Loading...
HomeMy WebLinkAbout11.19.2025 Telecom Board Agenda BOARD MEMBERS Andrew Van Fleet Board Chair Theodore Batemon Ritch Kurtenbach Mike Young Amy Wienands City Council Liaison: Rob Nichols November 19, 2025 Waterloo City Council Chambers Waterloo City Hall 4:00 p.m. 1. Roll call. 2. Approval of the agenda, as presented. 3. Approval of the minutes of October 27, 2025, as proposed. 4. Public hearing on Taxable Communications Utility Revenue Capital Loan Notes 2026. a. Motion to open hearing. b. Motion to close hearing. c. Resolution instituting proceedings to take additional action for the authorization of a loan agreement and the issuance of not to exceed $4,000,000 taxable communications utility revenue capital loan notes. 5. Public hearing on Taxable Communications Utility Revenue Capital Loan Notes 2026. a. Motion to open public hearing. b. Motion to close public hearing. c. Resolution instituting proceedings to take additional action for the authorization of a loan agreement and the issuance of not to exceed $5,000,000 communications utility revenue capital loan notes. 6. Public hearing on adopting the CY2026 budget. a. Motion to open public hearing. b. Motion to close public hearing. c. Resolution adopting the Calendar Year 2026 Budget. 7. Motion approving Addendum No. 7 to the 2025 Construction Management, Construction Inspection, and Engineering Support Services Contract with EN Engineering, LLC and authorizing the Board Chair to execute said document. 8. Motion approving the 2026 Project Management, Construction Management and Inspections, and Engineering Support Services Contract, with ENTrust Solutions Group, and authorizing the General Manager to execute said document. 9. Motion approving award of bid to EBB Flow Co. DBA WSTDW, in the amount of $205,950.00, in conjunction with the FY2025 Prefabricated Shelter at 512 University Avenue, Contract No. 1113. WATERLOO Telecommunications Utility Board of Trustees 10. Motion approving the following Change Orders with Entrust Solutions of Warrenville, IL, in conjunction with the FY2023 Construction of a Fiber-to-the-Premise Feeder/Distribution and Backbone Network Project, Contract No. 1088, and authorizing the General Manager to execute said document: - CR 2025-0034 – Increase of $59,616.22 - CR 2025-0035 – Increase of $86,412.80 - CR 2025-0036 – Increase of $116,809.75 - CR 2025-0037 – Increase of $28,379.01 11. Adjourn. Kelley Felchle Board Secretary TELECOMMUNICATIONS UTILITY BOARD OF TRUSTEES City Clerk’s Office October 27, 2025 - Special Session 12:00 p.m. 1. Members present: Mr. Kurtenbach, Mr. Young, and Mr. Batemon. Members absent: Mr. Van Fleet and Ms. Wienands 2. Moved by Young seconded by Batemon that the agenda as presented, be approved. Voice vote-Ayes: Three. Motion carried. 3. Moved by Young seconded by Batemon that a resolution fixing date for a meeting on the authorization of a loan agreement and the issuance of not to exceed $5,000,000 communications utility revenue capital loan notes of the City of Waterloo, State of Iowa, and providing for publication of notice thereof, be approved. Roll call vote- Ayes: Three. Motion carried. Resolution No. 2025-028. Maggie Burger, Speer Financial, provided an overview of the agenda item. 4. Moved by Young seconded by Batemon that a resolution fixing date for a meeting on the authorization of a loan agreement and the issuance of not to exceed $4,000,000 taxable communications utility revenue capital loan notes of the City of Waterloo, State of Iowa, and providing for publication of notice thereof, be approved. Roll call vote-Ayes: Three. Motion carried. Resolution No. 2025-029. Maggie Burger, Speer Financial, provided an overview of the issuance. Mr. Kurtenbach questioned if there would be an issue with requesting the full $8,000,000? Maggie Burger explained the benefit of utilizing a schedule of smaller increments to avoid interest and based on monthly operational costs. 5. Moved by Batemon seconded by Young to approve the purchase of DC Plant Equipment for Fiber Hut 3 from USTDW of Walford, Iowa, in the amount of $34,560.00. Voice-vote-Ayes: Three. Motion carried. Eric Lage, General Manager, provided an overview of the purchase. The board discussed the purchase and timing of the project with the General Manager. 6. Adjourn. With no further business before the board, it was moved by Batemon seconded by Young that the meeting be adjourned at 12:13 p.m. Voice vote-Ayes: Three. Motion carried. Page 2 Kelley Felchle Board Secretary 710 BROADBAND OPERATIONS FY2025 RE-EST FY2026 BUDGET Revenue Misc Fees/Taxes Collected 5,000$ 10,000$ Internet Service 625,000 2,368,800 TV Service - 475,900 Phone Service - 84,600 Total Revenue 630,000$ 2,939,300$ Expenditures Wages & Salaries 1,077,900$ 1,507,600$ Employee Benefits 526,100 920,000 Cost of Goods Sold 178,700 997,100 Operating Supplies/Services/Int 729,600 860,000 Building Lease 175,000 175,000 Misc Fees/Taxes Pd 3,200 15,500 Total Expenditures 2,690,500$ 4,475,200$ Net Addition to Net Assets (2,060,500)$ (1,535,900)$ 711 BROADBAND CAPTIAL 2025 2026 Total Build: 20,709,400$ 33,004,200$ 710 BROADBAND OPERATIONSFY2025 RE-EST FY2026 BUDGET855TELEVISION SERVICES856PHONE SERVICES857INTERNET SERVICES858OSP OPS859NOC OPS860MARKETING861SALES862CUSTOMER SUPPORT890ADMINRevenueMisc Fees/Taxes Collected 5,000$ 10,000$ 10,000$ Internet Service 625,000 2,368,800 2,368,800$ TV Service - 475,900 475,900$ Phone Service - 84,600 84,600$ Total Revenue 630,000$ 2,939,300$ 475,900$ 84,600$ 2,378,800$ -$ -$ -$ -$ -$ -$ `ExpendituresWages & Salaries 1,077,900$ 1,507,600$ 391,500$ 331,100$ 91,000$ 109,000$ 352,200$ 232,800$ Employee Benefits 526,100 920,000 239,000 202,000 56,000 66,000 215,000 142,000 Cost of Goods Sold 178,700 997,100 757,000 25,400 174,400 40,300 Operating Supplies/Services/Int 729,600 860,000 80,000 217,500 200,000 362,500 Building Lease 175,000 175,000 175,000 Misc Fees/Taxes Pd 3,200 15,500 800 14,700 Total Expenditures 2,690,500$ 4,475,200$ 757,000$ 26,200$ -$ 710,500$ 925,000$ 347,000$ 175,000$ 607,500$ 927,000$ Net Addition to Net Assets(2,060,500)$ (1,535,900)$ Page 1 of 2 ADDENDUM NO. 7 TO THE EN COMMUNICATIONS CONTRACT - CITY OF WATERLOO IA – PROJECT MANAGEMENT, CONSTRUCTION MANAGEMENT, CONSTRUCTION INSPECTION AND ENGINEERING SUPPORT SERVICES 2025 CITY OF WATERLOO, IOWA DATE: OCTOBER 22, 2025 The following is a revision to the EN COMMUNICATIONS CONTRACT - CITY OF WATERLOO IA – PROJECT MANAGEMENT, CONSTRUCTION MANAGEMENT, CONSTRUCTION INSPECTION AND ENGINEERING SUPPORT SERVICES 2025: o The MidAmerican Energy pole attachment application for an aerial levee crossing in Task Order 16 along Black Hawk Road was denied due to capacity issues. The City has requested to change the design, go overhead and attach to MidAmerican Energy poles for one (1) aerial levee crossing along Katoski Drive between Black Hawk Road and Huntington Road. o This Addendum has been created to account for:  Labor towards the Make Ready Engineering (MRE) services (make ready, pole loading analysis, pole applications, PE stamps, and pole data collection) for the MidAmerican Energy pole attachment application.  Labor towards the re-engineering of the Fiber-To-The-Home design/splicing schematics and updating the Bill of Materials (BoM) associated with the new fiber route along Katoski Road. It does not include any construction labor or material costs associated with the update BoM. o The following labor pricing is net new costs to the project: Service Staff Hours Rate Total Make Ready Engineering Design Tech II 3 $130.00 $390.00 Pole Load Analysis Design Coordinator 3 $145.00 $435.00 Pole Data Collection Construction Manager 2 $175.00 $350.00 Pole Data Collection Construction Inspector 2 $140.00 $280.00 Pole Data Collection Field Manager 0.5 $200.00 $100.00 PE Stamps PE Stamps 3 $190.00 $570.00 Design Re-work Design Specialist 16 $130.00 $2,080.00 Design Re-work Design Engineer II 8 $140.00 $1,120.00 Design Re-work OSP/ISP Estimator 8 $140.00 $1,120.00 Design Re-work GIS Technician 10 $100.00 $1,000.00 Design Re-work Project Engineer 5 $185.00 $925.00 Design Re-work Design Coordinator 5 $145.00 $725.00 TOTAL $9,095.00 Any revisions to any of the Contract Documents made by this Addendum shall be considered as the same revision to any and all related areas of the Contract Documents not specifically called out in this Addendum. Page 2 of 2 ________________________________________ ________________________________________ Quentin Hart Andrew Van Fleet Mayor of Waterloo, Iowa Board Chair City of Waterloo Waterloo Fiber ________________________________________ Cole Henkle Vice President Design & Engineering EN Engineering, LLC Page | 1 Contact: Michael Regan Project Manager mregan@entrustsol.com 3333 Warrenville Road Suite 750 Lisle, IL 60532 Project Management, Construction Management and Inspections, and Engineering Support Services 2026 Prepared for: City of Waterloo Proposal Number: 2672004.00 November 6, 2025 Page | 2 November 6, 2025 City of Waterloo RE: PM/CM/CI and Engineering Dear Mayor Hart, On behalf of ENTRUST and Courtney Violette, thank you for allowing EN Engineering, LLC (EN) the opportunity to present you with this proposal. EN is committed to providing high quality and cost- effective engineering and design services that will ensure Waterloo’s projects are successfully implemented. Our technical experts, engineers, designers and drafting professionals have developed strong working-relationships with the City of Waterloo. We are confident that EN’s expertise will result in another successful project for the City. We appreciate this opportunity to provide a proposal and look forward to meeting with your team to further discuss our proposal in more detail. Should you have any questions or require any additional information, please contact Courtney Violette at 386-931-3520 cviolette@entrustsol.com. Sincerely, Courtney Violette Senior Vice President EN Communications Page | 3 EN Communications Project Team Bios Mike Hawkins, Vice President Communications Mr. Hawkins is an experienced senior-level executive with over 37 years of leadership management shepherding teams of direct and indirect reports (exempt and non- exempt). He is experienced in leading multi-disciplinary teams that are local as well as geographically distributed. Over his tenure of 37 years, he has become knowledgeable and practiced in; business development, staffing, operations, customer service, vendor/subcontractor management, contract origination and implementation, and merger and acquisitions among other skillsets. Mr. Hawkins is also experienced and comfortable in developing material/metrics and presenting to “C-Level” executive audiences, corporate Boards, and city/town councils etc. Clayton Johnston, Vice President Construction Clayton has over 30 years of experience working in the telecommunication industry, including design, construction, and implementation of fiber optic networks nationwide. He has extensive knowledge of constructing fiber optic networks in both the aerial and Page | 4 underground environments. Municipalities, utilities, cooperatives and many major network carriers rely on Clayton’s experience and knowledge to guide them through the fiber optic network deployment process. Clayton is well versed in all project phases from design to construction to closeout. Clayton uses his expertise to facilitate proven methodologies in the outside plant environment. He retired with 25 years from the Army National Guard as a Battalion Communication Chief. Clayton holds a BS in Project Management from Liberty University.  Steve Jakab, Director of PMO Steve has over 30 years of experience in telecommunications and electrical engineering. With Steve’s technical background, he has successfully led his team to keep projects on schedule and under budget. Michael Regan, Project Manager Michael joins EN Communications Broadband bringing in 31 years of experience in the Telecommunications and Software Industries. Over that time, he has managed integration projects and cost reduction initiatives that transformed evolving networks. He is a results-driven professional who has led growth, innovation and change in the competitive and services industries. Proven track record of optimizing program performance and customer satisfaction. His philosophy in the professional space is focused around his personal drive, integrity, effective communication skills and results- based performance. He earned his bachelor’s degree in Mathematical Sciences from Northern Illinois University. Mark Lane, Senior Broadband Consultant Has over 30 years of experience in enterprise IT, carrier network operations, and technology consulting. While serving as CTO for Bristol Virginia Utilities OptiNet, he helped provide the strategic direction and practical implementation responsible for their fiber-to-the-premise (FTTP) network build-out and broadband service deployment for eight counties in Southwest, VA. His vision and leadership contributed to Bristol, VA being selected as an Intelligent Community Forum Top 7 Intelligent City in 2009. Mark received a bachelor’s in computer science from the University of Tennessee. Cole Henkle, Vice President of Design and Engineering Cole has a decade of experience managing large broadband designs. He manages the full life cycle of engineering projects from inception to completion, managing all permitting activities and personnel in local and remote locations. He has direct experience working with major carriers, municipalities and regional governments on regional fiber and broadband deployments across the US, some of which include Google Fiber, Verizon and the Cities of Boulder, CO, Chesapeake, VA, Portsmouth, VA, and Ann Arbor, MI. Melissa Johnston, Manager Construction Office Management Page | 5 Melissa supports multiple broadband infrastructure projects internationally by project tracking and reporting. Melissa has over 20 years’ experience in telecommunications including business owner, engineering, designing, GIS, and make-ready construction of fiber optics networks. She also has extensive experience in the field of aerial as well as diversity in underground fiber optics. With her broad knowledge of the industry, she operates exceptionally with clients.  Purpose EN Communications is currently contracted to perform PM/CM/CI and Engineering Support Services to support the City and Waterloo Fiber’s deployment of the Waterloo Backbone, and Waterloo Fiber Distribution network, and related systems for both. This proposal extends services through 2026. Statement of Work EN Communications proposes continuation of the following SOW: TASK 1 – PROJECT MANAGEMENT EN Communications will continue to provide an experienced Project Manager (“PM”) and Project Management Team to oversee all technical and operational tasks required to continue the support of the launch of the Waterloo Fiber network, including both backbone and FTTH components. Additional resources including EN communications’ Project Executive, Technical Consultants, and others will be tasked with fulfilling various portions of these tasks throughout the duration of this engagement. Expected tasks include:  Manage and coordinate day-to-day activities of moving the City’s network construction as expeditiously as possible following the City’s procurement process, contract approval and notice to proceed.  Ensure all Federal Funding contract requirements are included in each procurement where necessary.  Manage Project Capital Expenditure budgets and develop reports as necessary.  Team with Construction Manager and Construction Inspectors to manage the project implementation plan, including tracking to schedule, budget, issues identification and resolution, and risk mitigation.  Provide regular progress reports, and schedule and coordinate all project related calls, as well as ad-hoc vendor/coordination discussions. Page | 6  Refine and revise the project implementation plan to reflect the OSP buildout schedule and all necessary steps to implement and turn-up the network.  Work with EN Communications’ Subject Matter Experts (SMEs) to create the designs, functional specifications, scopes of work, and RFP’s necessary for implementation of Waterloo Fiber including network equipment, operating support systems (OSS), prefabricated shelters, inside plant, service fulfillment, and operational services. EN Communications’ SME’s will research and advise on all options available to the city specific to each procurement including value- engineering designs, developing Statements of Work (SoW), and validating costs to budget. Our team will deliver customized SOWs for each procurement, recommend the appropriate procurement vehicle, and participate in the procurement process including pre-bid conferences, bidder inquiries, issuing RFP addendums, evaluating bids, making recommendations, and assisting in final negotiations. Project related procurements may include: o Fiber-Optic OSP Construction o Data Center/Building Renovations/Architectural Engineering o Inside Plant (ISP), Power, Environmental, Access Security, etc. o Network Equipment and Software o Data Center Colocation and Entrance Facility Options o Fiber-Optic OSP Operations, Maintenance, and Monetization o Contracted Network Operations Services  Manage design changes, and value engineering opportunities for the fiber-optic network, including coordinating all project approvals/changes, change orders, billing/invoice approvals by vendors, and other project administrative functions.  Work with EN Communications SME’s and vendors to ensure that equipment and software are implemented, configured, and tested prior to launch.  Develop and oversee acceptance tests of the network and services. TASK 2: PROJECT ENGINEERING SUPPORT EN Communications proposes to continue providing engineering support for the project during the full construction and deployment effort. There will be numerous requirements for drawings to be revised and modified during the permit process, and to support field changes that may occur in the field. Engineering support will include a design project management resource, additional fielding efforts in the Waterloo market Page | 7 as needed, and ongoing management and oversight from EN Communications’ Iowa licensed Professional Engineer (“PE”). TASK 3: CONSTRUCTION MANAGEMENT EN Communications’ Construction Manager (“CM”) will act as the client liaison to the Outside Plant (OSP Construction Contractors) team and will provide oversight of the client fiber-optic network(s) construction. The CM will review overall compliance to the specifications, assessing Contractor adherence to public works and right of way restrictions, performance of construction activities, and assist in the development of applicable project documentation. Other tasks that will be performed include: • Managing the overall Construction deployment of the Outside Plant (OSP), ensuring schedule management, specification compliance and documentation. • Approving all materials to be used in the job. As applicable. • Act as the main point of contact for selected OSP Contractor, addressing field issues, coordinating daily activities of the Construction Inspectors, assessing compliance with both health and safety requirements and with applicable permits.  Coordinating with the client as applicable on updates with project reporting, construction activities, material access and handling. Coordination with construction vendor, assessing adherence to schedule commitments, tracking completion of open defect items, confirming final completion and delivery. • Review of production installations to specifications. and assisting the client to help manage the project within budget and schedule timelines. TASK 4: CONSTRUCTION INSPECTION EN Communications will provide Construction Inspection (“CI”) services for the client as the network is constructed. EN Communications has assumed at least (1) one construction inspectors to start but may require additional count of inspectors. Our estimates include a single inspector every 4 construction crews as baseline. A construction crew is a collective of individuals with diverse skills and roles, working collaboratively to achieve the goals of a construction project. The size of a construction crew can vary widely depending on the scope, complexity, and duration of the project. However, a basic crew typically includes at least a few key members to cover essential roles. Page | 8 A construction crew is a group of workers who collaborate to complete physical construction tasks. Key aspects of their work include: • Drilling • Plowing • Handhole Placement • Pothole Validation • Fiber Placement • Restoration • Splicing • Building Entry • Aerial ADSS Placement • Aerial Strand and Lash Placement • MST Placement • Underground and Aerial Drop Placement These activities are essential for the forward progress of physical construction projects. EN Communications’ construction inspectors will provide oversight to determine compliance with project specifications, safety and permitting requirements. In addition, EN Communications will provide quality review on installation and ground restoration in real time. All field data and information related to changes in the field, redline information will also be acquired and reviewed. In addition to these services, on-site inspection services provide field representation, to assist with oversight of crews in the field. • Field inspection services include the following: Real time inspection services, including compliance and specification review of installations. • Onsite assessment of installed quantities and installation quality assurance. • Review of compliance with safety standards including OSHA, city, county, and state requirements, review compliance of the National Electric Safety Code and permit-specific requirements. • Onsite review of fiber-optic testing (OTDR and power meter) and compliance. • Field level decision-making to minimize crew downtime. • Review accuracy of documentation including red lines, directional bore logs and daily production sheets. Scope Of Work for Project Coordinators Before start of each project Page | 9 • Create Basecamp folders. • Create project documents for inspectors. • Create project specific tracking documents: dailies, dashboard, production tracker, fiber tracker, and a drop tracker. • Create project specific dashboards. • Create process and procedures for production submittal and invoicing. • Meeting with contractors on tracking process and procedures. After project kick-off (Daily Production) • Review dailies/weekly packages and maps from contractor from original design. • Track approved units on production trackers. • Enter each SEQ number into a fiber tracker. • As-Build approved units on ArcGIS to reflect contractor redlines. • Label Basecamp when all production is complete. • Add all documents into Entrust SharePoint project folders. Weekly Dashboard for client use • Prepare project specific dashboard for client use. Monthly Invoicing • Call with billing staff to review production total (Bi-Weekly) • Labor/Drop Invoicing-Compare against the production tracker for approval. If any discrepancies the contractor will be notified to review and make revisions. • Review all packing slips/purchase orders against material invoices. • Enter all approved invoices (labor & material) into the consumption trackers/reports. • Material Invoicing-Compare against the BOM. If any discrepancies the contractor will be notified to review and make revisions. • Direct Cost invoices (if applicable) Page | 10 Pricing The tasks outlined in the Scope above, will be performed on a monthly fixed price basis, excluding travel expenses that will be billed as incurred on a not-to-exceed basis, and invoiced as follows. Task(s)/Description Cost Task 1: Project Management $31,633 Task 2: Project Engineering Support $6,326 Task 3: Construction Management (Includes 1 in market Construction Manager/Inspector) $37,961 Task 4: Construction Inspection (Includes 1 in market Construction Inspector) (1 inspector per 4 construction crews) (Each contractor requires one inspector if multiple contractors) $27,1921 Monthly Total $103,112 Estimated Monthly Travel Expenses (billed as incurred) $4,843 Monthly Total $107,955 1 Additional inspectors billed at $27,192 per month. Page | 11 Estimated Schedule Our proposed schedule for 2026 is as follows: Table 1 - Services Jan 2026 – Dec 2026 Billing Month/Year (Month #) Desc. PM PE CM CI Expenses Monthly Total January 2026 (Month 1) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 February 2026 (Month 2) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 March 2026 (Month 3) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 April 2026 (Month 4) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 May 2026 (Month 5) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 June 2026 (Month 6) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 July 2026 (Month 7) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 August 2026 (Month 8) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 September 2026 (Month 9) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 October 2026 (Month 10) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 November 2026 (Month 11) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 December 2026 (Month 12) Month $31,633 $6,326 $37,961 $27,192 $4,843 $107,955 Cost Estimates through December 2026 $1,295,460 Client may terminate this order upon 30 days’ notice to contractor if Client deems services are complete for the term listed above. Page | 12 Signature & Acceptance Signature of this proposal by client warrants that all components of this proposal are accepted to the City of Waterloo and Water Fiber that the person(s) signing this proposal has the right power, and authority to execute the proposal. City of Waterloo By: _______________________________ Name: _______________________________ Title: _______________________________ Waterloo Fiber By: _________________________________ Name: _________________________________ Title: _________________________________ EN Engineering, LLC By: __________________________________ Name: __________________________________ Title: __________________________________ David J. Klimas Chief Engineer k N 1, LAI rbn r` v tie el; a E V rf PROJECT MANUAL FOR F.Y. 2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE CITY OF TERLOO IOWA Community of Opportunity CONTRACT NO. 1113 F.Y. 2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE CONTRACT NO. 1113 CONTRACT DOCUMENTS TABLE OF CONTENTS Highlighted items must be included with bid. 1.NOTICE OF PUBLIC HEARING 2.NOTICE TO BIDDERS 3.INSTRUCTIONS TO BIDDERS 4.FORM OF BID OR PROPOSAL 5.FORM OF BID BOND 6.NON-COLLUSION AFFIDAVITS 7.EQUAL OPPORTUNITY CLAUSE 8.TITLE VI CIVIL RIGHTS 9.BIDDER STATUS FORM 10. AFFIRMATIVE ACTION PROGRAM 11. 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) 12. WATERLOO/CEDAR FALLS MINORITY AND WOMEN BUSINESSES ENTERPRISE CONSTRUCTION AND MAINTENANCE CONTRACTOR'S GUIDE 13. STATEMENT OF BIDDER'S QUALIFICATIONS 14. GENERAL SPECIAL PROVISIONS 15. SPECIAL PROVISIONS 16. GENERAL SPECIFICATIONS FOR CONSTRUCTION 17. SUPPLEMENTAL GENERAL SPECIFICATIONS FORCONSTRUCTIONS 18. FORM OF CONTRACT 19. FORM OF PERFORMANCE, PAYMENT, AND MAINTENANCE BOND ATTACHMENT A— Conceptual Shelter Layout ATTACHMENT B— Equipment Rack Elevations ATTACHMENT C — Estimated Power and Cooling Specifications ATTACHMENT D— Site Location ATTACHMENT E— Prefabrications Data Center Bid Specs NOTICE OF HEARING CONTRACT NO. 1113 Page l of 1 NOTICE OF PUBLIC HEARING On Proposed Plans, Specifications, Form of Contract, And Estimate of Cost For the F.Y. 2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE In the City of Waterloo, Iowa CONTRACT NO. 1113 PUBLIC HEARING The City Council of Waterloo, Iowa, will hold a public hearing on the proposed Plans, Specifications, Form of Contract, and Estimate of Costs for the construction of said improvements at 5:30 p.m. on the 7th day of July 2025, in the Harold E. Getty Council Chambers in City Hall, 715 Mulberry Street, Waterloo, Iowa. At said hearing, any interested person may appear and file objections thereto or to the cost of the improvements. The Board of Trustees of the Municipal Telecommunications Utility will hold a public hearing on the proposed Plans, Specifications, Form of Contract, and Estimate of Costs for the construction of said improvements at 4:00 p.m. on July 16, 2025 in the Harold E. Getty Council Chambers in City Hall, 715 Mulberry Street, Waterloo, Iowa. At said hearing, any interested person may appear and file objections thereto or to the cost of the improvements. The City of Waterloo (Owner) is seeking bids from contractors who can supply and install a prefabricated concrete communication shelter that will securely house the network equipment, power systems, and supporting environmental components required to operate the Waterloo Fiber FTTU network for the Owner. The shelter will be located at 512 University Ave, Waterloo, IA 50701. Published pursuant to the provisions of Chapter 26 of the City Code of Iowa and upon order to the City Council of said Waterloo, Iowa, on the day of CITY OF WATERLOO, IOWA BY: Kelley Felchle City Clerk NOTICE OF HEARING CONTRACT NO. 1113 Page I of 1 NOTICE TO BIDDERS For the Taking of Bids for the F.Y. 2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE REQUEST FOR QUOTE In the City of Waterloo, Iowa CONTRACT NO. 1113 RECEIVING OF BIDS On behalf of the City of Waterloo and the Municipal Telecommunications Utility of the City of Waterloo, notice is hereby given that 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 3rd day of July 2025 until 1:00 p.m. for the construction of the F.Y. 2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE. CONTRACT NO. 1113. as described in detail in the plans and specifications now on file in the Office of the City Clerk. Proposals received after the deadline for submission of bids as stated herein shall not be considered and shall be returned to the late bidder unopened. OPENING OF BIDS All proposals received will be opened in the City Council Chambers at City Hall, in the City of Waterloo, Iowa, on the 3rd day of July 2025 at 1:00 p.m. Proposals will be considered by the Board of Trustees of the Municipal Telecommunications Utility at its meeting at 4:00 P.M. on July 16, 2025, in the Harold E. Getty Council Chambers in City Hall, 715 Mulberry Street, Waterloo, Iowa. The Board may approve awarding a Contract at said meeting, or at such other time and place as shall then be announced. Proposals will be considered by the City of Waterloo City Council at its meeting at 5:30 P.M. on July 7th, 2025, in the Harold E. Getty Council Chambers in City Hall, 715 Mulberry Street, Waterloo, Iowa. The City Council anticipates making the award of Contract at its meeting at 5:30 P.M. on July 21, 2025, or at such other time and place as shall then be announced. PUBLIC HEARING The City Council of Waterloo, Iowa, will hold a public hearing on the proposed Plans, Specifications, Form of Contract, and Estimate of Costs for the construction of said improvements at 5:30 p.m. on the 7th day of July 2025, in the Harold E. Getty Council Chambers in City Hall, 715 Mulberry Street, Waterloo, Iowa. At said hearing, any interested person may appear and file objections thereto or to the cost of the improvements. The Board of Trustees of the Municipal Telecommunications Utility will hold a public hearing on the proposed Plans, Specification, Form of Contract, and Estimate of Costs for the construction of said improvements at 4:00 p.m. on July 16, 2025, in the Harold E. Getty Council Chambers in City Hall, 715 Mulberry Street, Waterloo, Iowa. At said hearing, any interested person may appear and file objections thereto or to the cost of the improvements. SCOPE OF WORK The City of Waterloo (Owner) is seeking bids from contractors who can supply and install a prefabricated concrete communication shelter that will securely house the network equipment, power systems, and supporting environmental components required to operate the Waterloo NOTICE TO BIDDERS CONTRACT NO. 1113 Fiber FTTU network for the Owner (the Project). The shelter will be located at 512 University Ave, Waterloo, IA 50701 (See Attachment D — Site Location). The Owner is seeking a Base Bid for a new concrete shelter and an Alternate Bid for a refurbished concrete shelter. The Total of either the Base Bid or the Alternate Bid, as selected by the Owner, shall be used for comparison of bids. The Total of the Base Bid or the Alternate Bid, whichever is higher, shall be used for determining the sufficiency of the bid security. BEGINNING AND COMPLETION DATES The work under the proposed contract shall be commenced within ten (10) working days after receipt of"Notice to Proceed." The `Notice to Proceed" is expected to be issued on or about July 22, 2025. The Project shall be substantially completed on or before January 7, 2026. METHOD OF PAYMENT TO CONTRACTOR Payments will be made on the basis of estimates prepared by the Contractor and approved by the Engineer, solely for the purpose of payment; approval by the Engineer, or the City Council, shall not be deemed as approval or acceptance of the workmanship or materials. The Contractor will be compensated for 95% of the work completed during a payment period, with the remaining 5% being retained in accordance with the Iowa Code. Regular payments approved by the Engineer will be made following the next scheduled City Council meeting. Final payment will be made thirty-one (31) days after completion of the work and final 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. 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/munici.algovermentbids.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. Project Calendar Anticipated Events Dates: Proposal Submission Date July 3, 2025 City consideration of bids July 7, 2025 City public hearing on Plans, Specifications, Form of Contract NOTICE TO BIDDERS CONTRACT NO. 1113 Estimate of Cost July 7, 2025 Utility public hearing on Plans, Specifications, Form of Contract Estimate of Cost July 16, 2025 Utility consideration of bids & approval of award of contract July 16, 2025 City Award of Contract July 21, 2025 Contract Signed July 22, 2025 Shelter Delivered and Offloaded by seller October 28, 2025 All Contracts Must Have Obligations Complete by January 7, 2026 NOTICE TO BIDDERS CONTRACT NO. 1113 CONTRACT AWARD A contract will be awarded to the lowest responsive, responsible bidder. The lowest responsive, responsible bidder will be determined based on the sum of either the Base Bid or the Alternate Bid as selected by the Owner. The City reserves the right to reject any or all bids, re-advertise for new bids, and to waive informalities in the bids submitted. 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 responsibility 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 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. ID 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(3/0) 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. NOTICE TO BIDDERS CONTRACT NO. 1113 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 guaranteeing the maintenance of the improvement caused by failures in materials and construction for a period of two (2) years from and after final acceptance of the Project. 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. Days beyond the specified contract period 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. NOTICE TO BIDDERS CONTRACT NO. 1113 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 This project is subject to sales tax. The Contractor will keep track of sales tax as required by the State of Iowa. The City may apply for a sales tax refund on portions of the project after City Council acceptance. Posted pursuant to the provisions of Chapter 26 of the City Code of Iowa. CITY OF WATERLOO, IOWA NOTICE TO BIDDERS CONTRACT NO. 1113 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 on or before May 9,2025. Any interpretation made will be in the form of an addendum to 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. Oral explanations or instructions given before the award of the contract will not be binding. 2.EXAMINATION OF PROPOSED WORT{ 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,or any addenda thereto. 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 thebid. 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.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 spaceprovided. 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. e.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 INSTRUCTIONS TO BIDDERS may be rejected. f. 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. All bids must be filed with the City Clerk of the City of Waterloo at her 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. 5. LATE BIDS AND MODIFICATIONS OR WITHDRAWALS Bids and 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. Bids may be withdrawn by written 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 byrepresentative. 7. IUD SECURITY REOUIRED All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an Iowa bank, or a bank chartered under the laws of the United States, a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, or bid bond (on the form furnished by the City) payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft or bid bond will be held as security that the Bidder will enter into a Contract for the construction of the work and will furnish the required bonds, and in case the successful Bidder shall fail or refuse to enter into the Contract and furnish the required bond, his bid security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it must be signed by both the bidder and the surety or surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. INSTRUCTIONS TO BIDDERS 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 has 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 theCity. 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. 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. INSTRUCTIONS TO BIDDERS 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)(1983). Lowest Responsible Bidder: Bidder who has offered the lowest bid and who has exhibited skill relative to the type of work bid on, judgment, financial responsibility, and evidence of working with the Affirmative Action Employment Program and the Contract Compliance Program. Broker: One buying or selling for others on commission or other fee basis without maintaining a warehouse or other similar inventory storage facility. 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. INSTRUCTIONS TO BIDDERS 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(atcompetitive prices),bonding, lines of credit, insurance,etc. Evidence of past compliance or non-compliance by same contractor The Contract Compliance Officer will determine the weight to be given to each item listed above(supported by appropriate documentation)based on overall program goals. RESPONSIBILITIES 1.City of Waterloo A. The City Contract Compliance Officer has the responsibility to assure the City's compliancewith Federal, State and Municipal regulations. B. The City Contract Compliance Officer is responsible for maintaining a current directory ofcertified 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. INSTRUCTIONS TO BIDDERS 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 theMBE/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, butall such contacts shall be confirmed by Certified Mail,or subcontract bid request forms(FormCCO-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 fora subcontract. d. Prime contractor self performs work. e. Any other reason relied on by prime. The Contract Compliance Officer will determine the weight to be given to each item listed above(supported by appropriate documentation)based on overall program goals. II. 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 submita 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 inbidding. INSTRUCTIONS TO BIDDERS 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 ofthe 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 anynon- 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. FMPI.OYMF.NT AND BUSINESS OPPORTUNITY To the greatest extent feasible,suppliers,subcontractors,and low-income workers owning businesses or living in the Waterloo area must be given priority in supplying materials,bidding for subcontract work,or applying for employment by the contractor on this project. Opportunities for training and for employment arising in connection with this project, shall to the greatest extent feasible be made available to lower income persons residing in the project area. The contract area is the City of Waterloo. The City of Waterloo will require the contractor to document his efforts in securing lower income workers living in the project area and in purchasing supplies from,and awarding subcontracts to,businesses owned by persons residing in the project area. 12. STATEMENT OF BIDDER'S OUALIFICATIONS The apparent lowest 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 the lowest responsive,responsible bidder. The intention is to award the contract at the City Council meeting on July 21,2025,but the right is reserved to postpone such action for a reasonable time,not exceeding thirty(30)days. INSTRUCTIONS TO BIDDERS b. The City Council reserves the right to 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 lowest responsive, responsible 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. 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 biddershall, within the period specified in paragraph "a" above, furnish a performance bond and a payment bond in a penal sum not less than the amount of the contract as awarded, as security for the faithful performance of the contract and terms and conditions therein contained and shall guarantee the prompt payment of all persons, firms, or corporations to whom the contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him in performing the work. The bonds shall protect and save harmless the City from claims and damages of any kind caused by the operations of the contractor and shall also guarantee the maintenance of the contract improvements for the period stated in the Notice to Bidders 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 11 to 12 of 14 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. 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. 15. BIDDER STATUS INSTRUCTIONS TO BIDDERS 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 FORM OF BID OR PROPOSAL F.Y. 2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE CONTRACT NO. 1113 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 - `19 , a Partnership consisting of the following partners: EBB FLOL 4) c2o• DIIt9 US-Mu) having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the co: of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the C Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y.2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE,CONTRACT NO. 1113, all in accordance with the above-listed documents and for the lump sum for work in place for the following items and quantities: F.Y. 2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE, CONTRACT NO. 1113 Description Total Cost BASE BID (NEW CONCRETE SHELTER) ALTERNATE BID (REFURBISHED CONCRETE SHELTER) 9 1 9 50 . do r T(,n4 r f (v, ODD • oo ' BoiJp rpmL ZoS, 950 . vo FORM OF BID CONRACT NO. 1113 Page 1 of 3 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.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/ BE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)to be used on this Project to the City of Waterloo by 5:00 p.m.the business day following the day Bids on this Project are due along with the Non-Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on"SUBCONTRACTOR REQUEST AND APPROVAL"Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal.Those blanks not applicable are marked"none"or"NA". 12. The bidder has attached all applicable forms. Name or Bidder) uare) BY: Title FORM OF BID CONRACT NO 1113 Page 2 of 3 USTDW 725 6th St USTDWWatford, IA 52351 US 319)361-3627 Telecom Discount Warehouse eric@ustdw.corn Estimate Uuf` ESTIMATE 1939 CITY OF WATERLOO - IOWA DATE 07/01/2025 715 MULBERRY STREET WATERLOO, IOWA 50701 USA DATE ACTIVITY DESCRIPTION QTY RATE AMOUNT Sales New Shelter Build 1 199,950.00 199,950.00 Provide previously deployed 12x20 concrete shelter to meet the requirements set forth in the Prefabricated Concrete Shelter Contract#1113 512 University Avenue Waterloo IA. Key components incorporate in this proposal are all items below off the RFP: Physical Construction AC Power Distribution Service Grounding/Bonding/ Lightning Protection System Interior and Exterior Lighting Air Conditioning System Fire Suppression System Additional Accessories and Built-In Features Back-Up Diesel Generator Inspection, Delivery,and Commissioning 50%deposit is required to accept the estimate TOTAL 199,950.00 Remaining 50`%,is due prior to building shipment. Right to issue progress billing for work completed or materials purchased Cr) exceeding 30 days D occ' Site bid is based on full unencumbered site access If access is limited extra 30/31) costs associated could he additional The estimate includes 90 days of shelter storage 4.2115C156 OD Accepted By Accepted Date Page ': .,i 1 BID BOND Sample Bid Bond Form KNOW ALL BY THESE PRESENTS: That we, as Principal, and as Surety, are held and firmly bound unto as Obligee, (hereinafter referred to as "the Jurisdiction"), in the penal sum of dollars ($ or percent of the amount bid in lawful money of the United States, for which payment said Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. The condition ofthe above obligation is such that whereas the Principal has submitted to the Jurisdiction a certain proposal, in a separate envelope, and hereby made a part hereof, to enter into a contract in writing, for the following described improvements; F.Y. 2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE, CONTRACT NO. 1113 The City of Waterloo (Owner) is seeking bids from contractors who can supply and install a prefabricated concrete communication shelter that will securely house the network equipment, power systems, and supporting environmental components required to operate the Waterloo Fiber FTTU network for the Owner (the Project). The shelter will be located at 512 University Ave, Waterloo, IA 50701 (See Attachment D — Site Location). Official Address:(Including Zip Code): 725 (on-/ ST N. c.JA L CO20 rA 52351 I.R.S.No. EI1J J7- 112936,33 FORM OF BID CONRACT NO.1113 Page 3 of 3 1 BID BOND Sample Bid Bond Forin KNOW ALL BY THESE PRESENTS: That we, EBB FLOW CO. DBA USTDW as Principal, and Old Republic Surety Company as Surety, are held and firmly bound unto City of Waterloo as Obligee, (hereinafter referred to as "the Jurisdiction"), in the penal sum of dollars ($ or Five (5) percent of the amount bid in lawful money of the United States, for which payment said Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. The condition of the above obligation is such that whereas the Principal has submitted to the Jurisdiction a certain proposal, in a separate envelope, and hereby made a part hereof, to enter into a contract in writing, for the following described improvements; F.Y. 2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE, CONTRACT NO. 1113 The City of Waterloo (Owner) is seeking bids from contractors who can supply and install a prefabricated concrete communication shelter that will securely house the network equipment, power systems, and supporting environmental components required to operate the Waterloo Fiber FTTU network for the Owner (the Project). The shelter will be located at 512 University Ave, Waterloo, IA 50701 (See Attachment D — Site Location). CONT.BID BOND) Project Name F.Y.2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE,Contract No.1113 The Surety 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 Jurisdiction may accept such bid or execute such Contract;and said Surety does hereby waive notice of any such extension. In the event that any actions or proceedings are initiated with respect to this Bond,the parties agree that the venue thereof shall be Black Hawk County, State of Iowa. If legal action is required by the Jurisdiction against the Surety or Principal to enforce the provisions of the bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction,the Surety or Principal agrees to pay the Jurisdiction all damages, costs, and attorney fees incurred by enforcing any of the provisions of this Bond. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers and remedies given to the Jurisdiction,by law. The Jurisdiction may proceed against Surety for any amount guaranteed hereunder whether action is brought against Principal or whether Principal is joined in any such action or actions or not. NOW, THEREFORE, if said proposal by the Principal be accepted, and the Principal shall enter into a contract with Jurisdiction in accordance with the terms of such proposal, including the provision of insurance and of a bond as may be specified in the contract documents, with good and sufficient surety for the faithful performance of such contract,for the prompt payment of labor and material furnished in the prosecution thereof,and for the maintenance of said improvements as may be required therein,then this obligation shall become null and void;otherwise,the Principal shall pay to the Jurisdiction the full amount of the bid bond,together with court costs,attorney's fees,and any other expense of recovery. Signed and sealed this 1st day of July 20 25 . SURETY: PRINCIPAL: Old Republic Surety Company EBB FLOW CO. DBA USTDW Sty C Bidder By ByK - Signature ttomey- -Fact/Officer ignature vp,„: Kurt E. Feller I R.r.04 Printed Name of Attorney-in-Fact/Officer Printed Name SEAL1, ,,, ,z TrueNorth Companies 72/165f060- Company Name Title 500 1st Street SE 725 6th Street North Company Address Address Cedar Rapids, IA 52401 Walford, IA 52351 City,State,Zip Code City,State,Zip Code 319) 364-5193 319) 361-3627 Company Telephone Number Telephone Number NOTE: All signatures on this bid bond must be original signatures in ink; copies, facsimile,or electronic signatures will not be accepted. This bond must be sealed with the Surety's raised,embossing seal. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. OLD REPUBLIC SURETY COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: ROBERT L. KOLLSMITH, TIMOTHY J. FOLEY, JASON D. SMITH, JAMES M. SMITH, LUKAS SCHRODER, LAURI A. MENEOUGH, DORA STEVENS, KURT E. FELLEFI3 ANN SAMUELSON, DEBORAH KLING, MASON STICKNEY, CHRISTINE RITCHIE of CEDAR RAPIDS, IA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances. and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or ii) when signed by the president, any vice president or assistant vice president. secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking. recognizance. or other suretyship obligations of the company: and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF. OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer. and its corporate seal to be affixed this 10th day of June 2024 uit& OLD REPUBLIC SURETY COMPANY QJ0 0 s W jK11(" 1, izi President STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 10th day of June 2024 personally came before me, Alan Pavlic Karen J Haffner to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY and who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. X06441A?7, K. * BOASOgiet-- 40800 .., Notary Public My Commission Expires:September 28, 2026 CERTIFICATE Expiration of notary's commission does not invalidate this instrument) I. the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;; and furthermore. that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force.I. 4a0 SU . T` . f: i c0NP0AArE 0 _ 1st July 2025 40-5006 g SEAL Signed and sealed at the City of Brookfield. WI this day of o iv., ORSC 22262 (3-06) ssis..A it Secreta TRUENORTH COMPANIES, L.C. 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) 1 itle Subscribed and sworn to before me this day of 20 l itle 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 maybedeclaredineligibleforfurthercontractsinaccordancewithproceduresauthorizedbytheCityCouncil. 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) I it e)pate) 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 Bidder Status Form To be completed by all bidders Part A Please answer"Yes"or"No"for each of the following: V Yes ONo My company is authorized to transact business in Iowa. To help you determine if your company is authorized,please review the worksheet on the next page). lJ Yes ONo My company has an office to transact business in Iowa. 0 Yes ONo My company's office in Iowa is suitable for more than receiving mail,telephone calls,and e-mail. 25 Yes ONo My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes ONo My company is not a subsidiary of another business entity,or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered"Yes"for each question above,your company qualifies as a resident bidder.Please complete Parts B and D of this form. If you answered"No"to one or more questions above,your company is a nonresident bidder.Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: (2 13 ZDID to CL)1U.E+.1? ()MCC' Address: 72-5 C.il-I ST 1U City,State,Zip: til4L?D1140. I r1 523SI Dates: 3 1 2DZ3 to 1I S14.011 Address: ti'o5D CervvnEPCIAL bizi City,State,Zip: war-oLA , Iq 52351 Dates: to Address: You may attach additional sheet(s)if needed. City,State,Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders,resident labor O Yes O Noforcepreferencesoranyothertypeofpreferencetobiddersorlaborers? 3. If you answered"Yes"to question 2,identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s)if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: E63lt!n co. Dr3A l)STD Signature: A Date: 7-'I-25 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. Yes ONo My business is currently registered as a contractor with the Iowa Division of Labor. s- c baP 25 Yes ONo My business is a sale pr-e ietacsk4, and I am an Iowa resident for Iowa income tax purposes. OYes ONo My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. 0 Yes O No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. OiYes O No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. OYes O No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. OYes O No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. OYes O No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state and has not filed a statement of termination. OYes O No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. OYes°No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. OYes O No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa. has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: V ) General Contractor Subcontractor Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company 836 tt-Ot-S U) • Owl USTvA) Address of Company 725 LT} 5r N tAufta, IA Zip 52351 Telephone Number ( 311 3(. 1 3(27 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 23- L12'13(,33 Name of Equal Employment Officer Nft 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 ofCompany) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. AFFIRMATIVE ACTION PROGRAM Page 2 of 8 Ill. 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, T V); 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. AFFIRMATIVE ACTION PROGRAM Page 3 of 8 H.has taken the following Affirmative Action to ensure that Name of Company) minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") 2. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. 2. J. will require approved 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 20 , 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 JOR CATF.000RIFC, 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/Clerica': 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. J.aborers(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-job): 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 F.Y.2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE,CONTRACT NO. 1113, that have a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing;to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor.All listed items are eligible for bid. 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 1113 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 a e 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) CITY OF J1 TERLOO MBE/WBE BUSINESS ENTERPRISE s"" Community of Opportunity 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 n o n-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 CITY OF tJt TERL00 J Community of Opportunity 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: rudv_jones(a.waterloo-ia.org 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 FLATWORK 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 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. Ebb Row 01:3A us1t,) 2.Permanent main office address. 725 L fl> ST U. w J1 L )J I A S23.S1 3.When organized. 2010 4.If a corporation, when incorporated. SAME — -eoRP 5.How many years have you been engaged in the contracting business under your present firm or trade name? 15 6.Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) Dtii 06, CAN-c,c 1 G UNbal-Gi2-0J AAZ C,%\11L Wore. 1,0 I ouJA 7.General character of work performed by your company. Lau'1C, GligCral-S, GEES, 1SP , C-14ll_ - U N flctt6R tut zb co Jg-roDC i l ofJ 8.Have you ever failed to complete any work awarded to you? If so, where and why? Ni O 9.Have you ever defaulted on a contract? If so, where and why? NO 10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed, uEi l Sl- Zo LbociS Solo n3 UCz U)' }(. 11. List your major equipment available for this contract.1rt EQT N Eo ES nC-+ 1Z S- LT . 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. 1 14.) l. ZS 'YIVALS — otJ kWh-_ Lc-g1+uC0 Ronk Cs12_wkt OP SiN CC 14. Credit available: $ 1D =n1 i46,176,6 -vN. GESTnjC, c 3t UG DlVISio.J 2063 STrourt 3 YC 15. Give bank reference: fA11.FAX `TPTE SAUIN iS l J r . A4.0 IZERicAtrAS Ai A'l 1,4+3Lg' 1 Nt.C906Z: 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, I ow a? YES 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 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@cfu.net Contact: Carol Reese Specializing in: FLOOR COVERING DENOTES WOMEN BUSINESS ENTERPRISE Dated at 7- i . 25 this day of ITLL'Y 20_ ZS_ Name o idde By: .JZ/C 2. BEr)SD,J Title: n/251aT.s.”- 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. Signat of 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 F.Y.2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE, CONTRACT NO.1113,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 June 5,2025.They have the general title of Conceptual Shelter(Attachment A) 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. PUMPING 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 1113 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 the materials are not salvageable and the City does not want to retain ownership of the materials. Materials designated in the field by the Engineer as nonsalvageable shall be hauled and disposed of by the Contractor at no cost to the City. All other materials shall be transported to locations as directed by the Engineer. No separate measurement or payment will be made for hauling or disposing of removed materials and it shall be considered incidental to applicable items. 6.OVERHAUL Overhaul will not be paid for"surplus material" obtained from any of the items of construction under this contract. The cost of overhaul will be considered as incidental to the items to which it applies. 7.MAILBOXES/STOP SIGNS The Contractor shall notify the United States Postal Department of mailboxes, which interfere with any part of the work before removing them, and the Contractor will relocate them as required by the Postmaster. The removal and replacement of mailboxes will not be considered for direct payment but will be considered incidental to the item to which it applies. The removal and replacement of stop signs will not be considered for direct payment but will be considered incidental to the item to which it applies. 8. PAY ITEMS All pay items are listed in the proposal and shall include the purchase of all materials, delivery of these materials, and furnishing all labor, plant and miscellaneous work needed to make the item complete. All such cost shall be incidental to the proposed item to which it applies and shall not be considered for separate payment. 9. BREAKDOWN OF LUMP SUM CONTRACT PRICE ITEMS The Contractor shall, immediately upon execution and delivery of the contract, before the first estimate for payment is made, deliver to the City Engineer a detailed estimate giving a complete breakdown of the lump sum contract prices. The submitted breakdown shall be approved by the City Engineer prior to any payment of any lump sum price item. 10. PERMISSION TO HAUL OVER STREETS. RAILROADS AND HIGHWAYa 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. 11. CONSTRUCTION SCHEDULING The City Engineer shall approve Contractor's work schedule prior to starting. All revisions shall also be approved. The City Engineer may change the schedule to accommodate changing construction conditions. The Contractor shall coordinate the work under this contract with contractors performing work under other contracts which may be performed concurrently. GENERAL SPECIAL PROVISIONS CONTRACT 1113 Page 2 of 4 The Contractor shall be responsible to notify the Police, Fire, Street and Engineering Departments of the closing and opening of streets. The Contractor shall commence work within ten (10) days after receipt of the "Notice to Proceed" and diligently execute the work of the contract to completion. 12. PRE-CONSTRUCTION CONFERENCE Before any work is started, the Contractor shall arrange with the City Engineer to hold a pre-construction conference to discuss problems and schedules of contracts. 13. UNDERGROUND UTILITIES It is the responsibility of the Contractor to obtain the location of gas lines, water lines, electric, telephone, and cable television cables or wires from the various utility companies and the City electrician before starting any excavation. The Contractor shall be responsible for any damage to any underground utilities. The Contractor shall expose those utilities indicated on the plans so that elevations may be determined before beginning construction. This work shall be considered incidental to other items of work. If the Contractor believes that additional costs have been incurred due to a utility being improperly located, the resolution of the additional costs incurred shall be made between the Contractor and the respective utility company. 14. TRAFFIC SIGNS AND STREET SIGNS The Contractor shall contact the City of Waterloo Traffic Operations Department to have any street sign that will be affected by construction removed and replaced when the work has been completed. 15. TRAFFIC CONTROL DURING CONSTRUCTION The Contractor shall, at his own expense and without further or other order, provide, erect and maintain, at all times during the progress and suspension of the work and until completion and final acceptance thereof, suitable and requisite barricades, signs or other adequate protection, as required by the latest edition of Part VI of the "Manual on Uniform Traffic Control Devices" and shall provide, keep and maintain such barricades, signs, etc., as may be required or as may be ordered by the Engineer, to ensure the safety of the public as well as those engaged on the work. All barricading plans shall be reviewed by the Engineer. The Contractor shall determine, provide and obtain approval from the City Engineer on all detour locations for all street closings, barricades and posting prior to construction. These shall meet requirements of the City Police Traffic Department. The Contractor shall notify the City Engineer's Office and the Police, Fire and Street Departments when the street is closed for construction. All barricading shall be in accordance with the latest edition of Part VI of the "Manual on Uniform Traffic Control Devices." Encapsulated lens sheeting is not required on this project. 16. GRADES. LINES. LEVELS AND SURVEYS All necessary grades, lines, levels and surveys shall be established and maintained by the Contractor. The Contractor shall verify all grades, lines, levels and dimensions as sown on the drawings, and he shall report any errors or inconsistencies in the same to the City Engineer before commencing work. 17. SAFETY OF WORKERS AND PUBLIC The Contractor shall, at all times, take necessary precautions to protect the life and health of all persons employed on this project and the public.He shall provide necessary safety devices and safeguards in GENERAL SPECIAL PROVISIONS CONTRACT 1113 Page 3 of 4 accordance with latest and best accident prevention practices. All such protection shall be furnished to employees without cost. No direct measurement of payment shall be made for this protection but shall be considered incidental to other items of work. The public shall be kept outside of any work area. 18. 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: o January 1 , 2025 o January 20, 2025 o May 26, 2025 o June 19, 2025 o July 4, 2025 e September 1, 2025 o November 11, 2025 o November 27, 2025 o November 28, 2025 o December 24, 2025 o December 25, 2025 o January 1, 2026 GENERAL SPECIAL PROVISIONS CONTRACT 1113 Page 4 of 4 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 partoftheworkprovidedforinthesespecifications. 8.PROPOSAL GUARANTEE. The security designed in the Notice of Bidders or Proposal to be furnished by the bidder as a guarantee of good faith to enter into a contract and furnish an acceptable bond for the work contemplated if it be awarded him. 9.SURETY. The corporate body bound with and for the Contractor for the acceptable performance of the contract. 10. PROPOSAL. The written Proposal, submitted by the bidder in the prescribed manner and on the standard form, for the improvements covered by these specifications. 11. SPECIFICATIONS. The documents that set forth the manner in which the proposed work is to be accomplished which have been prepared by the Engineer and approved by the City Council, official copies of which are now on file with the City Clerk. 12. SPECIAL PROVISIONS. Clauses or memoranda not contained herein, applying to the contract of which these specifications are a part, which change or supplement these specifications. GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 Page 1 of 10 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. 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. GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 Page 2 of 10 The Contractor shall keep one (I) copy, of all drawings and specifications on the work available to the Engineer and to his representatives.. 3.CONTRACTOR'S UNpERSTANpING. 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 ANp D SCREPANCIES. 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 in accordance with the dispute resolution procedures identified herein such changed work is undertaken.All such work shall be executed under the conditions of the original contract, except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. 7.INCREASED OR DECREASED OUANTITIES. 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. 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 GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 Page 3 of 10 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. 1 1. 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 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 WORT{ 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. GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 Page 4 of 10 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, 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 necessarytoinsuretheproperexecutionoftheContract. 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 the dispute resolution procedures identified herein. 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. GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 Page 5 of 10 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 INA 1THORIZ.ED WO K. Work done without lines and grade being give, work done beyond lines shown on the plans or as given, except as herein provided, or any extra or additional work done without authority,will be considered as unauthorized and at the expense of the Contractor and will not be paid for under the provisions of the Contract. Work so done may be ordered removed and replaced at the Contractor's expense. 8. REMOVAL OF DEFECTIVE MATERIALS OR WORD. 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. EOUIPMENT. 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. GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 Page 6 of 10 1 1. CHARACTER OF WORKMEN AND EOUIPMENT. 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 laboremployed, shall be such as will produce a satisfactory quality of work and shall be adequate to complete the contract within the specified time limit. 12. HIRING CITY EMPLOYEES. The Contractor shall not employ and hire any of the City's employees without the permission of the Engineer. 13. LABOR. Local labor shall be given preferences so far as practicable. 14. THE CITY'S RIGHT TO DO WORK. If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this Contract, the City of Waterloo, after three (3) days' written notice to the Contractor may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor, provided, however, that the Engineer shall approve both such action and the amount charged to the Contractor. 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 a 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 dispute resolution procedures; or by any cause which the Engineer shall decide justifies the delay, then the time of completion shall be extended for such reasonabletime as the Engineer may decide will compensate for such delay. GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 113 Page 7 of 10 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 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 WORIr. 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 of finishing the work 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. GENERAL SPECS FOR CONSTRUCTION CONTRACT 1113 Page 8 of 10 9.REMOVAL OF EOUIPMENT. In the case of annulment of this contract before completion, from any cause whatsoever, the Contractor, if notified to do so by the City; shall promptly remove any part or all of his equipment and supplies from the property of the City,failing which, the City shall have the right to remove such equipment and supplies at the expense of the Contractor. SECTION E - MEASUREMENTS AND PAYMENT 1. STANDARD OF MEASUREMENT. All work completed under the contract shall be measured by the Engineer according to the United States standard measures. 2.SCOPE OF PAYMENTS. The Engineer's measurements of quantities shall be the basis for final payment for the work performed under this Contract. After the work is completed, the Engineer will make measurements and computations of the number of units of each of the various items of work completed, and the Contractor will be paid for the actual amount of work performed at the rates specified in his Proposal. Before final settlement is made,the Council may require the Contractor to submit a list of all persons furnishing labor or materials, with evidence that such persons have been paid in full. Payment shall be made in the manner set forth in official publications and Council Proceedings relative thereto. 3.PAYMENT FOR EXTRA WORK. Such extra work as may have been ordered by the Engineer and performed by the Contractor shall be compensated for as provided herein. If work is to be done or materials are to be furnished by the Contractor which cannot properly be classified under unit prices included in the Proposal, the Contractor shall be paid therefor the actual reasonable cost of the labor and materials entering permanently in such work, plus fifteen percent (15%) of the cost thereof. In computing the labor cost on such extra work, the following items shall be included: a) Actual payroll expenditures for labor at the current rate therefor, and cost of materials. b) Pay of foreman and timekeepers for actual time required on the extra work. c) Liability insurance, prorated, for the extra work. Labor cost items on extra work shall be furnished in duplicate by the Contractor to the Inspector daily. The Inspector shall check the items, and if he finds them to be correct, he shall so certify on the statement of cost, returning one copy to the Contractor and filing one copy with the Engineer. 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 FOR CONSTRUCTION CONTRACT 1 1 13 Page 9 of 10 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. SI,AIMS 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 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 the dispute resolution procedures as hereinafter provided,and such resulting decision shall be final,and the Engineer shall, within a period of five(5)days thereafter, 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 five percent (5%) 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 five percent (5%) shall then be paid to the Contractor. 7.WAIVER. By the execution of this contract ,the Contractor agrees that any objections he may have to the statement of the amount of work done hereunder included by the Engineer in this completion report, and any claims of the Contractor against the City growing out of this contract and the work done hereunder which are not stated in writing in the manner and within the time provided in Section E hereof, shall be waived, and no such claim shall thereafter be asserted against the City. GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 SFrTIfNj - IYrALLRELATJONS 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 ofthe 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.LI AB1 LITY INS U RANC E.The Contractor shall carry liability insurance which shall save the City harmless and protect the public and any person from injury sustained by the reason of the prosecution of the work or the handling or storing of materials therefor and said Contractor shall also carry liability insurance which shall meet the requirements of the Iowa Worker's Compensation Law. Before work shall be started on this contract, the Contractor shall furnish the City Clerk with proper affidavit or Affidavits executed by representatives of duly qualified insurance companies, evidencing that said insurance company or companies have issued liability insurance policies, effective during the life of the contract, or for a period of a least ten (10) days following the filing of written notice of cancellation, protecting the public and any person from injuries or damages sustained by reason of carrying on the work involved in the Contract. The affidavit shall specifically evidence the following forms of insurance protection: a) Public liability insurance covering all operations performed by persons directly employed by the Contractor. b) Public liability insurance covering all operations performed by any Subcontractor to whom a portion of the work may have been assigned. c) Public liability insurance covering all work upon the project performed by any independent Contractor working under the direction of either the principal Contractor or a Subcontractor. 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: GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 Comprehensive General Liability Insurance General Aggregate Limit 5,000,000.00 Products—Completed Operations Aggregate Limit 5,000, 000.00 Each Occurrence Limit 5,000,000.00 Comprehensive Automobile Liability Insurance 1,000,000.00 The Contractor shall have the City of Waterloo, Iowa, named as an "Additional Named Insured" and it must be stated on the certificate. Coverage shall be written on a primary and non- contributory basis and shall include a waiver of subrogation in favor of the City of Waterloo. 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. To the fullest extent permitted by law the Contractor shall defend, indemnify, and hold harmless the City and the Engineer and their agents, representatives, officers and employees Indemnitees") from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from or in connection with the performance of the Work, provided that any such claim, damage, loss or expense is caused in whole or in part by any act or omission of the Contractor, anyone directly or indirectly employed by it or anyone for whose acts any of them may be liable. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity or contribution which would otherwise exist as to any party or person described in the Contract Documents. In any and all claims against the Owner or Engineer or any of their agents, officers or employees by any employee of the Contractor, any Subcontractor, any person directly or indirectly employed by any of them or anyone for whose acts may be liable, the indemnification obligation under this Subsection 4 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. All policies shall be in form and with insurance carriers acceptable to the City of Waterloo. Each such policy shall provide that thirty(30) days' prior written notice of cancellation must be given to City before cancellation of the policy will be effective. Contractor will take all steps required to prevent all such insurance from lapsing or being canceled. 5. j3ARRICADES 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 GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 loss when a particular process or the product of a particular manufacturer is specified. 7.PERMITS AND REGULATIONS. Permits and licenses of a temporary naturefor the prosecution of the work shall be secured and paid for by the Contractor. Permits, license, and easements for permanent changes in existing facilities shall be secured and paid for by the City. 8.CLAIMS FOR DAMAGES. Any claim for damages arising under this Contract shall be made in writing to the party liable within a reasonable time of the first observance of such damage and no later than the time of final payment, except as expressly stipulated otherwise in the case of faulty work or materials and shall be adjusted by agreement or by dispute resolution procedures as identified herein. 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 or 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. GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 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. DISPUTE RESOLUTIOVI PROCEDURES.The parties shall endeavor to resolve their disputes by mediation which, unless the parties mutually agree otherwise, shall be administered in accordance with Iowa Code Chapter 679C, as amended. A request for mediation shall be made in writing and delivered to the other party to the Contract. The request may be made concurrently with the filing of binding dispute resolution proceedings but, in such event, mediation shall proceed in advance of binding dispute resolution proceedings, which shall be stayed pending mediation for a period of 60 days from the date of filing, unless stayed for a longer period by agreement of the parties or court order. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. For any dispute not resolved by mediation,the method of binding dispute resolution shall be litigation in the Iowa District Court for Black Hawk County. In the event the City should prevail in any legal proceedings arising out of the performance or non- performance of this Contract, the Contractor shall pay, in addition to any damages, all expenses of such action including reasonable attorney's fees, all expert witness fees, costs, and litigation expenses incurred by the City, including those incurred on appeal. The terms "costs and expenses" are not limited to the costs and expenses traditionally taxed as court costs. The term "legal proceedings"shall be deemed to include any arbitration, administrative proceedings, and all appeals from any and all of the foregoing. 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 GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 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. These bonds shall remain in force and effect for the full amount of the Contract. The Contractor shall further provide a maintenance bond guaranteeing the maintenance of the contract improvements for a period of two(2) years from and after completion of said improvements and their acceptance by the City. 13. PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the provisions of the Contract or in exercising any power or authority granted him thereby,there shall be no liability upon the Engineer or his authorized assistants, either personally or as an official of the City, it being understood that in such matters he acts as the agent and representative of the City. 14. JURISDICTION. Any action in Court against the Contractor or sureties on his bond because of damages to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of the specifications, or on account of the failure of said Contractor to comply fully with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 15. TERMINATION OF RESPONSIBILITY. The Contract shall be considered as completed and the Contractor released from further obligations except as to the requirements of his bond, after the work has been completed and finally accepted and final estimates have been allowed and the completion report of the engineer has been filed and approved by the Council. 16. CITY'S LEGAL RIGHTS. The City shall not be precluded by any measurements, estimate,or certificate made, either before or after the completion and acceptance of the work and payment therefor, from showing the true amount and character of the work performed and materials furnished by the Contractor, or from showing that any such measurement, estimate, or certificate is untrue or incorrectly made, or the work or materials do not, in fact, conform to the Contract. The City shall not be precluded, notwithstanding any such measurements, estimate, or certificate and payment in accordance therewith, from recovering from the Contractor and his surety such damages as it may sustain by reason of his failure to comply with the terms of the Contract. Neither the acceptance by the City or any of its representatives, nor any payment for or acceptance of the whole or any part of the work, nor any extension of time, nor any possession taken by the City, shall operate as a waiver on any portion of the contract or of any power herein reserved, or any right to damages herein provided. A waiver of any breach of the contract shall not be held to be a waiver of any other or subsequent breach. GENERAL SPECS FOR CONSTRUCTION CONTRACT 1 1 13 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 Specifications, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the inspection of materials as a whole or in part will be made at the project site. 4.WARRANTY OF TITLE, No material,supplies,or equipment to be installed or furnished under this contract shall be purchased subject to any chattel mortgage or under a conditional sale, lease-purchase or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The contractor shall warrant good title to all materials,supplies,and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all improvements and appurtenances constructed or placed thereon by him to the City of Waterloo free from any claims, liens, or charges. Neither the contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this contract shall have any right to a lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor to recover under any bond given by the contractor for their protection or any rights under any law permitting such persons to look to funds due the contractor in the hands of the City of Waterloo. The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. SUPP GEN SPECS FOR CONSTRUCTION Page 1 of I FORM OF CONTRACT FOR THE CONSTRUCTION OF F.Y.2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE CITY OF WATERLOO,IOWA CONTRACT NO.1113 This contract made and entered into this day of 20 ,by and between the City ofWaterloo,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 F.Y.2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE 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 The term"Contract"means and includes the following: A. Notice of Public Hearing B. Notice to Bidders C. Instructions to Bidders D. Proposal E. Bid Bond F. Contract G. Performance Bond H. Payment Bond I. Maintenance Bond J. General Specifications for Construction K. Notice to Proceed L. Conceptual Shelter Layout M. Equipment Rack Elevations N. Estimated Power and Cooling Specifications O. Site Location P. Prefabrications Data Center Bid Specs It is expressly understood and agreed that in addition to the documents listed above,the Contract includes any engineering data which may be furnished by the Contractor and approved by the City, together with such additional Drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the Plans and Specifications. FORM OF CONTRACT Page 1 of 4 That several parts of the Contract are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the Contract is to include the furnishing of all materials, labor, tools, equipment and supplies necessary for completion of the contract obligations. 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 standards. In the event of a conflict between any of the contract documents, the Contractor is to provide the greater quantity and/or better quality, unless otherwise directed in writing by the City or Engineer. 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 i n 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 January 7, 2026 , unless an extension of time is granted in writing by the Council of the City. 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. PAR. 6 Should the Contractor fail to complete said improvements in strict accordance with the terms and conditions of this contract, or the plans and specifications therefor promptly by the date herein specified, the City may pay such additional sums as it may be required to pay by reason of the failure of said contractor and deduct any and all such sums from any amount then due the Contractor. PAR. 7 The Contractor agrees to comply with and obey all ordinances of the City of Waterloo, Iowa, relating to the obstruction of streets and alleys, keeping open passage ways for water, traffic, and protecting any excavations in any street or alley, and maintaining proper and sufficient barricades with lights and signals during all hours of darkness, to see that the backfilling is properly done, and agrees to keep the FORM OF CONTRACT Page 2 of 4 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. 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 Bidders, the amount of money due the Contractor for work performed and accepted, at the lump sum set out in the Contractor's proposal, which has been accepted by the City. FORM OF CONTRACT Page 3 of 4 PAR. 16 The total amount of the contract, based on the Contractor's proposed lump sum, 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 Ulerk Contractor BY: Title: Approved by the City Council of the City of Waterloo,Iowa, this day of 20 . ATTEST: City Clerk Waterloo, Iowa FORM OF CONTRACT Page 4 of 4 SURETY BOND NO. PERFORMANCE, PAYMENT, AND MAINTENANCE BOND KNOW ALL BY THESE PRESENTS: That we, as Principal hereinafter the "Contractor" or "Principal" and as Surety are held and firmly bound unto as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: F.Y. 2025 PREFABRICATED SHELTER AT 512 UNIVERSITY AVE, CONTRACT NO. 1113 The City of Waterloo (Owner) is seeking bids from contractors who can supply and install a prefabricated concrete communication shelter that will securely house the network equipment,power systems, and supporting environmental components required to operate the Waterloo Fiber FTTU network for the Owner (the Project). The shelter will be located at 512 University Ave, Waterloo, IA 50701 (See Attachment D — Site Location). CON'T—PERFORMANCE, PAYMENT,AND MAINTENANCE BOND) and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner,and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety,to-wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant,condition, and part of said Contract and Contract Documents, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery,equipment, and tools,consumed or used by the Contractor or any subcontractor,wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement,but the Contractor and Surety shall not be liable to said persons, firms,or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code,which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree,at their own expense: A. To remedy any and all defects that may develop in or result from all work except new paving to be performed under the Contract within the period of two year(s)from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work;and B. To remedy any and all defects that may develop in or result from new paving work to be performed under the Contract within the period of two year(s)from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; C. To keep all work in continuous good repair;and D. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. E. Maintenance bond requirements shall not apply to the following: work that is not permanently incorporated into the project, pavement markings, seeding, sodding, and plant material and planting. CON'T— PERFORMANCE,PAYMENT,AND MAINTENANCE BOND) 4. GENERAL: Every Surety on this Bond shall be deemed and held bound,any contract to the contrary notwithstanding,to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents,which thereby increases the total contract price and the penal sum of this bond,provided that all such changes do not,in the aggregate,involve an increase of more than 20%of the total contract price,and that this bond shall then be released as to such excess increase;and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed,whether completed within the specified contract period,within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein,the phrase"all outlay and expense"is not to be limited in any way but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest,benefits,and overhead where applicable. Accordingly,"all outlay and expense"would include but not be limited to all contract or employee expense,all equipment usage or rental, materials, testing, outside experts, attorneys' fees (including overhead expenses of the Jurisdiction's staff attorneys),and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents,that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders,and in this Bond will be fulfilled,and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any"outlay and expense"in defending itself against any claim as to which the Contractor or Surety should have provided the defense,or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond,the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense,provided that the Surety's obligation under this bond shall not exceed 125%of the penal sum of this bond. CON'T — PERFORMANCE, PAYMENT AND MAINTENANCE BOND) In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Black Hawk County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract, in the Contract Documents, and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a word, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond, the Contract, or the Contract Documents; second, if not defined in the Bond, Contract, or Contract Documents, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract and Contract Documents are hereby made a part of this Bond. Project No. CON'T—PERFORMANCE, PAYMENT,AND MAINTENANCE BOND) PRINCIPAL: SURETY: Contractor Surety Company By By Signature Signature Attorney-in-Fact Officer Title Printed Name of Attorney-in-Fact Officer FORM APPROVED BY: Company Name Attorney for Jurisdiction Company Address City,State,Zip Code Company Telephone Number NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies,facsimile,or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised,embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised,embossing seat. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. 4901-7335-7110-1\24268-004 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE 7/2/2025 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT TrueNorth Companies, L.C. PHONE FAX 500 1st St SE Arc.No.Fi<tl:319-366-2723 Not;319-862-0612 Cedar Rapids IA 52401 E-MAIL certs(altruenorthcompanies.cam INSURERS)AFFORDING COVERAGE NAIL I INSURER A:ACUITY A Mutual Insurance Company 14184 INSURED EBBFLOW-01 EBB Flow Co INSURER 8 725 6th Street N INSURER C: PO Box 365 INSURER D: Walford IA 52351 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:506518459 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR ADDL SUBR POLK:Y EFF POLICY EXP LTR TYPE Of INSURANCE INSD yND POLICY NUMBER Ir/AIDD/YYYY1 (MM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL UABIUTY Y Y ZP7117 12/1/2024 12/1/2025 EACH OCCURRENCE 1,000,000 CLAIMS-MADE n OCCUR PREMISES(Ea occurrence) $250,000 MED EXP(My one person) $10,000 PERSONAL 8 ADV INJURY S 1,000,000 GENT AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE S 3,000,000 POLICY n JYEE& X LOC PRODUCTS-COMP/OP AGG $3,000, 000 OTHER. A AUTOMOBILE LIABILITY Y Y ZP7117 12/1/2024 12/1/2025 COMBINED SINGLE OMIT $1,000,000tT=a accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTYDAMAGE AUTOS ONLY _ AUTOS ONLY Per accident) A X UMBRELLA LIAR X OCCUR ZP7117 12/1/2024 12/1/2025 EACH OCCURRENCE 3,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE S 3,000,000 DED RETENTION S A WORKERS COMPENSATION ZP7117 12/1/2024 12/1/2025 X AND EMPLOYERS'LIABILITY STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE Y 1 N EL EACH ACCIDENT S 1,000,000 OFFICER/MEMBER EXCLUDED? Y N I A Mandatory in NH)E.L DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY OMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) If Yes is indicated above for additional insured forms Gen Liability#CG2033 6/13(premises),#CG7277 6/13(completed operations)#CG2001 4/13 Primary/Noncontributory),Auto Liability#CA7211 10/98 applies. If Yes is indicated above for waiver of subrogation forms Gen Liability#CG7301 12/19, Auto Liability#CA7247 10/16 and WC#WC000313 04/84 applies.Coverage is extended for work performed and required under written contract with the above named insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Waterloo 620 Mulberry Street AUTHORIZED REPRESENTATIVEWaterlooIA50703 1988- 2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03)The ACORD name and logo are registered marks of ACORD BLANKET ADDITIONAL INSURED CA-7211(10- 98) This endorsement modifies insurance provided under tificate of insurance showing that person or organiza- the following: tion as additional insured has been issued. BUSINESS AUTO COVERAGE FORM 2. The insurance provided by this endorsement ap- GARAGE COVERAGE FORM plies only with respect to liability arising out of oper- MOTOR CARRIER COVERAGE FORM ations performed for the additional insured by you. 1. Who Is an Insured under Section ll - Liability 3. The Limits of Insurance applicable to the addi- Coverage is amended to include any person or or- tional insured are those specified in the written con- ganization you are required to add as an additional tract or agreement or in the Declarations for this insured on this policy under a written contract or Coverage Form, whichever is less. These Limits of agreement currently in effect or becoming effective Insurance are inclusive and not in addition to the during the term of the policy, provided that a cer- Limits of Insurance shown in the Declarations. CA-721100-98) Includes copyrighted material of Insurance Services Office.Inc.With its permission. Page 1 of 1 ACUITY ENHANCEMENTS - BUSINESS AUTO CA-7247(10-16) This endorsement modifies insurance provided under D. Fellow Employee Coverage the following: The Fellow Employee Exclusion contained in BUSINESS AUTO COVERAGE FORM Section II - Liability Coverage does not apply. MOTOR CARRIER COVERAGE FORM E. Towing for Covered Autos after Covered A. Temporary Substitute Vehicle Physical Dam- Losses age The following is added to paragraph A4 Cov- The following is added to item C Certain Trail- erage Extensions of Section III - Physical Dam- ers, Mobile Equipment and Temporary Substi- age Coverage in the Business Auto Coverage tute Autos under Section I - Covered Autos: Form and to paragraph - A4 Coverage Exten- If Physical Damage Coverage is provided by sion under Section IV - Physical Damage Cov- this Coverage Form, any auto you do not own erage in the Motor Carrier Coverage Form and while used with permission of its owner as a the Towing Coverage endorsement, if it applies temporary substitute for a covered auto you own to your policy: that is out of service because of its breakdown, If a covered loss to a covered auto renders the repair, servicing, loss or destruction is a covered vehicle undriveable, we will pay for reasonable auto for Physical Damage Coverage. and necessary costs to tow the vehicle to the B. Who Is an Insured nearest service or salvage facility. This cov- erage only applies to a covered auto insured for The following are added to Who Is an Insured Comprehensive or Collision coverage. Such under Section II - Liability Coverage: payments will not reduce the limits of insurance 1. Newly Acquired Organizations described in C Limit of Insurance. Any organization you newly acquire or form, F. Transportation Expenses other than a partnership, joint venture or The Transportation Expenses Coverage Exten- limited liability company, and over which you sion is replaced by the following: maintain ownership or majority interest, will We will also pay up to $75 per day to a qualify as a Named Insured if there is no maximum of $1,500 for temporary transportationothersimilarinsuranceavailabletothat organization. However: expense incurred by you because of the total theft of a covered auto of the private passenger a. Coverage under this provision is afford- or light truck type. We will pay only for those ed only until the 180th day after you covered autos for which you carry either acquire or form the organization or the Comprehensive or Specified Causes of Loss end of the policy period, whichever is Coverage. We will pay for temporary transport- earlier:ation expenses incurred during the period b. This coverage does not apply to bodily beginning 48 hours after the theft and ending, injury or property damage that occurred regardless of the policy's expiration, when the before you acquired or formed the or- covered auto is returned to use or we pay for its ganization: loss. c. No person or organization is an insured G. Increased Sub-limit for Audio, Visual and with respect to the conduct of any cur- Data Electronic Equipment Coverage rent or past partnership, joint venture or The sub-limit shown in paragraph C2 of the Limit limited liability company that is not of Insurance Provision of Section III - Physical shown as a Named Insured in the Dec- Damage Coverage in the Business Auto Coy- larations. erage Form is increased to $3,000. 2. Employees as Insureds H. The following are added to Coverage Extensions Any employee of yours is an insured while under Section III - Physical Damage Coverage using a covered auto you do not own, hire or in the Business Auto Coverage Form and to borrow in your business or your personal Section IV - Physical Damage Coverage in the affairs. Motor Carrier Coverage Form: C. Increased Supplementary Payments 1. Accidental Airbag Discharge 1. The limit shown in paragraph A2a(2) of We will pay to replace an airbag that de Section II - Liability Coverage is increased to ploys without the car being involved in an 3,000. accident. This coverage applies only to a covered auto which you own. 2. The limit shown in paragraph A2a(4) of Section II - Liability Coverage is increased to 2. Loan/Lease Gap Coverage 300. In the event of a total loss to a covered auto of the private passenger or light truck CA-7247(10-16) Includes copyrighted material of Insurance Services Office, Inc,with its permission.Page 1 of 5 type, we will pay any unpaid amount due on with the lesser of the following number the lease or loan, less: of days: a. The amount paid under the Physical 1) The number of days reasonably re- Damage Coverage Section of the poli- quired to repair or replace the cov- cy; and ered auto. If loss is caused by theft. b. Any: this number of days is added to the number of days it takes to locate the 1) Overdue lease/loan payments at the covered auto and return it to you. time of the loss: 2) Financial penalties imposed under a 2) 30 days. lease for excessive use, abnormal d. Our payment is limited to the lesser of wear and tear or high mileage; the following amounts: 3) Security deposits not returned by 1) Necessary and actual expenses in- the lessor; curred. 4) Costs for extended warranties.2) $75 per day to a maximum of Credit Life Insurance, Health, Ac- 1,500. cident or Disability Insurance pur- e. This coverage does not apply while chased with the loan or lease; and there are spare or reserve autos avail- 5) Carry-over balances from previous able to you for your operations. loans or leases. f. If loss results from the total theft of a 3. Hired Auto Physical Damage Coverage covered auto to which this extension applies, we will pay under this coverage If hired autos are covered autos for Liability only that amount of your rental reim-Coverage, then the Physical Damage Cov- bursement expenses which is not al- erages provided under this Coverage Form ready provided for under the Physical for any auto you own are extended to autos Damage Coverage Extensions. of the private passenger or light truck type which you lease, hire, rent or borrow for a g. The Rental Reimbursement Coverage period of 30 days or less, subject to the described above does not apply to a following limit. covered auto that is described or designated as a covered auto on Rental The most we will pay under this extension is Reimbursement Coverage Form the lesser of the actual cash value, the cost CA-9923F. of repair or $50.000, minus a deductible. The deductible will be equal to the largest 5. Fire Department Service Charge deductible applicable to any owned auto of When the fire department is called to save the private passenger or light truck type for or protect a covered auto. its equipment, its that coverage. Subject to the above limit, contents, or occupants from a covered loss, deductible and excess provisions, we will we will pay up to $1,000 for your liability for provide coverage equal to the broadest fire department service charges: coverage applicable to any covered auto you a. Assumed by contract or agreement prior own of the private passenger or light truck to loss; or type. 4. Rental Reimbursement Coverage for Pri- b. Required by local ordinance. vate Passenger Vehicles or Light Trucks No deductible applies to this additional cov- a. This coverage applies only to a covered erage. auto of the private passenger or light 6. Fire Extinguisher Recharge truck type. We will pay the actual cost of recharging or b. We will pay for rental reimbursement replacing, whichever is less, fire extinguish- expenses incurred by you for the rental ers kept in your covered auto that are inten- of an auto because of a covered loss to tionally discharged in an attempt to extin- an auto to which this extension applies. guish a fire. Payment applies in addition to the oth- 7. Rental Reimbursement, Business Income erwise applicable amount of each cov- and Extra Expense Coverage erage you have on a covered auto. No deductibles apply to this coverage. Limits c. We will pay only for those expenses The most we will pay for all loss for each incurred during the policy period begin- covered auto involved in any one accident ning 24 hours after the loss and ending, for Rental Reimbursement, Business Income regardless of the policy's expiration, and Extra Expense combined is $10.000. CA-7247(10-16) Includes copyrighted material of Insurance Services Office. Inc..with its permission.Page 2 of 5 Coverage make under any other coverages listed a. Rental Reimbursement Coverage in extension 7. 1) We will pay for expenses incurred b. No other deductible applies to these by you during the period of coverages. restoration for the rental of an auto c. We will not pay under these coverages if made necessary because of a you do not repair or replace the cov- covered /oss to a covered auto used ered auto. in your business. The /oss must be d. You must resume all or part of your caused by a cause of loss covered business as quickly as possible. under item Al of Physical Damage Coverage in this Coverage Part. e. If you have other autos you can use to reduce the amount of loss payable un- 2) This Rental Reimbursement Cover- der these coverages, you are required to age does not apply to a covered use them. auto of the private passenger or f. We will not pay for loss or expenseslighttrucktypebecausecoverage for these vehicles is provided in caused by suspension, lapse or can- item 4 of this endorsement. cellation of any license, lease or con- tract. But if the suspension, lapse or b. Business Income and Extra Expense cancellation is directly caused by the Coverage suspension of your business, we will 1) Business Income Coverage cover such loss that affects your busi- ness( a) Actual Loss Sustained Cover income. age - We will pay the actual g. We will pay for expenses you incur to loss of business income reduce the amount that would otherwise sustained by you as the result have been payable under this coverage. of the necessary suspension of We will not pay more than the amount your business during the period by which you actually reduce the busi- of restoration due to a loss to a ness income loss or extra expense in- covered auto used in your curred. business. The loss must be 8. Fuel in Vehicle Coverage caused by a cause of loss We will also pay, with respect to a coveredcoveredunderitemAlof loss, the actual loss sustained for the loss to Physical Damage Coverage in the fuel used to operate your vehicle but this Coverage Part. only with respect to a covered auto. You b) Specified Amount per Day must provide documentation supporting your Coverage - At your option, we claim for damages. will pay up to $250 per day for a maximum of seven days Deductible during the period of restoration A deductible applies to this coverage. Refer for income loss. The loss must to paragraph N Deductible Applicable to Fuel be caused by a cause of loss in Vehicle, Miscellaneous Equipment Used covered under item Al of With Covered Vehicle Coverages. and Physical Damage Coverage in Electronic Logging Devices or Electronic this Coverage Part. On-Board Recorders Coverages. 2) Extra Expense Coverage 9. Miscellaneous Equipment Used With We will pay the necessary and rea Covered Vehicle Coverage sonable extra expenses that you in- We will also pay, with respect to a covered cur during the period of restoration loss, the actual cash value, repair cost or that you would not have incurred replacement cost. whichever is less, for /oss had there been no loss to a covered to your miscellaneous equipment but only auto used in your business. The loss with respect to a covered auto. must be caused by a cause of loss Exclusions covered under item Al of Physical Damage Coverage in this Coverage We will not pay for loss caused by: Part. a. Theft, unless there are visible signs or Conditions marks of forcible entry into the covered auto and the theft is reported to law a. Any payment for Business Income made enforcement authorities: or under Specified Amount per Day Coverage reduces the payment we b. Mysterious disappearance. CA-7247(10-16) Includes copyrighted material of Insurance Services Office, Inc.,with its permission Page 3 of 5 Deductible J. Knowledge of Claim or Suit A deductible applies to this coverage. Refer The following is added to the Duties in thetoparagraphNDeductibleApplicabletoFuel Event of Accident, Claim, Suit or Loss Con-in Vehicle, Miscellaneous Equipment Used dition:With Covered Vehicle Coverages, and Electronic Logging Devices or Electronic Knowledge of an accident. claim, suit or loss by On-Board Recorders Coverages. an agent or employee of any insured shall not in 10. Electronic Logging Devices or Electronic itself constitute knowledge of the insured unlessggg your partners, executive officers, directors,On-Board Recorders managers, members or a person who has beenWewillalsopay, with respect to a covered designated by them to receive reports of oss, up to $3,000 for the actual loss sus- accidents, claims, suits or /oss shall have re- tained to an electronic on-board recorder or ceived such notice from the agent or employee. electronic logging device permanently in- stalled in the auto but only with respect to a K. Waiver of Subrogation for Written Contracts covered auto. The following is added to the Transfer of Rights Deductible of Recovery Against Others to Us Condition: A deductible applies to this coverage. Refer We waive any right of recovery we may have to paragraph N Deductible Applicable to Fuel against a person or organization because of in Vehicle, Miscellaneous Equipment Used payments we make for bodily injury or property With Covered Vehicle Coverages, and damage arising out of your use of a covered Electronic Logging Devices or Electronic auto which occurs while under a contract with gg g that person or organization. The waiver appliesOn-Board Recorders Coverages for further information.only to a person or organization with whom you have a written contract or agreement requiring I. Deductible Provision you to waive the right of recovery under this Paragraph D, Deductible of Section III - Phys- policy. The written contract or agreement must ical Damage Coverage in the Business Auto have been executed prior to the accident caus- Coverage Form and paragraph D, Deductible of ing bodily injury or property damage. Section IV - Physical Damage Coverage in the L. Worldwide Coverage Territory for Hired Motor Carrier Coverage Form are replaced by Autos the following: The following is added to paragraph B7 of Sec- 1. For each covered auto. our obligation to pay tion IV - Business Auto Conditions in the Busi- for, repair, return or replace damaged or ness Auto Coverage Form and to paragraph B7 stolen property will be reduced by the of Section V - Motor Carrier Conditions in the applicable deductible shown in the Declara- Motor Carrier Coverage Form: tions. Any Comprehensive Coverage de- ductible shown in the Declarations does not With respect to autos hired for 30 days or less, apply to loss caused by fire or lightning. the coverage territory is extended to include all parts of the world if the insured's responsibility 2. For combinations of tractor, truck, semi- to pay damages is determined in a suit in the trailer or trailers when attached together by United States of America (including its territor- coupling devices at the time of loss. one ies and possessions), Puerto Rico or Canada or deductible will apply. in a settlement we agree to. a. If more than one auto of the combina-M. Mental Anguish Coverage tion is damaged or stolen, the largest applicable deductible shown in the Dec- The Definition of bodily injury is amended to larations will apply. include mental anguish. b. If only one auto of the combination is N. Deductible Applicable to Fuel in Vehicle, damaged or stolen, the deductible Miscellaneous Equipment Used With Cov- shown in the Declarations for that auto ered Vehicle Coverages and Electronic Log- will apply. ging Devices or Electronic On-Board Re- corders 3. The deductibles will not apply to loss caused by a collision of a covered auto with any 1. If loss to property covered by these exten- other auto insured by us. sions is the result of a loss to the covered auto under this Coverage Form's Compre- 4. If the insured chooses to have a damaged hensive or Collision Coverage, then for each windshield or other glass repaired instead of covered auto our obligation to pay for, replaced, no deductible will apply to the loss. repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any CA-7247(10-16) Includes copyrighted material of Insurance Services Office, inc.,with its permission.Page 4 of 5 Comprehensive Coverage deductible shown 4. "Miscellaneous equipment" means hand in the Declarations does not apply to loss to trucks, dollies, pallets, pads, covers, bind- property covered by an extension caused by ers, tarps, tie-downs, chains and other simi- fire or lightning. lar equipment used in the handling of prop- 2. If loss to property covered by these exten- erty being transported. sions is the result of a loss to the covered 5. "Period of restoration" means the period of auto under this Coverage Form's Specified time that: Causes of Loss Coverage, then for each a. Begins: covered auto our obligation to pay for, repair, return or replace damaged or stolen 1 ) Twenty-four hours after the time of property will be reduced by a $100 loss for Rental Reimbursement Coy- deductible. erage or Business Income Cov- erage; or 3. In the event that there is more than one applicable deductible, only the highest de- 2) Immediately after the time of loss ductible will apply. In no event will more than for Extra Expense Coverage; and one deductible apply. b. Ends at the earliest of: O. Coverage Extensions Definitions 1 ) The time required to resume your 1 . "Business income" means the:normal business operations; or a. Net income (Net profit or loss before 2) The time that is reasonably nec- income taxes) that would have been essary to repair or replace the cov- earned or incurred if no loss would have Bred auto. occurred; and Period of restoration does not include any b. Continuing normal operating expenses increased period required due to the en- incurred, including payroll. forcemeat of any ordinance or law that re- quires any insured or others to test for, ExtraExtra expense" means those expenses you monitor, clean up, remove, contain, treat, incur to avoid or minimize the suspension of detoxify or neutralize or in any way respond business and to continue your business op- to or assess the effects of pollutants. erations. , The expiration date of this policy will not cut 3. "Light truck' means a truck with a gross short the period of restoration. vehicle weight of 10,000 pounds or less. 1 CA-7247(10-16) Includes copyrighted material of Insurance Services Office, Inc., with its permission.Page 5 of 5 PRIMARY AND NONCONTRIBUTORY-OTHER INSURANCE CONDITION CG-2001R(4-13) This endorsement modifies insurance provided under This insurance is primary to and will not seek con- the following: tribution from any other insurance available to an COMMERCIAL GENERAL LIABILITY COVERAGE PART additional insured under your policy provided that: PRODUCTS-COMPLETED OPERATIONS LIABILITY COV- (1) The additional insured is a Named Insured un- ERAGE FORM der such other insurance;and RESIDENTIAL CARE FACILITY LIABILITY COVERAGE PART 2) You have agreed in writing in a contract or The following is added to the Other Insurance Con- agreement that this insurance would be primary dition and supersedes any provision to the contrary: and would not seek contribution from any other insurance available to the additional insured. Primary And Noncontributory Insurance CG-2001R(4-13) Includes copyrighted material of Insurance Services Office,inc.,with its permission Page 1 of 1 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -AUTO- CG-2033R(6-13) MATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under 1) The preparing, approving or failing to the following: prepare or approve maps, shop draw- COMMERCIAL GENERAL LIABILITY COVERAGE PART ings, opinions, reports, surveys, field 1. Section II Who Is An Insured is amended to orders, change orders or drawings and include as an additional insured: specifications; or 2) Supervisory, inspection, architectural or a. Any person or organization for whom you engineering activities. are performing operations when you and This exclusion applies even if the claims against such person or organization have agreed in any insured allege negligence or other writing in a contract or agreement that such wrongdoing in the supervision, hiring. employ- person or organization be added as an ad- ment, training or monitoring of others by that ditional insured on your policy; and insured, if the occurrence which caused the b. Any other person or organization you are bodily injury or property damage involved the required to add as an additional insured rendering of or the failure to render any pro- under the contract or agreement described fessional architectural, engineering or surveying in paragraph a above. services. Such person or organization is an additional b. Bodily injury or property damage occurring insured only with respect to liability for bodily after: injury. property damage or personal and ad- 1) All work, including materials, parts or vertising injury caused, in whole or in part, by: equipment furnished in connection with a. Your acts or omissions; or such work, on the project (other than ser- b. The acts or omissions of those acting on vice, maintenance or repairs) to be per your behalf; formed by or on behalf of the additional insured(s) at the location of the covered in the performance of your ongoing operations operations has been completed; or for the additional insured. 2) That portion of your work out of which However the insurance afforded to such addi- the injury or damage arises has been tional insured: put to its intended use by any person or a. Only applies to the extent permitted by law; organization other than another con- and tractor or subcontractor engaged in per- b. Will not be broader than that which you are forming operations for a principal as a required by the contract or agreement to part of the same project. provide for such additional insured. 3. With respect to the insurance afforded to these A person's or organization's status as an addi- additional insureds, the following is added to tional insured under this endorsement ends Section III Limits Of Insurance: when your operations for that additional insured The most we will pay on behalf of the addi- are completed.tional insured is the amount of insurance: 2. With respect to the insurance afforded these a. Required by the contract or agreement you additional insureds, the following additional ex- have entered into with the additional in- clusions apply: sured; or This insurance does not apply to: b. Available under the applicable Limits of In- a. Bodily injury. property damage or personal surance shown in the Declarations; and advertising injury arising out of the ren- whichever is less. dering of, or the failure to render. any pro- This endorsement shall not increase the ap- fessional architectural, engineering or sur- plicable Limits of Insurance shown in the De- veying services, including: clarations. CG-2033R(6- 13) Includes copyrighted material of Insurance Services Office. Inc.with its permission.Page 1 of 1 ACUITY ENHANCEMENTS - GENERAL LIABILITY CG-7301(12- 19) This endorsement modifies insurance provided will not reject coverage under this policy based under the following:solely on such failure. COMMERCIAL GENERAL LIABILITY COVERAGE FORM H. Waiver of Subrogation for Written Contracts A. Extended Non-Owned Watercraft The following is added to the Transfer of Rights Exclusion g Exception (2)(a) of Coverage A - of Recovery Against Others to Us Condition Bodily Injury and Property Damage Liability is under Section IV - Commercial General Liability replaced by the following: Conditions: a) Less than 51 feet long; and We waive any right of recovery we may have B. Increased Bail Bond Amount against a person or organization because of The limit shown in paragraph 1 b of payments we make for injury or damage arising P 9 P out of your ongoing operations or your work Supplementary Payments - Coverages A and B done under a contract with that person or is increased to$1,000. organization and included in the C. Increased Reasonable Expenses Incurred by products-completed operations hazard. the Insured The waiver applies only to: The limit shown in paragraph 1 d of 1. Any person or organization with whom you Supplementary Payments - Coverages A and B have a written contract or agreement in is increased to$350. which you are required to waive rights of D. Newly Acquired Organizations recovery under this policy. Such contract or Item 3a of Section II - Who Is An Insured is agreement must have been executed prior replaced by the following:to the occurrence causing injury or damage; and a. Coverage under this provision is afforded only until the 180th day after you acquire or 2. Any other person or organization you are form the organization or the end of the required to add as an additional insured policy period, whichever is earlier; under the contract or agreement described in paragraph 1 above. E. Tenants Legal Liability I. Liberalization Paragraphs (1), (3) and (4) of the Damage to Property Exclusion under Section I - Coverages The following is added to Section IV do not apply to property damage (other than Commercial General Liability Conditions: damage by fire) to premises, including the If we adopt any revision that would broaden the contents of such premises, rented to you for a coverage under this policy without additional period of 8 or more consecutive days. premium within 45 days prior to or during the The most we will pay under this coverage for policy period, the broadened coverage will damages because of property damage to any immediately apply to this policy. one premises is $10,000. A $250 deductible J. Broadened Bodily Injury applies. The Definition of Bodily Injury is amended to F. Knowledge of Claim or Suit include mental anguish. The following is added to paragraph 2, Duties in K. Electronic Data Liability the Event of Occurrence, Offense, Claim or Suit 1. Exclusion 2q of Coverage A - Bodily Injury of Section IV - Commercial General Liability And Property Damage Liability in Section I - Conditions: Coverages is replaced by the following: Knowledge of an occurrence, claim or suit by 2. Exclusions your agent, servant or employee shall not in itself constitute knowledge of the Named This insurance does not apply to: Insured unless an officer of the Named Insured q. Access Or Disclosure Of has received such notice from the agent, Confidential Or Personal servant or employee_ Information And Data-related G. Unintentional Failure to Disclose Hazard Liability The following is added to the Representations Damages arising out of: Condition under Section IV - Commercial 1) Any access to or disclosure of General Liability Conditions: any person's or organization's Based on our dependence upon your confidential or personal representations as to existing hazards, if information, including patents,trade unintentionally you should fail to disclose all such secrets, processing methods, hazards at the inception date of your policy, we customer lists, financial CG-7301(12-19)Includes copyrighted material of Insurance Services Office,Inc..with its permission. Page 1 of 8 information, credit card information, shall be deemed to occur at the time of the health information or any other type occurrence that caused it. of nonpublic information; or For the purposes of this coverage, electronic 2) The loss of, loss of use of, data is not tangible property. damage to, corruption of, inability L. Employee Benefits Liability Coverage to access, or inability to manipulate electronic data that 1. The following is added to Section I - does not result from physical Coverages: injury to tangible property. Insuring Agreement This exclusion applies even if a. We will pay those sums that the insured damages are claimed for notification becomes legally obligated to pay as costs, credit monitoring expenses, damages because of any act, error or forensic expenses, public relations omission, of the insured, or of any other expenses or any other loss, cost or person for whose acts the insured is expense incurred by you or others legally liable, to which this coverage arising out of that which is described applies. We will have the right and duty in paragraph (1)or (2)above. to defend the insured against any suit However, unless paragraph (1) seeking those damages. However, we above applies, this exclusion does will have no duty to defend the insured not apply to damages because of against any suit seeking damages to bodily injury. which this coverage does not apply. We may, at our discretion, investigate any 2. The following paragraph is added to Section report of an act, error or omission and Ill - Limits of Insurance: settle any claim or suit that may result. Subject to paragraph 5 above, $10,000 is But: the most we will pay under Coverage A for 1) The amount we will pay for damages property damage because of all loss of is limited as described in paragraph 5 electronic data arising out of any one of this coverage; and occurrence.2) Our right and duty to defend ends 3. The following definition is added to Section when we have used up the applicable V - Definitions: limit of insurance in the payment of Electronic data"means information, facts or judgments or settlements. programs stored as or on, created or used No other obligation or liability to pay on, or transmitted to or from computer sums or perform acts or services is software (including systems and application covered unless explicitly provided for software), hard or floppy disks, CD-ROMS, under Supplementary Payments. tapes, drives, cells, data processing devices or any other media which are used with b. This coverage applies to damages only electronically controlled equipment. if: 4. For the purposes of this coverage, the 1) The act, error or omission, is definition of "property damage"in Section V negligently committed in the Definitions is replaced by the following: administration of your employee benefit program; Property damage"means:2) The act, error or omission, did not a. Physical injury to tangible property, take place before the original including all resulting loss of use of that inception date of this coverage nor property. All such loss of use shall be after the end of the policy period; and deemed to occur at the time of the physical injury that caused it; 3) A claim for damages, because of an act, error or omission, is first made b. Loss of use of tangible property that is against any insured, in accordance not physically injured. All such loss of with paragraph c below, during the use shall be deemed to occur at the time policy period or an Extended of the occurrence that caused it; or Reporting Period we provide under c. Loss of, loss of use of, damage to, paragraph 6 of this coverage. corruption of, inability to access, or inability c. A claim seeking damages will be deemed to properly manipulate electronic data, to have been made at the earlier of the resulting from physical injury to tangible following times: property. All such loss of electronic data 1) When notice of such claim is CG-7301(12- 19) Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 2 of 8 received and recorded by any f. Workers' Compensation And Similar insured or by us, whichever comes Laws first; or Any claim arising out of your failure to 2) When we make settlement in comply with the mandatory provisions of accordance with paragraph a above.any workers' compensation, A claim received and recorded by the unemployment compensation insurance, insured within 60 days after the end of social security or disability benefits law the policy period will be considered to or any similar law. have been received within the policy g. ERISA period, if no subsequent policy is Damages for which any insured is liable available to cover the claim.because of liability imposed on a d. All claims for damages made by an fiduciary by the Employee Retirement employee because of any act, error or Income Security Act of 1974, as now or omission, or a series of related acts, hereafter amended, or by any similar errors or omissions, including damages federal, state or local laws. claimed by such employee's dependents h. Available Benefits and beneficiaries, will be deemed to have been made at the time the first of Any claim for benefits to the extent that those claims is made against any such benefits are available, with insured. reasonable effort and cooperation of the Exclusions insured, from the applicable funds accrued or other collectible insurance. This coverage does not apply to: i. Taxes, Fines Or Penalties a. Dishonest, Fraudulent, Criminal Or Taxes, fines or penalties, including those Malicious Act imposed under the Internal Revenue Code Damages arising out of any intentional, or any similar state or local law. dishonest, fraudulent, criminal or malicious j. Employment-Related Practicesact, error or omission, committed by any insured, including the willful or reckless Damages arising out of wrongful violation of any statute. termination of employment, b. Bodily Injury, Property Damage, Or discrimination, lorlat is other Personal And Advertising Injury employment-related practices. Bodily injury, property damage or 2. For the purposes of the coverage provided: personal and advertising injury. a. All references to Supplementary Payments - Coverages A and B are c. Failure To Perform A Contract replaced by Supplementary Payments - Damages arising out of failure of Coverages A, B and Employee Benefits performance of contract by any insurer. Liability. d. Insufficiency Of Funds b. Paragraphs 1 b and 2 of the Damages arising out of an insufficiency Supplementary Payments provision do of funds to meet any obligations under not apply. any plan included in the employee 3. For the purposes of the coverage provided, benefit program. paragraphs 2 and 3 of Section II -Who Is An e. Inadequacy Of Performance Of Insured are replaced by the following: Investment/Advice Given With 2. Each of the following is also an insured: Respect To Participation a. Each of your employees who is or Any claim based upon: was authorized to administer your 1) Failure of any investment to perform; employee benefit program. 2) Errors in providing information on b. Any persons, organizations or past performance of investment employees having proper temporary vehicles; or authorization to administer your employee benefit program if you die, 3) Advice given to any person with but only until your legal respect to that person's decision to representative is appointed. participate or not to participate in any plan included in the employee benefit c. Your legal representative if you die, program_but only with respect to duties as CG-7301(12-19) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 8 such. That representative will have plan included in the employee benefit all your rights and duties under this program. coverage. d. Limits of Insurance 3. Any organization you newly acquire or Each Employee Limit: $250, 000 form, other than a partnership, joint venture or limited liability company, and Aggregate Limit: $250,000 over which you maintain ownership or The Limits of Insurance of this coverage majority interest, will qualify as a Named apply separately to each consecutive annual Insured if no other similar insurance period and to any remaining period of less applies to that organization. However: than 12 months, starting with the be ginning a. Coverage under this provision is of the policy period shown in the afforded only until the 90th day after Declarations of the policy to which this you acquire or form the organization coverage is attached, unless the policy or the end of the policy period, period is extended after issuance for an whichever is earlier. additional period of less than 12 months. In that case, the additional period will be b. Coverage under this provision does deemed part of the last preceding period for not apply to any act, error or purposes of determining the Limits Of omission that was committed before Insurance. you acquired or formed the organization. Deductible 4. For the purposes of the coverage provided, a. Our obligation to pay damages on behalf Section III Limits Of Insurance is replaced of the insured applies only to the amount by the following: of damages in excess of the deductible amount stated in e below as applicable Limits Of Insurance to Each Employee. The limits of a. The Limits of Insurance shown in d insurance shall not be reduced by the below and the rules below fix the most amount of this deductible. we will pay regardless of the number of: b. The deductible amount stated in e below 1) Insureds; applies to all damages sustained by any 2) Claims made or suits brought;one employee, including such employee's dependents and 3) Persons or organizations making beneficiaries, because of all acts, errors claims or bringing suits;or omissions to which this coverage 4) Acts, errors or omissions; or applies. 5) Benefits included in your employee c. The terms of this coverage, including benefit program. those with respect to: b. The Aggregate Limit is the most we will 1) Our right and duty to defend any pay for all damages because of acts, suits seeking those damages; and errors or omissions negligently 2) Your duties, and the duties of any committed in the administration of your other involved insured, in the event employee benefit program. of an act, error or omission, or claim c. Subject to the Aggregate Limit, the Each apply irrespective of the application of Employee Limit is the most we will pay the deductible amount. for all damages sustained by any one employee, including damages sustained d. We may pay any part or all of the by such employee's dependents and deductible amount to effect settlement of beneficiaries, as a result of:any claim or suit and, upon notification of the action taken, you shall promptly 1) An act, error or omission; or reimburse us for such part of the 2) A series of related acts, errors or deductible amount as we have paid. omissions e. Deductible negligently committed in the Each Employee Deductible: $1,000 administration of your employee benefit program. 5. For the purposes of the coverage provided, Conditions 2 and 4 of Section IV - However, the amount paid under this Conditions are replaced by the following: coverage shall not exceed, and will be subject to, the limits and restrictions that 2. Duties In The Event Of An Act, Error apply to the payment of benefits in any Or Omission, Or Claim Or Suit CG-7301(12-19) Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 4 of 8 a. You must see to it that we are obligations are not affected unless notified as soon as practicable of an any of the other insurance is also act, error or omission which may primary. Then, we will share with all result in a claim. To the extent that other insurance by the method possible, notice should include: described in paragraph c below. 1) What the act, error or omission b. Excess Insurance was and when it occurred; and 1) This coverage is excess over any 2) The names and addresses of of the other insurance, whether anyone who may suffer damages primary, excess, contingent or on as a result of the act, error or any other basis that is effective omission. prior to the beginning of the b. If a claim is made or suit is brought policy period shown in the against any insured, you must: Declarations of this insurance and that applies to an act, error or 1) Immediately record the specifics of omission on other than a the claim or suit and the date claims-made basis, if the other received; and insurance has a policy period 2) Notify us as soon as practicable. which continues after the original c. You and any other involved insured inception date of this coverage. must: 2) When this coverage is excess, 1) Immediately send us copies of we will have no duty to defend any demands, notices,the insured against any suit if any summonses or legal papers other insurer has a duty to defend received in connection with the the insured against that suit. If no claim or suit; other insurer defends, we will undertake to do so, but we will be 2) Authorize us to obtain records entitled to the insured's rights and other information; against all those other insurers. 3) Cooperate with us in the 3) When this coverage is excess investigation or settlement of the over other insurance, we will pay claim or defense against the suit:only our share of the amount of and the loss, if any, that exceeds the 4) Assist us, upon our request, in the sum of the total amount that all enforcement of any right against such other insurance would pay any person or organization which for the loss in absence of this may be liable to the insured coverage; and the total of all because of an act, error or deductible and self-insured omission to which this coverage amounts under all that other may also apply. insurance. d. No insured will, except at that 4) We will share the remaining loss, insured's own cost, voluntarily make if any, with any other insurance a payment, assume any obligation or that is not described in this incur any expense without our Excess Insurance provision and consent. was not bought specifically to e. The requirements to notify us can be apply in excess of the Limits of satisfied by notifying our agent.Insurance shown in paragraph 5d of this coverage. Notice can be by any means of communication. c. Method Of Sharing 4. Other Insurance If all of the other insurance permits If other valid and collectible insurance is contribution by equal shares, we will available to the insured for a loss we follow this method also. Under this cover under this coverage, our approach each insurer contributes obligations are limited as follows: equal amounts until it has paid its applicable Limit of Insurance or none a. Primary Insurance of the loss remains, whichever This coverage is primary except comes first. when paragraph b below applies. If If any of the other insurance does not this coverage is primary, our permit contribution by equal shares, CG-7301(12-19) Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 5 of 8 we will contribute by limits. Under 4) Other related factors. this method, each insurer's share is The additional premium will not exceed based on the ratio of its applicable 100. Limits of Insurance to the total applicable Limits of Insurance of all The Extended Reporting Period insurers. endorsement applicable to this coverage 6. For the purposes of the coverage provided, shall set forth the terms, not inconsistent with this Section, applicable to the the following Extended Reporting Period Extended Reporting Period, including a provisions are added, or, if this coverage is provision to the effect that the coverage attached to a claims-made Coverage Part, afforded for claims first received during replaces any similar Section in that such period is excess over any other Coverage Part: valid and collectible insurance available EXTENDED REPORTING PERIOD under policies in force after the Extended a. You will have the right to purchase an Reporting Period starts. Extended Reporting Period, as described d. If the Extended Reporting Period is in below, if:effect, we will provide an extended 1) This coverage is canceled or not reporting period aggregate limit of renewed; or insurance described below, but only for claims first received and recorded during 2) We renew or replace this coverage the Extended Reporting Period. with insurance that: The extended reporting period aggregate a) Has an inception date later than limit of insurance will be equal to the the original inception date of this dollar amount shown in paragraph 5d of coverage; or this coverage under Limits of Insurance. b) Does not apply to an act, error or Paragraph 5b of this coverage will be omission on a claims-made basis. amended accordingly. The Each b. The Extended Reporting Period does not Employee Limit shown in paragraph 5d extend the policy period or change the will then continue to apply as set forth in scope of coverage provided. It applies paragraph 5c. only to claims for acts, errors or 7. For the purposes of the coverage provided, omissions that were first committed the following definitions are added to the before the end of the policy period but Definitions Section: not before the original inception date of this coverage. Once in effect, the a. Administration"means: Extended Reporting Period may not be 1) Providing information to employees, canceled. including their dependents and c. An Extended Reporting Period of five beneficiaries, with respect to years is available, but only by an eligibility for or scope of employee endorsement and for an extra charge.benefit programs; You must give us a written request for 2) Handling records in connection with the endorsement within 60 days after the the employee benefit program;or end of the policy period. The Extended 3) Effecting, continuing or terminating Reporting Period will not go into effect any employee's participation in any unless you pay the additional premium benefit included in the employee promptly when due. benefit program. We will determine the additional However, administration does not include premium in accordance with our rules handling payroll deductions. and rates. In doing so, we may take into b. "Cafeteria plans"means plans authorized account the following:by applicable law to allow employees to 1) The employee benefit programs elect to pay for certain benefits with insured; pre-tax dollars. 2) Previous types and amounts of c. "Claim" means any demand, or suit, insurance; made by an employee or an employee's 3) Limits of insurance available under dependents and beneficiaries, for this coverage for future payment of damages as the result of an act, error or damages; and omission. CG-7301(12-19) Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 6 of 8 d. "Employee benefit program" means a the insured submits with our consent. program providing some or all of the M. Voluntary Property Damage following benefits to employees, whether provided through a cafeteria plan or 1. With respect to the insurance provided otherwise: under this coverage, paragraph 2 Exclusions of Coverage A - Bodily Injury and Property 1) Group life insurance; group accident Damage Liability under Section I - or health insurance; dental, vision Coverages is modified as followed: and hearing plans; and flexible spending accounts; provided that no a. Exclusion 2j(4) is replaced by the one other than an employee may following: subscribe to such benefits and such 4) Personal property of others: benefits are made generally available a) Held by the insured for servicing, to those employees who satisfy the repair, storage or sale at plan's eligibility requirements; premises owned, occupied or 2) Profit sharing plans, employee rented to the insured. savings plans, employee stock b) Caused by the ownership, ownership plans, pension plans and maintenance, use, loading or stock subscription plans, provided unloading of any auto, watercraft that no one other than an employee or transportation of property by may subscribe to such benefits and any means. such benefits are made generally b. Exclusion 2j(5) is deleted_available to all employees who are eligible under the plan for such 2. The insurance provided by this coverage is benefits;subject to the following provisions: 3) Unemployment insurance, social a. We will pay for property damage at security benefits, workers'your request even if you are not legally compensation and disability benefits; liable, if it is otherwise subject to this 4) Vacation plans, including buy and coverage. sell programs; leave of absence b. Property damage does not include loss programs, including military, of use if personal property of others is maternity, family, and civil leave; not physically injured. tuition assistance plans; c. Limits transportation and health club subsidies; and The most we will pay for an occurrence under this coverage is$2,500. 5) Any other similar benefits added thereto by endorsement. The most we will pay for the sum of all amounts paid under this coverage is an 8. For the purposes of the coverage provided, aggregate of$2,500. the following Definitions in the Definitions Section are replaced by the following: The General Aggregate Limit and Each Occurrence Limit under Section III - a. "Employee" means a person actively Limits of Insurance do not apply to the employed, formerly employed, on leave insurance provided under this of absence or disabled, or retired. coverage. Employee includes a leased worker. Employee does not include a temporary d. Settlement worker. If you make any repairs to damaged b. "Suit" means a civil proceeding in which property, at our request, we will pa0 the damages because of an act, error or larger of your actual cost or 75/o of omission to which this coverage applies your usual charge for the necessary are alleged. Suit includes: labor and materials. Any property paid for or replaced by us may become our 1) An arbitration proceeding in which property at our option. Any payment such damages are claimed and to made under this coverage shall not be which the insured must submit or interpreted as an admission of liability does submit with our consent; or by the insured or the company. 2) Any other alternative dispute e. Deductible resolution proceeding in which such damages are claimed and to which Our obligation to pay for a covered loss applies only to the amount of loss in CG-7301(12-19) Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 7 of 8 excess of$ 200. 2. The Products-Completed Operations f. Other Insurance Aggregate Limit is increased to three times the Each Occurrence Limit. The insurance provided by this coverage is excess over any other 3. The Damage To Premises Rented To You insurance carried by the insured which Limit is increased to$ 250, 000. applies to a loss covered by this 4. The Medical Expense Limit is increased to coverage.10,000. N. Increased Limits of Insurance The Limits of Insurance shown here do not replace 1. The General Aggregate Limit is increased to and are not in addition to the Limits of Insurance three times the Each Occurrence Limit. shown in the Declarations. CG-7301(12- 19) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 8 of 8 POLICY NUMBER: ZP7117 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 00 0313(4-84) We have the right to recover our payments from a written contract that requires you to obtain this anyone liable for an injury covered by this policy. We agreement from us. will not enforce our right against the person or This agreement shall not operate directly or indirectly organization named in the Schedule. This agreement to benefit any one not named in the Schedule. applies only to the extent that you perform work under SCHEDULE We will not enforce our right against any person or organization with whom you have a written contract or agreement which you are required to waive rights of recovery under this policy. We will not enforce our right against any other person or organization named in these contracts or agreements which you are also required to waive rights of recovery. Such a contract or agreement must have been executed prior to the occurrence causing injury or damage. An entity meeting these requirements does not have to be named in the Schedule for the waiver to apply. WC 00 03 13(4-84)Acuity. A Mutual Insurance Company Page 1 of 1 No CR-2025-0034 ITG Michael Regan PM Broadband Implementation City of Waterloo/Waterloo Fiber/Eric Lage Change Request Overview Description of Change (include location) Reason for Change Labor & material pricing came from the original BoM pricing approved by Waterloo Fiber and the City of Waterloo associated with Contract # 1088Material Submittals/ Specifications Newly constructed homes on Edison Addition (34 passings) need to be amended into the original engineering and designs. Waterloo Fiber submitted request to add to the FTTP plan. The following Change Order has been created to account for construction labor and materials for an updated design plan in LCP 057 / Task Order 15. Change Order Request Clayton Johnston VP of Construction Client/Owner 10/31/2025 $59,616.22Change Order Name: Construction Contractor Name (Attn) Magellan Project Manager: Client/Owner (Attn) Change Order Type Change Order Cost: Request Date: Requested By: Entrust Sign-Off Design/Engineering Will Be Subject To The Withholdings and Release Set Forth In The Contract Sections 6.2(f)(i) and (ii)Retainage Location Work Order # Labor Underground - Buried Labor 282 $ 11.95 $ 3,369.90 2,127 $ 11.95 $ 25,417.65 2,409 $ - $ - 382 $ 1.20 $ 458.40 3,028 $ 1.20 $ 3,633.60 19 $ 150.00 $ 2,850.00 1 $ 240.00 $ 240.00 1 $ 540.00 $ 540.00 16 $ 28.00 $ 448.00 16 $ 32.00 $ 512.00 Splicing Labor 18 $ 200.00 $ 3,600.00 42 $ 25.00 $ 1,050.00 34 $ 1.00 $ 34.00 Patch Panels and Cabinets Labor 1 $ 3,700.00 $ 3,700.00 *** $ 45,853.55 Materials Fiber Material 382 $ 0.33 $ 126.06 2,100 $ 0.49 $ 1,029.00 928 $ 0.57 $ 528.96 Underground Material 2,127 $ 0.38 $ 808.26 282 $ 0.48 $ 135.36 2,409 $ 0.11 $ 264.99 19 $ 339.52 $ 6,450.88 1 $ 699.76 $ 699.76 1 $ 2,270.43 $ 2,270.43 Closure Material 1 $ 282.02 $ 282.02 1 $ 17.31 $ 17.31 1 $ 40.73 $ 40.73 17 $ 65.23 $ 1,108.91 *** $ 13,762.67 *** $ 59,616.22 Install New Splice Case & Prep Cable -->[EA] Testing, OTDR, Uni-Directional, Power Meter Testing -->[EA] Splicing, Fusion, Single Fiber -->[EA] Install Pad mounted FDH Splitter Cabinet + Site prep and Prefab Vault -- >[EA] Splice Tray for B-Gel Closure (SM12) -->[EA] CR Labor Subtotal #12 AWG Solid Thhn Insulated Tracer Wire -->[FT] 12 CT Fiber Cable -->[FT] 12 CT Micro Fiber Cable -->[FT] Extra Large Vault 33" x 60" (Split Lid) -->[EA] 24 CT Micro Fiber Cable -->[FT] 1” HDPE Roll Conduit, Orange – SDR 11 -->[FT] Vault, 24" x 36" -->[EA] 1.25” HDPE Roll Conduit, Orange – SDR 11 -->[FT] FOSC 450 B Closure -->[EA] Small Vault, 13” x 24” - Composite -->[EA] Slack Basket for B-Gel Closure -->[EA] Commscope CSC100 Micro Closure -->[EA] CR Materials Subtotal TOTAL CR COST Amount Install #12 AWG Insulated Tracer Wire -->[LF] Installation, Underground Fiber Cable - Including Slack (Micro fiber must be blown in) -->[LF] Sawcut, Remove and Replace Asphalt 6" Thick -->[SqrFt] Sawcut, Remove and Replace Concrete 6" Thick -->[SqrFt] Installation, Underground Fiber Cable - Including Slack (Regular Loose Tube Fiber) -->[LF] Itemized Breakdown of Work Quantity Unit Price Directional Bore (0) 1", (0) 2", (1) 1.25" -->[LF] Description Directional Bore (1) 1", (0) 2", (0) 1.25" -->[LF] Installation, Small Vault, 13” x 24” (Composite) -->[EA] Installation, Vault 24" x 36" -->[EA] Installation, Extra Large Vault 33" x 60" -->[EA] Print Name / Title: Signature: Date: Print Name / Title: Signature: Date: Print Name / Title: Signature: Date: **End** Clayton Johnston VP of Construction Charles Smith Regional Manager Approvals Magellan Sign-Off Client/Owner (Attn) Contractor Manager (not needed for design change requests) 11/5/25 11/5/2025 No CR-2025-0035 ITG Michael Regan PM Broadband Implementation City of Waterloo/Waterloo Fiber/Eric Lage Will Be Subject To The Withholdings and Release Set Forth In The Contract Sections 6.2(f)(i) and (ii)Retainage Change Order Request Clayton Johnston VP of Construction Client/Owner 10/31/2025 $86,412.80Change Order Name: Construction Contractor Name (Attn) Magellan Project Manager: Client/Owner (Attn) Change Order Type Change Order Cost: Request Date: Requested By: Entrust Sign-Off Design/Engineering Change Request Overview Description of Change (include location) Reason for Change Labor & material pricing came from the original BoM pricing approved by Waterloo Fiber and the City of Waterloo associated with Contract # 1088Material Submittals/ Specifications Newly constructed homes on Waterloo Air & Rail Park - Hyper Drive & Warp Dr (13 passings) need to be amended into the original engineering and designs. Waterloo Fiber submitted request to add to the FTTP plan. The following Change Order has been created to account for construction labor and materials for an updated design plan in LCP 077 / Task Order 14. Location Work Order # Labor Underground - Buried Labor 2,614 $ 11.95 $ 31,237.30 2,614 $ - $ - 14,719 $ 1.20 $ 17,662.80 5 $ 150.00 $ 750.00 3 $ 240.00 $ 720.00 18 $ 28.00 $ 504.00 18 $ 32.00 $ 576.00 Splicing Labor 8 $ 200.00 $ 1,600.00 13 $ 25.00 $ 325.00 13 $ 1.00 $ 13.00 *** $ 53,388.10 Materials Fiber Material 2,216 $ 0.49 $ 1,085.84 12,503 $ 2.06 $ 25,756.18 Underground Material 2,614 $ 0.38 $ 993.32 2,614 $ 0.11 $ 287.54 5 $ 339.52 $ 1,697.60 3 $ 699.76 $ 2,099.28 Closure Material 2 $ 282.02 $ 564.04 2 $ 17.31 $ 34.62 2 $ 40.73 $ 81.46 4 $ 65.23 $ 260.92 2 $ 81.95 $ 163.90 *** $ 33,024.70 *** $ 86,412.80 Installation, Vault 24" x 36" -->[EA] Splicing, Fusion, Single Fiber -->[EA] Testing, OTDR, Uni-Directional, Power Meter Testing -->[EA] Installation, Small Vault, 13” x 24” (Composite) -->[EA] Itemized Breakdown of Work Quantity Unit Price Directional Bore (1) 1", (0) 2", (0) 1.25" -->[LF] Description Install #12 AWG Insulated Tracer Wire -->[LF] Amount Installation, Underground Fiber Cable - Including Slack (Micro fiber must be blown in) -->[LF] CR Materials Subtotal TOTAL CR COST 144 CT Micro Fiber Cable -->[FT] Sawcut, Remove and Replace Asphalt 6" Thick -->[SqrFt] Sawcut, Remove and Replace Concrete 6" Thick -->[SqrFt] Install New Splice Case & Prep Cable -->[EA] CR Labor Subtotal Commscope CSC150 Micro Closure -->[EA] Vault, 24" x 36" -->[EA] Slack Basket for B-Gel Closure -->[EA] 1” HDPE Roll Conduit, Orange – SDR 11 -->[FT] #12 AWG Solid Thhn Insulated Tracer Wire -->[FT] Splice Tray for B-Gel Closure (SM12) -->[EA] Small Vault, 13” x 24” - Composite -->[EA] Commscope CSC100 Micro Closure -->[EA] FOSC 450 B Closure -->[EA] 12 CT Micro Fiber Cable -->[FT] Print Name / Title: Signature: Date: Print Name / Title: Signature: Date: Print Name / Title: Signature: Date: **End** Client/Owner (Attn) Contractor Manager (not needed for design change requests) Clayton Johnston VP of Construction Charles Smith Regional Manager Approvals Magellan Sign-Off 11/5/25 11/5/2025 No CR-2025-0036 ITG Michael Regan PM Broadband Implementation City of Waterloo/Waterloo Fiber/Eric Lage Change Request Overview Description of Change (include location) Reason for Change Labor & material pricing came from the original BoM pricing approved by Waterloo Fiber and the City of Waterloo associated with Contract # 1088Material Submittals/ Specifications Newly constructed homes on North Crossing (201 passings) need to be amended into the original engineering and designs. Waterloo Fiber submitted request to add to the FTTP plan. The following Change Order has been created to account for construction labor and materials for an updated design plan in LCP 142 / Task Order 11. Change Order Request Clayton Johnston VP of Construction Client/Owner 10/31/2025 $116,809.75Change Order Name: Construction Contractor Name (Attn) Magellan Project Manager: Client/Owner (Attn) Change Order Type Change Order Cost: Request Date: Requested By: Entrust Sign-Off Design/Engineering Will Be Subject To The Withholdings and Release Set Forth In The Contract Sections 6.2(f)(i) and (ii)Retainage Location Work Order # Labor Underground - Buried Labor 5,009 $ 11.95 $ 59,857.55 331 $ 13.75 $ 4,551.25 5,340 $ - $ - 6,540 $ 1.20 $ 7,848.00 11 $ 150.00 $ 1,650.00 3 $ 240.00 $ 720.00 1 $ 540.00 $ 540.00 36 $ 28.00 $ 1,008.00 36 $ 32.00 $ 1,152.00 Splicing Labor 16 $ 200.00 $ 3,200.00 201 $ 25.00 $ 5,025.00 201 $ 1.00 $ 201.00 Patch Panels and Cabinets Labor 1 $ 3,700.00 $ 3,700.00 *** $ 89,452.80 Materials Fiber Material 431 $ 0.33 $ 142.23 2,629 $ 0.49 $ 1,288.21 3,480 $ 2.15 $ 7,482.00 Underground Material 5,340 $ 0.38 $ 2,029.20 5,340 $ 0.11 $ 587.40 11 $ 339.52 $ 3,734.72 3 $ 699.76 $ 2,099.28 1 $ 2,270.43 $ 2,270.43 Closure Material 4 $ 282.02 $ 1,128.08 4 $ 17.31 $ 69.24 4 $ 40.73 $ 162.92 6 $ 65.23 $ 391.38 6 $ 81.95 $ 491.70 Patch Panels and Cabinets Material 1 $ 5,480.16 $ 5,480.16 *** $ 27,356.95 *** $ 116,809.75 Directional Bore (2) 1", (0) 2", (0) 1.25" -->[LF] Installation, Extra Large Vault 33" x 60" -->[EA] 288 CT Micro Fiber Cable -->[FT] Sawcut, Remove and Replace Asphalt 6" Thick -->[SqrFt] Sawcut, Remove and Replace Concrete 6" Thick -->[SqrFt] Install New Splice Case & Prep Cable -->[EA] CR Labor Subtotal 288F Pad mounted FDH Splitter Cabinet -->[EA] Commscope CSC150 Micro Closure -->[EA] Vault, 24" x 36" -->[EA] Slack Basket for B-Gel Closure -->[EA] Extra Large Vault 33" x 60" (Split Lid) -->[EA] 1” HDPE Roll Conduit, Orange – SDR 11 -->[FT] #12 AWG Solid Thhn Insulated Tracer Wire -->[FT] Splice Tray for B-Gel Closure (SM12) -->[EA] Small Vault, 13” x 24” - Composite -->[EA] Commscope CSC100 Micro Closure -->[EA] FOSC 450 B Closure -->[EA] CR Materials Subtotal TOTAL CR COST Amount Installation, Underground Fiber Cable - Including Slack (Micro fiber must be blown in) -->[LF] 12 CT Fiber Cable -->[FT] Install Pad mounted FDH Splitter Cabinet + Site prep and Prefab Vault -- >[EA] 12 CT Micro Fiber Cable -->[FT] Installation, Small Vault, 13” x 24” (Composite) -->[EA] Itemized Breakdown of Work Quantity Unit Price Directional Bore (1) 1", (0) 2", (0) 1.25" -->[LF] Description Install #12 AWG Insulated Tracer Wire -->[LF] Installation, Vault 24" x 36" -->[EA] Splicing, Fusion, Single Fiber -->[EA] Testing, OTDR, Uni-Directional, Power Meter Testing -->[EA] Print Name / Title: Signature: Date: Print Name / Title: Signature: Date: Print Name / Title: Signature: Date: **End** Clayton Johnston VP of Construction Charles Smith Regional Manager Approvals Magellan Sign-Off Client/Owner (Attn) Contractor Manager (not needed for design change requests) 11/5/25 11/5/2025 No CR-2025-0037 ITG Michael Regan PM Broadband Implementation City of Waterloo/Waterloo Fiber/Eric Lage Will Be Subject To The Withholdings and Release Set Forth In The Contract Sections 6.2(f)(i) and (ii)Retainage Change Order Request Clayton Johnston VP of Construction Client/Owner 10/31/2025 $28,379.01Change Order Name: Construction Contractor Name (Attn) Magellan Project Manager: Client/Owner (Attn) Change Order Type Change Order Cost: Request Date: Requested By: Entrust Sign-Off Design/Engineering Change Request Overview Description of Change (include location) Reason for Change Material & Labor pricing has been provided by ITG Communication. Material Submittals/ Specifications Due to concerns with a flood zone near the Fletcher Lift Station, potentially damaging the shelter and/or the equipment inside, the Utility requested a new location at 512 University Ave. This new location was amended into the original engineering and designs. The following Change Order has been created to account for construction labor and material with the new shelter location on 512 University Ave. Location Work Order # Labor Underground - Buried Labor 15 $ 20.25 $ 303.75 Underground - Buried Labor 4 $ 40.00 $ 160.00 Underground - Buried Labor 1 $ 300.00 $ 300.00 Underground - Buried Labor 1 $ 52.00 $ 52.00 Underground - Buried Labor 1 $ 540.00 $ 540.00 Patch Panel and Cabinet Labor 4 $ 115.00 $ 460.00 Patch Panel and Cabinet Labor 1 $ 400.00 $ 400.00 *** $ 2,215.75 Materials Underground Material 1 $ 16.24 $ 16.24 Underground Material 1 $ 2,270.43 $ 2,270.43 Underground Material 60 $ 1.46 $ 87.60 Underground Material 4 $ 6.54 $ 26.16 Underground Material 4 $ 6.37 $ 25.48 Underground Material 40 $ 2.23 $ 89.20 Underground Material 4 $ 82.25 $ 329.00 Patch Panels & Cabinets Material 1 $ 23,319.15 $ 23,319.15 $ - $ - $ - $ - $ - $ - *** $ 26,163.26 *** $ 28,379.01 CR Labor Subtotal 2" SCH-40 45 degree Elbow Description 5/8"x8' Copper Clad Ground Rod -->[EA] Install rack mounted patch panel (Any Size) and tails -->[EA] Install 7ft Rack for patch panels -->[EA] Itemized Breakdown of Work Installation, Extra Large Vault 33" x 60" -->[EA] Quantity Unit Price Trench (4) 2" SCH-40 Conduit Install 2" SCH-80 Conduit vertical and attach to building Install Hammond aluminum box on POP (Includes cutting back of box and SCH-40 couplers) Amount Install 5/8"x8' Copper Clad Ground Rod -->[EA] CR Materials Subtotal TOTAL CR COST 2" Expansion Coupler Extra Large Vault 33" x 60" (Split Lid) -->[EA] 2" SCH-40 90 degree Sweep 2" SCH-40 (10' sticks cost per foot) 2" SCH 80 PVC Clearfield FieldSmart Fiber Crossover Distribution System (FxDS) Frame w/door kit, 288 Panels (4), 12-port cassettes (96), 7' x 23" Frame, Iso pad, Mount kit,cable trays and troughs Print Name / Title: Signature: Date: Print Name / Title: Signature: Date: Print Name / Title: Signature: Date: **End** Client/Owner (Attn) Contractor Manager (not needed for design change requests) Clayton Johnston VP of Construction Charles Smith Regional Manager Approvals Magellan Sign-Off 11/5/25 11/5/2025