Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Tabulation
Waterloo Regional Airport Vertical Infrastructure General Aviation Terminal Building Window and Masonry Work Project May 14, 2015 Bid Tab Estimate: $ ci t (4,L,j Bid Security: Bidder Bid Security Bid Amount Mid-Continental Restoration Co 400 E. Hudson St. 5% 7 4 `4 a, 6° Fort Scott, KS Failor Hurley � UCH 3337 Mamie Avenue 5% I OC' Waterloo, IA Peters Construction 901 Black Hawk Rd 5% -5 I i 1 1 Waterloo, IA 5% .1 AXOM WEI OMR Remove and Replace Windows and Clean and Tuck Point Masonry Waterloo Regional Airport WATERLOO REGIONAL AIRPORT wmi CRUISE A NEW ALTITUDE Prepared For: City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Prepared By: AECOM 501 Sycamore Street Suite 222 P.O. Box 1497 Waterloo, Iowa 50704-1497 April 2015 A:COM 319-232-6531 Syca tel Sycamore Street 222 319-232-0271 fax Suite Waterloo,Iowa 50703 www.aecom.corn ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS FOR REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY WATERLOO REGIONAL AIRPORT WATERLOO, IOWA AECOM #60338621 Date: May 12, 2015 Bids Close: May 14, 2015, at 1:00 p.m., Local Time TO ALL BIDDERS ON THE ABOVE PROJECT All Bidders submitting a bid on the above contract shall carefully read this Addendum and give it consideration in the preparation of their bid. The following are answers to clarifications on the specifications and plans which were received from plan holders. Please rote the responses to each, as these will become binding in the contract requirements. 1. Are the interior of the new windows to be stained or painted? Stained 2. Are horizontal mullions going to be required in a casement window? Match Existing 3. Is the intent to re-use the existing interior trim work, or are we required to install all new? New 4. Can the window replacement work be done during normal working hours? 7:30-4:00? Yes 5. Are replacement/repairs to window sills required? Contractor shall repair/replace concrete window sills. 6. Should existing lintels be cleaned, primed and painted? Yes 7. Who is responsible for removal and reinstallation of existing window coverings? Contractor shall remove and reinstall existing window coverings. II. The following are revisions to the Specifications: 1. Section 04 90 00, Masonry Restoration and Cleaning: a. Add the following paragraphs. "2.03. Masonry Sealer. (Chemstop Heavy Duty by Tamms, Inc., Blok-Guard by ProSoco, Inc., or Equal)." "3.03.G. Masonry Sealing. Apply one coat of exterior masonry sealer to exposed exterior surfaces of concrete masonry. Protect items (window frames, doors, louvers, light fixtures) during application. Conform to sealer manufacturer's recommendations for temperature, wind surface conditions and curing conditions." III. Attachments: None OM Addendum No. 1 ,,,; Remove and Replace Windows and Clean and Tuck Point Masonry Waterloo Regional Airport May 12,2015 Page 2 IV. Any revisions to any of the Contract Documents made by this Addendum shall be considered as the same revision to any and all related areas of the Contract Documents not specifically called out in this Addendum. V. The Bidder shall acknowledge receipt of this Addendum by inserting the date and number in the spaces provided on Page 2 of the FORM OF BID OR PROPOSAL. Failure to acknowledge receipt of this Addendum, as stated above, could cause your submittal to be considered an invalid bid. AECOM WATERLOO, IOWA David B. Hughes, P.E. P:\60338621\400_Technical\401-SPECS\Livingston Windows-4-22-15\++Addendum 1-Livingston Windows.docx REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY CITY OF WATERLOO, IOWA .04 Prepared For: City of Waterloo, Iowa Prepared By: AECOM April 2015 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the state of Iowa. • f<1,X \;,Z) \ i 15 DAVID s ' CI— DAVID B. HUGHES, E Date 2 HUGHES ; c.) •; 13037 • "' License No. 13037 0. �••`••••'•j My license renewal date is December 31, 2015. "7,, 10WA Ilii Ntll�til���, Pages or sheets covered by this seal: ALL REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY CONTRACT DOCUMENTS TABLE OF CONTENTS 1. NOTICE OF PUBLIC HEARING AND NOTICE TO BIDDERS NPH 1-4 2. INSTRUCTIONS TO BIDDERS IB 1-10 3. FORM OF BID OR PROPOSAL FB 1-2 4. SALES TAX EXEMPTION INFORMATION FORM STE 1 5. FORM OF BID BOND BB 1 6. NON-COLLUSION AFFIDAVITS NCA 1-2 7. TARGETED SMALL BUSINESS (TSB) PRE-BID CONTACT INFORMATION 1 8. EQUAL OPPORTUNITY CLAUSE EO 1-2 9. TITLE VI CIVIL RIGHTS TVI 1 10. RESIDENT BIDDER AND NON-RESIDENT BIDDER CERTIFICATION RB 1-3 11. AFFIRMATIVE ACTION PROGRAM AAP 1-9 12. POTENTIAL ITEMS OF WORK FOR MBE/WBE PARTICIPATION M 1 SUBCONTRACTOR'S BID REQUEST FORM, M 2 LETTER FORM FOR SUBCONTRACTOR QUOTES, M 3 MBE/WBE SCOPE LETTER, M 4 MBE AND/OR WBE PREBID CONTACT INFORMATION FORM M 5-6 13. WATERLOO/CEDAR FALLS MINORITY AND WOMEN BUSINESSES ENTERPRISE CONSTRUCTION AND MAINTENANCE CONTRACTOR'S GUIDE 1-4 14. STATEMENT OF BIDDER'S QUALIFICATIONS SBQ 1-2 15. TARGETED SMALL BUSINESS (TSB) CONTRACT PROVISION TSB 1-7 16. GENERAL SPECIAL PROVISIONS GSP 1-5 17. SPECIAL PROVISIONS SP 1-4 Section 04 90 00 Masonry Restoration and Cleaning 04 90 00 1-7 Section 08 52 00 Wood Windows 08 52 00 1-9 18. GENERAL SPECIFICATIONS FOR CONSTRUCTION GS 1-13 19. SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION SGS 1 20. FORM OF CONTRACT C 1-3 21. FORM OF PERFORMANCE BOND PFB 1-2 22. FORM OF PAYMENT BOND PB 1-2 APPENDIX DRAWINGS 1 to 2 NOTICE OF PUBLIC HEARING On Proposed Plans, Specifications, Form of Contract, and Estimate of Cost and the NOTICE TO BIDDERS w+ For the Taking of Construction Bids For the Remove and Replace Windows and Clean and Tuck Point Masonry In the City of Waterloo, Iowa RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in the City Hall of the said City on the 14th of May, 2015, until 1:00 p.m. for the construction of the Remove and Replace Livingston FBO Office Windows, as described in detail in the plans and specifications now on file in the Office of the City Clerk. OPENING OF BIDS All proposals received will be opened in the First Floor Conference Room at City Hall in the City of Waterloo, Iowa, on the 14th day of May, 2015, at 1:00 p.m., local time, and the proposals will be acted upon at such later time and place as may then be fixed. PRE-BID MEETING A pre-bid meeting for this project will NOT be held but contractors are urged to make a site visit and familiarize themselves with existing conditions. Bidders shall arrange an individual site visit prior to Bidding by contacting the Airport Director at (319) 291-4483. PUBLIC HEARING Notice is hereby given that the Council of said City will conduct a public hearing on the proposed plans, specifications, form of contract, and estimate of cost for the construction of the above-described improvement project at 5:30 p.m. on May 18, 2015, said hearing to be held in the Council Chambers in the City Hall in said City. The proposed plans, specifications, form of contract, and estimate of cost for said improvements heretofore prepared by the AECOM are now on file in the office of the City Clerk for public examination, and any person interested therein may file written objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto at the meeting above set forth. SCOPE OF WORK The project is to maintain the office building constructed in 1981. Casement windows located in masonry openings of sizes 4'-4"X 4'-8" and 6'-4"X 4'-8" will be removed and replaced. The entire exterior masonry of the building will be cleaned and resealed. BEGINNING AND COMPLETION DATES The work under the proposed contract shall be commenced within ten (10) working days after receipt of "Notice to Proceed" and all items shall be completed on or before August 28, 2015. NOTICE OF HEARING Page NPH-1 of 4 AECOM 60338621 METHOD OF PAYMENT TO CONTRACTOR The Contractor will be paid against bi-monthly estimates in cash on the basis of ninety-five percent(95%) of the work as it is completed and materials delivered and work approved. Final payment will be made thirty-one (31) days after completion of the work and acceptance by the Council. Before final payment is made, vouchers showing that all subcontractors and workmen and all persons furnishing materials have been fully paid for such materials and labor will be required unless the City is satisfied that material, men and laborers have been paid. The Contractor is hereby notified that if the City does not have cash on hand to pay monthly pay estimates, according to Chapter 384.57 of the Code of Iowa, payment may be made by anticipatory warrants issued bearing a rate of interest not exceeding that permitted by Chapter 74A, Code of Iowa. PLANS AND SPECIFICATIONS Plans and Specifications governing the construction of the proposed improvements have been prepared by the AECOM, which plans and specifications, and also the prior proceedings of the City Council referring to and defining said proposed improvements are hereby made a part of this notice, and the proposed contract by reference shall be executed in compliance therewith. Plans and Specifications are available from AECOM upon receipt of a $25.00 refundable deposit. Deposits will be refunded if the plans are returned in usable condition (i.e. free of highlights, ink markings, tears, stickers, water stains and soiling) to the Engineer's Office by the end of the 14 h consecutive day after the project has been awarded. No deposits will be refunded for any plans received after the 14t consecutive day, which includes plans returned via mail service. Plan holders are responsible for ascertaining when the project has been awarded. This deposit policy shall also apply to the prime contractor awarded the project for all plans and specifications obtained and distributed by the prime contractor to their subcontractors and suppliers in determining the prime contractor's bid, if the prime contractor wishes for their deposit to be returned. Upon award of project, the prime contractor shall be supplied with the needed number of plans and specifications at no additional cost. CONTRACT AWARD A contract will be awarded to the qualified bidder submitting the lowest total bid. The City reserves the right to reject any or all bids, re-advertise for new bids, and to waive informalities in the bids submitted that might be in the best interest of the City. Bids may be held by the City of Waterloo, Iowa, for a period not to exceed thirty (30) days from the day of the opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the contract. By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced with the State of Iowa and preference will be given to local domestic labor in the construction of the improvement. PROPOSALS SUBMITTED The bidder shall submit bids on the items listed in the proposal. The bidder shall clearly write or type the unit bid price and the bid item extension (Unit Price x Estimated Qty) in numerals on the blanks provided. Should there be any discrepancy between the unit bid price and extension, the City of Waterloo shall consider the unit bid price as being the valid unit bid price. NOTICE OF HEARING Page NPH-2 of 4 AECOM 60338621 The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the Form _ of Bid or Proposal, which includes the Bid Item Number, Description, Unit, Estimated Quantity, Unit Bid Price, Total Bid Price and Total Bid. The computer-generated spreadsheet shall include all of the information listed in that portion of the Form of Bid or Proposal as well as bear the signature of the Prime Contractor submitting the bid. For the bidders who submit a computer-generated spreadsheet, the TOTAL BID (with alternates, if applicable) shall also be indicated in the space(s) provided on the Form of Bid or Proposal. BID SECURITY REQUIRED All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an Iowa bank, or a bank chartered under the laws of the United States, a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, or bid bond, (on the form furnished by the City) payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft or bid bond will be held as security that the Bidder will enter into a Contract for the construction of the work and will furnish the required bonds, and in case the successful Bidder shall fail or refuse to enter into the Contract and furnish the required bonds, his bid security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it must be signed by both the Bidder and the surety or surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. PERFORMANCE & PAYMENT BONDS "` The successful bidder will be required to furnish a "Performance Bond" and a "Payment Bond" within ten (10) days after forms are presented to him in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council and shall guarantee the faithful performance of the contract and the terms and conditions therein contained, and shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims of any kind caused by the operations of the contractor. MAINTENANCE BOND Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall _ execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as "Maintenance Bond," and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. CONTRACT COMPLIANCE PROGRAM /SUBCONTRACTING The program proposes numerical projections regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as Subcontractors, vendors and suppliers in the performance of Contracts awarded by the City of Waterloo, Iowa. A goal of at least ten percent (10%) for MBE participation on all City funded construction projects that are estimated at $50,000.00 or more. A goal of at least two percent (2%) for WBE participation on all City funded construction projects that are estimated at $50,000.00 or more. Any project funded in part or in total with federal funds shall follow the respective agencies contract compliance program and goals. The Prime Contractor shall make "good-faith efforts" to meet the Contract Compliance MBE/WBE goals. The MBE/WBE subcontractors, suppliers or vendors must provide the Prime Contractor a reasonably competitive price for the service being rendered or the Contractor is not required to accept their bid. NOTICE OF HEARING Page NPH-3 of 4 AECOM 60338621 PREDETERMINED WAGE RATE Predetermined wage rates do not apply to work on this project. LIQUIDATED DAMAGES Time is an essential element of this contract. It is important that the work be diligently pursued to completion. If the work is not completed within the specified contract period, plus authorized extensions, the contractor shall pay to the City Liquidated Damages in the amount of five hundred dollars ($500.00) per day, for each day, as further described herein, in excess of the authorized time. Days beyond the specified completion date for which Liquidated Damages will be charged will be working days that the contractor does, or could have worked, from Monday through Saturday. Sundays will be counted only if work is performed. Partial working days will be considered as a full working day. Days not chargeable for Liquidated Damages will include rain days, Sunday if no work is done, and legal holidays. Working days will cease to be charged when only punch list items remain to be completed. Punch list items do not include contract bid items or approved change/extra work orders. When the Contractor believes the project to be substantially completed, a written notice stating the same shall be submitted to the Engineer and a request made for a Punch List. If the work under the Contract extends beyond the normal construction season for such work the Contractor shall submit to the Engineer in writing a request that working days counted toward the project be suspended until work is resumed the following construction season. This amount is not construed as a penalty. These damages are for the cost to the City of providing the required additional inspection, engineering and contract administration. PRE-CONSTRUCTION CONFERENCE Before the work is commenced on this contract, a conference shall be held for the purpose of discussing the contract. The conference shall be attended by the prime contractor, subcontractors and City Officials. RESIDENT BIDDER/NON-RESIDENT BIDDER Attention of bidders is called to compliance with the provisions of the Resident Bidder/Non-Resident Bidder requirements. Each bidder submitting a bid shall execute and include with the bid, a Resident Bidder Certification or a Non-Resident Bidder Certification in the form(s) herein provided. SALES TAX EXEMPTION CERTIFICATES Contractors and approved subcontractors will be provided a Sales Tax Exemption Certification to purchase building materials or supplies in the performance of construction contracts let by the City of Waterloo. Published pursuant to the provisions of Division VI of Chapter 384 of the City Code of Iowa and upon order to the City Council of said Waterloo, Iowa, on the day of 2014. CITY OF WATERLOO, IOWA BY: Suzy Schares City Clerk NOTICE OF HEARING Page NPH-4 of 4 AECOM 60338621 INSTRUCTIONS TO BIDDERS 1. EXPLANATIONS TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the Notice to Bidders, Plans, Specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before submission of their bids. Any interpretation made will be in the form of an amendment of the Notice to Bidders, Plans, Specifications, etc., and will be furnished to all prospective bidders. Its receipt by the bidder must be acknowledged in the space provided on the Proposal Form or by letter or .•4 telegram received before the time set for opening of bids. Oral explanations or instructions given before the award of the contract will not be binding. 2. EXAMINATION OF PROPOSED WORK Bidders should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions 404 which can affect the work or the cost thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The owner will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Notice to Bidders, the Specifications or related documents. ,.. 3. PREPARATION OF BIDS a. Bids shall be submitted on the forms furnished, or copies thereof, and must be manually signed. If erasures or other changes appear on the forms, each r• erasure or change must be initialed by the person signing the bid. The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the Form of Bid or Proposal, which includes the Bid Item Number, Description, Unit, Estimated Quantity, Unit Bid Price, Total Bid Price, and Total Bid. The computer-generated spreadsheet shall include all of the information listed in that portion of the Form of Bid or Proposal as well as bear the signature of the Prime Contractor submitting the bid. For the bidders who submit a computer-generated spread- sheet, the TOTAL BID (with alternates, if applicable) shall also be indicated in the space(s) provided on the Form of Bid or Proposal. b. The Bid Form may provide for submission of a price or prices for one or more items, which may be lump sum bids, alternate prices, schedule items resulting in r a bid on a unit of construction or a combination thereof, etc. When the Bid Form explicitly requires that the bidder bid on all items, failure to do so will disqualify the bid. When submission of a price on all items is not required, bidders should insert the words "no bid" in the space provided for any item on which no price is submitted. c. Unless called for, alternate bids will not be considered. d. Modifications of bids already submitted will be considered if received at the office designated in the Notice to Bidders by the time set for closing of bids. Telegraphic modifications will be considered, but should not reveal the amount of the original or revised bid. INSTRUCTIONS TO BIDDERS Page IB-1 of 10 AECOM 60338621 e. In preparing his bid, the bidder shall specify the price, written legibly in ink or with the typewriter, at which he proposes to do each item of work. The unit price shall be stated in figures in the blank space provided (i.e., $7.14). In items where unit price is required, the total amount of each item shall be computed at the unit prices bid for the quantities given on the Bid Form and stated in figures in the blank space provided. If the bidder chooses to submit the unit prices, total bid price, and total bid on a computer-generated spreadsheet, all numbers shall be easily legible. f. Any changes or alterations made in the Bid Form, or any addition thereto, may cause the rejection of the bid. No bid will be considered which contains a clause in which the contractor reserves the right to accept or reject a contract awarded him by the city Council of Waterloo. Bids in which the unit prices are obviously unbalanced may be rejected. g. If the bidder does not qualify as a resident bidder, the nonresident bidder shall specify on the project proposal whether any preference to resident bidders, including but not limited to any preference to bidders, the imposition of any type of labor force preference, or any other form of preferential treatment to bidders or laborers from that state or foreign country is in effect in the nonresident bidder's state or country of domicile at the time of a bid submittal. 4. SUBMISSION OF BIDS a. A bid must be sealed in a separate envelope and marked to indicate its contents and be accompanied by the bid security in a separate envelope. If forwarded by mail, the two envelopes shall be placed in a third and mailed to the City Clerk/Auditor. All bids must be filed with the City Clerk/Auditor of the City of Waterloo at his office in the City Hall before the time specified for closing bids. b. Bids received prior to the advertised hour of opening will be securely kept sealed. — The officer whose duty it is to open them will decide when the specified time has arrived, and no bid received thereafter will be considered; except that when a bid arrives by mail after the time fixed for opening, but before the reading of all other bids is completed, and it is shown to the satisfaction of the City of Waterloo, Iowa, that the non-arrival on time was due solely to delay in the mails for which the bidder was not responsible, such bid will be received and considered. c. Bidders are cautioned that, while telegraphic modifications of bids may be received as provided above, such modifications, if not explicit and if in any sense subject to misinterpretation, shall made the bid so modified or amended, subject to rejection. 5. LATE BIDS AND MODIFICATIONS OR WITHDRAWALS Bids and modifications or withdrawals thereof received at the office designated in the Notice to Bidders after the exact time set for closing of bids will not be considered. However, a modification which is received from an otherwise successful bidder, and which makes the terms of the bid more favorable to the City of Waterloo, will be considered at any time it is received and may therefore be accepted. Bids may be withdrawn by written or telegraphic request received from bidders prior to the time set for closing of bids. INSTRUCTIONS TO BIDDERS Page IB-2 of 10 AECOM 60338621 6. PUBLIC OPENING OF BIDS Bids will be publicly opened at that time and place set for opening in the Notice to Bidders. Their content will be made public for the information of bidders and others interested who may be present either in person or by representative. 7. BID SECURITY REQUIRED All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an Iowa bank, or a bank chartered under the laws of the United States, a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, or bid bond (on the form furnished by the City) payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft or bid bond will be held as security that the Bidder will enter into a Contract for the construction of the work and will furnish the required bonds, and in case the successful Bidder shall fail or refuse to enter into the Contract and furnish the required bond, his bid security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it must be signed by both the bidder and the surety or surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. 8. COLLUSIVE AGREEMENTS P` a. Each bidder submitting a bid shall execute and include with the bid, a Non- Collusion Affidavit in the form herein provided, to the effect that he as not colluded with any other person, firm, or corporation in regard to any bid .ft submitted. b. Each bidder submitting a bid shall have each proposed subcontractor, if any, execute and submit to the City Contract Compliance Officer by 5:00 P.M. the "`' business day following the day bids on this project are due, a Non-Collusion Affidavit in the form herein provided, to the effect that he has not colluded with any other persor, firm, or corporation in regard to any bid submitted. Before executing any subcontract, the successful bidder shall submit the name of any proposed subcontractor for approval by the City. 9. MINORITY AND/OR WOMEN BUSINESS ENTERPRISE SUBCONTRACTORS a. CITY OF WATERLOO AND/OR WOMEN BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM The City of Waterloo Minority and/or Women Business Enterprise Pre-Bid Contact Information Form shall be submitted with the Form of Bid or Proposal. Failure to do so shall be grounds for the bid being rejected if subcontracting is proposed by the prime contractor. 10. MBE/WBE CONTRACT COMPLIANCE PROGRAM PURPOSE The purpose of the Contract Compliance Program (hereinafter called Program) is to act as an impetus for increasing the participation of minority and women disadvantaged business enterprise (MBE/WBE) in City awarded construction contracts. INSTRUCTIONS TO BIDDERS Page IB-3 of 10 AECOM 60338621 The Program does not propose to eliminate any bonafide contractor or subcontractor from bidding on City contracts, but it will hopefully serve as a needed stimulus to help local MBE/WBE's grow and eventually become mainstream contractors and subcontractors. This Contract Compliance Program does not propose to include any set-aside or quotas, but only flexible goals where "good-faith efforts" are required by the contractor to use MBE/WBE subcontractors. This Program shall not eliminate the need for contractors to continue their"good- faith efforts" in using MBE/WBE subcontractors on City contracts estimated at less than $50,000. The City of Waterloo will make every effort to reduce in-house construction and maintenance work that would be more cost effectively performed by the private sector and, thus, would allow additional bidding opportunities for MBE/WBE firms. The City Contract Compliance Officer shall be advised of all City of Waterloo awarded construction contracts. DEFINITIONS Goals: A flexible numerically expressed objective which contractors are required to make "good-faith efforts." The key to the requirement is to make documented efforts. Goals are neither set-a-sides nor a device to achieve proportional representation or equal results. Numerical goals do not create set-a-sides for specific groups, nor are they designed to achieve proportional representation or equal results. Rather, the goal-setting process in affirmative action planning is used to target and measure the effectiveness of affirmative action efforts to eradicate and prevent discrimination. Quota: A flat numerical requirement that the contractor is required to meet in order to obtain the benefit or be in compliance. The numerical goal component of affirmative action programs is not designed to be, nor may it properly or lawfully be interpreted as, permitting unlawful preferential treatment and quotas with respect to persons of any race, color, religion, sex, or national origin. The regulations at 41 CFR 60-2.12(a), 60-2.15 and 60-2.30, specifically prohibit discrimination and the use of goals as quotas. (U.S. Department of Labor) Set-Aside: An arrangement in which a particular contract is reserved for competition solely among minority and women business enterprises. Contractor: As used in this document means contractor, subcontractor, supplier, vendor, and professional service provider. Minority Business Enterprise (MBE) Any business, which is at least 51%, owned by one or more minorities and whose management and daily business operations are controlled by one or more such individuals and is on the current State Unified Certification List, or were listed on the City of Waterloo Certified MBE/WBE Contractors list as of July 1, 2002 INSTRUCTIONS TO BIDDERS Page IB-4 of 10 AECOM 60338621 Women Business Enterprise (WBE): Any business which is at least 51% owned by one or more women and whose management and daily business operations are controlled by one or more such individuals and is on the current State Unified Certification List, or were listed on the City of Waterloo Certified MBE/WBE Contractors list as of July 1, 2002 Minority: Any person or persons who are considered as socially and economically poi disadvantaged because of their identity as a group member without regard to their individual qualities. The groups include: Black American, Hispanic American, Native Americans, Eskimos, Aleuts, and Asian-Pacific Americans. 13 .w% C.F.R. 124-1.1(c)(3)(ii)(1983). Lowest Responsible Bidder: Bidder who has offered the lowest bid and who has exhibited skill relative to the type of work bid on, judgment, financial responsibility, and evidence of working with the Affirmative Action Employment Program and the Contract Compliance Program. oat Broker: One buying or selling for others on commission or other fee basis without maintaining a warehouse or other similar inventory storage facility. .14 Mayor's Advisory Committee: Mayor's Advisory Committee for Minority, Female, and Disadvantaged Business Enterprise. Good Faith Efforts: The successful bidder shall be selected on the basis of having submitted the lowest responsible bid. The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so by the following: 1. The Prime Contractor met the project goal - No Action necessary 2. If the Prime Contractor failed to meet the goal, they must submit documentation of good faith efforts. CONTRACT COMPLIANCE PROGRAM SUBCONTRACTING The program proposes numerical projections or goals regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as subcontractors in the performance of contracts awarded by the City of Waterloo, Iowa. A goal of at least 10% for MBE participation on all City funded construction projects that are estimated at$50,000 or more and projects under$50,000 where applicable at the Contract Compliance Officer's discretion. There is at least 2% WBE goal on City funded projects. Any project which is funded solely or in part with Federal funds shall follow the respective agencies_contract compliance program and goals. Any project which is funded solely or in part with State funds _ shall follow the respective agencies contract compliance program and goals. The City of Waterloo Contract Compliance Program is for City awarded construction contracts only. Tre prime contractor shall make "good-faith efforts" to meet the Contract Compliance MBE/WBE goals. The MBE/WBE subcontracts must INSTRUCTIONS TO BIDDERS Page IB-5 of 10 AECOM 60338621 provide the prime contractor a reasonably competitive price for the service being rendered or the contractor is not required to accept the bid. Administrative Reconsideration: As part of this reconsideration, the bidder will have the opportunity to provide written documentation or arguments concerning the issue of whether they made adequate good faith efforts to meet the goals. The bidder will have the opportunity to meet in person with the City of Waterloo's Administrative Reconsideration Committee to discuss the issue of whether they made adequate good faith efforts. The Administrative Reconsideration Committee will forward a written decision on reconsideration to the Mayor and City Council, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. Documentation required will include but is not limited to the following: * Making portions of the work available for MBE/WBE subcontracting * Evidence of negotiating with MBE/WBE firms * MBE/WBE quotes obtained and non-MBE/WBE quotes used * Reasons agreements were not reached * Follow-up after initial solicitations * Efforts to assist in obtaining equipment, supplies and materials (at competitive prices), bonding, lines of credit, insurance, etc. * Evidence of past compliance or non-compliance by same contractor The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. RESPONSIBILITIES 1. City of Waterloo A. The City Contract Compliance Officer has the responsibility to assure the City's compliance with Federal, State and Municipal regulations. B. The City Contract Compliance Officer is responsible for maintaining a current directory of certified firms. Certification of MBE/WBE/DBE contractors is through the Iowa Department of Transportation and its Unified Certification Program. Only firms certified based on guidelines prescribed in 49 CFR Part 26 and provisions of this agreement, shall be recognized as certified by the City of Waterloo. C. The City Contract Compliance Officer is responsible for making available a list of future project information notices to MBE/WBE firms. D. The City Contract Compliance Officer shall send notices to appropriate MBE/WBE firms in the directory of each bid solicitation with opening date. E. The City Contract Compliance Officer will receive MBE/WBE Letter(s) of Intent to Bid and within two (2) business days forward the complete list of MBE/WBE bidders who submitted a Letter of Intent to Bid to prime contractors. Prime Contractors In order to be in compliance with the guidelines of this program, the prime contractor must show good-faith efforts in following the MBE/WBE Contract INSTRUCTIONS TO BIDDERS Page IB-6 of 10 AECOM 60338621 Compliance Program. Good-faith efforts include, but are not limited to, the following: A. Prime contractors shall send solicitation letters (Form CCO-3) to appropriate MBE/WBE (those certified in directory prepared by City Contract Compliance Officer) at least seven (7) working days prior to bid date. Letters should identify specific items to be subcontracted. A minimum of three (3) disadvantaged business contacts must be made and documented, if there are at least three disadvantaged businesses offering services in the area to be subcontracted (See City of Waterloo MBE/WBE Certification List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If the Prime Contractor submits a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the MBE/WBE/DBE Certifications from another government agency. B. If a prime contract bidder is unable to identify MBE/WBE firms to perform portions of the work, the City Contract Compliance Officer should be contacted for assistance immediately. Out C. Prime contract bidders may solicit MBE/WBE proposals by telephone or personal interviews, but all such contacts shall be confirmed by Certified Mail, or subcontract bid request forms (Form CCO-2). D. If any MBE/WBE business submitting bids is not selected for subcontract award, documentation must accompany the "MBE/WBE Business .•� Enterprise Pre-Bid Contact Information Form" (Form CCO-4 and CCO- 4A) on why the MBE/WBE was not selected. These reasons could include: ' a. Not low bid. Copies of the competing bids may be required for verification. b. MBEMJBE did not bid, withdrew bid or non-responsive. IMPAr c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. a-, e. Any other reason relied on by prime. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. ll. MBE/WB,E Firms A. MBE/WBE firms shall be certified by the Iowa Department of Transportation as owners and controllers of their respective businesses, or were listed on the City of Waterloo Certified MBE/WBE Contractors list as of July 1, 2002. B. MBE/WBE firms must perform the work on the project; they cannot act as a broker by subcontracting the work out to others. C. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7)working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If INSTRUCTIONS TO BIDDERS Page IB-7 of 10 AECOM 60338621 sufficient Letters of Intent to Bid are not received by the City Contract Compliance Officer seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and a MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. NON-COMPLIANCE OF CONTRACTORS A. Noncompliance exists when the contractor's actions are not consistent with the requirements of the Contract Compliance Program in the areas of employment and subcontracting. B. A bidder's failure to show good-faith efforts to meet project goals or a failure to use certified MBE/WBE firms may be grounds for finding its bid not responsible. C. The Contract Compliance Officer shall submit to City Council his/her recommendation on any non-compliant contract in writing. NOTICE TO PROCEED Notice to proceed on any project with goals will not be issued until City Contract Compliance Officer determines the lowest responsible bidder has used good- faith efforts to comply with this Compliance Program and the bid was responsive. CONCLUSION This program repeals or revises all sections of previous Waterloo Contract Compliance Programs. 11. EMPLOYMENT AND BUSINESS OPPORTUNITY To the greatest extent feasible, suppliers, subcontractors, and low income workers owning businesses or living in the Waterloo area must be given priority in supplying materials, bidding for subcontract work, or applying for employment by the contractor on this project. Opportunities for training and for employment arising in connection with this project, shall to the greatest extent feasible be made available to lower income persons residing in the project area. The contract area is the City of Waterloo. The City of Waterloo will require the contractor to document his efforts in securing lower income workers living in the project area and in purchasing supplies from, and awarding subcontracts to, businesses owned by persons residing in the project area. 12. STATEMENT OF BIDDER'S QUALIFICATIONS Each bidder shall, upon request of the City of Waterloo, Iowa, submit on the form furnished for that purpose (a copy of which is included in the contract documents), a statement of bidder's qualifications, his experience record in constructing the type of — improvements embraced, and his organization and equipment available for the work contemplated; and, when specifically requested, a detailed financial statement. The City of Waterloo, Iowa, shall have the right to take such steps as it deems necessary to determine the ability of the bidder to perform his obligations under the contract, and the bidder shall furnish the City of Waterloo, Iowa, all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available evidence or information does not satisfy the City of Waterloo, Iowa, that the bidder is qualified to carry out properly the terms of the contract. INSTRUCTIONS TO BIDDERS Page IB-8 of 10 AECOM 60338621 13. AWARD OF CONTRACT a. Award of contract will be made to that responsive and responsible bidder whose bid, conforming to the Specifications, is most advantageous to the City of Waterloo; price and other factors considered. The intention is to award the .1, contract at any time of opening bids, but the right is reserved to postpone such action for a reasonable time, not exceeding thirty(30) days. b. The City Council may, when in its interest, reject any or all bids or waive any informality in bids received. c. The bidder shall submit bids on all the items listed in the proposal and shall state the unit bid price in words in the blank spaces provided beneath the item description. Should there be any discrepancy between the unit bid price in words and listed numeral unit bid price, the City of Waterloo shall consider the unit bid price in words as being the valid unit bid price. A computer-generated spreadsheet as herein provided shall also be acceptable. Proposals requiring mathematical computations to determine unit prices or totals will be rejected. A contract will be awarded to the qualified bidder submitting the lowest total bid as Oft indicated in the NOTICE TO BIDDERS. d. When a contract for a public improvement is to be awarded to the lowest responsive and responsible bidder, a resident bidder shall be allowed a ^" preference as against a nonresident bidder from a state or foreign country if that state or foreign country gives or requires any preference to bidders from that state or foreign country, including but not limited to any preference to bidders, the ,•. imposition of any type of labor force preference, or any other form of preferential treatment to bidders or laborers from that state or foreign country. The preference allowed shall be equal to the preference given or required by the state or foreign country in which the nonresident bidder is a resident. In the instance of a resident labor force preference, a nonresident bidder shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the state or foreign country in which the nonresident bidder is a resident. 14. EXECUTION OF AGREEMENT, BONDS, AND CERTIFICATE OF INSURANCE a. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful bidder shall execute and deliver to the City of Waterloo, Iowa, an agreement in the form included in the contract documents in such number of copies as the City of Waterloo, Iowa, may require. b. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful bidder shall, within the period specified in paragraph "a" above, furnish a surety bond and a payment bond in a penal sum not less than the amount of the contract as awarded, as security for the faithful performance of the contract and terms and conditions therein contained and shall guarantee the prompt payment of all persons, firms, or corporations to whom the contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him in performing the work. The bonds shall protect and save harmless the City from claims and damages of any kind caused by the operations of the contractor and shall also guarantee the maintenance of the contract improvements for the period stated in the Notice of Hearing from and after completion of said improvements and their acceptance by the City. Such bonds shall be in the same form as that included in the contract documents and shall INSTRUCTIONS TO BIDDERS Page IB-9 of 10 AECOM 60338621 bear the same date as, or a date subsequent to that of the agreement. The current Power of Attorney for the person who signs for any surety company shall be attached to such bonds. c. The successful bidder shall, within the period specified in paragraph "a" above, furnish a certificate of insurance for approval in amounts of not less than the amounts specified in the General Specifications for Construction, Section F. No. 4 "Liability Insurance," Pages 14 to 15 of 19 Pages. The certificate of insurance shall be furnished in such number of copies as the City of Waterloo may require. The City of Waterloo shall be named as an "Additional Insured." The contractor shall similarly submit his subcontractor's certificates of insurance in the amounts for approval before each commences work. The contractor shall carry or require that there be Workmen's Compensation Insurance for all his employees and those of his subcontractors engaged in work at the site, in accordance with State Workmen's Compensation Laws. d. The failure of the successful bidder to execute such agreement and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City of Waterloo, Iowa, may grant, based upon reasons determined sufficient by the City of Waterloo, Iowa, may either award the contract to the next lowest bidder or re- advertise for bids, and may charge against the bidder the difference between the amount of the bid an the amount for which a contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the bid guaranty. If a more favorable bid is received by re-advertising, the defaulting bidder shall have no claim against the City of Waterloo, Iowa, for a refund. 15. RECIPROCAL RESIDENT BIDDER PREFERENCE Attention of bidders is called to the requirement of complying with the provisions of the Resident Bidder/Non-Resident Bidder requirement. Each bidder submitting a bid shall execute and include with the bid, a Resident Bidder Certification or a Non-Resident Bidder Certification in the form(s) herein provided. INSTRUCTIONS TO BIDDERS Page IB-10 of 10 AECOM 60338621 FORM OF BID OR PROPOSAL REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the following partners: , having familiarized (himself)(themselves)(itself)with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda(if any), as prepared by AECOM, now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to r4 furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY, all in accordance with the above- listed documents and for the unit prices for work in place for the following items and quantities: REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY Estimated Unit Bid Total Bid Ref. No. Item Unit Quantity Price Price 1 Window Removal EA 7 $ $ 2 Window(4'-4"X 4'-8"Opening) EA 6 $ $ 3 Window(6'-4"X 4'-8"Opening) EA 1 $ $ 4 Window Trim Set EA 7 $ $ 5 Concrete Block Cleaning SF 4,825 $ $ 6 Concrete Block Sealing(2 coats) SF 4,825 $ $ TOTAL BID $ 0.1 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If wr tten notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty(30)days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after ,.. "Notice to Proceed" is issued. 4. Security in the sum of Dollars ($ in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor. FORM OF BID Page FB-1 of 2 AECOM 60338621 6. Attached hereto is a Resident Bidder Certification ( ), or Non-Resident Bidder Certification ( ). (Mark one.) 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10)days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non-Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or"NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. (Name of Bidder) (Date) BY: Title Official Address: (Including Zip Code): I.R.S. No. FORM OF BID Page FB-2 of 2 AECOM 60338621 _ If � . CITY OF WATERLOO, IOWA 111,��.�, ,��f WATERLOO ENGINEERING DEPARTMENT 715 Mulberry St. • Waterloo, IA 50703 • (319) 291-4312 Fax(319) 291-4262 ... °�rE'r/oo\0 ERIC THORSON,P.E. • City Engineer Mayor INFORMATION NEEDED ERNEST G. CLARK FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE COUNCIL - MEMBERS CONTRACTOR NAME: DAVID JONES ADDRESS: Ward 1 CAROLYN COLE Ward 2 (Check One) PRIME: SUBCONTRACTOR: PATRICK MORRISSEY Ward 3 FEDERAL ID#: QUENTIN PROJECT NAME: HART Ward 4 PROJECT CONTRACT NO.: RON WELPER Wards DESCRIPTION OF WORK: TOM LIND 0 Brickwork 0 Landscaping At-Large ❑ Carpentry ❑ Painting STEVEN SCHMITT ❑ Concrete ❑ Paving At-Large ❑ Drywall-Plaster-Insulation 0 Plumbing ❑ Electrical 0 Roofing-Siding-Sheet Metal ❑ Excavation/Grading ❑ Windows ❑ Flooring 0 Wrecking-Demolition ❑ Heavy Construction 0 Other (Please Specify) ❑ Heating-Ventilating-Air Cond. 0 WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer SALES TAX EXEMPTION Page STE-1 of 1 AECOM 60338621 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Dollars ($ ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the day of , 2015, for NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres- ents to be signed by their proper officers this day of , A.D. 2015. (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney-in-fact BID BOND Page BB-1 of 1 AECOM 60338621 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of _) )ss County of _) , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of , the Bidder that has submitted the attached Bid; ,.. 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of , 2015. Title My commission expires NON-COLLUSION AFFIDAVITS Page NCA-1 of 2 AECOM 60338621 NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of ) ss: County of , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of hereinafter referred to as the "Subcontractor;" 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to contract pertaining to the project • in (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed contract; and 5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of , 2015. Title My commission expires NON-COLLUSION AFFIDAVITS Page NCA-2 of 2 AECOM 60338621 _ { ® A , 0 ; \ \ I §/ f & ƒ (§ k `Z 2 ( _ le& / e. t f} a am cf S - n §/ \ 2 11, $v. 2 S { \ \ . . /% » ! k k \ §2 E 0 1,.., ` cmf . . $ $ — ) o§ 2�. _ 2 ) $ $ §§ o k( u k } 5 co 28 1 k 0 o m 5 i j63 c ' ' _ m j , _ 0 U / ƒ / t( j \/ / el 0 -° k k { §� _ / z 2 ! \i B Do / \ v IX /ce } o \§ S/ I « 0 ! 2 } \ 0(. 0 0 2 \ ¢ _ ! . ; \k ° k f 2 . _ /\ $ ` k | 0 0 k ] ) CC /} / E . ...meI / 8 ` DI = $ a/ } \_ \ )B k \ u ƒ ),` ° \ ST _ \ \k \ 0 ak . | )7KJ v _ f .- k /_ +!¥ \ k /k f 2 /— a k \ k U [§ § { § zb # : )s (f ) §{2 ;} ƒ k 2 §\\ f \ f ! ! . — TSB PRE-BID CO NTACT INFORMATION Page 1 of 1 Ago 60338621 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabil ties, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining r.. agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all ►� published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, ..1 vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program—Contract Compliance Provisions relative to Resolution No. 24664. .r 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, EQUAL OPPORTUNITY CLAUSE Page EO-1 of 2 AECOM 60338621 subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropriate Official) (Title) (Date) EQUAL OPPORTUNITY CLAUSE Page EO-2 of 2 AECOM 60338621 TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest(hereinafter referred to as the"contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to non- discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Cortracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. TITLE VI Page TVI-1 of 1 AECOM 60338621 RESIDENT/NON-RESIDENT BIDDER RESIDENT BIDDER: In accordance with Section 73A.21 of the Iowa Code, all non-federal-aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder. The resident bidder has been further defined as follows: _ Resident Bidder: A person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Resident Bidder Certification" is included in the Contract Documents. If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. NON-RESIDENT BIDDER: The contractor shall provide the City with a certification that he is a non-resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Non-Resident Bidder Certification" is included in the Contract Documents. DJG 01/02/12 RESIDENT/NON-RESIDENT BIDDER CERTIFICATION Page RB-1 of 3 AECOM 60338621 RESIDENT BIDDER CERTIFICATION CONTRACT NO: PROJECT NAME: DATE OF LETTING: To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that I am a resident bidder as defined above. COMPANY NAME CORPORATE OFFICER TITLE — DATE RESIDENT/NON-RESIDENT BIDDER CERTIFICATION Page RB-2 of 3 AECOM 60338621 NON-RESIDENT BIDDER CERTIFICATION CONTRACT NO.: PROJECT NAME: DATE OF LETTING: I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: STATE/COUNTRY OF RESIDENCY: Stated below are the preference(s)to resident bidders in the state/country of • (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. RESIDENT/NON-RESIDENT BIDDER CERTIFICATION Page RB-3 of 3 AECOM 60338621 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( ) General Contractor ( ) Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company Address of Company Zip Telephone Number( Federal ID Number(if no Federal ID Number, Owner/President's Social Security Number) Name of Equal Employment Officer Name of Project Project Contract Number Estimated Construction Work Dates / Start Finish Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor Name of Subcontractor Subcontractor's Address Zip Subcontractor's Telephone Number( Subcontractor's Federal ID Number(if no Federal ID Number Owner/President's Social Security Number) Name of Equal Employment Officer C. Remainder of program to be completed by party completing program, either Prime or Subcontractor. AFFIRMITIVE ACTION PROGRAM Page AAP-1 of 9 AECOM 60338621 1. The Owners and/or Principals of your company: Ethnic Name Address Position Sex Origin 2. Other Areas of Interest: — If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Type of Name Address Affiliation Degree r. II. EMPLOYER'S POLICY(Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will awl be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E. will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. AFFIRMITIVE ACTION PROGRAM Page AAP-2 of 9 .. AECOM 60338621 III. AFFIRMATIVE ACTION A. recognizes that the (Name of Company) effective application of a policy of merit employment involves more than just a policy statement, and (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. B. will undertake the (Name of Company) following six(6) steps to improve our Affirmative Action Program: 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recru tment and Employment; and 6. Training, Upgrading and Promotional Opportunities. C. will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. D. will seek qualified minority, (Name of Company) female, and local group applicants for all job categories and will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility. E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. F. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority, female, and local group employees. G. will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. H. has taken the following (Name of Company) AFFIRMITIVE ACTION PROGRAM Page AAP-3 of 9 AECOM 60338621 Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write"NONE") 1. 2. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. 2. J. will require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non-minority contractors have adequate representation of minority, female and local persons in their total work force. K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. .r L. will keep records of (Name of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. M. Parity figures for companies located in Waterloo are as follows: Minority Parity = .08 (8%) N. Affirmative Action (Name of Company) Employment Goals: The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 201_, please submit percentage targets for employing minorities and .. women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: Goals for Women: 0/0 *Your affirmative action goals should be between 1% and 10% or more for minorities and .. 1% and 5% or more for women. AFFIRMITIVE ACTION PROGRAM Page AAP-4 of 9 ,,,, AECOM 60338621 00.1 Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 201_. Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4). OMR AFFIRMITIVE ACTION PROGRAM Page AAP-5 of 9 AECOM 60338621 CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) HOURLY NAME AND ADDRESS JOB CATEGORY RACE SEX WAGE Inl r .10 low ftr low INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H AFFIRMITIVE ACTION PROGRAM Page AAP-6 of 9 AECOM 60338621 We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, By: Company Executive r• Date By: Equal Employment Opportunity Officer Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: AFFIRMITIVE ACTION PROGRAM Page AAP-7 of 9 AECOM 60338621 DESCRIPTION OF JOB CATEGORIES 1. Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, or direct individual departments or special phases of the — agency's operations or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers. 2. Professionals: Occupations which require specialized and theoretical knowledge which is usually required through college training or thorough work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and kindred workers. 3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post-secondary school education and -- through equivalent on-the-job training. Includes: computer programmers and operations, draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. _ 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers, office machine operators, clerk-typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers. 5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on-the-job training programs. Includes: Mechanics and repairman, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and - typesetters and kindred workers. 6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. 7. Operatives (semi-skilled): Workers who operate machine or processing equipment or perform other factory-type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and .. maintenance), photographic process workers, stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. 8. Laborers (unskilled): Workers in manual occupations which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers performing lifing, digging, mixing, loading and pulling operations and kindred workers. AFFIRMITIVE ACTION PROGRAM Page AAP-8 of 9 ,,m, AECOM 60338621 on 9. Apprentices: Persons employed in a program including work training and related instruction to "" learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on-the-lob): Production. . . persons in formal training for craftsmen when not trained under apprentice programs--operative laborer, and service occupations. White Collar. . . persons engaged in formal training for clerical, managerial, professional, technical, sales, office and clerical occupations. Mai INN Mai AFFIRMITIVE ACTION PROGRAM Page AAP-9 of 9 AECOM 60338621 ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY that have a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. All items are eligible for participation. MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent(2%)WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed —" with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre-Bid Contact Information Form must be filled out completely. ,.� City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 low r., 0 ITEMS OF POTENTIAL MBE/WBE Page M-1 of 6 AECOM 60338621 SUBCONTRACTOR'S BID REQUEST FORM PRIME BIDDER'S LETTERHEAD Contract No.: Letting Date: I, (subcontractor's name), hereby attest that I have been solicited for a bid on (project name) in the area of(description of work and bid item no.). (Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by(date) and (time). Subcontractor's Company Name Date Subcontractor's Signature Date Prime Bidder's Signature ITEMS OF POTENTIAL MBE/WBE Page M-2 of 6 AECOM 60338621 LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES Subcontractor Company Name Address RE: Contract No.: Dear • (Prime Contractor's Company Name) is presently soliciting for the following work in connection with the above referenced project. (Insert bid Item Nos. and Description of Work) (Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding your proposal must be turned in to this office by (Date) and (Time) Sincerely, (Prime Contractor's Representative) Form CCO- 3 (11/28/2001) ITEMS OF POTENTIAL MBE/WBE Page M-3 of 6 AECOM 60338621 LETTER OF INTENT TO BID (MBE/WBE LETTER) According to the Current MBE/WBE Contract Compliance Program - 2002, all MBE/WBE Contractors interested in submitting subcontractor quotes on construction projects with goals, MUST submit a LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to bid opening. The LETTER OF INTENT TO BID must list the specific items which the MBE/WBE Contractor is interested in bidding. Letter should include the following: Name of Project: Your Company Name: Address: Phone: Date: List of Specific items to be bid: Item No. Description: Item No. Description: Item No. Description: Item No. Description: Item No. Description: (Subcontractor's Company Name and authorized signature) Return this LETTER OF INTENT TO BID to: Contract Compliance Officer Community Development Board 620 Mulberry St. Carnegie Annex, Suite 202 Waterloo, IA 50703 Phone: (319) 291-4429 Form CCO-5 (06-20-2002) ITEMS OF POTENTIAL MBE/WBE Page M-4 of 6 AECOM 60338621 oft omit z - o a o c ,cn N W W ) j, LT CD m c cn m cn 2 m 0 0 c E m .0) a) a) m� o > c c o r■• o _ L is U c 0 w 0 0 0 0- 0 -o a) Z o > ° COc UU o f aa�i cL � 00 W 0 > > ° p- o) _ L CaUco U "a CO 'O con CT C U a) L Z � U U ca L a O c c O O 0 O V) um* a 0 +-' 00L '. 0 (I) co Ca .c = � ;O a c U E L CI) 7 la 0 O E 0 o a 6 SD O W c 0 9- "O O O • o - Z 0 0 ce N U ++ U u) t 'C a O O u) " �. U) N 0) a) "O L C ot' in o 0 Ca c p c � o c c — U O cp 0 U _o = o - aay 0_-0 .� ° W m u- w E U � '§ CO 00 0`o a@ -0 0J. 0 COZO C.) E � c .o ° W U O O C 0 CO 0 L E -0 i m a) W 0 H W - �� O o 0 L O _o co E < m 0 a) L 0 O.. -O o LD 02 •c 2 2 m 0 a0 a) Ca (0 0 c W a • cC - 'c m U N 70 O U m 0 a) O O- 0 0 .c O c O -p U_ .>+ « W c 0 U o � ma) ro co c co m . c `._ O o C L) a0) a) _c 7 U C O O_ a) c >, c c 0 0 C L L @ E O L U Ucn '° 'L u) '. `• o ate.., I- 0 Ca OU o .0 D ° Ca c ce us c N y O O O 0 co @ . cn N m 0, , c u) O 'O co O_ J O)'- N U) o0 iso o ' o n ca c >oL _ c a Ica E 0 _ m Z � a) o c � � c m co cu) U) 2a. ° W •C C.) -0 0 ca Ca0 Ca Lb = ., O C a) a) E o 0 U U -° W' C6 O O C > .0 a) co W ww o E o o 8co c w 3 ° a) _0 co = .c ° Q mmu L > s E 0 w -° m o a) ui N � _- w o o_ w '' O u) m a> 0 U W Z � w CI) - o cm 3 w o � y 0 ° o cn Q 2 a � � o w w > �~ c m E o E Q c Ow ° C4 c on LT3o a) o)°? TW fnH �n 'w w — Ecna m Z � w m0 'c Ucacp ZLU a c ° a Zo 0 � va)iLu � mco � � o U "- FCD mca O ° _ oc co 3 � •c Cl) cc o0m Q D E 0 w o . o > C o - u°) o ao ao Q ° � g •c as 0 ? LE w o COO • m � 0 m � 2 Lm min °a o °) E ° o@ 0 o Ti) CI) o c o W Z � �� 0 cac� m c CO > aa> 3 0 >_ a0N m ° Z E E f L E w .� a) cn w O c o Co — c �' O a-. 0 a) 3 m O c L m cr O c o ZT a) t Q as us as toU UE � W � co LE Co .-ry ° CD to E � oO L CCnC W l� Q 0mn r c U N o r@ H UO m COU too >, c 0 (La r C O_ W m Z 0 c Z o E ai 2 m � a) 2 ° c m c .0) o o a? m Q cLa o 'o p � � m .0 a) o a) E 0 a)) O a) c � °) � — 0 c .0 O. U ca Z aL0 o._c L 0 U O w V � o � po c0 � maw c > � 3a�i CD CD cnoam CI C 0 -0 mia ° 0 rd a. >, 2 t ° a) 3 0) 0 m ., o m L 0 m U E c`a u) r- w D. a) CO m n c`a c .5 � � d o c •c 0 cca u) E T _0 p c CS Q w �j oac a3 � o cmz� > u, E 00 .-o_ o_ u) > _cE ... V) a) o c0i W e 0 , =p c u) 0 o a@ cC o c E 0 U co a ) O Ca Ca fn 0 -°O -0 ° > p) a) ca .. 0 0 �O U L '(A L a) 7 7 a) L -2 . Ca c w Z OL Ca c: > = U. 0 _0 `t 0 - L3) U CO E E o a a) a) coU O-" 'oi 0 > � .� aL. 3 L m •— o c o n iri o 0 0 0 � E > > c s E -0 a) EZ � c o 2 3 > o — CD U w @ w 0 > a) 2 0 .0 .0 0 .a Q p 'a L .- • rn a)o Q) o_ •- ', ? u) c N.L W u0i LLl 0 E co o N .� ° U) H U :7 c 3 N L vi o � E Wo °) � •�' 3 � 2 o c co � O .- a �o � N w c � 0 0 � N �� _ ul 0 0 0 uoi co — ._ c 0 0 .7 ac cQ o ,.,, o 0 y c0i o in E o L m E o m c Dw � gab m 0 C E 0 cn a) o m 0 o ca0 g 0 � 3o W cLc o L > o _c 0 77 O u0) .o Z > a) +- O '. 'L. U O -° °- .0 Z CO 0 o a) .CI) a) O N- ce la a-. O co a) c o U C6 o U _8 >. a) w H 3 E U L Q a) W U D C > Q C CO 00 -o m ct c p s �' Ca 0 CD)N o C o 00 Q U E >. p re m C0) c0_i 0 0 _ ar 0 'Co W1, � ° >' E OO CUU � c Hom O 'cc LN C.) m E a) m ca Q W Z z • ° vi O L.M. 0 N w co CO ` 0 a) a) 00 CO o) E o L 0 0 o o 20 m o ° 2 o o m < 0_u) r O p C L W U a5 .E � 0 0 a) CO o ° cci S ci >,U Cam ci -o ai b e w s c c c � p �o a) E — c 2o > QEEO Uo Fo- c , m O@ 8 cm .0 .@Eo 0 cr OD _ Ca f, — 0 L Q_ E a) Q cn Oft E E 't o f W 0 5 >. .� W a) O) xi E E E E 2 U '� a) O a) c 0 a) o- 0 '_. O _c 2 0 0 0 Cal 2 o W W a a. 0_ co - o D c\i o E 5 cO O 4 _a cries Ha_ u) s- U U Q ca W H Q o % t r n CO n e CO c\0 a) % - _c CD o 0)0 0 3 2 2 ) _ CO o \ / - k 7 0 �� as 0_ - 3 \ + 0 g O2k ° E2 I { 0 maw \ 2e c E o cn f ¢ a \ � \ \ � ` 45 . Eu O u9 o - \ / « ■ c 3 2 / 2 I . f o cz 3 k % / � ® ƒ ) / k g \ (5 o 0 E o 2 0 2 — 2 .— 5 = ° / % i S @ 0 c E - § I \ { o / / 0 — — % 03 3/ pk c o / 0 CD 0 z �_/ /_ o \ 0 c CL ) 2 ui - Ce / = J k co2 0 m 111 0 = E ƒ\ ( a) W Z » § co ® - o O 2 E E2 . 3 ® ° U -o __ CL IX w 0 0k 0 � 0 \ \ o CU _) 2 ) c « \ { \ � / § - // O 2 I0 £ \ \ t E \ / E ) . IX C 0 � m O y = / # } moo to e ob e z § ° _ / w 2 25 ± / coE [ = 2 2 = — 1- 20 3 .= kc § C / m L G Q § / E \ 0 � o 0 Wm 2 = 0 2 2 uj 20 , j \ k o} f / [ Q k \ , I 7 &§ a ° /\ \ § .> \ 0 a) 72 — _ \ = / E i O CO CO cm 2 c ° = u .2 m2 U. W � a w 7 / -. ) ƒ\ oD 22 . re @t ƒ § 7G / k ) o § � � ° ° O W z 7) 5 % a.) -- = co o 0 \ ƒ � / / k - § \ _ 03 2 — ` » @c E / 3 2 § 2 \/ \ \ 2 \ ( i \ I— _ » « a — > 2 \ § \ 7 \ b E / § • § e $ \ 5 \ \ k / $ $'\ / ® c - u_ � / � / f / k2 \ \ � k s 0 / < \ \ / t DO 2 E ck / cc / \ / 7 - fj m § \ < Z DE e o3 = ' a = a 2 � . r / � g c 0 ± / ƒ ° - / @ 2 § 3 & ) � { 2 « Io •ce 77 = — _ cc eI :tom 0 2 \ \ z - c /\ j \ � o U. \ {lid c 0 k ƒ co Sk ƒ \ \ \ a � / \ i§ Ar ! E 0 _c \ m o E 3 % %0 k ` w§ ± z ! O q *0 E z = / E < CERTIFIED MBE / WBE CONTRACTORS CITY OF WATERLOO, IOWA .�►V • rer100 CONTRACT COMPLIANCE OFFICE Community Development Board •� Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, Iowa 50703 City WEB Site: www.ci.waterloo.ia.us Contract Compliance WEB Site for listing updates: http://www.cityofwaterlooiowa.com/contractcompliance Contact: Rudy Jones,Community Development Director Email: rudv.iones(a�waterloo-ia.org Phone: (319) 291-4429 Fax: (319) 291-4431 MBE/WBE Certified Contractors List Page 1 of 4 CERTIFIED MBE CONTRACTORS - CARTER ELECTRIC - 725 Adams Street Waterloo, IA 50703 Phone: (319) 232-9808 — Pager: (319) 235-4021 Contact: Derrick Carter Specializing in: — ELECTRICAL CONTRACTOR CULPEPPER ELECTRIC 1731 Cottage Grove Avenue Waterloo, IA 50707 _ Phone: (319) 235-0885 Fax: (319) 236-8177 Contact: Martin Culpepper T Certified: City of Waterloo Certified MBE, Licensed Electrician Specializing in: ELECTRICAL CONTRACTOR DANIELS HOME IMPROVEMENT 339 Albany Street — Waterloo, IA 50703 Phone: (319) 961-1659 Contact: Sammy Daniels — Specializing in: ALL TYPES OF CONCRETE FLATWORK, POURED WALLS—ALL TYPES, FOOTINGS, LIGHT DEMOLITION D.C. CORPORATION - 426 Beech Street Waterloo, IA 50703 Phone: (319) 493-2542 — FAX: (319) 236-0515 Contact: Terry Phillips Certified: City of Waterloo Certified MBE, Iowa DOT, TSB Certified — Specializing in: COMMERCIAL AND RESIDENTIAL DEMOLITION, CONCRETE PAVING, DRIVEWAYS, TRUCKING (ALL TYPES), GENERAL CONSTRUCTION — MBE/WBE Certified Contractors List,Revised 9-9-14 Page 2 of 4 — �- GREER'S WORKS 2003 Plainview Street Waterloo, IA 50703 Phone: (319) 233-4701 Contact: Willie Greer Specializing in: DRIVEWAYS, SIDEWALKS, CARPENTRY, ROOFING, GENERAL CONSTRUCTION OLD GREER'S WORKS 2309 Springview Street Waterloo, IA 50707 Phone: (319) 233-2150 Contact: David L. Greer, Sr. Specializing in: ROOFING& GENERAL CONSTRUCTION QUICK CONSTRUCTION 217 Bates Street Waterloo, IA 50703 Phone: (319) 215-4166 Contact: Leroy Harrington Specializing in: ALL TYPES OF CONCRETE FLATWORK AND GENERAL CONSTRUCTION rt CERTIFIED WBE CONTRACTORS ATLAS PAINTING, INC.* 911 Sycamore Street P.O. BOX 65 Waterloo, IA 50704 Phone: (319) 232-9164 Specializing in: ..w MBE/WBE Certified Contractors List,Revised 9-9-14 Page 3 of 4 COMMERCIAL AND INDUSTRIAL PAINTING —. WATCO CONSTRUCTION, INC.* 2920 Texas Street Waterloo, IA 50702 _ Phone : (319) 233-7481 Certified: City of Waterloo WBE Contact : Patricia J. Kimball Specializing in: STORM SEWER, INLETS, DRAIN TILE, WATER MAIN, SANITARY SEWER, INTAKE STRUCTURES _ * DENOTES WOMEN BUSINESS ENTERPRISE MBE/WBE Certified Contractors List,Revised 9-9-14 Page 4 of 4 toot Ora 'IM STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.) r• All questions must be answered and the date given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of bidder. 2. Permanent main office address. 3. When organized. "'y 4. If a corporation, when incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company. ,f, 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for this contract. 12. Experience in construction work similar in importance to this project. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: $ 15. Give bank reference: 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that .� may be required by the City of Waterloo, Iowa? STATEMENT OF BIDDER'S QUALIFICATIONS Page SBQ-1 of 2 AECOM 60338621 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated at this day of 2015. (Name of Bidder) By: Title: State of ) ) ss: County of , being duly sworn deposes and says that he is_ of (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of , 2015. Notary Public My commission expires , STATEMENT OF BIDDER'S QUALIFICATIONS Page SBQ-2 of 2 AECOM 60338621 CONTRACT PROVISION Targeted Small Business (TSB) Affirmative Action Responsibilities on Non-Federal Aid Projects (Third-Party State-Assisted Projects) May 2012 TSB CONTRACT PROVISION TSB-1 of 7 AECOM 60338621 May 2012 CONTRACT PROVISION Targeted Small Business(TSB)Affirmative Action Responsibilities on Non-Federal-aid Projects(Third-party State-Assisted Projects) 1. TSB DEFINITION A TSB is a small business,as defined by Iowa Code Section 15.102(5),which is 51%or more owned,operated and actively managed by one or more women,minority persons or persons with a disability. Generally this is.a for profit small business enterprise under single management,is located in Iowa and has an annual gross income of less than 3 million dollars computed as an average of the three preceding fiscal years. 2. TSB REQUIREMENTS In all State-assisted projects made available through the Iowa Department of Transportation,local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 198.7 and 541 Iowa Administrative Code Chapter 4. These requirements supersede all existing TSB regulations,orders,circulars and administrative requirements. 3, TSB DIRECTORY INFORMATION Available from: Iowa Department of Inspections and Appeals Targeted Small Business Lucas Building Des Moines,iA 50319 Phone:515-281-7102 Website:http://dia.iowa.gov/page7.html 4. THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive,result-oriented program. Therefore the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business(TSB)concerns shall have the maximum practical opportunity to participate in contracts funded with State-assisted funds which are administered by this firm(e.g.suppliers,manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State-assisted programs. 5. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY(EEO)OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics,funding,authority and responsibility to carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing, managing and _ implementing the program on a day-to-day basis_ The officer shall also: A. For current TSB information,contact the Iowa Department of Inspections and Appeals(515-281-7102) TSB CONTRACT PROVISION TSB-2 of 7 AECOM 60338621 r—• TSB Affirmative Action Responsibilities r•. to identify potential material suppliers,manufactures and contractors. .. B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted,at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. rim D. Provide or arrange for assistance to TSBs in seeking bonding,analyzing plans/specifications or other actions that can be viewed as technical assistance. raft E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. F. Require all subcontractors and material suppliers to comply with all contract equal opportunity and 00, affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT r TSBs are to assume actual and contractual responsibilities for provision of materials/supplies,subcontracted work or other commercially useful function. .re A. The bidder may count: (1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and manufacturers;or (2) Work to be subcontracted to a TSB;or (3) Any other commercially useful function. .•. B. The contractor may count: (1) 100%of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials. (2) 60%of an expenditure to TSB suppliers that are not manufacturers;provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract,including those as a subcontractor. (4) Work the Contracting Authority has determined that it involves a commercially useful function. The TSB must have a necessary and useful role in the transaction of a kind for which there is a .� market outside the context of the TSB program. For example,leasing equipment or purchasing materials from the prime contractor would not count. 7. REQUIRED DATA,DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR •"" PROJECTS WITH ASSIGNED GOALS A. Bidders r+ Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded TSB CONTRACT PROVISION TSB-3 of 7 AECOM 60338621 TSB Affirmative Action Responsibilities the contract. Bidders shall complete the bidding documents plus a separate form called "TSB Pre-Bid Contact Information". This form includes: (1) Name(s)of the TSB(s) contacted regarding subcontractable items. (2) Date of the contract. (3) Whether or not a TSB bid/quotation was received. (4) Whether or not the TSB's bid/quotation was used. (12) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes from TSBs, Use those TSBs whose quotes are listed in the"Quotation Used in Bid"column along with a"yes" indicated on the Pre-bid Contact Information form. C. Contractors NOT Using Quotes from TSBs If there are no TSBs listed on the Pre-bid Contract Information form,then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre-solicitation or pre-bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation,trade associations and/or minority-focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowec for the TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? (5) Were TSBs provided with adequate information about the plans,specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified,was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractors groups;local, State and Federal minority business assistance offices or any other organization providing such assistance. — The above documentation shall remain in the contractor's files for a period of three (3)years after the completion of the project and be available for examination by the Iowa Department of Inspections and Appeals. 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on all State-assisted projects which are not assigned goals. Form "TSB Pre-bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation,then the contractor shall comply with section 7C.of this document prior to the contract award. — TSB CONTRACT PROVISION TSB-4 of 7 AECOM 60338621 r rdlI 13 p v) C to Op N O UW'1lW- - ct, a [r 0._ Q E y m m o YRS Cr)F- a. Z co .- 0 P.M C a) O Q D u) 7' ui -2 cCC a - oc �' c o a Z J m O 0 • cn a1 03 E _ co o to z N O A a) C 15 0 a, ♦'C Uc44fl 0 z a > a N CC }Y. oE Ed 0_ C O Lf1 m C W U Q LL.' :n 1- o a) m a< w U.10 sn U) U E c 0 �0 W 0Z I- z `E `p `o c �U W O 1- rat co N c ti v 2 a) z co 0 iii O 0 W C WO COt_ o cu �Z Q >• z JZ a M CL to V)U} E N . 20 a) M Z � 0 .r t�i1¢ a a> E c ©m ui • Q tp w E ¢Q' U ?7 cn V! W0 o c o 0 CCw WZ 0)) tip m a 2 v 0m ¢© t r•• <C] N p p � .c N Z CS C,) N 0 -p a3 R! N a W o C a ` E os v Rs c ©0 m a E 6 c v, O C 4 W< w Y C� m0 u, �' = m� c ad a, tU L' Ca) -- V) < 0 CC as a z as w- Cl)¢ o 2 0 c LLl `p tff 1- _O r.t >�' 'D O 0 v t- -ta= ap �_ t 3 a o o - rn N cc ..o T7 f as ! y.fl q) U to 0 St3 U 0 n .0 U 0 N ES I C`C -E, c a) O O .0 N z t O 8 ,_ a.0u co Q cl' ;O C N L Y 0 73 CO Cl,O 0- i -0 N O E _ a) '+ j .C. ,Lp a O N p — RS o -C C O >, t4� R 1-3 T v.° (I' 15 Llj t T E flcp ) _ t� 0 43 0 U c w c a Z h:.! TSB CONTRACT PROVISION TSB-5 of 7 AECOM 60338621 UTILIZATION OF TARGETED SMALL BUSINESS(TSB)ENTERPRISES ON NON-FEDERAL AID PROJECTS (THIRD-PARTY STATE-ASSISTED PROJECTS) In accordance with Iowa Code Section 19B.7 and 541 Iowa Administrative Code(IAC)Chapter 4,it is the policy of the Iowa Department of Transportation(Iowa DOT)that Targeted Small Business(TSB)enterprises shall have the maximum practicable opportunity to participate in the performance of contracts financed in whole or part with State funds. Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB firms and to utilize TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to utilize TSB firms as subcontractors,subconsultants,suppliers,or participants in the work covered by this agreement. The Recipient's"positive efforts"shall include,but not be limited to: 43. Obtaining the names of qualified TSB firms from the Iowa Department of Inspections and Appeals(515-281-7102)or from its website at:htto://dia.iowa.gov/page7.html. 44. Notifying qualified TSB firms of proposed projects involving State funding Notification should be made in sufficient time to allow the TSB firms to participate effectively in the bidding or request for proposal(RFP)process. 45. Soliciting bids or proposals from qualified TSB firms on each project,and identifying for TSB firms the availability of subcontract work. 46. Considering establishment of a percentage goal for TSB participation in each contract that is a part of this project and for which State funds will be used, Contract goals may vary depending on the type of project,the subcontracting opportunities available,the type of service or supplies needed for the project,and the availability of qualified TSB firms in the area. 47. For construction contracts: a) Including in the bid proposals a contract provision titled"TSB Affirmative Action Responsibilities on Non-Federal Aid Projects(Third-Party State-Assisted Projects)"or a similar document developed by the Recipient. This contract provision is available on-line at: http://www.dot.state.ia,us/local_systems/publications/tsb_contract_provision.pdf b) Ensuring that the awarded contractor has and shall follow the contract provisions. 48. For consultant contracts: a) Identifying the TSB goal in the Request for Proposal(RFP),if one has been set. b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal,if any. This should include obtaining documentation from the consultant that includes a list of TSB firms contacted;a list of TSB firms that responded with a subcontract proposal;and,if the consultant does not propose to use a TSB firm that submitted a subcontract proposal,an explanation why such a [SB firm will not be used. The Recipient shall provide the Iowa DOT the following documentation: 22. Copies of correspondence and replies,and written notes of personal and/or telephone contacts with any TSB firms. Such documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project tile. 23. Bidding proposals or REPS noting established TSB goals,if any. ... 24. The attached"Checklist and Certification." This form shall be filled out upon completion of each project and forwarded to: Iowa Department of Transportation,Civil Rights Coordinator,Office of Employee Services,800 Lincoln Way,Ames,IA 50010. �+ TSB CONTRACT PROVISION TSB-6 of 7 - - AECOM 60338621 r. owl oft CHECKLIST AND CERTIFICATION For the Utilization of Targeted Small Businesses(TSB) On Non-Federal-aid Projects(Third-Party State-Assisted Projects) 00.11 Recipient: Project Number: Oat County: Agreement Number: 1. Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? 0 YES 0 NO smi ' If no,explain 2. Were qualified TSB firms notified of project? it YES ❑NO If yes,by ©letter, ❑telephone, Li personal contact,or ❑other(specify) If no,explain 3. Were bids or proposals solicited from qualified TSB firms? D YES U NO If no,explain 4. Was a goal or percentage established for TSB participation? ❑YES U NO If yes,what was the goal or percentage? If no,explain why not: 5. Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? I i YES Ii NO .+a If no,what action was taken by Recipient? Is documentation in files? ❑YES ❑NO 6. What was the dollar amount reimbursed to the Recipient from the Iowa Department of Transportation? $ What was the final project cost? $ ._. What was the dollar amount performed by TSB firms? $ Name(s)and address(es)of the TSB firms) (Use additional sheets if necessary) Was the goal or percentage achieved? L YES n NO If no,explain -- As the duly authorized representative of the Recipient,I hereby certify that the Recipient used positive efforts to utilize TSB firms as participants in the State-assisted contracts associated with this project. Title Signature TSB CONTRACT PROVISION TSB-7 of 7 AECOM 60338621 GENERAL SPECIAL PROVISIONS Wel 1. SCOPE OF WORK ,... The work covered by this contract consists of furnishing all labor, equipment, and materials and performing all operations, in connection with the REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY, in accordance with these specifications. Pot The specifications are dated April 2015. They have the general title of REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY. The Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, Series of 2012, are to be used, along with the special provisions described herein, and shall be considered as part of the contract documents. 2. CONFLICTING SPECIFICATIONS All requirements of other specifications contained in the contract documents which conflict with the provisions of the special provisions will be considered void. 3. DUMPING AREAS Excess material resulting from construction operations shall be hauled to the County Landfill or other area secured by the contractor and approved by the City Engineer. Rubble, rubbish, trees, brush, and other unsuitable backfill material, as designated by the City Engineer, shall be hauled to the County Landfill. All Landfill charges are to be considered incidental to the contract and are the responsibility of the contractor. 4. CONSTRUCTION DAMAGE ..4 The Contractor shall exercise care during construction operations to ensure the safety and protection to existing features located near or within the limits of construction. Damage caused by negligence or poor workmanship, as determined by the Engineer, shall be considered the Contractor's responsibility. 5. REMOVED MATERIALS All materials removed as part of this Contract shall remain the property of the City unless the City determines that the materials are not salvageable and the City does not want to retain ownership of the materials. Materials designated in the field by the Engineer as nonsalvageable shall be hauled and disposed of by the Contractor at no cost to the City. All other materials shall be transported to locations as directed by the Engineer. No separate measurement or payment will be made for hauling or disposing of removed materials and it shall be considered incidental to applicable items. 6. OVERHAUL — Overhaul will not be paid for "surplus material" obtained from any of the items of construction under this contract. The cost of overhaul will be considered as incidental to the items to which it applies. GENERAL SPECIAL PROVISIONS Page GSP-1 of 5 AECOM 60338621 7. PAY ITEMS All pay items are listed in the proposal and shall include the purchase of all materials, delivery of these materials, and furnishing all labor, plant, and miscellaneous work needed to make the item complete. All such cost shall be incidental to the proposed item to which it applies and shall not be considered for separate payment. 8. BREAKDOWN OF LUMP SUM CONTRACT PRICE ITEMS The Contractor shall, immediately upon execution and delivery of the contract, before the first estimate for payment is made, deliver to the City Engineer a detailed estimate giving a complete breakdown of the lump sum contract prices. The submitted breakdown shall be approved by the City Engineer prior to any payment of any lump sum price item. 9. PERMISSION TO HAUL OVER STREETS, RAILROADS, AND HIGHWAYS The Contractor will be required to secure, from the proper authorities, permission or permit which may be required to haul over streets, highways, railroads or private property, and any hauling operations of the Contractor shall be subject to the requirements of such permits, permission, and to all applicable regulations, laws, and ordinances governing hauling and movement of equipment over streets, railroads, highways, and private property. Any costs or inconvenience caused by obtaining any necessary permits or permission shall be considered completely covered by the price bid for the items in the proposal. 10. CONSTRUCTION SCHEDULING The Engineer shall approve Contractor's work schedule prior to starting. All revisions shall also be approved. The Engineer may change the schedule to accommodate changing construction conditions. The Contractor shall coordinate the work under this contract with contractors performing work under other contracts, which may be performed concurrently. The Contractor shall be responsible to notify the Police, Fire, Street, and Engineering Departments of the closing and opening of streets. The Contractor shall commence work within ten (10) days after receipt of the "Notice to Proceed" and diligently execute the work of the contract to completion. 11. PRE-CONSTRUCTION CONFERENCE Before any work is started, the Contractor shall arrange with the Engineer to hold a pre- construction conference for the purpose of discussing the contract. 12. UNDERGROUND UTILITIES It is the responsibility of the Contractor to obtain the location of gas lines, water lines, electric, telephone, and cable television cables or wires from the various utility companies and the City electrician before starting any excavation. The Contractor shall be responsible for any damage to any underground utilities. The Contractor shall expose those utilities indicated on the plans so that elevations may be determined before beginning construction. This work shall be considered incidental to other items of work. If the Contractor believes that additional costs have been incurred due to a utility being improperly located, the resolution of the additional costs incurred shall be made between the contractor and the respective utility company. GENERAL SPECIAL PROVISIONS Page GSP-2 of 5 AECOM 60338621 r 13. SAFETY OF WORKERS AND PUBLIC The Contractor shall, at all times, take necessary precautions to protect the life and health of all persons employed on this project and the public. He shall provide necessary safety devices and safeguards in accordance with latest and best accident prevention practices. All such protection shall be furnished to employees without cost. .• No direct measurement of payment shall be made for this protection but shall be considered incidental to other items of work. The public shall be kept outside of any work area. 14. WORKING ON SATURDAYS, SUNDAYS AND LEGAL HOLIDAYS The Contractor shall notify the Engineer in writing forty-eight (48) hours in advance if work on Saturday is planned. By noon the Friday before the planned Saturday work, the Contractor shall confirm the Saturday work schedule with the project inspector. Work on Sunday requires prior approval of the Engineer in accordance with the Waterloo Standard Specifications. 15. ACCESS TO SITE. Access to the work shall be limited to those gates and routes indicated on the plans. All areas used by the Contractor either for access or for construction operations shall be repaired by the Contractor after completion of the Contract work to restore such areas to essentially their original condition. All unsurfaced roads used by the Contractor shall be watered regularly by the Contractor to reduce dust. All surfaced roacs, streets, or airport pavement used by the Contractor for access or hauling shall be swept at least daily or as directed by the Engineer. All damage to surfaced roads used by the Contractor shall be repaired to original condition or better at no cost to the Owner. The Contractor shall be solely responsible for security at those airport property entrance gates assigned to his use. At all times gates are unlocked the Contractor shall provide a full-time guard who shall: 1. Allow entry onto airport property of only those persons authorized, carrying proper identification, and previously registered with the Airport Security Office as Contractor's personnel, supplier, subcontractor or other party in connection with the work. _ 2. Keep a log of all vehicles and persons entering and leaving through the gate under his control. 3. Report immediately to the Airport Office any unauthorized entry into the airport. 16. INSPECTION OF THE SITE. Contractor shall inspect the construction site and the area of work in general and familiarize himself with existing conditions. Bidders shall arrange an individual site visit prior to Bidding by contacting the Airport Director at (319) 291-4483. 17. SECURITY REQUIREMENTS. Contractor's supervisory employees shall obtain Security Clearance prior to having access to any area on the Airport within the limits of the perimeter fence (the 8' and 10' chain link fence). Other contractor employees who have a need for access to a work area on the Airport must be escorted by an employee with current Security Clearance. The GENERAL SPECIAL PROVISIONS Page GSP-3 of 5 AECOM 60338621 Security-Cleared employee shall have no more than 10 employees under his/her direct supervision. This employee shall be in direct contact and control of and be responsible for all employees under his/her supervision at all times. The procedure for a Contractor's employee to obtain Security Clearance is as follows. a. Obtain fingerprint form from the Airport Administration. Provide data on the fingerprint form and take it to the Waterloo Police Department office in City Hall. Fingerprinting will be conducted by the Waterloo Police Department. Return the completed fingerprint form to the Airport Administration. The cost of fingerprinting at the Waterloo Police Department is $10.00 per person to be paid at time of fingerprinting. b. The completed fingerprint form that has been returned to the Airport Administration will be forwarded for a criminal background check. c. After the background check is completed, which takes approximately 7-10 days, Airport Administration will issue approval notice of unescorted access to the airfield. d. Prior to access to the airfield, the person(s) are required to attend a Driver Training Program at the airport. This program takes approximately two (2) hours to complete. e. In addition to the cost of fingerprinting, a non-refundable payment in the amount of $100 is required for each Airport Security Clearance Request. This payment is due to the Waterloo Regional Airport when the completed fingerprint form is returned to Airport Administration. Each company or agency must provide the Airport Administration with a list of individuals who have or are requesting Airport Security Clearance. 18. WORK AREA. The Contractor's operations, including storage of materials upon the site, shall be confined to authorized or approved areas. No unauthorized or unwarranted entry upon, or passage through, or storage of materials shall be made upon other airport premises. Temporary buildings, storage sheds, shops and office, etc., may be erected by the Contractor only with the prior approval of the Engineer and shall be built with labor and materials furnished by the Contractor without expense to the airport. Such temporary buildings and utilities shall remain the property of the Contractor and shall be removed by him, at his expense, after the completion of the work. 19. CLEANUP OF PROJECT SITE. The Contractor shall at all times keep the site of the work and adjacent premises as free from materials, debris, rubbish and trash as practicable, and shall remove same from any portion of the site if, in the opinion of the Owner, such materials, debris, rubbish or trash constitute a nuisance or are objectionable in any way to the public. The Contractor shall be responsible for the removal of dirt accumulation or any other debris on pavements resulting from the Contractor's operations on the work. At the completion of the work the Contractor shall remove all materials, implements, barricades, equipment, staging, piling, falsework, debris and rubbish connected with or caused by operations for such work immediately upon the completion of that work and shall leave the premises in perfect condition insofar as affected by the work under this Contract. Fires for disposal of rubbish on the site are prohibited. At the end of each day, the project site shall be inspected and cleaned of construction debris and trash. The project site shall be inspected by air operations prior to opening area to aircraft. All cleaning shall be accomplished by a street sweeper or power broom to remove debris. Prior to sweeping, the area shall be cleaned of large debris, concrete, mud, etc., with an end loader. GENERAL SPECIAL PROVISIONS Page GSP-4 of 5 AECOM 60338621 rig If the Contractor should fail to clean up the premises as required above, the Owner after giving the Contractor one (1) hour notice, may do so and charge the cost thereof to the Contractor. The Airport and the Contractor hereby agree that the cleanup charge will be$200.00 per hour. 20. TEMPORARY TOILETS. The Contractor shall provide and maintain temporary sanitary facilities •n as necessary for use of workmen. All facilities must be in compliance with statutory sanitation requirements. 21. CONTRACTOR COMMUNICATION. The Contractor shall provide a telephone, pager, etc., on the project site to enable communication between the Contractor and the Engineer or Airport personnel. The Contractor shall also have a 24-hour contact person for after-construction-hours communication. This person shall be contacted in case of an emergency on the project site. 22. CONVICT LABOR. No convict labor may be employed under this contract. 23. CONSTRUCTION ACCESS ROUTE. See Figure 1 at the end of this section. 24. SITE PLAN. See Figure 1 at the end of this section. 1.1 0.14 Oasti GENERAL SPECIAL PROVISIONS Page GSP-5 of 5 AECOM 60338621 SPECIAL PROVISIONS 1. LIQUIDATED DAMAGES Time is an essential element of this contract. It is important that the work be diligently pursued to rR completion. If the work is not completed within the specified contract period, plus authorized extensions, the Contractor shall pay to the City Liquidated Damages in the amount of$500.00 per day, for each day, as further described herein, in excess of the authorized time. '4' Days beyond the specified completion date for which Liquidated Damages will be charged will be working days that the Contractor does, or could have worked from Monday through Saturday. Sundays will be counted only if work is performed. Partial working days will be considered as a full working day. Days not chargeable for Liquidated Damages will include rain days, Sundays, if no work is done, and legal holidays. Working days will cease to be charged when only punch list items remain to be completed. Punch list items do not include contract bid items or approved change/extra work orders. When the Contractor believes the project to be substantially completed, a written notice stating the same shall be submitted to the Engineer and a request made for a Punch List. If the work under the Contract extends beyond the normal construction season for such work, the Contractor shall submit to the Engineer in writing a request that working days counted toward the project be suspended until work is resumed the following construction season. This amount is not construed as a penalty. These damages are for the cost to the City of providing the required additional inspection, engineering and contract administration. 2. PERCENT OF CONTRACT TO BE PERFORMED BY PRIME CONTRACTOR The prime contractor shall be required to perform at least 35 percent of the total contract amount of the project. 3. SHOP DRAWINGS, CERTIFICATES, AND EQUIPMENT LISTS A. Submission of Drawings: 1. The Contractor shall submit to the Engineer all shop drawings and equipment drawings or lists as called for in the contract documents or as requested by the Engineer. Drawings and listings shall be complete and shall contain all required detail information conveyed according to the latest recommended standards for detailing. 2. The Contractor shall make any corrections required by the Engineer and submit the revised shop or equipment drawings or listings for review. After review by the Engineer, the shop or equipment drawings or listings will be so marked, dated, signed by the Engineer, and forwarded to the Contractor for reproduction and distribution. B. Submission of Equipment Lists: 1. If requested in the contract documents, as soon as practicable after award of contract and before any items of material or equipment are purchased, the Contractor shall submit to the Engineer for review a complete list of the principal fixtures and equipment to be incorporated into the work. SPECIAL PROVISIONS SP-1 of 4 AECOM 60338621 2. The Contractor shall also submit applicable brochures, technical data, catalogs, cuts, diagrams, manufacturer's drawings and installation instructions, samples if required, and other descriptive data including the complete description, trade name, model number, type, size, and rating. C. Engineer's Review: 1. Review by the Engineer shall not be construed as a complete check but will indicate only that the general method of construction and detail is satisfactory. The Engineer assumes no responsibility for errors in dimensions in the shop drawings and assumes the Contractor will use material complying with requirements of the contract documents or, where not specified, those of sound and reasonable quality, and will erect the subjects of such shop drawings according to recognized standards of first quality work or, when specified, according to standards of the contract documents. 2. Any work done or material ordered by the Contractor prior to review by the Engineer shall be at the Contractor's risk. D. ENGINEER'S ACTION ON SUBMITTALS 1. General: a. Except for submittals for record and similar purposes, where action and return on submittals required or requested, ENGINEER will review each submittal, mark with appropriate action, and return. Where submittal must be held for coordination, ENGINEER will so advise CONTRACTOR without delay. b. ENGINEER will stamp each submittal with action stamp, appropriately marked with submittal action. 2. Notification of Insufficient Information: a. If information submitted is not sufficient to complete review of submittal, ENGINEER will send transmittal to CONTRACTOR notifying CONTRACTOR that additional information is required. b. Submittal will not be returned. Submittal will be placed in an "on hold" status until CONTRACTOR provides additional information. 3. Action Stamp: a. Marking: No Exceptions Taken. 1) Final Unrestricted Release: Where submittals are marked as "No Exceptions Taken," Work covered by submittal may proceed provided it complies with Contract Documents. Acceptance of Work depends on that compliance. b. Marking: Make Corrections Noted. 1) Final-But-Restricted Release: When submittals are marked as "Make Corrections Noted," Work covered by submittal may proceed provided it complies with ENGINEER'S notations or corrections on submittal and with Contract Documents. Acceptance of Work depends on that compliance. Resubmittal is not required. SPECIAL PROVISIONS SP-2 of 4 AECOM 60338621 I mum c. Marking: Rejected. 0.4 1) Submittal Not Accepted: When submittals are marked as "Rejected," do not proceed with Work covered by submittal. Work covered by submittal does not comply with Contract Documents. ^° 2) Prepare new submittal for different material or equipment supplier or different product line or material of same supplier complying with Contract Documents. d. Marking: Rev se and Resubmit. 1) Returned for Resubmittal: When submittals are marked as "Revise and Resubmit," do not proceed with Work covered by submittal. Do not permit Work covered by submittals to be used at Project site or elsewhere where Work is in progress. 2) Revise submittal or prepare new submittal in accordance with ENGINEER'S notations. Resubmit without delay. Repeat if required to obtain different action marking. 4. PROJECT RECORD DOCUMENTS A. Maintain at the project site one record copy of the drawings, project manual, addenda, change orders and otier modifications to contract, field orders or clarifications, shop drawings, field test records, and associated permits. B. Provide one marked up set of drawings to Engineer at substantial completion for use in preparation of record drawings. C. Maintain record documents in clean dry, legible condition and in good order. Do not use record documents for construction purposes. Make record documents available for inspection by Engineer. 5. BUILDING PERMITS Contractor shall be required to obtain all necessary building permits from the City of Waterloo Building Department. All costs for permits shall be the responsibility of the Contractor. 6. STANDARD SPECIFICATIONS The Standard Specifications, which are referenced in the contract documents, are designated as follows: WATERLOO STANDARD SPECIFICATIONS - "Standard Specifications for Municipal Public Works Construction, City of Waterloo, Iowa." 7. SPECIAL PROVISIONS Standard Specifications are amended by the following additions. These are Special Provisions and shall prevail over those published in the Standard Specifications. Section 049000—Masonry Restoration and Cleaning Section 085200—Wood Windows 8. AIRPORT SECURITY REQUIREMENTS _._ Contractor's supervisory employees shall obtain Security Clearance prior to having access to any area on the Airport within the limits of the perimeter fence (the 8' and 10' chain link fence). Other SPECIAL PROVISIONS SP-3 of 4 AECOM 60338621 contractor employees who have a need for access to a work area on the Airport must be escorted by an employee with current Security Clearance. The Security-Cleared employee shall have no more than 10 employees under his/her direct supervision. This employee shall be in direct contact and control of and be responsible for all employees under his/her supervision at all times. The procedure for a Contractor's employee to obtain Security Clearance is as follows. a. Obtain fingerprint form from the Airport Administration. Provide data on the fingerprint form and take it to the Waterloo Police Department office in City Hall. Fingerprinting will be conducted by the Waterloo Police Department. Return the completed fingerprint form to the Airport Administration. The cost of fingerprinting at the Waterloo Police Department is $10.00 per person to be paid at time of fingerprinting. b. The completed fingerprint form that has been returned to the Airport Administration will be forwarded for a criminal background check. c. After the background check is completed, which takes approximately 7-10 days, Airport Administration will issue approval notice of unescorted access to the airfield. d. Prior to access to the airfield, the person(s) are required to attend a Driver Training Program at the airport. This program takes approximately two (2) hours to complete. e. In addition to the cost of fingerprinting, a non-refundable payment in the amount of $100 is required for each Airport Security Clearance Request. This payment is due to the Waterloo Regional Airport when the completed fingerprint form is returned to Airport Administration. Each company or agency must provide the Airport Administration with a list of individuals who have or are requesting Airport Security Clearance. SP-4 of 4 SPECIAL PROVISIONS AECOM 60338621 SECTION 04 90 00 MASONRY RESTORATION AND CLEANING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Cleaning new masonry; reuse of existing masonry units: rebuilding and replacement of damaged masonry units; repointing mortar joints; and repair of damaged masonry as shown on drawings. This includes cutting out the old mortar and filling joints with new mortar, and opening of clogged weep holes. Removal of existing bricks which are spalled, cracked or loose and out of plumb, and replaced with new bricks to match existing. 1.02 REFERENCES A. The Masonry Society, (TMS): 1. TMS MSJC - Building Code for Masonry Structures (ACI 530/ASCE 5/TMS 402), Specification for Masonry Structures (ACI 530.1/ASCE 6/TMS 602) and Commentaries. "' B. Brick Institute of America, (BIA): 2. BIA-Technical Notes on Brick Construction 20R- Cleaning Brick Masonry. C. National Concrete Masonry Association, (NCMA): 3. NCMA TEK 92 - Control and Removal of Efflorescence. D. ASTM C-270 Standard Specification for Mortar for Unit Masonry. E. ASTM C-67 Standard Test Methods for Sampling and Testing Brick and Structural Clay Tile 1.03 SUBMITTALS A. Shop Drawings: Indicate setting details of cut brick, and special supports for the work. Detail shoring, bracing and temporary or permanent support. Submit calculations and details sealed and signed by a Iowa licensed Professional Structural Engineer employed by the Contractor. B. Product Data: Submit manufacturer's technical data for each product indicated including recommendations for their application and use. Include test reports and certifications substantiating that products comply with requirements. C. Restoration Program: Submit written program for each phase of restoration process including protection of surrounding materials on building and site during operations. Describe in detail materials, methods and equipment to be used for each phase of restoration work. D. Samples: Submit, for verification purposes, prior to mock-up erection, samples of the following: MASONRY RESTORATION AND CLEANING Page 04 90 00-1 of 7 AECOM 60338621 1. Each new exposed masonry material to be used for replacing existing materials. Include in each set of samples the full range of colors, colors and textures to be expected in completed work. E. For bricks provide straps or panels containing not less than 4 units. 1. Each type mortar for pointing and masonry rebuilding and repair. 2. Each type of anchor. 1.04 QUALITY ASSURANCE A. Repointing: Prepare 2 separate sample at locations identified requiring repointing, one for demonstrating methods and quality of workmanship expected in removal of mortar from joints and the other for demonstrating quality of materials and workmanship expected in pointing mortar joints. Erect mock-up panels into an existing wall, unless otherwise indicated. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five years documented experience. B. Restorer: Company specializing in performing Work of this Section with minimum five years documented experience. Company must use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and methods needed for proper performance of the work in this section. 1.06 PRE-INSTALLATION MEETING A. Convene minimum one week prior to commencing Work of this section. B. Require attendance of parties directly affecting work of this section. C. Review conditions of installation, installation procedures, and coordination with related work. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver masonry neatly stacked and tied on pallets. Store clear of ground with adequate waterproof covering. B. Protect masonry restoration materials during storage and construction from wetting by rain, snow or ground water, and from staining or intermixture with earth or other types of materials. C. Protect grout, mortar and other materials from deterioration by moisture and temperature. Store in a dry location or in waterproof containers. Keep containers tightly closed and away from open flames. Protect liquid components from freezing. Comply with manufacturer's recommendations for minimum and maximum temperature requirements for storage. 1.08 ENVIRONMENTAL REQUIREMENTS A. Hot and Cold Weather Requirements: TMS MSJC Specification. MASONRY RESTORATION AND CLEANING Page 04 90 00-2 of 7 AECOM 60338621 B. Protect elements surroundiig the work of this Section from damage or disfiguration. The Contractor shall visit the site and be aware of all existing conditions. The work requires construction to remain and landscaping. Protection of the work is the responsibility of the Contractor who shall be responsible for all damages to adjacent surfaces and properties. C. Immediately remove stains, efflorescence, or other excess resulting from the work of this Section. Prevent mortar, masonry coating and caulking materials from staining or damaging windows, doors, frames, louvers or the face of masonry to be left exposed. Remove immediately palmortar drippings or excess. Protect all sills, ledges and other projections form droppings of mortar. D. Protect roof membrane and (•lashings from damage. Lay % inch plywood on roof surfaces over ^" full extent of work area and traffic route. E. Provide waterproof dams to c ivert flowing water to drains. F. Do not use process creating dust, or dirt, when wind is over 10 mph (16 kph). 1.09 SEQUENCING A. Perform masonry restoration work in the following sequence per phasing as indicated on drawings. 1. Repair existing masonry including replacing existing masonry with new masonry materials. 2. Rake-out existing mortar from joints indicated to be repointed. 3. Clean existing masonry surfaces. 4. Repoint existing mortar joints of masonry indicated to be restored. PART 2 - PRODUCTS 2.01 MASONRY RESTORATION AND CLEANING A. Manufacturers: 1. Diedrich Chemicals Restoration Technology. 2. ProSoCo Inc. Model Sure Klean Series. 3. STO Concrete Restoration. 2.02 COMPONENTS A. Cleaning Agent: Acid solution and alkaline base compound type. 1. Brick masonry cleaning compound: Sure Klean Restoration Cleaner with Sure Klean Limestone Prewash/Afterwash. B. Cleaning Solution for Stain and Efflorescence Removal: As recommended by NCMA-TEK 45, NCMA-TEK 92 and BIA-Technical Notes on Brick Construction 20R. C. Mortar and Grout Materials: Conform to requirements. MASONRY RESTORATION AND CLEANING Page 04 90 00-3 of 7 AECOM 60338621 D. Reclaimed Masonry Units: Remove existing masonry where directed taking care to prevent damage. Remove all mortar on undamaged units and store on a pallet in a dry area. E. Face Brick and Accessories: PART 3- EXECUTION 3.01 EXAMINATION A. Verify that surfaces to be cleaned and restored are ready for work of this Section. 3.02 PREPARATION A. General: Comply with recommendations of manufacturers of chemical cleaners for protecting building surfaces against damage from exposure to their products. B. Protect persons, motor vehicles, surrounding surfaces of building whose masonry surfaces are being restored, building site, and surrounding buildings from injury resulting from masonry restoration work. C. Prevent chemical cleaning solutions from coming into contact with pedestrians, motor vehicles, landscaping, buildings and other surfaces which could be injured by such contact. D. Do not clean masonry during winds of sufficient force to spread cleaning solutions to unprotected surfaces. E. Dispose of run-off from cleaning operations by legal means and in manner which prevents soil erosion, undermining of paving and foundations, damage to landscaping, and water penetration into building interiors. F. Erect temporary protection covers over pedestrian walkways and at points of entrance and exit for persons and vehicles which must remain in operation during course of masonry restoration work. G. Protect glass and unpainted metal trim from contact with acidic chemical cleaners by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. Apply masking agent to comply with manufacturer's recommendations. Do not apply liquid masking agent to painted or porous surfaces. H. Protection can be eliminated subject to OWNER'S approval, if testing demonstrates no detrimental effect from exposure to cleaning solutions. I. Protect unpainted metal from contact with alkali chemical cleaners by covering them either with liquid strippable masking agent or polyethylene film and waterproof masking tape. J. Protect roof membrane and flashings from damage. Lay 1/2 inch (13 mm) plywood on roof surfaces over full extent of work area and traffic route. K. Close off, seal, mask, and board up areas, landscaping, materials, and surfaces not receiving work of this section to protect from damage. MASONRY RESTORATION AND CLEANING Page 04 90 00-4 of 7 AECOM 60338621 L. Construct dust proof and weatherproof partitions to close off occupied areas. M. Protect all adjacent surroundings from exposure to mixed repair compound or its components. 3.03 INSTALLATION A. Brick Rebuilding: ,.� 1. Cut out damaged and deteriorated masonry with care in a manner to prevent damage to any adjacent remaining materials. 2. Provide and install temporary shoring and needling to support structure as necessary in advance of cutting out units. 3. Cut away loose or unsound adjoining masonry and mortar to provide firm and solid bearing for new work. 4. Rebuilding Mortar: As specified. 5. Install built in masonry to match and align with existing, with joints and coursing true and level, faces plumb and in line. Build in all openings, accessories and fittings. 6. Lay replacement brick with completely filled bed, head and collar joints. Butter ends with 0.1 sufficient mortar to fill head joints and shove into place. Wet clay brick which have ASTM C-67 initial rates of absorption (suction) of more than 30 grams per 30 sq. in. per minute. Use wetting methods which ensure that units are nearly saturated but surface dry when laid. Maintain joint width for replacement units to match existing. 7. Tool exposed mortar joints in repaired areas to match joints of surrounding existing brickwork. B. Brick Removal: 1. Carefully remove by hand at locations indicated any brick which are damaged, spatted or deteriorated. Cut out full units form joint to joint and in manner to permit replacement with full size units. 2. Support and protect masonry indicated to remain which surrounds removal area. 3. Salvage as many whole, undamaged bricks as possible. 4. Remove mortar, loose particles and soil from salvaged brick by cleaning with brushes and water. Store brick for reuse. 5. Clean remaining brick at edges of removal areas by removing mortar, dust, and loose debris in preparation for rebuilding. C. Repointing, Joint Raking, and Preparation of Existing Masonry 1. Cut out loose or disintegrated mortar in joints to minimum 3/4 inch depth or 2-1/2 times the height of the joints, whichever is greater. In all cases, rake back until sound mortar is reached and dirt and loose material is removed. 2. Do not damage masonry units. 3. Power operated rotary hand saws and grinders will be permitted based on submission by Contractor of a satisfactory quality control program and demonstrated ability of operators to use tools without damage to masonry. Saws and grinders shall be fitted with dust extraction system to prevent dust from being released in accordance with EPA, and other governing agency requirements. Quality control program shall include provisions for supervising performance and preventing damage due to worker fatigue and dust emissions. Power saw cutting will only be permitted at horizontal joints and no closer than 1/8" to brick or limestone surfaces. Remaining mortar must be removed with hand tools. MASONRY RESTORATION AND CLEANING Page 04 90 00-5 of 7 AECOM 60338621 a. Where"soft" mortar is encountered, contractor is to use a vacuum recovery system attached to the grinders. Its low strength and high particulate release define soft mortar during grinding. Recovery system must collect at least 95% of the grinding particles and associated dust, and collect them in a closed drum. Close drums with appropriate covers before disposal. 4. Remove mortar cleanly from the masonry leaving square corners at the back of the cut. 5. Any damaged, deteriorated or missing brick shall be patched or replaced as required or directed by the OWNER. New brick must match existing and shall be installed to the latest requirements for masonry construction. 6. Before pointing is started, remove loose particles from joints by means of a jet of air, vacuum or brush. No abrasive methods of cleaning joints will be accepted. 7. Thoroughly rinse joints with water. Allow sufficient time for the excess rinse water to evaporate before filling the joints. 8. Obtain OWNER approval of raked joint preparation prior to repointing. D. Repointing of Existing and Reconstructed Masonry 1. Obtain OWNER approval of pointed joint mock-up. 2. All tuckpointing work shall be done when the air and surface temperature are above 45 degrees. 3. Premoisten joint and apply mortar as specified. Joints should be saturated but with no standing water. 4. Pack joints solidly with mortar leaving no voids. Form a smooth, compact joint to match existing. 5. Apply mortar in layers, maximum of 3/8", apply the first layer to areas in which the mortar was removed to a depth greater than the surrounding areas to create a uniform depth for subsequent layers.6. For each layer, thoroughly compact the mortar to allow to become thumb print hard prior to application of the next layer. 7. Do not allow mortar to extend over the edges of the masonry. 8. Tool the joints to match approved mock-up. 9. Moist cure the mortar for 72 hours. Hairline cracking within the mortar or separation at the edge of the joint is unacceptable. 10. Protect adjacent areas from mortar droppings. Clean up promptly to avoid staining. Clean up with water only and fiber bristle brushes. Use no acids, detergents or cleaning agents without prior approval in writing from the OWNER. E. Cleaning Masonry 1. Verify mortar is fully set and cured. 2. Clean surfaces and remove large particles with wood scrapers, brass or nylon wire brushes. 3. Scrub walls with cleaning detergent solution using stiff brush. Thoroughly rinse and wash off cleaning solution, dirt and mortar crumbs using clean, pressurized water. 4. Protect windows and frames during cleaning. F. Final Cleaning 1. Allow mortar to fully harden for approximately 28 days after completion of work, then thoroughly clean exposed masonry surfaces of excess mortar and foreign matter using stiff nylon or bristle brushes and clean water under normal pressure. MASONRY RESTORATION AND CLEANING Page 04 90 00-6 of 7 AECOM 60338621 2. Use of metal scrapers or brushes will not be permitted. 3. Use of acid or alkali cleaning agents will not be permitted. 3.04 CLEANING A. As work proceeds and on completion, remove excess mortar, smears, droppings. B. Clean surrounding surfaces. 3.05 FIELD QUALITY CONTROL A. Inspectors: Owner will engage qualified independent inspectors to perform inspections and prepare test reports. Allow inspectors use of lift devices and scaffolding, as needed, to perform inspections. B. OWNER'S Project Representatives: OWNER will assign Project representatives to help carry out OWNER'S responsibilities at the site, including observing progress and quality of portion of the Work completed. Allow OWNER'S Project representatives use of lift devices and scaffolding, as needed, to observe progress and quality of portion of the Work completed. C. Notify OWNER'S Project representatives in advance of times when lift devices and scaffolding will be relocated. Do not relocate lift devices and scaffolding until OWNER'S Project representatives have had reasonable opportunity to make inspections and observations of work areas at lift device or scaffold location. ** END OF SECTION *** MASONRY RESTORATION AND CLEANING Page 04 90 00-7 of 7 AECOM 60338621 SECTION 08 52 00 WOOD WINDOWS PART 1 - GENERAL 1.01 DESCRIPTION: A. Provide wood windows as indicated and specified. 1. Section Includes: a. Aluminum-clad wood window types. Oml (1) Casement Window Units. 1.02 SYSTEM DESCRIPTION: A. Standards: Performance requirements for structural performance, air infiltration, and water penetration for wood windows are those specified in NWWDA I.S. 2 "Industry Standard for Wood Window Units." 1. Provide wood window units bearing NWWDA "Hallmark Program" label certifying compliance with requirements of NWWDA I.S. 2 for performance grade indicated. B. Testing: Manufacturer's stock units of each grade of required wood window shall have been tested by recognized testing laboratory or agency in accordance with ASTM E283 for air infiltration, ASTM E547 for water penetration, and ASTM E330 for structural performance. Test samples shall comply with requirements in NWWDA I.S. 2 for test sample sizes and methods. C. Performance Requirements (Grade 40 Windows): Each required window unit shall comply with the following performance requirements: 1. Air Infiltration: Not more than 0.25 cfm/sq ft of overall frame are at inward test pressure of 1.57 lbf/sq ft. 2. Water Penetration: No water penetration as defined in test method at inward test pressure of 4.43 lbf/sq ft. 3. Structural Performance: No glass breakage, damage to hardware, permanent deformation that would impair operation of unit, or residual deflection greater than 0.4% of span at positive (inward) and negative (outward)test pressure of 40 Ibf/sq ft. 1.03 SUBMITTALS: A. Product Data: 1. Standard construction details and fabrication methods. 2. Profiles and dimensions of individual components. 3. Data on hardware, accessories, and finishes. 4. Recommendations for maintenance and clearing exterior surfaces. WOOD WINDOWS Page 08 52 00-1 of 6 AECOM 60338621 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Firms whose windows have been certified under NWWDA "Hallmark Program" for wood window units are listed in current NWWDA "Membership and Product Directory" and comply with requirements indicated. 1. Provide only wood window units bearing NWWDA "Hallmark Program" label certifying compliance with requirements of NWWDA I.S. 2. B. Wood Window Standard: Comply with NWWDA I.S. 2 for standards of performance and fabrication workmanship for wood windows. C. Safety Glass Standard: Provide type of products indicated that comply with ANSI Z97.1 and testing requirements of 16 CFR Part 1201 for Category II materials. 1. Provide safety glass permanently marked with certification label of Safety Glazing Certification Council (SGCC) or other certification agency acceptable to authorities having jurisdiction. D. Glazing Standards: Comply with recommendations of Flat Glass Marketing Association (FGMA) "Glazing Manual" and "Sealant Manual" except where more stringent requirements are indicated. E. Insulating Glass Certification Program: Provide insulating glass units permanently marked appropriate certification label of either Insulating Glass Certification Council (IGCC) or Associated Laboratories, Inc. (ALI). Provide certification label either on spacers or at least 1 component pane of each unit. F. Single Source Responsibility: Provide windows produced by single fabricator who is capable of indicating successful production of units similar to those required. 1.05 WARRANTY: A. Wood Window Warranty: Submit written warranty, executed by window manufacturer, agreeing to repair or replace units that fail in materials or workmanship within the specified warranty period. Failures include, but are not necessarily limited to: 1. Structural failures, including excessive deflection, excessive leakage, or air infiltration. 2. Faulty operation of window sash or hardware. 3. Deterioration of metals, finishes, and other materials beyond normal weathering. B. Warranty shall not deprive OWNER of other rights or remedies that OWNER may have under other provisions of Contract Documents and is in addition to and runs concurrent with other warranties made by CONTRACTOR under requirements of Contract Documents. PART 2 - PRODUCTS 2.01 MANUFACTURERS: A. Aluminum-Clad Wood Window Units: 1. Pella Corporation—Architect Series 850—Model #2941 (Basis of Design). 2. Or equal. WOOD WINDOWS Page 08 52 00-2 of 6 AECOM 60338621 0.1 2.02 MATERIALS: A. Comply with NWWDA I.S. 2. B. Wood: Clear Ponderosa Pine or other suitable fine-grain lumber that has been kiln dried to moisture content of 6 to '12% at time of fabrication and is free of visible finger joints, blue stain, knots, pitch pockets and surface checks larger than 1/32 in. wide by 2 in. long. 1. Lumber shall be water-repellent preservative treated after machining in accordance with NWWDA I.S. 4. C. Aluminum Cladding: Manufacturer's standard aluminum formed sheet or extruded cladding mechanically bonded to exterior wood sash and frame members. 1. Trim members: Provide either aluminum-clad wood, hollow aluminum extrusions, or roll- formed aluminum trim members. 2. Finish: Endura-Clad Plus. Factory-applied, baked-on enamel finish. a. Color: Custom color as selected by ENGINEER from manufacturer's standard color range. D. Anchors, Clips and Accessories: Fabricate anchors, clips and window accessories of aluminum, nonmagnetic stainless steel, or hot-dip zinc-coated steel or iron complying with ASTM B633 for SC 3 (severe) service condition; provide strength sufficient to withstand design pressure indicated. E. Fasteners: Comply with NWWDA I.S.2 for fabrication and with manufacturer's recommendations and standard industry practices for type and size of installation fasteners. 1. Use zinc-coated or nonferrous nails and screws for window fabrication and installation. 2. Use brass screws for hardware and accessory installation. F. Hardware: Manufacturer's standard hardware, necessary to operate, tightly close, and securely lock windows. Do not use aluminum in frictional contact with other metals. 1. Provide solid white-metal hardware with special coating finish with plated steel or brass/bronze operating bars and rods. G. Compression Weatherstripping: Provide compressible weatherstripping, designed for permanently resilient sealing under bumper or wiper action, completely concealed when sash is closed. 1. Weatherstripping material: Molded expanded EPDM or neoprene gaskets complying with ASTM C509, Grade 4. H. Sliding Weatherstripping: Provide woven pile weatherstripping of polypropylene, wool, or nylon pile, with resin-impregnated backing fabric: comply with AAMA 701.2. 1. Provide weatherstripping with integral, center-line barrier fin of semirigid plastic polypropylene sheet. WOOD WINDOWS Page 08 52 00-3 of 6 AECOM 60338621 Insect Screens: Provide removable insect screen panel for each movable glazed sash. Comply with SMA 2005. 1. Screen Fabric: 18 by 14 or 18 by 16 mesh of plastic-coated glass fiber threads, woven and fused to form a screen which is resistant to corrosion, shrinkage, stretch, impact damage, and weather deterioration; black or dark grey. Comply with requirements of FS L-S-123. 2. Insect Screens Frames: Provide formed or extruded aluminum frames and removable vinyl fabric-retainer spline. Comply with requirements of SMA 1004. a. Finish: Anodized aluminum or baked-on organic coating in manufacturer's standard color. J. Glass and Glazing Materials: Provide the manufacturer's standard clear, sealed, insulating safety glazing material that complies with ANSI Z97.1 1. Triple-Glazing System: Provide manufacturer's standard insulated glass of type specified above, combined with auxiliary lite of clear float glass complying with ASTM C1036, Type I, Quality q3, retained in separate glazing channel or frame and separated from insulated glass panel by minimum dead air space of 1-1/2 in. K. Glazing Seal: Provide manufacturer's standard extruded vinyl or butyl glazing gasket providing weather weathertight seal. 2.03 CASEMENT WINDOWS: A. Window Grade: Comply with NWWDA Performance Grade 60. B. Hardware: 1. Operating Device: Gear-type rotary operator located on jamb at sill. 2. Hinges: Concealed 4-bar friction hinges with adjustable slide shoe (2 per ventilator) 3. Lock: Lift-type cam action lock. 4. Limit Device: Stay bar with an adjustable hold-open device. 2.04 FABRICATION: A. Provide manufacturer's standard fabrication of units. Comply with industry standards. Include complete system for assembly of components and anchorage of window units. 1. Comply with requirements of referenced standards for moisture content of lumber at time of fabrication and for relative humidity conditions in installation areas. B. Fabricate windows to produce units that are reglazable without dismantling sash framing. Provide openings and mortises precut, where possible, to receive hardware and other items. _ C. Each window unit includes sash, frame, stops, sill (including undersill or nosing), exterior casing and moldings, integral mullions and muntins, hardware, and accessories. 1. Provide weatherstripping at perimeter of each operating sash. 2. Provide removable insect screen for each operating sash, with location determined by manufacturer. WOOD WINDOWS Page 08 52 00-4 of 6 AECOM 60338621 3. Provide glazing stops, nailed or snap-on type, coordinated with glass selection and glazing system indicated. .. 4. Preglazed Window Units: Except for light sizes in excess of 100 united in., preglaze window units before delivery, unless preglazing is not available from fabricator. .- D. Complete fabrication, assembly, finishing, hardware application, and other work before shipment to Project site, to the maximum extent possible. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming and fitting. E. Mullions: Provide mullions and cover plates, matching window units, complete with anchors for support to structure and nstallation of window units. Allow for erection tolerances and provide for movement of window units due to thermal expansion and building deflections. Provide mullions and cover plates capable of withstanding design wind loads of window units. 2.05 FINISHES A. Wood Finish: Provide following finish on exposed wood in units: 1. Shop-Primed Units: Provide fabricator's standard shop prime coat on exterior wood surfaces only. i PART 3 - EXECUTION 3.01 EXAMINATION: A. Examine openings before beginning installation. Do not proceed with installation of window unit until unsatisfactory conditions have been corrected. 1. Wood frame walls shall be dry, clean, sound and well-nailed, free of voids, and without offsets at joints. Ensure that nail heads are driven flush with surfaces in opening and within 3 in. of corner. 2. Coordinate window installation with wall flashings and other built-in components. 3.02 INSTALLATION: A. Comply with manufacturer's written instructions and recommendations for installing windows, hardware, accessories, and other components. B. Set units plumb, level, true to line, without warp or rack of frames or sash. Support and anchor units in place. C. Set sill members in bed of compound or with joint fillers or gaskets as indicated, to provide weathertight construction. 3.03 ADJUSTING A. Adjust operating sashes and hardware to provide tight fit at contact points and weather stripping and to provide smooth operation and weathertight closure. Lubricate hardware and moving parts. WOOD WINDOWS Page 08 52 00-5 of 6 AECOM 60338621 3.04 CLEANING A. Clean interior and exterior surfaces promptly after installation. Take care to avoid damage to protective coatings and finishes. Remove excess glazing and sealants, dirt and other substances. B. Clean glass of preglazed window units promptly after installation. Wash and polish glass on both faces before Substantial Completion. Comply with Manufacturer's recommendations for final cleaning and maintenance. Remove nonpermanent labels from glass surfaces. C. Remove and replace glass that has been broken, chipped, cracked, abraded or damaged during construction period. 3.05 PROTECTION A. Protect window units from damage or deterioration until substantial completion. END OF SECTION WOOD WINDOWS Page 08 52 00-6 of 6 AECOM 60338621 00.4 GENERAL SPECIFICATIONS FOR CONSTRUCTION r• CITY OF WATERLOO, IOWA Department of Engineering SECTION A- Definitions of Terms SECTION B -Scope of work SECTION C -Control of Materials and Work SECTION D - Procedure and Progress SECTION E - Measurements and Payments SECTION F - Legal Relations and Responsibility SECTION A- DEFINITIONS OF TERMS 1. CITY. The City of Waterloo, Iowa, which is the Party of the First Part of the accompanying contract, acting through its authorized representative. 2. COUNCIL. The duly elected Council of the City of Waterloo, Iowa. 3. ENGINEER. The City Engineer of Waterloo, Iowa, or his authorized representative. 4. INSPECTOR. The authorized representative of the Engineer, assigned to the detailed inspection of the work or materials therefor and to such other duties as may be delegated to him in these specifications. 5. CONTRACTOR. The Party of the Second Part in the accompanying contract for the improvement covered by these specifications, or his authorized representative. 6. SUBCONTRACTOR. Any person, firm, or corporation who has, with the approval of the Council, contracted with the Contractor to execute and perform in his stead all or any part of the contract. 7. BIDDER. Any individual, firm, or corporation submitting a proposal for all or a part of the work provided for in these specifications. 8. PROPOSAL GUARANTEE. The security designed in the Notice of Bidders or Proposal to be furnished by the bidder as a guarantee of good faith to enter into a contract and furnish an acceptable bond for the work contemplated if it be awarded him. 9. SURETY. The corporate body bound with and for the Contractor for the acceptable performance of the contract. 10. PROPOSAL. The written Proposal, submitted by the bidder in the prescribed manner and on the standard form, for the improvements covered by these specifications. 11. SPECIFICATIONS. The documents that set forth the manner in which the proposed work is to be accomplished which have been prepared by the Engineer and approved by the City Council, official copies of which are now on file with the City Clerk. 12. SPECIAL PROVISIONS. Clauses or memoranda not contained herein, applying to the contract of which these specifications are a part, which change or supplement these specifications. 13. CONTRACT. The agreement entered into between the City and the Contractor, setting forth the terms under which the work covered by the plans and specifications is to be performed. The contract includes all conditions, definitions, and instructions set forth in the official publications relating to GENERAL SPECS AECOM 60338621 Page GS-1 of 13 the work, the official contract and specifications, the Proposal, official plans, and all supplemental agreements entered into by the parties to the contract. 14. NOTICE TO BIDDERS. The notice called attention of bidders to the time and place for receiving bids, containing a brief description of the work, and briefly setting forth the requirements and — conditions for submission of Proposals. 15. INSTRUCTIONS TO BIDDERS. The clauses setting forth in detail the information relative to the proposed work and requirements for the submission of Proposals. 16. PLANS. The plans for the improvement covered by the specifications and approved by the Council, official copies of which are on file with the City Clerk. 17. CONTRACT BOND. The bond executed by the Contractor and his surety in favor of the City of Waterloo, Iowa, guaranteeing the complete execution of the contract in accordance with the plans and specifications, the payment of all debts pertaining to the work, and maintenance of the work as provided by law or by the specifications. 18. CONTRACT PERIOD. The period from the specified date for beginning the work to the -- specified date of completion, both dates inclusive. The contract period may be extended by the Council, as provided in these specifications, in which event the contract period includes the new date of completion. 19. OFFICIAL PUBLICATIONS. The official publications are the formal resolutions and notices relative to the proposed improvement that are required by law to be published in a prescribed manner and that have actually been published in accordance with the statutes relating thereto. Attention is directed to the fact that these official publications are by statute vested with all of the force and effect of contract obligations. 20. A.S.T.M. Abbreviation for American Society for Testing Materials. 21. WORK. The term "Work" of the Contractor and Subcontractor includes labor or materials or both, equipment, transportation, or other facilities necessary to complete the contract. 22. TIME. All time limits stated in the contract documents are of the essence in the contract. SECTION B - SCOPE OF WORK 1. CORRELATION AND INTENT OF DOCUMENTS. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the documents is to include all labor, materials, equipment, and transportation necessary for the proper execution of the work. Materials or work described in words which, so applied, have a well-known technical or trade meaning shall be held to refer to such recognized standard. 2. DRAWINGS AND SPECIFICATIONS. Unless otherwise provided in the contract documents, the engineer shall furnish to the Contractor, free of charge, all copies of drawings and specifications reasonably necessary for the execution of the work. The Contractor shall keep one (1) copy of all drawings and specifications on the work available to the Engineer and to his representatives. 3. CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature, character and location of the work, the conformance to the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can, in any way, affect the work under this Page GS-2 of 13 GENERAL SPECS AECOM 60338621 contract. No verbal agreement or conversation with any officer, agent, or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations herein contained. 4. REPORTING ERRORS AND DISCREPANCIES. If the Contractor, in the course of the work, finds any discrepancies between the plans and the physical conditions of the locality, or any errors of omission in plans or in the layout as given by said stakes and instructions, it shall be his duty to inform the Engineer immediately, in writing, and the Engineer shall promptly correct the same. 5. ALTERATION OR CORRECTION OF PLANS. The plans are made up from surveys that are presumably correct and represent the foreseen construction requirements. Any modification of the plans which may be required by the exigencies of the construction or any corrections made necessary because of errors in the original surveys, will be made by the Engineer. Should corrections or modifications of the plans or specifications require a different quality or class of work than that upon which the unit prices in the Proposal are based, or if the modifications or corrections are required in parts of the work partially completed and such modifications result in an increased cost to the Contractor, the amount to be paid for work resulting from such changes shall be agreed upon in writing at the time the changes are ordered and before the work is begun by the Contractor. No allowance will be made for anticipated profits on work not performed. 6. CHANGES IN THE WORK. The City, without invalidating the contract, may order extra work or make changes by altering, add,ng to, or deducting from the work, the contract sum being adjusted by agreement or arbitration before such changed work is undertaken. All such work shall be executed under the conditions of the original contract, except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. 7. INCREASED OR DECREASED QUANTITIES. The right is reserved without impairing the contract, to order the performance of such work of a class not contemplated in the Proposal or to increase or decrease the quantities as may be considered necessary to complete fully and satisfactorily the work included in the contract. However, when the work is completed without change in the plans, and the measured quantity of any item of work varies by more than twenty percent (20%) from the estimated quantity specified in the contract, an adjustment in price may be made for such item of work by agreement between the Engineer and the Contractor, subject to the approval of the City Council. Either party to the contract may request such an adjustment. 8. LANDS AND RIGHT OF WAY. The City shall provide the lands upon which the work under this contract is to be done, except that the Contractor shall provide land required for the erection of temporary construction facilities and storage of his material, together with the right of access to same. 9. CITY WATER. The Contractor shall be allowed to use City Water but before any water is used, he shall make application to the Waterloo Water Works for a temporary water connection from a fire hydrant or by some other connection method. Water usage will be charged at the rate for temporary water service. The rules, regulations, and water rates are available at the Waterloo Water Works offices at 325 Sycamore Street or their telephone number is 319-232-6280. 10. RIGHTS OF VARIOUS INTERESTS. Whenever work being done by the City's forces or by other Contractors is contiguous to work covered by this contract, the respective rights of the various interests involved shall be established by the Engineer to secure the completion of the various portions of the work in general harmony. 11. CLOSING STREETS TO TRAFFIC. The Engineer shall be the judge of how many streets or parts of streets it is necessary for the Contractor to close at any time and may refuse to permit the closing of additional streets until such of the work is finished and opened to traffic as he may direct. 12. OBSTRUCTION OF STREETS. The work is to be carried on in such manner as to obstruct the streets, highways, and alleys as little as possible. The Contractor shall carry on the different GENERAL SPECS AECOM 60338621 Page GS-3 of 13 parts of the work so as to complete the whole, as nearly as practicable, at the same time. In doing the work, the Contractor shall follow the directions of the Engineer as to the place or places where work shall be started or be carried on and the direction in which it shall be done. 13. SHANTIES AND BUILDINGS. Shanties or other buildings shall not be erected in or upon any street, highway, or alley without permission of the Engineer. If such permission be granted, it may be upon any reasonable terms prescribed by the person or body granting such permission. 14. SANITARY CONVENIENCES. The Contractor shall furnish the necessary sanitary conveniences, properly secluded, for the laborers on the work, and these shall be maintained in a manner that will be inoffensive to the public. 15. CLEANING UP. The Contractor shall, as directed by the Engineer, remove from the City's property and from all public and private property, at his own expense, all temporary structures, rubbish, and waste materials resulting from his operations before work can be considered completed. The Contractor shall also renew or replace any and all fences, sidewalks, or other property damaged or disturbed by his work. 16. OMISSION OF PARTS OF GENERAL SPECIFICATIONS. Parts of the General Specifications deemed not to apply to some particular work may be omitted by special reference in other parts of the contract documents. SECTION C - CONTROL OF MATERIALS AND WORK 1. SUPERVISION AND INSPECTION. The Engineer shall have supervision of the construction provided for in this Contract and shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress on the work, and all questions regarding the acceptable fulfillment of the terms of the Contract. Materials and construction work shall, at all times, be subject to the inspection of the Engineer or his representatives. The Contractor shall be held strictly to the true intent of these specifications as regards the quality of materials, workmanship, and the diligent prosecution of the work. The Engineer and his representatives shall, at all times, have access to the work wherever it is in — preparation of progress, and the Contractor shall provide proper facilities for such access and for inspection. If the specifications, the Engineer's instructions, law ordinances, or any public authority require any work and/or materials to be especially tested or approved, the Contractor shall give the Engineer timely notice of readiness for inspection. If the inspection is to be made by authority other than the Engineer, the Contractor shall notify the engineer of the date fixed for inspection. Inspections by the - Engineer will be promptly made and, where practicable, at the source of supply. If any work should be covered up without the approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination at the Contractor's expense. Re-examination of questioned work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work be found in accordance with the Contract, the City shall pay the cost of re-examination and replacement. If such work be found not in accordance with the Contract, the Contractor shall pay such cost unless he shall show that the defect in the work was caused by another Contractor, and, in that event, the City shall pay the cost. 2. AUTHORITIES AND DUTIES OF INSPECTORS. Inspectors may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed; also, to report whenever it appears that materials furnished and work performed by the Contractor fail to fulfill the requirements of the specifications and Contract, and to direct the attention of the Contractor to such failure or infringement; but such inspection shall not relieve the Contractor from GENERAL SPECS Page GS-4 of 13 AECOM 60338621 any obligations to furnish acceptable materials or to provide completed construction that is satisfactory in every particular. In case of any dispute arising between the Inspector and the Contractor as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject materials or suspend the work until the question at issue can be referred to and decided by the Engineer. Inspectors are not authorized to revoke, alter, enlarge, relax, or release any requirements of these specifications. The Inspector shall, in no case, act as foreman or perform other duties for the Contractor, or interfere with the management of the work by the latter. 3. STATUS OF THE ENGINEER. The Engineer shall have general supervision and direction of the work. He has authorily to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. He shall also have authority to reject any work and/or materials which do not conform to the specifications, to direct the application of forces to any portion of the work as, in his judgment, is required, and to order the force increased or diminished, and to decide questions which arise in the execution of the work. 4. ENGINEER'S DECISIONS. The Engineer shall, within a reasonable time, make decisions on all claims of the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the contract documents. All such decisions of the Engineer shall be final except as to the element of time and financial consideration involved, which, if no agreement in regard thereto is reached, shall be subject to arbitration. 5. STAKES AND INSTRUCTIONS. The Contractor shall provide reasonable and necessary opportunities and facilities for setting stakes and making measurements. The Contractor shall ..., not furnish stakes or men to set them. He shall not proceed until he has received from the Engineer such stakes and instructions as may be necessary to the progress of the work. The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or careless destruction, he shall be charged with the resulting extra expense and shall be responsible for any mistakes that may be caused, by their loss or disturbance. 6. SUPERINTENDENCE. The Contractor shall keep on his work during its progress a competent superintendent and any necessary assistants, all satisfactory to the Engineer. The Superintendent shall not be changed except with the consent of the Engineer, unless the Superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The Superintendent shall represent the Contractor in his absence, and all directions given to him shall be as binding as if given to the Contractor. Important decisions shall be confirmed in writing to the Contractor. Other directions shall be so confirmed on written request in each case. The Contractor shall give efficient supervision to the work using his best skill and attention. He shall carefully study and compare all drawings, specifications, and other instructions, and shall report at once to the Engineer any error, inconsistency, or omission which he may discover. 7. REMOVAL OF UNAUTHORIZED WORK. Work done without lines and grade being give, work done beyond lines shown on the plans or as given, except as herein provided, or any extra or additional work done without authority. will be considered as unauthorized and at the expense of the Contractor and will not be paid for under the provisions of the Contract. Work so done may be ordered removed and replaced at the Contractor's expense. 8. REMOVAL OF DEFECTIVE MATERIALS OR WORK. The Contractor shall promptly remove from the premises all materials condemned by the engineer as failing to conform to the Contract; whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute his own work in accordance with the contract and without expense to the City, and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. GENERAL SPECS Page GS-5 of 13 AECOM 60338621 If the Contractor does not remove such condemned work and materials within a reasonable time, fixed by written notice, the City may remove them and may store the material at the expense of the Contractor. If the Contractor does not pay the expense of such removal within a reasonable time thereafter, the City may, upon ten (10) days' written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs and expense that should have been borne by the Contractor; or, if the net proceeds of such sale are insufficient to pay the expenses of removal, the City may deduct the balance from any amounts due the Contractor. 9. MATERIALS, EQUIPMENT, APPLIANCES, AND FACILITIES. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the work.Materials shall be of the quality specified for each particular part of the work. Whenever, in construction of the work or in the manufacture of any article of appliance necessary for the construction or operation of the work, it is necessary to use any material that is not fully specified in these specifications, it shall be of good quality and shall meet with the approval of the Engineer. Any appliance that is necessary for the construction or operation of the work and is commonly recognized as a part of the work, shall be furnished by the Contractor as part of the work, whether or not it is specifically called for in the plans and specifications, and such appliance shall be of good quality and standard make and shall meet with the approval of the Engineer. 10. MATERIAL SAMPLES. Before the contract is awarded, the bidder may be required to furnish a statement of the origin, composition, and manufacture of any and all materials proposed for use in the performance of the Contract, together with samples of the material. These samples will be considered as representative and typical of the material to be obtained from any particular source. 11. CHARACTER OF WORKMEN AND EQUIPMENT. The Contractor shall employ competent and efficient workmen for every kind of work. Any person employed on the work who shall refuse or neglect to obey the directions of the engineer or Inspector, or who shall be deemed incompetent or disorderly, or who shall commit trespass upon public or private property in the vicinity of the work, shall be dismissed when the Engineer so orders, and shall not be re-employed unless express permission be _ given by the Engineer. The Contractor shall, at all times, enforce discipline and good order among his employees. The methods, equipment, and appliances used on the work, and the labor employed, shall be such as will produce a satisfactory quality of work and shall be adequate to complete the contract within the specified time limit. 12. HIRING CITY EMPLOYEES. The Contractor shall not employ and hire any of the City's employees without the permission of the Engineer. 13. LABOR. Local labor shall be given preferences so far as practicable. 14. THE CITY'S RIGHT TO DO WORK. If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this Contract, the City of Waterloo, after three (3) days' written notice to the Contractor may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor, provided, however, that the Engineer shall approve both such action and the amount charged to the Contractor. GENERAL SPECS Page GS-6 of 13 AECOM 60338621 SECTION D - PROCEDURE AND PROGRESS 1. ORDER OF COMPLETION - USE OF COMPLETED PORTIONS. The Contractor shall complete any portion or portions of the work in such order or time as the Engineer may require. The City shall have the right to take possession of an use completed or partially completed portion of the work at — any time, but such taking possession and use shall not be deemed an acceptance of work so taken or used, or any part thereof. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. 2. WEATHER. During stormy or inclement weather, all work shall be suspended, except such as can be done in an acceptable manner. Permission to work during freezing, stormy, or inclement weather shall in no way be construed as a release of the Contractor's responsibility regarding the quality of the finished work at such time. 3. SUNDAYS AND LEGAL HOLIDAYS. Except for such work as may be required to properly maintain or protect completed or partially completed construction or to maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the Engineer. 4. DELAYS AND EXTENSION OF TIME. If the Contractor be delayed in the completion of the work by an act of neglect of the City, or its employees; or by any other Contractor employed by the City; or by changes ordered in the work; or by strikes, lockouts, fire, unusual delays in transportation, unavoidable casualties, or any cause beyond the Contractor's control; or by delay authorized by the Engineer pending arbitration; or by any cause which the Engineer shall decide justifies the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide will compensate for such delay. No such extension shall be made for delay occurring more than thirty (30) days before claim therefor is made in writing to the Engireer. In the case of a continuing cause of delay, only one claim is necessary. This article does not exclude the recovery of damages for delay by either party under provisions in the contract documents. 5. TEMPORARY SUSPENSION OF WORK. The Engineer shall have authority to suspend the work, wholly or in part, for such period or periods of time as he may deem necessary, due to unsuitable weather or such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such time as is necessary due to the failure to the Contractor to carry out orders given or to perform any or all provisions of the Contract. 6. NOTICES - HOW SERVED. Any notice to be given by the City to the Contractor under this contract shall be deemed to be served if the same be delivered to the man in charge of any office used by the Contractor or his foreman or agent at or near the work, or deposited in the post office, postpaid, addressed to the Contractor at his last known place of business. 7. PROGRESS OF WORK. The progress of the work shall be such that, at the expiration of one-fourth (1/4) of the contract period, one-eighth (1/8)of the work shall be completed; at the expiration of one-half (1/2) of the contract period, three-eighths (3/8) of the work shall be completed; at the expiration of three-fourths (3/4) of the contract period, the work shall be three-fourths (3/4) completed, and the whole work shall be completed at the expiration of the contract period. - If, at any time the above schedule is not being maintained, the Council may give written notice to the Contractor and his sureties that the specifications are not being complied with. Such notice shall state what action on the part of the Contractor is required to bring the work within the requirements of the specifications. If the Contractor fails, within ten (10) days, to proceed as directed in the said notice, then the Council shall have authority to annul this contract without process or action at law and take over the GENERAL SPECS Page GS-7 of 13 AECOM 60338621 prosecution and completion of the work, as provided under the article covering City's right to terminate contract. 8. CITY'S RIGHT TO TERMINATE CONTRACT. If the Contractor should be adjudged a bankrupt; or if he should make a general assignment for the benefit of this creditor; or if a Receiver should be appointed on account of his insolvency; or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough skilled workmen or proper materials; or if he should fail to make prompt payment to Subcontractors or for materials or labor; or if he should persistently disregard laws, ordinances, or the instructions of the Engineer; or if he should otherwise be guilty of a substantial violation of any provision of the contract, then the City, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other rights or remedy, and after giving the Contractor seven (7) days' written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method he may deem expedient. In such cases, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expenses of finishing the work, including compensation for additional managerial and administration services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided and the damage incurred through the Contractor's default shall be certified by the Engineer. 9. REMOVAL OF EQUIPMENT. In the case of annulment of this contract before completion, from any cause whatsoever, the Contractor, if notified to do so by the City; shall promptly remove any part or all of his equipment and supplies from the property of the City, failing which, the City shall have the right to remove such equipment and supplies at the expense of the Contractor. SECTION E - MEASUREMENTS AND PAYMENT 1. STANDARD OF MEASUREMENT. All work completed under the contract shall be measured by the Engineer according to the United States standard measures. 2. SCOPE OF PAYMENTS. The Engineer's measurements of quantities shall be the basis for final payment for the work performed under this Contract. After the work is completed, the Engineer will make measurements and computations of the number of units of each of the various items of work completed, and the Contractor will be paid for the actual amount of work performed at the rates specified in his Proposal. Before final settlement is made, the Council may require the Contractor to submit a list of all persons furnishing labor or materials, with evidence that such persons have been paid in full. Payment shall be made in the manner set forth in official publications and Council Proceedings relative thereto. 3. PAYMENT FOR EXTRA WORK. Such extra work as may have been ordered by the Engineer and performed by the Contractor shall be compensated for as provided herein. If work is to be done or materials are to be furnished by the Contractor which cannot properly be classified under unit prices included in the Proposal, the Contractor shall be paid therefor the actual reasonable cost of the labor and materials entering permanently in such work, plus fifteen percent (15%) of the cost thereof. In computing the labor cost on such extra work, the following items shall be included: (a) Actual payroll expenditures for labor at the current rate therefor, and cost of materials. (b) Pay of foreman and timekeepers for actual time required on the extra work. (c) Liability insurance, prorated, for the extra work. Labor cost items on extra work shall be furnished in duplicate by the Contractor to the Inspector daily. The Inspector shall check the items, and if he finds them to be correct, he shall so certify on the statement of cost, returning one copy to the Contractor and filing one copy with the Engineer. GENERAL SPECS Page GS-8 of 13 AECOM 60338621 The Engineer shall determine the cost of materials entering into extra work from the materials and receipted freight bills for the same. For any special machine, power tools, or equipment, including fuel and lubricants, but not including small hand tools, which may be deemed necessary or desirable to use, the Contractor shall be allowed a reasonable rental thereon, to be agreed upon in writing by the Engineer before such work is begun, and to which sum no percentage is to be added. �" The item of cost shall not include repairs or replacement of equipment or overhead expenses of any character. The fifteen percent (15%) allowed is considered to cover the use of hand tools and all overhead expenses except liability insurance. In no case will a claim for extra compensation be allowed unless the work upon which the claim is based has been ordered in writing, except as provided hereinafter. 4. CLAIMS FOR EXTRA COST. If the Contractor claims that any instructions, by drawings or otherwise, involved extra cost under this contract, he shall give the Engineer written notice thereof within ten (10) days after completion of the work. No such claim shall be valid urless so made. 5. CLAIMS FOR EXTRA COMPENSATION. If the Contractor deems that extra compensation is due him for work and/or materials that he considered is not clearly covered in the items for which he submitted unit prices in his bid and that were not ordered in writing by the Engineer as an extra s heretofore provided, the Contractor shall notify the Engineer, in writing, of his intention to make claim for extra compensation for wok and/or material before starting construction. If such written notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost as defined herein, then the Contractor hereby agrees to waive the claim for extra compensation. Such notice to the engineer and the fact that the Engineer has kept account of cost as aforesaid, shall not in any way be construed as proving the validity of the claim, which must be passed upon by the Council. In the event that the Council finds the claim to be just, it shall be allowed and paid for as extra work as provided herein. 6. COMPLETION REPORT AND OBJECTIONS THERETO. Within ten (10) days after the full completion of the work to be done under this contract, the Engineer shall make a written statement of all the work done by the Contractor hereunder, stating the quantity of each item as found by him and including a statement of all credits for extra work and all credits or debits for changes, alterations, omissions, and defects, and shall forthwith deliver a copy of such statement to the Contractor. The Contractor shall compare such statement with his own records and shall then, in writing, either approve such statement or point out any claimed errors or omissions. If any of such claims are found correct, the Engineer shall, within ten (10) days, prepare a new statement, a copy of which shall in like manner be delivered unto the Contractor. The Engineer will not file a formal completion report with the City until the Contractor has approved the same. If the figures of the Engineer and the Contractor cannot be reconciled, or there is a difference of opinion regarding some item or items, then such difference of opinion shall be submitted to arbitration as hereinafter provided, and the decision of the arbitrator or arbitrators shall be final, and the Engineer shall, within a period of five(5) days, file his completion report. Before action by the City Council upon such completion report, the Contractor shall also file a written statement of any claims he may have against the City, other than those shown by such completion report, growing out of this contract or the work done hereunder. The City shall retain ten percent(10%) of the amount due the Contractor on the completion report for a period of thirty (30) days. If no claims are filed against the Contractor within thirty (30) days, the final ten percent (10%) shall then be paid to the Contractor. GENERAL SPECS Page GS-9 of 13 AECOM 60338621 7. WAIVER. By the execution of this contract ,the Contractor agrees that any objections he may have to the statement of the amount of work done hereunder included by the Engineer in this completion report, and any claims of the Contractor against the City growing out of this contract and the work done hereunder which are not stated in writing in the manner and within the time provided in Article 6, Section E hereof, shall be waived, and no such claim shall thereafter be asserted against the City. SECTION F - LEGAL RELATIONS AND RESPONSIBILITIES _ 1. LAWS RELATING TO WORK. The Contractor is presumed to be familiar with all laws, ordinances, and regulations which may, in any manner, affect those engaged or employed upon the work or the materials or equipment used in or upon the work, and shall conduct the work so as not to conflict with such laws, ordinances, and regulations. 2. PROTECTION OF WORK AND PROPERTY. The Contractor for any part of the improvement shall be held responsible for the care of materials and of partially completed and completed work until final acceptance of the same by the Council. He will be required to make good at his own expense any damage which the work may sustain from any cause prior to the filing of the engineer's certificate of completion. He shall take all risk from floods and casualties of every description and make no charge for delay due to such cause. He may, however, be allowed a reasonable extension of time on account of such delays. He shall correct or make good at his own expense all damages to adjacent property due to the acts or negligence of his employees of the prosecution of his work, and save the City harmless therefor. The Contractor shall be held liable and responsible for all damages done to water, sewer, drain, or other underground pipes and structures, and to sidewalks and private property. 3. RESPONSIBILITY FOR ACCIDENTS. The Contractor shall assume full responsibility for all damages sustained by persons or property due to the carrying on of his work until final acceptance _ thereof, or until released by the Engineer in writing. 4. LIABILITY INSURANCE. The Contractor shall carry liability insurance which shall save the City harmless and protect the public and any person from injury sustained by the reason of the prosecution of the work or the handling or storing of materials therefor, and said Contractor shall also carry liability insurance which shall meet the requirements of the Iowa Worker's Compensation Law. Before work shall be started on this contract, the Contractor shall furnish the City Clerk with proper affidavit or Affidavits executed by representatives of duly qualified insurance companies, evidencing that said insurance company or companies have issued liability insurance policies, effective during the life of the contract, or for a period of a least ten (10) days following the filing of written notice of cancellation, protecting the public and any person from injuries or damages sustained by reason of carrying on the work involved in the Contract. The affidavit shall specifically evidence the following forms of insurance protection: (a) Public liability insurance covering all operations performed by persons directly employed by the Contractor. (b) Public liability insurance covering all operations performed by any Subcontractor to whom a portion of the work may have been assigned. (c) Public liability insurance covering all work upon the project performed by any independent Contractor working under the direction of either the principal Contractor or a Subcontractor. GENERAL SPECS Page GS-10 of 13 AECOM 60338621 (d) Motor vehicle bodily injury liability insurance and property damage liability insurance on _ all motor vehicles employed on the work, whether owned by the Contractor or by other persons, firms, or corporations. (e) The minimum protection shall be as follows: Comprehensive General Liability Insurance General Aggregate Limit $ 2,000,000.00 Products—Completed Operations Aggregate Limit $ 2,000,000.00 Each Occurrence Limit $ 2,000,000.00 Comprehensive Automobile Liability Insurance $ 1,000,000.00 The Contractor shall have the Owner, the City of Waterloo, Iowa, and the Engineer, AECOM, named as "Additional Named Insureds." A certificate, or a policy if requested, shall be filed with the Owner. All certificates and/or policies of insurance furnished by the Contractor to be filed with the City _ Clerk shall include the name and address of the agency issuing the same. It shall also be required that the City Clerk be notified by registered mail of the cancellation or expiration of the above insurance. 5. BARRICADES AND SIGNS. The Contractor shall, at his own expense and without further or other order, provide, erect, and maintain, at all times during the progress and suspension of the work and until completion and final acceptance thereof, suitable and requisite barricades, signs, or other adequate protection, as required by the latest edition of the "Iowa Manual on Uniform Traffic Control Devices for Streets and Highways" and shall provide, keep, and maintain such barricades, signs, etc., as may be required or as may be ordered by the City Engineer, to insure the safety of the public as well as those engaged on the work. All barricading plans shall be approved by the City Engineer. 6. ROYALTIES AND PATENTS. The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the City harmless from loss on account thereof, except that the City shall be responsible for all such loss when a particular process or the product of a particular manufacturer is specified. 7. PERMITS AND REGULATIONS. Permits and licenses of a temporary nature for the prosecution of the work shall be secured and paid for by the Contractor. Permits, license, and easements for permanent changes in existing facilities shall be secured and paid for by the City. 8. CLAIMS FOR DAMAGES. Any claim for damages arising under this Contract shall be made in writing to the party liable within a reasonable time of the first observance of such damage and no later than the time of final payment, except as expressly stipulated otherwise in the case of faulty work or materials, and shall be adjusted by agreement or arbitration. The Contractor shall be held for the payment of all just claims against him arising out of the prosecution of this contract, and his bond will not be released until such claims are paid for dismissed. 9. ASSIGNMENT OF CONTRACT. The Contractor shall not sell or assign the contract or sublet any portion of the work provided for therein without the written consent of the City Council. 10. SUBCONTRACTORS. The Contractor shall, as soon as practicable after the signature of the contract, notify the Engineer in writing of the names of the Subcontractors proposed for the work GENERAL SPECS Page GS-11 of 13 AECOM 60338621 and shall not employ any that the Engineer may, within a reasonable time, object to as incompetent or unfit. The Contractor agrees that he is as fully responsible to the City for the acts and omission of his Subcontractors and of persons either directly or indirectly employed by them as he is for the acts and - omissions of persons directly employed by him. Nothing contained in the contract documents shall create any contractual relation between any _ Subcontractor and the City. 11. ARBITRATION. All questions subject to arbitration under this Contract shall be submitted to arbitration at the choice of either party to the dispute. The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Engineer. — The demand for arbitration shall be filed in writing with the Engineer, in the case of an appeal from his decision, within ten (10) days of its receipt, and in any other case, within a reasonable time after cause thereof, and in no case later than the time of final payment, except as otherwise expressly -- stipulated in the contract. If the Engineer fails to make a decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the part appealing. No one shall be nominated or act as an arbitrator who is in any way financially interested in the contract or in the business affairs of either the City or the Contractor. The general procedure shall conform to the laws of the State of Iowa. Unless otherwise provided by such laws, the parties may agree upon one arbitrator; otherwise, there shall be three--one named in writing by each party to this contract to the other party, and the third chosen by these two arbitrators, or, if they fail to select a third within ten (10) days, then he shall be chosen by the Comptroller of the State of Iowa. Should either party refuse or neglect to supply the arbitrators with any papers or information demanded in writing, the arbitrators are empowered by both parties to proceed ex parte. If there be one arbitrator, his decision shall be binding; if three, the decision of any two shall be — binding. Such decision shall be a condition precedent to any right of legal action, and, wherever permitted by law, it may be filed in Court to carry it into effect. The arbitrators, if they deem that the case demands it, are authorized to award to the party whose contention is sustained such sums as they shall deem proper for the time, expense, and trouble incident to the appeal, and, if the appeal was taken without reasonable cause, damages for delay, the arbitrators shall fix their own compensation unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbitrators must be in writing, and it shall not be open to objections on account of the form of proceeding or the award, unless otherwise provided by the laws of Iowa. In the event of such laws providing on any matter covered by this article otherwise than as hereinbefore specified, the method of procedure throughout and the legal effect of the award shall be wholly in accordance with the laws of the State of Iowa, it being intended hereby to lay down a principle of action to be followed, leaving its local application to be adopted to the legal requirements of the place in which the work is to be done. 12. PERFORMANCE AND PAYMENT BONDS. The Contractor shall, at the time of execution and delivery of this contract and before the taking effect of same, furnish and deliver to the City written bonds of indemnity to the amount required by law in form and substance, and with surety thereon satisfactory and acceptable to the City, to insure the faithful performance and payment by the Contractor GENERAL SPECS Page GS-12 of 13 AECOM 60338621 of all the covenants and agreements on the part of the Contractor contained in this contract. These bonds shall remain in force and effect for the full amount of the Contract. 13. PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the provisions of the Contract or in exercising any power or authority granted him thereby, there shall be no liability upon the Engineer or his authorized assistants, either personally or as an official of the City, it being understood that in such matters he acts as the agent and representative of the City. 14. JURISDICTION. Any action in Court against the Contractor or sureties on his bond because of damages to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of the specifications, or on account of the failure of said Contractor to comply fully with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 15. TERMINATION OF RESPONSIBILITY. The Contract shall be considered as completed and the Contractor released from further obligations except as to the requirements of his bond, after the work has been completed and finally accepted and final estimates have been allowed and the completion report of the engineer has been filed and approved by the Council. 16. CITY'S LEGAL RIGHTS. The City shall not be precluded by any measurements, estimate, or certificate made, either before or after the completion and acceptance of the work and payment therefor, from showing the true amount and character of the work performed and materials furnished by the Contractor, or from showing that any such measurement, estimate, or certificate is untrue or incorrectly made, or the work or materials do not, in fact, conform to the Contract. The City shall not be precluded, notwithstanding any such measurements, estimate, or certificate and payment in accordance therewith, from recovering from the Contractor and his surety such damages as it may sustain by reason of his failure to comply with the terms of the Contract. Neither the acceptance by the City or any of its representatives, nor any payment for or acceptance of the whole or any part of the work, nor any extension of time, nor any possession taken by the City, shall operate as a waiver on any portion of the contract or of any power herein reserved, or any right to damages herein provided. A waiver of any breach of the contract shall not be held to be a waiver of any other or subsequent breach. GENERAL SPECS AECOM 60338621 Page GS-13 of 13 NNW SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION 1. SUBCONTRACTS SOW The contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to require compliance by each subcontractor with the applicable provisions of the contract for the improvements embraced in this contract. 2. REVIEW BY THE CITY OF WATERLOO The City of Waterloo, its authorized representatives and agents, shall at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this contract, provided, however, that all instructions and approval with respect to the work will be given to the contractor only by the City of Waterloo through its authorized representative or agents. 3. INSPECTION a. The contractor shall furnish promptly all materials reasonably necessary for any tests, which may be required. All tests by the City of Waterloo will be performed in such manner as not to delay the work unnecessarily and will be made in accordance with the provisions of the Technical Specifications. b. Inspection of materials and appurtenances to be incorporated in the improvements embraced in this contract may be made at the place of production, manufacture or shipment, whenever p e the quantity justifies it, and such inspection and acceptance, unless otherwise stated in the Technical Specifications, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the inspection of materials as a whole or in part will be made at the project site. 4. WARRANTY OF TITLE No material, supplies, or equipment to be installed or furnished under this contract shall be purchased subject to any chattel mortgage or under a conditional sale, lease-purchase or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The contractor shall warrant good title to all materials, supplies, and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all improvements and appurtenances constructed or placed thereon by him to the City of Waterloo free from any claims, liens, or charges. Neither the contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this contract shall have any right to a lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor to recover under any bond given by the contractor for their protection or any rights under any law permitting such persons to look to funds due the contractor in the hands of the City of Waterloo. The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. SUPPLEMENTAL GENERAL SPECIFICATIONS Page SGS-1 of 1 AECOM 60338621 FORM OF CONTRACT CONTRACT FOR THE CONSTRUCTION OF REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY CITY OF WATERLOO, IOWA This contract made and entered into this day of , 2015, by and between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to as City), and of , (hereinafter referred to as Contractor), WITNESSETH: PAR. 1 Contractor agrees to build and construct the REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY and furnish all necessary tools, equipment, materials1 and labor necessary to do all the work called for in the plans and specifications in a workmanship like manner and for the prices set forth in Contractor's proposal, which was accepted by the City, and which is understood and agreed to be a part of this contract. PAR. 2 It is understood and agreed that the resolution adopted by the City Council ordering the construction of the improvement, the Notice to Contractors as published, the Instruction to Bidders, the Form of Proposal, the Construction and Maintenance Bonds, the Council Proceedings relating to this matter, and the Plans and Specifications shall all be considered as forming a part of the contract the same as though they were each set out in said contract. PAR. 3 The Contractor agrees to furnish at its own cost and expense, all necessary materials and labor for said work and to construct said improvements in a thorough, substantial, and workmanlike manner, and in strict accordance with the requirements of this contract, and of the plans and specifications made a part hereof by reference, and to the satisfaction and approval of the City and its engineer. PAR. 4 The Contractor agrees to perform said work and install said improvements on the terms set out in bid or proposal to the City which has been accepted by the City and which is by reference made a part of this contract. PAR. 5 The Contractor agrees to commence said work within ten (10)working days after receipt of "Notice to Proceed" and complete it on or before August 28, 2015, unless an extension of time is granted in writing by the Council of the City. PAR. 6 Should the Contractor fail to complete said improvements in strict accordance with the terms and conditions of this contract, or the plans and specifications therefor promptly by the date herein specified, the City may pay such additional sums as it may be required to pay by reason of the failure of said contractor and deduct any and all such sums from any amount then due the Contractor. PAR. 7 The Contractor agrees to comply with and obey all ordinances of the City of Waterloo, Iowa, relating to the obstruction of streets and alleys, keeping open passage ways for water, traffic, and protecting any excavations in any street or alley, and maintaining proper and sufficient barricades with lights and signals during all hours of darkness, to see that the backfilling is properly done, and agrees to keep the City whole and defend any and all suits that may be brought against the City by reason of any injuries that may be sustained by any person or property allegedly caused by the Contractor, or his agents, while work is done pursuant to this agreement. PAR. 8 The Contractor agrees that in the event a law suit is brought against the City for damages allegedly sustained by reason of any act, omission or negligence of the Contractor or its agents, or on account of any injuries allegedly sustained by reason of any obstruction, hole, FORM OF CONTRACT Page C-1 of 3 AECOM 60338621 depression or barrier placed or dug by the defendant or its agents, in the doing of the work �. herein contracted for, that it will defend said suit and save the City harmless therein, and in case judgment is rendered against the City, the Contractor agrees to pay the same promptly. The Contractor agrees to carry public liability insurance in a solvent company in a sufficient amount to protect the City and those who use the streets of the City. PAR. 9 The City shall have the right to appoint one or more construction reviewers who shall review the progress of the work in detail; also, to make any test or any material to be used in such work. No material shall be used in any work until the same has first been approved by the construction reviewer. Such construction reviewer shall have full authority to pass judgment upon all materials and upon the manner of doing the work, and their judgment on rejecting any materials, substance, or manner of work shall be final unless it is revoked or modified by -- the City Engineer. PAR. 10 Any material, which has been rejected by the construction reviewer, shall be at once removed from the line of work and shall not be again taken thereon or placed with the material proposed to be used without the written consent of the City Engineer. PAR. 11 The Contractor shall maintain no cause of action against the City on account of delays and prosecution of work, but if said work is delayed by the City, the Contractor shall have such extra time for completion of the job as was lost by reason of the delay caused by the City. PAR. 12 The Contractor agrees to pay punctually all just claims of labor, material, men, or t„ subcontractors who shall perform labor or furnish materials entering into this improvement. It is agreed that the City need not pay the Contractor until all such claims are paid by the Contractor. It is agreed that the City shall not be liable for said labor, material, or men under _ this contract. PAR. 13 The Contractor agrees to furnish the City, simultaneously with this contract, a bond on a form to be provided by the City in the amount provided by law as stated in the Notice to .. Bidders, which shall be for the benefit of the City, and any and all persons injured by the breach of any of the terms of this contract. Said bond shall be filed with the City Clerk and shall be subject to the approval of the City Council, and is by reference made a part of this contract. PAR. 14 The Contractor agrees that should it abandon work under this contract or cease the prosecution thereof for a period of thirty (30) consecutive days without reasonable cause, and should it fail to proceed with said work within ten (10) days after a notice to continue or carry it on has been mailed to it at the address given herein by the City, or after such notice has been served on it, then the City may proceed to complete said work, using any material, tools, or machinery found along said line of work, doing the work either by contract or as it _ may elect, and the Contractor and the sureties on its bond shall be liable to the City for the costs and expenses so paid out. Said costs shall be retained by the City from any compensation due, or to become due the Contractor, and may be recovered by the City in an action upon Contractor's bond. PAR. 15 In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations, and conditions hereof, or contained in the various instruments made a part of this contract by reference, and upon completion and acceptance of said work, the City agrees to pay to the Contractor, in the manner set out in the Notice to Contractors, the amount of money due the Contractor for work performed and accepted, at the unit prices set out in the Contractor's proposal, which has been accepted by the City. PAR. 16 The total amount of the contract, based on the Engineer's estimates of quantities and the Contractor's unit bid prices, and for which 100% surety bond is required, is FORM OF CONTRACT Page C-2 of 3 AECOM 60338621 PAR. 17 After the completion of said work, the Contractor agrees to remove all debris and clean up said streets, and to save the City harmless from any damage allegedly resulting from a failure to clean up and remove the debris or put the street back in a proper condition for travel. PAR. 18 This contract is not divisible, but in the event of a conflict between this contract and the various instruments incorporated by reference, this contract shall govern. PAR. 19 Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract. same to be known as "Maintenance Bond,"and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. PAR. 20 The Contractor shall maintain all work done hereunder in good order for the period of two(2) years from and after the date it is accepted by the Council of the City of Waterloo, Iowa. Said maintenance shall be made without expense to the City or the abutting property. In the event of the failure or default of the Contractor to remedy any or all defects appearing in said work within a period of two (2) years from the date of its acceptance by said Council, and after having been gives ten (10) days notice so to do by registered letter deposited in the ask United States Post Office in said town, addressed to said contractor at the address herein given, then the City may proceed to remedy such defects. The costs and expenses thereof to be recovered from the Contractor and the sureties on its maintenance bond by an action Mai brought in any court of competent jurisdiction. PAR. 21 The Contractor shall give notice to said City by registered letter directed to the Mayor or City Clerk/Auditor thereof not more than four (4) and not less than three (3) months prior to the — expiration of the term during which the Contractor is required to maintain said improvements, in good repair by the terms of its Contract. The liability of the Contractor and of the sureties on its bond for maintenance of the said improvements shall continue until three (3) months _ after such notice has been given to the City, and, in any event, until two (2) years after the acceptance of the work. CITY OF WATERLOO, IOWA Mayor City Clerk Contractor BY: Title: Approved by the City Council of the City of Waterloo, Iowa, this day of 2015. ATTEST: , City Clerk Waterloo, Iowa FORM OF CONTRACT Page C-3 of 3 AECOM 60338621 PERFORMANCE BOND ra• KNOW ALL MEN BY THESE PRESENTS: That we, of (the"Principal"), and _of (the"Surety"), are held and firmly bound unto the City of Waterloo, Iowa (the"Obligee"), in the penal sum of Dollars ($ ), lawful money of the United States, for the payment of said sum in connection with a contract(the "Contract") dated on or about for the purpose of .-• . The Contract is incorporated herein by reference as though fully set forth herein. Whenever the Principal shall be and is declared by the Obligee to be in default under the Contract, with the Obligee having performed its obligations in the Contract, then the Surety, acknowledging that time is of the essence, may promptly remedy the default, or shall promptly undertake to: 1. Complete the Contract in accordance with its terms and conditions; or 2. Obtain one or more bids for completing the Contract in accordance with its terms and conditions, and upon determination by the Surety of the lowest responsible bidder, or negotiated proposal, or, if the Obligee elects, upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, or negotiated proposal, arrange for a contract between such party and the Obligee. The Surety will make available as work progresses sufficient funds to pay the cost of completion less the balance of the Contract price. The cost of completion includes responsibilities of the Principal for correction of defective work and completion of the Contract, the Obligee's legal and design professional costs resulting directly from the Principal's default, and liquidated damages or actual damages if no liquidated damages are specified in the Contract. The term "balance of the Contract price" - "' means the total amount payable by the Obligee to the Principal under the Contract and any amendments thereto, less the amount properly paid by the Obligee to the Principal; or 3. Determine the amount for which it is liable to the Obligee and pay the Obligee that amount as soon as practicable. In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and hold Obligee harmless from and against any and all costs of enforcement, including but not limited to reasonable attorneys' fees and expenses. Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent to each and all of the following matters, without notice: 1. To any extension of time to the Contract in which to perform the Contract. 2. To any change in the plans, specifications, or Contract when such change does not involve an increase of more than twenty percent(20%) of the total Contract price, and shall then be released only as to such excess increase. 3. That no provision of this bond or of any other contract shall be valid which limits to less than one (1) year from the time of the acceptance of the work the right to sue on this bond for defect in workmanship or material not discovered or known to the Obligee at the time such work was accepted. If the Principal performs the Contract, then this bond shall be null and void; otherwise it shall remain in full force and effect. In no event shall the Surety's total obligation exceed the penal amount of this bond. PERFORMANCE BOND Page PFB-1 of 2 AECOM 60338621 Terms used herein shall include, as appropriate, the singular or plural number, or the masculine, feminine or neuter gender. IN WITNESS WHEREOF, the undersigned Principal and Surety have executed this Performance Bond as of PRINCIPAL SURETY rr Name Name By: By: Title: Title: [attach Power of Attorney] NOTE: Date of BOND must not be prior to date of Contract.If CONTRACTOR is Partnership, all partners should execute BOND. ti. Int Num r IMP VIM I PERFORMANCE BOND Page PFB-2 of 2 AECOM 60338621 r. PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, (Corporation, Partnership or Individual) and, (Name of Surety) 0.0 (Address of Surety) ..a hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars,($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, arid assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the_ day of , 2015, a copy of which is hereto attached and made a part hereof for the construction of: Y REMOVE AND REPLACE WINDOWS AND CLEAN AND TUCK POINT MASONRY WATERLOO, IOWA Mos NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PAYMENT BOND Page PB-1 of 2 AECOM 60338621 PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS HEREOF, this instrument is executed in counterparts, each one (number) of which shall be deemed an original, this the day of , 2015. ATTEST: Principal rr (Principal) Secretary (SEAL) By (s) (Address) Witness as to Principal (Address) Surety ATTEST: By Attorney-in-Fact Witness as to Surety (Address) •• (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. .. PAYMENT BOND Page PB-2 of 2 AECOM 60338621 -- APPENDIX boda Wet PIM r.n r=.1 r APPENDIX TABLE OF CONTENTS 1. Plans ACOM Letter of Transmittal DATE: May 7,2015 JOB ID NO.60338621 TO: Mr. Keith Kaspari ATTENTION: Director of Aviation RE: EPA RISE NESHAP Airport Emergency Generator Upgrade Waterloo Regional Airport Waterloo Regional Airport 2790 Livingston Lane Waterloo, Iowa 50703 WE ARE SENDING YOU: 0 Attached ❑ Prints ❑ Under Separate Cover Via the Following Items: ❑ Shop Drawings ❑ Change Order ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of Letter ❑ Copies Date No. Description 1 Addendum No. 1 for the Above-Referenced Project THESE ARE TRANSMITTED AS CHECKED BELOW: ❑ For Approval El Approved as Submitted ❑ Resubmit Copies for Approval I] For Your Use ❑ Approved as Noted ❑ Submit Copies for Distribution ❑ As Requested ❑ Returned for Corrections ❑ Return Corrected Prints ❑ For Review and Comment ❑ ❑ For Bids Due 20 ❑ Prints Returned After Loan to Us REMARKS: The attached Addendum No. 1 is for your files and requires no action on your part. COPY TO: Ms.Suzy Schares(w/enclosure) SIGNED: J t4 - 4,14g4 641—Z. DBH:blc David B. Hugh PE If enclosures are not as noted,kindly notify us at once. 501 Sycamore Street,Suite 222 • P.O.Box 1497 • Waterloo,Iowa 50704-1497 • (319)232-6531 • Fax: (319)232-0271 COM Letter of Transmittal DATE: May 7, 2015 JOB ID NO.60338621 TO: Mr. Keith Kaspari ATTENTION: Director of Aviation RE: Bag Makeup Door Replacement Waterloo Regional Airport on Terminal Building 2790 Livingston Lane Waterloo Regional Airport Waterloo, Iowa 50703 WE ARE SENDING YOU: ❑x Attached ❑ Prints ❑ Under Separate Cover Via the Following Items: ❑ Shop Drawings ❑ Change Order ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of Letter ❑ Copies Date No. Description 1 Specification Booklet for Above-Referenced Project THESE ARE TRANSMITTED AS CHECKED BELOW: ❑ For Approval ❑ Approved as Submitted ❑ Resubmit Copies for Approval • For Your Use ❑ Approved as Noted ❑ Submit Copies for Distribution ❑ As Requested ❑ Returned for Corrections ❑ Return Corrected Prints ❑ For Review and Comment ❑ ❑ For Bids Due 20 ❑ Prints Returned After Loan to Us REMARKS: Mr.Kaspari---Bound copies of the three vertical infrastructure airport projects(Livingston Windows,Generator Upgrade and Bag Makeup Door)were forwarded to you and Suzy Schares when the projects were on the agenda for Council approval. A discrepancy was found in the General Special Provisions section of the Bag Makeup Door document;and that section,along with a revised Table of Contents,have been edited and replaced within the bid documents for this project. Final printing of bid documents takes place following Council approval. This discrepancy was rectified prior to the final printing of these documents and also prior to any request for the Bag Makeup Door bid documents by potential bidders. The enclosed booklet is a corrected specifications booklet for the Bag Makeup Door project,and the previous version should be discarded. If you have any questions,please let us know. COPY TO: Suzy Schares(w/enclosure) SIGNED: K a-k DBH:blc David B. Hughes, PE If enclosures are not as noted,kindly notify us at once. 501 Sycamore Street,Suite 222 • P.O.Box 1497 • Waterloo,Iowa 50704-1497 • (319)232-6531 • Fax: (319)232-0271 Fix Server 5/15/2015 6: 02 : 40 AM PAGE 1/002 Fax Server Reed construction Data REED CONSTRUCTION DATA Data Acquisition Group ERPPReedBusiness.com 5/15/2015 Fax TO:Suzy Schares FROM:East Region Public(RBI-US) Waterloo- Engineering EMAIL: ERP@REEDBUSINESS.COM FAX:3192914332 FAX: (800)467- 2860 RE: Request for Post Bid Results COMMENTS: �� FLx Server 5/15/2015 6: 02 : 40 AM PAGE 2/002 Fax Server Fax Request for Post Bid To: Suzy Schares Waterloo- Engineering Fax: 3192914332 Date: 5/15/2015 RE: Request for Post Bid Results Please send any low bid and/or award information for the following project(s) to Reed Construction Data (RCD). Please include the base low bid amounts for the 3 lowest bidders and the total number of bids received. If Post Bid information is not yet available or the project status has changed, please indicate this in your response. RCD Project ID Project Name City State Invite# Bid Date& Time 1002282564 WATERLOO Waterloo IA 5/14/2015 TERMINAL 01:00 PM BUILDING BAG MAKEUP- DOOR Sending your information to RCD via email allows us to process it EVEN FASTER- Please email information to ERP@ReedBusiness,com. If you prefer to fax the information, the fax number is (800) 467-2860. Please reference the RCD Project ID(s)on your return email or fax, so that we may assure speedy and accurate posting of information. If you have recently transmitted this information, please disregard this request. Thank you in advance! Data Acquisition Group Reed Construction Data If you prefer that we call or email you for post bid updates, please contact us at (800)424-3996 and we will be happy to change how we contact you in the future. ACOM Letter of Transmittal DATE: April 22,2015 JOB ID NO.60338621 TO: Ms.Suzy Schares ATTENTION: City Clerk RE: Waterloo Regional Airport Vertical Infrastructure 715 Mulberry Street Bag Makeup Door Replacement on Terminal Building Waterloo, Iowa 50703 EPA RICE NESHAP Airport Emergency Generator Upgrade Remove and Replace Windows and Clean and Tuck Point Masonry WE ARE SENDING YOU: ❑x Attached ❑ Prints ❑ Under Separate Cover Via the Following Items: ❑ Shop Drawings ❑ Change Order ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of Letter ❑ Copies Date No. Description 1 Each Specification Booklet for Each of the Above-Referenced Projects at the Waterloo Regional Airport THESE ARE TRANSMITTED AS CHECKED BELOW: ❑ For Approval ❑ Approved as Submitted ❑ Resubmit Copies for Approval ❑x For Your Use ❑ Approved as Noted ❑ Submit Copies for Distribution ❑ As Requested ❑ Returned for Corrections ❑ Return Corrected Prints ❑ For Review and Comment ❑ ❑ For Bids Due 20 ❑ Prints Returned After Loan to Us REMARKS: Suzy---The plan sheets for the Bag Makeup project and the Windows project are bound at the back of their respective specification books. There are no plan sheets for the EPA RICE project. These three(3)projects are scheduled to be included on the agenda for approval by Council at their 4/27/15 meeting. If you have any questions, please let us know. COPY TO: Mr. Keith Kaspari(w/enclosure) SIGNED: /0/(5/21,/, DWS:blc Mr. David Hughes Douglas W. indel, PE If enclosures are not as noted,kindly notify us at once. 501 Sycamore Street,Suite 222 • P.O.Box 1497 • Waterloo,Iowa 50704-1497 • (319)232-6531 • Fax: (319)232-0271 Nancy Higby From: Coselman, Barbie <BARBIE.COSELMAN©aecom.corn> Sent: Tuesday, May 12, 2015 9:16 AM To: SUZY SCHARES; Keith Kaspari Cr Hughes, David (Des Moines);Allyn, Todd Subject: Waterloo Regional Airport - Bag Makeup Door Replacement on Terminal Building & Remove and Replace Windows and Clean and Tuck Point Masonry Attachments: ++Addendum 1-Livingston Windows.pdf; ++Addendum 1-Bag Makeup Door.pdf Suzy and Keith--- In regard to the above-referenced projects, I am attaching Addendum No. 1 for the Bag Makeup Door Replacement on Terminal Building and also Addendum No. 1 for the Remove and Replace Windows and Clean and Tuck Point Masonry--- both of which are under the Vertical Infrastructure program at the Waterloo Regional Airport. These projects are scheduled to bid on Thursday, May 14, 2015. The attached addendums for each project are being provided for your use, and require no action on your part. If you have any questions, please let us know. Thank you. Barbie Coselman North Region Transportation Direct 319-874-6618 Barbie.coselman@aecom.com AECOM 501 Sycamore Street, Suite 222 Waterloo, Iowa 50703 T 319-232-6531 F 319-232-0271 www.aecom.com This e-mail and any attachments contain AECOM confidential information that may be proprietary or privileged. If you receive this message in error or are not the intended recipient,you should not retain,distribute,disclose or use any of this information and you should destroy the e-mail and any attachments or copies. 1 Nancy Higby From: Coselman, Barbie <BARBIE.COSELMAN@aecom.corn> Sent: Tuesday, May 12, 2015 3:02 PM To: SUZY SCHARES; Keith Kaspari Cc: Hughes, David (Des Moines);Allyn, Todd Subject: Addendum No. 2 - Bag Makeup Door Replacement on Terminal Building Attachments: ++Addendum 2-Bag Makeup Door.pdf Suzy and Keith--- I have attached ADDENDUM NO. 2 for the Bag Makeup Door Replacement project which is a part of the Vertical Infrastructure program at the Waterloo Regional Airport. This project is scheduled to bid on Thursday, May 14, 2015. The attached addendum is being provided for your use, and requires no action on your part. If you have any questions, please let us know. Thank you. Barbie Coselman North Region Transportation Direct 319-874-6618 Barbie.coselman@aecom.corn AECOM 501 Sycamore Street, Suite 222 Waterloo, Iowa 50703 T 319-232-6531 F 319-232-0271 www.aecom.com This e-mail and any attachments contain AECOM confidential information that may be proprietary or privileged. If you receive this message in error or are not the intended recipient,you should not retain,distribute,disclose or use any of this information and you should destroy the e-mail and any attachments or copies. 1 3/8" W.O. VARIES SEE ELEVATIONS SEE STRUCTURAL FRAMING PLAN FOR SIZE AND TYPE OF BOND BEAM 1/2" X 2" TRIM AT WINDOWS IN GENERAL WORK AREA 2" X 2" LAY -IN ACOUSTICAL CEILING TILE SCREENS ON ALL OPERATING WINDOWS 1/2" X 2" OAK TRIM 5/16" X 7 1/4" CONT. R (PAINT) BACKER ROD AND CAULKING BACKER ROD AND CAULKING 2 3/8"± EXTERIOR WINDOW HEAD, JAMB AND SILL DETAIL NOT TO SCALE NOTE: FOR SIX (6) WINDOWS IN BUILDING ADDITION. EXISTING WINDOW OPENING IS 4'-I" X 4'-8 EXISTING WINDOWS ARE 4'-0" X 4'-8". oX 2 V a 0 cc cc ao cc zo a < x¢ 0C3 z- z• oo > w° wOa ▪ CC LI u� O• Q C a3 0 WINDOW DETAILS DATE FEB. 13, 2015 PROJECT NO. 60338621 FILENAME SHEET NO DRAWINGNO IJ 1 al 12 -0 L I. 8" FLOOR LEVEL) NORTH ELEVATION NOT TO SCALE II' -A" 2 i 3.I 4. 3 4 5 6 12 -0 FLOOR LEVEL EAST ELEVATION NOT TO SCALE FLOOR LEVEL' SOUTH FIFVAT ION NOT TO SCALE FLOOR LEVEL [_t1 WEST FLEVATION NOT TO SCALE T REMOVE AND REPLACE EXISTING WINDOW (TYP.) NOTES: I. FIELD VERIFY EXISTING CONDITIONS AND WINDOW SIZES PRIOR TO ORDERING MATERIALS. INFORMATION ON PLAN SHEETS IS FROM AS -BUILT PLANS AND MAY NOT BE EXACT. 2. WINDOW DETAILS ON SHEETS 3 AND 4 ARE FROM ORIGINAL BUILDING PLANS AND ARE FOR INFORMATION ONLY. 3. REMOVE EXISTING WINDOWS DESIGNATED ON THE ELEVATION PLAN VIEWS. A. REMOVE ALL EXTERIOR AND INTERIOR TRIM (HEAD. JAMS,AND SILL/AS REQUIRED FOR NEW WINDOW INSTALLATION. 5. REMOVE ALL INTERIOR ANO EXTERIOR SEALANT FROM WINDOW PERIMETER. 6. PROVIDE ALL BLOCKING,TRIM, ACCESSORIES, ETC. REQUIRED TO PROVIDE A COMPLETE WEATHER TIGHT,FUNCTIONAL AND FINISHED APPEARING INSTALLATION. T. MATCH EXISTING FUNCTION OF EXISTING WINDOWS (FIXED, CASEMENT, PROJECT-OUT,ETC.). 8. MATCH WITHIN 5 PERCENT THE OPENABLE AREA OF EXISTING WINDOWS. 9. PROVIDE MATCHING HORIZONTAL MULLIONS. MULLIONS MAY BE FUNCTIONAL OR SURFACE APPLIED TO THE OUTSIDE, CONTRACTOR OPTION. 10. IDENTIFY THE WINDOW SUPPLIER WITH THE BID: AND PROVIDE PRODUCT BROCHURE FOR THE WINDOW UNIT PROPOSED. ILO O; 0 LD 0 <a <O ZE5O cp KKK U OW EL cc 0 03 2 O Ui EXISTING BUILDING ELEVATIONS DATE APRIL 2015 PROJECTNO 60338621 FIENAME DRAWNGNO WEST FLEVATION NOT TO SCALE T REMOVE AND REPLACE EXISTING WINDOW (TYP.) NOTES: I. FIELD VERIFY EXISTING CONDITIONS AND WINDOW SIZES PRIOR TO ORDERING MATERIALS. INFORMATION ON PLAN SHEETS IS FROM AS -BUILT PLANS AND MAY NOT BE EXACT. 2. WINDOW DETAILS ON SHEETS 3 AND 4 ARE FROM ORIGINAL BUILDING PLANS AND ARE FOR INFORMATION ONLY. 3. REMOVE EXISTING WINDOWS DESIGNATED ON THE ELEVATION PLAN VIEWS. A. REMOVE ALL EXTERIOR AND INTERIOR TRIM (HEAD. JAMS,AND SILL/AS REQUIRED FOR NEW WINDOW INSTALLATION. 5. REMOVE ALL INTERIOR ANO EXTERIOR SEALANT FROM WINDOW PERIMETER. 6. PROVIDE ALL BLOCKING,TRIM, ACCESSORIES, ETC. REQUIRED TO PROVIDE A COMPLETE WEATHER TIGHT,FUNCTIONAL AND FINISHED APPEARING INSTALLATION. T. MATCH EXISTING FUNCTION OF EXISTING WINDOWS (FIXED, CASEMENT, PROJECT-OUT,ETC.). 8. MATCH WITHIN 5 PERCENT THE OPENABLE AREA OF EXISTING WINDOWS. 9. PROVIDE MATCHING HORIZONTAL MULLIONS. MULLIONS MAY BE FUNCTIONAL OR SURFACE APPLIED TO THE OUTSIDE, CONTRACTOR OPTION. 10. IDENTIFY THE WINDOW SUPPLIER WITH THE BID: AND PROVIDE PRODUCT BROCHURE FOR THE WINDOW UNIT PROPOSED. ILO O; 0 LD 0 <a <O ZE5O cp KKK U OW EL cc 0 03 2 O Ui EXISTING BUILDING ELEVATIONS DATE APRIL 2015 PROJECTNO 60338621 FIENAME DRAWNGNO