Loading...
HomeMy WebLinkAboutALO Fence Relocation - Specifications - Bid Set AZCOM FY 2025 ON-CALL GENERAL PLANNING AND ENGINEERING SERVICES FY 2026 AIRPORT FENCE RELOCATION PROJECT Waterloo Regional Airport CONTRACT NO. 1133 AECOM PROJECT NO. 60750559 CITY OF tt WATERLOO Engineering _J Prepared For: Waterloo Regional Airport 2790 Livingston Lane Waterloo,Iowa 50703 Prepared By: AECOM 501 Sycamore Street,Suite 222 P.O.Box 1497 Waterloo,Iowa 50704-1497 May 16, 2025 FY 2026 AIRPORT FENCE RELOCATION PROJECT WATERLOO REGIONAL AIRPORT In the City of Waterloo, Iowa CONTRACT NO. 1133 Prepared For: City of Waterloo, Iowa Prepared By: AECOM May 16,2025 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. C t `3 5/20/2025 DAVID B. = 0 = FY 2026 AIRPORT FENCE RELOCATION PROJECT CONTRACT NO. 1133 CONTRACT DOCUMENTS TABLE OF CONTENTS 1. NOTICE OF PUBLIC HEARING 2. NOTICE TO BIDDERS 3. INSTRUCTIONS TO BIDDERS 4. FORM OF BID OR PROPOSAL 5. SALES TAX EXEMPTION INFORMATION FORM 6. FORM OF BID BOND 7. NON-COLLUSION AFFIDAVITS A. PRIME BIDDER B. SUBCONTRACTOR 8. EQUAL OPPORTUNITY CLAUSE 9. TITLE VI CIVIL RIGHTS 10. BIDDER STATUS FORM 11. AFFIRMATIVE ACTION PROGRAM 12. POTENTIAL ITEMS OF WORK FOR MBE/WBE PARTICIPATION A. SUBCONTRACTOR'S BID REQUEST FORM B. LETTER FORM FOR SUBCONTRACTOR QUOTES (CCO-3) C. MBE/WBE SCOPE LETTER, (CCO-4) D. MBE AND/OR WBE PREBID CONTACT INFORMATION FORM (CCO-4A) E. MBP/WBE LETTER OF INTENT TO BID (CCO-5) 13. CERTIFIED MBE/WBE CONTRACTORS 14. STATEMENT OF BIDDER'S QUALIFICATIONS 15. GENERAL SPECIAL PROVISIONS 16. SPECIAL PROVISIONS 17. SPECIFICATIONS INCLUDED BY REFERENCE 18. GENERAL SPECIFICATIONS FOR CONSTRUCTION 19. SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTIONS 20. FORM OF CONTRACT 21. FORM OF PERFORMANCE BOND 22. FORM OF PAYMENT BOND 23. TECHNICAL SPECIFICATIONS A. ITEM F-162 CHAIN-LINK FENCE B. ITEM P-620 RUNWAY AND TAXIWAY MARKING 22. PLANS NOTE: Highlighted items must be included with bid. NOTICE OF PUBLIC HEARING On Proposed Plans, Specifications, Form of Contract, And Estimate of Cost For the FY 2026 AIRPORT FENCE RELOCATION PROJECT In the City of Waterloo, Iowa CONTRACT NO. 1133 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 19th day of June, 2025 until 1:00 p.m. for the construction of the FY 2026 AIRPORT FENCE RELOCATION PROJECT, Contract No. 1133, 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 191h day of June, 2025 at 1:00 p.m., and the proposals will be acted upon at such later time and place as may then be fixed by the City Council. PUBLIC HEARING Notice is hereby given that the Council of said City will conduct a public hearing on the proposed plans, specifications, form of contract, and estimate of cost for the construction of the above-described improvement project at 5:30 p.m. on the 711 day of July, 2025, said hearing to be held in the Harold E. Getty Council Chambers in City Hall in said City. The proposed plans, specifications, form of contract, and estimate of cost for said improvements heretofore prepared by the City of Waterloo are now on file in the office of the City Clerk for public examination, and any person interested therein may file written objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto at the meeting above set forth. The NOTICE TO BIDDERS can be viewed at the following locations: 1) City of Waterloo web site at https://www.cityofwaterlooiowa.com/government/municipalgovermentbids.php 2) Plan rooms: Master Builders of Iowa 221 Park Street, PO Box 695 Des Moines, IA 50303 McGraw Hill Construction Dodge 3315 Central Ave. Hot Springs, AR 71913 Reed Construction Data 30 Technology Parkway South, Ste. 500 Norcross, GA 30092 NOTICE OF HEARING CONTRACT NO. 1133 Page 1 of 2 1) Plan Room Web sites: Master Builders of Iowa web site at www.mbionline.com Dodge Lead web site: http://dodgepromects.construction.com/ Reed Const. Data Lead web site: http://www.cmdgroup.com/project-leads/ SCOPE OF WORK The extent of the work involved is the construction of airport improvements consisting of: Airport Fence Relocation 10' chain-link fence with 3 strands of barbed wire along the top edge. Construction of proposed fence, existing fence removal, pavement removal, utility removal, and other such work as may be incidental thereto. The airport which is proposed for improvements is the Waterloo Regional Airport. Published pursuant to the provisions of Chapter 26 of the City Code of Iowa and upon order to the City Council of said Waterloo, Iowa, on the day of 12025. CITY OF WATERLOO, IOWA BY: Kelley Felchle City Clerk NOTICE OF HEARING CONTRACT NO. 1133 Page 2 of 2 NOTICE TO BIDDERS For the Taking of Construction Bids for the FY 2026 AIRPORT FENCE RELOCATION PROJECT In the City of Waterloo, Iowa CONTRACT NO. 1133 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 19th day of June, 2025 until 1:00 p.m. for the construction of the FY 2026 AIRPORT FENCE RELOCATION PROJECT, Contract No. 1133, 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 19th day of June, 2025, at 1:00 p.m., and the proposals will be acted upon at such later time and place as may then be fixed by the City Council. PUBLIC HEARING The Council of said City will conduct a public hearing on the proposed plans, specifications, form of contract, and estimate of cost for the construction of the above-described improvement project at 5:30 p.m. on July 7, 2025 said hearing to be held in the Harold E. Getty Council Chambers in City Hall in said City. SCOPE OF WORK The extent of the work involved is the construction of airport improvements consisting of: Airport Fence Relocation 10' chain-link fence with 3 strands of barbed wire along the top edge. Construction of proposed fence, existing fence removal, pavement removal, utility removal, and other such work as may be incidental thereto. The airport which is proposed for improvements is the Waterloo Regional Airport. 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 September 30, 2025. 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. NOTICE TO BIDDERS CONTRACT NO. 1133 Page 1 of 4 The Contractor is hereby notified that if the City does not have cash on hand to pay monthly pay estimates, according to Chapter 384.57 of the Code of Iowa, payment may be made by anticipatory warrants issued bearing a rate of interest not exceeding that permitted by Chapter 74A, Code of Iowa. PLANS AND SPECIFICATIONS Plans and Specifications governing the construction of the proposed improvements have been prepared by the City of Waterloo which plans and specifications and also the prior proceedings of the City Council referring to and defining said proposed improvements are hereby made a part of this notice, and the proposed contract by reference shall be executed in compliance therewith. Plans and Specifications are available for review only from the Engineering Department. Complete digital Plans and Specifications are available at: https://www.citvofwaterlooiowa.com/government/municipaigovermentbids.php . Please DO NOT obtain Bid Documents from any source other than the City of Waterloo, Iowa. Obtaining documents through any other source could prevent Bidder from being included on the official Plan Holders List, which, in turn, may cause the Bidder to not receive addenda or other time-sensitive / bid-critical documents. The City has the right to reject any bids that do not have current bidding documents included in the proposal. Upon award of project, the prime contractor, subcontractors and suppliers shall be supplied with the needed number of plans and specifications at no additional cost. CONTRACT AWARD A contract will be awarded to the qualified bidder submitting the lowest bid. The City reserves the right to reject any or all bids, re-advertise for new bids, and to waive informalities in the bids submitted that might be in the best interest of the City. Bids may be held by the City of Waterloo, Iowa, for a period not to exceed thirty (30) days from the day of the opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the contract. By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced with the State of Iowa and preference will be given to local domestic labor in the construction of the improvement. PROPOSALS SUBMITTED The bidder shall submit bids on the items listed in the proposal. The bidder shall clearly write or type the unit bid price and the bid item extension (Unit Price x Estimated Qty) in numerals on the blanks provided. Should there be any discrepancy between the unit bid price and extension, the City of Waterloo shall consider the unit bid price as being the valid unit bid price. The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the Form of Bid or Proposal, which includes the Bid Item Number, Description, 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. NOTICE TO BIDDERS CONTRACT NO. 1133 Page 2 of 4 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. LIQUIDATED DAMAGES Time is an essential element of this contract. It is important that the work be diligently pursued to completion. If the work is not completed within the specified contract period, plus authorized extensions, the contractor shall pay to the City Liquidated Damages in the amount of one thousand dollars ($1,000.00) per day, for each day, as further described herein, in excess of the authorized time. NOTICE TO BIDDERS CONTRACT NO. 1133 Page 3 of 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, Sunday if no work is done, and legal holidays. Working days will cease to be charged when only punch list items remain to be completed. Punch list items do not include contract bid items or approved change/extra work orders. When the Contractor believes the project to be substantially completed, a written notice stating the same shall be submitted to the Engineer and a request made for a Punch List. If the work under the Contract extends beyond the normal construction season for such work the Contractor shall submit to the Engineer in writing a request that working days counted toward the project be suspended until work is resumed the following construction season. This amount is not construed as a penalty. These damages are for the cost to the City of providing the required additional inspection, engineering and contract administration. PRE-CONSTRUCTION CONFERENCE Before the work is commenced on this contract, a conference shall be held for the purpose of discussing the contract. The conference shall be attended by the prime contractor, subcontractors and City Officials. BIDDER STATUS Attention of bidders is called to compliance with the provisions of the Resident Bidder/Non- Resident Bidder requirements. Each bidder submitting a bid shall execute and include with the bid, a Bidder Status Form in the form herein provided. Failure to submit a fully completed Bidder Status Form with the bid may result in the bid being deemed nonresponsive and rejected. SALES TAX EXEMPTION CERTIFICATES Contractors and approved subcontractors will be provided a Sales Tax Exemption Certification to purchase building materials or supplies in the performance of construction contracts let by the City of Waterloo. Posted pursuant to the provisions of Chapter 26 of the City Code of Iowa. CITY OF WATERLOO, IOWA NOTICE TO BIDDERS CONTRACT NO. 1133 Page 4 of 4 INSTRUCTIONS TO BIDDERS 1. EXPLANATIONS TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the Notice to Bidders, Plans, Specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before submission of their bids. Any interpretation made will be in the form of an amendment of the Notice to Bidders, Plans, Specifications, etc., and will be furnished to all prospective bidders. Its receipt by the bidder must be acknowledged in the space provided on the Proposal Form or by letter or telegram received before the time set for opening of bids. Oral explanations or instructions given before the award of the contract will not be binding. 2. EXAMINATION OF PROPOSED WORK Bidders should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or the cost thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The owner will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Notice to Bidders, the Specifications or related documents. 3. PREPARATION OF BIDS a. Bids shall be submitted on the forms furnished, or copies thereof, and must be manually signed. If erasures or other changes appear on the forms, each erasure or change must be initialed by the person signing the bid. The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the Form of Bid or Proposal, which includes the Bid Item Number, Description, Unit, Estimated Quantity, Unit Bid Price, Total Bid Price, and Total Bid. The computer-generated spreadsheet shall include all of the information listed in that portion of the Form of Bid or Proposal as well as bear the signature of the Prime Contractor submitting the bid. For the bidders who submit a computer-generated spread- sheet, the TOTAL BID (with alternates, if applicable) shall also be indicated in the space(s) provided on the Form of Bid or Proposal. b. The Bid Form may provide for submission of a price or prices for one or more items, which may be lump sum bids, alternate prices, schedule items resulting in a bid on a unit of construction or a combination thereof, etc. When the Bid Form explicitly requires that the bidder bid on all items, failure to do so will disqualify the bid. When submission of a price on all items is not required, bidders should insert the words "no bid" in the space provided for any item on which no price is submitted. C. Unless called for, alternate bids will not be considered. d. Modifications of bids already submitted will be considered if received at the office designated in the Notice to Bidders by the time set for closing of bids. Telegraphic modifications will be considered, but should not reveal the amount of the original or revised bid. e. In preparing his bid, the bidder shall specify the price, written legibly in ink or with the typewriter, at which he proposes to do each item of work. The unit price shall be stated in figures in the blank space provided (i.e., $7.14). In items where unit price is required, the total amount of each item shall be computed at the unit prices bid for the quantities given on the Bid Form and stated in figures in the blank space provided. INSTRUCTIONS TO BIDDERS Page 1 of 9 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. 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 INSTRUCTIONS TO BIDDERS Page 2 of 9 a Contract for the construction of the work and will furnish the required bonds, and in case the successful Bidder shall fail or refuse to enter into the Contract and furnish the required bond, his bid security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it must be signed by both the bidder and the surety or surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. 8. COLLUSIVE AGREEMENTS a. Each bidder submitting a bid shall execute and include with the bid, a Non-Collusion Affidavit in the form herein provided, to the effect that he as not colluded with any other person, firm, or corporation in regard to any bid submitted. b. Each bidder submitting a bid shall have each proposed subcontractor, if any, execute and submit to the City Contract Compliance Officer by 5:00 P.M. the business day following the day bids on this project are due, a Non-Collusion Affidavit in the form herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any bid submitted. Before executing any subcontract, the successful bidder shall submit the name of any proposed subcontractor for approval by the City. 9. MINORITY AND/OR WOMEN BUSINESS ENTERPRISE SUBCONTRACTORS a. CITY OF WATERLOO AND/OR WOMEN BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM The City of Waterloo Minority and/or Women Business Enterprise Pre-Bid Contact Information Form shall be submitted with the Form of Bid or Proposal. Failure to do so shall be grounds for the bid being rejected if subcontracting is proposed by the prime contractor. 10. MBE/WBE CONTRACT COMPLIANCE PROGRAM PURPOSE The purpose of the Contract Compliance Program (hereinafter called Program) is to act as an impetus for increasing the participation of minority and women disadvantaged business enterprise (MBE/WBE) in City awarded construction contracts. The Program does not propose to eliminate any bonafide contractor or subcontractor from bidding on City contracts, but it will hopefully serve as a needed stimulus to help local MBE/WBE's grow and eventually become mainstream contractors and subcontractors. This Contract Compliance Program does not propose to include any set-aside or quotas, but only flexible goals where "good-faith efforts" are required by the contractor to use MBE/WBE subcontractors. 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. INSTRUCTIONS TO BIDDERS Page 3 of 9 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. 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 disadvantaged because of their identity as a group member without regard to their individual qualities. The groups include: Black American, Hispanic American, Native Americans, Eskimos, Aleuts, and Asian-Pacific Americans. 13 C.F.R. 124-1.1(c)(3)(ii)(1 983). Lowest Responsible Bidder: Bidder who has offered the lowest bid and who has exhibited skill relative to the type of work bid on, judgment, financial responsibility, and evidence of working with the Affirmative Action Employment Program and the Contract Compliance Program. Broker. One buying or selling for others on commission or other fee basis without maintaining a warehouse or other similar inventory storage facility. INSTRUCTIONS TO BIDDERS Page 4 of 9 Good Faith Efforts: The successful bidder shall be selected on the basis of having submitted the lowest responsible bid. The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so by the following: 1. The Prime Contractor met the project goal - No Action necessary 2. If the Prime Contractor failed to meet the goal, they must submit documentation of good faith efforts. CONTRACT COMPLIANCE PROGRAM SUBCONTRACTING The program proposes numerical projections or goals regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as subcontractors in the performance of contracts awarded by the City of Waterloo, Iowa. A goal of at least 10% for MBE participation on all City funded construction projects that are estimated at $50,000 or more and projects under$50,000 where applicable at the Contract Compliance Officer's discretion. There is at least 2% WBE goal on City funded projects. Any project which is funded solely or in part with Federal funds shall follow the respective agencies contract compliance program and goals. Any project which is funded solely or in part with State funds shall follow the respective agencies contract compliance program and goals. The City of Waterloo Contract Compliance Program is for City awarded construction contracts only. The prime contractor shall make "good-faith efforts" to meet the Contract Compliance MBE/WBE goals. The MBE/WBE subcontracts must provide the prime contractor a reasonably competitive price for the service being rendered or the contractor is not required to accept the bid. Administrative Reconsideration: As part of this reconsideration, the bidder will have the opportunity to provide written documentation or arguments concerning the issue of whether they made adequate good faith efforts to meet the goals. The bidder will have the opportunity to meet in person with the City of Waterloo's Administrative Reconsideration Committee to discuss the issue of whether they made adequate good faith efforts. The Administrative Reconsideration Committee will forward a written decision on reconsideration to the Mayor and City Council, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. Documentation required will include but is not limited to the following: * Making portions of the work available for MBE/WBE subcontracting * Evidence of negotiating with MBE/WBE firms * 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. INSTRUCTIONS TO BIDDERS Page 5 of 9 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 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. C. Prime contract bidders may solicit MBE/WBE proposals by telephone or personal interviews, but all such contacts shall be confirmed by Certified Mail, or subcontract bid request forms (Form CCO-2). D. If any MBE/WBE business submitting bids is not selected for subcontract award, documentation must accompany the "MBE/WBE Business Enterprise Pre-Bid Contact Information Form" (Form CCO-4 and CCO-4A) on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or non-responsive. c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by prime. INSTRUCTIONS TO BIDDERS Page 6 of 9 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. /L MBE/WBE 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 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. INSTRUCTIONS TO BIDDERS Page 7 of 9 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. 13. AWARD OF CONTRACT a. Award of contract will be made to that responsive and responsible bidder whose bid, conforming to the Specifications, is most advantageous to the City of Waterloo; price and other factors considered. The intention is to award the contract at the 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, or for the BASE BID plus ALTERNATE(S), as applicable, chosen by the City as indicated in the NOTICE TO BIDDERS. d. When a contract for a public improvement is to be awarded to the lowest responsive and responsible bidder, a resident bidder shall be allowed a preference as against a nonresident bidder from a state or foreign country if that state or foreign country gives or requires any preference to bidders from that state or foreign country, including but not limited to any preference to bidders, the imposition of any type of labor force preference, or any other form of preferential treatment to bidders or laborers from that state or foreign country. The preference allowed shall be equal to the preference given or required by the state or foreign country in which the nonresident bidder is a resident. In the instance of a resident labor force preference, a nonresident bidder shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the state or foreign country in which the nonresident bidder is a resident. 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 INSTRUCTIONS TO BIDDERS Page 8 of 9 indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him in performing the work. The bonds shall protect and save harmless the City from claims and damages of any kind caused by the operations of the contractor and shall also guarantee the maintenance of the contract improvements for the period stated in the Notice of Hearing from and after completion of said improvements and their acceptance by the City. Such bonds shall be in the same form as that included in the contract documents and shall bear the same date as, or a date subsequent to that of the agreement. The current Power of Attorney for the person who signs for any surety company shall be attached to such bonds. C. The successful bidder shall, within the period specified in paragraph "a" above, furnish a certificate of insurance for approval in amounts of not less than the amounts specified in the General Specifications for Construction, Section F. No. 4 "Liability Insurance" Pages 14 to 15 of 18 Pages. The certificate of insurance shall be furnished in such number of copies as the City of Waterloo may require. The City of Waterloo shall be named as an "Additional Insured." The contractor shall similarly submit his subcontractor's certificates of insurance in the amounts for approval before each commences work. The contractor shall carry or require that there be Workmen's Compensation Insurance for all his employees and those of his subcontractors engaged in work at the site, in accordance with State Workmen's Compensation Laws. d. The failure of the successful bidder to execute such agreement and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City of Waterloo, Iowa, may grant, based upon reasons determined sufficient by the City of Waterloo, Iowa, may either award the contract to the next 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. BIDDER STATUS Attention of bidders is called to the requirement of complying with the provisions of the Resident Bidder/Non- Resident Bidder requirement. Each bidder submitting a bid shall execute and include with the bid, a Bidder Status Form in the form herein provided. Failure to submit a fully completed Bidder Status Form with the bid may result in the bid being deemed nonresponsive and rejected. INSTRUCTIONS TO BIDDERS Page 9 of 9 FORM OF BID OR PROPOSAL FY 2026 AIRPORT FENCE RELOCATION PROJECT CONTRACT NO. 1133 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 furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this FY 2026 AIRPORT FENCE RELOCATION PROJECT, Contract No. 1133, all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: FY 2026 AIRPORT FENCE RELOCATION PROJECT CONTRACT NO.1133 BID SPEC NO. DESCRIPTION UNIT QTY UNIT BID TOTAL BID ITEM PRICE PRICE 1 BARRICADES LS 1 $ $ 2 REMOVE TAXIWAY LIGHT BASE EA 31 $ $ 3 REMOVE RUNWAY LIGHT BASE EA 18 $ $ 4 REMOVE REIL BASE EA 2 $ $ 5 REMOVE AIRFIELD GUIDANCE SIGN BASE EA 4 $ $ CHAIN LINK FENCE (10' FABRIC WITH 6 FAA F-162 BARBED WIRE) REMOVAL LF 10,500 $ $ CHAIN LINK FENCE (10' FABRIC WITH 7 FAA F-162 BARBED WIRE) LF 4,500 $ $ 8 FAA P-620 PAVEMENT MARKING SF 750 $ $ 9 FAA P-620 REFLECTIVE MEDIA LBS 32 $ $ TOPSOILING, 4 INCHES (FURNISHED 10 SUDAS 2010-D-3 FROM OFF THE SITE) CY 1,610 $ $ EMBANKMENT-IN-PLACE (FURNISHED 11 SUDAS 2010-E FROM ON THE SITE) CY 620 $ $ 12 SUDAS 7040-H PAVEMENT REMOVAL,ASPHALT SY 14,460 $ $ 13 SUDAS 8030-A ORANGE MESH SAFETY FENCE, 48-INCH LF 4,900 $ $ HYDRAULIC SEEDING, SEEDING, 14 SUDAS 9010-B FERTILIZING AND MULCHING,TYPE 1 AC 3.25 $ $ 15 SUDAS 9040-F-1 WATTLES, 9-INCH LF 1,820 $ $ 16 SUDAS 9040-F-2 WATTLES, REMOVAL LF 1,820 $ $ FORM OF BID CONRACT NO. 1133 Page 1 of 3 17 SUDAS 11,020-A I MOBILIZATION LS 1 $ $ TOTAL BID $ 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after"Notice to Proceed" is issued. 4. Security in the sum of Dollars ($ ) in the form of is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The 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". FORM OF BID CONRACT NO. 1133 Page 2 of 3 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 CONRACT NO. 1133 Page 3 of 3 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: ADDRESS: (Check One): PRIME SUBCONTRACTOR FEDERAL ID#: PROJECT NAME: PROJECT CONTRACT NO.: DESCRIPTION OF WORK: ❑ Brickwork ❑ Landscaping ❑ Carpentry ❑ Painting ❑ Concrete ❑ Paving ❑ Drywall-Plaster-Insulation ❑ Plumbing ❑ Electrical ❑ Roofing-Siding-Sheet Metal ❑ Excavation/Grading ❑ Windows ❑ Flooring ❑ Wrecking-Demolition ❑ Heavy Construction ❑ Other (Please specify) ❑ Heating-Ventilating-Air Cond BID BOND 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 2025, for NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of A.D. 2025. (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney-in-fact BID BOND Page 1 of 1 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 2025. Title My commission expires NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of ) ss: County of ) being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of hereinafter referred to as the "Subcontractor;" 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to contract pertaining to the _ project in (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed contract; and 5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of 2025. Title My commission expires EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program—Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropriate Official) (Title) (Date) TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non- discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, TITLE VI CIVIL RIGHTS Page 1 of 2 that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. TITLE VI CIVIL RIGHTS Page 2 of 2 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 AFFIRMATIVE ACTION PROGRAM Page 1 of 8 A. Remainder of program to be completed by party completing program, either Prime or Subcontractor. 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 II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E. will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. AFFIRMATIVE ACTION PROGRAM Page 2 of 8 III. AFFIRMATIVE ACTION A. recognizes that the effective application of a policy of (Name of Company) 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 following six (6) steps to improve (Name of Company) our Affirmative Action Program: 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training, Upgrading and Promotional Opportunities. C. will take whatever steps are necessary to (Name of Company) 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, female, and local group applicants (Name of Company) 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 companies, with whom we are (Name of Company) associated and/or do business, to do the same and we will assist them in their efforts. H. has taken the following Affirmative Action to ensure that (Name of Company) AFFIRMATIVE ACTION PROGRAM Page 3 of 8 minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write ,,NONE") 1. 2. I. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. 2. J. will require approved Affirmative Action Programs from (Name of Company) all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non-minority contractors have adequate representation of minority, female and local persons in their total work force. K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. L. will keep records of specific actions relative to (Name of Company) 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. (Name of Company) Affirmative Action Employment Goals: The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 201_, please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: % Goals for Women: % *Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and 5% or more for women. AFFIRMATIVE ACTION PROGRAM Page 4 of 8 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 20 . 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). CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) HOURLY NAME AND ADDRESS JOB CATEGORY RACE SEX WAGE INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H AFFIRMATIVE ACTION PROGRAM Page 5 of 8 We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, By: Company Executive Date By: Equal Employment Opportunity Officer Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: AFFIRMATIVE ACTION PROGRAM Page 6 of 8 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, draftspersons, 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 repairmen, 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 salesmen, 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 lifting, digging, mixing, loading and pulling operations and kindred workers. AFFIRMATIVE ACTION PROGRAM Page 7 of 8 9. Apprentices: Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on-the-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. AFFIRMATIVE ACTION PROGRAM Page 8 of 8 ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the FY 2026 AIRPORT FENCE RELOCATION PROJECT, Contract No. 1133, 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. FY 2026 AIRPORT FENCE RELOCATION PROJECT 1 BARRICADES LS 1 8 PAVEMENT MARKING SF 750 9 REFLECTIVE MEDIA LBS 32 13 ORANGE MESH SAFETY FENCE,48-INCH LF 4,900 14 HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING, TYPE 1 AC 3.25 15 WATTLES, 9-INCH LF 1,820 16 WATTLES, REMOVAL LF 1,820 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 ITEMS OF POTENTIAL MBE/WBE PARTICIPATIONS CONTRACT 1133 Page 1 of 1 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 and (Date) (Time). Subcontractor's Company Name Subcontractor's Signature Date Prime Bidder's Signature Date 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 and (Date) (Time) Sincerely, (Prime Contractor's Representative) Form CCO-3 (11/28/2001) MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: Project: Letting Date: NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Date: - SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Dates Dates Dollar Amount Proposed to Subcontractors Contacted Yes/No Contacted Yes/No be Subcontracted (Form CCO-4) Rev. 06-20-02 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of$50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7)working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5)to the City Contract Compliance Officer seven (7)working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7)working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 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: (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) CERTIFIED MBE/WBE CONTRACTORS CITY OF WATERLOO, IOWA Contract Compliance Office Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 City WEB Site: www.ci.waterloo.ia.us Contract Compliance WEB Site for listing updates: http://www.citVofwaterlooiowa.com/contractcompliance Contact: Rudy Jones, Community Development Director Email: rudyiones(a-waterloo-ia.orq Phone: (319) 291-4429 Fax: (319) 291-4431 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 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 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 FLA TWORK AND GENERAL CONSTRUCTION D & D CONSTRUCTION 1124 West Donald Street Waterloo, IA 50703 Phone: (319) 961-4208 Contact: Darrell E. Caldwell, Sr. Specializing in: ROOFING AND GENERAL CONSTRUCTION E. CASTRO ROOFING 702 Riehl Street Waterloo, IA 50701 Phone: (319) 215-5683 Contact: Emillio Castro Specializing in: ROOFING, SIDING, GENERAL CONSTRUCTION MARTINEZ CONCRETE, LLC 711 Reber Avenue Waterloo, IA 50701 (319) 230-1983 Contact: Luis Martinez Specializing in: ALL TYPES OF CONCRETE FLA TWORK REYES CONSTRUCTION, LLC 908 W. 1St Street Waterloo, IA 50701 (319) 883-7453 or (319) 576-8353 Contact: Bernardo Reyes Specializing in: SIDEWALK, DRIVEWAY, PARKING LOTS, PATIOS CERTIFIED WBE CONTRACTORS ATLAS PAINTING, INC.* 911 Sycamore Street P.O. BOX 65 Waterloo, IA 50704 Phone: (319) 232-9164 Specializing in: COMMERCIAL AND INDUSTRIAL PAINTING PETERMAN & HAES CARPET ONE* 4003 University Waterloo, IA 50701 Phone: (319) 233-6131 Fax: (319) 233-6133 Certified: City of Waterloo WBE Email: JR11486(a)cfu.net Contact: Carol Reese Specializing in: FLOOR COVERING SERVICE SIGNING, LC* 3533 W. Airline Hwy Waterloo, IA 50703 (319) 235-9356 Contact: Allison Baugher Specializing in: TRAFFIC CONTROL/SIGNAGE *DENOTES WOMEN BUSINESS ENTERPRISE STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.) All questions must be answered and the date given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, when incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for this contract. 12. Experience in construction work similar in importance to this project. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: $ 15. Give bank reference: 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. STATEMENT OF BIDDERS QUALIFICATIONS Page 1 of 2 Dated at this day of 20 (Name of Bidder) By: Title: State of ) ss: County of ) being duly sworn deposes and says that he is of and that the answers to the (Name of Organization) to the foregoing questions and all statements therein contained are true and correct. Signature Subscribed and sworn to before me this day of 20 Notary Public My commission expires STATEMENT OF BIDDERS QUALIFICATIONS Page 2 of 2 GENERAL SPECIAL PROVISIONS 1. SCOPE OF WORK The work covered by this contract consists of furnishing all labor, equipment, and materials and performing all operations, in connection with the FY 2026 AIRPORT FENCE RELOCATION PROJECT, Contract No. 1133, as shown on the contract drawings and in accordance with these specifications. The contract drawings, which accompany and form a part of this contract and specifications are dated May 16, 2025. They have the general title of FY 2026 AIRPORT FENCE RELOCATION PROJECT, Contract No. 1133. The drawings are numbered and separately entitled as follows: SHEETINDEX SHEET NO. SHEET DESCRIPTION G-001 TITLE SHEET G-002 QUANTITIES&GENERAL NOTES G-100 CONSTRUCTION SAFETY AND OPERATIONS PLAN G-101 PHASING PLAN-PHASE 1 G-102 PHASING PLAN-PHASE 2 G-103 PHASING PLAN-PHASE 3 CD100 DEMOLITION PLAN CD101 DEMOLITION PLAN CP100 FENCE PLAN CP500 FENCE DETAILS All construction and materials shall be in accordance with the Iowa SUDAS Standard Specifications except where noted in the SUDAS Supplemental Specifications, Special Provisions or the Technical Specifications. 2. CONFLICTING SPECIFICATIONS All requirements of other specifications contained in the contract documents, which conflict with the provisions of the special provisions will be considered void. 3. DUMPING AREAS Excess material resulting from construction operations shall be hauled to the County Landfill or other area secured by the Contractor and approved by the City Engineer. Rubble, rubbish, trees, brush, and other unsuitable backfill material, as designated by the City Engineer, shall be hauled to the County Landfill. All Landfill charges are to be considered incidental to the contract and are the responsibility of the Contractor. 4. CONSTRUCTION DAMAGE The Contractor shall exercise care during construction operations to ensure the safety and protection to existing features located near or within the limits of construction. Damage caused by negligence or poor workmanship, as determined by the Engineer, shall be considered the Contractor's responsibility. GENERAL SPECIAL PROVISIONS CONTRACT 1133 Page 1 of 4 5. REMOVED MATERIALS All materials removed as part of this Contract shall remain the property of the City unless the City determines that he materials are not salvageable and the City does not want to retain ownership of the materials. Materials designated in the field by the Engineer as nonsalvageable shall be hauled and disposed of by the Contractor at no cost to the City. All other materials shall be transported to locations as directed by the Engineer. No separate measurement or payment will be made for hauling or disposing of removed materials and it shall be considered incidental to applicable items. 6. OVERHAUL Overhaul will not be paid for "surplus material" obtained from any of the items of construction under this contract. The cost of overhaul will be considered as incidental to the items to which it applies. 7. 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 City Engineer shall approve Contractor's work schedule prior to starting. All revisions shall also be approved. The City Engineer may change the schedule to accommodate changing construction conditions. The Contractor shall coordinate the work under this contract with contractors performing work under other contracts, which may be performed concurrently. The Contractor shall be responsible to notify the Police, Fire, Street and Engineering Departments of the closing and opening of streets. The Contractor shall commence work within ten (10) days after receipt of the "Notice to Proceed" and diligently execute the work of the contract to completion. 11. PRE-CONSTRUCTION CONFERENCE Before any work is started, the Contractor shall arrange with the City Engineer to hold a pre-construction conference to discuss problems and schedules of contracts. GENERAL SPECIAL PROVISIONS CONTRACT 1133 Page 2 of 4 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. 13. TRAFFIC CONTROL DURING CONSTRUCTION The Contractor shall, at his own expense and without further or other order, provide, erect and maintain, at all times during the progress and suspension of the work and until completion and final acceptance thereof, suitable and requisite barricades, signs or other adequate protection, as required by the latest edition of Part VI of the "Manual on Uniform Traffic Control Devices" and shall provide, keep and maintain such barricades, signs, etc., as may be required or as may be ordered by the Engineer, to ensure the safety of the public as well as those engaged on the work. All barricading plans shall be reviewed by the Engineer. The Contractor shall determine, provide and obtain approval from the City Engineer on all detour locations for all street closings, barricades and posting prior to construction. These shall meet requirements of the City Police Traffic Department. The Contractor shall notify the City Engineer's Office and the Police, Fire and Street Departments when the street is closed for construction. All barricading shall be in accordance with the latest edition of Part VI of the "Manual on Uniform Traffic Control Devices." Encapsulated lens sheeting is not required on this project. 14. GRADES, LINES, LEVELS AND SURVEYS All necessary grades, lines, levels and surveys shall be established and maintained by the Contractor. The Contractor shall verify all grades, lines, levels and dimensions as sown on the drawings, and he shall report any errors or inconsistencies in the same to the City Engineer before commencing work. 15. 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. GENERAL SPECIAL PROVISIONS CONTRACT 1133 Page 3 of 4 16. WORKING ON SATURDAYS, SUNDAYS AND LEGAL HOLIDAYS The Contractor shall notify the Engineer in writing forty-eight (48) hours in advance if work on Saturday is planned. By noon the Friday before the planned Saturday work, the Contractor shall confirm the Saturday work schedule with the project inspector. Work on Sunday requires prior approval of the Engineer in accordance with the Waterloo Standard Specifications. The Contractor shall not work the following days in 2025 due to City holidays: January 1, 2025 January 20, 2025 May 26, 2025 June 19, 2025 July 4, 2025 September 1, 2025 November 11, 2025 November 27 & 28, 2025 December 24 & 25, 2025 GENERAL SPECIAL PROVISIONS CONTRACT 1133 Page 4 of 4 SPECIAL PROVISIONS MISCELLANEOUS 1. EXISTING PAVEMENT SECTIONS Existing pavement sections are being included for the Contractor's information in the plans. This information has been based on the 2002 Pavement Maintenance Program conducted at the Waterloo Regional Airport. This information shall not constitute a basis for additional compensation if conditions are found to be different in other areas. 2. LIQUIDATED DAMAGES; PROGRESSIVE WORK & LIQUIDATED DAMAGES Time is an essential element of this contract. It is important that the work be diligently pursued to completion. If the work is not completed within the specified contract period, plus authorized extensions, the Contractor shall pay to the City Liquidated Damages in the amount of $1,000.00 per day, for each day, as further described herein, in excess of the authorized time. Days beyond the specified completion date for which Liquidated Damages will be charged will be working days that the Contractor does or could have worked from Monday through Saturday. Sundays will be counted only if work is performed. Partial working days will be considered as a full working day. Days not chargeable for Liquidated Damages will include rain days, Sundays, if no work is done, and legal holidays. Working days will cease to be charged when only punch list items remain to be completed. Punch list items do not include contract bid items or approved change/extra work orders. When the Contractor believes the project to be substantially completed, a written notice stating the same shall be submitted to the Engineer and a request made for a Punch List. If the work under the Contract extends beyond the normal construction season for such work, the Contractor shall submit to the Engineer in writing a request that working days counted toward the project be suspended until work is resumed the following construction season. This amount is not construed as a penalty. These damages are for the cost to the City of providing the required additional inspection, engineering and contract administration. Progressive Work: After construction is started, meaningful progressive work shall continue each working day that is not effected by adverse weather or delays completely out of the control of the contractor. Liquidated damages in the amount of $1,000.00 per day shall be assessed for non-compliance with this requirement. SPECIAL PROVISIONS CONTRACT 1133 Page 1 of 2 3. QUANTITY ADJUSTMENTS The following Bid Items are exempted from consideration under the provisions of Section B. "Scope of Work," Paragraph 7 of the "General Specifications for Construction" concerning the variance of the "As- Built" quantity of the listed item by more than twenty (20%) percent from the estimated quantity specified in the contract: BID DESCRIPTION UNIT BROADWAY ST ITEM QTY 11 EMBANKMENT-IN-PLACE (FURNISHED FROM ON CY 620.0 THE SITE 4. PERCENT OF CONTRACT TO BE PERFORMED BY PRIME CONTRACTOR The Prime Contractor shall be required to perform at least 30 percent of the total contract amount of this project. Purchasing of materials for subcontractors will not be an acceptable method for the prime contractor to meet the 30 percent requirement. 5. 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. At least one (1) Security-Cleared employee shall always be on-site. This employee shall be in direct contact and control of and always be responsible for all employees under his/her supervision. The procedure for a contractor's employee to obtain Security Clearance is as follows. a. Complete background check by the Airport Administration. b. After the background check is completed, which takes approximately 7-10 business days, Airport Administration will issue approval notice of unescorted access to the airfield. c. Prior to access to the airfield, the person(s) are required to complete an online Driver Training Program. This program takes approximately one (1) hour to complete. d. A non-refundable payment in the amount of$70 is required for each Airport Security Clearance Request. e. Each company is required to establish a signatory individual that is responsible for their employees conduct on the field and for badging, additional training is required for this role. Each company or agency must provide the Airport Administration with a list of individuals who have or are requesting Airport Security Clearance. Requirements may change during the project and lead to more restrictive requirements. 6. INCENTIVES No incentives are included in this project. SPECIAL PROVISIONS CONTRACT 1133 Page 2 of 2 SPECIFICATIONS INCLUDED BY REFERENCE SUDAS SPECIFICATIONS INCLUDED BY REFERENCE: BID ITEM SPECIFICATION SECTION EMBANKMENT-IN-PLACE, CONTRACTOR FURNISHED SUDAS 2010 TOPSOIL, 4 INCHES FURNISHED FROM OFF THE SITE SUDAS 2010 PAVEMENT REMOVAL, ASPHALT SUDAS 7040 ORANGE MESH SAFETY FENCE, 48-INCH SUDAS 8030 HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING, SUDAS 9010 TYPE 1 WATTLES, 9-INCH SUDAS 9040 WATTLES, REMOVAL SUDAS 9040 CONSTRUCTION SURVEY SUDAS 11,010 MOBILIZATION SUDAS 11,020 SUDAS DIVISION 2 - EARTHWORK SECTION 2010— EARTHWORK, SUBGRADE, AND SUBBASE 2010, 1.08, D & E After pavement removal, all subsequent construction operations must leave the construction site in a condition that is graded to drain to existing intakes or isolated areas, and if ponding occurs the contractor must pump the standing water as soon as reasonable after a rainfall event has ended to prevent the subgrade from becoming saturated. Pumped water must be directed through approved sediment reduction measures before entering the storm sewer or other drainage system. Class 10 material will be obtained from areas on site and topsoil will be obtained by the contractor off site. SUDAS DIVISION 7 -STREETS AND RELATED WORK SECTION 7040— PAVEMENT REHABILITATION 7040, 1.08, H Sawing for pavement removal is incidental to pavement removal. Asphalt pavement removal includes full depth asphalt paving sections. SUDAS DIVISION 8—TRAFFIC CONTROL SECTION 8030 -TEMPORARY TRAFFIC CONTROL 8030, 1.08, A Orange mesh safety fence will be measured and paid in LF. SPECIFICATIONS INCLUDED BY REFERENCE CONTRACT 1133 Page 1 of 2 GENERAL SPECIFICATIONS FOR CONSTRUCTION CITY OF WATERLOO, IOWA Department of Engineering SECTION A - Definitions of Terms SECTION B - Scope of work SECTION C - Control of Materials and Work SECTION D - Procedure and Progress SECTION E - Measurements and Payments SECTION F - Legal Relations and Responsibility SECTION A - DEFINITIONS OF TERMS 1. CITY. The City of Waterloo, Iowa, which is the Party of the First Part of the accompanying contract, acting through its authorized representative. 2. COUNCIL. The duly elected Council of the City of Waterloo, Iowa. 3. ENGINEER. The City Engineer of Waterloo, Iowa, or his authorized representative. 4. INSPECTOR. The authorized representative of the Engineer, assigned to the detailed inspection of the work or materials therefor and to such other duties as may be delegated to him in these specifications. 5. CONTRACTOR. The Party of the Second Part in the accompanying contract for the improvement covered by these specifications, or his authorized representative. 6. SUBCONTRACTOR. Any person, firm, or corporation who has, with the approval of the Council, contracted with the Contractor to execute and perform in his stead all or any part of the contract. 7. BIDDER. Any individual, firm, or corporation submitting a proposal for all or a part of the work provided for in these specifications. 8. PROPOSAL GUARANTEE. The security designed in the Notice of Bidders or Proposal to be furnished by the bidder as a guarantee of good faith to enter into a contract and furnish an acceptable bond for the work contemplated if it be awarded him. 9. SURETY. The corporate body bound with and for the Contractor for the acceptable performance of the contract. 10. PROPOSAL. The written Proposal, submitted by the bidder in the prescribed manner and on the standard form, for the improvements covered by these specifications. 11. SPECIFICATIONS. The documents that set forth the manner in which the proposed work is to be accomplished which have been prepared by the Engineer GENERAL SPECS Page 1 of 16 and approved by the City Council, official copies of which are now on file with the City Clerk. 12. SPECIAL PROVISIONS. Clauses or memoranda not contained herein, applying to the contract of which these specifications are a part, which change or supplement these specifications. 13. CONTRACT. The agreement entered into between the City and the Contractor, setting forth the terms under which the work covered by the plans and specifications is to be performed. The contract includes all conditions, definitions, and instructions set forth in the official publications relating to the work, the official contract and specifications, the Proposal, official plans, and all supplemental agreements entered into by the parties to the contract. 14. NOTICE TO BIDDERS. The notice called attention of bidders to the time and place for receiving bids, containing a brief description of the work, and briefly setting forth the requirements and conditions for submission of Proposals. 15. INSTRUCTIONS TO BIDDERS. The clauses setting forth in detail the information relative to the proposed work and requirements for the submission of Proposals. 16. PLANS. The plans for the improvement covered by the specifications and approved by the Council, official copies of which are on file with the City Clerk. 17. CONTRACT BOND. The bond executed by the Contractor and his surety in favor of the City of Waterloo, Iowa, guaranteeing the complete execution of the contract in accordance with the plans and specifications, the payment of all debts pertaining to the work, and maintenance of the work as provided by law or by the specifications. 18. CONTRACT PERIOD. The period from the specified date for beginning the work to the specified date of completion, both dates inclusive. The contract period may be extended by the Council, as provided in these specifications, in which event the contract period includes the new date of completion. 19. OFFICIAL PUBLICATIONS. The official publications are the formal resolutions and notices relative to the proposed improvement that are required by law to be published in a prescribed manner and that have actually been published in accordance with the statutes relating thereto. Attention is directed to the fact that these official publications are by statute vested with all of the force and effect of contract obligations. 20. A.S.T.M. Abbreviation for American Society for Testing Materials. 21. WORK. The term "Work" of the Contractor and Subcontractor includes labor or materials or both, equipment, transportation, or other facilities necessary to complete the contract. 22. TIME. All time limits stated in the contract documents are of the essence in the contract. GENERAL SPECS Page 2 of 16 SECTION B - SCOPE OF WORK 1. CORRELATION AND INTENT OF DOCUMENTS. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the documents is to include all labor, materials, equipment, and transportation necessary for the proper execution of the work. Materials or work described in words which, so applied, have a well-known technical or trade meaning shall be held to refer to such recognized standard. 2. DRAWINGS AND SPECIFICATIONS. Unless otherwise provided in the contract documents, the engineer shall furnish to the Contractor, free of charge, all copies of drawings and specifications reasonably necessary for the execution of the work. The Contractor shall keep one (1) copy of all drawings and specifications on the work available to the Engineer and to his representatives. 3. CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature, character and location of the work, the conformance to the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can, in any way, affect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations herein contained. 4. REPORTING ERRORS AND DISCREPANCIES. If the Contractor, in the course of the work, finds any discrepancies between the plans and the physical conditions of the locality, or any errors of omission in plans or in the layout as given by said stakes and instructions, it shall be his duty to inform the Engineer immediately, in writing, and the Engineer shall promptly correct the same. 5. ALTERATION OR CORRECTION OF PLANS. The plans are made up from surveys that are presumably correct and represent the foreseen construction requirements. Any modification of the plans which may be required by the exigencies of the construction or any corrections made necessary because of errors in the original surveys, will be made by the Engineer. Should corrections or modifications of the plans or specifications require a different quality or class of work than that upon which the unit prices in the Proposal are based, or if the modifications or corrections are required in parts of the work partially completed and such modifications result in an increased cost to the Contractor, the amount to be paid for work resulting from such changes shall be agreed upon in writing at the time the changes are ordered and before the work is begun by the Contractor. No allowance will be made for anticipated profits on work not performed. 6. CHANGES IN THE WORK. The City, without invalidating the contract, may order extra work or make changes by altering, adding to, or deducting from the work, the contract sum being adjusted by agreement or arbitration before such changed work is undertaken. All such work shall be executed under the conditions of the original contract, except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. GENERAL SPECS Page 3 of 16 7. INCREASED OR DECREASED QUANTITIES. The right is reserved without impairing the contract, to order the performance of such work of a class not contemplated in the Proposal or to increase or decrease the quantities as may be considered necessary to complete fully and satisfactorily the work included in the contract. However, when the work is completed without change in the plans, and the measured quantity of any item of work varies by more than twenty percent (20%) from the estimated quantity specified in the contract, an adjustment in price may be made for such item of work by agreement between the Engineer and the Contractor, subject to the approval of the City Council. Either party to the contract may request such an adjustment. 8. LANDS AND RIGHT OF WAY. The City shall provide the lands upon which the work under this contract is to be done, except that the Contractor shall provide land required for the erection of temporary construction facilities and storage of his material, together with the right of access to same. 9. CITY WATER. The Contractor shall be allowed to use City Water but before any water is used, he shall make application to the Waterloo Water Works for a temporary water connection from a fire hydrant or by some other connection method. Water usage will be charged at the rate for temporary water service. The rules, regulations, and water rates are available at the Waterloo Water Works offices at 325 Sycamore Street or their telephone number is 319-232-6280. 10. RIGHTS OF VARIOUS INTERESTS. Whenever work being done by the City's forces or by other Contractors is contiguous to work covered by this contract, the respective rights of the various interests involved shall be established by the Engineer to secure the completion of the various portions of the work in general harmony. 11. CLOSING STREETS TO TRAFFIC. The Engineer shall be the judge of how many streets or parts of streets it is necessary for the Contractor to close at any time and may refuse to permit the closing of additional streets until such of the work is finished and opened to traffic as he may direct. 12. OBSTRUCTION OF STREETS. The work is to be carried on in such manner as to obstruct the streets, highways, and alleys as little as possible. The Contractor shall carry on the different parts of the work so as to complete the whole, as nearly as practicable, at the same time. In doing the work, the Contractor shall follow the directions of the Engineer as to the place or places where work shall be started or be carried on and the direction in which it shall be done. 13. SHANTIES AND BUILDINGS. Shanties or other buildings shall not be erected in or upon any street, highway, or alley without permission of the Engineer. If such permission be granted, it may be upon any reasonable terms prescribed by the person or body granting such permission. 14. SANITARY CONVENIENCES. The Contractor shall furnish the necessary sanitary conveniences, properly secluded, for the laborers on the work, and these shall be maintained in a manner that will be inoffensive to the public. 15. CLEANING UP. The Contractor shall, as directed by the Engineer, remove from the City's property and from all public and private property, at his own expense, all temporary structures, rubbish, and waste materials resulting from his operations before work can be considered completed. The Contractor shall also renew GENERAL SPECS Page 4 of 16 or replace any and all fences, sidewalks, or other property damaged or disturbed by his work. 16. OMISSION OF PARTS OF GENERAL SPECIFICATIONS. Parts of the General Specifications deemed not to apply to some particular work may be omitted by special reference in other parts of the contract documents. SECTION C - CONTROL OF MATERIALS AND WORK 1. SUPERVISION AND INSPECTION. The Engineer shall have supervision of the construction provided for in this Contract and shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress on the work, and all questions regarding the acceptable fulfillment of the terms of the Contract. Materials and construction work shall, at all times, be subject to the inspection of the Engineer or his representatives. The Contractor shall be held strictly to the true intent of these specifications as regards the quality of materials, workmanship, and the diligent prosecution of the work. The Engineer and his representatives shall, at all times, have access to the work wherever it is in preparation of progress, and the Contractor shall provide proper facilities for such access and for inspection. If the specifications, the Engineer's instructions, law ordinances, or any public authority require any work and/or materials to be especially tested or approved, the Contractor shall give the Engineer timely notice of readiness for inspection. If the inspection is to be made by authority other than the Engineer, the Contractor shall notify the engineer of the date fixed for inspection. Inspections by the Engineer will be promptly made and, where practicable, at the source of supply. If any work should be covered up without the approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination at the Contractor's expense. Re-examination of questioned work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work be found in accordance with the Contract, the City shall pay the cost of re-examination and replacement. If such work be found not in accordance with the Contract, the Contractor shall pay such cost unless he shall show that the defect in the work was caused by another Contractor, and, in that event, the City shall pay the cost. 2. AUTHORITIES AND DUTIES OF INSPECTORS. Inspectors may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed; also, to report whenever it appears that materials furnished and work performed by the Contractor fail to fulfill the requirements of the specifications and Contract, and to direct the attention of the Contractor to such failure or infringement; but such inspection shall not relieve the Contractor from any obligations to furnish acceptable materials or to provide completed construction that is satisfactory in every particular. In case of any dispute arising between the Inspector and the Contractor as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject materials or suspend the work until the question at issue can be referred to and decided by the Engineer. Inspectors are not authorized to revoke, alter, GENERAL SPECS Page 5 of 16 enlarge, relax, or release any requirements of these specifications. The Inspector shall, in no case, act as foreman or perform other duties for the Contractor, or interfere with the management of the work by the latter. 3. STATUS OF THE ENGINEER. The Engineer shall have general supervision and direction of the work. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. He shall also have authority to reject any work and/or materials which do not conform to the specifications, to direct the application of forces to any portion of the work as, in his judgment, is required, and to order the force increased or diminished, and to decide questions which arise in the execution of the work. 4. ENGINEER'S DECISIONS. The Engineer shall, within a reasonable time, make decisions on all claims of the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the contract documents. All such decisions of the Engineer shall be final except as to the element of time and financial consideration involved, which, if no agreement in regard thereto is reached, shall be subject to arbitration. 5. STAKES AND INSTRUCTIONS. The Contractor shall provide reasonable and necessary opportunities and facilities for setting stakes and making measurements. The Contractor shall not furnish stakes or men to set them. He shall not proceed until he has received from the Engineer such stakes and instructions as may be necessary to the progress of the work. The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or careless destruction, he shall be charged with the resulting extra expense and shall be responsible for any mistakes that may be caused, by their loss or disturbance. 6. SUPERINTENDENCE. The Contractor shall keep on his work during its progress a competent superintendent and any necessary assistants, all satisfactory to the Engineer. The Superintendent shall not be changed except with the consent of the Engineer, unless the Superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The Superintendent shall represent the Contractor in his absence, and all directions given to him shall be as binding as if given to the Contractor. Important decisions shall be confirmed in writing to the Contractor. Other directions shall be so confirmed on written request in each case. The Contractor shall give efficient supervision to the work using his best skill and attention. He shall carefully study and compare all drawings, specifications, and other instructions, and shall report at once to the Engineer any error, inconsistency, or omission which he may discover. 7. REMOVAL OF UNAUTHORIZED WORK. Work done without lines and grade being give, work done beyond lines shown on the plans or as given, except as herein provided, or any extra or additional work done without authority, will be considered as unauthorized and at the expense of the Contractor and will not be paid for under the provisions of the Contract. Work so done may be ordered removed and replaced at the Contractor's expense. GENERAL SPECS Page 6 of 16 8. REMOVAL OF DEFECTIVE MATERIALS OR WORK. The Contractor shall promptly remove from the premises all materials condemned by the engineer as failing to conform to the Contract; whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute his own work in accordance with the contract and without expense to the City, and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned work and materials within a reasonable time, fixed by written notice, the City may remove them and may store the material at the expense of the Contractor. If the Contractor does not pay the expense of such removal within a reasonable time thereafter, the City may, upon ten (10) days' written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs and expense that should have been borne by the Contractor; or, if the net proceeds of such sale are insufficient to pay the expenses of removal, the City may deduct the balance from any amounts due the Contractor. 9. MATERIALS, EQUIPMENT, APPLIANCES, AND FACILITIES. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the work. Materials shall be of the quality specified for each particular part of the work. Whenever, in construction of the work or in the manufacture of any article of appliance necessary for the construction or operation of the work, it is necessary to use any material that is not fully specified in these specifications, it shall be of good quality and shall meet with the approval of the Engineer. Any appliance that is necessary for the construction or operation of the work and is commonly recognized as a part of the work, shall be furnished by the Contractor as part of the work, whether or not it is specifically called for in the plans and specifications, and such appliance shall be of good quality and standard make and shall meet with the approval of the Engineer. 10. MATERIAL SAMPLES. Before the contract is awarded, the bidder may be required to furnish a statement of the origin, composition, and manufacture of any and all materials proposed for use in the performance of the Contract, together with samples of the material. These samples will be considered as representative and typical of the material to be obtained from any particular source. 11. CHARACTER OF WORKMEN AND EQUIPMENT. The Contractor shall employ competent and efficient workmen for every kind of work. Any person employed on the work who shall refuse or neglect to obey the directions of the engineer or Inspector, or who shall be deemed incompetent or disorderly, or who shall commit trespass upon public or private property in the vicinity of the work, shall be dismissed when the Engineer so orders, and shall not be re-employed unless express permission be given by the Engineer. The Contractor shall, at all times, enforce discipline and good order among his employees. The methods, equipment, and appliances used on the work, and the labor employed, shall be such as will produce a satisfactory quality of work and shall be adequate to complete the contract within the specified time limit. GENERAL SPECS Page 7 of 16 12. HIRING CITY EMPLOYEES. The Contractor shall not employ and hire any of the City's employees without the permission of the Engineer. 13. LABOR. Local labor shall be given preferences so far as practicable. 14. THE CITY'S RIGHT TO DO WORK. If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this Contract, the City of Waterloo, after three (3) days' written notice to the Contractor may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor, provided, however, that the Engineer shall approve both such action and the amount charged to the Contractor. SECTION D - PROCEDURE AND PROGRESS 1. ORDER OF COMPLETION - USE OF COMPLETED PORTIONS. The Contractor shall complete any portion or portions of the work in such order or time as the Engineer may require. The City shall have the right to take possession of an use completed or partially completed portion of the work at any time, but such taking possession and use shall not be deemed an acceptance of work so taken or used, or any part thereof. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. 2. WEATHER. During stormy or inclement weather, all work shall be suspended, except such as can be done in an acceptable manner. Permission to work during freezing, stormy, or inclement weather shall in no way be construed as a release of the Contractor's responsibility regarding the quality of the finished work at such time. 3. SUNDAYS AND LEGAL HOLIDAYS. Except for such work as may be required to properly maintain or protect completed or partially completed construction or to maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the Engineer. 4. DELAYS AND EXTENSION OF TIME. If the Contractor be delayed in the completion of the work by an act of neglect of the City, or its employees; or by any other Contractor employed by the City; or by changes ordered in the work; or by strikes, lockouts, fire, unusual delays in transportation, unavoidable casualties, or any cause beyond the Contractor's control; or by delay authorized by the Engineer pending arbitration; or by any cause which the Engineer shall decide justifies the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide will compensate for such delay. No such extension shall be made for delay occurring more than thirty (30) days before claim therefor is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. This article does not exclude the recovery of damages for delay by either party under provisions in the contract documents. 5. TEMPORARY SUSPENSION OF WORK. The Engineer shall have authority to suspend the work, wholly or in part, for such period or periods of time as he GENERAL SPECS Page 8 of 16 may deem necessary, due to unsuitable weather or such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such time as is necessary due to the failure to the Contractor to carry out orders given or to perform any or all provisions of the Contract. 6. NOTICES - HOW SERVED. Any notice to be given by the City to the Contractor under this contract shall be deemed to be served if the same be delivered to the man in charge of any office used by the Contractor or his foreman or agent at or near the work, or deposited in the post office, postpaid, addressed to the Contractor at his last known place of business. 7. PROGRESS OF WORK. The progress of the work shall be such that, at the expiration of one-fourth (1/4) of the contract period, one-eighth (1/8) of the work shall be completed; at the expiration of one-half (1/2) of the contract period, three-eighths (3/8) of the work shall be completed; at the expiration of three-fourths (3/4) of the contract period, the work shall be three-fourths (3/4) completed, and the whole work shall be completed at the expiration of the contract period. If, at any time the above schedule is not being maintained, the Council may give written notice to the Contractor and his sureties that the specifications are not being complied with. Such notice shall state what action on the part of the Contractor is required to bring the work within the requirements of the specifications. If the Contractor fails, within ten (10) days, to proceed as directed in the said notice, then the Council shall have authority to annul this contract without process or action at law and take over the prosecution and completion of the work, as provided under the article covering City's right to terminate contract. 8. CITY'S RIGHT TO TERMINATE CONTRACT. If the Contractor should be adjudged a bankrupt; or if he should make a general assignment for the benefit of this creditor; or if a Receiver should be appointed on account of his insolvency; or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough skilled workmen or proper materials; or if he should fail to make prompt payment to Subcontractors or for materials or labor; or if he should persistently disregard laws, ordinances, or the instructions of the Engineer; or if he should otherwise be guilty of a substantial violation of any provision of the contract, then the City, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other rights or remedy, and after giving the Contractor seven (7) days' written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method he may deem expedient. In such cases, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expenses of finishing the work, including compensation for additional managerial and administration services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided and the damage incurred through the Contractor's default shall be certified by the Engineer. 9. REMOVAL OF EQUIPMENT. In the case of annulment of this contract before completion, from any cause whatsoever, the Contractor, if notified to do so by the City; shall promptly remove any part or all of his equipment and supplies from the GENERAL SPECS Page 9 of 16 property of the City, failing which, the City shall have the right to remove such equipment and supplies at the expense of the Contractor. SECTION E - MEASUREMENTS AND PAYMENT 1. STANDARD OF MEASUREMENT. All work completed under the contract shall be measured by the Engineer according to the United States standard measures. 2. SCOPE OF PAYMENTS. The Engineer's measurements of quantities shall be the basis for final payment for the work performed under this Contract. After the work is completed, the Engineer will make measurements and computations of the number of units of each of the various items of work completed, and the Contractor will be paid for the actual amount of work performed at the rates specified in his Proposal. Before final settlement is made, the Council may require the Contractor to submit a list of all persons furnishing labor or materials, with evidence that such persons have been paid in full. Payment shall be made in the manner set forth in official publications and Council Proceedings relative thereto. 3. PAYMENT FOR EXTRA WORK. Such extra work as may have been ordered by the Engineer and performed by the Contractor shall be compensated for as provided herein. If work is to be done or materials are to be furnished by the Contractor which cannot properly be classified under unit prices included in the Proposal, the Contractor shall be paid therefor the actual reasonable cost of the labor and materials entering permanently in such work, plus fifteen percent (15%) of the cost thereof. In computing the labor cost on such extra work, the following items shall be included: (a) Actual payroll expenditures for labor at the current rate therefor, and cost of materials. (b) Pay of foreman and timekeepers for actual time required on the extra work. (c) Liability insurance, prorated, for the extra work. Labor cost items on extra work shall be furnished in duplicate by the Contractor to the Inspector daily. The Inspector shall check the items, and if he finds them to be correct, he shall so certify on the statement of cost, returning one copy to the Contractor and filing one copy with the Engineer. The Engineer shall determine the cost of materials entering into extra work from the materials and receipted freight bills for the same. For any special machine, power tools, or equipment, including fuel and lubricants, but not including small hand tools, which may be deemed necessary or desirable to use, the Contractor shall be allowed a reasonable rental thereon, to be agreed upon in writing by the Engineer before such work is begun, and to which sum no percentage is to be added. The item of cost shall not include repairs or replacement of equipment or overhead expenses of any character. The fifteen percent (15%) allowed is considered to cover the use of hand tools and all overhead expenses except liability insurance. GENERAL SPECS Page 10 of 16 In no case will a claim for extra compensation be allowed unless the work upon which the claim is based has been ordered in writing, except as provided hereinafter. 4. CLAIMS FOR EXTRA COST. If the Contractor claims that any instructions, by drawings or otherwise, involved extra cost under this contract, he shall give the Engineer written notice thereof within ten (10) days after completion of the work. No such claim shall be valid unless so made. 5. CLAIMS FOR EXTRA COMPENSATION. If the Contractor deems that extra compensation is due him for work and/or materials that he considered is not clearly covered in the items for which he submitted unit prices in his bid and that were not ordered in writing by the Engineer as an extra s heretofore provided, the Contractor shall notify the Engineer, in writing, of his intention to make claim for extra compensation for work and/or material before starting construction. If such written notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost as defined herein, then the Contractor hereby agrees to waive the claim for extra compensation. Such notice to the engineer and the fact that the Engineer has kept account of cost as aforesaid, shall not in any way be construed as proving the validity of the claim, which must be passed upon by the Council. In the event that the Council finds the claim to be just, it shall be allowed and paid for as extra work as provided herein. 6. COMPLETION REPORT AND OBJECTIONS THERETO. Within ten (10) days after the full completion of the work to be done under this contract, the Engineer shall make a written statement of all the work done by the Contractor hereunder, stating the quantity of each item as found by him and including a statement of all credits for extra work and all credits or debits for changes, alterations, omissions, and defects, and shall forthwith deliver a copy of such statement to the Contractor. The Contractor shall compare such statement with his own records and shall then, in writing, either approve such statement or point out any claimed errors or omissions. If any of such claims are found correct, the Engineer shall, within ten (10) days, prepare a new statement, a copy of which shall in like manner be delivered unto the Contractor. The Engineer will not file a formal completion report with the City until the Contractor has approved the same. If the figures of the Engineer and the Contractor cannot be reconciled, or there is a difference of opinion regarding some item or items, then such difference of opinion shall be submitted to arbitration as hereinafter provided, and the decision of the arbitrator or arbitrators shall be final, and the Engineer shall, within a period of five (5) days, file his completion report. Before action by the City Council upon such completion report, the Contractor shall also file a written statement of any claims he may have against the City, other than those shown by such completion report, growing out of this contract or the work done hereunder. The City shall retain ten percent (10%) of the amount due the Contractor on the completion report for a period of thirty (30) days. If no claims are filed against the Contractor within thirty (30) days, the final ten percent (10%) shall then be paid to the Contractor. 7. WAIVER. By the execution of this contract ,the Contractor agrees that any objections he may have to the statement of the amount of work done hereunder included by the Engineer in this completion report, and any claims of the Contractor GENERAL SPECS Page 11 of 16 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. GENERAL SPECS Page 12 of 16 (c) Public liability insurance covering all work upon the project performed by any independent Contractor working under the direction of either the principal Contractor or a Subcontractor. (d) Motor vehicle bodily injury liability insurance and property damage liability insurance on all motor vehicles employed on the work, whether owned by the Contractor or by other persons, firms, or corporations. (e) The minimum protection shall be as follows: Comprehensive General Liability Insurance General Aggregate Limit $ 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 City of Waterloo, Iowa, named as an "Additional Named Insured". A certificate, or a policy if requested, shall be filed with the Owner. All certificates and/or policies of insurance furnished by the Contractor to be filed with the City Clerk shall include the name and address of the agency issuing the same. It shall also be required that the City Clerk be notified by registered mail of the cancellation or expiration of the above insurance. 5. BARRICADES AND SIGNS. The Contractor shall, at his own expense and without further or other order, provide, erect, and maintain, at all times during the progress and suspension of the work and until completion and final acceptance thereof, suitable and requisite barricades, signs, or other adequate protection, as required by the latest edition of the "Iowa Manual on Uniform Traffic Control Devices for Streets and Highways" and shall provide, keep, and maintain such barricades, signs, etc., as may be required or as may be ordered by the City Engineer, to insure the safety of the public as well as those engaged on the work. All barricading plans shall be approved by the City Engineer. 6. ROYALTIES AND PATENTS. The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the City harmless from loss on account thereof, except that the City shall be responsible for all such loss when a particular process or the product of a particular manufacturer is specified. 7. PERMITS AND REGULATIONS. Permits and licenses of a temporary nature for the prosecution of the work shall be secured and paid for by the Contractor. Permits, license, and easements for permanent changes in existing facilities shall be secured and paid for by the City. 8. CLAIMS FOR DAMAGES. Any claim for damages arising under this Contract shall be made in writing to the party liable within a reasonable time of the first GENERAL SPECS Page 13 of 16 observance of such damage and no later than the time of final payment, except as expressly stipulated otherwise in the case of faulty work or materials, and shall be adjusted by agreement or arbitration. The Contractor shall be held for the payment of all just claims against him arising out of the prosecution of this contract, and his bond will not be released until such claims are paid for dismissed. 9. ASSIGNMENT OF CONTRACT. The Contractor shall not sell or assign the contract or sublet any portion of the work provided for therein without the written consent of the City Council. 10. SUBCONTRACTORS. The Contractor shall, as soon as practicable after the signature of the contract, notify the Engineer in writing of the names of the Subcontractors proposed for the work and shall not employ any that the Engineer may, within a reasonable time, object to as incompetent or unfit. The Contractor agrees that he is as fully responsible to the City for the acts and omission of his Subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Nothing contained in the contract documents shall create any contractual relation between any Subcontractor and the City. 11. ARBITRATION. All questions subject to arbitration under this Contract shall be submitted to arbitration at the choice of either party to the dispute. The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Engineer. The demand for arbitration shall be filed in writing with the Engineer, in the case of an appeal from his decision, within ten (10) days of its receipt, and in any other case, within a reasonable time after cause thereof, and in no case later than the time of final payment, except as otherwise expressly stipulated in the contract. If the Engineer fails to make a decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the part appealing. No one shall be nominated or act as an arbitrator who is in any way financially interested in the contract or in the business affairs of either the City or the Contractor. The general procedure shall conform to the laws of the State of Iowa. Unless otherwise provided by such laws, the parties may agree upon one arbitrator; otherwise, there shall be three--one named in writing by each party to this contract to the other party, and the third chosen by these two arbitrators, or, if they fail to select a third within ten (10) days, then he shall be chosen by the Comptroller of the State of Iowa. Should either party refuse or neglect to supply the arbitrators with any papers or information demanded in writing, the arbitrators are empowered by both parties to proceed ex parte. If there be one arbitrator, his decision shall be binding; if three, the decision of any two shall be binding. Such decision shall be a condition precedent to any right of legal action, and, wherever permitted by law, it may be filed in Court to carry it into effect. GENERAL SPECS Page 14 of 16 The arbitrators, if they deem that the case demands it, are authorized to award to the party whose contention is sustained such sums as they shall deem proper for the time, expense, and trouble incident to the appeal, and, if the appeal was taken without reasonable cause, damages for delay, the arbitrators shall fix their own compensation unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbitrators must be in writing, and it shall not be open to objections on account of the form of proceeding or the award, unless otherwise provided by the laws of Iowa. In the event of such laws providing on any matter covered by this article otherwise than as hereinbefore specified, the method of procedure throughout and the legal effect of the award shall be wholly in accordance with the laws of the State of Iowa, it being intended hereby to lay down a principle of action to be followed, leaving its local application to be adopted to the legal requirements of the place in which the work is to be done. 12. PERFORMANCE AND PAYMENT BONDS. The Contractor shall, at the time of execution and delivery of this contract and before the taking effect of same, furnish and deliver to the City written bonds of indemnity to the amount required by law in form and substance, and with surety thereon satisfactory and acceptable to the City, to insure the faithful performance and payment by the Contractor of all the covenants and agreements on the part of the Contractor contained in this contract. These bonds shall remain in force and effect for the full amount of the Contract. 13. PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the provisions of the Contract or in exercising any power or authority granted him thereby, there shall be no liability upon the Engineer or his authorized assistants, either personally or as an official of the City, it being understood that in such matters he acts as the agent and representative of the City. 14. JURISDICTION. Any action in Court against the Contractor or sureties on his bond because of damages to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of the specifications, or on account of the failure of said Contractor to comply fully with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 15. TERMINATION OF RESPONSIBILITY. The Contract shall be considered as completed and the Contractor released from further obligations except as to the requirements of his bond, after the work has been completed and finally accepted and final estimates have been allowed and the completion report of the engineer has been filed and approved by the Council. 16. CITY'S LEGAL RIGHTS. The City shall not be precluded by any measurements, estimate, or certificate made, either before or after the completion and acceptance of the work and payment therefor, from showing the true amount and character of the work performed and materials furnished by the Contractor, or from showing that any such measurement, estimate, or certificate is untrue or incorrectly made, or the work or materials do not, in fact, conform to the Contract. The City shall not be precluded, notwithstanding any such measurements, estimate, or certificate and payment in accordance therewith, from recovering from the GENERAL SPECS Page 15 of 16 Contractor and his surety such damages as it may sustain by reason of his failure to comply with the terms of the Contract. Neither the acceptance by the City or any of its representatives, nor any payment for or acceptance of the whole or any part of the work, nor any extension of time, nor any possession taken by the City, shall operate as a waiver on any portion of the contract or of any power herein reserved, or any right to damages herein provided. A waiver of any breach of the contract shall not be held to be a waiver of any other or subsequent breach. GENERAL SPECS Page 16 of 16 SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION 1. SUBCONTRACTS The contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to require compliance by each subcontractor with the applicable provisions of the contract for the improvements embraced in this contract. 2. REVIEW BY THE CITY OF WATERLOO The City of Waterloo, its authorized representatives and agents, shall at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this contract, provided, however, that all instructions and approval with respect to the work will be given to the contractor only by the City of Waterloo through its authorized representative or agents. 3. INSPECTION a. The contractor shall furnish promptly all materials reasonably necessary for any tests, which may be required. All tests by the City of Waterloo will be performed in such manner as not to delay the work unnecessarily and will be made in accordance with the provisions of the Technical Specifications. b. Inspection of materials and appurtenances to be incorporated in the improvements embraced in this contract may be made at the place of production, manufacture or shipment, whenever the quantity justifies it, and such inspection and acceptance, unless otherwise stated in the Technical Specifica- tions, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the contract, (3) damage or loss in transit, or(4)fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the inspection of materials as a whole or in part will be made at the project site. 4. WARRANTY OF TITLE No material, supplies, or equipment to be installed or furnished under this contract shall be purchased subject to any chattel mortgage or under a conditional sale, lease-purchase or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The contractor shall warrant good title to all materials, supplies, and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all improvements and appurtenances constructed or placed thereon by him to the City of Waterloo free from any claims, liens, or charges. Neither the contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this contract shall have any right to a lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor to recover under any bond given by the contractor for their protection or any rights under any law permitting such persons to look to funds due the contractor in the hands of the City of Waterloo. The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. SUPP GEN SPECS FOR CONSTRUCTION Page 1 of 1 FORM OF CONTRACT FOR THE CONSTRUCTION OF FY 2026 AIRPORT FENCE RELOCATION PROJECT CITY OF WATERLOO, IOWA CONTRACT NO. 1133 This contract made and entered into this day of 2025, by and between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to as City), and of, , (hereinafter referred to as Contractor), WITNESSETH: PAR. 1 Contractor agrees to build and construct the and furnish all necessary tools, equipment, materials.,and labor necessary to do all the work called for in the plans and specifications in a workmanship like manner and for the prices set forth in Contractor's proposal, which was accepted by the City, and which is understood and agreed to be a part of this contract. PAR. 2 It is understood and agreed that the resolution adopted by the City Council ordering the construction of the improvement, the Notice to Contractors as published, the Instruction to Bidders, the Form of Proposal, the Construction and Maintenance Bonds, the Council Proceedings relating to this matter, and the Plans and Specifications shall all be considered as forming a part of the contract the same as though they were each set out in said contract. PAR. 3 The Contractor agrees to furnish at its own cost and expense, all necessary materials and labor for said work and to construct said improvements in a thorough, substantial, and workmanlike manner, and in strict accordance with the requirements of this contract, and of the plans and specifications made a part hereof by reference, and to the satisfaction and approval of the City and its engineer. PAR. 4 The Contractor agrees to perform said work and install said improvements on the terms set out in bid or proposal to the City which has been accepted by the City and which is by reference made a part of this contract. PAR. 5 The Contractor agrees to commence said work within ten (10) working days after receipt of "Notice to Proceed" and complete it on or before , unless an extension of time is granted in writing by the Council of the City. Incentive will be paid to the contractor for substantial completion of this contract per the following schedule: Substantial completion of Contract on or before September 30, 2025 Substantial completion is defined as all work completed except grading associated with final grading and final seeding. 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. FORM OF CONTRACT Page 1 of 4 PAR. 7 The Contractor agrees to comply with and obey all ordinances of the City of Waterloo, Iowa, relating to the obstruction of streets and alleys, keeping open passage ways for water, traffic, and protecting any excavations in any street or alley, and maintaining proper and sufficient barricades with lights and signals during all hours of darkness, to see that the backfilling is properly done, and agrees to keep the City whole and defend any and all suits that may be brought against the City by reason of any injuries that may be sustained by any person or property allegedly caused by the Contractor, or his agents, while work is done pursuant to this agreement. PAR. 8 The Contractor agrees that in the event a law suit is brought against the City for damages allegedly sustained by reason of any act, omission or negligence of the Contractor or its agents, or on account of any injuries allegedly sustained by reason of any obstruction, hole, depression or barrier placed or dug by the defendant or its agents, in the doing of the work herein contracted for, that it will defend said suit and save the City harmless therein, and in case judgment is rendered against the City, the Contractor agrees to pay the same promptly. The Contractor agrees to carry public liability insurance in a solvent company in a sufficient amount to protect the City and those who use the streets of the City. PAR. 9 The City shall have the right to appoint one or more construction reviewers who shall review the progress of the work in detail; also, to make any test or any material to be used in such work. No material shall be used in any work until the same has first been approved by the construction reviewer. Such construction reviewer shall have full authority to pass judgment upon all materials and upon the manner of doing the work, and their judgment on rejecting any materials, substance, or manner of work shall be final unless it is revoked or modified by the City Engineer. PAR. 10 Any material, which has been rejected by the construction reviewer, shall be at once removed from the line of work and shall not be again taken thereon or placed with the material proposed to be used without the written consent of the City Engineer. PAR. 11 The Contractor shall maintain no cause of action against the City on account of delays and prosecution of work, but if said work is delayed by the City, the Contractor shall have such extra time for completion of the job as was lost by reason of the delay caused by the City. PAR. 12 The Contractor agrees to pay punctually all just claims of labor, material, men, or subcontractors who shall perform labor or furnish materials entering into this improvement. It is agreed that the City need not pay the Contractor until all such claims are paid by the Contractor. It is agreed that the City shall not be liable for said labor, material, or men under this contract. PAR. 13 The Contractor agrees to furnish the City, simultaneously with this contract, a bond on a form to be provided by the City in the amount provided by law as stated in the Notice to Bidders, which shall be for the benefit of the City, and any and all persons injured by the breach of any of the terms of this contract. Said bond shall be filed with the City Clerk and shall be subject to the approval of the City Council, and is by reference made a part of this contract. PAR. 14 The Contractor agrees that should it abandon work under this contract or cease the prosecution thereof for a period of thirty (30) consecutive days without reasonable cause, and should it fail to proceed with said work within ten (10)days after a notice to continue or carry it on has been mailed to it at the address given herein by the City, or after such notice has been served on it, then the City may proceed to complete said work, using any material, tools, or machinery found along said line of work, doing the work either by contract or as it may elect, and the Contractor and the sureties on its bond shall be liable to the City for the costs and expenses so paid out. Said costs shall be retained by the City from any compensation due, or to become due the Contractor, and may be recovered by the City in an action upon Contractor's bond. FORM OF CONTRACT Page 2 of 4 PAR. 15 In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations, and conditions hereof, or contained in the various instruments made a part of this contract by reference, and upon completion and acceptance of said work, the City agrees to pay to the Contractor, in the manner set out in the Notice to Contractors,the amount of money due the Contractor for work performed and accepted, at the unit prices set out in the Contractor's proposal, which has been accepted by the City. PAR. 16 The total amount of the contract, based on the Engineer's estimates of quantities and the Contractor's unit bid prices, and for which 100% surety bond is required is $ PAR. 17 After the completion of said work, the Contractor agrees to remove all debris and clean up said streets, and to save the City harmless from any damage allegedly resulting from a failure to clean up and remove the debris or put the street back in a proper condition for travel. PAR. 18 This contract is not divisible, but in the event of a conflict between this contract and the various instruments incorporated by reference, this contract shall govern. PAR. 19 Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as"Maintenance Bond,"and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. PAR. 20 The Contractor shall maintain all work done hereunder in good order for the period of two(2)years from and after the date it is accepted by the Council of the City of Waterloo, Iowa. Said maintenance shall be made without expense to the City or the abutting property. In the event of the failure or default of the Contractor to remedy any or all defects appearing in said work within a period of two (2)years from the date of its acceptance by said Council, and after having been given ten (10) days notice so to do by registered letter deposited in the United States Post Office in said town, addressed to said contractor at the address herein given, then the City may proceed to remedy such defects. The costs and expenses thereof to be recovered from the Contractor and the sureties on its maintenance bond by an action brought in any court of competent jurisdiction. PAR. 21 The Contractor shall give notice to said City by registered letter directed to the Mayor or City Clerk/Auditor thereof not more than four(4)and not less than three (3) months prior to the expiration of the term during which the Contractor is required to maintain said improvements, in good repair by the terms of its Contract. The liability of the Contractor and of the sureties on its bond for maintenance of the said improvements shall continue until three(3)months after such notice has been given to the City, and, in any event, until two (2)years after the acceptance of the work. CITY OF WATERLOO, IOWA Mayor City Clerk Contractor BY: Title: FORM OF CONTRACT Page 3 of 4 Approved by the City Council of the City of Waterloo, Iowa, this day of 2025. ATTEST: City Clerk Waterloo, Iowa FORM OF CONTRACT Page 4 of 4 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, of (the "Principal"), and of (the "Surety"), are held and firmly bound unto the City of Waterloo, Iowa (the "Obligee"), in the penal sum of Dollars ($ ), lawful money of the United States, for the payment of said sum in connection with a contract (the "Contract")dated on or about for the purpose of The Contract is incorporated herein by reference as though fully set forth herein. Whenever the Principal shall be and is declared by the Obligee to be in default under the Contract, with the Obligee having performed its obligations in the Contract, then the Surety, acknowledging that time is of the essence, may promptly remedy the default, or shall promptly undertake to: 1. Complete the Contract in accordance with its terms and conditions; or 2. Obtain one or more bids for completing the Contract in accordance with its terms and conditions, and upon determination by the Surety of the lowest responsible bidder, or negotiated proposal, or, if the Obligee elects, upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, or negotiated proposal, arrange for a contract between such party and the Obligee. The Surety will make available as work progresses sufficient funds to pay the cost of completion less the balance of the Contract price. The cost of completion includes responsibilities of the Principal for correction of defective work and completion of the Contract, the Obligee's legal and design professional costs resulting directly from the Principal's default, and liquidated damages or actual damages if no liquidated damages are specified in the Contract. The term"balance of the Contract price"means the total amount payable by the Obligee to the Principal under the Contract and any amendments thereto, less the amount properly paid by the Obligee to the Principal; or 3. Determine the amount for which it is liable to the Obligee and pay the Obligee that amount as soon as practicable. In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and hold Obligee harmless from and against any and all costs of enforcement, including but not limited to reasonable attorneys' fees and expenses. Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent to each and all of the following matters, without notice: 1. To any extension of time to the Contract in which to perform the Contract. 2. To any change in the plans, specifications, or Contract when such change does not involve an increase of more than twenty percent(20%)of the total Contract price, and shall then be released only as to such excess increase. 3. That no provision of this bond or of any other contract shall be valid which limits to less than one (1) year from the time of the acceptance of the work the right to sue on this bond for defect in workmanship or material not discovered or known to the Obligee at the time such work was accepted. If the Principal performs the Contract, then this bond shall be null and void; otherwise it shall remain in full force and effect. In no event shall the Surety's total obligation exceed the penal amount of this bond. Terms used herein shall include, as appropriate, the singular or plural number, or the masculine, feminine or neuter gender. PEFORMANCE BOND Page 1 of 2 IN WITNESS WHEREOF, the undersigned Principal and Surety have executed this Performance Bond as of PRINCIPAL SURETY Name Name By: By: Title: Title: [attach Power of Attorney] NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. PEFORMANCE BOND Page 2 of 2 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a hereinafter called Principal, and, (Corporation, Partnership or Individual) (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars,($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of 2025, a copy of which is hereto attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PAYMENT BOND Page 1 of 2 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 of which, (number) shall be deemed an original, this the day of 2025. ATTEST: (Principal) (Principal)Secretary (SEAL) By: (s) (Address) Witness as to Principal (Address) Surety ATTEST: By: Attorney-in-Fact Witness as to Surety (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. PAYMENT BOND Page 2 of 2 Item F-162 Chain-Link Fence DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain-link fence in accordance with these specifications, the details shown on the plans, and in conformity with the lines and grades shown on the plans or established by the RPR. MATERIALS 162-2.1 Fabric.The fabric shall be woven with a 9-gauge galvanized steel wire, polyvinyl chloride (PVC)-coated steel wire, aluminum alloy wire,zinc-5%aluminum mischmetal wire, or aluminum-coated steel wire in a 2-inch (50 mm) mesh and shall conform to the requirements as noted below: • Galvanized steel fabric shall conform to the requirements of ASTM A392, Class 2. • Polyvinyl chloride-coated steel shall conform to the requirements of ASTM F668, Class 2b. • Aluminum alloy fabric shall conform to the requirements of ASTM F1183. • Zinc-5%aluminum mischmetal alloy coated steel shall conform to the requirements of ASTM F1345, Class 2. • Aluminum-coated wire shall conform to the requirements of ASTM A491. • Metallic-coated fabric shall have a clear acrylic coating applied to the selvage area after weaving. 162-2.2 Barbed wire. Barbed wire shall be 2-strand 12-1/2 gauge zinc-coated or aluminum-coated wire with 4-point barbs and shall conform to the requirements of noted below: • Zinc-coated barbed wire shall conform to the requirements of ASTM A121, Class 3, Chain Link Fence Grade. • Aluminum-coated barbed wire shall conform to the requirements of ASTM A121, Class II. 162-2.3 Posts, rails, and braces. Line posts, rails, and braces shall conform to the requirements of ASTM F1043 or ASTM F1083 as follows: • Galvanized tubular steel pipe shall conform to the requirements of Group IA, (Schedule 40)coatings conforming to Type A, or Group IC(High Strength Pipe), External coating Type B, and internal coating Type B or D. • Hot-Rolled Shapes(H Beams)shall meet the requirements of Group III, and be galvanized in accordance with the requirements of ASTM F1043, Type A. • Aluminum Pipe shall conform to the requirements of Group IB. • Vinyl or polyester coated steel shall conform to the requirements of ASTM F1043, Paragraph 7.3, Optional Supplemental Color Coating. • Composite posts shall conform to the strength requirements of ASTM F1043 or ASTM F1083.The strength loss of composite posts shall not exceed 10%when subjected to 3,600 hours of exposure to light and water in accordance with ASTM G152,ASTM G153,ASTM G154, and ASTM G155. • Posts, rails, and braces furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy or composite. Posts, rails, and braces,with the exception of galvanized steel conforming to ASTM F1043 or ASTM F1083, Group 1A, Type A, or aluminum alloy, shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B117 as follows: • External: 1,000 hours with a maximum of 5% red rust. • Internal: 650 hours with a maximum of 5% red rust. Contract#1133 F-162-1 Waterloo Regional Airport AECOM#60750559 F.Y.2026 Airport Fence Relocation Project The dimensions of the posts, rails, and braces shall be as shown on the Plans. 162-2.4 Gates. Gates installations are not included in the scope of this project. 162-2.5 Wire ties and tension wires.Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7-gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A824. All material shall conform to Federal Specification RR-F-191/4. 162-2.6 Miscellaneous fittings and hardware. Miscellaneous steel fittings and hardware for use with zinc- coated, aluminum-coated, or zinc-5%aluminum-mischmetal alloy-coated steel fabric shall be of commercial grade steel or better quality,wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein.All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM Al 53. Miscellaneous aluminum fittings for use with aluminum alloy fabric shall be wrought or cast aluminum alloy. Barbed wire support arms shall withstand a load of 250 pounds (113 kg)applied vertically to the outermost end of the arm. 162-2.7 Concrete. Concrete shall have a minimum 28-day compressive strength of 3000 psi (20 670 kPa). 162-2.8 Marking. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire,the length of fencing in the roll, and the name of the manufacturer. Posts,wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. CONSTRUCTION METHODS 162-3.1 General.The fence shall be constructed in accordance with the details on the plans and as specified here using new materials.All work shall be performed in a workmanlike manner satisfactory to the RPR. The Contractor shall layout the fence line based on the plans. The Contractor shall span the opening below the fence with barbed wire at all locations where it is not practical to conform the fence to the general contour of the ground surface because of natural or manmade features such as drainage ditches. The new fence shall be permanently tied to the terminals of existing fences as shown on the plans.The Contractor shall stake down the woven wire fence at several points between posts as shown on the plans. The Contractor shall arrange the work so that construction of the new fence will immediately follow the removal of existing fences.The length of unfenced section at any time shall not exceed 300 feet(90 m). The work shall progress in this manner and at the close of the working day the newly constructed fence shall be tied to the existing fence. 162-3.2 Clearing fence line. Clearing shall consist of the removal of all stumps, brush, rocks,trees, or other obstructions that will interfere with proper construction of the fence within 5 feet(1.5 meters)on the exterior of the fence adjacent to the property line and 10 feet(3.0 meters)on the interior side of the fence centerline ora minimum width of 10 feet(1.5 meters) on either side of the fence centerline when not on the property line before starting fence operations. Stumps within the cleared area of the fence shall be grubbed or excavated.The bottom of the fence shall be placed a uniform distance above ground, as specified in the plans.When shown on the plans or as directed by the RPR,the existing fences which interfere with the new fence location shall be removed by the Contractor as a part of the construction work unless such removal is listed as a separate item in the bid schedule.All holes remaining after post and stump removal shall be refilled with suitable soil, gravel, or other suitable material and compacted with tampers. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction.162-3.3 Installing posts.All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. The posts holes shall be in proper alignment so that there is a minimum of 3 inches(75 mm)of concrete on all sides of the posts. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts.All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within seven (7)days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches(50 mm)larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches (300 mm).After the posts are set,the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand.Any remaining space above the rock shall be filled with concrete in the manner described above. Contract#1133 F-162-2 Waterloo Regional Airport AECOM#60750559 F.Y.2026 Airport Fence Relocation Project In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 162-3.4 Installing top rails. Top rails are not required. Top and bottom tension wires are required. 162-3.5 Installing braces. Horizontal brace rails,with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.6 Installing fabric.The wire fabric shall be firmly attached to the posts and braced as shown on the plans.All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground,with the bottom of the fence fabric no less than one inch (25 mm)or more than 4 inches (100 mm)from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches(150 mm) or less. 162-3.7 Electrical grounds. Electrical grounds shall be constructed where a power line passes over the fence and at 500 feet(150 m)intervals.The ground shall be installed directly below the point of crossing.The ground shall be accomplished with a copper clad rod 8 feet(2.4 m)long and a minimum of 5/8 inches (16 mm)in diameter driven vertically until the top is 6 inches(150 mm)below the ground surface.A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. The Contractor shall comply with FAA-STD-019, Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment, paragraph 4.2.3.8, Lightning Protection for Fences and Gates,when fencing is adjacent to FAA facilities. 162-3.8 Cleaning up.The Contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction. All fencing work shall have temporary mulch or permanent seeding with mulch completed within 30 days of removal or installation.All disturbed areas shall be seeded per T-901. METHOD OF MEASUREMENT 162-4.1 Chain-link fence will be measured for payment by the linear foot(meter). Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. BASIS OF PAYMENT 162-5.1 Payment for chain-link fence will be made at the contract unit price per linear foot(meter). The price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment,tools, and incidentals necessary to complete the item. Payment will be made under: Item F-162 Chain-Link Fence(10' Fabric with Barbed Wire)-per linear foot(meter) Item F-162 Chain-Link Fence(10' Fabric with Barbed Wire)Removal-per linear foot(meter) REFERENCES The publications listed below form a part of this specification to the extent referenced.The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM A121 Standard Specification for Metallic-Coated Carbon Steel Barbed Wire ASTM A153 Standard Specification for Zinc Coating (Hot-Dip)on Iron and Steel Hardware ASTM A392 Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric ASTM A491 Standard Specification for Aluminum-Coated Steel Chain-Link Fence Fabric Contract#1133 F-162-3 Waterloo Regional Airport AECOM#60750559 F.Y.2026 Airport Fence Relocation Project ASTM A824 Standard Specification for Metallic-Coated Steel Marcelled Tension Wire for Use with Chain Link Fence ASTM B117 Standard Practice for Operating Salt Spray(Fog)Apparatus ASTM F668 Standard Specification for Polyvinyl Chloride(PVC), Polyolefin and other Organic Polymer Coated Steel Chain-Link Fence Fabric ASTM F1043 Standard Specification for Strength and Protective Coatings on Steel Industrial Fence Framework ASTM F1083 Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded,for Fence Structures ASTM F1183 Standard Specification for Aluminum Alloy Chain Link Fence Fabric ASTM F1345 Standard Specification for Zinc 5%Aluminum-Mischmetal Alloy Coated Steel Chain-Link Fence Fabric ASTM G152 Standard Practice for Operating Open Flame Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G153 Standard Practice for Operating Enclosed Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet(UV) Lamp Apparatus for Exposure of Nonmetallic Materials ASTM G155 Standard Practice for Operating Xenon Arc Light Apparatus for Exposure of Nonmetallic Materials Federal Specifications(FED SPEC) FED SPEC RR-F-191/3 Fencing, Wire and Post, Metal (Chain-Link Fence Posts,Top Rails and Braces) FED SPEC RR-F-191/4 Fencing, Wire and Post, Metal (Chain-Link Fence Accessories) FAA Standard FAA-STD-019 Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment FAA Orders 5300.38 AIP Handbook END OF ITEM F-162 Contract#1133 F-162-4 Waterloo Regional Airport AECOM#60750559 F.Y.2026 Airport Fence Relocation Project Item P-620 Runway and Taxiway Marking DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Resident Project Representative (RPR). The terms"paint"and "marking material"as well as "painting"and "application of markings"are interchangeable throughout this specification. MATERIALS 620-2.1 Materials acceptance.The Contractor shall furnish manufacturer's certified test reports,for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. This certification along with a copy of the paint manufacturer's surface preparation; marking materials, including adhesion,flow promoting and/or floatation additive; and application requirements must be submitted and approved by the Resident Project Representative (RPR)prior to the initial application of markings. The reports can be used for material acceptance or the RPR may perform verification testing. The reports shall not be interpreted as a basis for payment.The Contractor shall notify the RPR upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers that are easily quantifiable for inspection by the RPR. 620-2.2 Marking materials. Table 1. Marking Materials Paint' Glass Beads2 Type Color Fed Std. 595 Number Application Rate Type Application Rate Maximum Minimum Waterborn Yellow 33538 or 33655 115/sf/gal max Type I, 7/Ib/gal e, Type II Gradation A 'See paragraph 620-2.2a 2 See paragraph 620-2.2b a. Paint. Paint shall be waterborne in accordance with the requirements of this paragraph. Paint colors shall comply with Federal Standard No. 595. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1 952F, Type II.The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. b. Reflective media. Glass beads for white and yellow paint shall meet the requirements for Federal Specification TT-B-1325D Type I, Gradation A. Glass beads for red and pink paint shall meet the requirements for Type I, Gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Glass beads shall not be used in black and green paint. Type III glass beads shall not be used in red and pink paint. CONSTRUCTION METHODS 620-3.1 Weather limitations. Painting shall only be performed when the surface is dry, and the ambient temperature and the pavement surface temperature meet the manufacturer's recommendations in accordance with paragraph Contract#1133 P-620-1 Waterloo Regional Airport AECOM#60750559 F.Y.2026 Airport Fence Relocation Project 620-2.1. Painting operations shall be discontinued when the ambient or surface temperatures does not meet the manufacturer's recommendations. Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. Markings shall not be applied when weather conditions are forecasts to not be within the manufacturers' recommendations for application and dry time. 620-3.2 Equipment. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type or airless type marking machine with automatic glass bead dispensers suitable for application of traffic paint. It shall produce an even and uniform film thickness and appearance of both paint and glass beads at the required coverage and shall apply markings of uniform cross-sections and clear- cut edges without running or spattering and without over spray. The marking equipment for both paint and beads shall be calibrated daily. 620-3.3 Preparation of surfaces. Immediately before application of the paint,the surface shall be dry and free from dirt, grease, oil, laitance, or other contaminates that would reduce the bond between the paint and the pavement. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the RPR. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. a. Preparation of new pavement surfaces. The area to be painted shall be cleaned by broom, blower,water blasting, or by other methods approved by the RPR to remove all contaminants, including PCC curing compounds, minimizing damage to the pavement surface. b. Preparation of pavement to remove existing markings. Existing pavement markings shall be removed by water blasting, or by other methods approved by the RPR minimizing damage to the pavement surface. The removal area may need to be larger than the area of the markings to eliminate ghost markings.After removal of markings on asphalt pavements, apply a fog seal or seal coat to`block out'the removal area to eliminate`ghost' markings. c. Preparation of pavement markings prior to remarking. Prior to remarking existing markings, loose existing markings must be removed minimizing damage to the pavement surface,with a method approved by the RPR. After removal,the surface shall be cleaned of all residue or debris. Prior to the application of markings,the Contractor shall certify in writing that the surface is dry and free from dirt, grease, oil, laitance, or other foreign material that would prevent the bond of the paint to the pavement or existing markings.This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the RPR prior to the initial application of markings. 620-3.4 Layout of markings.The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 Application.A period of 30 days shall elapse between placement of surface course or seal coat and application of the permanent paint markings. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the RPR. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm)in 50 feet(15 m), and marking dimensions and spacing shall be within the following tolerances: Marking Dimensions and Spacing Tolerance Dimension and Spacing Tolerance 36 inch (910 mm)or less ±1/2 inch (12 mm) greater than 36 inch to 6 feet(910 mm to 1.85 m) ±1 inch (25 mm) greater than 6 feet to 60 feet(1.85 m to 18.3 m) ±2 inch (50 mm) greater than 60 feet(18.3 m) ±3 inch (76 mm) The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1.The addition of thinner will not be permitted. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint.A dispenser shall be furnished that is properly designed for attachment to Contract#1133 P-620-2 Waterloo Regional Airport AECOM#60750559 F.Y.2026 Airport Fence Relocation Project the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment and distribution should be performed. 620-3.7 Control strip. Prior to the full application of airfield markings,the Contractor shall prepare a control strip in the presence of the RPR. The Contractor shall demonstrate the surface preparation method and all striping equipment to be used on the project. The marking equipment must achieve the prescribed application rate of paint and population of glass beads (per Table 1)that are properly embedded and evenly distributed across the full width of the marking. Prior to acceptance of the control strip, markings must be evaluated during darkness to ensure a uniform appearance. 620-3.8 Retro-reflectance. [Reflectance shall be measured with a portable retro-reflectometer meeting ASTM E1710 (or equivalent). A total of 6 reading shall be taken over a 6 square foot area with 3 readings taken from each direction. The average shall be equal to or above the minimum levels of all readings which are within 30%of each other. Minimum Retro-Reflectance Values Material Retro-reflectance mcd/mz/lux White Yellow Red Initial Type 1 300 175 35 Initial Type 111 600 300 35 All materials, remark when less than' 100 75 10 `Prior to remarking determine if removal of contaminants on markings will restore retro-reflectance 620-3.9 Protection and cleanup.After application of the markings, all markings shall be protected from damage until dry.All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings.The Contractor shall remove from the work area all debris,waste, loose reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the RPR. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and federal environmental statutes and regulations. METHOD OF MEASUREMENT 620-4.1a The quantity of markings shall be paid for shall be measured by the number of square feet(square meters) of painting. 620-4.1 b The quantity of reflective media shall be paid for by the number of pounds(km)of reflective media. BASIS OF PAYMENT 620-5.1a Payment for markings shall be made at the contract price for by the number of square feet(square meters) of painting. 620-5.2b Payment for reflective media shall be made at the contract unit price for the number of pounds(km)of reflective media. Payment will be made under: Item P-620 Pavement Marking per square foot(square meter) Item P-620 Reflective Media per pound (km) Contract#1133 P-620-3 Waterloo Regional Airport AECOM#60750559 F.Y.2026 Airport Fence Relocation Project REFERENCES The publications listed below form a part of this specification to the extent referenced.The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property- Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand-Operated Instruments ASTM E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet(UV)Lamp Apparatus for Exposure of Nonmetallic Materials Code of Federal Regulations(CFR) 40 CFR Part 60,Appendix A-7, Method 24 Determination of volatile matter content,water content, density,volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication Federal Specifications(FED SPEC) FED SPEC TT-B-1 325D Beads(Glass Spheres) Retro-Reflective FED SPEC TT-P-1 952F Paint, Traffic and Airfield Marking,Waterborne FED STD 595 Colors used in Government Procurement Commercial Item Description A-A-28868 Paint, Traffic, Solvent Based Advisory Circulars (AC) AC 150/5340-1 Standards for Airport Markings AC 150/5320-12 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces END OF ITEM P-620 Contract#1133 P-620-4 Waterloo Regional Airport AECOM#60750559 F.Y.2026 Airport Fence Relocation Project FY 2026 AIRPORT FENCE RELOCATION PROJECT CONTRACT NO. 1133 CONTRACT DOCUMENTS TABLE OF CONTENTS 1. NOTICE OF PUBLIC HEARING 2. NOTICE TO BIDDERS 3. INSTRUCTIONS TO BIDDERS 4. FORM OF BID OR PROPOSAL 5. SALES TAX EXEMPTION INFORMATION FORM 6. FORM OF BID BOND 7. NON-COLLUSION AFFIDAVITS A. PRIME BIDDER B. SUBCONTRACTOR 8. EQUAL OPPORTUNITY CLAUSE 9. TITLE VI CIVIL RIGHTS 10. BIDDER STATUS FORM 11. AFFIRMATIVE ACTION PROGRAM 12. POTENTIAL ITEMS OF WORK FOR MBE/WBE PARTICIPATION A. SUBCONTRACTOR'S BID REQUEST FORM B. LETTER FORM FOR SUBCONTRACTOR QUOTES (CCO-3) C. MBE/WBE SCOPE LETTER, (CCO-4) D. MBE AND/OR WBE PREBID CONTACT INFORMATION FORM (CCO-4A) E. MBP/WBE LETTER OF INTENT TO BID (CCO-5) 13. CERTIFIED MBE/WBE CONTRACTORS 14. STATEMENT OF BIDDER'S QUALIFICATIONS 15. GENERAL SPECIAL PROVISIONS 16. SPECIAL PROVISIONS 17. SPECIFICATIONS INCLUDED BY REFERENCE 18. GENERAL SPECIFICATIONS FOR CONSTRUCTION 19. SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTIONS 20. FORM OF CONTRACT 21. FORM OF PERFORMANCE BOND 22. FORM OF PAYMENT BOND 23. TECHNICAL SPECIFICATIONS A. ITEM F-162 CHAIN-LINK FENCE B. ITEM P-620 RUNWAY AND TAXIWAY MARKING 22. PLANS NOTE: Highlighted items must be included with bid. Contents 1. Coordination.................................................................................................................... 1 2. Phasing ........................................................................................................................... 2 3. Sequence of Work........................................................................................................... 3 4. Areas and Operations Affected by Construction .............................................................. 4 5. Navigational Aid (NAVAID) Protection............................................................................. 6 6. Runway and Taxiway Visual Aids.................................................................................... 7 7. Contractor Access........................................................................................................... 7 8. Site Security.................................................................................................................... 8 9. Inspection Requirements................................................................................................. 8 10. Wildlife Management....................................................................................................... 9 11. Foreign Object Debris (FOD) Management..................................................................... 9 12. HAZMAT Management...................................................................................................10 13. Notification of Construction Activities..............................................................................10 14. Inspection Requirements................................................................................................11 15. Underground Utilities......................................................................................................12 16. Penalties ........................................................................................................................12 17. Special Conditions..........................................................................................................13 18. Markings and Signs for Access Routes ..........................................................................13 19. Hazard Marking and Lighting..........................................................................................14 20. Protection of Areas, Zones and Surfaces .......................................................................14 21. Other Limits on Construction ..........................................................................................15 Contract#1133 CSPP-i Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation 1. Coordination a. Coordination with Airlines, Tenants, ATC, ARFF and FAA ATO • On-going during design process • Project Schedule • Impacts to Airlines, Tenants, ATC, ARFF and FAA ATO • Construction phasing to be reviewed and discussed • Operational Safety to be reviewed and discussed • Key Attendees: Mr. Steven Kjergaard, City of Waterloo Airline Station Manager FAA Air Traffic Control Tower Representative FAA Airways Facilities Sector Office Airport ARFF Personnel Airport Tenants b. Pre-bid Meeting • CSPP to be reviewed and discussed • Operational safety to be reviewed and discussed • Construction phasing to be reviewed and discussed • Key Attendees: Mr. Steven Kjergaard, City of Waterloo Design Engineer Bidding Contractors FAA Air Traffic Control Tower Representative c. Preconstruction Conference • CSPP & SPCD to be reviewed and discussed • Operational safety to be reviewed and discussed • Construction phasing to be reviewed and discussed • Coordination of NAVAID shutdowns to be discussed • Key Attendees: Mr. Steven Kjergaard, City of Waterloo Design Engineer Resident Project Representative Contractor Superintendent Subcontractor Representative(s) FAA Airports Project Engineer FAA Air Traffic Control Tower Representative Airline Representative FBO Representative Contract#1133 CSPP-1 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation d. Progress Meetings • To be held on a weekly basis during construction • Operational safety to be reviewed and discussed • Construction phasing to be reviewed and discussed • Coordination of NAVAID shutdowns to be discussed • Key Attendees: Mr. Steven Kjergaard, City of Waterloo Design Engineer Airline Representative FBO Representative Resident Project Representative Contractor Superintendent Subcontractor Representative(s) FAA Air Traffic Control Tower Representative e. Daily Coordination. At all times when construction activities are being performed on this project the prime Contractor must have a foreman on-site and immediately available who is authorized to make decisions regarding the operations and safety of all personnel employed by the Contractor and Subcontractors. Each day the designated foreman must meet with Airport Operations to coordinate activities for the day's work. f. Scope or Schedule Changes and FAA ATO Coordination. • Proposed changes and substantial delays will require additional coordination with the Owner/Airport and the FAA for the purpose of evaluating possible revisions to the CSPP. • The FAA shall approve all proposed CSPP revisions prior to the commencement of construction activities associated with the CSPP revisions. • Any change to air traffic control procedures will need coordination with FAA ATO. 2. Phasing a. The project consists of two (2) distinct phases. The phases provide for the least impact to aircraft operations while construction progresses on the project. The phase and impacts to pavements are summarized in Table A on the following page and shown on the Safety and Phasing Plan attached to this CSPP. Contract#1133 CSPP-2 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation Table A— Construction Phase Summary Phase Work Areas Work Description Closed Pavements 1 West end of closed Removal of existing Runway 18/36 and Runway 06/24 and closed pavements and utilities Taxiway C North of Taxiway A within Runway within Runway 18/36 Runway 12/30 18/36 RSA RSA. 2 West end of closed Removal of existing None Runway 06/24 and pavements and closed Taxiway A utilities within outside Runway 18/36 Runway 18/36 RSA. RSA Removal of existing fence and installation of proposed fence. b. Locations, Durations and Sequence of Work. The project is comprised of two (2) distinct phases of work. All phases shall utilize the same construction access, traffic control and sequencing requirements. Refer to the Construction Safety and Operations Plan sheet for graphical depictions of the phases along with notes on phase specific sequencing and operational requirements. 3. Sequence of Work Estimated Phase 1 Start Date: July 2025 Estimated Phase 2 Start Date: July 2025 Estimated Completion Date: September 2025 Phase 1 30 Calendar Days Phase 2 90 Calendar Days When, in the judgment of the Owner, the Contractor has obstructed or closed a greater portion of the work than is necessary for proper construction or is carrying on operations to the prejudice of work already started, the Owner may require the Contractor to finish that portion of work which is in progress before any additional portions are started. Work shall be conducted with minimum inconvenience to traffic. In addition, if the Contractor is closing off a greater portion of the work than the CSPP calls for, the CSPP shall be revised and resubmitted for FAA review. Work shall not start until the CSPP has been approved by FAA. Except as hereafter specified, no loads of material for any construction shall be dispatched from cars or plants so late in the day that it cannot be placed,finished, and protected within the Specification's limits and provisions during actual daylight of that same day. When it is important that construction be pushed to early completion, the Owner may permit it after daylight hours provided sufficient artificial illumination is available and that the work performed under these conditions complies in every respect with the terms and conditions of the Contract. It is understood that the Contractor will need to complete saw cutting Contract#1133 CSPP-3 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation operations on new pavement during nighttime hours. These operations will be permitted but shall be coordinated with the Owner. The Contractor shall not commence new work that would be prejudicial to work already started. 4. Areas and Operations Affected by Construction a. Phase 1 — Removal of Existing Pavements and Utilities within the Runway 18/36 Runway Safety Area • Runway 18/36 Closed • Taxiway C North of Runway 12/30 Safety Area Closed • Closed Runway 06/24 • Closed Portion of Taxiway A b. Phase 2 — Removal of Existing Pavements, Utilities and Fence, and Installation of New Fence • Closed Runway 06/24 and Closed Portion of Taxiway A c. Operational Affect Table —Tables B, C and D below depict the anticipated operational impacts to the Waterloo Regional Airport during the project. Impacts will vary based on normal operations of an area, construction phase, and duration of work. Contractor is required to coordinate with the Airport Owner as detailed in this document prior to impacting operations on the airport. Contract#1133 CSPP-4 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation Table B — Runway, Taxiway, and Apron Availability per Phase Phase 1 Phase 2 Runways Runway 12/30 Open Open Runway 18/36 Closed Open Taxiways Taxiway A Open Open Taxiway B North of Taxiway A to Open Open Runway 18/36 Taxiway B North of Runway 18/36 to Taxiway B-1 Open Open Taxiway B North of Taxiway B-1 Open Open Taxiway B-1 Open Open Taxiway C North of Runway 12/30 Closed Open Taxiway C South of Runway 12/30 Open Open Taxiway E Open Open ANG Taxilane Open Open Aprons West Terminal Apron Open Open East Terminal Apron Open Open General Aviation Open Open FBO (Livingston)Apron Open Open ARFF Access Road to Taxiway A Open Open ARFF Service Road to East Open Open Terminal Apron Contract#1133 CSPP-5 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation Table C — Instrument Approach Procedures Availability per Phase Instrument Approach Procedures Phase 1 Phase 2 Runway 12/30 — ILS or LOC Available Available RWY 12 Runway 12/30 — RNAV (GPS) Available Available RWY 12 Runway 12/30 —VOR RWY 12 Available Available Runway 12/30 — RNAV (GPS) Available Available RWY 30 Runway 12/30 — LOC BC RWY Available Available 30 Runway 18/36 — RNAV (GPS) Unavailable Available RWY 18 Runway 18/36 — RNAV (GPS) Unavailable Available RWY 36 Runway 18/36 —VOR RWY 18 Unavailable Available 5. Navigational Aid (NAVAID) Protection a. FAA Owned NAVAIDs • Aircraft navigational aids (NAVAIDs) provide visual and electronic information which is used by pilots who operate and land aircraft at the airport. Construction activities can have negative impacts on the functionality and serviceability of NAVAIDs. The Contractor must coordinate their work effort and limit their operations so that NAVAIDs are not impacted beyond what is planned. • Contractor will be required to limit operations so that material, equipment, and personnel do not enter any NAVAID critical areas as shown on the Phasing Plans or disturb power to NAVAID facilities without prior coordination with the Airport Director and FAA Tech Ops personnel. • FAA procedures will be reviewed at the Preconstruction Conference. See Section 1, Coordination. • Planned NAVAID impacts must be addressed in the Contractor's construction schedule. Contractor is required to provide at least 72 hours advance notice to the Airport Director prior to disturbing power supply or removing a NAVAID from Service. • Table D contains a summary of anticipated impacts to NAVAIDs. Contract#1133 CSPP-6 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation Table D —Availability of NAVAIDs per Phase NAVAIDS Phase 1 Phase 2 Runway 12/30 — RWY 12 Available Available MALSR Runway 12/30— RWY 12 GS Available Available Runway 12/30— RWY 12 LOC Available Available Runway 12/30 — RWY 12 PAPI Available Available Runway 12/30 — RWY 30 MALS Available Available Runway 12/30 — RWY 30 VASI Available Available Runway 18/36 — RWY 18 VASI Unavailable Available Runway 18/36 — RWY 18 REIL Unavailable Available Runway 18/36 — RWY 36 PAPI Unavailable Available Runway 18/36 — RWY 36 REIL Unavailable Available Rotating Beacon Available Available VOR/DME Available Available 6. Runway and Taxiway Visual Aids a. FOD Prevention • All temporary airport markings, lighting, signs, lighted runway closed 'X's and taxiway closed 'X's will be secured properly to prevent FOD. b. Turning off and disabling airfield lighting and signage • Contractor shall disable, provide electrical shunts and cover lights and signs as described in the plans. c. Markings • Airfield markings shall be in compliance with AC 150/5340-1 M, per plans. • There is no airfield marking work in this project. 7. Contractor Access a. Site Access • See Construction Safety and Operations Plan, Drawings Sheet G-100 • Access for Phases 1 and 2 will be through the access gate off Leversee Road and from the gravel access off Airport Boulevard as shown in the Construction Safety and Operations Plan. • Orange mesh temporary fencing will be required to be installed across areas where fence is removed until new fence is installed as shown on the Construction Safety and Operations Plan. • Contractor to keep gates closed at all times. • Daisy-chained padlocks are used to gain access to gates. Contract#1133 CSPP-7 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation b. Stockpiling • Stockpiling of materials is limited to the Contractor's Storage and Staging Area shown in the Construction Safety and Operations Plan and limited to 10 feet. c. Vehicle and Pedestrian Operations • All personnel and vehicles must enter and leave the AOA through the gate discussed above. • Aircraft ALWAYS have the right-of-way over vehicles when maneuvering on non-movement areas. Aircraft also have the right-of-way on the movement areas, except when the Airport Traffic Control Tower (ATCT) has specifically instructed an aircraft to hold or give way to vehicle(s) on a runway or taxiway. d. Marking and Lighting of Vehicles • All authorized vehicles required to work on the airport property will have a rotating yellow beacon affixed to the uppermost point on the vehicle at all times. The beacon must be visible from all directions day and night including from the air. If it is not practical to mount rotating beacon on construction equipment, the equipment shall have a flag affixed meeting the requirements in FAA AC 150/5210-5D. 8. Site Security a. Contractor shall control access to the site through gates as shown on the plans. If gate is not locked, contractor shall supply gate guard with access control list. b. Access is limited to personnel that have escort privileges in accordance with Waterloo Regional Airport Security Requirements including airfield driver training or are under direct escort by a person with these escort privileges. 9. Inspection Requirements a. Daily Inspections—The contractor shall perform daily safety inspections to ensure all construction operations are in conformance with the Construction Safety and Phasing Plan (CSPP). b. Final Inspections— Prior to opening any portion of the airport to traffic, the contractor, engineer and airport operator shall perform a safety inspection of the area to be opened to traffic to ensure conformance with the Construction Safety and Phasing Plan (CSPP). Contract#1133 CSPP-8 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation 10. Wildlife Management The Contractor will mitigate wildlife hazards during construction as follows: a. Trash • All construction personnel will dispose of trash in closed containers provided by the Contractor. • The Contractor will empty all containers off-site once a week at a minimum to ensure scraps do not attract wildlife. b. Standing Water • The Contractor will immediately re-grade any area with standing water remaining more than three (3) hours after a rainfall event. Standing water will be drained from ponding area prior to re-grading. c. Fencing and Gates • The Contractor will ensure perimeter fencing or gates are not left unattended or compromised in a way that allows wildlife to pass through into the airfield. d. Wildlife Sightings • The resident project representative and/or Construction Superintendent will immediately notify the Waterloo Regional Airport director by phone of wildlife sighted on the airfield. e. Tall Grass • Mowing schedules have been established to maintain, when possible, a grass height of 6 to 10 inches, to help prevent the large flocks of starlings, crows and other bird species from becoming a hazard to aircraft operations. It is the responsibility of the Contractor to establish and maintain a schedule that allows a maximum grass height of 10 inches within the construction work area. f. Stockpiles • Stockpile locations and height restrictions shall be as shown on the plan sheets. • Contractor to keep stockpile areas from becoming overgrown and maintain any fencing that has been installed around stockpile areas, so these areas do not become wildlife attractants. 11. Foreign Object Debris (FOD) Management The Contractor will mitigate FOD control during construction as follows: a. Housekeeping • All construction personnel will secure all items that may be carried by wind onto an air operations area (AOA). See Construction Safety and Operations Plan. Contract#1133 CSPP-9 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation b. Airfield • The contractor shall perform a tire-check (rocks, mud, debris, etc.) on all vehicles traversing the AOA paved areas from non-paved surfaces to prevent FOD. • The Contractor will immediately sweep or other remove any FOD located on an AOA paved surface. 12. HAZMAT Management The Contractor will manage hazardous materials transported during construction as follows: a. Fuel or Hydraulic Fluid Spills • At the Preconstruction Conference, the Contractor shall submit a HAZMAT Management Plan that contains Material Safety Data Sheets; identifies fuel storage locations; presents procedures for spill prevention, containment, and notification; and other HAZMAT related items in accordance with FAA Advisory Circular 150/5320-15A, Management of Airport Industrial Waste. • The Contractor will have available a spill kit capable of containing and removing leaked fluids. • The Contractor will immediately notify the Waterloo Regional Airport director by phone of all spills. b. Fueling • All construction vehicles will be fueled on-site in the contractor's staging area as depicted in the plans. c. Other HAZMAT • No other hazardous material is expected to be transported on-site during construction. 13. Notification of Construction Activities a. Contact List and Emergency Coordination • The Contact List of City and Consultant personnel and emergency contacts is listed below: • City of Waterloo— Mr. Steven Kjergaard, (319) 529-1388 • AECOM Design Engineer— Mr. David Hughes (515) 323-7919 • AECOM Resident Project Representative • Fire, Rescue— 911 • Air Traffic Control Tower (319) 233-4835 • Aircraft Rescue and Fire Fighting (ARFF) (319) 493-0124 • Waterloo Police Department (319) 291-2515 • Allen Hospital and Emergency Department (319) 235-3941 Contract#1133 CSPP-10 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation • The contractor shall provide a list of 24-hour contact numbers for project to be added to this list. b. FAA Notification • The Waterloo Regional Airport is currently working on submitting a 7460 case for construction equipment. No on-site batch plant is anticipated for this project. c. NOTAMs • The Waterloo Regional Airport will issue all NOTAMs. • Contractor shall submit 72-hour advanced notice to the Airport prior to closing a taxiway or runway. d. Emergency Procedures • The Contractor is responsible for establishing emergency protocols to ensure the safety of their employees. • The Contractor is responsible for promptly notifying the appropriate parties in the event of an emergency. The order of contacting parties may differ on the type of emergency, but typically the airport director should be notified first or second if the emergency poses risks to those operating in the AOA. 14. Inspection Requirements a. City Requirements • The Waterloo Regional Airport will inspect all closed paved surfaces prior to opening each phase to air traffic operations. • The Waterloo Regional Airport will conduct a final inspection of the entire project after the installations and removals are completed. b. Resident Project Representative Requirements • The resident project representative will conduct daily observations of the worksite during construction operations. A daily diary will be maintained to document these site visits. • Daily Inspections—The contractor shall perform daily safety inspections to ensure all construction operations are in conformance with the Construction Safety and Phasing Plan (CSPP). • Final Inspections— Prior to opening any portion of the airport to traffic, the contractor, engineer and airport operator shall perform a safety inspection of the area to be opened to traffic to insure conformance with the Construction Safety and Phasing Plan (CSPP). c. Contractor Requirements • The Contractor Superintendent will conduct routine inspections of the worksite to ensure compliance with the CSPP and SPCD. • The Contractor Superintendent will attend the on-site inspections of each phase and the final project inspection. Contract#1133 CSPP-11 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation 15. Underground Utilities a. Underground utilities exist within and adjacent to the limits of construction. An attempt has been made to locate these utilities on the plans. However, all existing utilities may not be shown, and the actual locations of the utilities may vary from the locations shown. Prior to beginning any type of excavation, the contractor shall contact the utilities involved and make arrangements for the location of the utilities on the ground. The contractor shall maintain the utility location markings until they are no longer necessary. • State law, the underground facilities damage prevention act, requires two working days advance notification through the One-Call system center before excavating using mechanized equipment or explosives (except in the case of an emergency). The One-Call system phone number is 811. The contractor is advised that there is a severe penalty for not making this call. Not all utility companies are members of the state One-Call system; therefore, the contractor is advised to contact all non-member utilities as well as the One-Call system. b. FAA Facilities • The Contractor will hand dig to locate FAA utilities within 10 feet of any proposed work. All known facilities have been shown on the existing conditions plan sheets. c. City Utilities • The contractor is responsible for field location and verification of airport owned utilities within the project work area. All known facilities have been shown on the existing conditions plan sheets. • The Contractor Superintendent will contact Iowa One Call to delineate all municipal utilities a minimum of 48 hours prior to any excavation work. d. Utility Damage • The Contractor Superintendent will suspend all construction activity upon the damage of any underground utility until the owner is identified and the utility repaired. 16. Penalties a. Construction Suspension i. The Waterloo Regional Airport will immediately suspend all construction if and when a Contractor or Subcontractor employee enters the Air Operations Area (AOA) outside of the designated work area(s). b. Expulsion of Non-Compliant Employees i. The Waterloo Regional Airport may permanently prohibit any consultant or contractor employee acting in violation with airport rules and regulations from entering or working on airport property. Contract#1133 CSPP-12 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation c. Failure of the contractor (including employees) or any of his subcontractors (including employees) to comply with ATCT instructions, the airport safety plan, or any of the other requirements of the airport while operating on airport property, shall be subject to the following: i. For the first infraction, the contractor shall receive a fine of$1,000.00, and the vehicle operator will receive a loss of driving privileges on the airport. In addition, any fines or penalties imposed on the airport as a result of the incident will be assessed to the contractor. ii. For the second infraction and others beyond, the contractor shall receive a fine of$5,000.00 to be deducted from any monies due him, and the vehicle operator will receive a loss of driving privileges on the airport. In addition, any fine or penalties imposed on the airport as a result of the incident will be assessed to the contractor. 17. Special Conditions a. Aircraft Accident • All construction personnel will immediately vacate airport property after securing gates and remain off until cleared to return by the Waterloo Regional Airport Director. b. Airport Operations • Airport operations take precedence over all work, especially if a question of safety is involved. Special conditions such as low visibility, snow removal, aircraft in distress, aircraft accident, security breach, or work being completed by others may require the rescheduling of project work to accomplish air safety. c. Aircraft in Distress. • The Contractor will immediately clear all construction personnel of all runways and approach areas upon notification from the ATC of monitoring an aircraft distress call. d. Security Breech • All construction personnel will immediately vacate airport property and remain off until cleared by the Waterloo Regional Airport Director. 18. Markings and Signs for Access Routes a. No temporary markings or signs will be used. Contract#1133 CSPP-13 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation 19. Hazard Marking and Lighting a. Lighted X's • The Contractor will place and maintain L-893 lighted runway closure markers (lighted X's) supplied by the Waterloo Regional Airport during the closure of Runway 18/36. b. Barricades • The Contractor will place and maintain low profile, highly reflective, and alternating orange and white barricades at the locations indicated. Barricade height no more than 18 inches excluding flags and or lights. See attached plans for placement location. Barricades will be spaced in a manner to not allow vehicles to pass through the barricades, except for the locations as coordinated with ARFF. c. Temporary Taxiway Closure Marking • The Contractor will place and maintain temporary taxiway closure marking as depicted on Construction Safety and Operations Plan during the closure of Runway 18/36 and associated taxiways. d. Warning Indicators • The Contractor will place warning indicators (flags, lathe with ribbon, etc.) at FAA, airport and National Weather facility cables and underground power lines, Runway Safety Areas (RSA) and Obstacle Free Areas (OFA) to make it easier for Contractor personal to avoid these areas. e. Maintenance • The Contractor shall provide an on-call person 24 hours a day for emergency maintenance of airport hazard lighting and barricades. • Contact information for hazard marking maintenance shall be on file with the airport operator. • Hazard lighting shall be checked daily at dusk by the Contractor. 20. Protection of Areas, Zones and Surfaces a. Approach and Departure Surfaces • Cranes and other equipment taller than the obstruction being removed will not be deployed without a 7460-approval determination letter issued by FAA. b. Safety Areas and OFAs • Work is located adjacent to Runway 18/36's Object Free Area (OFA). • See Section 7 Contractor Access for additional information regarding movements and operations in these areas. c. Open Trenches & Excavations • Open trenches or excavations are not allowed within the safety area of an open runway or taxiway. Contract#1133 CSPP-14 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation • Open trenches shall be prominently marked with red or orange flags and lighted with red lights on barricades during hours of restricted visibility or darkness. See Section 19.c Barricades for more information. d. Erosion Control • Soil erosion shall be controlled by the contractor to maintain Runway and Taxiway safety area requirements. • No potentially hazardous ruts, humps, depressions or other surface variations shall be present. • Surfaces should, under dry conditions, be able to support snow removal equipment, ARFF vehicles, and aircraft without causing structural damage to the aircraft. 21. Other Limits on Construction a. Prohibitions • Cranes and other equipment taller than 25 feet will not be deployed without a 7460-approval determination letter issued by FAA. • Open flame welding, torches, electrical blasting caps (explosives), and flare pots will not be used at any time on AOA. Electrical blasting caps are also prohibited with 1000 feet of airport property. • Fall seeding shall occur between August 1011 and September 30th • Spring seeding shall occur between March 1St and May 31St Contract#1133 CSPP-15 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation CONSTRUCTION SAFETY & PHASING PLAN (CSPP) FY 2026 AIRPORT FENCE RELOCATION CONTRACT#1133 WATERLOO REGIONAL AIRPORT WATERLOO, IOWA WATERLOO REGIONAL AIRPORT PREPARED BY: AECOM 500 SW 7t" Street, Suite 301 Des Moines, Iowa 50309 AECOM 501 Sycamore Street, Suite 222 Waterloo, Iowa 50703 May 16, 2025 Contents 1. Coordination.................................................................................................................... 1 2. Phasing ........................................................................................................................... 2 3. Sequence of Work........................................................................................................... 3 4. Areas and Operations Affected by Construction .............................................................. 4 5. Navigational Aid (NAVAID) Protection............................................................................. 6 6. Runway and Taxiway Visual Aids.................................................................................... 7 7. Contractor Access........................................................................................................... 7 8. Site Security.................................................................................................................... 8 9. Inspection Requirements................................................................................................. 8 10. Wildlife Management....................................................................................................... 9 11. Foreign Object Debris (FOD) Management..................................................................... 9 12. HAZMAT Management...................................................................................................10 13. Notification of Construction Activities..............................................................................10 14. Inspection Requirements................................................................................................11 15. Underground Utilities......................................................................................................12 16. Penalties ........................................................................................................................12 17. Special Conditions..........................................................................................................13 18. Markings and Signs for Access Routes ..........................................................................13 19. Hazard Marking and Lighting..........................................................................................14 20. Protection of Areas, Zones and Surfaces .......................................................................14 21. Other Limits on Construction ..........................................................................................15 Contract#1133 CSPP-i Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation 1. Coordination a. Coordination with Airlines, Tenants, ATC, ARFF and FAA ATO • On-going during design process • Project Schedule • Impacts to Airlines, Tenants, ATC, ARFF and FAA ATO • Construction phasing to be reviewed and discussed • Operational Safety to be reviewed and discussed • Key Attendees: Mr. Steven Kjergaard, City of Waterloo Airline Station Manager FAA Air Traffic Control Tower Representative FAA Airways Facilities Sector Office Airport ARFF Personnel Airport Tenants b. Pre-bid Meeting • CSPP to be reviewed and discussed • Operational safety to be reviewed and discussed • Construction phasing to be reviewed and discussed • Key Attendees: Mr. Steven Kjergaard, City of Waterloo Design Engineer Bidding Contractors FAA Air Traffic Control Tower Representative c. Preconstruction Conference • CSPP & SPCD to be reviewed and discussed • Operational safety to be reviewed and discussed • Construction phasing to be reviewed and discussed • Coordination of NAVAID shutdowns to be discussed • Key Attendees: Mr. Steven Kjergaard, City of Waterloo Design Engineer Resident Project Representative Contractor Superintendent Subcontractor Representative(s) FAA Airports Project Engineer FAA Air Traffic Control Tower Representative Airline Representative FBO Representative Contract#1133 CSPP-1 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation d. Progress Meetings • To be held on a weekly basis during construction • Operational safety to be reviewed and discussed • Construction phasing to be reviewed and discussed • Coordination of NAVAID shutdowns to be discussed • Key Attendees: Mr. Steven Kjergaard, City of Waterloo Design Engineer Airline Representative FBO Representative Resident Project Representative Contractor Superintendent Subcontractor Representative(s) FAA Air Traffic Control Tower Representative e. Daily Coordination. At all times when construction activities are being performed on this project the prime Contractor must have a foreman on-site and immediately available who is authorized to make decisions regarding the operations and safety of all personnel employed by the Contractor and Subcontractors. Each day the designated foreman must meet with Airport Operations to coordinate activities for the day's work. f. Scope or Schedule Changes and FAA ATO Coordination. • Proposed changes and substantial delays will require additional coordination with the Owner/Airport and the FAA for the purpose of evaluating possible revisions to the CSPP. • The FAA shall approve all proposed CSPP revisions prior to the commencement of construction activities associated with the CSPP revisions. • Any change to air traffic control procedures will need coordination with FAA ATO. 2. Phasing a. The project consists of two (2) distinct phases. The phases provide for the least impact to aircraft operations while construction progresses on the project. The phase and impacts to pavements are summarized in Table A on the following page and shown on the Safety and Phasing Plan attached to this CSPP. Contract#1133 CSPP-2 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation Table A— Construction Phase Summary Phase Work Areas Work Description Closed Pavements 1 West end of closed Removal of existing Runway 18/36 and Runway 06/24 and closed pavements and utilities Taxiway C North of Taxiway A within Runway within Runway 18/36 Runway 12/30 18/36 RSA RSA. 2 West end of closed Removal of existing None Runway 06/24 and pavements and closed Taxiway A utilities within outside Runway 18/36 Runway 18/36 RSA. RSA Removal of existing fence and installation of proposed fence. b. Locations, Durations and Sequence of Work. The project is comprised of two (2) distinct phases of work. All phases shall utilize the same construction access, traffic control and sequencing requirements. Refer to the Construction Safety and Operations Plan sheet for graphical depictions of the phases along with notes on phase specific sequencing and operational requirements. 3. Sequence of Work Estimated Phase 1 Start Date: July 2025 Estimated Phase 2 Start Date: July 2025 Estimated Completion Date: September 2025 Phase 1 30 Calendar Days Phase 2 90 Calendar Days When, in the judgment of the Owner, the Contractor has obstructed or closed a greater portion of the work than is necessary for proper construction or is carrying on operations to the prejudice of work already started, the Owner may require the Contractor to finish that portion of work which is in progress before any additional portions are started. Work shall be conducted with minimum inconvenience to traffic. In addition, if the Contractor is closing off a greater portion of the work than the CSPP calls for, the CSPP shall be revised and resubmitted for FAA review. Work shall not start until the CSPP has been approved by FAA. Except as hereafter specified, no loads of material for any construction shall be dispatched from cars or plants so late in the day that it cannot be placed,finished, and protected within the Specification's limits and provisions during actual daylight of that same day. When it is important that construction be pushed to early completion, the Owner may permit it after daylight hours provided sufficient artificial illumination is available and that the work performed under these conditions complies in every respect with the terms and conditions of the Contract. It is understood that the Contractor will need to complete saw cutting Contract#1133 CSPP-3 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation operations on new pavement during nighttime hours. These operations will be permitted but shall be coordinated with the Owner. The Contractor shall not commence new work that would be prejudicial to work already started. 4. Areas and Operations Affected by Construction a. Phase 1 — Removal of Existing Pavements and Utilities within the Runway 18/36 Runway Safety Area • Runway 18/36 Closed • Taxiway C North of Runway 12/30 Safety Area Closed • Closed Runway 06/24 • Closed Portion of Taxiway A b. Phase 2 — Removal of Existing Pavements, Utilities and Fence, and Installation of New Fence • Closed Runway 06/24 and Closed Portion of Taxiway A c. Operational Affect Table —Tables B, C and D below depict the anticipated operational impacts to the Waterloo Regional Airport during the project. Impacts will vary based on normal operations of an area, construction phase, and duration of work. Contractor is required to coordinate with the Airport Owner as detailed in this document prior to impacting operations on the airport. Contract#1133 CSPP-4 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation Table B — Runway, Taxiway, and Apron Availability per Phase Phase 1 Phase 2 Runways Runway 12/30 Open Open Runway 18/36 Closed Open Taxiways Taxiway A Open Open Taxiway B North of Taxiway A to Open Open Runway 18/36 Taxiway B North of Runway 18/36 to Taxiway B-1 Open Open Taxiway B North of Taxiway B-1 Open Open Taxiway B-1 Open Open Taxiway C North of Runway 12/30 Closed Open Taxiway C South of Runway 12/30 Open Open Taxiway E Open Open ANG Taxilane Open Open Aprons West Terminal Apron Open Open East Terminal Apron Open Open General Aviation Open Open FBO (Livingston)Apron Open Open ARFF Access Road to Taxiway A Open Open ARFF Service Road to East Open Open Terminal Apron Contract#1133 CSPP-5 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation Table C — Instrument Approach Procedures Availability per Phase Instrument Approach Procedures Phase 1 Phase 2 Runway 12/30 — ILS or LOC Available Available RWY 12 Runway 12/30 — RNAV (GPS) Available Available RWY 12 Runway 12/30 —VOR RWY 12 Available Available Runway 12/30 — RNAV (GPS) Available Available RWY 30 Runway 12/30 — LOC BC RWY Available Available 30 Runway 18/36 — RNAV (GPS) Unavailable Available RWY 18 Runway 18/36 — RNAV (GPS) Unavailable Available RWY 36 Runway 18/36 —VOR RWY 18 Unavailable Available 5. Navigational Aid (NAVAID) Protection a. FAA Owned NAVAIDs • Aircraft navigational aids (NAVAIDs) provide visual and electronic information which is used by pilots who operate and land aircraft at the airport. Construction activities can have negative impacts on the functionality and serviceability of NAVAIDs. The Contractor must coordinate their work effort and limit their operations so that NAVAIDs are not impacted beyond what is planned. • Contractor will be required to limit operations so that material, equipment, and personnel do not enter any NAVAID critical areas as shown on the Phasing Plans or disturb power to NAVAID facilities without prior coordination with the Airport Director and FAA Tech Ops personnel. • FAA procedures will be reviewed at the Preconstruction Conference. See Section 1, Coordination. • Planned NAVAID impacts must be addressed in the Contractor's construction schedule. Contractor is required to provide at least 72 hours advance notice to the Airport Director prior to disturbing power supply or removing a NAVAID from Service. • Table D contains a summary of anticipated impacts to NAVAIDs. Contract#1133 CSPP-6 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation Table D —Availability of NAVAIDs per Phase NAVAIDS Phase 1 Phase 2 Runway 12/30 — RWY 12 Available Available MALSR Runway 12/30— RWY 12 GS Available Available Runway 12/30— RWY 12 LOC Available Available Runway 12/30 — RWY 12 PAPI Available Available Runway 12/30 — RWY 30 MALS Available Available Runway 12/30 — RWY 30 VASI Available Available Runway 18/36 — RWY 18 VASI Unavailable Available Runway 18/36 — RWY 18 REIL Unavailable Available Runway 18/36 — RWY 36 PAPI Unavailable Available Runway 18/36 — RWY 36 REIL Unavailable Available Rotating Beacon Available Available VOR/DME Available Available 6. Runway and Taxiway Visual Aids a. FOD Prevention • All temporary airport markings, lighting, signs, lighted runway closed 'X's and taxiway closed 'X's will be secured properly to prevent FOD. b. Turning off and disabling airfield lighting and signage • Contractor shall disable, provide electrical shunts and cover lights and signs as described in the plans. c. Markings • Airfield markings shall be in compliance with AC 150/5340-1 M, per plans. • There is no airfield marking work in this project. 7. Contractor Access a. Site Access • See Construction Safety and Operations Plan, Drawings Sheet G-100 • Access for Phases 1 and 2 will be through the access gate off Leversee Road and from the gravel access off Airport Boulevard as shown in the Construction Safety and Operations Plan. • Orange mesh temporary fencing will be required to be installed across areas where fence is removed until new fence is installed as shown on the Construction Safety and Operations Plan. • Contractor to keep gates closed at all times. • Daisy-chained padlocks are used to gain access to gates. Contract#1133 CSPP-7 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation b. Stockpiling • Stockpiling of materials is limited to the Contractor's Storage and Staging Area shown in the Construction Safety and Operations Plan and limited to 10 feet. c. Vehicle and Pedestrian Operations • All personnel and vehicles must enter and leave the AOA through the gate discussed above. • Aircraft ALWAYS have the right-of-way over vehicles when maneuvering on non-movement areas. Aircraft also have the right-of-way on the movement areas, except when the Airport Traffic Control Tower (ATCT) has specifically instructed an aircraft to hold or give way to vehicle(s) on a runway or taxiway. d. Marking and Lighting of Vehicles • All authorized vehicles required to work on the airport property will have a rotating yellow beacon affixed to the uppermost point on the vehicle at all times. The beacon must be visible from all directions day and night including from the air. If it is not practical to mount rotating beacon on construction equipment, the equipment shall have a flag affixed meeting the requirements in FAA AC 150/5210-5D. 8. Site Security a. Contractor shall control access to the site through gates as shown on the plans. If gate is not locked, contractor shall supply gate guard with access control list. b. Access is limited to personnel that have escort privileges in accordance with Waterloo Regional Airport Security Requirements including airfield driver training or are under direct escort by a person with these escort privileges. 9. Inspection Requirements a. Daily Inspections—The contractor shall perform daily safety inspections to ensure all construction operations are in conformance with the Construction Safety and Phasing Plan (CSPP). b. Final Inspections— Prior to opening any portion of the airport to traffic, the contractor, engineer and airport operator shall perform a safety inspection of the area to be opened to traffic to ensure conformance with the Construction Safety and Phasing Plan (CSPP). Contract#1133 CSPP-8 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation 10. Wildlife Management The Contractor will mitigate wildlife hazards during construction as follows: a. Trash • All construction personnel will dispose of trash in closed containers provided by the Contractor. • The Contractor will empty all containers off-site once a week at a minimum to ensure scraps do not attract wildlife. b. Standing Water • The Contractor will immediately re-grade any area with standing water remaining more than three (3) hours after a rainfall event. Standing water will be drained from ponding area prior to re-grading. c. Fencing and Gates • The Contractor will ensure perimeter fencing or gates are not left unattended or compromised in a way that allows wildlife to pass through into the airfield. d. Wildlife Sightings • The resident project representative and/or Construction Superintendent will immediately notify the Waterloo Regional Airport director by phone of wildlife sighted on the airfield. e. Tall Grass • Mowing schedules have been established to maintain, when possible, a grass height of 6 to 10 inches, to help prevent the large flocks of starlings, crows and other bird species from becoming a hazard to aircraft operations. It is the responsibility of the Contractor to establish and maintain a schedule that allows a maximum grass height of 10 inches within the construction work area. f. Stockpiles • Stockpile locations and height restrictions shall be as shown on the plan sheets. • Contractor to keep stockpile areas from becoming overgrown and maintain any fencing that has been installed around stockpile areas, so these areas do not become wildlife attractants. 11. Foreign Object Debris (FOD) Management The Contractor will mitigate FOD control during construction as follows: a. Housekeeping • All construction personnel will secure all items that may be carried by wind onto an air operations area (AOA). See Construction Safety and Operations Plan. Contract#1133 CSPP-9 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation b. Airfield • The contractor shall perform a tire-check (rocks, mud, debris, etc.) on all vehicles traversing the AOA paved areas from non-paved surfaces to prevent FOD. • The Contractor will immediately sweep or other remove any FOD located on an AOA paved surface. 12. HAZMAT Management The Contractor will manage hazardous materials transported during construction as follows: a. Fuel or Hydraulic Fluid Spills • At the Preconstruction Conference, the Contractor shall submit a HAZMAT Management Plan that contains Material Safety Data Sheets; identifies fuel storage locations; presents procedures for spill prevention, containment, and notification; and other HAZMAT related items in accordance with FAA Advisory Circular 150/5320-15A, Management of Airport Industrial Waste. • The Contractor will have available a spill kit capable of containing and removing leaked fluids. • The Contractor will immediately notify the Waterloo Regional Airport director by phone of all spills. b. Fueling • All construction vehicles will be fueled on-site in the contractor's staging area as depicted in the plans. c. Other HAZMAT • No other hazardous material is expected to be transported on-site during construction. 13. Notification of Construction Activities a. Contact List and Emergency Coordination • The Contact List of City and Consultant personnel and emergency contacts is listed below: • City of Waterloo— Mr. Steven Kjergaard, (319) 529-1388 • AECOM Design Engineer— Mr. David Hughes (515) 323-7919 • AECOM Resident Project Representative • Fire, Rescue— 911 • Air Traffic Control Tower (319) 233-4835 • Aircraft Rescue and Fire Fighting (ARFF) (319) 493-0124 • Waterloo Police Department (319) 291-2515 • Allen Hospital and Emergency Department (319) 235-3941 Contract#1133 CSPP-10 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation • The contractor shall provide a list of 24-hour contact numbers for project to be added to this list. b. FAA Notification • The Waterloo Regional Airport is currently working on submitting a 7460 case for construction equipment. No on-site batch plant is anticipated for this project. c. NOTAMs • The Waterloo Regional Airport will issue all NOTAMs. • Contractor shall submit 72-hour advanced notice to the Airport prior to closing a taxiway or runway. d. Emergency Procedures • The Contractor is responsible for establishing emergency protocols to ensure the safety of their employees. • The Contractor is responsible for promptly notifying the appropriate parties in the event of an emergency. The order of contacting parties may differ on the type of emergency, but typically the airport director should be notified first or second if the emergency poses risks to those operating in the AOA. 14. Inspection Requirements a. City Requirements • The Waterloo Regional Airport will inspect all closed paved surfaces prior to opening each phase to air traffic operations. • The Waterloo Regional Airport will conduct a final inspection of the entire project after the installations and removals are completed. b. Resident Project Representative Requirements • The resident project representative will conduct daily observations of the worksite during construction operations. A daily diary will be maintained to document these site visits. • Daily Inspections—The contractor shall perform daily safety inspections to ensure all construction operations are in conformance with the Construction Safety and Phasing Plan (CSPP). • Final Inspections— Prior to opening any portion of the airport to traffic, the contractor, engineer and airport operator shall perform a safety inspection of the area to be opened to traffic to insure conformance with the Construction Safety and Phasing Plan (CSPP). c. Contractor Requirements • The Contractor Superintendent will conduct routine inspections of the worksite to ensure compliance with the CSPP and SPCD. • The Contractor Superintendent will attend the on-site inspections of each phase and the final project inspection. Contract#1133 CSPP-11 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation 15. Underground Utilities a. Underground utilities exist within and adjacent to the limits of construction. An attempt has been made to locate these utilities on the plans. However, all existing utilities may not be shown, and the actual locations of the utilities may vary from the locations shown. Prior to beginning any type of excavation, the contractor shall contact the utilities involved and make arrangements for the location of the utilities on the ground. The contractor shall maintain the utility location markings until they are no longer necessary. • State law, the underground facilities damage prevention act, requires two working days advance notification through the One-Call system center before excavating using mechanized equipment or explosives (except in the case of an emergency). The One-Call system phone number is 811. The contractor is advised that there is a severe penalty for not making this call. Not all utility companies are members of the state One-Call system; therefore, the contractor is advised to contact all non-member utilities as well as the One-Call system. b. FAA Facilities • The Contractor will hand dig to locate FAA utilities within 10 feet of any proposed work. All known facilities have been shown on the existing conditions plan sheets. c. City Utilities • The contractor is responsible for field location and verification of airport owned utilities within the project work area. All known facilities have been shown on the existing conditions plan sheets. • The Contractor Superintendent will contact Iowa One Call to delineate all municipal utilities a minimum of 48 hours prior to any excavation work. d. Utility Damage • The Contractor Superintendent will suspend all construction activity upon the damage of any underground utility until the owner is identified and the utility repaired. 16. Penalties a. Construction Suspension i. The Waterloo Regional Airport will immediately suspend all construction if and when a Contractor or Subcontractor employee enters the Air Operations Area (AOA) outside of the designated work area(s). b. Expulsion of Non-Compliant Employees i. The Waterloo Regional Airport may permanently prohibit any consultant or contractor employee acting in violation with airport rules and regulations from entering or working on airport property. Contract#1133 CSPP-12 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation c. Failure of the contractor (including employees) or any of his subcontractors (including employees) to comply with ATCT instructions, the airport safety plan, or any of the other requirements of the airport while operating on airport property, shall be subject to the following: i. For the first infraction, the contractor shall receive a fine of$1,000.00, and the vehicle operator will receive a loss of driving privileges on the airport. In addition, any fines or penalties imposed on the airport as a result of the incident will be assessed to the contractor. ii. For the second infraction and others beyond, the contractor shall receive a fine of$5,000.00 to be deducted from any monies due him, and the vehicle operator will receive a loss of driving privileges on the airport. In addition, any fine or penalties imposed on the airport as a result of the incident will be assessed to the contractor. 17. Special Conditions a. Aircraft Accident • All construction personnel will immediately vacate airport property after securing gates and remain off until cleared to return by the Waterloo Regional Airport Director. b. Airport Operations • Airport operations take precedence over all work, especially if a question of safety is involved. Special conditions such as low visibility, snow removal, aircraft in distress, aircraft accident, security breach, or work being completed by others may require the rescheduling of project work to accomplish air safety. c. Aircraft in Distress. • The Contractor will immediately clear all construction personnel of all runways and approach areas upon notification from the ATC of monitoring an aircraft distress call. d. Security Breech • All construction personnel will immediately vacate airport property and remain off until cleared by the Waterloo Regional Airport Director. 18. Markings and Signs for Access Routes a. No temporary markings or signs will be used. Contract#1133 CSPP-13 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation 19. Hazard Marking and Lighting a. Lighted X's • The Contractor will place and maintain L-893 lighted runway closure markers (lighted X's) supplied by the Waterloo Regional Airport during the closure of Runway 18/36. b. Barricades • The Contractor will place and maintain low profile, highly reflective, and alternating orange and white barricades at the locations indicated. Barricade height no more than 18 inches excluding flags and or lights. See attached plans for placement location. Barricades will be spaced in a manner to not allow vehicles to pass through the barricades, except for the locations as coordinated with ARFF. c. Temporary Taxiway Closure Marking • The Contractor will place and maintain temporary taxiway closure marking as depicted on Construction Safety and Operations Plan during the closure of Runway 18/36 and associated taxiways. d. Warning Indicators • The Contractor will place warning indicators (flags, lathe with ribbon, etc.) at FAA, airport and National Weather facility cables and underground power lines, Runway Safety Areas (RSA) and Obstacle Free Areas (OFA) to make it easier for Contractor personal to avoid these areas. e. Maintenance • The Contractor shall provide an on-call person 24 hours a day for emergency maintenance of airport hazard lighting and barricades. • Contact information for hazard marking maintenance shall be on file with the airport operator. • Hazard lighting shall be checked daily at dusk by the Contractor. 20. Protection of Areas, Zones and Surfaces a. Approach and Departure Surfaces • Cranes and other equipment taller than the obstruction being removed will not be deployed without a 7460-approval determination letter issued by FAA. b. Safety Areas and OFAs • Work is located adjacent to Runway 18/36's Object Free Area (OFA). • See Section 7 Contractor Access for additional information regarding movements and operations in these areas. c. Open Trenches & Excavations • Open trenches or excavations are not allowed within the safety area of an open runway or taxiway. Contract#1133 CSPP-14 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation • Open trenches shall be prominently marked with red or orange flags and lighted with red lights on barricades during hours of restricted visibility or darkness. See Section 19.c Barricades for more information. d. Erosion Control • Soil erosion shall be controlled by the contractor to maintain Runway and Taxiway safety area requirements. • No potentially hazardous ruts, humps, depressions or other surface variations shall be present. • Surfaces should, under dry conditions, be able to support snow removal equipment, ARFF vehicles, and aircraft without causing structural damage to the aircraft. 21. Other Limits on Construction a. Prohibitions • Cranes and other equipment taller than 25 feet will not be deployed without a 7460-approval determination letter issued by FAA. • Open flame welding, torches, electrical blasting caps (explosives), and flare pots will not be used at any time on AOA. Electrical blasting caps are also prohibited with 1000 feet of airport property. • Fall seeding shall occur between August 1011 and September 30th • Spring seeding shall occur between March 1St and May 31St Contract#1133 CSPP-15 Waterloo Regional Airport AECOM Project#60750559 F.Y. 2026 Airport Fence Relocation LEGEND - a -- TEMPORARY SAFETY FENCE N \ )FA OBJECT FREE AREA I TSS TAXIWAY SAFETY AREA � II -RSA- RUNWAY SAFETY AREA ED �e CONTRACTOR HAUL ROUTE Table B-Runway,Taxiway,and Apron Availablility per Phase RUNWAY MAHTED RKER NOTES: Phase 1 Phase 2 � \ ` (PHASE 1) I �� 1.TEMPORARY SNOW FENCE SHALL BE INSTALLED Runways W I I \ \ I PRIOR TO BEGINNING REMOVALS OR ANY OTHER \ / I FENCE INSTALLATIONS. Runway 12/30 Open Open N EXISTING FENCE SHALL REMAIN IN PLACE UNTIL N ' NEW FENCING IS INSTALLED. Runway 18/36 Closed Open \ \ \ \ q 3.PHASE 1 AND PHASE 2 CAN BE CONSTRUCTED Taxiways CONCURRENTLY. Taxiway A Open Open \ \ , Taxiway B North of Taxiway A to Runway 18/36 Open Open Taxiway B North of Runway 18/36 \\\ \ \ I 1 I I I I ■ Open Open to Taxiway B-1 \ TEMPORARYa Taxiway B North of Taxiway B-1 Open Open CLOSURE I r� Taxiway B-1 Open Open \\ \ 1 (PHASEG) ■ Taxiway C North of Runway 12/30 Closed Open Taxiway C South of Runway 12/30 Open Open Taxiway E Open Open c� ANG Taxilane Open Open 1 I s� Aprons West Terminal Apron Open Open East Terminal Apron Open Open U a \\ General Aviation Open Open FBO(Livingston)Apron Open Open ■ I I m� w \ \ \ �� ARFF Access Road to Taxiway A Open Open ti n� ARFF Service Road to East Terminal Apron Open Open Table C-Instrument Approach Procedures Availability per Phase Instrument Approach Procedures Phase 1 Phase 2 \ \• / u Runway 12/30-ILS or LOC RWY 12 Available Available \� Runway 12/30-RNAV (GPS)RWY 12 Available Available O \ \ Runway 12/30-VOR RWY 12 Available Available PROPOSED FENCEI II o \ f ° \ \ \\ Runway 12/30-RNAV (GPS)RWY 30 Available Available V LOCATION N I i Runway 12/30-LOC BC RWY 30 Available Available ' Runway 18/36-RNAV(GPS)RWY 18 Unavailable Available �p OO 66 1 \ Runway 18/36-RNAV (GPS)RWY 36 Unavailable Available FENCE REMOVAL(TYP.) 1 I \ o \ \ y® \ \ 1 I LIGHTED CLOSED \ '/$� A \ \ \ Runway 18/36-VOR RWY 18 Unavailable Available RUNWAY MARKER\ \ 1 (PHASE 1) /) �- ��• REMOVAL AREA , j 5� -All ON-SITE EMBANKMENT MATERIAL STOCKPILE — _ _ _ T �% ���� \�\ ❑ EXISTING ACCESS 1 1 / r"'"" \ z GATE O g ❑ z U O w J I K Q 0- 1 LL I 1Q �V¢¢ U)U) I O w ¢O Z zoo O O- F—�• * * CONTRACTOR U W O H Q ❑ STAGING AREA 1 p F Q�Of U wTEMPORARY TAXIWAY W Z F Z:)w w EXISTING/ULTIMATE CLOSURE MARKING a O 00¢ Of 0_ w INSTRUMENT DEPARTURE SURFACE (PHASE 1) \ �_U O > 1000'X 10,200'X 6466' EXISTING/ULTIMATE — ¢ H Z w RUNWAY PROTECTION ZONE L� \ o 0z EXISTING/ULTIMATE 500'X 1700'X 1010' i N ONE ENGINE OUT 34:1 NON-PRECISION APPROACH _ \ � U Q DEPARTURE SURFACE PROPOSED FENCE LL 62.5:1 D o J LOCATION LJ LJ FENCE REMOVAL(TYP.) FENCE REMOVAL(TYP.) DAD o o --- —/ \ \ I❑_J DAT o APRIL 22,2025 _ \ PROJECT NO 60750559 FILENAME IOU SHEET NO r DRAWING NO °' 500' 1°°°' G-100 SCALE LNE LEGEND PORARY SAFETY FENCEN ECT FREE AREAIWAY SAFETY AREAWAY SAFETY AREATRACTOR HAUL ROUTE Table B-Runway,Taxiway,and Apron Availablility per Phase LIGHTED CLOSED Phase 1 RUNWAY MARKER 0 \ (PHASE 1) Runways w AND PHASE 2 CAN BE CONDUCTEDN \ / ENTLY. Runway 12/30 Open q\ I I Runway 18/36 Closed w Taxiways \ LL T r 'lkq \ \\ I UI I II Taxiway A Open \ \ > Taxiway B North of Taxiway A to to Runway 18/36 Open Taxiway B North of Runway 18/36 \ \ \ I 1 I I II I Open \� to Taxiway B-1 \\ T\ I I TAEXMPORARY I Taxiway B North of Taxiway B-1 Open CLOSURE IWAY �i Taxiway B-1 Open \\ \ 1 (PHASE G) Taxiway C North of Runway 12/30 Closed Taxiway C South of Runway 12/30 Open c� \ \ \ \I Taxiway E Open ANG Taxilane Open 1 I s� Aprons 1 \ \ \ West Terminal Apron Open I � a 0 o I Esq 2 \ \ East Terminal Apron Open General Aviation Open of \ \\ FBO(Livingston)Apron Open ■ I I m� w \�\ \ \ ARFF Access Road to Taxiway A Open ti n� q \ \ ARFF Service Road to East Terminal Apron I Open Table C—Instrument Approach Procedures Availability per Phase Instrument Approach Procedures Phase 1 I \ \ \� \• \ / LL Runway 12/30—ILS or LOC RWY 12 Available 00 0 T— Runway 12/30—RNAV (GPS)RWY 12 Available O \ \ Runway 12/30—VOR RWY 12 Available I II N a I \ f ° \ \ \\ Runway 12/30—RNAV (GPS)RWY 30 Available V Runway 12/30—LOC BC RWY 30 Available Runway 18/36—RNAV(GPS)RWY 18 Unavailable 7' \ \\ Runway 18/36—RNAV (GPS)RWY 36 Unavailable PHASE 1 \ \ \ Runway 18/36—VOR RWY 18 Unavailable ) LIGHTED CLOSED I RUNWAY MARKER (PHASE 1) / 7Z- EX IESTING ACCESS _ GATE i N- z 1 IL \ p.. O F �g LL WcnQQ I LLI \ Lu�<3 O 0 z- aLLIwydo � 1 8 L g W J z Q TEMPORARY TAXIWAY 1 \ ��G w (n= W CLOSURE MARKING \ O 00¢ Q (PHASE 1) W 10\ O d w \ Cq ~ W • �� N U- o —/ \ \ \ \ I❑_J DAT o APRIL 22,2025 _ \ PROJECT NO 60750559 FILENAME SHEET NO r DRAWING NO °' 500' 1O°°' G-101 SCALE LEGEND a TEMPORARY SAFETY FENCE N \ )FA OBJECT FREE AREA I I TSA- TAXIWAY SAFETY AREA � II -RSA RUNWAY SAFETY AREA \ \ t �I �e CONTRACTOR HAUL ROUTE Table B-Runway,Taxiway,and Apron Availablility per Phase \ �1 NOTES: IPhase 2 II 1.TEMPORARY SNOW FENCE SHALL BE INSTALLED W I \ \ \ I PRIOR TO BEGINNING REMOVALS OR ANY OTHER Runways / FENCE INSTALLATIONS. Runway 12/30 Open z \ I I I I 2.EXISTING FENCE SHALL REMAIN IN PLACE UNTIL w \\\ \ \ \ I I NEW FENCING IS INSTALLED. Runway 18/36 Open U. III 3.PHASE 1 AND PHASE 2 CAN BE CONDUCTED Taxiways\Tr \ \\ \ I UI I II CONCURRENTLY. Taxiway A Open \ \ > Taxiway B North of Taxiway A to \ tRunway 18/36 Open ° o\ 3P m I Taxiway B North of Runway 18/36 \ I \ \ I I I II I ■ to Taxiway B-1 Open Taxiway B North of Taxiway B-1 Open r Taxiway B-1 Open \ ice \ I I ■ �� Taxiway C North of Runway 12/30 Open Taxiway C South of Runway 12/30 Open Taxiway E Open c� ANG Taxilane Open I I �s� Aprons \ \ \ West Terminal Apron Open a East Terminal Apron Open md General Aviation Open FBO(Livingston)Apron Open ■ I I m� w \ \ \ �� ARFF Access Road to Taxiway A Open ti n� Y q \ \ ARFF Service Road to East Terminal Apron Open Table C-Instrument Approach Procedures Availability per Phase Instrument Approach Procedures Phase 2 I \ \� \• \ / u Runway 12/30-ILS or LOC RWY 12 Available Runway 12/30-RNAV (GPS)RWY 12 Available O \ \ ` Runway 12/30-VOR RWY 12 Available PROPOSED FENCE I II o I \ f ° \ \ \\ Runway 12/30-RNAV (GPS)RWY 30 Available V PHASE 2 Runway 12/30-LOC BC RWY 30 Available Runway 18/36-RNAV(GPS)RWY 18 Available Runway 18/36-RNAV (GPS)RWY 36 Available FENCE REMOVAL 1 _ - 0 \ PHASE 2 ; \ \\ �T9� i \ \ \ \ Runway 18/36-VOR RWY 18 Available I i / � PHASE 2 EXISTING r ACCESS 1 ; _ i �� N-•-•.. \ Z GATE I L O H 1 \ C) 0 aK O \ � QZ WM > a- W-QO CV z�0aLU O (' LL B� 9 Wz Q K 1 \ 1F0W (n= Z Q W 1 a-0 0Q 2a to 1 WCN CN 1 PROPOSED FENCE L� ~ PHASE 2 _ \ CN FENCE REMOVAL ? �� / \ ��J� W PHASE 2 FENCE REMOVAL �J`JJJ PHASE 2 oo --- —/ \ \ I❑_J DAT APRIL 22,2025 _ \ PROJECT NO 60750559 FILENAME IOU I�� SHEET NO r DRAWING NO °' 500' 1°°°' SCALE G-102