wattles tightly or overlap ends ash shown on 9040.102
GENERAL SPECS Page 1 of 16
GENERAL SPECIFICATIONS FOR CONSTRUCTION
CITY OF WATERLOO, IOWA Department of Engineering SECTION A - Definitions of Terms SECTION B - Scope of work SECTION C - Control of Materials and Work SECTION D - Procedure and Progress SECTION E - Measurements and Payments SECTION F - Legal Relations and Responsibility
SECTION A - DEFINITIONS OF TERMS
1. CITY. The City of Waterloo, Iowa, which is the Party of the First Part of
the accompanying contract, acting through its authorized representative. 2. COUNCIL. The duly elected Council of the City of Waterloo, Iowa. 3. ENGINEER. The City Engineer of Waterloo, Iowa, or his authorized representative. 4. INSPECTOR. The authorized representative of the Engineer, assigned to
the detailed inspection of the work or materials therefor and to such other duties as may be delegated to him in these specifications.
5. CONTRACTOR. The Party of the Second Part in the accompanying contract for the improvement covered by these specifications, or his authorized representative.
6. SUBCONTRACTOR. Any person, firm, or corporation who has, with the approval of the Council, contracted with the Contractor to execute and perform in his
stead all or any part of the contract. 7. BIDDER. Any individual, firm, or corporation submitting a proposal for all or a part of the work provided for in these specifications. 8. PROPOSAL GUARANTEE. The security designed in the Notice of Bidders or Proposal to be furnished by the bidder as a guarantee of good faith to enter into a contract and furnish an acceptable bond for the work contemplated if it be awarded him. 9. SURETY. The corporate body bound with and for the Contractor for the
acceptable performance of the contract. 10. PROPOSAL. The written Proposal, submitted by the bidder in the
prescribed manner and on the standard form, for the improvements covered by these specifications. 11. SPECIFICATIONS. The documents that set forth the manner in which the proposed work is to be accomplished which have been prepared by the Engineer
GENERAL SPECS Page 2 of 16
and approved by the City Council, official copies of which are now on file with the City Clerk. 12. SPECIAL PROVISIONS. Clauses or memoranda not contained herein, applying to the contract of which these specifications are a part, which change or supplement these specifications. 13. CONTRACT. The agreement entered into between the City and the Contractor, setting forth the terms under which the work covered by the plans and
specifications is to be performed. The contract includes all conditions, definitions, and instructions set forth in the official publications relating to the work, the official contract and specifications, the Proposal, official plans, and all supplemental agreements entered
into by the parties to the contract. 14. NOTICE TO BIDDERS. The notice called attention of bidders to the time
and place for receiving bids, containing a brief description of the work, and briefly setting forth the requirements and conditions for submission of Proposals. 15. INSTRUCTIONS TO BIDDERS. The clauses setting forth in detail the information relative to the proposed work and requirements for the submission of Proposals. 16. PLANS. The plans for the improvement covered by the specifications
and approved by the Council, official copies of which are on file with the City Clerk. 17. CONTRACT BOND. The bond executed by the Contractor and his surety
in favor of the City of Waterloo, Iowa, guaranteeing the complete execution of the contract in accordance with the plans and specifications, the payment of all debts pertaining to the work, and maintenance of the work as provided by law or by the
specifications. 18. CONTRACT PERIOD. The period from the specified date for beginning
the work to the specified date of completion, both dates inclusive. The contract period may be extended by the Council, as provided in these specifications, in which event the contract period includes the new date of completion. 19. OFFICIAL PUBLICATIONS. The official publications are the formal resolutions and notices relative to the proposed improvement that are required by law to be published in a prescribed manner and that have actually been published in accordance with the statutes relating thereto. Attention is directed to the fact that these official publications are by statute vested with all of the force and effect of contract obligations. 20. A.S.T.M. Abbreviation for American Society for Testing Materials. 21. WORK. The term "Work" of the Contractor and Subcontractor includes
labor or materials or both, equipment, transportation, or other facilities necessary to complete the contract. 22. TIME. All time limits stated in the contract documents are of the essence in the contract.
GENERAL SPECS Page 3 of 16
SECTION B - SCOPE OF WORK 1. CORRELATION AND INTENT OF DOCUMENTS. The Contract
documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the documents is to include all labor, materials, equipment, and transportation necessary for the proper execution of the work. Materials or work described in words which, so applied, have a well-known technical or trade meaning shall be held to refer to such recognized standard.
2. DRAWINGS AND SPECIFICATIONS. Unless otherwise provided in the contract documents, the engineer shall furnish to the Contractor, free of charge, all copies of drawings and specifications reasonably necessary for the execution of the
work. The Contractor shall keep one (1) copy of all drawings and specifications on the work available to the Engineer and to his representatives.
3. CONTRACTOR’S UNDERSTANDING. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature, character and location of the work, the conformance to the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can, in any way, affect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations
herein contained. 4. REPORTING ERRORS AND DISCREPANCIES. If the Contractor, in the
course of the work, finds any discrepancies between the plans and the physical conditions of the locality, or any errors of omission in plans or in the layout as given by said stakes and instructions, it shall be his duty to inform the Engineer immediately, in
writing, and the Engineer shall promptly correct the same. 5. ALTERATION OR CORRECTION OF PLANS. The plans are made up from surveys that are presumably correct and represent the foreseen construction requirements. Any modification of the plans which may be required by the exigencies of the construction or any corrections made necessary because of errors in the original surveys, will be made by the Engineer. Should corrections or modifications of the plans or specifications require a different quality or class of work than that upon which the unit prices in the Proposal are based, or if the modifications or corrections are required in parts of the work partially completed and such modifications result in an increased cost to the Contractor, the amount to be paid for work resulting from such changes shall be agreed upon in writing at the time the changes are ordered and before the work is begun by the Contractor. No allowance will be made for anticipated profits on work not performed.
6. CHANGES IN THE WORK. The City, without invalidating the contract, may order extra work or make changes by altering, adding to, or deducting from the
work, the contract sum being adjusted by agreement or arbitration before such changed work is undertaken. All such work shall be executed under the conditions of the original contract, except that any claim for extension of time caused thereby shall be adjusted at
the time of ordering such change.
GENERAL SPECS Page 4 of 16
7. INCREASED OR DECREASED QUANTITIES. The right is reserved without impairing the contract, to order the performance of such work of a class not contemplated in the Proposal or to increase or decrease the quantities as may be considered necessary to complete fully and satisfactorily the work included in the contract. However, when the work is completed without change in the plans, and the measured quantity of any item of work varies by more than twenty percent (20%) from the estimated quantity specified in the contract, an adjustment in price may be made for such item of work by agreement between the Engineer and the Contractor, subject to the
approval of the City Council. Either party to the contract may request such an adjustment. 8. LANDS AND RIGHT OF WAY. The City shall provide the lands upon which the work under this contract is to be done, except that the Contractor shall provide land required for the erection of temporary construction facilities and storage of his
material, together with the right of access to same. 9. CITY WATER. The Contractor shall be allowed to use City Water but before any water is used, he shall make application to the Waterloo Water Works for a temporary water connection from a fire hydrant or by some other connection method. Water usage will be charged at the rate for temporary water service. The rules, regulations, and water rates are available at the Waterloo Water Works offices at 325 Sycamore Street or their telephone number is 319-232-6280. 10. RIGHTS OF VARIOUS INTERESTS. Whenever work being done by the City’s forces or by other Contractors is contiguous to work covered by this contract, the
respective rights of the various interests involved shall be established by the Engineer to secure the completion of the various portions of the work in general harmony.
11. CLOSING STREETS TO TRAFFIC. The Engineer shall be the judge of how many streets or parts of streets it is necessary for the Contractor to close at any time and may refuse to permit the closing of additional streets until such of the work is
finished and opened to traffic as he may direct. 12. OBSTRUCTION OF STREETS. The work is to be carried on in such manner as to obstruct the streets, highways, and alleys as little as possible. The Contractor shall carry on the different parts of the work so as to complete the whole, as nearly as practicable, at the same time. In doing the work, the Contractor shall follow the directions of the Engineer as to the place or places where work shall be started or be carried on and the direction in which it shall be done. 13. SHANTIES AND BUILDINGS. Shanties or other buildings shall not be erected in or upon any street, highway, or alley without permission of the Engineer. If such permission be granted, it may be upon any reasonable terms prescribed by the person or body granting such permission.
14. SANITARY CONVENIENCES. The Contractor shall furnish the necessary sanitary conveniences, properly secluded, for the laborers on the work, and these shall be maintained in a manner that will be inoffensive to the public.
15. CLEANING UP. The Contractor shall, as directed by the Engineer, remove from the City’s property and from all public and private property, at his own
expense, all temporary structures, rubbish, and waste materials resulting from his
GENERAL SPECS Page 5 of 16
operations before work can be considered completed. The Contractor shall also renew or replace any and all fences, sidewalks, or other property damaged or disturbed by his work. 16. OMISSION OF PARTS OF GENERAL SPECIFICATIONS. Parts of the General Specifications deemed not to apply to some particular work may be omitted by special reference in other parts of the contract documents. SECTION C - CONTROL OF MATERIALS AND WORK 1. SUPERVISION AND INSPECTION. The Engineer shall have supervision
of the construction provided for in this Contract and shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress on the work, and all questions
regarding the acceptable fulfillment of the terms of the Contract. Materials and construction work shall, at all times, be subject to the inspection of the Engineer or his representatives. The Contractor shall be held strictly to the true intent of these specifications as regards the quality of materials, workmanship, and the diligent prosecution of the work. The Engineer and his representatives shall, at all times, have access to the work wherever it is in preparation of progress, and the Contractor shall provide proper facilities for such access and for inspection. If the specifications, the Engineer’s instructions, law ordinances, or any public
authority require any work and/or materials to be especially tested or approved, the Contractor shall give the Engineer timely notice of readiness for inspection. If the inspection is to be made by authority other than the Engineer, the Contractor shall notify
the engineer of the date fixed for inspection. Inspections by the Engineer will be promptly made and, where practicable, at the source of supply. If any work should be covered up without the approval or consent of the Engineer, it must, if required by the
Engineer, be uncovered for examination at the Contractor’s expense. Re-examination of questioned work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work be found in accordance with the Contract, the City shall pay the cost of re-examination and replacement. If such work be found not in accordance with the Contract, the Contractor shall pay such cost unless he shall show that the defect in the work was caused by another Contractor, and, in that event, the City shall pay the cost. 2. AUTHORITIES AND DUTIES OF INSPECTORS. Inspectors may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed; also, to report whenever it appears that materials furnished and work performed by the Contractor fail to fulfill the requirements of the specifications and Contract, and to direct the attention of the Contractor to such failure or
infringement; but such inspection shall not relieve the Contractor from any obligations to furnish acceptable materials or to provide completed construction that is satisfactory in every particular.
In case of any dispute arising between the Inspector and the Contractor as to materials furnished or the manner of performing the work, the Inspector shall have the
authority to reject materials or suspend the work until the question at issue can be
GENERAL SPECS Page 6 of 16
referred to and decided by the Engineer. Inspectors are not authorized to revoke, alter, enlarge, relax, or release any requirements of these specifications. The Inspector shall, in no case, act as foreman or perform other duties for the Contractor, or interfere with the management of the work by the latter. 3. STATUS OF THE ENGINEER. The Engineer shall have general
supervision and direction of the work. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. He shall also have authority to reject any work and/or materials which do not conform to the
specifications, to direct the application of forces to any portion of the work as, in his judgment, is required, and to order the force increased or diminished, and to decide questions which arise in the execution of the work.
4. ENGINEER’S DECISIONS. The Engineer shall, within a reasonable time, make decisions on all claims of the Contractor and on all other matters relating to
the execution and progress of the work or the interpretation of the contract documents. All such decisions of the Engineer shall be final except as to the element of time and financial consideration involved, which, if no agreement in regard thereto is reached, shall be subject to arbitration. 5. STAKES AND INSTRUCTIONS. The Contractor shall provide reasonable and necessary opportunities and facilities for setting stakes and making measurements. The Contractor shall not furnish stakes or men to set them. He shall not proceed until he has received from the Engineer such stakes and instructions as may be necessary to the progress of the work.
The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or careless destruction, he shall be charged with the
resulting extra expense and shall be responsible for any mistakes that may be caused, by their loss or disturbance. 6. SUPERINTENDENCE. The Contractor shall keep on his work during its progress a competent superintendent and any necessary assistants, all satisfactory to the Engineer. The Superintendent shall not be changed except with the consent of the Engineer, unless the Superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The Superintendent shall represent the Contractor in his absence, and all directions given to him shall be as binding as if given to the Contractor. Important decisions shall be confirmed in writing to the Contractor. Other directions shall be so confirmed on written request in each case. The Contractor shall give efficient supervision to the work using his best skill and attention. He shall carefully study and compare all drawings, specifications, and other instructions, and shall report at once to the Engineer any error, inconsistency, or omission which he may discover.
7. REMOVAL OF UNAUTHORIZED WORK. Work done without lines and grade being give, work done beyond lines shown on the plans or as given, except as herein provided, or any extra or additional work done without authority, will be
considered as unauthorized and at the expense of the Contractor and will not be paid for under the provisions of the Contract. Work so done may be ordered removed and replaced at the Contractor’s expense.
GENERAL SPECS Page 7 of 16
8. REMOVAL OF DEFECTIVE MATERIALS OR WORK. The Contractor shall promptly remove from the premises all materials condemned by the engineer as failing to conform to the Contract; whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute his own work in accordance with the contract and without expense to the City, and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned work and materials within a reasonable time, fixed by written notice, the City may remove them and may store the
material at the expense of the Contractor. If the Contractor does not pay the expense of such removal within a reasonable time thereafter, the City may, upon ten (10) days’ written notice, sell such materials at auction or at private sale and shall account for the
net proceeds thereof, after deducting all the costs and expense that should have been borne by the Contractor; or, if the net proceeds of such sale are insufficient to pay the expenses of removal, the City may deduct the balance from any amounts due the
Contractor. 9. MATERIALS, EQUIPMENT, APPLIANCES, AND FACILITIES. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the work. Materials shall be of the quality specified for each particular part of the work. Whenever, in construction of the work or in the manufacture of any article of appliance necessary for the construction or operation of the work, it is necessary to use any material that is not fully specified in these specifications, it shall be of good quality
and shall meet with the approval of the Engineer. Any appliance that is necessary for the construction or operation of the work and
is commonly recognized as a part of the work, shall be furnished by the Contractor as part of the work, whether or not it is specifically called for in the plans and specifications, and such appliance shall be of good quality and standard make and shall meet with the
approval of the Engineer. 10. MATERIAL SAMPLES. Before the contract is awarded, the bidder may be required to furnish a statement of the origin, composition, and manufacture of any and all materials proposed for use in the performance of the Contract, together with samples of the material. These samples will be considered as representative and typical of the material to be obtained from any particular source. 11. CHARACTER OF WORKMEN AND EQUIPMENT. The Contractor shall employ competent and efficient workmen for every kind of work. Any person employed on the work who shall refuse or neglect to obey the directions of the engineer or Inspector, or who shall be deemed incompetent or disorderly, or who shall commit trespass upon public or private property in the vicinity of the work, shall be dismissed when the Engineer so orders, and shall not be re-employed unless express permission
be given by the Engineer. The Contractor shall, at all times, enforce discipline and good order among his employees.
The methods, equipment, and appliances used on the work, and the labor employed, shall be such as will produce a satisfactory quality of work and shall be adequate to complete the contract within the specified time limit.
GENERAL SPECS Page 8 of 16
12. HIRING CITY EMPLOYEES. The Contractor shall not employ and hire any of the City’s employees without the permission of the Engineer. 13. LABOR. Local labor shall be given preferences so far as practicable. 14. THE CITY’S RIGHT TO DO WORK. If the Contractor should
neglect to prosecute the work properly or fail to perform any provision of this Contract, the City of Waterloo, after three (3) days’ written notice to the Contractor may, without prejudice to any other remedy he may have, make good such deficiencies and may
deduct the cost thereof from the payment then or thereafter due the Contractor, provided, however, that the Engineer shall approve both such action and the amount charged to the Contractor.
SECTION D - PROCEDURE AND PROGRESS
1. ORDER OF COMPLETION - USE OF COMPLETED PORTIONS. The Contractor shall complete any portion or portions of the work in such order or time as the Engineer may require. The City shall have the right to take possession of an use completed or partially completed portion of the work at any time, but such taking possession and use shall not be deemed an acceptance of work so taken or used, or any part thereof. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. 2. WEATHER. During stormy or inclement weather, all work shall be
suspended, except such as can be done in an acceptable manner. Permission to work during freezing, stormy, or inclement weather shall in no way be construed as a release of the Contractor’s responsibility regarding the quality of the finished work at such time.
3. SUNDAYS AND LEGAL HOLIDAYS. Except for such work as may be required to properly maintain or protect completed or partially completed construction or
to maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the Engineer. 4. DELAYS AND EXTENSION OF TIME. If the Contractor be delayed in the completion of the work by an act of neglect of the City, or its employees; or by any other Contractor employed by the City; or by changes ordered in the work; or by strikes, lockouts, fire, unusual delays in transportation, unavoidable casualties, or any cause beyond the Contractor’s control; or by delay authorized by the Engineer pending arbitration; or by any cause which the Engineer shall decide justifies the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide will compensate for such delay. No such extension shall be made for delay occurring more than thirty (30) days before claim therefor is made in writing to the Engineer. In the case of a continuing
cause of delay, only one claim is necessary. This article does not exclude the recovery of damages for delay by either party
under provisions in the contract documents. 5. TEMPORARY SUSPENSION OF WORK. The Engineer shall have
authority to suspend the work, wholly or in part, for such period or periods of time as he
GENERAL SPECS Page 9 of 16
may deem necessary, due to unsuitable weather or such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such time as is necessary due to the failure to the Contractor to carry out orders given or to perform any or all provisions of the Contract. 6. NOTICES - HOW SERVED. Any notice to be given by the City to the
Contractor under this contract shall be deemed to be served if the same be delivered to the man in charge of any office used by the Contractor or his foreman or agent at or near the work, or deposited in the post office, postpaid, addressed to the Contractor at his last
known place of business. 7. PROGRESS OF WORK. The progress of the work shall be such that, at
the expiration of one-fourth (1/4) of the contract period, one-eighth (1/8) of the work shall be completed; at the expiration of one-half (1/2) of the contract period, three-eighths (3/8) of the work shall be completed; at the expiration of three-fourths (3/4) of the
contract period, the work shall be three-fourths (3/4) completed, and the whole work shall be completed at the expiration of the contract period. If, at any time the above schedule is not being maintained, the Council may give written notice to the Contractor and his sureties that the specifications are not being complied with. Such notice shall state what action on the part of the Contractor is required to bring the work within the requirements of the specifications. If the Contractor fails, within ten (10) days, to proceed as directed in the said notice, then the Council shall have authority to annul this contract without process or action at law and take over the prosecution and completion of the work, as provided under the article covering City’s right to terminate contract.
8. CITY’S RIGHT TO TERMINATE CONTRACT. If the Contractor should be adjudged a bankrupt; or if he should make a general assignment for the benefit of this
creditor; or if a Receiver should be appointed on account of his insolvency; or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough skilled workmen or proper materials; or if
he should fail to make prompt payment to Subcontractors or for materials or labor; or if he should persistently disregard laws, ordinances, or the instructions of the Engineer; or if he should otherwise be guilty of a substantial violation of any provision of the contract, then the City, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other rights or remedy, and after giving the Contractor seven (7) days’ written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method he may deem expedient. In such cases, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expenses of finishing the work, including compensation for additional managerial and administration services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the
City as herein provided and the damage incurred through the Contractor’s default shall be certified by the Engineer. 9. REMOVAL OF EQUIPMENT. In the case of annulment of this contract before completion, from any cause whatsoever, the Contractor, if notified to do so by the City; shall promptly remove any part or all of his equipment and supplies from the
GENERAL SPECS Page 10 of 16
property of the City, failing which, the City shall have the right to remove such equipment and supplies at the expense of the Contractor. SECTION E - MEASUREMENTS AND PAYMENT 1. STANDARD OF MEASUREMENT. All work completed under the contract shall be measured by the Engineer according to the United States standard measures.
2. SCOPE OF PAYMENTS. The Engineer’s measurements of quantities shall be the basis for final payment for the work performed under this Contract. After the
work is completed, the Engineer will make measurements and computations of the number of units of each of the various items of work completed, and the Contractor will be paid for the actual amount of work performed at the rates specified in his Proposal.
Before final settlement is made, the Council may require the Contractor to submit a list of all persons furnishing labor or materials, with evidence that such persons have been paid in full. Payment shall be made in the manner set forth in official publications and Council Proceedings relative thereto. 3. PAYMENT FOR EXTRA WORK. Such extra work as may have been ordered by the Engineer and performed by the Contractor shall be compensated for as provided herein. If work is to be done or materials are to be furnished by the Contractor which cannot properly be classified under unit prices included in the Proposal, the Contractor shall be paid therefor the actual reasonable cost of the labor and materials entering permanently in such work, plus fifteen percent (15%) of the cost thereof. In
computing the labor cost on such extra work, the following items shall be included: (a) Actual payroll expenditures for labor at the current rate therefor, and cost
of materials. (b) Pay of foreman and timekeepers for actual time required on the extra
work. (c) Liability insurance, prorated, for the extra work. Labor cost items on extra work shall be furnished in duplicate by the Contractor to the Inspector daily. The Inspector shall check the items, and if he finds them to be correct, he shall so certify on the statement of cost, returning one copy to the Contractor and filing one copy with the Engineer. The Engineer shall determine the cost of materials entering into extra work from the materials and receipted freight bills for the same.
For any special machine, power tools, or equipment, including fuel and lubricants, but not including small hand tools, which may be deemed necessary or
desirable to use, the Contractor shall be allowed a reasonable rental thereon, to be agreed upon in writing by the Engineer before such work is begun, and to which sum no percentage is to be added.
The item of cost shall not include repairs or replacement of equipment or overhead expenses of any character. The fifteen percent (15%) allowed is considered to cover the use of hand tools and all overhead expenses except liability insurance.
GENERAL SPECS Page 11 of 16
In no case will a claim for extra compensation be allowed unless the work upon which the claim is based has been ordered in writing, except as provided hereinafter. 4. CLAIMS FOR EXTRA COST. If the Contractor claims that any instructions, by drawings or otherwise, involved extra cost under this contract, he shall give the Engineer written notice thereof within ten (10) days after completion of the work. No such claim shall be valid unless so made.
5. CLAIMS FOR EXTRA COMPENSATION. If the Contractor deems that extra compensation is due him for work and/or materials that he considered is not clearly covered in the items for which he submitted unit prices in his bid and that were not
ordered in writing by the Engineer as an extra s heretofore provided, the Contractor shall notify the Engineer, in writing, of his intention to make claim for extra compensation for work and/or material before starting construction. If such written notification is not given
or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost as defined herein, then the Contractor hereby agrees to waive the claim for extra compensation. Such notice to the engineer and the fact that the Engineer has kept account of cost as aforesaid, shall not in any way be construed as proving the validity of the claim, which must be passed upon by the Council. In the event that the Council finds the claim to be just, it shall be allowed and paid for as extra work as provided herein. 6. COMPLETION REPORT AND OBJECTIONS THERETO. Within ten (10) days after the full completion of the work to be done under this contract, the Engineer shall make a written statement of all the work done by the Contractor hereunder, stating
the quantity of each item as found by him and including a statement of all credits for extra work and all credits or debits for changes, alterations, omissions, and defects, and shall forthwith deliver a copy of such statement to the Contractor. The Contractor shall
compare such statement with his own records and shall then, in writing, either approve such statement or point out any claimed errors or omissions. If any of such claims are found correct, the Engineer shall, within ten (10) days, prepare a new statement, a copy
of which shall in like manner be delivered unto the Contractor. The Engineer will not file a formal completion report with the City until the Contractor has approved the same. If the figures of the Engineer and the Contractor cannot be reconciled, or there is a difference of opinion regarding some item or items, then such difference of opinion shall be submitted to arbitration as hereinafter provided, and the decision of the arbitrator or arbitrators shall be final, and the Engineer shall, within a period of five (5) days, file his completion report. Before action by the City Council upon such completion report, the Contractor shall also file a written statement of any claims he may have against the City, other than those shown by such completion report, growing out of this contract or the work done hereunder. The City shall retain ten percent (10%) of the amount due the Contractor on the completion report for a period of thirty (30) days. If no claims are filed against the
Contractor within thirty (30) days, the final ten percent (10%) shall then be paid to the Contractor. 7. WAIVER. By the execution of this contract ,the Contractor agrees that any objections he may have to the statement of the amount of work done hereunder included by the Engineer in this completion report, and any claims of the Contractor
against the City growing out of this contract and the work done hereunder which are not
GENERAL SPECS Page 12 of 16
stated in writing in the manner and within the time provided in Article 6, Section E hereof, shall be waived, and no such claim shall thereafter be asserted against the City. SECTION F - LEGAL RELATIONS AND RESPONSIBILITIES 1. LAWS RELATING TO WORK. The Contractor is presumed to be familiar with all laws, ordinances, and regulations which may, in any manner, affect those engaged or employed upon the work or the materials or equipment used in or upon the
work, and shall conduct the work so as not to conflict with such laws, ordinances, and regulations. 2. PROTECTION OF WORK AND PROPERTY. The Contractor for any part of the improvement shall be held responsible for the care of materials and of partially completed and completed work until final acceptance of the same by the
Council. He will be required to make good at his own expense any damage which the work may sustain from any cause prior to the filing of the engineer’s certificate of completion. He shall take all risk from floods and casualties of every description and make no charge for delay due to such cause. He may, however, be allowed a reasonable extension of time on account of such delays. He shall correct or make good at his own expense all damages to adjacent property due to the acts or negligence of his employees of the prosecution of his work, and save the City harmless therefor. The Contractor shall be held liable and responsible for all damages done to water, sewer, drain, or other underground pipes and structures, and to sidewalks and private property.
3. RESPONSIBILITY FOR ACCIDENTS. The Contractor shall assume full responsibility for all damages sustained by persons or property due to the carrying on of
his work until final acceptance thereof, or until released by the Engineer in writing. 4. LIABILITY INSURANCE. The Contractor shall carry liability insurance
which shall save the City harmless and protect the public and any person from injury sustained by the reason of the prosecution of the work or the handling or storing of materials therefor, and said Contractor shall also carry liability insurance which shall meet the requirements of the Iowa Worker’s Compensation Law. Before work shall be started on this contract, the Contractor shall furnish the City Clerk with proper affidavit or Affidavits executed by representatives of duly qualified insurance companies, evidencing that said insurance company or companies have issued liability insurance policies, effective during the life of the contract, or for a period of a least ten (10) days following the filing of written notice of cancellation, protecting the public and any person from injuries or damages sustained by reason of carrying on the work involved in the Contract. The affidavit shall specifically evidence the following forms of insurance protection:
(a) Public liability insurance covering all operations performed by persons directly employed by the Contractor.
(b) Public liability insurance covering all operations performed by any Subcontractor to whom a portion of the work may have been assigned.
GENERAL SPECS Page 13 of 16
(c) Public liability insurance covering all work upon the project performed by any independent Contractor working under the direction of either the principal Contractor or a Subcontractor. (d) Motor vehicle bodily injury liability insurance and property damage liability insurance on all motor vehicles employed on the work, whether owned by the Contractor or by other persons, firms, or corporations. (e) The minimum protection shall be as follows:
Comprehensive General Liability Insurance
General Aggregate Limit $ 5,000,000.00 Products—Completed Operations
Aggregate Limit $ 5,000,000.00 Each Occurrence Limit $ 5 ,000,000.00 Comprehensive Automobile Liability Insurance $ 1,000,000.00 The Contractor shall have the City of Waterloo, Iowa, named as an "Additional Named Insured". A certificate, or a policy if requested, shall be filed with the Owner. All certificates and/or policies of insurance furnished by the Contractor to be filed
with the City Clerk shall include the name and address of the agency issuing the same. It shall also be required that the City Clerk be notified by registered mail of the cancellation or expiration of the above insurance.
5. BARRICADES AND SIGNS. The Contractor shall, at his own expense and without further or other order, provide, erect, and maintain, at all times during the
progress and suspension of the work and until completion and final acceptance thereof, suitable and requisite barricades, signs, or other adequate protection, as required by the latest edition of the "Iowa Manual on Uniform Traffic Control Devices for Streets and Highways" and shall provide, keep, and maintain such barricades, signs, etc., as may be required or as may be ordered by the City Engineer, to insure the safety of the public as well as those engaged on the work. All barricading plans shall be approved by the City Engineer. 6. ROYALTIES AND PATENTS. The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the City harmless from loss on account thereof, except that the City shall be responsible for all such loss when a particular process or the product of a particular manufacturer is specified.
7. PERMITS AND REGULATIONS. Permits and licenses of a temporary nature for the prosecution of the work shall be secured and paid for by the Contractor. Permits, license, and easements for permanent changes in existing facilities shall be
secured and paid for by the City. 8. CLAIMS FOR DAMAGES. Any claim for damages arising under this
Contract shall be made in writing to the party liable within a reasonable time of the first
GENERAL SPECS Page 14 of 16
observance of such damage and no later than the time of final payment, except as expressly stipulated otherwise in the case of faulty work or materials, and shall be adjusted by agreement or arbitration. The Contractor shall be held for the payment of all just claims against him arising out of the prosecution of this contract, and his bond will not be released until such claims are paid for dismissed. 9. ASSIGNMENT OF CONTRACT. The Contractor shall not sell or assign
the contract or sublet any portion of the work provided for therein without the written consent of the City Council. 10. SUBCONTRACTORS. The Contractor shall, as soon as practicable after the signature of the contract, notify the Engineer in writing of the names of the Subcontractors proposed for the work and shall not employ any that the Engineer may,
within a reasonable time, object to as incompetent or unfit. The Contractor agrees that he is as fully responsible to the City for the acts and omission of his Subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Nothing contained in the contract documents shall create any contractual relation between any Subcontractor and the City. 11. ARBITRATION. All questions subject to arbitration under this Contract shall be submitted to arbitration at the choice of either party to the dispute.
The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Engineer.
The demand for arbitration shall be filed in writing with the Engineer, in the case of an appeal from his decision, within ten (10) days of its receipt, and in any other case,
within a reasonable time after cause thereof, and in no case later than the time of final payment, except as otherwise expressly stipulated in the contract. If the Engineer fails to make a decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the part appealing. No one shall be nominated or act as an arbitrator who is in any way financially interested in the contract or in the business affairs of either the City or the Contractor. The general procedure shall conform to the laws of the State of Iowa. Unless otherwise provided by such laws, the parties may agree upon one arbitrator; otherwise, there shall be three--one named in writing by each party to this contract to the other
party, and the third chosen by these two arbitrators, or, if they fail to select a third within ten (10) days, then he shall be chosen by the Comptroller of the State of Iowa. Should either party refuse or neglect to supply the arbitrators with any papers or information
demanded in writing, the arbitrators are empowered by both parties to proceed ex parte. If there be one arbitrator, his decision shall be binding; if three, the decision of
any two shall be binding. Such decision shall be a condition precedent to any right of legal action, and, wherever permitted by law, it may be filed in Court to carry it into effect.
GENERAL SPECS Page 15 of 16
The arbitrators, if they deem that the case demands it, are authorized to award to the party whose contention is sustained such sums as they shall deem proper for the time, expense, and trouble incident to the appeal, and, if the appeal was taken without reasonable cause, damages for delay, the arbitrators shall fix their own compensation unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbitrators must be in writing, and it shall not be open to objections on account of the form of proceeding or the award, unless otherwise provided
by the laws of Iowa. In the event of such laws providing on any matter covered by this article
otherwise than as hereinbefore specified, the method of procedure throughout and the legal effect of the award shall be wholly in accordance with the laws of the State of Iowa, it being intended hereby to lay down a principle of action to be followed, leaving its local application to be adopted to the legal requirements of the place in which the work is to be done. 12. PERFORMANCE AND PAYMENT BONDS. The Contractor shall, at the time of execution and delivery of this contract and before the taking effect of same, furnish and deliver to the City written bonds of indemnity to the amount required by law in form and substance, and with surety thereon satisfactory and acceptable to the City, to insure the faithful performance and payment by the Contractor of all the covenants and agreements on the part of the Contractor contained in this contract. These bonds shall remain in force and effect for the full amount of the Contract.
13. PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the provisions of the Contract or in exercising any power or authority granted him thereby, there shall be no liability upon the Engineer or his authorized assistants, either
personally or as an official of the City, it being understood that in such matters he acts as the agent and representative of the City. 14. JURISDICTION. Any action in Court against the Contractor or sureties on his bond because of damages to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of the specifications, or on account of the failure of said Contractor to comply fully with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 15. TERMINATION OF RESPONSIBILITY. The Contract shall be considered as completed and the Contractor released from further obligations except as to the requirements of his bond, after the work has been completed and finally accepted and final estimates have been allowed and the completion report of the engineer has been filed and approved by the Council. 16. CITY’S LEGAL RIGHTS. The City shall not be precluded by any measurements, estimate, or certificate made, either before or after the completion and
acceptance of the work and payment therefor, from showing the true amount and character of the work performed and materials furnished by the Contractor, or from showing that any such measurement, estimate, or certificate is untrue or incorrectly
made, or the work or materials do not, in fact, conform to the Contract. The City shall not be precluded, notwithstanding any such measurements,
estimate, or certificate and payment in accordance therewith, from recovering from the
GENERAL SPECS Page 16 of 16
Contractor and his surety such damages as it may sustain by reason of his failure to comply with the terms of the Contract. Neither the acceptance by the City or any of its representatives, nor any payment for or acceptance of the whole or any part of the work, nor any extension of time, nor any possession taken by the City, shall operate as a waiver on any portion of the contract or of any power herein reserved, or any right to damages herein provided. A waiver of any breach of the contract shall not be held to be a waiver of any other or subsequent breach.
SUPP GEN SPECS FOR CONSTRUCTION Page 1 of 1
SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION
1. SUBCONTRACTS
The contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to
require compliance by each subcontractor with the applicable provisions of the contract for the
improvements embraced in this contract.
2. REVIEW BY THE CITY OF WATERLOO
The City of Waterloo, its authorized representatives and agents, shall at all times have access to and be
permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment
conditions, material invoices, and other relevant data and records pertaining to this contract, provided,
however, that all instructions and approval with respect to the work will be given to the contractor only by
the City of Waterloo through its authorized representative or agents.
3. INSPECTION
a. The contractor shall furnish promptly all materials reasonably necessary for any tests, which may be
required. All tests by the City of Waterloo will be performed in such manner as not to delay the work
unnecessarily and will be made in accordance with the provisions of the Technical Specifications.
b. Inspection of materials and appurtenances to be incorporated in the improvements embraced in this
contract may be made at the place of production, manufacture or shipment, whenever the quantity
justifies it, and such inspection and acceptance, unless otherwise stated in the Technical Specifica-
tions, shall be final, except as regards (1) latent defects, (2) departures from specific requirements
of the contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud.
Subject to the requirements contained in the preceding sentence, the inspection of materials as a
whole or in part will be made at the project site.
4. WARRANTY OF TITLE
No material, supplies, or equipment to be installed or furnished under this contract shall be purchased
subject to any chattel mortgage or under a conditional sale, lease-purchase or other agreement by which
an interest therein or in any part thereof is retained by the seller or supplier. The contractor shall warrant
good title to all materials, supplies, and equipment installed or incorporated in the work and upon completion
of all work, shall deliver the same together with all improvements and appurtenances constructed or placed
thereon by him to the City of Waterloo free from any claims, liens, or charges. Neither the contractor nor
any person, firm, or corporation furnishing any material or labor for any work covered by this contract shall
have any right to a lien upon any improvement or appurtenance thereon. Nothing contained in this
paragraph, however, shall defeat or impair the right of persons furnishing materials or labor to recover under
any bond given by the contractor for their protection or any rights under any law permitting such persons to
look to funds due the contractor in the hands of the City of Waterloo. The provisions of this paragraph shall
be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons
furnishing materials for the work when no formal contract is entered into for such materials.
FORM OF CONTRACT Page 1 of 4
FORM OF CONTRACT
FOR THE CONSTRUCTION OF
F.Y. 2026 800 BLK UPTON AVENUE
SANITARY AND WATER MAIN EXTENSIONS
CITY OF WATERLOO, IOWA
CONTRACT NO. 1147
This contract made and entered into this _____ day of __________, 20__, by and between the City of Waterloo,
Iowa, a Municipal Corporation, (hereinafter referred to as City), and ____________________ of, ________________,
________________, (hereinafter referred to as Contractor), WITNESSETH:
PAR. 1 Contractor agrees to build and construct the ______________________________________________
and furnish all necessary tools, equipment, materials, and labor necessary to do all the work
called for in the plans and specifications in a workmanshiplike manner and for the prices set
forth in Contractor's proposal, which was accepted by the City, and which is understood and
agreed to be a part of this contract.
PAR. 2 It is understood and agreed that the resolution adopted by the City Council ordering the
construction of the improvement, the Notice to Contractors as published, the Instruction to
Bidders, the Form of Proposal, the Construction and Maintenance Bonds, the Council
Proceedings relating to this matter, and the Plans and Specifications shall all be considered as
forming a part of the contract the same as though they were each set out in said contract.
PAR. 3 The Contractor agrees to furnish at its own cost and expense, all necessary materials and labor
for said work and to construct said improvements in a thorough, substantial, and workmanlike
manner, and in strict accordance with the requirements of this contract, and of the plans and
specifications made a part hereof by reference, and to the satisfaction and approval of the City
and its engineer.
PAR. 4 The Contractor agrees to perform said work and install said improvements on the terms set out
in bid or proposal to the City which has been accepted by the City and which is by reference
made a part of this contract.
PAR. 5 The Contractor agrees to commence said work within ten (10) working days after receipt of
"Notice to Proceed" and 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
FORM OF CONTRACT Page 2 of 4
barricades with lights and signals during all hours of darkness, to see that the backfilling is
properly done, and agrees to keep the City whole and defend any and all suits that may be
brought against the City by reason of any injuries that may be sustained by any person or
property allegedly caused by the Contractor, or his agents, while work is done pursuant to this
agreement.
PAR. 8 The Contractor agrees that in the event a law suit is brought against the City for damages
allegedly sustained by reason of any act, omission or negligence of the Contractor or its agents,
or on account of any injuries allegedly sustained by reason of any obstruction, hole, depression
or barrier placed or dug by the defendant or its agents, in the doing of the work herein contracted
for, that it will defend said suit and save the City harmless therein, and in case judgment is
rendered against the City, the Contractor agrees to pay the same promptly. The Contractor
agrees to carry public liability insurance in a solvent company in a sufficient amount to protect
the City and those who use the streets of the City.
PAR. 9 The City shall have the right to appoint one or more construction reviewers who shall review the
progress of the work in detail; also, to make any test or any material to be used in such work.
No material shall be used in any work until the same has first been approved by the construction
reviewer. Such construction reviewer shall have full authority to pass judgment upon all
materials and upon the manner of doing the work, and their judgment on rejecting any materials,
substance, or manner of work shall be final unless it is revoked or modified by the City Engineer.
PAR. 10 Any material, which has been rejected by the construction reviewer, shall be at once removed
from the line of work and shall not be again taken thereon or placed with the material proposed
to be used without the written consent of the City Engineer.
PAR. 11 The Contractor shall maintain no cause of action against the City on account of delays and
prosecution of work, but if said work is delayed by the City, the Contractor shall have such extra
time for completion of the job as was lost by reason of the delay caused by the City.
PAR. 12 The Contractor agrees to pay punctually all just claims of labor, material, men, or
subcontractors who shall perform labor or furnish materials entering into this improvement. It
is agreed that the City need not pay the Contractor until all such claims are paid by the
Contractor. It is agreed that the City shall not be liable for said labor, material, or men under
this contract.
PAR. 13 The Contractor agrees to furnish the City, simultaneously with this contract, a bond on a form
to be provided by the City in the amount provided by law as stated in the Notice to Bidders,
which shall be for the benefit of the City, and any and all persons injured by the breach of any
of the terms of this contract. Said bond shall be filed with the City Clerk and shall be subject to
the approval of the City Council, and is by reference made a part of this contract.
PAR. 14 The Contractor agrees that should it abandon work under this contract or cease the prosecution
thereof for a period of thirty (30) consecutive days without reasonable cause, and should it fail
to proceed with said work within ten (10) days after a notice to continue or carry it on has been
mailed to it at the address given herein by the City, or after such notice has been served on it,
then the City may proceed to complete said work, using any material, tools, or machinery found
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.
FORM OF CONTRACT Page 3 of 4
PAR. 15 In consideration of the full compliance on the part of the Contractor with all the provisions,
stipulations, and conditions hereof, or contained in the various instruments made a part of this
contract by reference, and upon completion and acceptance of said work, the City agrees to pay
to the Contractor, in the manner set out in the Notice to Contractors, the amount of money due
the Contractor for work performed and accepted, at the unit prices set out in the Contractor's
proposal, which has been accepted by the City.
PAR. 16 The total amount of the contract, based on the Engineer's estimates of quantities and the
Contractor's unit bid prices, and for which 100% surety bond is required is $__________________.
PAR. 17 After the completion of said work, the Contractor agrees to remove all debris and clean up said
streets, and to save the City harmless from any damage allegedly resulting from a failure to
clean up and remove the debris or put the street back in a proper condition for travel.
PAR. 18 This contract is not divisible, but in the event of a conflict between this contract and the various
instruments incorporated by reference, this contract shall govern.
PAR. 19 Before the Contractor shall be entitled to receive final payment for work done under this
contract, it shall execute and file a bond in the penal sum of not less than 100% of the total
amount of the contract, same to be known as "Maintenance Bond," and which bond must be
approved by the City Council, and which bond is in addition to the bond given by the Contractor
to guarantee the completion of the work.
PAR. 20 The Contractor shall maintain all work done hereunder in good order for the period of two (2)
years from and after the date it is accepted by the Council of the City of Waterloo, Iowa. Said
maintenance shall be made without expense to the City or the abutting property. In the event
of the failure or default of the Contractor to remedy any or all defects appearing in said work
within a period of two (2) years from the date of its acceptance by said Council, and after having
been given ten (10) days notice so to do by registered letter deposited in the United States Post
Office in said town, addressed to said contractor at the address herein given, then the City may
proceed to remedy such defects. The costs and expenses thereof to be recovered from the
Contractor and the sureties on its maintenance bond by an action brought in any court of
competent jurisdiction.
PAR. 21 The Contractor shall give notice to said City by registered letter directed to the Mayor or City
Clerk/Auditor thereof not more than four (4) and not less than three (3) months prior to the
expiration of the term during which the Contractor is required to maintain said improvements,
in good repair by the terms of its Contract. The liability of the Contractor and of the sureties on
its bond for maintenance of the said improvements shall continue until three (3) months after
such notice has been given to the City, and, in any event, until two (2) years after the acceptance
of the work.
FORM OF CONTRACT Page 4 of 4
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
PEFORMANCE BOND Page 1 of 2
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, of
(the “Principal”), and of (the
“Surety”), are held and firmly bound unto the City of Waterloo, Iowa (the “Obligee”), in the penal sum of
Dollars ($ ), lawful money of the
United States, for the payment of said sum in connection with a contract (the “Contract”) dated on or about
for the purpose of
. The Contract is incorporated herein by reference as though fully set forth
herein.
Whenever the Principal shall be and is declared by the Obligee to be in default under the Contract, with the Obligee
having performed its obligations in the Contract, then the Surety, acknowledging that time is of the essence, may
promptly remedy the default, or shall promptly undertake to:
1. Complete the Contract in accordance with its terms and conditions; or
2. Obtain one or more bids for completing the Contract in accordance with its terms and conditions, and
upon determination by the Surety of the lowest responsible bidder, or negotiated proposal, or, if the
Obligee elects, upon determination by the Obligee and the Surety jointly of the lowest responsible
bidder, or negotiated proposal, arrange for a contract between such party and the Obligee. The Surety
will make available as work progresses sufficient funds to pay the cost of completion less the balance
of the Contract price. The cost of completion includes responsibilities of the Principal for correction of
defective work and completion of the Contract, the Obligee’s legal and design professional costs
resulting directly from the Principal’s default, and liquidated damages or actual damages if no liquidated
damages are specified in the Contract. The term “balance of the Contract price” means the total amount
payable by the Obligee to the Principal under the Contract and any amendments thereto, less the
amount properly paid by the Obligee to the Principal; or
3. Determine the amount for which it is liable to the Obligee and pay the Obligee that amount as soon as
practicable.
In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and hold Obligee harmless from
and against any and all costs of enforcement, including but not limited to reasonable attorneys’ fees and expenses.
Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent to each
and all of the following matters, without notice:
1. To any extension of time to the Contract in which to perform the Contract.
2. To any change in the plans, specifications, or Contract when such change does not involve an increase
of more than twenty percent (20%) of the total Contract price, and shall then be released only as to such
excess increase.
3. That no provision of this bond or of any other contract shall be valid which limits to less than one (1)
year from the time of the acceptance of the work the right to sue on this bond for defect in workmanship
or material not discovered or known to the Obligee at the time such work was accepted.
If the Principal performs the Contract, then this bond shall be null and void; otherwise it shall remain in full force and
effect. In no event shall the Surety’s total obligation exceed the penal amount of this bond.
PEFORMANCE BOND Page 2 of 2
Terms used herein shall include, as appropriate, the singular or plural number, or the masculine, feminine or neuter
gender.
IN WITNESS WHEREOF, the undersigned Principal and Surety have executed this Performance Bond as of
.
PRINCIPAL SURETY
Name Name
By: By:
Title: Title:
[attach Power of Attorney]
NOTE: Date of BOND must not be prior to date of Contract.
If CONTRACTOR is Partnership, all partners should execute BOND.
If this project includes Federal Funds, the following applies to the payment bond:
IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s most current list
(Circular 570 as amended) and be authorized to transact business in the State where the project is located.
PAYMENT BOND Page 1 of 2
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that
__________________________________________________________________________________________
(Name of Contractor)
__________________________________________________________________________________________
(Address of Contractor)
a _____________________________________________________________, hereinafter called Principal, and,
(Corporation, Partnership or Individual)
__________________________________________________________________________________________
(Name of Surety)
__________________________________________________________________________________________
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto ____________________________________________ (Name of Owner)
__________________________________________________________________________________________
(Address of Owner)
hereinafter called OWNER, in the penal sum of _____________________________________________________
_________________________________________Dollars,($_______________________) in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns,
jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the
Principal entered into a certain contract with the OWNER, dated the day of
______________20___, a copy of which is hereto attached and made a part hereof for the construction of:
__________________________________________________________________________________________
__________________________________________________________________________________________
NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS,
and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such
contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants,
oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the
construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such
WORK whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full
force and effect.
PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or
the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does
hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to
the WORK or to the SPECIFICATIONS.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the
right of any beneficiary hereunder, whose claim may be unsatisfied.
PAYMENT BOND Page 2 of 2
IN WITNESS HEREOF, this instrument is executed in ________________ counterparts, each one of which, shall
(number)
be deemed an original, this the _____________ day of _________________20___.
ATTEST:
____________________________________
(Principal)
__________________________________________________
(Principal) Secretary
(SEAL) By: _________________________________(s)
_____________________________________ (Address)
______________________________________
_______________________________________________
Witness as to Principal
_______________________________________________
(Address)
_______________________________________________
_______________________________________
Surety
ATTEST: By: ________________________________ Attorney-in-Fact
___________________________________________________ _______________________________________________
Witness as to Surety (Address)
___________________________________________________ _______________________________________________
(Address)
___________________________________________________
NOTE: Date of BOND must not be prior to date of Contract.
If CONTRACTOR is Partnership, all partners should execute BOND.
If this project includes Federal Funds, the following applies to the payment bond:
IMPORTANT: Surety companies executing bonds must appear on the Treasury Department’s most current list
(Circular 570 as amended) and be authorized to transact business in the State where the project is located.