HomeMy WebLinkAboutFY 2026 Airport Fence Relocation Addendum No 1
Page 1 of 2
AECOM tel. 319-232-6531
501 Sycamore Street fax 319-232-0271
Suite 222
Waterloo, Iowa 50703
www.aecom.com
ADDENDUM NO. 1
TO THE
SPECIFICATIONS AND PLANS
FOR THE TAKING OF CONSTRUCTION BIDS FOR THE
FY 2026 AIRPORT FENCE RELOCATION FOR
WATERLOO REGIONAL AIRPORT
IN THE CITY OF WATERLOO, IOWA
CONTRACT #1133
AECOM #60750559
Date: June 12, 2025
Bids Close: June 19, 2025, 1:00 p.m.
TO ALL BID PROVIDERS ON THE ABOVE PROJECT:
All bid providers submitting a bid on the above contract shall carefully read this Addendum and give it
consideration in the preparation of their bid.
I. See below clarifications to the bid package. Proposers shall take these clarifications into consideration when
preparing their bid:
The contractor shall remove and dispose of the old fence fabric, posts, rails and concrete footings.
The contractor shall remove the fence post concrete footings and backfill the holes.
The contractor shall provide new fabric for the new fence installation.
The contractor shall remove, salvage and replace the signs along the fence and at any gates.
See revised FORM OF BID OR PROPOSAL for adjusted quantities.
On plan sheet G-103 SAFETY AND PHASING DETAILS, revise the note on the TEMPORARILY
CLOSED TAXIWAY MARKING DETAIL to read:
“TEMPORARY MARKER FOR CLOSED TAXIWAY TO BE CONSTRUCTED OF FABRIC,
PLYWOOD, SNOW FENCE OR SUITABLE MATERIAL. SECURE THE MARKER IN PLACE AS
NOTED TO DENOTE A CLOSED TAXIWAY.”
II. See below changes to the project and project documents include:
Adding a 24-foot double swing vehicle gate to the project.
III. Revise the bid table in the FORM OF BID OR PROPOSAL as shown in the attachments.
IV. Revise the ITEM F-162 CHAIN-LINK FENCE as shown in the attachments.
V. Revise plan sheets CP100 and CP500 and add plan sheet CP501 as shown in the attachments.
VI. Attachments:
• FORM OF BID OR PROPOSAL
• ITEM F-162 CHAIN-LINK FENCE
• Plan Sheet: CP100 FENCE PLAN
• Plan Sheet: CP500 FENCE DETAILS
• Plan Sheet: CP501 FENCE DETAILS
VII. Any revisions or clarifications to the Bid Package made by this Addendum shall be considered as the same
revision or clarification to any and all related areas of the Bid Package not specifically called out in this
Addendum.
Page 2 of 2
VIII. The bid provider shall acknowledge receipt of this Addendum by inserting the Addendum number and date in
the spaces provided on page 2 of the FORM OF BID OR PROPOSAL. Failure to insert the appropriate
Addendum number(s) and date(s) for any and all Addenda issued on this project could cause your submittal to be
considered non-responsive.
Todd L. Allyn, PE
Project Engineer
AECOM
todd.allyn@aecom.com
\\na.aecomnet.com\lfs\AMER\DesMoines-USDEM1\DCS\Projects\TRN\60750559_On-Call_Gen_Plan-Eng_ALO\500_Deliverables\502_Fencing Relocation - Bid Set
REVISED PER ADDENDUM 1 – 6/12/2025
FORM OF BID CONRACT NO. 1133 Page 1 of 3
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
ITEM SPEC NO. DESCRIPTION UNIT QTY UNIT BID
PRICE
TOTAL BID
PRICE
1 BARRICADES, RUNWAY CLOSURES, AND
TAXIWAY CLOSURES 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 $ $
6 FAA F‐162 CHAIN LINK FENCE (10’ FABRIC WITH
BARBED WIRE) REMOVAL LF 10,500 $ $
7 FAA F‐162 CHAIN LINK FENCE (10’ FABRIC WITH
BARBED WIRE) LF 4,500 $ $
8 FAA F‐162 24 FOOT DOUBLE SWING VEHICLE GATE EA 1 $ $
8 FAA P‐620 PAVEMENT MARKING SF 750 $ $
9 FAA P‐620 REFLECTIVE MEDIA LBS 32 $ $
9 SUDAS 2010‐D‐3 TOPSOILING, 4 INCHES (FURNISHED
FROM OFF THE SITE) CY 1,610 $ $
10 SUDAS 2010‐E EMBANKMENT‐IN‐PLACE (FURNISHED
FROM ON THE SITE) CY 620 $ $
11 SUDAS 7040‐H PAVEMENT REMOVAL, ASPHALT SY 14,460 $ $
12 SUDAS 8030‐A ORANGE MESH SAFETY FENCE, 48‐INCH LF 4,900 $ $
13 SUDAS 9010‐B HYDRAULIC SEEDING, SEEDING,
FERTILIZING AND MULCHING, TYPE 1 AC 3.25 $ $
REVISED PER ADDENDUM 1 – 6/12/2025
FORM OF BID CONRACT NO. 1133 Page 2 of 3
14 SUDAS 9040‐F‐1 WATTLES, 9‐INCH LF 1,820 $ $
15 SUDAS 9040‐F‐2 WATTLES, REMOVAL LF 1,820 $ $
16 SUDAS 11,020‐A 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.
REVISED PER ADDENDUM 1 – 6/12/2025
FORM OF BID CONRACT NO. 1133 Page 3 of 3
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award
of a contract due to budgetary limitations.
(Name of Bidder) (Date)
BY: Title
Official Address: (Including Zip Code):
I.R.S. No.
REVISED PER ADDENDUM NO. 1 – 6/12/2025
Contract #1133 F-162 - 1 Waterloo Regional Airport
AECOM #60750559 F.Y. 2026 Airport Fence Relocation Project
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.
REVISED PER ADDENDUM NO. 1 – 6/12/2025
Contract #1133 F-162 - 2 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. Gate frames shall consist of galvanized tubular steel pipe, vinyl or polyester-coated steel pipe,
aluminum alloy pipe, or composite posts and shall conform to the specifications for the same material under paragraph
162-2.3. The fabric shall be of the same type of material as used in the fence.
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 A153. 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 or a 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.
REVISED PER ADDENDUM NO. 1 – 6/12/2025
Contract #1133 F-162 - 3 Waterloo Regional Airport
AECOM #60750559 F.Y. 2026 Airport Fence Relocation Project
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.
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.
Gates will be measured as complete units.
BASIS OF PAYMENT
162-5.1 Payment for chain-link fence will be made at the contract unit price per linear foot (meter).
Payment for vehicle or pedestrian gates will be made at the contract unit price for each gate.
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)
Item F-162 24 Foot Double Swing Vehicle Gate - per each
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.
REVISED PER ADDENDUM NO. 1 – 6/12/2025
Contract #1133 F-162 - 4 Waterloo Regional Airport
AECOM #60750559 F.Y. 2026 Airport Fence Relocation Project
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
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
0'
SCALE
GTPGTP
GTPGTP
GVGV
BB
B
B
B
B
B
B
B
EP
EP
EP
E
E EE
E
EE
S
S
S
S
S
E
E
E EE
E
GPGPGPGP
GPGP
GPGPGP
GP
GP
GP
GP
GPGP
SIGN
VASI
REILREILGPGP
LIVINGSTON
TERMINAL
HANGAR 5
MW
MW MW
MW
MW
MW
MW
MWMW
MW
CHILLERSTAIRS
24
6
4
10
B18
B19
B17
B11
B12
A9
A10
B13
B20
B16
B14
B15
A8
A6
A7
A1
A4
A3
A2
BUILDINGSNOW EQUIPMENT
FUEL FARMBUILDINGSTORAGEBUILDINGMAINTENANCEA5GV
FUEL TANKS
FUEL TANK
WALLRETAINING
3 SIGNHANGAR 1
S
T-HANGAR 'A'T-HANGAR 'B'HANGAR 2
S
S
HANGAR 3
BLUETOP HANGAR
HANGARPOS
HANGARSTROH
BOOTHTICKET
MH
MH
MH
MH
MH
MH
MH
GPGPGVGVGVTPHANGAR 4
HANGARCORPORATEAVIATIONOSPREY
T-HANGAR 'C'
EAST T-PORT
ARFF STATION
400'400'250'
250'E= 5216827.94
N= 3664170.30
E= 5216717.02
N= 3663247.06
10' PROPOSED FENCE
10' PROPOSED FENCE
E= 5215518.38
N= 3663394.86
GATE LOCATION
24' DOUBLE SWING
PROPOSED
N
300'600'CP100DBHDBHDBHDRNDESCHKAPPDATE
PROJECT NO
FILENAME
SHEET NO
DRAWING NO REVISIONSNODATECHKDRNKRNAIRLINE HWY
RAILROAD AI
RP
ORT BLVDMIDPORT BLVD
LEVERSEE RDRAIL WY
60750559
APRIL 22, 2025RSARSARSARSARSARSARSARSAOFAOFAOFAOFAOFAOFAOFAOFAOFA
OFA OF
AOFA OFAOF
AOFA
OFA OF
AOFA OFAOF
AOF
A OF
AOFAOFAOFAOFARS
A
RS
ARS
A
RS
A
RPZRPZRPZ
OFA
RSA
RUNWAY PROTECTION ZONE
RUNWAY SAFETY AREA
OBJECT FREE AREA
EXISTING GROUND ROD
PROPOSED GROUND ROD
PROPOSED FENCE
FENCE PLANLEGEND
TAXIWAY ARUNWAY 18/36WATERLOO, IOWAWATERLOO REGIONAL AIRPORTCONTRACT #1133FY 2026 AIRPORT FENCE RELOCATIONNEW FENCE FABRIC.
2. PROPOSED FENCE INCLUDES
DETAILS.
1. SEE SHEET CP-500 FOR FENCE
NOTES:
1
1 1ADDENDUM 1KRNDBH06/12/2025
EXTENSION ARM DETAILS
LINE POST CORNER POST
1'-0"1'-0"1'-6"6" (TYP.)45 DEGREES
RIVETED FLUSH (TYP.)1'-0"1'-10"7.5" (TYP.)
RIVETED FLUSH (TYP.)
35 DEGREES
LOCK PIN (TYP.)BARBED WIRE (TYP.)
…" PLAIN PIN…" PLAIN PIN
N.T.S.
H-BEAM ROUND POST
LINE POST ATTACHMENTS
TOP OR BRACE RAIL ATTACHMENT
FABRIC
TIE WIRE
9-GAGE TIE WIRES
WITHIN 4" FROM WITHIN 4" FROM
OF FABRIC) OF FABRIC)
TIE WIRE
(2'-0" O.C. MAX.)
(15" O.C. MAX. AND
TOP AND BOTTOM
(15" O.C. MAX. AND
TOP AND BOTTOM
N.T.S.
XXXXX
X
X
X
X
X
X
X
X
X
X
XXXXX
X
X
X
X
X
X
X
X
X
X
XXXXX
X X X X X
XXXXX
XXX
X
X
X X X
XXXX
XXXX
X X X X
XXXX
XXXX
X X X X
XXXX
XXXXX
X X X X X
XXXXX
XXXX
X
X
X X X
XXX
X
6"10'-0" MAXIMUM10'-0" MAXIMUM6"16" MIN. DIA.
CONCRETE BASE
LINE POSTS TO BE EQUALLY SPACED2"CORNER, END, OR PULL POST
TOP RAIL OR TENSION WIRE
CLIPS (TYP.)
LINE POST
(9 GAGE, 2" MESH)
BOTTOM OF FABRIC
BARBED-WIRE APRON
ON EXTENSION ARMS
TIE WIRES OR
HOG RINGS (TYP.)
LINE POST
TENSION WIRE
GRADE
HOG RINGS (TYP.)
10" MIN. DIA.
CHAIN-LINK FABRIC
TRUSS ROD
(3/8" MIN. DIA.)
1'-0"2"TIE WIRES OR
N.T.S.
CHAIN LINK FENCE FOUNDATION
NOTE: TERMINAL POSTS INCLUDE END, CORNER, AND PULL POSTS
SPECIFIED
POST AS
DIA. OF
WIRE IF SPECIFIED
STRANDS OF BARBED
SUPPORT ARM W/3
X
X
X
WIRE, AS SPECIFIED
BOTTOM RAIL OR TENSION
WIRE, AS SPECIFIED
TOP RAIL OR TENSION
1" (TYP)"A"
CENTER OF POST (MAXIMUM)
10' CENTER OF POST TO
"C""B"FABRIC HEIGHT2" (TYP)GRADE
FOOTING
CONCRETE
LINE AND TERMINAL POSTS
42"
42"
EMBEDMENT
"C" POST
48"
48"
TERMINAL
LINE
16"10'-0"
DEPTH
"B"
DIAM
"A"
POST
TYPE
HEIGHT
FABRIC
N.T.S.
(1.66" MIN. DIA.)
BRACE RAIL
4' MIN.4' MIN.CHAIN-LINK FENCE DETAIL
POST
DIAM
3"
4"
12"NOREVISIONSDRNCHKDATEDRNDESCHKAPPDBHDBHDBHKRNDATE
PROJECT NO
FILENAME
SHEET NO
DRAWING NO
60750559FENCE DETAILSAPRIL 22, 2025
WIRE TIE OR CLAMP
(5' HIGH FENCE & OVER)
BOTTOM TENSION WIRE
APPROVED CLAMP AND BARBED
CONNECT TO TOP RAIL WITH
TOP RAIL
GROUND ROD
COPPER CLAD
CLAMP TO GROUND ROD
W/ APPROVED CLAMP
TENSION WIRE
CONNECT TO BOTTOM
APPROVED CLAMP
FENCE FABRIC WITH
CONNECT TWICE (2) TO COPPER WIRE
NO. 6 AWG BARE
LINE
GROUND
WIRES (IF SPECIFIED)
CENTERS (MAXIMUM)
TERMINAL OR PULL POST ASSEMBLY
WIRE
TENSION
BOTTOM
AND BOTTOM OF FENCE FABRIC.
KNUCKLED SELVAGE, USE AT TOP
5/8"x 8'APPROX. 1"SPACED AT 12"
36"36"1-1/2"R (TYP)
NO TRESPASSING
RESTRICTED AREA
REGIONAL
AIRPORT
WATERLOO
(TYPICAL)
2" LETTERING
WHITE LETTERING
RED BACKGROUND
N.T.S.
SIGN FOR 10' FENCE
N.T.S.
GROUND ROD INSTALLATION
(IF SPECIFIED)N.T.S.
BOTTOM TENSION WIRE
AND BARBED SELVAGE
FABRIC HEIGHTCP500WATERLOO, IOWAWATERLOO REGIONAL AIRPORTCONTRACT #1133FY 2026 AIRPORT FENCE RELOCATION 1.
NOTES:
TO AIRPORT.
SHALL BE DELIVERED
NEW GATES. EXTRA SIGNS
@ 500' SPACING AND ON
ON NEW FENCE FABRIC
SALVAGED & REINSTALLED
SHALL BE REMOVED,
EXISTING FENCE SIGNS
GATE POST
44"
40"
36"
46"
42"
38"
18"
16"
14"
7' TO 12'4.000"
10' TO 12'
6' TO 9'
3' TO 5'
HEIGHT
FABRIC
EMBED.
POST
"C"
(OD)
POST
GATE
WIDTH
LEAF
GATE
DEPTH
"B"
DIAM
"A"1ADDENDUM 1KRNDBH1
1 06/12/2025
NOREVISIONSDRNCHKDATEDRNDESCHKAPPDBHDBHDBHKRNDATE
PROJECT NO
FILENAME
SHEET NO
DRAWING NO
60750559FENCE DETAILSAPRIL 22, 2025
CP501WATERLOO, IOWAWATERLOO REGIONAL AIRPORTCONTRACT #1133FY 2026 AIRPORT FENCE RELOCATIONSTANDARD HINGE
GATE KEEPER
LATCH
ASSEMBLY ASSEMBLYDROP ROD FOUNDATION
SWING GATE DETAILS
(TO HOLD GATE OPEN)
PAVED SURFACE
1" ID STEEL PIPE
SAND/GRAVEL
•" DIA. DROP ROD
(INDUSTRY STANDARD) 36" 1" 43" 48" 12" 2'-0" 10" 6" DROP ROD
6" 10" DIA. P.C. CONC.
N.T.S.
x
x
x
x
x
x
x
x
x
x
x
x
xxxxxx
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x x xxxxxx xxxx x x x x
LEAF
FENCE FABRIC1'-0" GATE OPENING
FENCE FABRIC (TYP.)
DIRECTION GATE SWING (TYP.)
CHAIN LINK
FABRIC
LINE POST
24" 0 FOR GATE POSTS OVER 4" O.D. 6" GATE FRAME
…" o
TRUSS
LATCH ASSEMBLY
TRUSS ROD (TYP.)
LINE POST
GRADE LINE
GATE FRAME
PLAN
ELEVATION
DROP ROD
3'-10" FOR POSTS 8†" 0. D.
2'-10" MIN. FOR POSTS 4" O. D. & LESS
3'-4" FOR POSTS 6†" O. D.
CHAIN-LINK
FABRIC
BOTTOM TENSION
3 HORIZONTAL STRANDS
OF BARBED WIRE
3 STRANDS OF BARBED
WIRE (TYP.)
x x x x
x
x
x
x
x
x
x
x
x x x xxxxx
x
x
x
x
x
x
x
x x x x
3 STRANDS OF BARBED
WIRE (TYP.)
3 STRANDS OF BARBED
WIRE (TYP.)
16" 0 MIN. FOR GATE POSTS 4" O. D. & LESS
BRACE RAIL (TYP.)
HINGES (TYP.)
WIRE (TYP.)
BRACE RAIL (TYP.)2" MAX.RODS (TYP.)
N.T.S.
TOP TENSION WIRE (TYP.)
DOUBLE SWING GATE
CENTERS EACH WAY.
SHALL BE #3 BARS (ASTM A184 OR A704) AT 12"
HAVE 4000 PSI COMPRESSIVE STRENGTH. REINFORCING
O.D.
O.D.
O.D.
O.D.
2''
O.D.
D.O.
O.D.
O.D.
D.O.
O.D.
O.D.O.D.
O.D.
O.D.
FOR THE LENGTH OF THE GATE. CONCRETE SHALL
PAD, 7" THICK AND 8' WIDE CENTERED ON GATE,
WHEN SPECIFIED, CONSTRUCT REINFORCED CONCRETE3.
(WHEN SPECIFIED)
SEE NOTE
LATCH POST-
SHALL BE 18 INCHES.
BE USED. MINIMUM FOOTING DEPTH FOR LATCH
LATCH AS APPROVED BY THE ENGINEER SHALL
GATE WIDTH.
EACH GATE SHALL BE ONE-HALF THE TOTAL
AS TWO SINGLE SWING GATES AS SHOWN ABOVE.
1. DOUBLE SWING GATES SHALL BE CONSTRUCTED
2" O.D. GALV.
STD. PIPE
1-5/8" O.D. GALV.
STD. PIPE
NOMINAL FABRIC HEIGHTHEIGHT OF FENCEW/ BARBED WIRECONCRETE 1'48"GATE OPENING
BARBED WIRE
NOTES:
TO 6' INC.
OVER 6' TO 13' INC.
OVER 13' TO 18' INC.
OVER 18' TO 32' INC.
POST
3" O.D.
4" O.D.
6-5/8" O.D.
8-5/8" O.D.
WEIGHT
5.79
9.11
18.97
24.97
FOOTING
12"
18"
24"
4''
OVER 9' TO 13' INC.
FRAME PATTERNS FOR VARIOUS GATE OPENINGS
MAX. CLEARANCECONCRETE PAD
(WHEN SPECIFIED)
TO 6' INC.OVER 6' TO 9' INC.OVER 13' TO 18' INC.
JOINTS
WELD ALL
APPROVED LATCH
OF FENCE
USED IN LINE
MATCH THAT
FABRIC TO
W/O BARBED WIREHEIGHT OF FENCESCHEDULE FOR SIZEHINGE POST - SEEHINGE FOR OPENINGS OVER 7'
PAGE BALL AND SOCKET TYPE
EXCEPT FOR HINGE POSTS OVER 4" O.D. THE LATCH POSTS WILL BE 4" O.D. MAX.
NOTE: GATE POST SCHEDULE BELOW IS FOR HINGE POSTS. LATCH POSTS MATCH HINGE POSTS
2"
3"
2"2"
1-5/8"1-5/8"1-5/8"
2"
6-5/8"
2"
2"
4"
1-1/2"2"1-3/4"
GATE POST SCHEDULE
GATE OPENING SIZE LB/FT.DIAMETER
2. ON DOUBLE SWING GATES A 3/4" DROP BAR
9"1ADDENDUM 1KRNDBH06/12/20251