SLED Opportunity · INDIANA · CITY OF BLOOMINGTON

    Grimes Lane, Kirkwood Avenue, Patterson Drive, and Rogers Street Maintenance Project

    Issued by City of Bloomington
    cityRFPCity of BloomingtonSol. 237773
    Closed
    STATUS
    Closed
    due Apr 6, 2026
    PUBLISHED
    Mar 23, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    City of Bloomington seeks bids for maintenance and improvement of multiple road sections including resurfacing, traffic signal upgrades, pedestrian accessibility enhancements, stormwater drainage improvements, and utility coordination. Bids due April 6, 2026, with a mandatory pre-bid meeting on March 25, 2026.

    Opportunity details

    Solicitation No.
    237773
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 23, 2026
    Due Date
    April 6, 2026
    NAICS Code
    237310AI guide
    State
    Indiana
    Agency
    City of Bloomington

    Description

    NOTICE IS HEREBY GIVEN THAT THE BOARD OF PUBLIC WORKS OF THE CITY OF BLOOMINGTON, INDIANA, WILL RECEIVE SEALED Bids FOR Grimes Lane, Kirkwood Avenue, Patterson Drive, and Rogers Street Maintenance Project, THROUGH THE CITY'S PROCUREMENT PORTAL AT https://procurement.opengov.com/portal/bloomingtonin There are multiple road sections included in this project; West Kirkwood Ave, Rogers St, Patterson Dr, and Grimes Ln. There will be work on W Kirkwood Ave between Pine Street and Rogers Street which includes replacing existing traffic signal equipment at the Rogers Street intersection, resurfacing the asphalt roadway, and upgrading pedestrian curb ramps and crosswalks to enhance walkability. Additionally, stormwater drainage improvements will be constructed.  The other road sections for this project consist of asphalt pavement resurfacing (mill and overlay) of South Patterson Drive, West Patterson Drive, and West Grimes Lane between West 3rd Street and South Walnut Street. The project also includes South Rogers Street from West Patterson Drive to West 3rd Street (omitting the section between West 1st Street and West 2nd Street). Other work on these sections includes curb ramp replacement, sidewalk repair, pavement patching, sign replacement/installation, traffic signal maintenance, crosswalk improvements, and other maintenance and safety improvements.

    *IMPORTANT NOTE : The Schedule of Items, and the Special and Supplementary Provisions are separated by project road sections as described above*

    Background

    This project shall include, but is not limited to, the resurfacing and restriping of Grimes Ln (S Morton St to S Walnut St), Kirkwood Ave (N Pine St to N Rogers St), S Patterson Dr (W 3rd to S Fairview St), W Patterson Dr (S Fairview St to S Morton St), and S Rogers St (W Patterson Dr to W 3rd St); replacement of the existing traffic signal equipment at the intersection of W Kirkwood Ave and Rogers Street; reconstruction of pedestrian curb ramps and crosswalks; and other related maintenance work within the project limits.

    Project Details

    • Department: Engineering
    • Department Head: Andrew Cibor (City Engineer)

    Important Dates

    • Questions Due: 2026-04-07T21:00:00.000Z
    • Answers Posted By: 2026-04-08T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-06T18:30:00.000Z — 401 N Morton ST Bloomington IN 47404 McCloskey Conference Room

    Addenda

    • Addendum #1 (released 2026-03-31T20:08:16.575Z) —

      Please use the See What Changed link to view all the changes made by this addendum and/or see attached Addendum document.

       

    • Official Notice #1: Pre-Bid Agenda_4-6-26_Grimes Lane-Kirkwood-Patterson-Rogers Maintenance Project (released 2026-04-06T17:47:18.348Z) —

      Meeting link: Pre-Bid Mtg-Grimes Lane, Kirkwood Avenue, Patterson Drive, and Rogers Street Maintenance Project
      Monday, April 6 · 2:30 – 3:30pm
      Time zone: America/New_York
      Google Meet joining info
      Video call link: https://meet.google.com/rqy-vikz-mum
      Or dial: ‪(US) +1 218-481-8234‬ PIN: ‪608 135 483‬#
      More phone numbers: https://tel.meet/rqy-vikz-mum?pin=6223652158114

    • Addendum #2 (released 2026-04-03T13:57:57.247Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      The Plan Set for Patterson, Rogers, and Grimes is revised and attached (ADDENDUM_#2_PLAN_SET_Patterson-Grimes-Rogers.pdf ). The revisions to the plans are listed in the Addendum #2 attachment (Addendum_#2_2026-04-02.pdf ). There are 2 changes to the Schedule of items for the Kirkwood Ave section listed in Addendum #2.

    • Addendum #3 (released 2026-04-07T21:12:40.359Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      ADDENDUM #3 HAS UPDATES TO THE SCHEDULE OF ITEMS FOR THE PATTERSON, GRIMES, ROGERS SECTIONS OF THE PROJECT. THE ATTACHED, SIGNED ADDENDUM, CONTAINS THE DETAILS.

    • Addendum #4 (released 2026-04-08T14:27:50.749Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      REVISIONS TO THE SCHEDULE OF ITEMS FOR SOUTH ROGERS(PATTERSON TO 3RD)

      REVISIONS TO THE SCHEDULE OF ITEMS FOR SOUTH PATTERSON (FAIRVIEW TO 3RD)

      ADDED ITEMS TO BOTH SCHEDULE OF ITEMS LISTED ABOVE FOR SIDEWALK GRINDING FOR ADA COMPLIANCE

      DELETION AND INSERTION OF PLAN SHEET #18 FOR REVISION ON SOUTH ROGERS

      **SEE ATTACHED SIGEND ADDENDUM AND PLAN SHEET

    Evaluation Criteria

    • UTILITY COORDINATION & RELOCATIONS

       

       

    • Table of Contents

      Section

      Description

      09.01

      GENERAL REQUIREMENTS

      09.02

      EARTHWORK

      09.03

      PAVEMENTS

      09.04

      INCIDENTAL CONSTRUCTION

      09.05

      STRUCTURES

      09.06

      TRAFFIC CONTROL SYSTEMS


          

    • Important Instructions for Electronic Submittal

      The City is accepting electronic bid submissions. Bidders must create a FREE account with the OpenGov e-Procurement Portal by signing up at https://procurement.opengov.com/portal/bloomingtonin. Once you have completed account registration, browse back to this page, click on "Submit Response," and follow the instructions to submit the electronic bid.

    • Bid Opening and Award

      Bids are to be submitted in proper form, as described in the “Instructions to Bidders”. Bids will be received, at or before 12:00 pm local time on Friday, April 10, 2026. Bids will be publicly opened and read aloud at a work session of the Board of Public Works at 12:00 Noon local time on Monday, April 6th, 2026 in the Utilities Service Board Room,  600 E Miller Drive, Bloomington, Indiana, and via Zoom by using the following link: https://bloomington.in.gov/boards/utilities-service . Any Bids received after the designated time will not be accepted. Bids will be reviewed and the award may be made at the April 21, 2026, regular meeting of the Board of Public Works which will be held in the Utilities Service Board Room,  600 E Miller Drive, Bloomington, Indiana, and by using the link provided above, or a subsequent meeting of the Board of Public Works.

    • Quote Opening and Award

      Quotes are to be submitted in proper form, as described in the “Instructions to Quoters”. Quotes will be received, at or before 12:00 pm local time on Friday, April 10, 2026. Quotes will be publicly opened and read aloud at a work session of the Board of Public Works at 12:00 Noon local time on Monday, April 6th, 2026 in the Council Chambers of City Hall at the Showers Building, 401 N. Morton Street, Bloomington, Indiana, and via Zoom by using the following link: https://bloomington.in.gov/boards/public-works. Any Quotes received after the designated time will not be accepted. Quotes will be reviewed and the award may be made at the April 21, 2026, regular meeting of the Board of Public Works which will be held in the Council Chambers of City Hall at the Showers Building, 401 N. Morton Street, Bloomington, Indiana, and by using the link provided above, or a subsequent meeting of the Board of Public Works.

    • CONTRACT DOCUMENTS

      Contract Documents that will form the Contract are:

          1. The Agreement and its Attachments
          2. The Invitation to Bidders
          3. The Instructions to Bidders
          4. The Performance Bond and the Payment Bond
          5. The Specifications
          6. The General Conditions
          7. The Supplementary Conditions
          8. The Special Conditions
          9. The Escrow Agreement
          10. Request for taxpayer identification number and certification: Substitute W-9.
          11. All Addenda to the Bid Documents
          12. All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto.
          13. CONTRACTOR’S submittals
          14. The current Indiana Department of Transportation Standard Specifications and the latest addenda.
          15. All plans as provided for the work that is to be completed.
    • CONTRACT DOCUMENTS

      Contract Documents that will form the Contract are:

        1. The Agreement and its Attachments
        2. The Invitation to Quoters
        3. The Instructions to Quoters
        4. The Performance Bond and the Payment Bond
        5. The Specifications
        6. The General Conditions
        7. The Supplementary Conditions
        8. The Special Conditions
        9. The Escrow Agreement
        10. Request for taxpayer identification number and certification: Substitute W-9.
        11. All Addenda to the Quote Documents
        12. All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto.
        13. CONTRACTOR’S submittals
        14. The current Indiana Department of Transportation Standard Specifications and the latest addenda.
        15. All plans as provided for the work that is to be completed.
    • ADDENDA

      Written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the Contract Documents, by additions, deletions, clarifications, or corrections.  Addenda will become part of the Contract Documents when the Agreement is executed.

    • AGREEMENT

      The contractual agreement between the Contractor and the City. 

    • Section 1: West Kirkwood Avenue from Pine Street to Rogers Street

      The Standard Specifications are revised as follows:

      SECTION 107, AFTER LINE 766, INSERT AS FOLLOWS:

      107.26 Existing Conditions of Utilities, Additional Right-of-Way, and Encroachments

      (Revised 05-01-25)

      Such existing conditions are as described below.

      Roadway Name and Location:
      Kirkwood Avenue  (from 200 ft east of Pine Street to Rogers Street)
       Bloomington, Indiana
       

      (a) Utilities

      The status of all utility companies and organizations potentially involved with the work to be performed on West Kirkwood Ave from Pine to Rogers are described below as of the time this contract was prepared.

      The facilities of Duke Energy - Lighting exist within the project limits and are expected to be affected by the project. The utility has a luminaire located on the existing mast arm at the NW corner of Rogers Street and Kirkwood Avenue. The luminaire will be removed and replaced with a new luminaire on a combination mast arm. Following installation of the new luminaire arm on the new signal mast arm, the utility may adjust its facilities. The utility also has a pole with an attached luminaire at the southeast corner of the intersection of Rogers Street and Kirkwood Avenue. The pole will be removed, the luminaire will be relocated to the new mast arm. The Contractor shall notify the utility of anticipated schedule for signal work to inform when removals can be carried out to ensure the intersection remains lit during construction. It is anticipated that the utility could take up to 120 calendar days to complete its work plan. If questions arise, Carlos Ribot of the utility may be contacted at (317)-804-3875 or at Carlos.Ribot@duke-energy.com. The work plan was approved on March 3, 2026.

      The facilities of Centerpoint Energy exist within the project limits and are expected to be affected by the proposed construction. The utility has an active 2” MP PL located in the utility strip on the south side of Kirkwood Avenue from just east of Elm Street to the end of the project limits at Rogers Street. They also have an active 2” MP PL that branches off of the Kirkwood Avenue line, going north-south, on the west side of N Waldron Street and on the east side of S Waldron Street. The line branches again at Maple Street and goes south on the west side of S Maple Street. N Maple St has a 2” MP PL that goes along the west side of the road but ends near the radius and does not cross. There is a 2” MP PL on the east side of the alley between N Fairview Street and N Jackson that also ends near the radius and does not cross. Additionally, there is a 2” MP PL on the east side of N Jackson Street ends near the radius and does not cross.  The utility plans to relocate their facilities from the intersection of Elm Street and Kirkwood Avenue to the alley west of the intersection of Maple Street and Kirkwood Ave. The remaining facilities will be left in place. The utility received Notice to Proceed on January 15, 2026. It is anticipated that the utility will take approximately 120 calendar days to complete its relocation. See their work plan provided with the contract letting documents for additional detail. If questions arise, Timmy Langston of the utility may be contacted at (812) 348-6703 or at timmy.langston@centerpointenergy.com. The work plan was approved on January 15, 2026.

      The facilities of the City of Bloomington Utilities – Storm Sewer exist within the project limits and are expected to be affected by the project. The utility has storm infrastructure (pipes, catch basins, manholes, etc.) located on Kirkwood Avenue just west of Maple Street and continuing to the eastern limits of the project at Rogers Street. The curb inlets at the northwest and northeast corners of the intersection of Maple Street and Kirkwood Avenue will be removed and replaced by the Contractor. There will be an additional curb inlet installed by the Contractor at the northwest corner of Rogers St/Kirkwood Avenue that will be connected to the existing CBU storm system. CBU intends to make repairs to the storm casting and frame in the alley apron at approx. Sta 120+50 Rt prior to this project. See CBU’s work plan provided with the contract letting documents for additional details. If questions arise, Jane Fleig of the utility may be contacted at (812) 349-3631 or at fleigj@bloomington.in.gov. 

      The facilities of the City of Bloomington Utilities – Water exist within the project limits and are expected to be affected by the proposed construction. The utility has 2”, 4”, 6”, 8”, and  10” water mains and associated infrastructure (hydrants, meters, valves, etc.) located at the intersection of Maple Street and Kirkwood Avenue, branching north on the west side of Elm St and east on the north side of Kirkwood. There are also facilities at the intersection of N Waldron Street and Kirkwood Avenue, going east along the north side of Kirkwood Avenue past the project limits at Rogers Street. The water meter service line west of the intersection of Rogers Street and Kirkwood Avenue will be lowered to provide clearance for the proposed storm pipe. Contractor shall notify CBU in advance of storm construction at this location following field staking as described in the work plan. It is anticipated that CBU will take approximately 7 calendar days to complete its relocation. See their work plan provided with the contract letting documents for additional detail. If questions arise, Jane Fleig of the utility may be contacted at (812) 349-3631 or at fleigj@bloomington.in.gov. The work plan was approved on 2/13/2026.

      The facilities of Comcast exist within the project limits and are expected to be affected by the project. The utility has overhead coax and fiber located at the intersection of Rogers Street and Kirkwood, on the northeast side of Rogers, on the steel utility pole. The overhead line attachment will be adjusted higher on the utility pole to avoid conflict with the proposed mast arm. See their work plan provided with the contract letting documents for additional details. It is anticipated that the utility will have the attachment adjusted prior to project letting. If questions arise, Troy Kunkel of the utility may be contacted at (812) 271-2400 or at troy.kunkel@bsmgroups.com. The work plan was approved on TBD.

      The facilities of Zayo exist within the project limits and are expected to be affected by the project. The utility has overhead communication lines located at the intersection of Rogers Street and Kirkwood, on the northeast side of Rogers, on the steel utility pole. The overhead line attachment will be adjusted higher on the utility pole to avoid conflict with the proposed mast arm. See their work plan provided with the contract letting documents for additional details. It is anticipated that the utility will have the attachment adjusted prior to project letting. If questions arise, Waylon Higgins of the utility may be contacted at (765) 341-1199 or at waylon.higgins@zayo.com. The work plan was approved on TBD.

      The facilities of AT&T exist within the project limits but are not expected to be affected by the proposed construction. The utility has a fiber optic 6-duct package located on the west side of Maple Street, going across Kirkwood Avenue. The utility also has copper and fiber facilities buried in innerduct located on the east side of the alley between Jackson Street and Kirkwood Avenue. See their work plan provided with the contract letting documents for additional detail. The duct package is estimated to be 24” below grade. If questions arise, Zach Deckard of the utility may be contacted at (812) 334-4585 or at zd235d@att.com. The work plan was approved on 2/13/2026.

      The facilities of the City of Bloomington Utilities – ITS exist within the project limits but are not expected to be affected by the proposed construction. The utility has fiber optic infrastructure located on the south side of Kirkwood Avenue until just east of Oak Street. At Oak Street, it crosses to the north side of Kirkwood. At Elm St, the lines branch north, along the east side of Elm Street and south along the west side of Elm Street. It then continues running along the north side of Kirkwood Avenue until Rogers Street. At Rogers Street, it branches in two directions; it moves north along the east side of Rogers Street and also continues east, crossing Rogers Street, along the north side of Kirkwood Avenue. See their work plan provided with the contract letting documents for additional detail. If questions arise, Rob Cronk of the utility may be contacted at (812) 349-3454 or at rob.cronk@bloomington.in.gov. The work plan was approved on 2/13/2026.

      The facilities of the City of Bloomington Utilities – Sanitary Sewer exist within the project limits but are not expected to be affected by the proposed construction. The utility has  8” and sanitary sewer mains and associated infrastructure located running east-west along Kirkwood Avenue. There are additional lines branching north-south at the intersection of Elm Street, Waldron Street, Maple Street, and Jackson Street. See their work plan provided with the contract letting documents for additional detail. If questions arise, Jane Fleig of the utility may be contacted at (812) 349-3631 or at fleigj@bloomington.in.gov. The work plan was approved on 2/13/2026.

      The facilities of Duke Energy - Distribution exist within the project limits but are not expected to be affected by the proposed construction. The utility has 600V Overhead and Underground facilities located throughout the project limits. See their work plan provided with the contract letting documents for additional detail. If questions arise, Oscar Mawusi of the utility may be contacted at (812) 605-8758 or at Oscar.mawusi@duke-energy.com. The work plan was approved on 2/13/2026.

      The facilities of Duke Energy - Transmission exist within the project limits but are not expected to be affected by the proposed construction. The utility has an active 12.47/7.2 KV overhead primary lines located at the intersection of Rogers Street and Kirkwood Avenue, going north-south on the east side of Rogers Street. They also have an active 12.47/7.2 KV overhead primary lines located crossing Kirkwood Avenue at the alley between Maple Street and Fairview Street. See their work plan provided with the contract letting documents for additional detail. If questions arise, Zach Boston of the utility may be contacted at (317) 838-1053 or at dei-tline-coord@duke-energy.com. The work plan was approved on 2/13/2026.

      The facilities of Hoosier Fiber exist within the project limits but are not expected to be affected by the proposed construction. The utility has an active fiber optic network located along the south side of Kirkwood Avenue from Elm Street to Rogers Street. There are also road crossings from the south side of Kirkwood Avenue to the north at Waldron Street and Fairview Street. An additional road crossing is on the south side of Kirkwood Avenue across Maple Street. See their work plan provided with the contract letting documents for additional detail. If questions arise, Rich Bier of the utility may be contacted at (812) 553-2764 or at r.bier@hoosierfibernetworks.com. The work plan was approved on 2/13/2026.

      The facilities of Smithville Telecom, LLC exist within the project limits but are not expected to be affected by the proposed construction. The utility has an active 1.25” fiber optic duct with one vacant 1.25” duct located crossing W Kirkwood Avenue at the intersection of N Waldron Street. See their work plan provided with the contract letting documents for additional detail. If questions arise, Mason Bohall of the utility may be contacted at (812) 381-2821 or at mason.bohall@smithville.com. The work plan was approved on 2/13/2026.

      (b) Other Noteworthy Conditions

      The Utility Coordinator for the Project is Beth Dodd who can be reached at Beth.Dodd@kimley-horn.com or via phone at 317-533-6349.

      1. Encroachments

      The Contractor shall review plans to determine if any encroachments or other items have been marked “do not disturb” or “DND”. If there is a “do not disturb” or “DND”, efforts shall be taken to ensure those encroachment items are not negatively impacted by construction. Department shall coordinate and issue Temporary Right-of-Entries as dictated by the Plans. 

      (d) Preconstruction Conference Notification

      The Contractor shall provide notification during the preconstruction conference about known corrections to or omissions of the information presented in 107.26(a) through 107.26(d) above. Otherwise, notification shall be provided as required in accordance with 105.06.

       

    • GENERAL REQUIREMENTS

      COORDINATION

      DESCRIPTION
      The Contractor shall coordinate with Bloomington Transit a minimum of two weeks prior to commencing work. Coordination shall include existing bus stop signage removal, relocation, and installation, and provision of temporary bus stop locations if existing service is impacted. New signage shall be provided and installed by Bloomington Transit.

      CONSTRUCTION REQUIREMENTS
      The Contractor shall notify and coordinate with Bloomington Transit at the contact below:

      Name: Shelley Strimaitis
      Title: Planning & Special Projects Manager
      Phone: 812-336-7433, Ext. 102
      Email: shelley.strimaitis@bloomingtontransit.com

      ADDITIONAL COORDINATION

      The Contractor shall coordinate all construction efforts with nearby projects to minimize conflicts with timing, access, and detour routes. Nearby projects include:

      W 2nd Street Safety Improvements

      Project Limits: S Walker Street to S Morton Street

      Agency: City of Bloomington

      Anticipated Bid: Fall 2025

      Anticipated Start Date: April–June 2026

      Contact: Jon Lenglade, 317-945-5916, jlenglade@structurepoint.com

      Power Line Trail Project Limits:

      Switchyard Park to west end of RCA Community Park, including South Rogers Street Agency:

      City of Bloomington Anticipated Bid: February-March 2026

      Anticipated Start Date: April–June 2026

      Contact: Rebecca Swift, 812-349-3706, rebecca.swift@bloomington.in.gov 

       

      The Contractor shall notify and coordinate with Indiana University Campus Bus at the contact below:

      Name: Justin VanLeeuwen Title: Director Phone: 812-855-5865 Email: jrvanlee@iu.edu

       

      No separate payment will be made for this coordination. 

      METHOD OF MEASUREMENT
      No separate measurement will be made for the work described herein.

      BASIS OF PAYMENT

      Coordination costs shall be incidental to the work and not paid separately.

    • Message to Prospective Bidders

      Dear Bidder,

      The city has revised the materials required to demonstrate compliance with the city's equal employment opportunity/LWO/drug test requirements.  The AAP and workforce breakdown forms are no longer required. 

      The new contract compliance packet is attached for prospective bidders/vendors/grant recipients to complete and submit prior to bidding, as was previously done with the AAP and workforce breakdown form.  City Legal will provide a letter acknowledging receipt of the attached certification form, along with the date for annual recertification.

      Thank you,

      alh

    • DEFINED TERMS

      1.01.01 Quoter:  The individual or entity which submits a Quote directly to the Owner.

      1.01.02 Successful Quoter:  The lowest responsible and responsive Quoter to whom Owner makes an award.

    • Quote Opening and Award

      Quotes are to be submitted in proper form, as described in the “Instructions to Quoters”. Quotes will be received, at or before 12:00 pm local time on Friday, April 10, 2026. Quotes will be publicly opened and read aloud at a work session of the Board of Public Works at 12:00 Noon local time on Monday, April 6th, 2026 in the Utilities Service Board Room, 600 E Miller Drive, Bloomington, Indiana, and via Zoom by using the following link: https://bloomington.in.gov/boards/utilities-service . Any Quotes received after the designated time will not be accepted. Quotes will be reviewed and the award may be made at the April 21, 2026, regular meeting of the Board of Public Works which will be held in the Utilities Service Board Room, 600 E Miller Drive, Bloomington, Indiana, and by using the link provided above, or a subsequent meeting of the Board of Public Works.

    • Bid Opening and Award

      Bids are to be submitted in proper form, as described in the “Instructions to Bidders”. Bids will be received, at or before 12:00 pm local time on Friday, April 10, 2026. Bids will be publicly opened and read aloud at a work session of the Board of Public Works at 12:00 Noon local time on Monday, April 6th, 2026 in the Council Chambers of City Hall at the Showers Building, 401 N. Morton Street, Bloomington, Indiana, and via Zoom by using the following link: https://bloomington.in.gov/boards/public-works. Any Bids received after the designated time will not be accepted. Bids will be reviewed and the award may be made at the April 21, 2026, regular meeting of the Board of Public Works which will be held in the Council Chambers of City Hall at the Showers Building, 401 N. Morton Street, Bloomington, Indiana, and by using the link provided above, or a subsequent meeting of the Board of Public Works.

    • DEFINED TERMS

      1.01.01 Bidder:  The individual or entity who submits a Bid directly to the City.

      1.01.02 Successful Bidder:  The lowest responsible and responsive Bidder to whom City makes an award.

    • INSPECTION OF THE SITE

      Quoters shall examine each of the Contract Documents, visit the site of the work and thoroughly and fully inform themselves of the construction hazards procedures, labor, conditions and factors, which could affect the prosecution and completion of the work.  Such considerations shall include: the conditions of existing structures and facilities which may be affected by the proposed work; the procedure necessary for maintenance of uninterrupted operation of existing facilities; and the availability and cost of labor and methods for transporting, handling, and storage of materials and equipment.  All such factors shall be properly investigated and considered in the preparation of the Quoter’s Quote.  There will be no subsequent financial adjustment to any contract for lack of such prior information or its effects on the cost of the work.

    • Section 2: (Patterson Drive, Grimes Lane, and Rogers Street)

      The contractor shall be responsible for utility coordination required for facilities adjusted to grade. The contractor shall be paid per unit price for each item adjusted to grade. Adjustments to grade shall include all materials, equipment, labor, etc. including but not limited to concrete collars.

      Buried and pole-mounted utilities are present in the project area. These lines, cables, watermains or other facilities are to be protected and are not to be disturbed. Calling in locates for existing utilities is required per state law. Contractor shall notify Engineer if a conflict is found to exist with proposed Work to obtain further guidance.

    • Additional Information

      Additional Project information can be found at the Projects webpage located at https://bloomington.in.gov/engineering/projects/westkirkwood https://bloomington.in.gov/engineering/projects/pattersongrimes

    • INSPECTION OF THE SITE

      Bidder shall examine each of the Contract Documents, visit the site of the work and thoroughly and fully inform themselves of the construction hazards, procedures, labor, conditions and factors, which could affect the prosecution and completion of the work.  Such considerations shall include; the conditions of existing structures and facilities which may be affected by the proposed work, the procedure necessary for maintenance of uninterrupted operation of existing facilities, the availability and cost of labor and methods for transporting, handling, and storage of materials and equipment.  All such factors shall be properly investigated and considered in the preparation of the Bidder’s Bid.  There will be no subsequent financial adjustment to any contract for lack of such prior information or its effects on the cost of the work.

    • CONSTRUCTION SCHEDULE

      The Contractor shall start work within a minimum of fifteen (15) calendar days after a Notice to Proceed, unless a later start date is agreed to by both the Engineer and Contractor. The maximum allowed project duration shall be one hundred and eighty (180) calendar days. Liquidated Damages of one-thousand dollars ($1,000.00) per calendar day  will be assessed starting on the one hundred and eighty-first (181st) calendar day after the start date. Extension of contract time, if required, shall be in accordance with INDOT Spec 108.08.

      West Kirkwood Avenue:

      The maximum allowed duration of full road closure on West Kirkwood Avenue shall be ten (10) calendar days. Full road closures shall only occur after May 22, 2026 and before August 1, 2026. Timing of full road closures requires approval by the Engineer and shall be coordinated with the W 2nd Street Safety Improvements project. The ten (10) days of full road closures are cumulative and not necessarily consecutive. Use of flaggers to temporarily close one traffic lane while maintaining two-way vehicular access will be allowed and will not count toward allowable full closure days. Liquidated damages of one-thousand dollars ($1,000.00) per calendar day will be assessed starting on the eleventh (11th) calendar day of lane closure on Kirkwood Avenue or for any full closures occurring May 22, 2026 or before and for any full closures occurring August 1, 2026 or later. Liquidated damages are assessed not as a penalty, but as damages sustained for each calendar day the traffic closure requirement for Kirkwood Avenue is not met.

      West Grimes Lane and West Patterson Drive:

      The maximum allowed duration of the westbound road closure on West Grimes Lane, West Patterson Drive and South Rogers Street shall be thirty (30) calendar days. The thirty (30) days of lane closures are cumulative and not necessarily consecutive. The maximum allowed duration of the northbound road closure on South Rogers Street shall be fifteen (15) calendar days. The fifteen (15) days of lane closures are cumulative and not necessarily consecutive. These lane closures shall only occur after May 22, 2026 and before August 1, 2026. Timing of lane closures requires approval by the Engineer and shall be coordinated with the W 2nd Street Safety Improvements project. Use of flaggers to temporarily close one traffic lane while maintaining two-way vehicular access will be allowed and will not count toward allowable full closure days. Liquidated damages of one-thousand dollars ($1,000.00) per calendar day will be assessed starting on the thirty-first (31st) calendar day of lane closure on West Grimes Lane and West Patterson Drive, the sixteenth (16th) calendar day of lane closure on South Rogers Street, or for any full closures occurring May 22, 2026 or before and for any full closures occurring August 1, 2026 or later. Liquidated damages are assessed not as a penalty, but as damages sustained for each calendar day the traffic closure requirement for West Grimes Lane, West Patterson Drive, and South Rogers Street is not met.

      The Contractor shall not perform any work within the project areas identified as Floodway Permit Area or Floodplain Permit Area without written notification from the Owner the proposed work has received permit approval for Construction in a Floodway (CIF). Milling and overlay operations may be performed prior to CIF approval, however, written approval from the Owner is required prior to milling and overlay operations taking place. Permit approval is estimated to be in August 2026; however, the Owner is not responsible for costs incurred by delays to the permit approval. The Contractor shall schedule work as needed for potential delays in permit approval.

    • APPLICATION FOR PAYMENT

      The document prepared by the Contractor or Engineer, in a form acceptable to the Engineer, to request progress or final payments, including accompanying documentation required by the Contract Documents.

    • PRE-PROPOSAL MEETING

      A pre-quote meeting will be held on Monday, April 6, 2026, at 2:30 pm local time.  All potential Quoters are encouraged to attend, however, this meeting is not mandatory.  Details for attending this in-person meeting with a virtual option can be found on the Projects Webpage at https://bloomington.in.gov/engineering/projects/westkirkwood https://bloomington.in.gov/engineering/projects/pattersongrimes.

    • PRE-PROPOSAL MEETING

      A pre-quote virtual meeting will be held on Monday, April 6, 2026, at 2:30 pm local time.  This meeting is mandatory.  Details for attending this in-person meeting with a virtual option can be found on the Projects Webpage at https://bloomington.in.gov/engineering/projects/westkirkwood https://bloomington.in.gov/engineering/projects/pattersongrimes.

    • SUBMITTALS

      The following items are to be submitted for approval by the Engineer:

      1. Shop drawings from Sign Manufacturer for any custom signs
      2. Concrete and asphalt mix designs
      3. Soil tests of engineered soils or externally sourced topsoil to indicate compliance with requirements.
      4. Seed Mix to indicate compliance with requirements.
      5. Guardrail materials and certifications
      6. Waterproof membrane for bridge deck
      7. Pedestrian fence 
    • QUOTE

      The offer or proposal of the Quoter submitted on the prescribed form setting forth the prices for the Work to be performed.

    • OMISSIONS AND DISCREPANCIES

      Should Quoters find discrepancies in, or omissions from, the Contract Documents, or should they be in doubt as to their meaning, questions should be submitted through the procurement portal at https://procurement.opengov.com/portal/bloomingtonin.  Interpretation of the proposed contract documents will be made only by addendum.  A copy of each addendum will be posted on the procurement portal at https://procurement.opengov.com/portal/bloomingtonin . The Owner will not be responsible for any other explanations or interpretations of the proposed contract documents.

    • Pre-Proposal Meeting

      A pre-bid meeting will be held on Monday, April 6, 2026, at 2:30 pm local time.  All potential Bidders are encouraged to attend, however, this meeting is not mandatory.  Details for attending this in-person meeting with a virtual option can be found on the Projects Webpage at https://bloomington.in.gov/engineering/projects/westkirkwood https://bloomington.in.gov/engineering/projects/pattersongrimes.

    • OMISSIONS AND DISCREPANCIES

      Should Bidders find discrepancies in, or omissions from, the Contract Documents, or should they be in doubt as to their meaning, questions should be submitted through the procurement portal at https://procurement.opengov.com/portal/bloomingtonin.  Interpretation of the proposed contract documents will be made only by addendum.  A copy of each addendum will be posted on the procurement portal at https://procurement.opengov.com/portal/bloomingtonin . The City will not be responsible for any other explanations or interpretations of the proposed contract documents.

    • PERMITS

      FLOODPLAIN DEVELOPMENT PERMIT

      Description

      This work shall consist of complying with the requirements of a Floodplain Development Permit in accordance with Section 107 of the Standard Specifications. The Permit has not been issued as of the date of letting.

      A portion of the work encroaches upon the designated floodway. All other work is located outside of the floodway. Work in the floodway is delineated on the plans and are located in general as follows: Curb ramp work at the intersection of Fairview Street and Patterson Drive, Grimes, and the truck apron located at the northwest corner of Allen Street and Patterson Drive.

      Materials

      Materials shall be in accordance with the requirements specified in the Floodplain Development Permit, if applicable.

      Construction Requirements

      No work shall be performed within the floodway EXCEPT MILLING AND OVERLAYING IF AUTHORIZED BY THE OWNER until the Floodplain Development Permit has been obtained and all conditions of the authorization have been satisfied.

      The Contractor shall comply with all requirements and conditions set forth in the Floodplain Development Permit. Equipment and materials shall not be stored within the floodway unless otherwise permitted by the authorization.

      A copy of the Floodplain Development Permit shall be maintained at the project site at all times and shall be made available for inspection upon request.

      Method of Measurement

      No measurement will be made for work required to comply with this provision.

      Basis of Payment

      The cost of complying with this provision, including all labor, materials, equipment, and incidentals necessary to comply with the Floodplain Development Permit, shall be included in the cost of the pay items in this contract. No additional payment will be made.

    • PRE-BID CONFERENCE

      A non-mandatory pre-quote conference may be held at the time and location indicated in the Advertisement or Invitation to Quote. Representatives of Owner and Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference; however, attendance at this conference is not required, to submit a Quote. Information presented at the pre-quote conference does not alter the Contract Documents. Owner will issue Addenda to make any changes to the Contract Documents that result from discussions at the pre-quote conference. Information presented and statements made at the pre-quote conference will not be binding or legally effective unless incorporated in an Addendum.

    • Pre-Proposal Meeting

      A pre-bid meeting will be held on Monday, April 6, 2026, at 2:30 pm local time.  This meeting is mandatory.  Details for attending this in-person meeting with a virtual meeting can be found on the Projects Webpage at https://bloomington.in.gov/engineering/projects/westkirkwood https://bloomington.in.gov/engineering/projects/pattersongrimes.

    • QUALITY ADJUSTMENTS

      Quality adjustments are those adjustments in the payment for work done or materials furnished and incorporated into the work which either exceed or fall below the standards established by the contract.

      A change order will be prepared to reflect these adjustments. The unit price for these adjustments will be $1.00 and the quantities will be in units of dollars.

      Payment will be made under:

      Pay Item Pay Unit Symbol

      Quality Adjustments, .............................................. DOL

      The dollars shown shall be the amount of the quality adjustments for the following types and may consist of plus or minus adjustments.

      A. HMA

      Quality adjustments with respect to mixture, density, and smoothness for mixture produced will be computed in accordance with 401.19.

      B. PCCP

      Quality adjustments will be calculated in accordance with 501.28 or 502.21(c) as appropriate.

      C. Temporary Traffic Control Devices and Markings, TTCD

      Quality adjustments will be assessed when the device is deemed to be in non- compliance in accordance with 801.03. Adjustments will be determined in accordance with 105.14.

      Adjustments for non-compliance of construction warning lights will be determined in accordance with 801.14.

      D. Failed Materials, FM

      Quality adjustments for materials which are deemed below the standards established, but which are allowed to remain in place by the Department’s Failed Materials Committee in accordance with 105.03, will be as determined by that committee.

      E. Pavement Traffic Markings, PTM

      Quality adjustments will be calculated in accordance with 808.07.

      F. Stormwater Management

      Quality adjustments will be calculated in accordance with 205.08.

    • Additional Information

      Additional Project information can be found at the Project webpage located at https://bloomington.in.gov/engineering/projects/westkirkwood https://bloomington.in.gov/engineering/projects/pattersongrimes

    • PRE-BID CONFERENCE

      A non-mandatory pre-bid conference may be held at the time and location indicated in the Advertisement or Invitation to Bid. Representatives of City and Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference; however, attendance at this conference is not required to submit a Bid. Information presented at the pre-bid conference does not alter the Contract Documents. City will issue Addenda to make any changes to the Contract Documents that result from discussions at the pre-Bid conference. Information presented, and statements made at the pre-bid conference will not be binding or legally effective unless incorporated in an Addendum.

    • BID

      The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed.

    • INTERPRETATIONS AND ADDENDA

      Owner on its own initiative may issue Addenda to clarify, correct, supplement, or change the Quoting Documents.

      Quoter shall submit all questions about the meaning or intent of the Quoting Documents through the procurement portal at https://procurement.opengov.com/portal/bloomingtonin .

      Interpretations or clarifications considered necessary by the City in response to such questions will be issued through the procurement portal and by Addenda delivered to all registered plan holders. Questions received fewer than four (4) working days prior to the date for opening of Quotes may not be answered.

      Only responses set forth in an Addendum will be binding. Oral and other interpretations or clarifications will be without legal effect. Responses to questions are not part of the Contract Documents unless set forth in an Addendum that expressly modifies or supplements the Contract Documents.

    • Quoting Requirements

      Each Quoter shall include with their sealed Quote:

        1. a properly executed Non-collusion Affidavit as required by the laws of the State of Indiana;
        2. a properly executed Questionnaire Form 96 of the State Board of Accounts for a public works project estimated to cost at least $200,000;
        3. a cashier’s check or certified check drawn on an acceptable bank, or a Quote bond equal to five (5) percent of the total amount of the quote for a public works project estimated to cost at least $200,000;
        4. a properly executed Trench Safety Systems Affidavit, if the project may require creation of a trench of at least five (5) feet in depth;
        5. a copy of the quoter’s written plan for an employee drug testing program to test the employees of the quoter for drugs if the estimated cost of the public works project is $300,000 or more.

      For projects utilizing Federal funding, wage rates shall be in compliance with the Davis Bacon Act. For Quotes of $200,000 or more, the successful Quoter shall furnish both a performance bond and a payment bond for one hundred percent (100%) of the contract amount prior to the execution of the contract, and the performance bond and the payment bond shall remain in effect for a period of one (1) year after final acceptance of the work.

      Each Quoter must ensure that, to the greatest extent feasible, opportunities for training and employment should be given to lower-income residents of the project area, and purchases and/or contracts for work in connection with the project should be awarded to small business concerns which are located in, or owned in substantial part, by persons residing in the area of the project.

      The City of Bloomington is an equal opportunity employer, and Quoter shall meet all requirements for equal employment under Title VII of the 1964 Civil Rights Act, as amended, and under the Bloomington Human Rights Ordinance, as amended.

      Each Quoter for proposals over $10,000 shall submit a signed contract compliance certification form as part of their Quote packet by the Quote deadline. Quoters who fail to submit the contract compliance certification form by the Quote deadline are subject to disqualification. Each Quoter must ensure that it complies with the City’s contract compliance policy that covers: (1) nondiscrimination of protected classes; (2) anti-harassment; (3) grievance processes for discrimination and harassment; and (4) prohibition of retaliation.  If you have any questions, contact the City’s Legal Department at 812.349.3426 or email the City at legal@bloomington.in.gov. The office hours are Monday through Friday, 8-5.

      In accordance with Bloomington Municipal Code 2.28, the Bloomington Living Wage Ordinance, contractors that are considered "covered employers" are required to pay their covered employees at least a living wage. Currently, the living wage is $16.22 per hour for covered employees, and up to 15% of that amount, or $2.43, may be in the form of the covered employer's contribution to health insurance available to the covered employee.

      In accordance with Indiana Code 36-1-12-24, each Contractor that submits a Quote for a public works project that is estimated to cost $300,000 or more shall submit with their Quote a written plan for an employee drug testing program that complies with Indiana Code 4-13-18 et seq.

      If the project may require the creation of a trench of at least five (5) feet in depth, the low quoter shall be required to submit a trench safety plan to the project engineer at least ten (10) days prior to beginning work on the project.

      The Board of Public Works reserves the right to waive any informality and to accept or reject any or all quotes submitted.  Quotes may be held by the Board of Public Works for a period not-to-exceed sixty (60) days from the date of the opening of Quotes for the purpose of reviewing the Quotes and investigating the qualifications of the Quoters prior to awarding the contract.

      Board of Public Works, City of Bloomington, Indiana

      Kyla Cox Deckard, President

    • MANDATORY PRE-BID CONFERENCE

      A mandatory pre-bid conference may be held at the time and location indicated in the Advertisement or Invitation to Bid. Representatives of City and Engineer will be present to discuss the Project. Bidders shall attend and participate in the conference as a requirement to submit a Bid. Information presented at the pre-bid conference does not alter the Contract Documents. City will issue Addenda to make any changes to the Contract Documents that result from discussions at the pre-Bid conference. Information presented, and statements made at the pre-bid conference will not be binding or legally effective unless incorporated in an Addendum.

    • 201-C-052 INITIAL PAYMENT FOR CLEARING RIGHT-OF-WAY  (Revised 05-01-25)

      The Standard Specifications are revised as follows:

       

      SECTION 201, AFTER LINE 154, INSERT AS FOLLOWS: 

       The initial payment for clearing right-of-way will be limited to the percentage of the original total bid shown on the Proposal Page of the Contract Information Book. If the contract lump sum price for clearing right-of-way is greater than the percentage shown of the original total bid, the amount over the percentage will be paid when the contract work is 50% complete, or when the clearing work is complete, whichever is later.

    • QUOTER

      Any person, firm, or corporation submitting a Quote for the Work.

    • MATERIALS TESTING AND APPROVAL   

      Concrete and asphalt material testing per INDOT’s Frequency of Sampling and Testing Manual will be provided at the City’s cost. Contractor shall notify the City a minimum of 24 hours before placing concrete and asphalt materials. When directed by the City, Contractor shall coordinate and cooperate with an independent testing company selected by the City. Concrete and asphalt materials are required to be in accordance with INDOT Standard Specifications and sourced from suppliers that are pre-approved/pre-certified by INDOT. Mix Designs are required for submittal and shall be ones that have been previously approved by INDOT. Coordination related to testing will not be paid separately, but will be included in the related items that appear in the Contract.

    • Bidding Requirements

      Each Bidder shall include with their sealed Bid:

        1. A properly executed Questionnaire Form 96 of the State Board of Accounts;
        2. a cashier’s check or certified check drawn on an acceptable bank or a Bid bond equal to five (5) percent of the total amount of bid for a public works project estimated to cost at least $200,000;
        3. a copy of the bidder’s written plan for an employee drug testing program to test the employees of the bidder for drugs if the estimated cost of the public works project is $300,000 or more;
        4. a signed contract compliance certification form.

      For projects utilizing Federal funding, wage rates shall be in compliance with the Davis Bacon Act. For Bids of $200,000 or more, the successful Bidder shall furnish both a performance bond and a payment bond for one hundred percent (100%) of the contract amount prior to the execution of the contract, and the performance bond and the payment bond shall remain in effect for a period of one (1) year after final acceptance of the work.

      Each Bidder must ensure that to the greatest extent feasible, opportunities for training and employment should be given to lower-income residents of the project area, and purchases and/or contracts for work in connection with the project should be awarded to small business concerns which are located in, or owned in substantial part, by persons residing in the area of the project.

      The City of Bloomington is an equal opportunity employer, and Bidder shall meet all requirements for equal employment under Title VII of the 1964 Civil Rights Act, as amended, and under the Bloomington Human Rights Ordinance, as amended.

      Each Bidder for proposals over $10,000 shall submit a signed contract compliance certification form as part of their bid packet by the bid deadline. Bidders who fail to submit the contract compliance certification form by the bid deadline are subject to disqualification. Each Bidder must ensure that it complies with the City’s contract compliance policy that covers: (1) nondiscrimination of protected classes; (2) anti-harassment; (3) grievance processes for discrimination and harassment; and (4) prohibition of retaliation.  If you have any questions, contact the City’s Legal Department at 812.349.3426 or email the City at legal@bloomington.in.gov. The office hours are Monday through Friday, 8-5.

      In accordance with Bloomington Municipal Code 2.28, the Bloomington Living Wage Ordinance, contractors that are considered "covered employers" are required to pay their covered employees at least a living wage. Currently, the living wage is $16.22 per hour for covered employees, and up to 15% of that amount, or $2.43, may be in the form of the covered employer's contribution to health insurance available to the covered employee.

      In accordance with Indiana Code 36-1-12-24, each Contractor that submits a bid for a public works project that is estimated to cost $300,000 or more shall submit with their bid a written plan for an employee drug testing program that complies with Indiana Code 4-13-18 et seq.

      For Bids in excess of $300,000 on Public Works projects that are for the construction, improvement, alteration, repair, or maintenance of a road, highway, street, or alley, the Contractor must be pre-qualified with the Indiana Department of Transportation in accordance with Indiana Code 8-23-10.

      For Bids in excess of $300,000 on Public Works projects that are not for the construction, alteration or repair of a highway, street or alley, the Contractor must be pre-qualified with the Indiana Public Works Certification Board in accordance with Indiana Code 4-13.6-4-2.5.

      If the project may require the creation of a trench of at least five (5) feet in depth, the low bidder shall be required to submit a trench safety plan to the project engineer at least ten (10) days prior to beginning work on the project.

      The Board of Public Works reserves the right to waive any informality and to accept or reject any or all bids submitted.  Bids may be held by the Board of Public Works for a period not-to-exceed sixty (60) days from the date of the opening of Bids for the purpose of reviewing the Bids and investigating the qualifications of the Bidders prior to awarding the contract.

      Board of Public Works, City of Bloomington, Indiana

      Elizabeth Karon, President

    • HOT MIX ASPHALT, HMA, PAVEMENT

      SECTION 402, BEGIN LINE 4, INSERT AND DELETE AS FOLLOWS:

      This work shall consist of one or more courses of HMA pavement mixtures constructed in accordance with 105.

       

      SECTION 402, BEGIN LINE 8, INSERT AND DELETE AS FOLLOWS:

      The HMA shall be supplied from a certified HMA plant in accordance with ITM 583; Certified Hot Mix Asphalt Producer Program.  The HMA shall be transported and placed according to a QCP prepared and submitted by the Contractor in accordance with ITM 803, Contractor Quality Control Plans for Hot Mix Asphalt Pavements.  The QCP shall be submitted to the Engineer at least 15 days prior to commencing HMA paving operations.

       

      Testing for quality control is the responsibility of the Contractor and shall be in accordance with ITM 583 Section 9.2 HMA Mixtures.  In-place density shall be monitored to ensure proper compaction is achieved for the pavement application. DMFs and quality control test results shall be kept on file at the Contractor facility for at least three calendar years. All quality control tests shall be made available if requested by the Engineer.  

       

      SECTION 402, AFTER LINE 36, INSERT AND DELETE AS FOLLOWS

      Mixture Type

      Type B*

      Type C

      Type D

      Design ESAL

      < 3,000,000

      3,000,000 to 10,000,000**

      ≥10,000,000***


      Surface

      4.75 mm

      4.75 mm

      4.75 mm

      9.5 mm

      9.5 mm

      9.5 mm

      12.5 mm

      12.5 mm

      12.5 mm

      Surface – PG Binder

      58S-28

      58H-28

      58E-28


      Intermediate

      9.5 mm

      9.5 mm

      9.5 mm

      12.5 mm

      12.5 mm

      12.5 mm

      19.0 mm

      19.0 mm

      19.0 mm

      25.0 mm

      25.0 mm

      25.0 mm

      Intermediate – PG Binder

      58S-28

      58H-28

      58E-28

      Base

      19.0 mm

      19.0 mm

      19.0 mm

      25.0 mm

      25.0 mm

      25.0 mm

      Base – PG Binder

      58S-28

      58S-28

      58S-28

      * If a pay item is designated as a PG 58S-28 and a surface mixture has less than or equal to 15.0% binder replacement, the binder grade shall be 58H-28.

       

      ** Surface aggregates shall meet the requirements for less than 3,000,000 ESAL (Type B mixtures) in 904.03(d).

      *** Surface aggregates shall meet the requirements for less than 10,000,000 ESAL (Type C mixtures) in 904.03(d).

       

      A Type D mixture may be used in lieu of a Type C or a Type B mixture and a Type C mixture may be used in lieu of a Type B mixture.

       

      Surface 4.75 mm mixtures shall not be used when the required lay rate shown on the plans is greater than 100 lb/sq yd. Surface 12.5 mm mixtures shall not be used without written approval of the Engineer.

       

      No mixture shall be used until the DMF has been approved by the City of Bloomington. 

       

      SECTION 402, BEGIN LINE 77, INSERT AND DELETE AS FOLLOWS

      (a) Composition Limits for HMA Rumble Strip Mixtures

      Rumble strip mixtures shall be Type B surface in accordance with 402.04. SECTION 402, BEGIN LINE 109, INSERT AND DELETE AS FOLLOWSA Type D certification in accordance with 916 and ITM 583 shall be provided for the HMA pavement.  The test results shown on the certification shall be the quality control tests representing the material supplied and include air voids and binder content.  Air voids tolerance shall be ± 2.0% and binder content tolerance shall be ± 0.7% from DMF.  

       

      Acceptance for in-place density of the compacted mixture shall be identified in the contract documents as one of the following methods:

       

      Option A – Compaction requirements shall be in accordance with Section 402.15.  

       

      Option B – In-place density monitored for quality control using calibrated non-nuclear gauge.  Calibration for the non-nuclear gauge shall be conducted with cores obtained and tested by the Contractor and repeated as necessary to ensure accuracy of the mixture being placed.  Test results shall be documented with density values calculated as a percentage of the MSG of the QC test results for that sublot and provided progressively throughout the project paving operations.

       

      Option C - Cores shall be obtained and tested by the Contractor in accordance with 401.16 to measure density of the compacted mixture.  The Engineer will work with the Contractor to obtain cores in a random, representative location and witness the Contractor obtain and test the cores.  The percent density of the cores shall be provided daily and expressed as a percentage of the MSG of the QC test results for that sublot.  A single core value < 90.0% of MSG shall be reported to the Engineer and will require documented corrective action to continue production.  

       

      SECTION 402, AFTER LINE 136, INSERT AS FOLLOWS

      The HMA surface course shall not be placed until all new pavement areas within the project limits, including mainline, approaches and areas of incidental construction, have been completed and are ready, in the opinion of the ENGINEER, for the HMA surface course.

       

      The placement of the HMA surface course may be completed under traffic as directed by the ENGINEER.

       

      The additional cost of coordinating the placement of the surface course shall be included in the unit cost for HMA, Surface, Type as set out in the Itemized Proposal and Declarations.

       

      SECTION 402, AFTER LINE 218, INSERT AND DELETE AS FOLLOWS

      Rumble strips shall be placed to ensure uniformity of depth, width, texture, and the required spacing between strips. A tack coat in accordance with 406 shall be applied on the pavement surface prior to placing the mixture. The tack coat may be applied with a paint brush or other approved methods.

       

      A safety edge is not required unless specifically shown on the plans.

       

      SECTION 402, BEGIN LINE 292, INSERT AND DELETE AS FOLLOWS

      Rumble strips shall be compacted with vibratory compacting equipment in accordance with 409.03(d)7 unless otherwise stated.

       

      SECTION 402, AFTER LINE 338, INSERT AND DELETE AS FOLLOWS

      402.17 Shoulder Corrugations

      Shoulder corrugations shall be in accordance with 606.

       

      SECTION 402, BEGIN LINE 353, INSERT AND DELETE AS FOLLOWS

      Milled shoulder corrugations will be measured in accordance with 606.02.

       

      SECTION 402, AFTER LINE 362, INSERT AND DELETE AS FOLLOWS

      Milled shoulder corrugations will be paid for in accordance with 606.03.

       

      Payment will be made under:

       

      Pay Item  Pay Unit Symbol

      HMA Rumble Strips.......................................................LFT

      HMA for Temporary Pavement, Type * ..........................................TON

      HMA, Surface, Type *......................................................................TON

      HMA, Intermediate, Type *..............................................................TON

      HMA, Base, Type *.......................................................................... TON

      HMA Wedge and Level, Type * ......................................................TON

      * Mixture type

    • CLEARING RIGHT OF WAY AND COMMON EXCAVATION

      Description

      This work shall consist of the removal of materials within the construction limits, including, but not limited to, common excavation, saw cutting, and incidental removals.

      Materials

      Not applicable.

      Construction Requirements

      All removal items shall be considered part of Clearing of Right-of-Way, unless otherwise specified in the Schedule of Pay Items.

      Landscaping and irrigation systems impacted by removal operations shall be restored to preconstruction conditions. All restoration work shall be performed to the satisfaction of the Engineer.

      Method of Measurement

      No separate measurement will be made for removals within the construction limits.

      Basis of Payment

      The cost of removal of materials, including common excavation, saw cutting, incidental removals, and restoration of landscaping and irrigation systems, shall be included in the cost of Clearing of Right of Way or other pay items in this contract. No additional payment will be made.

      Pay Item                                    Pay Unit Symbol

      Clearing of Right of Way .......................... LS

    • INTERPRETATIONS AND ADDENDA

      City on its own initiative may issue Addenda to clarify, correct, supplement, or change the Bidding Documents.

      Bidder shall submit all questions about the meaning or intent of the Quoting Documents through the procurement portal at https://procurement.opengov.com/portal/bloomingtonin .

      Interpretations or clarifications considered necessary by the City in response to such questions will be issued through the procurement portal and by Addenda delivered to all registered plan holders. Questions received fewer than four (4) working days prior to the date for opening of Bids may not be answered.

      Only responses set forth in an Addendum will be binding. Oral and other interpretations or clarifications will be without legal effect. Responses to questions are not part of the Contract Documents unless set forth in an Addendum that expressly modifies or supplements the Contract Documents.

    • BIDDER

      Any person, firm, or corporation submitting a Bid for the Work.

    • QUOTES

      Pursuant to the “Invitation to Quoters” sealed Quotes for performing the work shall be submitted through the procurement portal at or before 12:00 pm local time on Friday, April 10, 2026. Quotes will be publicly opened and read aloud at a work session of the Board of Public Works at 12:00 Noon local time on Monday, April 6th, 2026, in the Council Chambers of City Hall at the Showers Building, 401 N. Morton Street, Bloomington, Indiana, and via Zoom by using the following link: https://bloomington.in.gov/boards/public-works. Any Quotes received after the designated time will not be accepted. Quotes will be reviewed and the award may be made at the April 21, 2026, regular meeting of the Board of Public Works which will be held in the Council Chambers of City Hall at the Showers Building, 401 N. Morton Street, Bloomington, Indiana, and by using the link provided above, or a subsequent meeting of the Board of Public Works. If requested by project manager, the City’s Substitute IRS W-9 form shall be executed by Quoter and received by the City prior to the issuance of a Notice to Proceed to Quoter.

      2.01 BASIS OF QUOTE:  Quoters must submit a Quote on a unit price basis for each item of Work listed in the unit price section of the Quote Form.  The “Quote Price” (sometimes referred to as the extended price or Quote Amount) for each unit price Quote item will be the product of the “Approximate Quantity”, which Owner or its representative has set forth in the Quote Form, for the item and the corresponding “Unit Price” offered by the Quoter. The total of all unit price Quote items will be the sum of these “Quote Prices”; such total will be used by Owner for Quote comparison purposes. The final quantities and Contract Price will be determined in accordance with Paragraph 11.06 of the General Conditions.

      2.02 QUOTE FORM:  Each Quote shall be legibly written or printed in ink on the Quote Form with Unit Prices provided if applicable.  All addenda to the Contract Documents on which a Quote is based, properly signed by the Quoter, shall accompany the Quote when submitted.  No alteration in any Quote, or in the Quote Form on which it is submitted, shall be made by any person after the Quote has been submitted by the Quoter. Please indicate on the Quote questionnaire whether you would want to receive a Single Lump Sum Payment following acceptance of this project or if you would want to receive Progressive Payments during the course of this project.

      2.03 QUOTE SIGNATURES:  Each Quoter shall sign their Quote using their usual signature and giving their full business address.  Quotes by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative.  Quotes by corporations shall be signed with the name of the corporation followed by the signature and designation of the president, secretary, or other person authorized to bind the corporation.  The names of all persons signing should also be typed or printed below the signature.  A Quote by a person who affixes to their signature the word “president” or “secretary”, “agent”, or other designation without disclosing their principal may be held to be the Quote of the individual signing.  When requested by the Owner, satisfactory evidence of the authority of the person signing shall be furnished.  No Quoter may submit more than one Quote.  Two Quotes under different names will not be accepted from one firm or association.

      2.04 QUOTE SUBMISSION:  Pursuant to the “Invitation to Quoters” sealed Quotes for performing the work shall be submitted through the procurement portal at or before 12:00 pm local time on Friday, April 10, 2026. Hard copy (paper) Quote Submissions are discouraged, but still may be delivered prior to Quote opening. Each hard copy Quote submitted shall be enclosed in a sealed envelope or wrapping, identified on the outside with the words “SEALED QUOTE”, and the name of the project, and shall be received by the Department of Public Works at City Hall, 401 North Morton Street, Atrium, Bloomington, Indiana, on the date and at the time provided above in 2.00 QUOTES. Hard copy QUOTES that do not contain all of the required submission documents found on the procurement portal may be rejected by the Board.

      2.05 INDIANA LEGAL REQUIREMENTS:  Each Quoter with a Quote in excess of $300,000 shall submit under oath with their Quote a statement of his/her experience, proposed plan for performing the Work, equipment available to perform the work, and a financial statement.  The statements shall be submitted on Questionnaire Form No. 96 of the Indiana State Board of Accounts.  This form is included in this packet, and only the Parts and Sections noted below are required to be completed and notarized. Quotes submitted without proper signatures and notarization will be considered invalid and shall be deemed non-compliant. (a) Part I – Is required and must be completed; (b) Part II – Sections I – III are not required since this project is less than $150,000; (c) Part II – Section IV – Contractor’s Non-Collusion Affidavit and Section V – Oath and Affirmation – are required by state law and must be completed and notarized. The form must be signed by an authorized person of the company.  Each Quote shall be accompanied by a properly executed Non-Collusion Affidavit as required by the laws of the State of Indiana.

      2.06 WITHDRAWAL OF QUOTE:  No Contractor may withdraw their Quote for a period of sixty (60) days after the date and hour set for the opening, and the Quoters submitting the three (3) lowest Quotes may not withdraw their Quotes for a period of one hundred eighty (180) days after the opening date.  A Quoter may withdraw their Quote at any time prior to the expiration of the Quote period during which Quotes may be submitted by a written request signed in the same manner and by the same person who signed the Quote.

      2.07 ACCEPTANCE AND REJECTION OF QUOTES:  The Owner reserves the right to accept the Quote submitted by the lowest responsible and responsive Quoter; to reject any or all Quotes; and to waive irregularities or informalities in any Quote. Quotes received after the specified time of closing will be returned unopened.  The acceptance of a Quote shall bind the successful Quoter to execute the Contract and to be responsible for liquidated damages as provided in Section 4.00 below and in section 13.00 of the General Conditions.

    • BIDS

      Pursuant to the “Invitation to Bidders” sealed Bids for performing the work shall be submitted through the procurement portal at or before 12:00 pm local time on Friday, April 10, 2026. Bids will be publicly opened and read aloud at a work session or regular meeting of the Board of Public Works at 12:00 Noon local time on Monday, April 6th, 2026, in the Council Chambers of City Hall at the Showers Building, 401 N. Morton Street, Bloomington, Indiana.  Any Bids received after the designated time will not be accepted. Bids will be reviewed and the award may be made at the April 21, 2026, regular meeting of the Board of Public Works which will be held in the Council Chambers of City Hall at the Showers Building, 401 N. Morton Street, Bloomington, Indiana, or a subsequent meeting of the Board of Public Works. If requested by project manager, the City’s Substitute IRS W-9 form shall be executed by Bidder and received by the City prior to the issuance of a Notice to Proceed to Bidder.

      2.01 BASIS OF BID:  Bidders must submit a Bid on a unit price basis for each item of work listed in the unit price section of the Bid Form.  The “Bid Price” (sometimes referred to as the extended price or Bid Amount) for each unit price Bid item will be the product of the “Approximate Quantity”, which City or its representative has set forth in the Bid Form, for the item and the corresponding “Unit Price” offered by the Bidder. The total of all unit price Bid items will be the sum of these “Bid Prices”; such total will be used by City for Bid comparison purposes. The final quantities and Contract Price will be determined in accordance with CHANGE OF CONTRACT PRICE section of the General Conditions.

      2.02 BID FORM:  Each Bid shall be legibly written or printed in ink on the Bid Form with Unit Prices provided if applicable.  All addenda to the Contract Documents on which a Bid is based, properly signed by the Bidder, shall accompany the Bid when submitted.  No alteration in any Bid, or in the Bid Form on which it is submitted, shall be made by any person after the Bid has been submitted by the Bidder.

      2.03 BID SIGNATURES:  Each Bidder shall sign their Bid using their usual signature and giving their full business address.  Bids by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative.  Bids by corporations shall be signed with the name of the corporation followed by the signature and designation of the president, secretary, or other person authorized to bind the corporation.  The names of all persons signing should also be typed or printed below the signature.  A Bid by a person who affixes to their signature the word “president” or “secretary”, “agent”, or other designation without disclosing their principal may be held to be the Bid of the individual signing.  When requested by the City, satisfactory evidence of the authority of the person signing shall be furnished.  No Bidder may submit more than one Bid.  Two Bids under different names will not be accepted from one firm or association.

      2.04 BID SUBMISSION:  Pursuant to the “Invitation to Bidders” sealed Bids for performing the work shall be submitted through the procurement portal at or before 12:00 pm local time on Friday, April 10, 2026. Hard copy (paper) Bid Submissions are discouraged, but still may be delivered prior to Bid opening. Each hard copy Bid submitted shall be enclosed in a sealed envelope or wrapping, identified on the outside with the words “SEALED BID”, and the name of the project, and shall be received by the Department of Public Works at City Hall, 401 North Morton Street, Atrium, Bloomington, Indiana, on the date and at the time provided above in 2.00 BIDS. Hard copy Bids that do not contain all of the required submission documents found on the procurement portal may be rejected by the Board.

      2.05 INDIANA LEGAL REQUIREMENTS:  Each bidder shall submit under oath with their Bid a statement of their experience, proposed plan for performing the work, equipment available to perform the work, and a financial statement.  The statements shall be submitted on Questionnaire Form No. 96 of the Indiana State Board of Accounts.  Each Bid shall be accompanied by a properly executed Non-Collusion Affidavit as required by the laws of the State of Indiana.

      2.06 BID GUARANTEE:  Each Bid of $200,000 or more shall be accompanied by a cashier’s check or a certified check drawn on an acceptable bank, or an acceptable Bidder’s bond in an amount of not less than five percent (5%) of the total Bid.  No personal and/or company checks will be accepted or the Bid shall be deemed unresponsive.  The Bid guarantee shall be made payable without condition to the City of Bloomington, Indiana, hereinafter referred to as “City”, and the amount of said Bid Guarantee may be retained by and forfeited to the City as liquidated damages if the Bid covered thereby is accepted and a contract based thereon is awarded and the Bidder should fail to enter into a contract in the form prescribed, with legally responsible sureties, within fifteen (15) days after such award is made and confirmed by the City.

      2.07 RETURN OF BID GUARANTEE:  The Bid Guarantee deposit of each unsuccessful Bidder will be returned when their Bid is rejected.  The Bid Guarantee deposit of the Bidder to whom the Contract is awarded will be returned when the successful Bidder executes a contract and files a satisfactory performance bond and payment bond.  The Bid Guarantee deposit of the second and third lowest responsible Bidders may be retained for a period not to exceed ninety (90) days pending the execution of the Contract and bonds by the successful Bidder.

      2.08 WITHDRAWAL OF BID:  No Contractor may withdraw their Bid for a period of sixty (60) days after the date and hour set for the opening, and the Bidders submitting the three lowest Bids may not withdraw their Bid for a period of one hundred eighty (180) days after the opening date.  A Bidder may withdraw their Bid at any time prior to the expiration of the Bid period during which Bids may be submitted by a written request signed in the same manner and by the same person who signed the Bid.

      2.09 ACCEPTANCE AND REJECTION OF BIDS:  The City reserves the right to accept the Bid submitted by the lowest responsible and responsive Bidder; to reject any or all Bids; and to waive irregularities or informalities in any Bid. Bids received after the specified time of closing will be returned unopened. The acceptance of a Bid shall bind the successful Bidder to execute the Contract and to be responsible for liquidated damages as provided in Section 4.00 below and in section 13.00 of the General Conditions.

    • UNDISTRIBUTED COMMON EXCAVATION AND BORROW

      Undistributed Common Excavation and Borrow line items are included in the contract for pavement patching and full depth replacement areas to account for excavation or fill materials necessary for variation in existing and proposed surface elevations.

    • QUOTES

      Pursuant to the “Invitation to Quoters” sealed Quotes for performing the work shall be submitted through the procurement portal at or before 12:00 pm local time on Friday, April 10, 2026. Quotes will be publicly opened and read aloud at a work session of the Board of Public Works at 12:00 Noon local time on Monday, April 6th, 2026, in the Utilities Service Board Room, 600 E Miller Drive, Bloomington, Indiana, and via Zoom by using the following link: https://bloomington.in.gov/boards/public-works. Any Quotes received after the designated time will not be accepted. Quotes will be reviewed and the award may be made at the April 21, 2026, regular meeting of the Board of Public Works which will be held in the Utilities Service Board Room, 600 E Miller Drive, Bloomington, Indiana, and by using the link provided above, or a subsequent meeting of the Board of Public Works. If requested by project manager, the City’s Substitute IRS W-9 form shall be executed by Quoter and received by the City prior to the issuance of a Notice to Proceed to Quoter.

      2.01 BASIS OF QUOTE:  Quoters must submit a Quote on a unit price basis for each item of Work listed in the unit price section of the Quote Form.  The “Quote Price” (sometimes referred to as the extended price or Quote Amount) for each unit price Quote item will be the product of the “Approximate Quantity”, which Owner or its representative has set forth in the Quote Form, for the item and the corresponding “Unit Price” offered by the Quoter. The total of all unit price Quote items will be the sum of these “Quote Prices”; such total will be used by Owner for Quote comparison purposes. The final quantities and Contract Price will be determined in accordance with Paragraph 11.06 of the General Conditions.

      2.02 QUOTE FORM:  Each Quote shall be legibly written or printed in ink on the Quote Form with Unit Prices provided if applicable.  All addenda to the Contract Documents on which a Quote is based, properly signed by the Quoter, shall accompany the Quote when submitted.  No alteration in any Quote, or in the Quote Form on which it is submitted, shall be made by any person after the Quote has been submitted by the Quoter. Please indicate on the Quote Form whether you would want to receive a Single Lump Sum Payment following acceptance of this project or if you would want to receive Progressive Payments during the course of this project.

      2.03 QUOTE SIGNATURES:  Each Quoter shall sign their Quote using their usual signature and giving their full business address.  Quotes by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative.  Quotes by corporations shall be signed with the name of the corporation followed by the signature and designation of the president, secretary, or other person authorized to bind the corporation.  The names of all persons signing should also be typed or printed below the signature.  A Quote by a person who affixes to their signature the word “president” or “secretary”, “agent”, or other designation without disclosing their principal may be held to be the Quote of the individual signing.  When requested by the Owner, satisfactory evidence of the authority of the person signing shall be furnished.  No Quoter may submit more than one Quote.  Two Quotes under different names will not be accepted from one firm or association.

      2.04 QUOTE SUBMISSION:  Pursuant to the “Invitation to Quoters” sealed Quotes for performing the work shall be submitted through the procurement portal at or before 12:00 pm local time on Friday, April 10, 2026. Hard copy (paper) Quote Submissions are discouraged, but still may be delivered prior to Quote opening. Each hard copy Quote submitted shall be enclosed in a sealed envelope or wrapping, identified on the outside with the words “SEALED QUOTE”, and the name of the project, and shall be received by the Utilities Department at Utilities Service Board Room, 600 E Miller Drive, Bloomington, Indiana, on the date and at the time provided above in 2.00 QUOTES. Hard copy QUOTES that do not contain all of the required submission documents found on the procurement portal may be rejected by the Board.

      2.05 INDIANA LEGAL REQUIREMENTS:  Each Quoter with a Quote in excess of $200,000 shall submit under oath with his/her Quote a statement of his/her experience, proposed plan for performing the Work, equipment available to perform the work, and a financial statement.  The statements shall be submitted on Questionnaire Form No. 96 of the Indiana State Board of Accounts.  This form is included in this packet, and only the Parts and Sections noted below are required to be completed and notarized. Quotes submitted without proper signatures and notarization will be considered invalid and shall be deemed non-compliant. (a) Part I – Is required and must be completed; (b) Part II – Sections I – III are not required since this project is less than $200,000; (c) Part II – Section IV – Contractor’s Non-Collusion Affidavit and Section V – Oath and Affirmation – are required by state law and must be completed and notarized. The form must be signed by an authorized person of the company.  Each Quote shall be accompanied by a properly executed Non-Collusion Affidavit as required by the laws of the State of Indiana.

      2.06 WITHDRAWAL OF QUOTE:  No Contractor may withdraw his/her Quote for a period of sixty (60) days after the date and hour set for the opening, and the Quoters submitting the three (3) lowest Quotes may not withdraw their Quotes for a period of one hundred eighty (180) days after the opening date.  A Quoter may withdraw his/her Quote at any time prior to the expiration of the Quote period during which Quotes may be submitted by a written request signed in the same manner and by the same person who signed the Quote.

      2.07 ACCEPTANCE AND REJECTION OF QUOTES:  The Owner reserves the right to accept the Quote submitted by the lowest responsible and responsive Quoter; to reject any or all Quotes; and to waive irregularities or informalities in any Quote. Quotes received after the specified time of closing will be returned unopened.  The acceptance of a Quote shall bind the successful Quoter to execute the Contract and to be responsible for liquidated damages as provided in Section 4.00 below and in Section 13.00 of the General Conditions.

    • WATERPROOFING MEMBRANE SYSTEM

      The Standard Specifications are revised as follows:

      SECTION 702, BEGIN LINE 34, INSERT AS FOLLOWS:

      Fabric or Membrane for Waterproofing............................... 918.06

      SECTION 702, BEGIN LINE 1273, DELETE AND INSERT AS FOLLOWS:

      702.23Waterproofing MembraneThe expansion joint shall be waterproofed on the following: the back surfaces of retaining walls; the top surface of all slabs under fills; the extrados of arches; the inside faces of spandrel walls; and abutments up to the finish grade line. A firm bonded membrane consisting of two layers of dry fabric and three applications of waterproofing material, shall be placed at all expansion joints set out herein. One uncoated layer of fabric shall not touch another layer or the concrete at any point. There shall be at least three complete and separate applications of the waterproofing material. The application shall be sufficiently heavy to conceal the weave in the fabric. Sufficient fabric shall be placed in V-strips at the joints to enable the movement of adjacent sections of concrete without tearing the fabric. The membrane shall be carefully flashed at all exposed edges and laps sealed down thoroughly. Waterproofing shall be planned so that, at the close of work each day, all fabric shall have received the final application of waterproofing material.   Concrete surfaces to be waterproofed shall be reasonably smooth and free from projections and holes. Immediately before the application, the surface shall be cleaned of dust and loose materials. Waterproofing shall be done only when the surface is at least dry enough to prevent the formation of steam when the hot material is applied. Heat may be applied to the concrete surfaces until they are in accordance with the temperature and dryness requirements. When the air temperature is below 350F, waterproofing shall not be done, unless otherwise specified.   The material shall be applied so as to cover the area completely. If necessary, more than one coat shall be applied in order to secure a satisfactory coating and proper adhesion. Coating and fabric shall stop a uniform distance below the top surfaces of walls. The material shall not be splattered over surfaces or faces of concrete which subsequently are exposed in the finished structure. Utility asphalt for waterproofing shall be heated to a temperature of between 300F and 350F. The material shall be stirred frequently to prevent local overheating. The waterproofing material shall not be damaged when backfill is placed against a waterproofed joint.

       

      A waterproofing membrane is required to be placed on the top exterior surface of Monroe County Bridge 904 and the top exterior surface (estimated quantity is 950 square feet) shall be covered in their entirety with the membrane. The membrane shall be applied to the surface starting at the low point and working to the high point in a shingling technique. A Type 3 waterproofing membrane shall be installed on all exterior surfaces that will have asphalt placed directly on the membrane.

       

      (a)  Preparation

      Concrete surfaces shall be prepared in accordance with the waterproofing membrane manufacturer’s recommendations and the following. Concrete surfaces shall be smooth and free from projections and holes. All sharp edges and metal protrusions shall be ground smooth. Immediately prior to application, the surface shall be dry and free of dust and loose materials. All joints shall be prepared in accordance with the waterproofing membrane manufacturer’s recommendations

       

      Type 3 waterproofing membranes shall be installed when the ambient temperature is 40°F or above. The surface shall be sufficiently dry so as to prevent the formation of steam when the hot-applied prime coat is applied.

       

      (b)  Installation

      For waterproofing membrane material that does not cover the surface width, an overlap of at least 3 inches shall be required on side edges and 12 inches shall be required on end edges. The waterproofing membrane material shall overlap longitudinal box beam joints at least 12 inches. The manufacturer’s application instructions shall apply in addition to the above requirements. The waterproofing membrane at all exposed edges shall be sealed down. The waterproofing membrane shall not be damaged when asphalt is placed. The minimum asphalt overlay thickness shall be 1.5 inches. The Contractor may roll the asphalt overlay over the waterproof membrane but shall not use vibratory rollers over the waterproof membrane.

       

      1.  Type 3 Waterproofing Membrane

      For a Type 3 waterproofing membrane, the prime coat shall be applied no farther than 5 ft in front of the membrane, using a squeegee to fill all voids and imperfections. The waterproofing membrane shall be applied from the low to the high side of the surface. The prime coat material shall not be splattered over or applied to surfaces or faces of concrete which subsequently are exposed in the finished structure. An extra bead of prime coat material shall be applied at the edge of the waterproofing membrane. After installing the waterproofing membrane over the entire surface, all joints in the membrane shall be sealed by applying a prime coat and smoothing with a V-squeegee.

       

      Tack coat, in accordance with 406, shall be applied to a Type 3 waterproofing membrane, without damaging the membrane at an application rate of 0.05 to 0.08 gal./sq yd before placing any asphalt pavement.

       

      SECTION 702, BEGIN LINE 1409, INSERT AS FOLLOWS:

      The waterproofing membrane will be paid for at the contract lump sum price.

       

      SECTION 702, BEGIN LINE 1444, INSERT AS FOLLOWS:

                Waterproofing Membrane System………………………………. LS

       

      SECTION 702, BEGIN LINE 1476, INSERT AS FOLLOWS:

      The cost of the waterproofing membrane, prime coat, all work and necessary incidentals associated with this work shall be included in the cost of Waterproofing Membrane System.

      SECTION 918, BEGIN LINE 126, DELETE AND INSERT AS FOLLOWS:

      918.06 Fabric or Membrane for Waterproofing

      Fabric for waterproofing shall be treated cotton in accordance with ASTM D173, woven glass in accordance with ASTM D1668, or glass fiber mat in accordance with ASTM D2178. A type C certification in accordance with 916 shall be provided for the fabric.

       

      Type 3 waterproofing membrane shall consist of a hot-applied joint prime coat in accordance with ASTM D6690 and a membrane consisting of a high-density asphalt mastic between two layers of polymeric fabric. The membrane and prime coat materials shall be kept dry prior to installation.

       


      PROPERTY

      TEST METHOD

      REQUIREMENTS

      Thickness, min.

      ASTM D1777

      0.135 in.

      Width, min.

       

      24 in.

      Weight, min.

       

      0.8 lb/sq ft

      Tensile strength, machine direction

      ASTM D882, Modified[1]

      275 lb/in.

      2,000 psi

      Tensile strength, 90° to machine direction

      ASTM D882, Modified[1]

      150 lb/in.

      1,000 psi

      Elongation at break

      ASTM D882, Modified[1]

      100% min.

      Brittleness

      ASTM D517

      Pass

      Softening point (mastic)

      ASTM D36

      200°F min.

      Peel adhesion

      ASTM D413[1]

      2.0 lb/in.

      Cold flex

      ASTM D146

      2 x 5 in. specimen

      180° bend over 2-in. mandrel with no cracking

       

      Heat stability

       

      2 x 5 in. specimen

      vertically suspended in a mechanical convection oven 2 hr @ 190 °F with no dripping or

      delamination

      [1] 12 in. per minute test speed and 1 in. initial distance between the grips.

       

      A type B Certification in accordance with 916 shall be provided for the Type 3 material.

    • BOARD

      The City of Bloomington Board responsible for approving and awarding the contract for the requested work.

    • QUALIFICATION OF QUOTERS

      Quoters shall submit satisfactory evidence that they have a practical knowledge of the particular work Quote upon, and that they have the necessary financial resources to complete the proposed work.  Each Quoter shall execute completely and accurately 'Questionnaire Form No. 96' of the Indiana State Board of Accounts and the 'Request for taxpayer identification number and certification' form of the City of Bloomington and shall file the same with their Quote.  The information contained therein shall be used by the Owner to determine the ability, experience, and capital resources of the Quoter.  In determining the Quoter’s qualifications, the following factors will be considered:  whether the Quoter (a) maintains a permanent place of business; (b) has adequate plant and equipment to do the work properly and expeditiously; (c) has the necessary financial resources to meet all obligations incident to the work; (d) has appropriate technical experience; and (e) can be added as an approved vendor to the City of Bloomington.  Each Quoter may be required to show that previous work performed has been handled in such a manner that there are no just and proper claims pending against such work.  No Quote will be accepted which is submitted by a Quoter who is engaged in any work which would impair their ability to finance the work covered by such Quote or to provide suitable equipment for its proper prosecution and completion.

    • EXCAVATION, FOUNDATION, UNCLASSIFIED

      Description

      This work shall consist of excavation for rock or other materials not included under common excavation that may be encountered during signal pole installation at Kirkwood Avenue and Rogers Street. The exact locations of the undistributed quantity will be determined during construction and coordinated with the Engineer and the City of Bloomington.

      Materials

      Not applicable.

      Construction Requirements

      The Contractor shall identify the exact locations of excavation for the undistributed quantity as needed during construction. All work shall be performed in coordination with the Engineer and the City of Bloomington. Excavation shall comply with the applicable sections of the Standard Specifications for unclassified foundation excavation.

      Method of Measurement

      Measurement will be made by the cubic yard for the actual volume of unclassified foundation excavation completed.

      Basis of Payment

      Payment will be made at the contract unit price per cubic yard for EXCAVATION, FOUNDATION, UNCLASSIFIED. This price shall include all labor, equipment, materials, and incidentals necessary to complete the excavation work as specified.

      Pay Item                                                             Pay Unit Symbol
       
      Excavation, Foundation, Unclassified ..........................CYS
       

       

    • BIDS

      Pursuant to the “Invitation to Bidders” sealed Bids for performing the work shall be submitted through the procurement portal at or before 12:00 pm local time on Friday, April 10, 2026. Bids will be publicly opened and read aloud at a work session or regular meeting of the Board of Public Works at 12:00 Noon local time on Monday, April 6th, 2026, in the Council Chambers of City Hall at the Showers Building, 401 N. Morton Street, Bloomington, Indiana.  Any Bids received after the designated time will not be accepted. Bids will be reviewed and the award may be made at the April 21, 2026, regular meeting of the Board of Public Works which will be held in the Council Chambers of City Hall at the Showers Building, 401 N. Morton Street, Bloomington, Indiana, or a subsequent meeting of the Board of Public Works. If requested by project manager, the City’s Substitute IRS W-9 form shall be executed by Bidder and received by the City prior to the issuance of a Notice to Proceed to Bidder.

      2.01 BASIS OF BID:  Bidders must submit a Bid on a unit price basis for each item of work listed in the unit price section of the Bid Form.  The “Bid Price” (sometimes referred to as the extended price or Bid Amount) for each unit price Bid item will be the product of the “Approximate Quantity”, which City or its representative has set forth in the Bid Form, for the item and the corresponding “Unit Price” offered by the Bidder. The total of all unit price Bid items will be the sum of these “Bid Prices”; such total will be used by City for Bid comparison purposes. The final quantities and Contract Price will be determined in accordance with CHANGE OF CONTRACT PRICE section of the General Conditions.

      2.02 BID FORM:  Each Bid shall be legibly written or printed in ink on the Bid Form with Unit Prices provided if applicable.  All addenda to the Contract Documents on which a Bid is based, properly signed by the Bidder, shall accompany the Bid when submitted.  No alteration in any Bid, or in the Bid Form on which it is submitted, shall be made by any person after the Bid has been submitted by the Bidder.

      2.03 BID SIGNATURES:  Each Bidder shall sign their Bid using their usual signature and giving their full business address.  Bids by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative.  Bids by corporations shall be signed with the name of the corporation followed by the signature and designation of the president, secretary, or other person authorized to bind the corporation.  The names of all persons signing should also be typed or printed below the signature.  A Bid by a person who affixes to their signature the word “president” or “secretary”, “agent”, or other designation without disclosing their principal may be held to be the Bid of the individual signing.  When requested by the City, satisfactory evidence of the authority of the person signing shall be furnished.  No Bidder may submit more than one Bid.  Two Bids under different names will not be accepted from one firm or association.

      2.04 BID SUBMISSION:  Pursuant to the “Invitation to Bidders” sealed Bids for performing the work shall be submitted through the procurement portal at or before 12:00 pm local time on Friday, April 10, 2026. Hard copy (paper) Bid Submissions are discouraged, but still may be delivered prior to Bid opening. Each hard copy Bid submitted shall be enclosed in a sealed envelope or wrapping, identified on the outside with the words “SEALED BID”, and the name of the project, and shall be received by the Utilities Department at Utilities Service Board Room, 600 E Miller Drive, Bloomington, Indiana, on the date and at the time provided above in 2.00 BIDS. Hard copy Bids that do not contain all of the required submission documents found on the procurement portal may be rejected by the Board.

      2.05 INDIANA LEGAL REQUIREMENTS:  Each bidder shall submit under oath with their Bid a statement of their experience, proposed plan for performing the work, equipment available to perform the work, and a financial statement.  The statements shall be submitted on Questionnaire Form No. 96 of the Indiana State Board of Accounts.  Each Bid shall be accompanied by a properly executed Non-Collusion Affidavit as required by the laws of the State of Indiana.

      2.06 BID GUARANTEE:  Each Bid of $200,000 or more shall be accompanied by a cashier’s check or a certified check drawn on an acceptable bank, or an acceptable Bidder’s bond in an amount of not less than five percent (5%) of the total Bid.  No personal and/or company checks will be accepted or the Bid shall be deemed unresponsive.  The Bid guarantee shall be made payable without condition to the City of Bloomington, Indiana, hereinafter referred to as “City”, and the amount of said Bid Guarantee may be retained by and forfeited to the City as liquidated damages if the Bid covered thereby is accepted and a contract based thereon is awarded and the Bidder should fail to enter into a contract in the form prescribed, with legally responsible sureties, within fifteen (15) days after such award is made and confirmed by the City.

      2.07 RETURN OF BID GUARANTEE:  The Bid Guarantee deposit of each unsuccessful Bidder will be returned when their Bid is rejected.  The Bid Guarantee deposit of the Bidder to whom the Contract is awarded will be returned when the successful Bidder executes a contract and files a satisfactory performance bond and payment bond.  The Bid Guarantee deposit of the second and third lowest responsible Bidders may be retained for a period not to exceed ninety (90) days pending the execution of the Contract and bonds by the successful Bidder.

      2.08 WITHDRAWAL OF BID:  No Contractor may withdraw their Bid for a period of sixty (60) days after the date and hour set for the opening, and the Bidders submitting the three lowest Bids may not withdraw their Bid for a period of one hundred eighty (180) days after the opening date.  A Bidder may withdraw their Bid at any time prior to the expiration of the Bid period during which Bids may be submitted by a written request signed in the same manner and by the same person who signed the Bid.

      2.09 ACCEPTANCE AND REJECTION OF BIDS:  The City reserves the right to accept the Bid submitted by the lowest responsible and responsive Bidder; to reject any or all Bids; and to waive irregularities or informalities in any Bid. Bids received after the specified time of closing will be returned unopened. The acceptance of a Bid shall bind the successful Bidder to execute the Contract and to be responsible for liquidated damages as provided in Section 4.00 below and in section 13.00 of the General Conditions.

    • BONDS

      Bid, performance, and payment bonds and other instruments of security, furnished by the Contractor and his surety in accordance with the Contract Documents.

    • QUALIFICATION OF BIDDERS

      Bidders shall submit satisfactory evidence that they have a practical knowledge of the particular work bid upon, and that they have the necessary financial resources to complete the proposed work.  Each Bidder shall execute completely and accurately 'Questionnaire Form No. 96' of the Indiana State Board of Accounts and the 'Request for taxpayer identification number and certification' form of the City of Bloomington and shall file the same with their Bid.  The information contained therein shall be used by the City to determine the ability, experience, and capital resources of the Bidder.  In determining the Bidder’s qualifications, the following factors will be considered:  whether the Bidder (a) maintains a permanent place of business; (b) has adequate plant and equipment to do the work properly and expeditiously; (c) has the necessary financial resources to meet all obligations incident to the work; (d) has appropriate technical experience; and (e) can be added as an approved vendor to the City of Bloomington.  Each Bidder may be required to show that previous work performed has been handled in such a manner that there are no just and proper claims pending against such work.  No Bid will be accepted which is submitted by a Bidder who is engaged in any work which would impair their ability to finance the work covered by such Bid or to provide suitable equipment for its proper prosecution and completion.

      3.01 PRE-QUALIFICATION OF CONTRACTORS

          1. For bids in excess of $300,000 on Public Works projects that are not considered the construction, alteration, or repair of a highway, street, or alley, the Contractor shall be pre-qualified with the Indiana Public Works Certification Board prior to starting work.
          2. For Bids in excess of $300,000 on Public Works projects that are for the construction, improvement, alteration, repair, or maintenance of a road, highway, street, or alley, the Contractor must be pre-qualified with the Indiana Department of Transportation in accordance with Indiana Code 8-23-10.
    • EXECUTION OF CONTRACT

      Any Quoter whose Quote shall be accepted will be required to execute the Contract within fifteen (15) days after notice that the Contract has been awarded to them. Failure or neglect to do so shall constitute a breach of the agreement effected by the acceptance of the Quote. The amount of the Quote Guarantee accompanying the Quote of such Quoter shall be retained by the City as liquidated damages for such breach. In the event that any Quoter whose Quote shall be accepted shall fail or refuse to execute the Contract as hereinbefore provided, the Board of Public Works may at their option, determine that such Quoter has abandoned the Contract and thereupon his/her Quote and the acceptance thereof shall be null and void and the Owner shall be entitled to liquidated damages as provided herein.

      4.01 INSURANCE:  The Contractor will be required to carry insurance throughout the lifetime of the Contract, as provided in the General Conditions, the amount of insurance of the various types being not less than the amounts specified therein.

      4.02 PAYMENTS:  Payment for all work performed under the proposed contract will be made in cash, or its equivalent, by the Owner within sixty (60) days after completion and final acceptance of the work covered by the contract.  Partial estimates will be issued and paid as provided in the General Conditions.

      4.03 TIME FOR BEGINNING AND COMPLETING THE WORK:  The Contractor shall start active and continuous work on the contract within fifteen (15) calendar days after the date of the notice to proceed.  All work shall be completed within two-hundred and twenty (180) calendar days after the date of the notice to proceed.  Calendar and work days shall be as defined in the General Conditions of these documents.

      4.04 TAXES AND PERMITS:  Attention is directed to the requirements of the General Conditions regarding payments of taxes and obtaining permits.  The Contractor shall be responsible for obtaining all necessary permits.

      4.05 WORKER’S COMPENSATION:  Before any work is started, the Contractor shall obtain from the Indiana State Industrial Board and file with the Owner, a certificate as evidence of compliance with the provisions of the Indiana Worker’s Compensation Act and the Indiana Worker’s Occupational Diseases Act.

      4.06 PERFORMANCE BOND:  For all contracts in the amount of $200,000.00 or more, the Quoter to whom a contract is awarded will be required to furnish a Performance Bond to the Owner in an amount equal to one hundred percent (100%) of the contract price.  The bond shall be executed on the form included in the Contract Documents by a surety company authorized to do business in the State of Indiana and acceptable as surety to the Owner.  Accompanying the bond shall be a “Power of Attorney” authorizing the attorney-in-fact to bind the surety company and certified to include the date of the bond.  The surety on the Performance Bond cannot be released for one year after final acceptance of the work, and the bond must require that the surety will not be discharged for:

      modifications, omissions, or additions;

      defects in the contract; or

      defects in the Quoting or awarding process.

      4.07 PAYMENT BOND:  For all contracts of $200,000.00 or more, a Payment Bond is required to ensure payment of subcontractors, laborers, material suppliers, and persons furnishing services.  The bond is executed by the Contractor to the state, approved by and for the benefit of the Owner, in an amount equal to 100% of the contract price.  It is deposited with the board, and its surety cannot be released until one year after the Board’s final settlement with the Contractor.  The bond must provide the same assurances as does the Performance Bond against conditions discharging the surety.

      4.08 LOCAL MATERIALS:  Preference will be given to materials, products, supplies, and all other articles produced, manufactured, made, or grown in the State of Indiana.

      4.09 NON-DISCRIMINATION IN EMPLOYMENT: Each Quoter for Quotes over $10,000.00 shall submit a signed contract compliance certification form as part of their Quote packet by the Quote deadline. Quoters who fail to submit the contract compliance certification form by the Quote deadline are subject to disqualification. Each Quoter must ensure that it complies with the City's contract compliance policy that covers: (1) nondiscrimination of protected classes; (2) anti-harassment; (3) grievance processes for discrimination and harassment; and (4) prohibition of retaliation. If you have any questions, contact the City's legal department at (812) 349-3426 or email the City at legal@bloomington.in.gov. The office hours are Monday through Friday, 8:00 a.m. to 5:00 p.m.

      4.10 PERMITS:  Contractor is responsible for obtaining all permits.

    • CALENDAR DAY

      Every day shown on the calendar.

    • SIDEWALK, CONCRETE, REMOVE

      Description

      This work shall consist of the removal of concrete sidewalks and asphalt multiuse paths within the construction limits.

      Materials

      Not applicable.

      Construction Requirements

      All concrete sidewalks and asphalt multiuse paths designated for removal shall be removed in accordance with the Standard Specifications and as directed by the Engineer. Care shall be taken to avoid damage to adjacent structures or improvements unless otherwise directed.

      Method of Measurement

      No separate measurement will be made; removal is considered incidental to the associated pay item.

      Basis of Payment

      Payment for this work will be made at the contract unit price for sidewalk, concrete, remove, which shall include all labor, equipment, materials, and incidentals necessary to complete the removals.

      Pay Item                                            Pay Unit Symbol
       
      Sidewalk, Concrete, Remove .........................SYS
       
    • CHANGE ORDER

      A written order to the Contractor signed by the City authorizing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after execution of the Agreement.

    • EXECUTION OF CONTRACT

      Any Bidder whose Bid shall be accepted will be required to execute the Contract within fifteen (15) days after notice that the Contract has been awarded to them. Failure or neglect to do so shall constitute a breach of the agreement effected by the acceptance of the Bid. The amount of the Bid Guarantee accompanying the Bid of such Bidder may be retained by the City as liquidated damages for such breach. In the event that any Bidder whose Bid shall be accepted shall fail or refuse to execute the Contract as hereinbefore provided, the Board of Public Works may at their option, determine that such Bidder has abandoned the Contract and thereupon their Bid and the acceptance thereof shall be null and void and the City shall be entitled to liquidated damages as provided herein.

      4.01 INSURANCE:  The Contractor will be required to carry insurance throughout the lifetime of the Contract, as provided in the General Conditions, the amount of insurance of the various types being not less than the amounts specified therein.

      4.02 PAYMENTS:  Payment for all work performed under the proposed contract will be made in cash, or its equivalent, by the City within sixty (60) days after completion and final acceptance of the work covered by the contract.  Partial estimates will be issued and paid as provided in the General Conditions.

      4.03 TIME FOR BEGINNING AND COMPLETING THE WORK:  The Contractor shall start active and continuous work on the contract within fifteen (15) calendar days after the date of the notice to proceed. All work shall be completed within two-hundred and twenty (180) calendar days after the date of the notice to proceed.  Calendar and work days shall be as defined in the General Conditions of these documents.

      4.04 TAXES AND PERMITS:  Attention is directed to the requirements of the General Conditions regarding payments of taxes and obtaining permits.  The Contractor shall be responsible for obtaining all necessary permits.

      4.05 WORKER’S COMPENSATION:  Before any work is started, the Contractor shall obtain from the Indiana State Industrial Board and file with the City, a certificate as evidence of compliance with the provisions of the Indiana Worker’s Compensation Act and the Indiana Worker’s Occupational Diseases Act.

      4.06 PERFORMANCE BOND:  For all contracts in the amount of $200,000.00 or more, the Bidder to whom a contract is awarded will be required to furnish a Performance Bond to the City in an amount equal to one hundred percent (100%) of the contract price.  The bond shall be executed on the form included in the Contract Documents by a surety company authorized to do business in the State of Indiana and acceptable as surety to the City.  Accompanying the bond shall be a “Power of Attorney” authorizing the attorney-in-fact to bind the surety company and certified to include the date of the bond.  The surety on the Performance Bond cannot be released for one year, and the bond must require that the surety will not be discharged for:

      modifications, omissions, or additions;

      defects in the contract; or

      defects in the Bidding or awarding process.

      4.07 PAYMENT BOND:  For all contracts in the amount of $200,000.00 or more, the Bidder to whom a contract is awarded will be required to furnish a Payment Bond to the City in an amount equal to one hundred percent (100%) of the contract price. The bond shall be executed on the form included in the Contract Documents by a surety company authorized to do business in the State of Indiana and acceptable as surety to the City. Accompanying the bond shall be a “Power of Attorney” authorizing the attorney-in-fact to bind the surety company and certified to include the date of the bond. The surety on the Payment Bond cannot be released until one year after the Board’s final settlement with the Contractor, and the bond is required to insure payment of subcontractors, laborers, material suppliers, and persons furnishing services.   The bond must provide the same assurances as does the Performance Bond against conditions discharging the surety.

      4.08 LOCAL MATERIALS:  Preference will be given to materials, products, supplies, and all other articles produced, manufactured, made, or grown in the State of Indiana.

      4.09 NON-DISCRIMINATION IN EMPLOYMENT: Each Bidder for Bids over $10,000.00 shall submit a signed contract compliance certification form as part of their bid packet by the bid deadline. Bidders who fail to submit the contract compliance certification form by the bid deadline are subject to disqualification. Each Bidder must ensure that it complies with the City's contract compliance policy that covers: (1) nondiscrimination of protected classes; (2) anti-harassment; (3) grievance processes for discrimination and harassment; and (4) prohibition of retaliation. If you have any questions, contact the City's legal department at (812) 349-3426 or email the City at legal@bloomington.in.gov. The office hours are Monday through Friday, 8:00 a.m. to 5:00 p.m.

      4.10 PERMITS:  Contractor is responsible for obtaining all permits.

    • POTHOLE OF EXISTING UTILITIES

      Description

      This work shall consist of potholing existing utilities as necessary to support the design and construction of the project.

      Materials

      Not applicable.

      Construction Requirements

      The Contractor shall pothole existing utilities as required for project design and construction. Elevation information shall be based on a local vertical datum. Pothole records shall clearly indicate the location and elevation of each pothole.

      No structure shop drawings shall be reviewed or approved until all required pothole information has been submitted to the Engineer.

      Method of Measurement

      No separate measurement will be made for utility potholing.

      Basis of Payment

      No direct payment will be made for potholing activities. All costs associated with potholing shall be considered incidental to the construction activity that requires the potholes.

    • UNDISTRIBUTED ITEMS

      Adjustment of Removal and Replacement Limits

      Description

      The removal and replacement limits shown in the plans may require adjustments during construction. The Contractor shall obtain approval from the Engineer and City of Bloomington for all removals and replacements beyond the limits indicated in the plans. Additional removal and replacement work shall only be performed as directed by the Engineer and City of Bloomington.

      Undistributed quantities are included in the total quantities on the unit price sheet to account for potential adjustments during construction.

      Materials

      Materials shall meet the requirements specified for the respective pay items in the Standard Specifications.

      Construction Requirements

      The Contractor shall perform additional removals and replacements only after receiving approval from the Engineer and City of Bloomington. All work shall conform to the requirements of the Standard Specifications and project plans.

      Method of Measurement

      No separate measurement will be made for undistributed quantities; they are included in the total pay item quantities.

      Basis of Payment

      Payment for adjustments to removal and replacement limits shall be made at the contract unit prices for the respective pay items. The following undistributed quantities are included within the total quantities:

      Pay ItemDescriptionQuantityUnit
      202-02278Curb, Concrete, Remove100LF
      202-02279Curb and Gutter, Remove100LF
      203-02000Excavation, Common512CYS
      203-02070Borrow3CYS
      207-09935Subgrade Treatment, Type IC555S.Y.
      301-12234Compacted Aggregate, No. 53130CYS
      401-000037QC/QA-HMA, 2, 58S, Intermediate, 19.0 mm153TON
      401-000046QC/QA-HMA, 2, 58S, Base, 25.0 mm199TON
      604-06070Sidewalk, Concrete60SYS
      605-06120Curb, Concrete100LF
      605-06140Curb and Gutter, Concrete, Modified100LF
    • CITY

      The City of Bloomington is named and designated in the Agreement and Contract Documents as “City”, acting through the designated Board and its authorized agents.  All notices, letters, and other communication directed to the City shall be addressed and delivered to the Office of the City of Bloomington Department issuing this request, 401 North Morton St., Bloomington, Indiana, 47404.

    • PAVEMENT

      DESCRIPTION
      This work shall consist of full depth pavement removal, curb patching, milling, pavement patching, curb and gutter construction, temporary pavement markings, sign relocation, and other incidental work necessary to complete the project as shown on the plans and as directed by the Engineer.

      MATERIALS

      Curb patching: 9 in. concrete with 1.5 in. HMA surface, conforming to applicable INDOT specifications.

      Curb and Gutter, Concrete, Modified: constructed in accordance with 605 and modified as shown on the construction plans.

      All other materials shall conform to applicable sections of the Standard Specifications.

      CONSTRUCTION REQUIREMENTS

      Pavement Removal – Pavement removal shall include full depth removal of all pavement within the limits shown on the plans. No additional payment will be made for asphalt, concrete, brick, or other materials encountered.

      Curb Patching – Curb patching at curb faces shall be considered incidental to the construction of the curbs. Patching shall be 9 in. concrete with 1.5 in. HMA surface overlay. The cost of furnishing and placing concrete and HMA shall be included in the applicable curb pay items. Temporary asphalt wedges required for ADA compliance at curb ramps shall be included in the cost of MAINTENANCE OF TRAFFIC.

      Curb and Gutter, Concrete, Modified – This work shall be constructed in accordance with 605 and modified as shown on the construction plans.

      Concrete Curb, Type B, Modified-This work shall be constructed in accordance with 605 and modified as shown on the construction plans.

      Positive Drainage – The Contractor shall maintain positive drainage throughout all work areas. Any ponding shall be corrected at no additional cost to the Department.

      Milling and Transitional Milling – Milling shall include removal of asphalt, concrete, or other pavement materials to achieve the depths indicated on the plans. No additional payment will be made for varying pavement types encountered.

      Pavement Patches – Pavement patch locations shown on the plans are approximate. The Contractor shall coordinate all patching with the Engineer prior to beginning work. After milling, the Engineer will have two working days to review the pavement condition and mark areas requiring full depth removal and replacement. Full depth replacement shall be completed prior to overlay placement.

      Temporary Pavement Markings – The Contractor shall place and maintain temporary pavement markings until permanent markings are installed. The cost of temporary markings shall be included in MAINTENANCE OF TRAFFIC.

      Signs – Relocation of signs necessary to complete the work shall be incidental to the associated work items.

      METHOD OF MEASUREMENT
      Curb and Gutter, Concrete, Modified shall be measured per linear foot. All other work included in this section is incidental and will not be measured separately.

      BASIS OF PAYMENT
      Curb and Gutter, Concrete, Modified and Concrete Curb, Type B, Modified will be paid at the contract unit price per linear foot. All costs associated with furnishing, placing, and protecting the curb and gutter, including labor, equipment, and materials, shall be included in the pay item. Payment for all other work described herein is included in the costs of applicable pay items.

      Pay Item                                               Pay Unit Symbol

      Curb and Gutter, Concrete, Modified........................LFT
      Concrete Curb, Type B, Modified...............................LFT

    • SOD

      The Standard Specifications are revised as follows:

      SECTION 914, BEGIN LINE 195, DELETE AND INSERT AS FOLLOWS:

      Sod shall consist of fibrous, well rooted, bluegrass, fescue, or other approved grass cut to a height of 2 to 3 in. Edges of sod shall be cut cleanly, either by hand or machine, to a uniform minimum thickness of 3/4 in. or more. The roots shall be exposed in the sod strip to allow the sod to be handled without undue tearing or breaking. The sod strip shall be of a uniform width of no less than 16 in. and no less 200 than 2 ft in length. Sod shall be free from all primary noxious weeds in accordance with 914.04. Acceptance in the field before cutting shall not preclude rejection when delivered to the work if such contamination is found.

      Nursery sod shall meet applicable requirements as set out above and shall be a 205 variety or blend of Kentucky bluegrass. It shall comply with nursery inspections and plant quarantine regulations of the states of origin and destination as well as with Federal regulations governing interstate movement of nursery stock. A Type C certification in accordance with 916 shall be provided for the sod.

    • CONTRACT

      The Contract Documents form the Contract for Construction.  The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral.  The Contract may be amended or modified only by a Modification.  The Contract Documents shall not be construed to create a contractual relationship of any kind (1) between the Engineer, or designated Project Manager, and the Contractor, (2) between the City and a Subcontractor or Sub subcontractor, or (3) between any persons or entities other than the City and Contractor.

    • CONTRACT DOCUMENTS

      The Agreement, Addenda (whether issued prior to the opening of Bid or the execution of the Agreement), Change Orders issued by the City or Engineer, Invitation to Bidders, Instructions to Bidders, Proposal, Non-Collusion Affidavit, Questionnaire, Contractor’s Bid, the Bonds, Employment Requirements and Wage Rates, Notification Procedures, General Equipment Stipulations, the Notice of Award, the Notice to Proceed, these General Conditions, the Special Conditions, the Specifications, Drawings, and Modifications.

    • TURF RESTORE, EXISTING PAVEMENT AREAS

      Description:

      The work shall include all materials, equipment and labor to excavate the area to a minimum depth of either (24) inches from finished grade or to undisturbed soil. Topsoil shall be placed to above the finished grade level to account for settling.

      Materials:

      The area shall be backfill with compacted soil (b-borrow), the upper (4) inches of which shall be Topsoil in compliance with relevant Special Provisions.

      The area shall be Mulch Seeded in accordance with SS 621.07. Seed shall be compliant with relevant Special Provisions. Mulched Seeding of the area shall be paid under the item, MULCHED SEEDING, CITY OF BLOOMINGTON MIX. Pavement, curb, curb & gutter and/or sidewalk removals for the areas indicated shall be paid under their respective items.

      Method of Measurement

      Turf Restore, Existing Pavement Areas will be measured by square-yard of finished grade area.

      Basis of Payment

      This item shall be paid for at the contract unit price per square-yard

      Pay Item                                         Pay Unit Symbol

      Turf Restore, Existing Pavement Areas..............SYD

    • TOPSOIL

      Topsoil shall be stripped and reused. Any additional topsoil required to achieve required grades and/or 
      turf stabilization shall be considered included in the unit price for mulched seeding, city of bloomington mix.

      Additional Topsoil shall be in accordance with ASTM D 5268, pH range of 5.5 to 7.5, a minimum of 5 percent organic
      material content; free of stones 1 inch or larger in any dimension and other extraneous materials 
      harmful to plant growth; less than 30% clay content. Placed topsoil shall be 6” deep maximum.

      Topsoil Source: Reuse surface soil stockpiled on-site. Verify suitability of stockpiled surface soil to produce 
      topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials 
      harmful to plant growth. Supplement with imported or manufactured topsoil from off-site sources when 
      quantities are insufficient. Obtain topsoil displaced from naturally well-drained construction or mining 
      sites where topsoil occurs at least 4 inches deep; do not obtain from agricultural land, bogs or marshes. 

    • CONTRACT PRICE

      The total amount payable to the Contractor under the Contract Documents.

    • SEED MIX

      Seed mixture shall be 50 lb/acre of Perennial, 50 lb/acre Certified Common Kentucky Bluegrass,
      and 50 lb/acre Merit Kentucky Bluegrass. Contractor shall seed at a rate of 150 lbs/acre. Equivalent seed 
      mixtures may be approved, but shall not contain any prohibited plant species as listed in Bloomington 
      Municipal Code 20.04.080. Contractor shall not use plastic landscape netting or mesh for any type of 
      landscaping or erosion control.

      Installation shall be paid by the square yard of mulched seeding, city of bloomington mix.

    • PAVERS

      Description

      The Contractor shall salvage and reuse existing brick pavers to reconstruct brick crosswalk and sidewalk locations at anticipated disturbed area as shown in the plans at eastern leg of Kirkwood Avenue at Rogers Street.

      Materials 

      Materials shall be in accordance with 604.02.

      Construction Requirements 

      The Contractor shall exercise care in removing existing pavers to 

      minimize damage. Pavers shall be stored and maintained in good condition for 

      reuse in the project. Paver installation shall match the existing pattern as shown in the plans and shall be in accordance with 604.03(g)1.

      Method of Measurement 

      Brick pavers will be measured by the square yard of finished surface.

      Basis of Payment 

      Brick pavers will be paid at the contract unit price per square yard.

      Payment will be made under:

      Pay Item       Pay Unit Symbol 

      Brick Pavers..................................... SYS 

      The cost of reconstruction including but not limited to removal, paver placement, storage, transport, and protection, mortar, backfill and any necessary incidentals for replacement of the brick pavers shall be included in the cost of brick pavers. Brick pavers deemed unsalvageable shall be replaced at no additional cost.

    • 801-C-157 CERTIFICATION OF TEMPORARY TRAFFIC CONTROL DEVICES (Revised 05-23-13)

      Category I Devices 

       The Contractor shall certify that the following temporary traffic control devices to be used do not exceed the maximum values shown in the table below and are considered crashworthy at Test Level 3 in accordance with NCHRP 350. 

       

      Device 

      Composition 

      Max. Weight 

      Max. Height 

      Single Piece  

      Traffic Cones 

      Rubber 

      20 lb 

      36 in. 

      Plastic 

      20 lb 

      48 in. 

      Tubular Markers 

       

      Rubber 

      13 lb 

      36 in. 

      Plastic 

      13 lb 

      36 in. 

      Single Piece Drums 

       

      High Density Plastic 

      77 lb 

      36 in. 

      Low Density Plastic 

      77 lb 

      36 in. 

      Delineators 

      Plastic, Fiberglass 

      N/A 

      48 in. 

       

       No lights, signs, flags, or other auxiliary attachments are included in the weight of the devices listed above. Reflective sheeting or reflective buttons are included on delineators. Maximum weights, including ballast, do not exceed the values shown in the table. “Single piece” refers to the construction of the body of the drum exclusive of a separate base, if any. 

       

       Type A or Type C warning lights in accordance with the following specifications will be allowed on drums if they are firmly attached with vandal resistant 1/2 in. diameter by 4 in. cadmium plated steel bolt with nut and a 1 1/2 in. high cup washer. 

       

      1. The weight shall be no more than 5 lb. 

       

      1. The lens diameter shall be 7 to 8 in. 

       

      1. The height of the light shall be 11 to 14 in. 

       

        Category II Devices 

       Category II temporary traffic control devices include Type III barricades, vertical panels, portable sign standards, and other light-weight traffic control devices. 

       

       Category II temporary traffic control devices shall be in accordance with the NCHRP 350, Test Level 3. 

       

        A form will be provided at the pre-construction conference for the Contractor to complete and return to the Engineer prior to the placement of Category I or Category II traffic control devices.

       

       

    • HMA PAVING

      Description
      This work shall consist of constructing one or more courses of HMA base, intermediate, and surface mixtures on prepared foundations in accordance with 105.03 and Section 401, except as modified herein.

      Materials
      Materials shall be in accordance with 401.03.

      Acceptance
      Acceptance of HMA mixtures will be in accordance with 402.09.

      Construction Requirements
      Joints shall be constructed in accordance with 401.15, except liquid asphalt sealant shall not be applied.

      Compaction and density shall be in accordance with 402.15. Density shall be verified by the Contractor.

      Method of Measurement
      HMA mixtures will be measured in accordance with 402.19, except as modified herein. HMA surface mixtures will be measured by the ton of material placed, subject to the limitations described herein.

      Basis of Payment
      HMA mixtures will be paid for in accordance with 402.20.

      Payment will be made under:

      Pay Item                                                                       Pay Unit Symbol

      Joint Adhesive, Surface.................................................LFT

      HMA, 3, 58H, SURFACE, 9.5 mm (Modified)............... TON

      HMA, 3, 58H, INTERMEDIATE, 19.0 mm (Modified) ....TON

      HMA, 3, 58S, BASE, 25.0 mm (Modified)......................TON

       

      The cost of all labor, equipment, and materials necessary to complete the work shall be included in the cost of the respective pay items.

      Additional Requirements
      HMA surface mixtures will be measured and paid for by the ton. Payment for HMA surface mixtures shall be limited to the plan quantity unless additional quantities are approved in writing by the Engineer prior to placement.

      The plan quantity for HMA surface mixtures has been established based on the plan surface area at an application rate of 0.083 tons per square yard, with an additional 15 percent included to account for minor variations in surface conditions, area, and compaction.

      Requests for additional compensation due to increased quantities will only be considered for Engineer-approved changes in area or other unforeseen conditions. The Contractor shall notify the Engineer in advance of placing material when such conditions are encountered.

    • CONTRACT TIME

      The number of days stated in the Agreement for the completion of the Work, computed as provided in these General Conditions; or by the date set forth in the Agreement. 

    • CONSTRUCTION ENGINEERING
      SECTION 105, AFTER LINE 280, INSERT AS FOLLOWS:
       
      In the areas indicated on the plans as "Permit Area", the Contractor shall perform an as-built topographic survey within 30 days of substantial completion and provide a scaled deliverable to the City that clearly indicates the elevations of new or modified top of asphalt pavement, edge of pavement (curb line), top of curb, top of sidewalk, ground, and other new or modified features. Elevations shall be given at regular intervals of 5' or less and at points of inflection. Contour lines shall be shown at one foot intervals and be labeled. The horizontal datum shall be Indiana State Plane North American Datum of 1983, West Zone, US Survey feet and the vertical datum shall be North American Vertical Datum of 1988, feet.
    • Portland Cement Concrete Pavement, PCCP

      Description 

      This work shall consist of Portland Cement Concrete Pavement, PCCP with Integral Color (dictated in plans as PCCP for Approaches, 12 IN), mixed, handled, placed on a prepared subgrade and subbase and finished in accordance with the plans and 502.

      Material

      Materials shall be in accordance with 502.02.

      Submit batch sample for PCCP, 12 inch, with Integral Color, Federal Standard 595 Color Number 31136.  Contractor to supply mockup of not less than one square yard, tooled and finished representative of the final product, for Engineer’s review and acceptance prior to placement of PCCP.

      Color admixtures will be allowed in addition to those identified in 912.03.  Color admixtures shall be Federal Standard 595, Color Number 31136.   

      The Engineer may conduct visual inspection of the concrete to verify adequate color of PCCP with Integral Color. 

       Construction Requirements 

      PCCP for Approaches, 12 IN, with Integral Color shall be cured per color additive manufacturer’s recommendation and is subject to approval by the Engineer. Curing shall be in accordance with 504 where not conflicting with the color additive manufacturer’s recommendation.  For formed PCCP, 12 Inch, with Integral Color, immediately after the forms are removed, the sides of the PCCP, 12 Inch, with Integral Color, shall be cured. 

      The textured surface of PCCP shall be jointed in a pattern as shown on the plans. The textured surface shall be applied uniformly using consistent finishing practices.  All surfaces shall be finished within reasonably the same time after placing.  After tooling joints, a clear curing material per 504.04 shall be applied.   

      Measurement  

      PCCP with Integral Color will be measured per Square Yard. 

       Basis of Payment 

      PCCP with Integral Color will be paid for in accordance with 611.01.  The cost of color additive, batch sample, and jointing pattern shall be included in the cost of PCCP for Approaches, 12 IN.

      Pay Item                                         Pay Unit

      PCCP for Approaches, 12 IN. ............................. SYD

    • CONTRACTOR

      The person, firm, or corporation with whom the City has executed the Agreement and is referred to throughout the Contract Documents as if singular in number.  The term “Contractor” means the Contractor or the Contractor’s authorized representative. The relationship of the Contractor to the City shall be that of an independent contractor.

    • STORMWATER POLLUTION PREVENTION

      Description
      This work shall consist of implementing and maintaining all measures necessary to prevent stormwater pollution during construction, in accordance with state and local laws, including Bloomington Municipal Code Title 13 Stormwater. Measures shall prevent sediment from entering existing or proposed storm structures and keep streets clean.

      Materials
      All erosion and sediment control materials shall meet the requirements of the plans and applicable INDOT specifications. Temporary Inlet Protection materials shall conform to the Temporary Inlet Protection pay item.

      Construction Requirements
      The Contractor shall implement erosion and sediment control measures where appropriate throughout all construction activities. Inspections of the worksite shall be completed daily at the close of work and after any storm event. Streets shall be swept daily as needed to maintain pavements free of debris, soil, and aggregates. Additional measures beyond those noted on the plans shall be used as necessary to maintain site compliance.

      Method of Measurement
      No separate measurement will be made for stormwater pollution prevention work, except for temporary inlet protection, which will be measured under the respective pay item.

      Basis of Payment
      All costs associated with implementing and maintaining stormwater pollution prevention, including labor, equipment, materials, and incidentals, shall be included in the cost of other contract pay items. Temporary inlet protection will be paid under its respective pay item.

       
      Pay Item                                            Pay Unit Symbol
      Temporary Inlet Protection..........................EACH
    • DAY

      A calendar day of twenty-four hours measured from midnight to the next midnight.

    • DATE OF CONTRACT

      The date written in the first paragraph of the Contract Agreement.

    • TREE PROTECTION

      Description

      This work shall consist of protecting existing trees by placing fencing around individual trees and adjacent to a stand of trees at locations identified on the plans.

      Construction Requirements

      Tree Protection during Construction: All arboriculture work must comply with the latest ANSI Standards for Tree Care Operations-Tree, Shrub, and Other Woody Plant Maintenance-Standard Practices (Management of Trees and Shrubs During Site Planning, Site Development, and Construction), (ANSI A300 (Part 5) Management.)

      Tree Protection Fence: Tree protection fence shall be erected at tree locations identified on the construction plans, and shall be installed BEFORE all other construction activities occur on site, including mobilization of equipment, jobsite offices, and construction materials. Tree protection fence shall be a minimum of four feet high orange snow fencing or equivalent UV resistant plastic. Tree protection fence shall not be trenched but shall be supported along the top and bottom of the fabric with wire connected to posts spaced no more than 4’ apart. No other construction activity may occur on site until tree preservation fencing has been installed.

      The Contractor shall maintain the construction fencing in good condition throughout the project lifespan. Contractor shall only remove fencing once all equipment, offices, construction materials, etc., have been demobilized from the jobsite. Damage to construction fencing shall be repaired immediately or as directed by the Engineer.

      Responsibility for maintenance of the tree protection fencing shall expire upon Final Completion of the project.

      Tree Protection Signage: A minimum of one sign every 30 ft. shall be attached to separate segments of fencing with the following language: “Tree Protection Fencing - Do Not Disturb”. Signage shall be 8 in. by 11 in. and legible at all times throughout the construction schedule and only removed once all equipment has been demobilized from the project site. Tree protection signage shall be laminated or otherwise weatherproof and printed in bold text so as to be easily read from a distance of 20 ft. Wording on signage shall be provided in both English and Spanish.

       

      Prohibited Activity: All construction activity within the areas indicated by protection fencing shall be prohibited. This shall include, but not limited to, the following activities:

      1. Parking or driving equipment, machinery or vehicles of any type.

      2. Storage of any construction materials, equipment, stockpiling, excavation or fill, soil, gravel, etc.

      3. Dumping of any chemicals, wash-out materials from cleaning equipment, concrete or mortar remainder, trash, garbage, or debris of any kind.

      4. Trenching, grading or construction.

       

      Tree Protection during Adjacent Construction Activities: Extra care is to be taken during the removal of existing materials within the defined protection zones of a tree to prevent breakage of any roots of any public trees. Root disturbance within the Structural Root Plate Protection Zone may result in the potential catastrophic failure of the affected flora, potentially leading to injury, property damage or loss of life for which the offending party shall be held responsible.

      Method of Measurement

      Tree protection fencing will be measured by the linear foot of temporary tree protection fencing furnished and installed, complete in place. 

      Basis of Payment

      Tree protection fencing will be paid for at the contract unit price per linear foot for Tree Protection Fencing. 

       

      Payment will be made under:

      Pay Item Pay Unit Symbol

      Tree Protection Fence.................... LFT

      The cost for tree protection work shall include all work required to protect existing trees, including, but not limited to, tree protection fence, tree protection signs, maintaining construction fencing and all appurtenances necessary to complete this work.

       

    • DRAWINGS OR PLANS

      The graphic and pictorial portions of the Contract Documents, wherever located or whenever issued, showing the design, location and dimensions of the Work, generally including plans, elevations, sections, details, schedules and diagrams.

    • STRUCTURES

      Storm Structures

      Description
      All storm structures replaced and/or relocated shall maintain existing connections to storm pipes or appurtenances.

      Construction Requirements
      Contractor shall extend or modify existing connections as required. Costs for maintaining existing connections are included in the structure pay items.

    • STORM PIPE

      Description
      Storm pipe removal and installation shall include all materials, equipment, and labor required to backfill and compact trenches to finished grade or the bottom of proposed improvements.

      Method of Measurement
      Pipe removal shall be measured and paid under PIPE, REMOVE. Installation shall be measured and paid under the respective pipe size items.

      Basis of Payment
      Costs are included in the pay items for pipe removal and installation; no separate payment shall be made.

      Pay Item     Pay Unit Symbol
      PIPE, REMOVE................................LFT
      PIPE, [Size]......................................LFT

    • ENGINEER

      Engineer (hereinafter “City Engineer” or “Engineer”), city department project manager, person, firm, or corporation named by the City, or the duly authorized agents of the Engineer, acting within the scope of the duties entrusted to them.

    • FIELD ORDER

      A written order issued by the Engineer that requires minor changes in the Work but does not change the Contract Price or the Contract Times.

    • TRENCH DRAIN

      Description
      This work shall consist of furnishing all materials and performing all labor required to construct the Trench Drain as shown on the plans at the northeast corner of Pine Street and Kirkwood Avenue. Work includes installation of the Type B frame, concrete, excavation, backfill, and all other necessary components to complete the drain.

      Materials
      All materials shall conform to the construction details shown on the plans and applicable specifications.

      Construction Requirements
      The Contractor shall follow the Trench Drain details provided in the plans. All excavation, placement of concrete, backfill, and installation of the Type B frame shall be included. Any additional incidentals required for construction of the Trench Drain are considered incidental and included in the pay item.

      Method of Measurement
      Trench Drain will be measured by the unit specified in the contract pay item.

      Basis of Payment
      Trench Drain, Type P will be paid at the contract unit price. Payment includes the cost of all labor, equipment, materials, excavation, backfill, installation, and necessary incidentals. No additional payment will be made for items not specifically listed in the pay item.

      Pay Item     Pay Unit Symbol
      Trench Drain, Type P............................LFT

    • MODIFICATION

      (a) A written amendment of the Contract Documents signed by both parties.  (b) A Change Order.  (c) A written clarification or interpretation issued by the Engineer.  (d) A written order for a minor change or alteration in the Work issued by the Engineer.  A Modification may be issued only after execution of the Agreement.

    • TRAFFIC SIGNAL EQUIPMENT

      The Standard Specifications are revised as follows:

      SECTION 922 – Traffic Signal Equipment:

      Insert the following paragraph after the first paragraph of Section 922:

      Models shall be Econolite Cobalt TS2 or approved equal, selected from the Department’s list of approved Traffic Signal and ITS Control Equipment. All equipment shall comply with the requirements of Section 922 of the Standard Specifications and the current Department-approved equipment list, unless otherwise specified in the plans. The Contractor shall submit all equipment submittals for review and approval prior to installation in accordance with Section 105 and Section 922.

    • NOTICE OF AWARD

      The written notice by City to a Bidder of City's acceptance of the Bid.

    • UNINTERRUPTIBLE POWER SUPPLY

      The power supply unit shall be capable of handling surges and spikes present in normal utility power. Battery backup of up to 12 hours should be provided for power outages. The power supply unit shall have remote monitoring capabilities. The power supply unit and battery backup shall be housed in a separate cabinet mounted to the side of the traffic signal cabinet. An automatic transfer switch shall be included.

       

      All equipment shall be compatible with the Econolite Cobalt TS2 controller. The cost of any additional equipment or labor to install this equipment shall be included in the cost of the following pay item

       

      Pay Item                                       Pay Unit Symbol

       Uninterruptible Power Supply.................................. EACH

       

    • NOTICE TO PROCEED

      A written notice given to the Contractor by the City (with a copy to the Engineer or Project Manager) fixing the date on which the Contract Time will commence to run and on which the Contractor shall start to perform his or her obligations under the Contract Documents.

    • SIGNAL CANTILEVER STRUCTURE, DRILLED SHAFT FOUNDATION, SPECIAL

      The proposed traffic signal cantilever foundations shall be designed by the Structure Manufacturer and approved by the Engineer. The design shall meet Indiana Design Manual Criteria.

      The signal Contractor shall coordinate with The Will Group to obtain the shop drawing information and/or specifications, prior to any work activities related to the construction of the proposed traffic signal cantilever foundations taking place.

      Below is contact information for The Will Group:

      Mr. Kevin Bates

      Business Development

      The Will Group

      600 E Carmel Drive, Suite 152

      Carmel, IN 46032

      317-418-4868 (o)

      kbates@thewillgroup.com

      The cost of all materials, manufacturing, transportation, packaging, labor, equipment, and all necessary incidentals to perform this work shall be included in the cost of the Signal Cantilever Structure, Drilled Shaft Foundation, Special. 

      Pay Item                                          Pay Unit Symbol

      Signal Cantilever Structure, Drilled Shaft Foundation, Special.....EACH

    • SIGNAL POLE POWDER COATING

      All traffic signal cantilever arms, signal poles, luminaire arms, and mounting brackets shall be hot-dip galvanized both inside and outside, then powder coated black. This work shall not be measured for payment.

      The cost of all material, manufacturing, transportation, packaging, labor, equipment, and all necessary incidentals to perform this work shall be included in the cost of the pay item listed below:

       

      Pay Item                                          Pay Unit Symbol

      Signal Cantilever Structure, Single Arm 35 ft....................................EACH

      Signal Cantilever Structure, Single Arm 35 ft, Combination Arm.....EACH

      Signal Cantilever Structure, Single Arm 40 ft, Combination Arm.....EACH

       

    • PROGRESS SCHEDULE

      A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising Contractor’s plan to accomplish the Work within the contract times.

    • PROJECT

      The total construction of which the Work performed under the Contract Documents may be the whole or a part, and which may include construction by the City or by separate contractors.

    • TRAFFIC SIGNAL CONTROLLER PROGRAMMING AND TIMING IMPLEMENTATION

      This work shall consist of performing all traffic signal controller programming and timing implementation services relative to the proposed traffic signal controller.

      The City of Bloomington will develop the proposed traffic signal timing plan data and temporary signal timings for each phase of construction, and then provide said traffic signal timing plan data to the Contractor for implementation. The Contractor will then be responsible for all field programming and implementation services related to the proposed traffic signal controller.

      The cost of all material, transportation, labor, equipment, and all necessary incidentals to perform this work shall not be paid for directly, but rather included in the cost of the Controller.

      Payment will be made under:

       

      Pay Item                                          Pay Unit Symbol

      Controller and Cabinet, P1 .................................... EACH

    • RESIDENT PROJECT REPRESENTATIVE

      The authorized representative of Engineer assigned to assist Engineer at the Site.  As used herein, the term Resident Project Representative (RPR) includes any assistants or field staff.

    • 805-T-123 VIDEO VEHICLE DETECTOR SYSTEM

      The video vehicle detector system is comprised of CCD video image sensors (cameras) and a machine vision processor as separate units. The system shall be capable of monitoring vehicles on a roadway via processing of video images and shall provide detector outputs to a traffic signal controller. The video detection system shall utilize the Miovision video detection system.

      Only models from the Department’s list of approved Traffic Signal Control Equipment shall be used. Video vehicle detector systems will be placed and maintained on the Department’s approved list after being evaluated and approved by the Department. Manufacturers wishing to have their system considered should contact the Highway Support Manager, Operations Support Division.

      The video vehicle detector system shall include a CCD video image sensor (fisheye camera), the machine vision processor, set-up and operating software, all connectors, all cables, and miscellaneous equipment necessary for the installation and operation of the system.

      The video vehicle detector system shall be compatible with Econolite traffic signal controllers. The system shall be installed and maintained during all construction phases at each intersection. The Contractor shall be required to adjust the detection zones as necessary for each phase of construction.

      A 10 year operational warranty or standard manufacturer’s warranty, whichever is longer, shall be provided for each Machine Vision Processor.

      A 5 year operational warranty or standard manufacturer’s warranty, whichever is longer, shall be provided for the CCD Video Image Sensor.

      The effective date for the beginning of the warranty shall be the traffic signal turn-on date as noted on Traffic Signal Completion Report Form (IC 636A). A written copy of the warranty shall be presented to the Engineer prior to final acceptance of the contract.

      The warranty shall service all defects in material or workmanship of the equipment. The manufacturer shall not be responsible for damage caused by negligence, severe weather acts such as lightning, flood, etc., or use of the equipment in a manner not originally intended. Temperatures between -30°F and +165°F will not be considered severe weather acts. The vendor or manufacturer shall be responsible, during the warranty period, for transportation costs of items requiring warranty service to and from the Operations Support Division, Highway Support Section. A maximum turn-around time for service of all defects in material and workmanship of equipment shall be no longer than 60 calendar days. Continued failure, repeated malfunctions, or exceeding the maximum turn-around time for warranty service will be cause to remove that model from the Department’s list of approved models.

      The system will be measured and paid for at the contract unit price per each for video vehicle detector system, complete in place.

      The CCD video image sensor (fisheye camera), machine vision processor, set-up and operating software, all connectors, all cables, miscellaneous equipment necessary for the installation and operation of the system, and the warranty shall be included in the cost of the video vehicle detector system. The cost of detection zone adjustments during construction shall be included in the cost of the video vehicle detector system.

      The mounting structure will be measured in accordance with 805.15 and paid for in accordance with 805.16.

      Payment will be made under:

       

      Pay Item                                          Pay Unit Symbol

      Video Vehicle Detection System ............................... EACH

    • ACCESSIBLE PEDESTRIAN SIGNAL (APS) UNITS

      Description

      Accessible Pedestrian Signal (APS) units with pushbuttons with built-in signage (R10-3EL or R10-3ER, depending upon crossing orientation for proposed pushbutton) will be required at all intersections where pedestrian pushbutton locations are shown on the plans, and shall meet the requirements of the current editions for the Manual on Uniform Traffic Control Devices (MUTCD) and Public Rights-of-Way Accessibility Guidelines (PROWAG). All APS units shall be similar to Polara® iNavigator, or approved equivalent.

      Equipment

      APS Unit Housing

      All APS unit components shall be weatherproof and of sturdy design, and in complete accordance with manufacturer specifications. The entire assembly shall be weather tight, secure against electrical shock, and able to withstand continuous frequent usage.

      Color

      Each APS unit housing shall be black, and mounting hardware/brackets shall be painted black to match the traffic signal pedestal poles.

      Extension Brackets

      Each APS unit shall be located with a 10 in. side reach from a level (i.e., maximum 2% slopes in all directions) landing area. Where pole placement is limited, a 6 in. or 12 in. pushbutton assembly extension may be used to meet the side reach requirements.

      Walk Indications

      Each APS unit shall have both audible and vibrotactile walk indications.

      Vibrotactile

      Vibrotactile walk indications shall be provided by a tactile arrow on the pushbutton that vibrates during the walk interval. Tactile arrow shall be located on the pushbutton that vibrates during the walk interval. Tactile arrow shall be located on the pushbutton, have high visual contrast (light on dark or dark on light), and shall be aligned parallel to the direction of travel on the associated crosswalk.

      Performance Requirements Audible Features

      Each APS unit shall be equipped with an audible locator tone that tells the pedestrian that the intersection is equipped with APS and where it is. Pushbutton locator tones shall have a duration of 0.15 seconds or less, and shall repeat at 1-second intervals. Pushbutton locator tones shall be intensity responsive to ambient sound, and be audible 6 to 12 feet from the pushbutton, or to the building line. The locator tone shall operate during the DON'T WALK and flashing DON'T WALK intervals only and shall be deactivated when the pedestrian signal is not operative.

      Per MUTCD requirements, where two accessible pedestrian pushbuttons are separated by at least 10 ft., the walk indication shall be an audible percussive tone. Based on the current layout of the proposed traffic signal equipment, the northwest quadrant APS units shall provide audible percussive tones for the pedestrian walk intervals. The audible percussive tones shall repeat at a rate of at least 8 to 10 ticks per second with a dominant frequency of 880 Hz.

      See Recurring Special Provision 805-T-202 (“Accessible Pedestrian Signals with Speech Walk Messages”) for further information.

      Should it be necessary to modify the locations of the proposed APS units due to unforeseen circumstances (e.g., underground utility conflicts), thereby causing them to be located less than 10 ft. apart, or on the same pole, the signal Contractor shall notify the City immediately and ensure that APS units with audible verbal speech walk messages be implemented. In the event that APS units with audible verbal speech walk messages are implemented, the signal Contractor shall ensure that each APS unit’s verbal wait messages and verbal walk messages are programmed using correct street name information for each applicable crossing, and in complete compliance with MUTCD requirements.

      Volume

      Automatic volume adjustment in response to ambient traffic sound level will be provided up to a maximum volume of 100 dB. The units shall be responsive to ambient noise level changes up to no more than 5 dB louder than ambient sound. Tone or voice volume measured at 36 inches from the unit shall be 2dB minimum and 5dB maximum above ambient noise level. At installation, signal system is to be adjusted to be audible at no more than 5 to 12 feet from the system.

      Documentation and Support

      Two copies of the operation and maintenance manuals for each station shall be included. The City shall be furnished with a certification from the equipment manufacturer stating that the equipment furnished under this specification complies with all provisions of this specification. If there are any items that do not comply with this specification, then a list of those exceptions must be detailed on the certification.

      Construction Requirements

      Construction requirements shall conform to the traffic signal design plans, INDOT Standard Drawings E 604-SWCR for sidewalk curb ramps, as well as INDOT Design Memorandum No. 18-26 for pedestrian pushbutton and ADA plan details.

      All existing APS units that are replaced as part of this project are to be salvaged and returned to the City of Bloomington Traffic Division.

      As shown in the traffic signal design plans, one APS unit shall be attached to each of the proposed signal pedestal poles. The pushbutton device of each APS unit shall be mounted between 42 in. and 48 in. above the adjacent pedestrian path, and be accessible within a maximum unobstructed side-reach distance of 10 in. from a level landing area (i.e., maximum 2% slopes in all directions). If the 10 in. side-reach distance from a level landing area cannot be met, a 6 in. or 12 in. pushbutton assembly extension may be used to meet the side reach. There will be no direct payment for installing an APS extension bracket.

      The signal Contractor shall be responsible for programming each APS unit to the satisfaction of the City and the Engineer.

      The City reserves the right to modify any and all volume settings based upon field conditions, within specified limitations outlined in the MUTCD and PROWAG. During the programming and installation of the proposed APS units, the signal Contractor shall ensure that a representative of the City is present to approve the volume settings of each APS unit.

       

      Payment will be made under:

      Pay Item                                            Pay Unit Symbol

      Pedestrian Push Button, APS ..................................... EACH

    • RESPONSIBLE QUOTER

      One who is fully capable of performing the contract requirements and who has the integrity and reliability to insure faithful performance.

    • RESPONSIBLE BIDDER

      One who is fully capable of performing the contract requirements and who has the integrity and reliability to insure faithful performance.

    • 805-T-202 ACCESSIBLE PEDESTRIAN SIGNALS WITH SPEECH WALK MESSAGES (Adopted 11-22-13)

      Accessible pedestrian push-buttons shall be provided at:

      Kirkwood Ave & Rogers St

      The walk messages used shall be as follows:

      Location

      Push-button*

      Walk Message**

      NW quadrant

      APS

      Percussive tone

      NE quadrant 

      APS

      Speech message (see below) 

      SE quadrant

      APS

      Speech message (see below)

      SW quadrant 

      APS

      Speech message (see below)

      * Enter “N/A”, or “APS”

      ** Leave blank, enter “percussive tone” if applicable, or text for speech walk message

       

      (Leave remainder of this form blank if not applicable)

      Kirkwood Ave (West leg of intersection)

      Walk Message: Kirkwood. Walk sign is on to cross Kirkwood.

      Kirkwood Ave (East leg of intersection)

      Walk Message: Kirkwood. Walk sign is on to cross Kirkwood.

      Rogers St (North leg of intersection)

      Walk Message: Rogers. Walk sign is on to cross Rogers.

      Rogers St (South leg of intersection)

      Walk Message: Rogers. Walk sign is on to cross Rogers.

       

      Special Instructions: Accessible pedestrian push-buttons in the northwest quadrant shall utilize percussive tone. The other three quadrants shall utilize the speech messages shown above.

    • RESPONSIVE QUOTER

      One who has submitted a Quote conforming in all material respects to the Contract Documents.

    • 805-T-202 ACCESSIBLE PEDESTRIAN SIGNALS WITH SPEECH WALK MESSAGES (Adopted 11-22-13)

      Accessible pedestrian push-buttons shall be provided at:

        1. Patterson Drive and Allen Street

                        The walk messages used shall be as follows:

      Location

      Push-button*

      Walk Message**

      NW quadrant

      APS

      Speech message (see below)

      NE quadrant

      APS

      Speech message (see below)

      SE quadrant

      APS

      Speech message (see below)

      SW quadrant

      APS

      Speech message (see below)

            Allen Street (West leg of intersection)

                        Walk Message: Allen. Walk sign is on to cross Allen.

            Allen Street (East leg of intersection)

                        Walk Message: Allen. Walk sign is on to cross Allen.

      Patterson Drive (North leg of intersection)

                        Walk Message: Patterson. Walk sign is on to cross Patterson.

      Patterson Drive (South leg of intersection)

                        Walk Message: Patterson. Walk sign is on to cross Patterson.

       

        1. Patterson Drive and Fairview Street

                        The walk messages used shall be as follows:

      Location

      Push-button*

      Walk Message**

      NW quadrant

      APS

      Speech message (see below)

      NE quadrant

      APS

      Speech message (see below)

      SE quadrant

      APS

      Speech message (see below)

      SW quadrant

      APS

      Speech message (see below)

            Patterson Drive (West leg of intersection)

                        Walk Message: Patterson. Walk sign is on to cross Patterson.

            Patterson Drive (East leg of intersection)

                        Walk Message: Patterson. Walk sign is on to cross Patterson.

      Fairview Street (North leg of intersection)

                        Walk Message: Fairview. Walk sign is on to cross Fairview.

      Fairview Street (South leg of intersection)

                        Walk Message: Fairview. Walk sign is on to cross Fairview.

       

        1. Patterson Drive and Rogers Street

                        The walk messages used shall be as follows:

      Location

      Push-button*

      Walk Message**

      NW quadrant

      APS

      Speech message (see below)

      NE quadrant

      APS

      Speech message (see below)

      SE quadrant

      APS

      Speech message (see below)

      SW quadrant

      APS

      Speech message (see below)

           

      Patterson Drive (West leg of intersection)

                        Walk Message: Patterson. Walk sign is on to cross Patterson.

            Patterson Drive (East leg of intersection)

                        Walk Message: Patterson. Walk sign is on to cross Patterson.

      Fairview Street (North leg of intersection)

                        Walk Message: Rogers. Walk sign is on to cross Rogers.

      Fairview Street (South leg of intersection)

                        Walk Message: Rogers. Walk sign is on to cross Rogers.

    • Video Vehicle Detector Adjustment

      The existing traffic signal at Patterson Drive and Rogers Street utilizes a video detection system. The contractor shall adjust the detection zones for the system as needed for the project’s adjustments to curb lines and stop bars.

    • RESPONSIVE BIDDER

      One who has submitted a Bid conforming in all material respects to the Contract Documents.

    • AI-500-085-02 SERIES GLANCE PRE-EMPT & PRIORITY VIDEO FIELD MONITORING UNIT (FMU2) SYSTEM

      This work shall consist of installing and ensuring full functionality of a new complete Applied Information (AI) Field Monitoring Unit (FMU2) system. The AI-500-085 Glance Pre-empt & Priority Video FMU2 system shall provide cellular remote access to Ethernet traffic signal controller, priority & preemption, video streaming, as well as capability of monitoring traffic and intersection’s status and health.

      The unit shall include a built-in high speed Cellular, GPS and 900MHz radio for easy to configure and simple set up.

      The 19-inch rack mounted device shall be capable of remotely switching NEMA 5-15 power outlets inside the ITS cabinets, and designed for extreme temperature applications.

      The FMU2 shall include a built in 4-port Ethernet switch, Cellular Modem, GPS and 900MHz radio.

      All units shall come with multiple digital and analog I/O as well as eight

      1. relay contacts to send pre-emption commands to the traffic signal controller.

      The FMU2 shall be capable of Connected Vehicle operations and sending priority requests directly to the traffic controller using ethernet communications.

      The FMU2 shall work in conjunction with the Glance Platform, providing connectivity to the cloud-based Glance solution.

      The FMU2 shall include connectivity and support through December 31st of the following year of installation.

      The signal Contractor shall coordinate with Traffic Control Corporation prior to the procurement of the proposed AI FMU2 system to ensure all necessary equipment, materials, installation, programming, connectivity requirements are understood and included in the AI FMU2 system bid item.

      Below is contact information for Traffic Control Corporation:

      Ms. Anne Maloberti

      Outside Sales Representative - Indiana Traffic Control Corporation

      10435 Argonne Woods Drive Woodridge, IL 60517

      317-414-1797 (c)

      amaloberti@trafficcontrolcorp.com

      The cost of all material, transportation, labor, equipment, and all necessary incidentals to perform this work, and to ensure a fully functional AI FMU2 system to the satisfaction of the Engineer, shall be included in the cost of the following pay item:

      Pay Item                                              Pay Unit Symbol

      AI-500-085-02 Series Glance Pre-empt & Priority

      Field Monitoring Unit (FMU2)System........................ EACH

    • SHOP DRAWINGS

      All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the Contractor, a Subcontractor, manufacturer, supplier or distributor and which illustrate the equipment, material or some portion of the Work.

    • SPECIFICATIONS

      Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work, and performance of related services.

    • 100-C-166 AS-BUILT TRAFFIC SIGNAL PLANS (Revised 08-15-07)

      The Contractor shall prepare two sets of as-built plans for the traffic signal portion of the contract. The as-built traffic signal plans shall be submitted to the Engineer no later than the date the signal is placed into operation.

      Traffic signal as-built plans shall include a copy of the project title sheet and the plan sheets that show the traffic signal related work. The plans shall indicate the as-built location of steel strain poles, signal cantilevers, electrical service, signal controller, loop detectors, conduit runs, and traffic signal handholes.

      The cost of as-built traffic signal plans shall be included in the cost of the traffic signal items.

    • SUBCONTRACTOR

      An individual, firm, or corporation having a direct contact with the Contractor or with any other Subcontractor for the performance of a part of the Work to a special design at the site, but does not include a firm which merely furnishes material.  All Subcontractors performing work having a value over $10,000.00 must be approved prior to performing any work under this contract agreement.  No compensation shall be paid for any work performed without prior approval.

    • PHOTOCELL

      The Standard Specifications are revised as follows:

      SECTION 807, AFTER LINE 693, INSERT AS FOLLOWS:

      Photo cell shall be twist lock type; button control will not be accepted. Shall meet or exceed ANSI C136.10-2006 except as modified herein. Turn-on shall be instantaneous and set at 1.56 0.5 ftc. Turn-off shall be a 2-5 second delay and set at 1.5 times greater than the turn-on light level. Failure mode shall be Fail-On. Photosensitive device shall be a sealed silicon sensor. The housing cover shall be high impact, opaque, and constructed of UV resistant material. The housing shall be clearly and permanently marked with the month and year of installation, serial number, voltage range, and loading rating. Photo cell shall be UL listed and be provided with a four year warranty.

       

      Photosensitive device shall be mounted to face north unless site conditions or manufacturers recommendations dictate otherwise.

       

      Payment will be made under:

       

      Pay Item                                          Pay Unit Symbol

      Photocells ..................................................... EACH

    • SUBSTANTIAL COMPLETION

      The date as determined by the Engineer when the construction of the Project or a specified part thereof is sufficiently completed, in accordance with the Contract Documents, so that the Project or specified part can be utilized for the purposes for which it was intended; or if there be no such determination, the date of final completion and acceptance.

    • SIGNAL SERVICE

      This work shall consist of providing a new metered electrical signal service assembly, which shall be mounted to a pedestal pole structure, at the location shown in the plans. This work shall be performed in accordance with 805 and 807.

      As shown in the plans, the proposed signal service on pedestal pole assembly shall have two circuits, one each to provide power to the proposed signal as well as luminaires.

      The signal Contractor shall contact Duke Energy prior to installation of the proposed signal service assembly, as well as any work tasks associated with transferring power from the existing traffic signal system to the proposed traffic signal system, so as to ensure proper coordination and timing of all proposed work.

      Below is contact information for Duke Energy:

       

      Mr. Quentin Knight

      Senior Engineering Technologist

      Duke Energy

      2626 W. 16th Street

      Bedford, IN 47421

      Quentin.Knight@Duke-Energy.com

      (812) 277 3112 office

      (812) 545 5667 cell

       

      The cost of all material, transportation, labor, equipment, and all necessary incidentals to perform this work, and to ensure a fully functional signal service throughout the entire course of construction, to the satisfaction of the Engineer, shall be included in the cost of the following pay item:

       

      Pay Item                                    Pay Unit Symbol

      Signal Service........................... EACH

      The cost of proposed 2-IN conduit segments and 3c/8 power cabling between the proposed metered electrical signal service assembly and existing and/or proposed traffic signal controller cabinets shall be paid for separately, and therefore is not included within this “Signal Service” special provision.

    • SIGNAL CANTILEVER STRUCTURE, SINGLE ARM 35 FT.

      Description

      This work shall consist of installing the proposed signal cantilever structure assemblies at locations shown in the plans. Each single arm signal cantilever structure assembly includes the signal pole, anchor bolts, 35 ft. signal cantilever arm, and all necessary signal mounting brackets/hardware. This work shall be performed in accordance with 805 and 807.

      Materials

      Materials shall be in accordance with 805.02 and 807.02, as well as INDOT Standard Drawing E-805-TSCS-14, with the following exceptions:

       

      1. The proposed single mast arm signal cantilever assembly shall be based upon the example traffic structures related shop drawings provided by the City of Bloomington. 

       

      The signal Contractor shall coordinate with The Will Group to confirm the accuracy of the example single mast arm signal cantilever assembly shop drawing information, and obtain updated drawings and/or specifications, if necessary, prior to any work activities related to ordering or installation of the proposed signal cantilever assemblies takes place.

      Below is contact information for The Will Group: 

      Mr. Kevin Bates

      Business Development

      The Will Group

      600 E Carmel Drive, Suite 152

      Carmel, IN 46032

      317-418-4868 (o)

      kbates@thewillgroup.com

       

      Payment will be made under:

       

      Pay Item                                          Pay Unit Symbol

       Signal Cantilever Structure, Single Arm 35 ft.....................EACH

    • WORK

      Any and all obligations, duties, and responsibilities necessary to the successful completion of the Project assigned to, or undertaken by, the Contractor under the Contract Documents, including all labor, materials, equipment, and other incidentals, and the furnishing thereof.

    • WORK CHANGE DIRECTIVE

      A written directive to Contractor issued on or after the Effective Date of the Contract, signed by City and recommended by Engineer, ordering an addition, deletion, or revision in the Work.

    • SIGNAL CANTILEVER STRUCTURE, COMBINATION ARM XX FT., W/ 8 FT. LUMINAIRE ARM, 32 FT EMH

      Description

      This work shall consist of installing the proposed combination arm signal cantilever structure assemblies at locations shown in the plans. Each combination arm signal cantilever structure assembly includes the signal pole, anchor bolts, 35 or 40 ft. signal cantilever arm, all necessary signal mounting brackets/hardware, 8 ft. luminaire bracket arm, and luminaire. This work shall be performed in accordance with 805 and 807.

      Materials

      Materials shall be in accordance with 805.02 and 807.02, as well as INDOT Standard Drawing E-805-TSCS-14, with the following exceptions:

      1. The proposed combination arm signal cantilever assembly shall be based upon the example traffic structures related shop drawings provided by the City of Bloomington. 

      The signal Contractor shall coordinate with The Will Group to confirm the accuracy of the example combination arm signal cantilever assembly shop drawing information, and obtain updated drawings and/or specifications, if necessary, prior to any work activities related to ordering or installation of the proposed combination arm signal cantilever assemblies takes place.

      Below is contact information for The Will Group: 

      Mr. Kevin Bates

      Description

      Business Development

      The Will Group

      600 E Carmel Drive, Suite 152

      Carmel, IN 46032

      317-418-4868 (o)

      kbates@thewillgroup.com

       

      1. Luminaires shall be GE Evolve ERLH013C340DBLCK, or approved equivalent. 

       

      Payment will be made under:

       

      Pay Item                                          Pay Unit Symbol

      Signal Cantilever Structure, Single Arm 35 ft, Combination Arm.....EACH

      Signal Cantilever Structure, Single Arm 40 ft, Combination Arm.....EACH

      Luminaire, Mast Arm, 8 ft..........................................EACH

      Luminaire..........................................................EACH

    • Wage Rates

      Contractor and subcontractors shall comply with the wage rate requirements specified in the attached Federal Labor Standers Provisions.  The Federal Labor Standard Provisions shall be incorporated into all subcontractor contracts.  Contractor is required to have the attached Davis Bacon Poster physically posted at the job sites where workers generally hang out.  Contractor shall complete and submit to the Owner on a weekly basis the attached Wage Payroll Sheet.

    • MISCELLANEOUS DEFINITIONS

      1.39.1  As Ordered, As Directed, As Required, As Permitted, As Allowed.  The order, directions, requirement, permission, or allowance of the City or Engineer is intended only to the extent of judging compliance with the Contract Documents.  The terms do not imply that the City or Engineer has any authority or responsibility for supervision of the Contractor’s forces or construction operations. Such supervision is the sole responsibility of the Contractor.

      1.39.2  Reasonable, Suitable, Acceptable, Proper, Satisfactory.  The terms reasonable, suitable, acceptable, proper, and satisfactory mean such to the City or Engineer and are intended only to the extent of judging compliance with the Contract Documents.

      1.39.3  Understood and Agreed.  Whenever in these Contract Documents the expression “it is understood and agreed” or an expression of like import is used, such expression means the mutual understanding and agreement of the parties executing the Contract Agreement.

    • Special Conditions

      TBD

    • EXECUTION OF AGREEMENT

      2.01  Execution of Agreement. The Agreement and other Contract Documents will be executed as set forth in the Special Conditions.

      2.02  Delivery of Bonds and evidence of insurance.  When the executed Agreements are delivered to the City, the Contractor shall also deliver to the City such Bonds and evidence of insurance as he or she may be required to furnish in accordance with the Agreement.

      2.03  Copies of Documents.  The City, upon request from the Contractor, shall furnish to the Contractor the number of copies of the Contract Documents set forth in the Special Conditions or a minimum of one (1) set of complete documents.

      2.04  Contractor’s Pre-Award Representations.  The Contractor represents that he or she has familiarized themself with, and assumes full responsibility for having familiarized themself with, the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state, and local laws, ordinances, rules and regulations that may in any manner affect performance of the Work, and represents that he or she has correlated his or her study, observations and site visits with the requirements of the Contract Documents.  The Contractor also represents that he or she has studied all surveys and investigation reports of subsurface and latent physical conditions referred to in the Specifications and made such additional surveys and investigations as he deems necessary for the performance of the Work at the Contract Price in accordance with the requirements of the Contract Documents and that he or she has correlated the results of all such data with the requirements of the Contract Documents.

      2.05  Commencement of Contract Time; Notice to Proceed.  Unless otherwise provided in the Special Conditions, the Contractor will be expected to start active and continuous work on the contract within fifteen (15) calendar days after the date of the Notice to Proceed.  In no case shall work begin prior to the date of the Notice to Proceed unless this time is waived and mutually agreed upon and indicated on the Notice to Proceed. If a delayed starting date is indicated in the proposal, the fifteen (15) calendar day limitation shall be waived.  Work day charges will then begin on a date mutually agreed upon, but not later than the delayed starting date specified.  In the event that any contract is canceled after an award has been made but prior to the issuing of the Notice to Proceed, no reimbursement will be made for any expenses accrued relative to this contract during that period.

      2.06  Starting the Project. The Engineer shall be notified at least three (3) days in advance of the date on which the work is expected to begin.  Should the prosecution of the work for any reason be discontinued, the Engineer shall be notified at least twenty-four (24) hours in advance of resuming operations. 

      2.07  Before Starting Construction.  Before undertaking each part of the Work, the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements.  The Contractor shall at once report in writing to the Engineer any conflict, error, or discrepancy which he or she may discover.  However, he or she shall not be liable to the City or Engineer for his or her failure to discover any conflict, error, or discrepancy in the Drawings or Specifications.

      2.08  Submission of Schedules.  Within ten (10) days after delivery of the executed Agreement by the City to the Contractor, the Contractor shall submit to the Engineer for review, an estimated progress schedule that shall be in ‘Critical Path’ format and indicating the starting and completion dates of the various stages of the Work, and a preliminary schedule of Shop Drawing submissions and other specified schedules.  The ‘Critical Path’ schedule must include all possible overlapping work that can be accomplished should one action or function not be available or accessible to the contractor in order to show that the Contractors interrelated activities that will control the work path to complete the project within the time limits set forth for the project. Contracts with fewer than sixty (60) calendar days completion time, fewer than thirty-five (35) work days, or fewer than sixty (60) days between the date of the notice to proceed and the completion date do not need to submit a progress schedule. The progress schedule may be used as a basis for establishing major construction operations and as a check on the progress of the work.  The Engineer shall be notified at least three (3) days in advance of the date on which the work is expected to begin. Sufficient materials, equipment, labor shall be provided by the Contractor to meet the progress schedule (if required) and to guarantee the completion of the project in accordance with the plans and specifications.

    • CORRELATION, INTERPRETATION, AND INTENT OF CONTRACT DOCUMENTS

      It is the intent of the Specifications and Drawings to describe a complete Project to be constructed in accordance with the Contract Documents.  The Contract Documents comprise the entire Agreement between the City and the Contractor.  They may be altered only by a Modification.

      The Contract Documents are complementary. What is called for by one is as binding as if called for by all.  If the Contractor finds a conflict, error, or discrepancy in the Contract Documents, the Contractor shall call it to the Engineer’s attention in writing at once. Before proceeding with the Work affected thereby, the Contractor shall not be liable to the City or Engineer for their failure to discover any conflict, error or discrepancy in the Specifications or Drawings.  Any Work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for.  Work, materials or equipment described in words which so applied have a well-known technical or trade meaning shall be deemed to refer to such recognized standards.

      In case of discrepancy, and subject to the terms of the Agreement between City and Contractor, calculated dimensions will govern over scaled dimensions; plans will govern over specifications; special conditions will govern over the plans and specifications.  The instructions to Bidders and the description of the pay items listed in the itemized proposal will govern over plans, specifications, and special conditions.  The precedence outlined herein shall not absolve the Contractor of their responsibility with regard to errors and omissions, or from the Contractors requirement to follow all IOSHA, OSHA, any local safety ordinances, and general good construction practices.

      Advantage shall not be taken of any apparent error or omission in the plans or specifications.  In the event such an error or omission is discovered, the Engineer shall be notified immediately in writing.  Such corrections and interpretations as may be deemed necessary for fulfilling the intent of the plans and specifications will then be made.

    • AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS

      4.01  Availability of Lands.  The City shall furnish, as indicated in the Contract Documents and not later than the date of the Notice to Proceed (NTP), the lands upon which the Work is to be done, rights-of-way for access thereto, and such other lands which are designated for use by the Contractor.  Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the City, unless otherwise specified in the Contract Documents.  If the Contractor believes that any delay in the City’s furnishing these lands or easements entitles the Contractor to an extension of the Contract Time, the Contractor may make a claim therefore as provided in these General Conditions

      4.02  Physical Conditions; Surveys and Reports. Refer to Instructions to Bidder.  For identification of those surveys and investigation reports of subsurface and latent physical conditions at the Project site or otherwise affecting performance of the Work which have been relied upon by the Engineer in preparation of the Drawings and Specifications, refer to Special Conditions.

      4.03  Unforeseen Physical Conditions.  The Contractor shall promptly notify the City and Engineer in writing of any subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents.  The Engineer will promptly investigate those conditions and advise the City in writing if further surveys or subsurface tests are necessary.  Promptly thereafter, the City shall obtain the necessary additional surveys and tests and furnish copies to the Engineer and Contractor.  If the Engineer finds that the results of such surveys or tests indicate that there are subsurface or latent physical conditions which differ materially from those intended in the Contract Documents, and which could not reasonably have been anticipated by the Contractor, a Change Order shall be issued incorporating the necessary revisions.

      4.04  Reference Points.  The City shall provide engineering surveys for construction to establish reference points which in the City’s judgment are necessary to enable the Contractor to proceed with the Work.  The Contractor shall be responsible for surveying and laying out the Work (unless otherwise provided in the Special Conditions), and shall protect and preserve the established reference points and shall make no changes or reallocations without the prior written approval of the City.  The Contractor shall report to the Engineer whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations.  The Contractor shall replace and accurately relocate all reference points so lost, destroyed or moved at the Contractor’s expense.

    • BONDS AND INSURANCE

      5.01  Performance, Payment and Other Bonds.  When Contractor delivers the executed counterparts of the Agreement to City, the Contractor shall furnish a Performance Bond, Payment Bond, and other Bonds specified in Agreement as security for the faithful performance and payment of all Contractor’s obligations under the Contract Documents.  The Performance Bond shall be in an amount at least equal to 100% of the Contract Price, unless otherwise listed in Supplementary Conditions.  The Payment Bond shall also be in an amount at least equal to 100% of the Contract Price, unless otherwise listed in SUPPLEMENTARY CONDITIONS. Bonds shall be executed on the proper forms included in the Contract Documents and with such sureties as are licensed to conduct business in the state of Indiana and are named in the current list of “Surety Companies Acceptable on Federal Bonds” as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department.  The surety shall have an “A” minimum rating of performance and a financial rating strength of five times the Contract Price, all as stated in “Best’s Key Rating Guide, Property-Liability”.  Each Bond shall be accompanied by a “Power of Attorney” authorizing the attorney-in-fact to bind the surety and certified to include the date of the Bond.

      5.02  Termination of Surety.  If the surety on any Bond furnished by the Contractor is declared a bankrupt or becomes insolvent or its right to do business is terminated or revoked in any state where any part of the Project is located, the Contractor shall within five (5) days thereafter substitute another Bond and surety, both of which shall be acceptable to the City.

      5.03  Contractor’s Liability Insurance.  The Contractor shall purchase and maintain such insurance as will protect the Contractor from claims under worker’s compensation laws, disability benefit laws, or similar employee benefit laws, from claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor’s employees, and claims insured by personal injury liability coverage;  from claims for damages because of bodily injury, sickness or disease, or death of any person other than his or her employees including claims insured by personal injury liability coverage;  and from claims for injury to or destruction of tangible property, including loss of use resulting therefrom - any or all of which may arise out of or result from the Contractor’s operations under the Contract Documents, whether such operations be by himself or herself or by any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be legally liable.  This insurance shall include the specific coverage’s and be written for not less than any limits of liability and maximum deductibles specified in the Supplementary Conditions or required by law, whichever is greater, shall include contractual liability insurance and shall include the City and Engineer as additional insured parties.  Before starting the Work, the Contractor shall file with the City and Engineer certificates of such insurance, acceptable to the City;  these certificates shall contain a provision that the coverage afforded under the policies will not be canceled or materially changed until at least fifteen (15) days prior written notice has been given to the City and Engineer.

    • CONTRACTOR’S RESPONSIBILITIES

      6.01  Supervision and Superintendence.  The Contractor shall supervise and direct the Work efficiently and with the Contractor’s best skill and attention.  The Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but the Contractor shall not be solely responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence or procedure of construction which is indicated in and required by the Contract Documents.  The Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents.

      6.02  Resident Superintendent.  The Contractor shall keep on the Work site at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to the City and Engineer.  The superintendent will be the Contractor’s representative at the site and shall have authority to act on behalf of the Contractor.  All communications given to the superintendent shall be as binding as if given to the Contractor.

      6.03  Labor, Materials and Equipment.  The Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water and sanitary facilities, and all other facilities and incidentals necessary for the execution, testing, initial operation, and completion of the Work. 

      All materials and equipment shall be new, except as otherwise provided in the Contract Documents.  If required by the Engineer, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment.  All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator or processors, except as otherwise provided in the contract Documents.

      The Contractor shall be fully responsible for all acts and omissions of the Contractor’s Subcontractors and of persons and organizations directly or indirectly employed by them, and of persons and organizations for whose acts any of them may be liable to the same extent that the Contractor is responsible for the acts and omissions of persons directly employed by the Contractor.  Nothing in the Contract Documents shall create any contractual relationship between the City or Engineer and any Subcontractor or other person or organization having a direct contact with the Contractor, nor shall it create any obligation on the part of the City or Engineer to pay or to see to the payment of any monies due any Subcontractor or any other person or organization, except as may otherwise be required by law.  The City or Engineer may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to the Contractor on account of specific Work done in accordance with the schedule of values.

      The divisions and sections of the Specifications and the identification of any Drawings shall not control the Contractor in dividing the Work among Subcontractors or delineating the Work to be performed by any specific trade.

      The Contractor agrees to bind specifically every Subcontractor to the specific terms and conditions of the Contract Documents for the benefit of the City.

      All Work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor which shall contain provisions that waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by insurance, except such rights as they may have to the proceeds of such insurance.  The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor.

      6.04  Patent Fees and Royalties.  The Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others.  If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of the City or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by the City in the Contract Documents.  The Contractor shall indemnify and hold harmless the City and Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys’ fees) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work  or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights.

      6.05  Permits.  The Contractor shall obtain and pay for all construction permits and licenses and shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of his/her Bid.  The City shall assist the Contractor, when necessary, in obtaining such permits and licenses.  The Contractor shall also pay all public utility charges necessary for the meter/service connections to place installed devices into working order and placing said service accounts in the name of the City of Bloomington, or their assigned designee.

      6.06  Laws and Regulations.  The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to the Work.  If the Contractor observes that the Specifications or Drawings are in conflict therewith, the Contractor shall give the Engineer prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Modification.  If the Contractor performs any Work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, the Contractor shall bear all costs arising there from; however, it shall not be the Contractors primary responsibility to make certain that the Specifications and Drawings are in accordance with such laws, ordinances, rules and regulations.

      6.07  Taxes.  The Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by the Contractor in accordance with the law of the place where the work is to be performed.  The City is exempt from sales tax on products permanently incorporated into the work.  The Contractor may obtain sales tax exemption for such materials, products, and equipment and may obtain an Indiana General Sales Tax Exemption Certificate from the City.

      6.08  Use of Premises.  The Contractor shall confine their equipment, the storage of materials and equipment and the operations of the Contractor’s workmen to areas permitted by law, ordinances, permits, or the requirements of the Contract Documents, and shall not unreasonably encumber the premises with materials or equipment.  No assumptions of allowable traffic closures shall be made by the Contractor unless specifically called for in a “Maintenance of Traffic” plan should one exist.  All roadway and lane closures must be approved by the Engineer prior to implementing the closure and a ‘Notice of Intent’ to close a lane or roadway must be delivered in writing to the Engineer by the Wednesday preceding the week of the desired closure date or time so proper notification can be given to the required personnel.

      The Contractor shall not load nor permit any part of any structure to be loaded with weights that will endanger the structure, nor shall the Contractor subject any part of the Work to stresses or pressures that will endanger it.

      6.09  Record Drawings.  The Contractor shall keep one record copy of all Specifications, Drawings, Addenda, Modifications, and Shop Drawings at the site in good order and annotated to show all changes made during the construction process.  These shall be available to the Engineer and shall be delivered to the Engineer for the City upon completion of the Project and prior to final payment.

      6.10  Safety and Protection.  The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work.  The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: all employees on the Work and other persons who may be affected thereby.  This includes ensuring the safety of pedestrians, bicyclist, and motorists who are allowed to access the site during the project.  All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation, or replacement in the course of construction.

      The Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss.  The Contractor shall notify owners of adjacent utilities when prosecution of the Work may affect them.  All damage, injury or loss to any property caused directly or indirectly, in whole or in part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by the Contractor:  except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of the City or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the Contractor.  The Contractor’s duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and the Engineer has issued a notice to the City and Contractor in accordance with Supplementary Conditions that the Work is acceptable.

      6.11  Superintendent of Safety.  The Contractor shall designate a responsible member of his or her organization at the site whose duty shall be the prevention of accidents.  This person shall be the Contractor’s superintendent unless otherwise designated in writing by the Contractor to the City.  The Superintendent of Safety shall be responsible for the maintenance of traffic control devices and personnel in accordance with the Manual on Uniform Traffic Control Devices (M.U.T.C.D.) for work zone safety.  Weekly “Sign and Barricade Reports” are to be submitted by the Superintendent of Safety.

      6.12  Emergencies.  In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or City, is obligated to act, at the Contractor’s discretion, to prevent threatened damage, injury or loss.  The Contractor shall give the Engineer prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby, and a Change Order shall thereupon be issued covering the changes and deviations involved.  If the Contractor believes that additional work done by the Contractor in an emergency which arose from causes beyond the Contractor’s control entitles the Contractor to an increase in the Contract Price or an extension of the Contract Time, the Contractor may make a claim therefore.

      6.13  Indemnification.  The Contractor shall indemnify and hold harmless the City and Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorneys’ fees arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense: is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting there from and is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable regardless of whether or not it is caused in part by a party indemnified hereunder.  In any and all claims against the City or Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone    for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under workmen’s compensation acts, disability benefit acts or other employee benefit acts.  The indemnification obligations of the Contractor shall not extend to the liability of the Engineer, the Engineer’s agents or employees arising out of: the preparation of maps, drawings, opinions, reports, surveys, Change Orders, designs, or specifications or the giving of or the failure to give directions or instructions by the Engineer, his or her agents or employees, provided such giving or failure to give is the primary cause of injury or damage.

    • WORK BY OTHERS

      The City may perform additional work related to the Project by its own forces, or the City may let other direct contracts therefore which shall contain General Conditions similar to these.  The Contractor shall afford the other contractors who are parties to such direct contracts (or the City, if the City is performing the additional work) reasonable opportunity for the introduction and storage of materials and equipment and the execution of work, and shall properly connect and coordinate the Contractor’s Work with theirs.

      If any part of the Contractor’s Work depends for proper execution or results upon the work of any such other contractor (or City), the Contractor shall inspect and promptly report to the Engineer in writing any defects or deficiencies in such work that render it unsuitable for such proper execution and results.  The Contractor’s failure to so report shall constitute an acceptance of the other work as fit and proper for the relationship of his or her work except as to defects and deficiencies which may appear in the other work after the execution of his or her Work.

      The Contractor shall do all cutting, fitting, and patching of his or her Work that may be required to make its several parts come together properly and fit it to receive or be received by such other work.  The Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of the Engineer and of the other contractors whose work will be affected.

      If the performance of additional work by other contractors or the City is not noted in the Contract Documents prior to the execution of the contract, written notice thereof shall be given to the Contractor prior to starting any additional work.  If the Contractor believes that the performance of any such additional work by the City or others involves him or her in additional expense or entitles him or her to an extension of the Contract Time, he or she may make a claim therefore.

    • CITY’S RESPONSIBILITIES

      The City shall issue all communications to the Contractor through the Engineer or Project Manager.

      In case of termination of the employment of the Engineer, the City shall appoint an engineer against whom the Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer.  Any dispute in connection with such an appointment shall be subject to arbitration.

      The City shall furnish the data required of the City  under the Contract Documents promptly and shall make payments to the Contractor promptly after they are due.

      In addition to the City's rights to request changes in the Work, the City shall be obligated to execute Change Orders.

    • ENGINEER’S STATUS DURING CONSTRUCTION

      9.01  City’s Representative.  The Engineer will be the City’s representative during the construction period.  The duties and responsibilities and the limitations of authority of the Engineer as the City’s representative during construction are set forth in these General Conditions and shall not be extended without the written consent of the City and the Engineer.

      9.02  Clarifications and Interpretations.  The Engineer will issue with reasonable promptness such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as he or she may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents.  If the Contractor believes that a written clarification and interpretation entitles him or her to an increase in the Contract Price, he or she may make a claim therefore.

      9.03  Rejecting Defective Work.  The Engineer will have authority to reject Work which is “defective” (which term is hereinafter used to describe Work that is unsatisfactory, faulty or defective, or does not conform to the requirements of the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Specifications, or has been damaged prior to the Engineer’s recommendation of final payment).  The Engineer will also have authority to require special inspection or special testing of the Work whether or not the Work is fabricated, installed or completed.

      9.04  Decisions on Disagreements.  The Engineer will be the interpreter of the requirements of the Contract Documents and the judge of the performance hereunder.  In the Engineer’s capacity as interpreter and judge he/she will exercise his/her best efforts to insure faithful performance by both City and Contractor.  He or she will not show partiality to either and will not be liable for the result of any interpretation or decision rendered in good faith.  Claims, disputes, and other matters relating to the execution and progress of the Work or the interpretation of or performance under the Contract Documents shall be referred to the Engineer for decision, which he or she will render in writing within a reasonable time.

      9.05  Arbitration.  Either the City or the Contractor may demand arbitration with respect to any such claim, dispute, or other matter that has been referred to the Engineer, except any which have been waived by the making or acceptance of final payment, such arbitration to be in accordance with these General Conditions.  However, no demand for arbitration of any such claim, dispute, or other matter shall be made until the earlier of (a) the date on which the Engineer has rendered his or her decision or (b) the tenth (10th) day after the parties have presented their evidence to the Engineer if he or she has not rendered his or her written decision before that date.  No demand for arbitration shall be made later than thirty (30) days after the date on which the Engineer rendered his or her written decision in respect to the claim, dispute or other matter as to which arbitration is sought; and the failure to demand arbitration within said thirty (30) day period shall result in the Engineer’s decision being final and binding upon the City and the Contractor.  If the Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but shall not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned.

      9.06  Limitations on the Engineer’s Responsibilities.  Neither the Engineer’s authority to act under this article or elsewhere in the Contract Documents nor any decision made by him or her in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, any material, manufacturer, fabricator, supplier or any of their agents or employees or any other person performing any of the Work.

      The Engineer will not be responsible for the Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, and he or she will not be responsible for the Contractor’s failure to perform the Work in accordance with the Contract Documents.

      The Engineer will not be responsible for the acts or omissions of the Contractor, or any Subcontractors, or any of their agents or employees or any other persons at the site or otherwise performing any of the Work.

    • CHANGES IN THE WORK

      Without invalidating the Agreement, the City may, at any time or from time to time, order additions, deletions or revisions in the Work; these will be authorized by Change Orders and initiated through a Field Order or Work Change Directive from the Engineer or City.  Upon receipt of a Change Order, the Contractor shall proceed with the Work involved.  All such Work shall be executed under the applicable conditions of the Contract Documents.  If any Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will be made as provided in these General Conditions on the basis of a claim made by either party.

      The Engineer may authorize minor changes or alterations in the Work not involving extra cost and not inconsistent with the overall intent of the Contract Documents.  These may be accomplished by a Field Order or Work Change Directives.  If the Contractor believes that any minor change or alteration authorized by the Engineer entitles him or her to an increase in the Contract Price, he or she may make a claim therefore.

      Additional work performed by the Contractor without authorization of a Change Order will not entitle him or her to an increase in the Contract Price or an extension of the Contract Time, except as otherwise provided herein.

      The City shall execute appropriate Change Orders prepared by the Engineer covering changes in the Work to be performed as provided herein and any other claim of the Contractor for a change in the Contract Time or the Contract Price which is confirmed by the Engineer.

      It is the Contractor’s responsibility to notify his or her Surety of any changes affecting the general scope of the Work or change in the Contract Price and the amount of the applicable Bonds shall be adjusted accordingly.

    • CHANGE OF CONTRACT PRICE

      The Contract Price constitutes the total compensation payable to the Contractor for performing the Work.  All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his or her expense without change in the Contract Price.

      The Contract Price may only be changed by a Change Order.  Any claim for an increase in the Contract Price shall be based on written notice delivered to the City and Engineer within twenty (20) days of the occurrence of the event giving rise to the claim.  Notice of the amount of the claim with supporting data shall be delivered within forty-five (45) days of such occurrence unless the Engineer allows an additional period of time to ascertain accurate cost data.  All claims for adjustments in the Contract Price shall be determined by the Engineer if the City and the Contractor cannot otherwise agree on the amount involved.  Any change in the Contract Price resulting from any such claim shall be incorporated in a Change Order.  All changes requested by the Engineer or City must be submitted to the Contractor in the form of a Field Order, at which time, the contractor shall provide in return a request for a change order with the prices for said requested work detailed by item and quantity for the Engineer and City to review for acceptance and so they can issue a Change Order for the approved work.

      The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways:

      Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved.

      By mutual acceptance of a lump sum.

      On the basis of the Cost of the Work plus a Contractor’s Fee for overhead and profit (determined in accordance with the following paragraphs).

      11.01  Cost of the Work.  The term “Cost of the Work” means the sum of all costs necessarily incurred and paid by the Contractor in the proper performance of the Work.  Except as otherwise may be agreed to in writing by the City, such costs shall be in amounts no higher than those prevailing in the locality of the Project, and shall include only the following items:

      Payroll costs for employees in the direct employ of the Contractor in the performance of the Work under schedules of job classifications set forth in the Wage Scale Determination.  Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work.  Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, worker’s compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.  Such employees shall include superintendents and forepersons at the site.  The expenses of performing Work after regular working hours, on Sunday or legal holidays shall be included in the above to the extent authorized by the City.

      The cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and manufacturers’ field services required in connection therewith.  All cash discounts shall accrue to the Contractor unless the City deposits funds with the Contractor with which to make payments, in which case the cash discounts shall accrue to the City.  All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to the City, and the Contractor shall make provisions so that they may be obtained.

      Payments made by the Contractor to the Subcontractors for Work performed by the Subcontractors.  If required by the City, the Contractor shall obtain competitive bids from Subcontractors acceptable to him or her and shall deliver such bids to the City, who will then determine with the advice of the Engineer which bids will be accepted.  If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor’s Cost of the Work shall be determined in the same manner as the Contractor’s Cost of the Work.  All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable.

      Costs of special consultants (including, but not limited to, engineers, architects, testing laboratories, surveyors, lawyers, and accountants) employed for services specifically related to the Work.

      11.02  Supplemental Costs include the following:

      The proportion of necessary transportation, traveling, and subsistence expenses of the Contractor’s employees incurred in discharge of duties connected with the Work.

      The cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of the Contractor.

      Rentals of all construction equipment and machinery and the parts thereof whether rented from the Contractor or others in accordance with the rental agreements approved by the City with the advice of the Engineer, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with the terms of said rental agreements.  The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work.

      Sales, use, or similar taxes related to the Work, and for which the Contractor is liable, imposed by any governmental authority.

      Deposits lost for causes other than the Contractor’s negligence, royalty payments, and fees for permits and licenses.

      Losses, damages, and expenses, not compensated by insurance or otherwise, sustained by the Contractor in connection with the execution of, and to, the Work, provided they have resulted from causes other than the negligence of the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable.  Such losses shall include settlements made with the written consent and approval of the City.  No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining the Contractor’s fee.  If, however, any such loss or damage requires reconstruction and the Contractor is placed in charge thereof, he or she shall be paid for his or her services a fee proportionate to that stated under Contractor’s Fee.

      The cost of utilities, fuel, and sanitary facilities at the site.

      Minor expenses such as telegrams, long-distance phone calls, telephone service at the site, expressage, and similar petty cash items in connection with the Work.

      The cost of premiums for additional bonds and insurance required because of changes in the Work.

      11.03  The term “Cost of the Work” shall not include any of the following:

      Payroll costs and other compensation of the Contractor’s officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by the Contractor, whether at the site or in his or her principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications - all of which are to be considered administrative costs covered by the Contractor’s Fee.

      Expenses of the Contractor’s principal and branch offices other than his or her office at the site.

      Any part of the Contractor’s capital expenses, including interest on the Contractor’s capital employed for the Work and charges against the Contractor for delinquent payments.

      Cost of premiums for all bonds and for all insurance policies whether or not the Contractor is required by the Contract Documents to purchase and maintain the same (except as otherwise provided above).

      Costs due to the negligence of the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property.

      Other overhead or general expense costs of any kind not specifically and expressly included in the Cost of the Work.

      11.04  Contractor’s Fee. The Contractor’s Fee which includes his or her overhead and profit shall be determined as follows:

      A mutually acceptable fee; or, if none can be agreed upon,

      A fee based on the following percentages of the various portions of the Cost of the Work:

      for payroll costs and the cost of all materials and equipment included in the Work, the Contractor’s Profit shall be ten percent (10%).

      for payments to Subcontractors, the Contractor’s Profit shall be five percent (5%); and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall be ten percent (10%), and

      no fee shall be payable on the basis of costs of special consultants or supplemental costs.

      11.05  Credit.  The amount of credit to be allowed by the Contractor to the City for any such change which results in a net decrease in cost, will be the amount of the actual net decrease.  When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any.  Whenever the cost of any Work is to be determined pursuant to preceding paragraphs, the Contractor will submit in form prescribed by the Engineer an itemized cost breakdown together with supporting data.

      11.06  Unit Price Work. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the approximate quantity of each item as indicated in the Agreement. 

      The approximated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work will be based on actual quantities.

      Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item.

      Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer’s preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer’s written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon City and Contractor, and the final adjustment of Contract Price will be set forth in a Change Order.

    • CHANGE OF CONTRACT TIME

      The Contract Time may only be changed by a Change Order.  Any claim for an extension in the Contract Time shall be based on written notice delivered to the City and Engineer within twenty (20) days of the occurrence of the event giving rise to the claim.  Notice of the extent of the claim with supporting data shall be delivered within forty-five (45) days of such occurrence unless the Engineer allows an additional period of time to ascertain more accurate data.  All claims for adjustment in the Contract Time shall be determined by the Engineer if the City and the Contractor cannot otherwise agree.  Any change in the Contract Time resulting from any such claim shall be incorporated in a Change Order.  Computation of Contract time shall be in accordance with the contract agreement and not that of the Indiana Department of Transportation (INDOT).

      The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of the Contractor if the Contractor makes a claim therefore as provided in the preceding paragraph.  A claim for an extension of the Contract Time otherwise allowable under the Contract Documents, shall be granted only to the extent the time lost exceeds the float, using Critical Path analysis as called for in Section 2.08 above, for a delayed activity at the time of the event giving rise to the Claim.  Float, whether expressly disclosed or implied in any manner, is jointly owned by the project participants.  Such delays shall include, but not be restricted to, acts or neglect by any separate contractor employed by the City, fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. 

      All time limits stated in the Contract Documents are of the essence of the Agreement.  The Contractor agrees to make no monetary claim for delays, interferences or hindrances of any kind in the performance of this Contract occasioned by any act or omission to act of the City or any other party, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work where Critical Path analysis shows such an extension of time is warranted.

    • LIQUIDATED DAMAGES

      Liquidated damages shall be paid to the City in accordance with the Agreement.  If no provision is made in the Agreement, liquidated damages shall be paid as follows:

      In the event the Contractor fails to satisfactorily complete the entire Work contemplated and provided for under this contract on or before the date of completion as determined and described elsewhere herein, the City shall deduct from the amount due the Contractor the sum of Five Hundred Dollars ($500.00) for each calendar day of delay, which sum is agreed upon not as a penalty, but as a fixed and liquidated damage for each day of such delay, to be paid in full and subject to no deduction, it being understood and agreed that timely completion is of the essence.  If the monies due the Contractor are less than the amount of such liquidated damages, then the Contractor or the Contractor’s surety shall pay the balance to the City.

    • WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK

      14.01  Warranty and Guarantee.  The Contractor warrants and guarantees to the City and Engineer that all materials and equipment will be new unless otherwise specified and that all Work will be of good quality and free from faults or defects and in accordance with the requirements of the Contract Documents and of any inspections, tests or approvals referred to in the Tests and Inspection paragraph.  All unsatisfactory Work, all faulty or defective Work, and all Work not conforming to the requirements of the Contract Documents at the time of acceptance thereof or of such inspections, tests, or approvals, shall be considered defective.  Prompt notice of all defects shall be given to the Contractor.  All defective Work, whether or not in place, may be rejected, corrected, or accepted as provided herein.

      14.02  Tests and Inspections.  If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by some public body, the Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish the Engineer the required certificates of inspection, testing, or approval.  All other inspections, tests, or approvals required by the Contract Documents shall be performed by organizations acceptable to the City and the Contractor and the costs thereof shall be borne by the City unless otherwise specified.

      The Contractor shall give the Engineer timely notice of readiness of the Work for all inspections, tests or approvals.  If any such Work required so to be inspected, tested or approved is covered without written concurrence of the Engineer, it must, if requested by the Engineer, be uncovered for observation, and such uncovering shall be at the Contractor’s expense unless the Contractor has given the Engineer timely notice of his or her intention to cover such Work and the Engineer has not acted with reasonable promptness in response to such notice.  This timeframe of notification shall be no less than two (2) hours, and occur during normal working hours of the City of Bloomington (Monday through Friday – 8:00AM to 5:00PM local time).  Requests for inspection during all other hours shall receive fourty-eight (48) hours’ notice.

      Neither observations by the Engineer nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his or her obligations to perform the Work in accordance with the Contract Documents.

      14.03  Access to Work.  City, Engineer, their consultants and other representatives and personnel of City, independent testing laboratories, and authorities having jurisdiction have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply with such procedures and programs as applicable.

      14.04  Uncovering Work.  If any Work is covered contrary to the written request of the Engineer, it must, if requested by the Engineer, be uncovered by the Contractor for the Engineer’s observation and replaced at the Contractor’s expense.

      If any Work has been covered which the Engineer has not specifically requested to observe prior to its being covered, or if the Engineer considers it necessary or advisable that covered Work be inspected or tested by others, the Contractor, at the Engineer’s request, shall uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the Work in question, furnishing all necessary labor, material and equipment.  If it is found that such Work is defective, the Contractor shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation for additional professional services, and an appropriate deductive Change Order shall be issued.  If, however, such Work is not found to be defective, the Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction if he or she makes a claim therefore.

      14.05  City May Stop the Work.  If the Work is defective, or the Contractor fails to supply sufficient skilled workmen or suitable materials or equipment, or if the Contractor fails to make prompt payment to Subcontractors or for labor, materials or equipment, the City may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated;  however, this right of the City to stop the Work shall not give rise to any duty on the part of the City to exercise this right for the benefit of the Contractor or any other party.

      14.06  Correction or Removal of Defective Work.  If required by the Engineer prior to his or her recommendation of final payment, the Contractor shall promptly, without cost to the City and as specified by the Engineer, either correct any defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by the Engineer, remove it from the site and replace it with non-defective Work.  If the Contractor does not correct such defective Work within a reasonable time, all as specified in a written notice from the Engineer, the City may have the deficiency corrected or the rejected Work removed and replaced.  All direct or indirect costs of such correction or removal and replacement, including compensation for additional professional services, shall be paid by the Contractor, and an appropriate deductive Change Order shall be issued.  The Contractor shall also bear the expenses of making good all Work of others destroyed or damaged by his or her correction, removal or replacement of his or her defective Work.

      14.07  Correction Period.  If, after final payment and prior to the expiration of one year after the date of Substantial Completion (unless a longer period is set forth in the Supplementary Conditions) or such longer period as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work is found to be defective, the Contractor shall promptly, without cost to the City and in accordance with the City’s written instructions, either correct such defective Work or, if it has been rejected by the City, remove it from the site and replace it with non-defective Work.  If the Contractor does not promptly comply with the terms of such instructions, the City may have the defective Work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by the Contractor.

      14.08  Acceptance of Defective Work.  If, instead of requiring correction or removal and replacement of defective Work, the City (and, prior to final payment, the Engineer) prefers to accept it, he or she may do so.  In such case, if acceptance occurs prior to final payment, a Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including appropriate reduction in the Contract Price; or, if the acceptance occurs after final payment, an appropriate amount shall be paid by the Contractor to the City.

      14.09  Neglected Work by the Contractor.  If the Contractor should fail to prosecute the Work in accordance with the Contract Documents, including any requirements of the progress schedule, the City, after seven (7) days written notice to the Contractor may, without prejudice to any other remedy the City may have, make good such deficiencies and the cost thereof (including compensation for additional professional services) shall be charged against the Contractor if the Engineer agrees with such action, in which case a Change Order shall be issued incorporating the necessary revisions in the Contract Documents including an appropriate reduction in the Contract Price.  If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the City.

    • PAYMENTS AND COMPLETION

      15.01  Application for Progress Payment.  The Contractor may, no more frequently than every thirty (30) days make an estimate of the value of the Work completed, and submit an Application for Payment. Progress payments for Unit Price Work will be based on the number of units completed during the pay period, as determined under the provisions of Paragraph 11.06.  The estimated cost of repairing, replacing, or rebuilding any part of the Work or replacing materials which do not conform to the Contract Documents will be deducted from the estimated value.  The Application for Payment shall be submitted to the Engineer for review and approval.

      15.01.01  At least twenty (20) days before the date established in the Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents.

      15.01.02  If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment must also be accompanied by: (a) a bill of sale, invoice, copies of subcontract or purchase order payments, or other documentation establishing full payment by Contractor for the materials and equipment; (b) at Citys request, documentation warranting that City has received the materials and equipment free and clear of all Liens; and (c) evidence that the materials and equipment are covered by appropriate property insurance, a warehouse bond, or other arrangements to protect City’s interest therein, all of which must be satisfactory to City.

      15.01.03  Beginning with the second Application for Payment, each Application must include an affidavit of Contractor stating that all previous progress payments received by Contractor have been applied to discharge Contractor’s legitimate obligations associated with prior Applications for Payment.

      15.01.04  The amount of retainage with respect to progress payments will be as stipulated in the Agreement.

      15.02  Contractor’s Warranty of Title.  The Contractor warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the City at the time of payment free and clear of all liens, claims, security interests and encumbrances (hereafter in these General Conditions referred to as “Liens”).

      15.03  Review of Application for Payment.  The Contractor shall furnish to the Engineer such detailed information as the Contractor may request to aid in the review and approval of such Estimates.  The Engineer will, within five (5) working days after receipt of each Application for Payment, either recommend payment and present the Application to the City, or return the Application to the Contractor indicating in writing their reasons for refusing to recommend payment.  In the latter case, the Contractor may make the necessary corrections and resubmit the Application.  The City will pay to the Contractor within forty-five (45) days after receipt of Application, if applicable. For contracts in excess of $200,000 and for which Contractor requested progressive payments on its Bid Form, the City shall require that a retainage amount for five percent (3%) of the dollar value of all work satisfactorily completed be held until the Contract work is complete. The retainage amount shall be placed in an escrow account with an escrow agent or shall be held by the Board of Public Works. Upon substantial completion of the work, any amount retained may be paid to the Contractor.  When the work has been substantially completed except for the work which cannot be completed due to weather conditions, lack of materials or other reasons which in the judgment of the City are valid reasons for non-completion, the City may make additional payments, retaining at all times an amount sufficient to cover the estimated cost of the work still to be completed.  Such Applications for Payment are processed on a regular biweekly schedule, which will be provided to the Contractor. 

      15.04  Final Inspection.  When the Work has been substantially completed and at a time mutually agreeable to the City, Engineer, and Contractor, the Engineer and Contractor shall make a final walk-through inspection of the Work.  The Engineer shall report to the City his or her findings as to the acceptability and completeness of the Work.

      15.05  Application for Final Payment.  Upon written notice from the Engineer that Work is completed and acceptable as provided in the Supplementary Conditions, the Contractor shall make application for final payment following the procedure for progress payments.  The final Application for Payment shall be accompanied by all other documentation called for in the Contract Documents and such other data and schedules as the Engineer may reasonably require.

      15.06  Final Payment.  If, on the basis of the Engineers observation and review of the Work during construction, Engineer's final inspection and Engineer's review of the final Application for Payment, all as required by the Contract Documents, the Engineer is satisfied that the Work has been completed and the Contractor has fulfilled all of Contractor obligations under the Contract Documents, the Engineer will, within ten (10) days after receipt of the final Application for Payment, present the Application to the City for Payment.  Thereupon the Engineer will give written notice to the Contractor that the Work is acceptable subject to the provisions of the paragraph regarding waiver of claims.  Otherwise, the Engineer will return the Application to the Contractor, indicating in writing his/her reasons for refusing to recommend final payment, in which case the Contractor shall make the necessary corrections and resubmit the Application.  The City shall, within forty-five (45) days of presentation to the City of the final Application for Payment, pay the Contractor the entire sum found to be due after deducting all amounts to be retained under any provision of the Contract Documents.

      15.07  Contractor’s Continuing Obligation.  The Contractor’s obligation to perform the Work and complete the Project in accordance with the Contract Documents shall be absolute.  Neither recommendation of any progress or final payment by the Engineer, nor the issuance of a certificate of Substantial Completion, nor any payment by the City to the Contractor under the Contract Documents, nor any use or occupancy of the Project or any part thereof by the City, nor any act of acceptance by the City nor any failure to do so, nor any correction of defective Work by the City shall constitute an acceptance of Work not in accordance with the Contract Documents.

      15.08  Waiver of Claims.  The making and acceptance of final payment shall constitute:

      a waiver of all claims by the City against the Contractor other than those arising from unsettled Liens, from defective Work appearing after final inspection or from failure to comply with the requirements of the Contract Documents or the terms of any special guarantees specified therein, and a waiver of all claims by the Contractor against the City other than those previously made in writing and still unsettled.

    • SUSPENSION OF WORK AND TERMINATION

      16.01  City May Suspend Work.  The City may, at any time and without cause, suspend the Work or any portion thereof for a period of ninety (90) days by notice in writing to the Contractor, which shall fix the date on which Work shall be resumed.  The Contractor shall resume the Work on the date so fixed.  The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he or she makes a claim therefore as provided in these General Conditions.

      16.02  City May Terminate.  If the Contractor is adjudged a bankrupt or insolvent, or if he or she makes a general assignment for the benefit of his or her creditors, or if a trustee or receiver is appointed for the Contractor or for any of his or her property, or if he or she files a petition to take advantage of any debtor’s act, or to reorganize under the bankruptcy or similar laws, or if he or she repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he or she repeatedly fails to make prompt payments to Subcontractors or for labor, materials or equipment or if he or she disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, or if he or she disregards the authority of the Engineer, or if he or she otherwise violates any provision of the Contract Documents, then the City may, without prejudice to any other right or remedy and after giving the Contractor and his or her Surety seven (7) days’ written notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor, and finish the Work by whatever method he or she may deem expedient.  In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished.  If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Project, including compensation for additional professional services, such excesses shall be paid to the Contractor.  If such costs exceed the unpaid balance, the Contractor shall pay the difference to the City.  Such costs incurred by the City shall be incorporated in a Change Order.

      Where the Contractor’s services have been so terminated by the City, said termination shall not affect any rights of the City against the Contractor then existing or which may thereafter accrue.  Any retention or payment of monies by the City due the Contractor will not release the Contractor from liability.

      Upon seven (7) days’ written notice to the Contractor, the City may, without cause and without prejudice to any other right or remedy, elect to abandon the Project and terminate the Agreement.  In such case, the Contractor shall be paid for all Work executed and any expense sustained plus a reasonable profit.

      16.03  Contractor May Stop Work or Terminate.  If, through no act or fault of the Contractor, the Work is suspended for a period of more than ninety (90) days by the City or under an order of court or other public authority, or the Engineer fails to act on any Application for Payment within thirty (30) days after it is submitted, or the City fails to pay the Contractor any sum recommended by the Engineer or awarded by arbitrators within thirty (30) days of its approval and presentation, then the Contractor may, upon seven (7) days’ written notice to the City and Engineer, terminate the Agreement and recover from the City payment for all Work executed and any expense sustained plus a reasonable profit.  In addition and in lieu of terminating the Agreement, if the Engineer has failed to act on an Application for Payment or the City has failed to make any payment as aforesaid, the Contractor may upon seven (7) days’ notice to the City and Engineer stop the Work until he or she has been paid all amounts then due.

    • ARBITRATION

      17.01  As a condition precedent to the commencement of judicial action for resolution of Claims, disputes, and other matters in question arising out of, or relating to, the Agreement, including any disagreement with Engineer's decisions, either City or Contractor shall file a written demand for arbitration of the dispute with the other party.

      17.02  No demand for arbitration of any Claim, dispute, or other matter that is required to be referred to Engineer initially for decision in accordance with Paragraph 10.00, 11.00 and 12.00 of the General Conditions may be made until the earlier of (a) the date on which Engineer has rendered a written decision or (b) thirty (30) days after the parties have presented their evidence to Engineer if a written decision has not been rendered by Engineer before that date. No demand for arbitration of any such Claim, dispute, or other matter may be made later than thirty (30) days after the date on which Engineer has rendered a written decision in respect thereof; and the failure to demand arbitration within said thirty (30) day period shall result in Engineer's decision being final and binding upon City and Contractor. If Engineer renders a decision after arbitration or judicial proceedings have been initiated, such decision may be entered as evidence but will not supersede such proceedings, except where the decision is acceptable to the parties concerned.

      17.03  In all other cases, the demand for arbitration shall be made within a reasonable time after the Claim, dispute, or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such Claim, dispute, or other matter in question would be barred by the applicable statute of limitations.

      17.04  If the party upon whom the demand for arbitration is made rejects arbitration, or fails to give a written response within thirty (30) days after receiving the demand, the other party may commence judicial action on the merits of the dispute. If the party upon whom the demand for arbitration is made accepts arbitration, the other party may commence arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining. The agreement to arbitrate entered into in accordance herewith will be specifically enforceable under the prevailing law of any court having jurisdiction.

      17.05  If a Claim, dispute, or other matter in question between City and Contractor involves the work of a Subcontractor, either City or Contractor may join such Subcontractor as a party to the arbitration between City and Contractor. Contractor shall include in all subcontracts a specific provision whereby the Subcontractor consents to being joined in an arbitration between City and Contractor involving the Work of such Subcontractor. Nothing in this paragraph nor in the provision of such subcontract consenting to joinder shall create any Claim, right, or cause of action in favor of Subcontractor and against City, Engineer, or Engineer's Consultants that does not otherwise exist

      17.06  The award rendered by the arbitrators will be final, and judgment may be entered upon it in any court having jurisdiction.

    • ENVIRONMENTAL REQUIREMENTS

      The Contractor, when constructing a project involving trenching and/or other related earth excavation, shall comply with the following environmental constraints and be required to install appropriate erosion control devices as determined by the City of Bloomington, which may include, but not be limited to the placement of inlet protection, silt fencing, check dams, temporary seeding and/or mulching.  All costs for this work shall be included in the cost of the base Bid with work performed by the contractor to ensure that all erosion in contained on site.

      18.01  Wetlands.   The Contractor, when disposing of excess, spoil, or other related earth construction materials on public or private property, shall not fill in or otherwise convert wetlands.

      18.02  Floodplains.   The Contractor, when disposing of excess, spoil, or other related earth construction materials on public or private property, shall not fill in or otherwise convert 100-year floodplain areas delineated on the latest FEMA Floodplain Maps.

      18.03  Historic Preservation.   Any excavation by the Contractor that uncovers an historical or archaeological artifact shall be immediately reported to the City Engineer’s Office.  Construction shall be temporarily halted pending the notification process and further directions issued by the City after consultation with the State Historic Preservation Office (SHPO).

      18.04  Endangered Species.   The Contractor shall comply with the Endangered Species Act, which provides for the protection of endangered and/or threatened species or their critical habitat be brought to the attention of the contractor, the contractor shall immediately report this evidence to the City Engineer.  Construction shall be temporarily halted pending the notification process and further directions issued by the City after consultation with the U.S. Fish and Wildlife Service.

      18.05  Construction Stormwater General Permit (CSGP).  The Contractor shall comply with all applicable requirements of the CSGP for erosion control utilizing applicable Best Management Practices (B.M.P.'s) prior to the commencement of work.

    • MISCELLANEOUS

      19.01  Giving Notice.  Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to be validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by first class, registered or certified mail, postage prepaid, to the business address provided on the Contractual Agreement, or by e-mail to the recipient, with the words “Formal Notice” or similar in the e-mail’s subject line.

      19.02  Computation of Time.  Computation of time shall be set forth by the number of calendar days allowed for in the contract agreement.  Calendar days shall consist every day shown on the calendar.

      19.03  Additional Specification Requirements.  Areas of work not covered under Special Conditions will be required to meet specifications covered in applicable sections of Indiana Department of Transportation Specifications current Edition (or latest edition and supplements at time of Bid) for the installation and placement of materials to ensure quality workmanship. INDOT Specifications shall not be interpreted to contradict current Public Works or Bloomington Utility Specifications, which shall override and supersede INDOT Specifications. 

      19.04  Maintenance of Traffic.  For all maintenance of traffic, including pedestrian routes, the Contractor shall follow the current Indiana Manual on Uniform Traffic Control Devices (MUTCD) with regard to all signage and signage placement used during the project for both vehicular, bicycle and pedestrian traffic traveling through the project limits. The Contractor shall install and maintain any temporary pedestrian routes in accordance with the Public Right of Way Accessibility Guidelines (PROWAG) and must be approved by the Engineering Department.

      19.05  Limitation of DamagesWith respect to any and all Change Proposals, Claims, disputes subject to final resolution, and other matters at issue, neither City nor Engineer, nor any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, shall be liable to Contractor for any claims, costs, losses, or damages sustained by Contractor on or in connection with any other project or anticipated project.

      19.06  No Waiver.  A party’s non-enforcement of any provision will not constitute a waiver of that provision, nor will it affect the enforceability of that provision or of the remainder of this Contract.

      19.07  Survival of Obligations.  All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract, as well as all continuing obligations indicated in the Contract, will survive final payment, completion, and acceptance of the Work or termination of the Contract or of the services of Contractor.

    Submission Requirements

    • Is your Bid over $10,000.00 (required)
    • Equal Employment Plan (required)

      Your submission requires an approved Equal Employment Plan and a completed Contract Compliance Certification form.  Please download the below documents, complete, and submit to the City Legal Department.  Then upload the approved Contract Compliance Certification Form or the Legal Departments approval letter.

    • Is your bid over $200,000.00? (required)

      For Projects of $200,000 or more Retainage is required to be withheld on progressive payments. Contractors may select to have one payment for all work completed on the entire project after Substainial completion, in which case Retainage will not be withheld.

    • Select payment option? (required)

      A contractor may choose to have a single payment at the end of the project, in which case no retainage will be held.  Or, they may choose to have progressive payments, in which case retainage will be held at a rate of 3% on Projects in excess of $200,000.00.

    • Will any subcontractors be performing work valued over $10,000.00? (required)
    • Subcontractor list. (required)

      Please download the below documents, complete, and upload.

    • Bid Guarantee, Is your Bid over $200,000.00 (required)

      Bids in excess of $200,000.00 shall be accompanied by a cashier’s check or a certified check drawn on an acceptable bank, or an acceptable Bidder’s bond in an amount of not less than five percent (5%) of the total Bid.

    • Upload Bid Guarantee (required)

      Please upload your bid guarantee, a sample Bid Bond has been provided below.

    • If awarded the Project, will you be able to provide a Performance Bond and a Payment Bond?? (required)

      For Contracts in excess of $200,000.00 the Contractor shall provide a Payment Bond and a Performance Bond prior to being issued a Notice to Proceed.  

    • Drug Testing Policy, is your Bid over $300,000.00? (required)

      In accordance with Indiana Code 36-1-12-24, each Contractor that submits a bid for a public works project that is estimated to cost $300,000 or more shall submit with his/her bid a written plan for an employee drug testing program that complies with Indiana Code 4-13-18 et seq.

    • Upload approved Drug Testing Policy. (required)

      Please upload a copy of your Drug Testing Policy that has been approved by the City of Bloomington Legal Department.

    • If applicable, are you pre-qualified by INDOT to perform this work? (required)

      For Bids in excess of $300,000 on Public Works projects that are for the construction, improvement, alteration, repair, or maintenance of a road, highway, street, or alley, the Contractor must be pre-qualified with the Indiana Department of Transportation in accordance with Indiana Code 8-23-10.

    • Upload pre-qualification letter. (required)

      Please upload a copy of your current pre-qualification letter.

    • If applicable, are you pre-qualified by the Indiana Public Works Certification Board to perform this work? (required)

      For Bids in excess of $300,000 on Public Works projects that are not for the construction, alteration or repair of a highway, street or alley, the Contractor must be pre-qualified with the Indiana Public Works Certification Board in accordance with Indiana Code 4-13.6-4-2.5.

    • Upload fully executed Trench Safety System Affidavit. (required)

      A blank affidavit can be found in the sample forms section. Complete the affidavit and upload it here.

    • Upload pre-qualification letter. (required)

      Please upload a copy of your current pre-qualification letter.

    • If applicable, did you include the cost of a trench safety system in your bid? (required)

      If the project may require creation of a trench of at least five (5) feet in depth, the successful bidder shall be required to submit a trench safety plan compliant with IOSHA regulations 29 C.F.R 1926, Subpart P, to the project engineer at least ten (10) days prior to beginning work on the project. The cost of the trench safety system shall be included in the cost of the associated pay item.

    • Is your Bid over $200,000.00? (required)

      For bids or quotes in excess of $200,000.00 all sections of State Form 96 must be completed and submitted.

    • Submit State Form 96. (required)

      For bids in excess of $25,000.00 a complete State Form 96, Part I, and Part II, Section IV must be submitted.  For bids in excess of $300,000.00 all sections of State Form 96 must be completed and submitted.  Please download the below documents, complete, and upload.

    • Is your Bid or Quote over $25,000.00? (required)

      For all Bids or Quotes over $25,000.00 a signed and notarized Non-Collusion Affidavit must be submitted with the proposal.

    • Submit Non-Collusion Affidavit. (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • When applicable, will you have the retainage held through Yellow Cardinal or by the Board? (required)

      For Projects in excess of $200,000.00, retainage in the amount of 3% will be held until final completion of the Project.  The contractor may choose to have the retainage held by the Board, or work with Yellow Cardinal to establish an escrow account.

    • Bidder has visited the Project Site and has become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. (required)
    • What Board will award this project? (required)
    • Scope of Project? (required)

      This project shall include, but is not limited to, the.......

    • Does this project have a webpage? (required)
    • Full webpage address? (required)

      Example: https://bloomington.in.gov/engineering/projects/bhru-ph1east

    • Where will Bids/quotes be opened and awarded? (required)

      Choose location of Bid/Quote opening.

    • When is the Bid or Quote opening? (required)

      For project over $25,000 the quotes or bids must be opened in a meeting open to the public.  Enter time and date, example: 12:00 Noon local time on Monday, April 11th, 2022.

    • What is the date of the Board meeting where the contract will be awarded? (required)

      Example: December 1, 2023

    • What is the Engineers estimate for this Project? (required)

      $

    • Is this Project a Bid or Quote? (required)

      Projects that are estimated to be under $200,000 are considered Quotes, those over $200,000 are considered Bids.

    • Are Federal Funds being used for the Project? (required)
    • Will there be a Pre-Proposal Meeting? (required)
    • Is the Pre-Proposal Meeting Mandatory? (required)
    • Do Contract Compliance requirements apply to this Project? (required)

      A Contract Compliance Affidavit is required to be approved by the Legal Department on any Quote or Bid in excess of $10,000.00 prior to the submission of the Bid or Quote.

    • Will a State Form 96 be required for this Project? (required)

      Projects in excess of $25,000.00 are required to have State Form 96 submitted with their bids or quotes.

    • Will Project require retainage? (required)

      Project in excess of $200,000 are required to have 3% of the contract amount held until final completion of the project.

    • Bid Guarantee? (required)

      Projects in excess of $200,000 are required to have a bid guarantee.  Will this solicitation require a bid guarantee or bid bond?

    • Will a Performance Bond be required for this Project? (required)

      Project in excess of $200,000.00 are required to have the Contractor submit a Performance Bond prior to the Notice to Proceed.

    • Will a Payment Bond be required for this Project? (required)

      Project in excess of $200,000.00 are required to have the Contractor submit a Payment Bond prior to the Notice to Proceed.

    • Unit Price Table? (required)

      Would you like to have bidders respond to an electronic pricing table through ProcureNow?

      Choose this if:

      1. This is a quote for a finite set of goods or commodities
      2. This is a Construction Bid with a Unit Price Table
      3. Seeking services for hourly rate schedules
    • Work shall be completed within how many Calendar Days: (required)

      Example: forty-five (45)

    • Liquidated damages (required)

      Default amount is the minimum of $500.00 per Calendar Day.

    • Do you need to include Supplementary Conditions? (required)

      Special Conditions will have priority over the plans and any General or Supplementary Conditions. Supplementary Conditions are used alter General Conditions and do not have priority over the plans.

    • Is this Project estimated to be over $300,000.00 and require INDOT pre-qualified contractors? (required)

      For Bids in excess of $300,000 on Public Works projects that are for the construction, improvement, alteration, repair, or maintenance of a road, highway, street, or alley, the Contractor must be pre-qualified with the Indiana Department of Transportation in accordance with Indiana Code 8-23-10.

    • Is this Project estimated to be over $300,000.00 and require a Public Works Certification Board pre-qualified contractor? (required)

      For Bids in excess of $300,000 on Public Works projects that are not for the construction, alteration or repair of a highway, street or alley, the Contractor must be pre-qualified with the Indiana Public Works Certification Board in accordance with Indiana Code 4-13.6-4-2.5.

    Questions & Answers

    Q (DWS): Wanting to clarify that cast iron DWS are required on every des.

    A: Correct. For the Kirkwood section it is shown on sheet 32 'detectable Warning Surface details'. For the other sections of the project it is in the general notes on sheet 1


    Q (Bid Date): Can the bid date be changed? The minimum 2 weeks notice on a job of this scope is unfair to potential bidders.

    A: This was discussed at the pre-bid meeting today. The letting date may be moved out 2-4 days. Keep an eye out for an addendum regarding your question.


    Q (Completion): 6 month + lead times on the signal poles will not allow for completion by the date required. Please consider extending completion date to allow for realistic lead time expectations.

    A: Please review the following ( in 'Special Provisions') to answer your question regarding lead times for cantilevers: 09.01.01 CONSTRUCTION SCHEDULE "Extension of contract time, if required, shall be in accordance with INDOT Spec 108.08." According to 108.08 (a), "Extraordinary delays in material deliveries are considered Excusable, Non-Compensable Delays."


    Q (Letting date):

    A: Will there be a virtual option for the pre-bid meeting? Yes, virtual option link: Pre-Bid Mtg-Grimes Lane, Kirkwood Avenue, Patterson Drive, and Rogers Street Maintenance Project Monday, April 6 · 2:30 – 3:30pm Google Meet joining info Video call link: https://meet.google.com/rqy-vikz-mum Or dial: ‪(US) +1 218-481-8234‬ PIN: ‪608 135 483‬# More phone numbers: https://tel.meet/rqy-vikz-mum?pin=6223652158114


    Q (Maintenance of Traffic): We are seeking clarification on the Maintenance of Traffic (MOT) pay structure, as it appears to differ by corridor within the same contract. Specifically, on Patterson Drive and West Grimes Lane, detour signing, barricades, and other traffic control devices shown on the MOT plans appear to be included within the Maintaining Traffic (lump sum) item, with no separate pay items shown. Conversely, on Kirkwood Avenue, several traffic control components (e.g., construction signs, detour assemblies, barricades, PCMS) are shown as separate pay items, in addition to a Maintaining Traffic (lump sum) item. Could the City please clarify the reason for this difference in pay structure between corridors, and specifically confirm which traffic control elements are intended to be paid for under the Maintaining Traffic lump sum versus the separate unit‑price items on Kirkwood?

    A: The corridors are quite different in the days and phases of MOT. Specifically with Kirkwood there is a full closure that has requirements for the total amount of days the full road closure items will be utiilized. Those are the items being paid separately so they are easier to track.


    Q (Type II Treatment on Kirkwood): Subject: Kirkwood Ave – Clarification on Subgrade Treatment Type II Quantity/Limits Please clarify the intended limits and quantity for “Subgrade Treatment, Type II” on Kirkwood Avenue. The bid schedule shows Subgrade Treatment, Type II = 334 SYS and Center Curb, Concrete, Type D = 196 LF on Kirkwood. 334 SYS equals 3,006 SF, which over 196 LF implies an average treated width of ~15.3 ft. This does not appear consistent with a typical center curb foundation footprint. The Kirkwood typical section indicates the Concrete Center Curb, Type D (Modified) is constructed on Subgrade Treatment, Type II. Please confirm: 1) Where Subgrade Treatment, Type II is intended to be installed on Kirkwood (only beneath the center curb, or also in other areas such as curb bump-outs/median islands/special grading areas), and provide plan sheet/station limits; and 2) Whether the 334 SYS quantity is correct.

    A: ITEM#207-08264 SUBGRADE TREATMENT, TYPE II--- 334 SYS SEE SHEETS-15-17, and 32 NOTES- 'C', '17', '19', Center Curb, Concrete, Type D Jackson to Rogers =133.3 SYS Truck Apron NW Corner of Rogers =21.8 SYS SW Corner of Rogers =31.9 SYS Approaches PCCP for Approaches = 134.1 SYS Undistributed for Unsuitable Soils= 12.4 SYS Assumed 20% of total pvmt patching Grand Total 334.0 SYS


    Q (53 stone): Please clarify the intended unit of measure and payment basis for “Compacted Aggregate, No. 53” across the project. In the bid schedule, Kirkwood Avenue lists Compacted Aggregate, No. 53 as 244 CYS, while other streets (e.g., West Grimes and West Patterson) list Compacted Aggregate, No. 53 in TONS. Please confirm: 1) Whether the differing units (CYS on Kirkwood vs TONS on other streets) are intentional; 2) If intentional, what basis should be used for bidding and field measurement (e.g., in-place volume vs delivered weight), and whether any conversion is expected by the City

    A: See Addendum #2 when released


    Q (Center Curb): We request clarification on the pay unit for center curb / median island items. In the bid schedule, some center curb/median island items are listed by LFT (e.g., Kirkwood “Center Curb, Concrete, Type D” shown as LFT), while other similar center curb/median island items are listed by SYS on other streets. Per INDOT pay item indexing/measurement conventions for curb/median island concrete items, these are typically measured and paid by area (SYS) rather than lineal feet. Please confirm: 1) Whether the mixed units (LFT on some locations vs SYS on others) are intentional; 2) If intentional, what is the City’s basis for measurement/payment for each (LFT vs SYS), and how bidders should reconcile the difference for similar work

    A: See Addendum #2 when released


    Q (Asphalt for Tack Coat): Between the Kirkwood items and the remaining roads pay items are not in the same units. Could we get them to be in the same units? Either tons or square yards is fine but consistency would be helpful.

    A: yes. see addendum #3 when released


    Q (HMA for Wedge and Level): Some roadway section pay items have Wedge and Level Paid by the Square Yard. Could we get all roadway section pay items for this work to be paid by the ton.

    A: yes. see addendum #3 when released


    Q (Hydrant): Can you confirm the fire hdyrant pay item on Rogers St is for adjustment to grade only or is a new hydrant assembly required?

    A: This item needs to be removed and will be part of Addendum #3


    Q (Flowable Fill): Note at bridge on Grimes Lane indicates flowable fill is required. Can an item please be provided for this?

    A: Yes. A pay item will be added with Addendum #3


    Q (Grind Concrete ): May locations, especially on Rogers St have a note "Grind Concrete Lip Flush", what is the intent of this note and what item is there for payment?

    A: This answer has changed and will be addressed with Addendum#4, including a plan set update to the drive apron on the SE corner of 1st and Rogers.


    Key dates

    1. March 23, 2026Published
    2. April 6, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.