HomeMy WebLinkAboutFY_2018_Waterloo_Boathouse_Enhancements_Contract_No_940_specifications_09-05-2017 (1)CONTRACT SPECIFICATIONS FOR
F. Y. 2018 WATERLOO BOATHOUSE ENHANCEMENTS
CITY OF WATERLOO CONTRACT NO. 940
041111 II If us
kL e,
I% 1....)
`3
tAtA
0 me
It
tif rsSi000 oQa
hum
Licensed
9408
Iowa
I HEREBY CERTIFY THAT THIS PLAN AND SPECIFICATION
WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL
SUPERVISION AND THAT I AM A DULY LICENSED
PROFESSIONAL ENGINEER UNDER THE LAWS OF THE
STATE OF IOWA.
WILLIAM J. CLAASSEN DATE
P.E. NO. 9408
MY REGISTRATION RENEWAL DATE IS 12/31/17.
PAGES OR SHEETS COVERED BY THIS SEAL: ALL
(Colder\Wataioo Boathouse Enhancements 940\Title Page.doc)
F.Y. 2018 WATERLOO BOATHOUSE ENHANCEMENTS
CONTRACT NO. 940
CONTRACT DOCUMENTS
TABLE OF CONTENTS
1. NOTICE OF PUBLIC HEARING
2. NOTICE TO BIDDERS
3. INSTRUCTIONS TO BIDDERS
4. FORM OF BID OR PROPOSAL
5. SALES TAX EXEMPTION INFORMATION FORM
6. FORM OF BID BOND
7. NON -COLLUSION AFFIDAVITS
8. EQUAL OPPORTUNITY CLAUSE
9. TITLE VI CIVIL RIGHTS
10. RESIDENT BIDDER AND NON-RESIDENT BIDDER CERTIFICATION
11. AFFIRMATIVE ACTION PROGRAM
12. POTENTIAL ITEMS OF WORK FOR MBENVBE PARTICIPATION
SUBCONTRACTOR'S BID REQUEST FORM,
LETTER FORM FOR SUBCONTRACTOR QUOTES,
MBENVBE SCOPE LETTER,
MBE AND/OR WBE PREBID CONTACT INFORMATION FORM
13. WATERLOO/CEDAR FALLS MINORITY AND WOMEN BUSINESSES
ENTERPRISE CONSTRUCTION AND MAINTENANCE
CONTRACTOR'S GUIDE
14. STATEMENT OF BIDDER'S QUALIFICATIONS
15. GEOTECHNICAL REPORT
16. TECHNICAL SPECIFICATIONS
-SECTION 32 13 16 -DECORATIVE CONCRETE PAVING
-SECTION 32 92 19 -SEEDING
17. SWPPP
18. GENERAL SPECIAL PROVISIONS
19. SPECIAL PROVISIONS
20. GENERAL SPECIFICATIONS FOR CONSTRUCTION
21. SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION
22. FORM OF CONTRACT
23. FORM OF PERFORMANCE BOND
24. FORM OF PAYMENT BOND
NOTICE TO BIDDERS
For the Taking of Construction Bids for the
F.Y. 2018 WATERLOO BOATHOUSE ENHANCEMENTS
In the City of Waterloo, Iowa
CONTRACT NO. 940
RECEIVING OF BIDS
Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa,
at her office in the City Hall of the said City on the 21st day of September ,
2017 until 1:00 p.m. for the construction of the F.Y. 2018 WATERLOO
BOATHOUSE ENHANCEMENTS, Contract No. 940, as described in detail in the
plans and specifications now on file in the Office of the City Clerk.
OPENING OF BIDS
All proposals received will be opened in the First Floor Conference Room at City Hall, in
the City of Waterloo, Iowa, on the 21st day of September , 2017, at 1:00 p.m., and the
proposals will be acted upon at such later time and place as may then be fixed by the City
Council.
PUBLIC HEARING
The Council of said City will conduct a public hearing on the proposed plans,
specifications, form of contract, and estimate of cost for the construction of the above-
described improvement project at 5:30 p.m. on September 25 , 2017 said hearing to be
held in the Harold E. Getty Council Chambers in City Hall in said City.
SCOPE OF WORK
The extent of the work involved is the reconstruction of the existing Waterloo Boathouse
parking lot at 707 Park Road, Waterloo, Iowa with hot mix asphalt paving, new
recreational trails, sidewalks, lighting, landscaping and such other work as may be
incidental thereto.
BEGINNING AND COMPLETION DATES
The work under the proposed contract shall be commenced within ten (10) working days
after receipt of "Notice to Proceed" and all items shall be completed within fifty (50)
working days after issuance of the "Notice to Proceed".
METHOD OF PAYMENT TO CONTRACTOR
The Contractor will be paid against bi-monthly estimates in cash on the basis of ninety-
five percent (95%) of the work as it is completed and materials delivered and work
approved. Final payment will be made thirty-one (31) days after completion of the work
and acceptance by the Council. Before final payment is made, vouchers showing that
all subcontractors and workmen and all persons furnishing materials have been fully paid
for such materials and labor will be required unless the City is satisfied that material, men
and laborers have been paid.
NOTICE TO BIDDERS
CONTRACT NO. 940 Page 1 of 5
The Contractor is hereby notified that if the City does not have cash on hand to pay
monthly pay estimates, according to Chapter 384.57 of the Code of Iowa, payment may
be made by anticipatory warrants issued bearing a rate of interest not exceeding that
permitted by Chapter 74A, Code of Iowa.
PLANS AND SPECIFICATIONS
Plans and Specifications governing the construction of the proposed improvements have
been prepared by Wayne Claassen Engineering & Surveying, Inc. which plans and
specifications and also the prior proceedings of the City Council referring to and defining
said proposed improvements are hereby made a part of this notice, and the proposed
contract by reference shall be executed in compliance therewith.
Plans and Specifications are available from the City of Waterloo upon the receipt of a
$25.00 refundable deposit. Deposits will be refunded if the plans are returned in usable
condition (i.e. generally free of highlights, ink markings, tears, stickers, water stains and
soiling) to the City of Waterloo by the end of the 14th consecutive day after the project has
been awarded. No deposits will be refunded for any requests or plans received after the
14th consecutive day, which includes plans returned via mail service. Plan holders are
responsible for ascertaining when the project has been awarded. . If the plan holder is
the prime contractor or a subcontractor or supplier of the prime contractor that has been
awarded the project, Plans and Specifications do not need to be returned to receive the
deposit. The prime contractor must submit a list of his subcontractors and suppliers for
the City of Waterloo to verify eligibility for the refundable deposit.
Upon award of project, the prime contractor, his subcontractors and suppliers shall be
supplied with the needed number of plans and specifications at no additional cost.
CONTRACT AWARD
A contract will be awarded to the qualified bidder submitting the lowest bid for the Base
Bid or combination of Base Bid plus Alternate Bid that is most advantageous to the City.
The City reserves the right to reject any or all bids, re -advertise for new bids, and to waive
informalities in the bids submitted that might be in the best interest of the City.
Bids may be held by the City of Waterloo, Iowa, for a period not to exceed thirty (30) days
from the day of the opening of bids for the purpose of reviewing the bids and investigating
the qualifications of bidders, prior to awarding the contract.
By virtue of statutory authority, a preference will be given to products and provisions
grown and coal produced with the State of Iowa and preference will be given to local
domestic labor in the construction of the improvement.
PROPOSALS SUBMITTED
The bidder shall submit bids on all of the items listed in the proposal for the Base Bid and
Alternates. The bidder shall clearly write or type the unit bid price and the bid item
extension (Unit Price x Estimated Qty.) in numerals on the blanks provided. Should there
be any discrepancy between the unit bid price and extension, the City of Waterloo shall
consider the unit bid price as being the valid unit bid price.
NOTICE TO BIDDERS
CONTRACT NO. 940 Page 2 of 5
The bidder has the option to submit a computer-generated spreadsheet in lieu of the
portion of the Form of Bid or Proposal, which includes the Bid Item Number, Description,
Unit, Estimated Quantity, Unit Bid Price, Total Bid Price and Total Bid. The computer-
generated spreadsheet shall include all of the information listed in that portion of the Form
of Bid or Proposal as well as bear the signature of the Prime Contractor submitting the
bid. For the bidders who submit a computer-generated spreadsheet, the TOTAL BID
(with alternates, if applicable) shall also be indicated in the space(s) provided on the Form
of Bid or Proposal.
BID SECURITY REQUIRED
All bids must be accompanied in a separate envelope by a certified or cashier's check
drawn on an Iowa bank, or a bank chartered under the laws of the United States, a
certified share draft drawn on a credit union in Iowa or chartered under the laws of the
United States, or bid bond, (on the form furnished by the City) payable to the City of
Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which
certified check, certified share draft or bid bond will be held as security that the Bidder will
enter into a Contract for the construction of the work and will furnish the required bonds,
and in case the successful Bidder shall fail or refuse to enter into the Contract and furnish
the required bonds, his bid security may be retained by said City as agreed upon
liquidated damages. If bid bond is used, it must be signed by both the Bidder and the
surety or surety's agent. Signature of surety's agent must be supported by accompanying
Power of Attorney.
PERFORMANCE & PAYMENT BONDS
The successful bidder will be required to furnish a "Performance Bond" and a "Payment
Bond" within ten (10) days after forms are presented to him in an amount equal to one
hundred percent (100%) of the contract price, said bond to be issued by a responsible
surety approved by the City Council and shall guarantee the faithful performance of the
contract and the terms and conditions therein contained, and shall guarantee the
prompt payment of all materials and labor and protect and save harmless the City from
claims of any kind caused by the operations of the contractor.
MAINTENANCE BOND
Before the Contractor shall be entitled to receive final payment for work done under this
contract, it shall execute and file a bond in the penal sum of not less than 100% of the
total amount of the contract, same to be known as "Maintenance Bond," and which bond
must be approved by the City Council, and which bond is in addition to the bond given by
the Contractor to guarantee the completion of the work.
CONTRACT COMPLIANCE PROGRAM / SUBCONTRACTING
The program proposes numerical projections regarding utilization of Minority Business
Enterprise (MBE) and Women Business Enterprise (WBE) as Subcontractors, vendors
and suppliers in the performance of Contracts awarded by the City of Waterloo, Iowa.
NOTICE TO BIDDERS
CONTRACT NO. 940 Page 3 of 5
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 Five Hundred dollars ($500.00) per day, for each day, as further described
herein, in excess of the authorized time.
Days beyond the specified completion date for which Liquidated Damages will be charged
will be working days that the contractor does, or could have worked, from Monday through
Saturday. Sundays will be counted only if work is performed. Partial working days will
be considered as a full working day. Days not chargeable for Liquidated Damages will
include rain days, Sunday if no work is done, and legal holidays.
Working days will cease to be charged when only punch list items remain to be completed.
Punch list items do not include contract bid items or approved change/extra work orders.
When the Contractor believes the project to be substantially completed, a written notice
stating the same shall be submitted to the Engineer and a request made for a Punch List.
If the work under the Contract extends beyond the normal construction season for
such work the Contractor shall submit to the Engineer in writing a request that working
days counted toward the project be suspended until work is resumed the following
construction season.
This amount is not construed as a penalty. These damages are for the cost to the City of
providing the required additional inspection, engineering and contract administration.
PRE -CONSTRUCTION CONFERENCE
Before the work is commenced on this contract, a conference shall be held for the purpose
of discussing the contract. The conference shall be attended by the prime contractor,
subcontractors and City Officials.
RESIDENT BIDDER/NON-RESIDENT BIDDER
Attention of bidders is called to compliance with the provisions of the Resident
Bidder/Non-Resident Bidder requirements.
Each bidder submitting a bid shall execute and include with the bid, a Resident Bidder
Certification or a Non -Resident Bidder Certification in the form(s) herein provided.
NOTICE TO BIDDERS
CONTRACT NO. 940 Page 4 of 5
SALES TAX EXEMPTION CERTIFICATES
Contractors and approved subcontractors will be provided a Sales Tax Exemption
Certification to purchase building materials or supplies in the performance of
construction contracts let by the City of Waterloo.
Posted pursuant to the provisions of Chapter 26 of the City Code of Iowa.
NOTICE TO BIDDERS
CITY OF WATERLOO, IOWA
CONTRACT NO. 940 Page 5 of 5
NOTICE OF PUBLIC HEARING
On Proposed Plans, Specifications, Form of Contract,
And Estimate of Cost
For the
F.Y. 2018 WATERLOO BOATHOUSE ENHANCEMENTS
In the City of Waterloo, Iowa
CONTRACT NO. 940
RECEIVING OF BIDS
Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her
office in the City Hall of the said City on the 21st day of September , 2017 until
1:00 p.m. for the construction of the F.Y. 2018 WATERLOO BOATHOUSE
ENHANCEMENTS, Contract No. 940 as described in detail in the plans and
specifications now on file in the Office of the City Clerk.
OPENING OF BIDS
All proposals received will be opened in the First Floor Conference Room at City Hall, in
the City of Waterloo, Iowa, on the 21st day of September at 1:00 p.m., and the proposals
will be acted upon at such later time and place as may then be fixed by the City Council.
PUBLIC HEARING
Notice is hereby given that the Council of said City will conduct a public hearing on the
proposed plans, specifications, form of contract, and estimate of cost for the construction
of the above-described improvement project at 5:30 p.m. on the 25th day of September
, 2017, said hearing to be held in the Harold E. Getty Council Chambers in City Hall in
said City. The proposed plans, specifications, form of contract, and estimate of cost for
said improvements heretofore prepared by Wayne Claassen Engineering & Surveying,
Inc. are now on file in the office of the City Clerk for public examination, and any person
interested therein may file written objection thereto with the City Clerk before the date set
for said hearing, or appear and make objection thereto with the City Clerk before the date
set for said hearing, or appear and make objection thereto at the meeting above set forth.
The NOTICE TO BIDDERS can be viewed at the following locations:
1) City of Waterloo web site at http://ci.waterloo.ia.us/
2) Plan rooms:
Master Builders of Iowa
221 Park Street, PO Box 695
Des Moines, IA 50303
NOTICE OF HEARING
McGraw Hill Construction Dodge
3315 Central Ave.
Hot Springs, AR 71913
CONTRACT NO. 940 Page 1 of 2
Reed Construction Data
30 Technology Parkway South, Ste. 500
Norcross, GA 30092
3) Plan Room Web sites:
Master Builders of Iowa web site at www.mbionline.com
Dodge Lead web site: http://dodqeproiects.construction.com/
Reed Const. Data Lead web site: http://www.cmdgroup.com/proiect-leads/
SCOPE OF WORK
The extent of the work involved is the reconstruction of the existing Waterloo Boathouse
parking lot at 707 Park Road, Waterloo, Iowa with hot mix asphalt paving, new
recreational trails, sidewalks, lighting, landscaping and such other work as may be
incidental thereto.
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 , 2017.
NOTICE OF HEARING
CITY OF WATERLOO, IOWA
BY:
Kelley Felchle
City Clerk
CONTRACT NO. 940 Page 2 of 2
INSTRUCTIONS TO BIDDERS
1. EXPLANATIONS TO BIDDERS
Any explanation desired by a bidder regarding the meaning or
interpretation of the Notice to Bidders, Plans, Specifications, etc., must be
requested in writing and with sufficient time allowed for a reply to reach
bidders before submission of their bids. Any interpretation made will be in
the form of an amendment of the Notice to Bidders, Plans, Specifications,
etc., and will be furnished to all prospective bidders. Its receipt by the
bidder must be acknowledged in the space provided on the Proposal Form
or by letter or telegram received before the time set for opening of bids.
Oral explanations or instructions given before the award of the contract
will not be binding.
2. EXAMINATION OF PROPOSED WORK
Bidders should visit the site and take such other steps as may be
reasonably necessary to ascertain the nature and location of the work,
and the general and local conditions which can affect the work or the cost
thereof. Failure to do so will not relieve bidders from responsibility for
estimating properly the difficulty or cost of successfully performing the
work. The owner will assume no responsibility for any understanding or
representation concerning conditions made by any of its officers or agents
prior to the execution of the contract, unless included in the Notice to
Bidders, the Specifications or related documents.
3. PREPARATION OF BIDS
a. Bids shall be submitted on the forms furnished, or copies thereof,
and must be manually signed. If erasures or other changes appear
on the forms, each erasure or change must be initialed by the
person signing the bid.
The bidder has the option to submit a computer-generated
spreadsheet in lieu of the portion of the Form of Bid or Proposal,
which includes the Bid Item Number, Description, Unit, Estimated
Quantity, Unit Bid Price, Total Bid Price, and Total Bid. The
computer-generated spreadsheet shall include all of the information
listed in that portion of the Form of Bid or Proposal as well as bear
the signature of the Prime Contractor submitting the bid. For the
bidders who submit a computer-generated spread- sheet, the
TOTAL BID (with alternates, if applicable) shall also be indicated in
the space(s) provided on the Form of Bid or Proposal.
b. The Bid Form may provide for submission of a price or prices for
one or more items, which may be lump sum bids, alternate prices,
INSTRUCTIONS TO BIDDERS Page 1 of 13
schedule items resulting in a bid on a unit of construction or a
combination thereof, etc. When the Bid Form explicitly requires
that the bidder bid on all items, failure to do so will disqualify the
bid. When submission of a price on all items is not required,
bidders should insert the words "no bid" in the space provided for
any item on which no price is submitted.
c. Unless called for, alternate bids will not be considered.
d. Modifications of bids already submitted will be considered if
received at the office designated in the Notice to Bidders by the
time set for closing of bids. Telegraphic modifications will be
considered, but should not reveal the amount of the original or
revised bid.
e. In preparing his bid, the bidder shall specify the price, written legibly
in ink or with the typewriter, at which he proposes to do each item
of work. The unit price shall be stated in figures in the blank space
provided (i.e., $7.14). In items where unit price is required, the total
amount of each item shall be computed at the unit prices bid for the
quantities given on the Bid Form and stated in figures in the blank
space provided.
If the bidder chooses to submit the unit prices, total bid price, and
total bid on a computer-generated spreadsheet, all numbers shall
be easily legible.
f. Any changes or alterations made in the Bid Form, or any addition
thereto, may cause the rejection of the bid. No bid will be
considered which contains a clause in which the contractor
reserves the right to accept or reject a contract awarded him by the
city Council of Waterloo. Bids in which the unit prices are obviously
unbalanced may be rejected.
g.
If the bidder does not qualify as a resident bidder, the nonresident
bidder shall specify on the "Non -Resident Bidder Certification" form
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
INSTRUCTIONS TO BIDDERS Page 2 of 13
be placed in a third and mailed to the City Clerk/Auditor. All bids
must be filed with the City Clerk/Auditor of the City of Waterloo at
his office in the City Hall before the time specified for closing bids.
b. Bids received prior to the advertised hour of opening will be
securely kept sealed. The officer whose duty it is to open them will
decide when the specified time has arrived, and no bid received
thereafter will be considered; except that when a bid arrives by mail
after the time fixed for opening, but before the reading of all other
bids is completed, and it is shown to the satisfaction of the City of
Waterloo, Iowa, that the non -arrival on time was due solely to delay
in the mails for which the bidder was not responsible, such bid will
be received and considered.
c. Bidders are cautioned that, while telegraphic modifications of bids
may be received as provided above, such modifications, if not
explicit and if in any sense subject to misinterpretation, shall made
the bid so modified or amended, subject to rejection.
5. LATE BIDS AND MODIFICATIONS OR WITHDRAWALS
Bids and modifications or withdrawals thereof received at the office
designated in the Notice to Bidders after the exact time set for closing of
bids will not be considered. However, a modification which is received
from an otherwise successful bidder, and which makes the terms of the
bid more favorable to the City of Waterloo, will be considered at any time it
is received and may therefore be accepted. Bids may be withdrawn by
written or telegraphic request received from bidders prior to the time set
for closing of bids.
6. PUBLIC OPENING OF BIDS
Bids will be publicly opened at that time and place set for opening in the
Notice to Bidders. Their content will be made public for the information of
bidders and others interested who may be present either in person or by
representative.
7. BID SECURITY REQUIRED
All bids must be accompanied in a separate envelope by a certified or
cashier's check drawn on an Iowa bank, or a bank chartered under the
laws of the United States, a certified share draft drawn on a credit union in
Iowa or chartered under the laws of the United States, or bid bond (on the
form furnished by the City) payable to the City of Waterloo, Iowa, in the
sum of not less than five percent (5%) of the bid submitted, which certified
check, certified share draft or bid bond will be held as security that the
Bidder will enter into a Contract for the construction of the work and will
furnish the required bonds, and in case the successful Bidder shall fail or
INSTRUCTIONS TO BIDDERS Page 3 of 13
refuse to enter into the Contract and furnish the required bond, his bid
security may be retained by said City as agreed upon liquidated damages.
If bid bond is used, it must be signed by both the bidder and the surety or
surety's agent. Signature of surety's agent must be supported by
accompanying Power of Attorney.
8. COLLUSIVE AGREEMENTS
a. Each bidder submitting a bid shall execute and include with the bid,
a Non -Collusion Affidavit in the form herein provided, to the effect
that he as not colluded with any other person, firm, or corporation in
regard to any bid submitted.
b. Each bidder submitting a bid shall have each proposed
subcontractor, if any, execute and submit to the City Contract
Compliance Officer by 5:00 P.M. the business day following the day
bids on this project are due, a Non -Collusion Affidavit in the form
herein provided, to the effect that he has not colluded with any
other person, firm, or corporation in regard to any bid submitted.
Before executing any subcontract, the successful bidder shall
submit the name of any proposed subcontractor for approval by the
City.
9. MINORITY AND/OR WOMEN BUSINESS ENTERPRISE
SUBCONTRACTORS
a. CITY OF WATERLOO AND/OR WOMEN BUSINESS
ENTERPRISE PRE-BID CONTACT INFORMATION FORM
The City of Waterloo Minority and/or Women Business Enterprise
Pre -Bid Contact Information Form shall be submitted with the Form
of Bid or Proposal. Failure to do so shall be grounds for the bid
being rejected if subcontracting is proposed by the prime
contractor.
10. MBE/WBE CONTRACT COMPLIANCE PROGRAM
PURPOSE
The purpose of the Contract Compliance Program (hereinafter
called Program) is to act as an impetus for increasing the
participation of minority and women disadvantaged business
enterprise (MBE/WBE) in City awarded construction contracts.
The Program does not propose to eliminate any bonafide contractor
or subcontractor from bidding on City contracts, but it will hopefully
serve as a needed stimulus to help local MBE/WBE's grow and
eventually become mainstream contractors and subcontractors.
INSTRUCTIONS TO BIDDERS Page 4 of 13
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
Goa/s:
A flexible numerically expressed objective which contractors are
required to make "good -faith efforts." The key to the requirement is
to make documented efforts. Goals are neither set -a -sides nor a
device to achieve proportional representation or equal results.
Numerical goals do not create set -a -sides for specific groups, nor
are they designed to achieve proportional representation or equal
results. Rather, the goal -setting process in affirmative action
planning is used to target and measure the effectiveness of
affirmative action efforts to eradicate and prevent discrimination.
Quota:
A flat numerical requirement that the contractor is required to meet
in order to obtain the benefit or be in compliance. The numerical
goal component of affirmative action programs is not designed to
be, nor may it properly or lawfully be interpreted as, permitting
unlawful preferential treatment and quotas with respect to persons
of any race, color, religion, sex, or national origin. The regulations
at 41 CFR 60-2.12(a), 60-2.15 and 60-2.30, specifically prohibit
discrimination and the use of goals as quotas. (U.S. Department of
Labor)
Set -Aside:
An arrangement in which a particular contract is reserved for
competition solely among minority and women business
enterprises.
INSTRUCTIONS TO BIDDERS Page 5 of 13
Contractor:
As used in this document means contractor, subcontractor,
supplier, vendor, and professional service provider.
Minority Business Enterprise (MBE)
Any business, which is at least 51 %, owned by one or more
minorities and whose management and daily business operations
are controlled by one or more such individuals and is on the current
State Unified Certification List, or were listed on the City of
Waterloo Certified MBE/WBE Contractors list as of July 1, 2002
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.
Mayor's Advisory Committee:
Mayor's Advisory Committee for Minority, Female, and
Disadvantaged Business Enterprise.
Good Faith Efforts:
The successful bidder shall be selected on the basis of having
submitted the lowest responsible bid. The obligation of the bidder is
to make good faith efforts. The bidder can demonstrate that it has
done so by the following:
INSTRUCTIONS TO BIDDERS Page 6 of 13
1. The Prime Contractor met the project goal - No Action necessary
2. If the Prime Contractor failed to meet the goal, they must submit
documentation of good faith efforts.
CONTRACT COMPLIANCE PROGRAM SUBCONTRACTING
The program proposes numerical projections or goals regarding
utilization of Minority Business Enterprise (MBE) and Women
Business Enterprise (WBE) as subcontractors in the performance
of contracts awarded by the City of Waterloo, Iowa.
A goal of at least 10% for MBE participation on all City funded
construction projects that are estimated at $50,000 or more and
projects under $50,000 where applicable at the Contract
Compliance Officer's discretion. There is at least 2% WBE goal on
City funded projects. Any project which is funded solely or in part
with Federal funds shall follow the respective agencies contract
compliance program and goals. Any project which is funded solely
or in part with State funds shall follow the respective agencies
contract compliance program and goals. The City of Waterloo
Contract Compliance Program is for City awarded construction
contracts only. The prime contractor shall make "good -faith efforts"
to meet the Contract Compliance MBE/WBE goals. The MBE/WBE
subcontracts must provide the prime contractor a reasonably
competitive price for the service being rendered or the contractor is
not required to accept the bid.
Administrative Reconsideration:
As part of this reconsideration, the bidder will have the opportunity
to provide written documentation or arguments concerning the
issue of whether they made adequate good faith efforts to meet the
goals. The bidder will have the opportunity to meet in person with
the City of Waterloo's Administrative Reconsideration Committee to
discuss the issue of whether they made adequate good faith efforts.
The Administrative Reconsideration Committee will forward a
written decision on reconsideration to the Mayor and City Council,
explaining the basis for finding that the bidder did or did not meet
the goal or make adequate good faith efforts to do so.
Documentation required will include but is not limited to the
following:
* Making portions of the work available for MBE/WBE
subcontracting
* Evidence of negotiating with MBE/WBE firms
* MBE/WBE quotes obtained and non-MBE/WBE quotes used
INSTRUCTIONS TO BIDDERS Page 7 of 13
* Reasons agreements were not reached
* Follow-up after initial solicitations
* Efforts to assist in obtaining equipment, supplies and materials (at
competitive prices), bonding, lines of credit, insurance, etc.
* Evidence of past compliance or non-compliance by same
contractor
The Contract Compliance Officer will determine the weight to be
given to each item listed above (supported by appropriate
documentation) based on overall program goals.
RESPONSIBILITIES
1. City of Waterloo
A. The City Contract Compliance Officer has the responsibility
to assure the City's compliance with Federal, State and
Municipal regulations.
B. The City Contract Compliance Officer is responsible for
maintaining a current directory of certified firms. Certification
of MBE/WBE/DBE contractors is through the Iowa
Department of Transportation and its Unified Certification
Program. Only firms certified based on guidelines prescribed
in 49 CFR Part 26 and provisions of this agreement, shall be
recognized as certified by the City of Waterloo.
C. The City Contract Compliance Officer is responsible for
making available a list of future project information notices to
MBE/WBE firms.
D. The City Contract Compliance Officer shall send notices to
appropriate MBE/WBE firms in the directory of each bid
solicitation with opening date.
E. The City Contract Compliance Officer will receive MBE/WBE
Letter(s) of Intent to Bid and within two (2) business days
forward the complete list of MBE/WBE bidders who
submitted a Letter of Intent to Bid to prime contractors.
ll. 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)
INSTRUCTIONS TO BIDDERS Page 8 of 13
disadvantaged business contacts must be made and
documented, if there are at least three disadvantaged
businesses offering services in the area to be subcontracted
(See City of Waterloo MBE/WBE Certification List). If less
than three (3) are offering the services to be subcontracted,
then a contact is required for any that are listed as providing
that service. If the Prime Contractor submits a MBE/WBE
contact not on the City's MBE/WBE list, attach a copy of the
MBE/WBE/DBE Certifications from another government
agency.
B. If a prime contract bidder is unable to identify MBE/WBE
firms to perform portions of the work, the City Contract
Compliance Officer should be contacted for assistance
immediately.
C. Prime contract bidders may solicit MBE/WBE proposals by
telephone or personal interviews, but all such contacts shall
be confirmed by Certified Mail, or subcontract bid request
forms (Form CCO-2).
D. If any MBE/WBE business submitting bids is not selected for
subcontract award, documentation must accompany the
"MBE/WBE Business Enterprise Pre -Bid Contact Information
Form" (Form CCO-4 and CCO-4A) on why the MBE/WBE
was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be
required for verification.
b. MBE/WBE did not bid, withdrew bid or non-responsive.
c. Documentation of other business-related reason for not
selecting the MBE/WBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by prime.
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.
111. 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.
INSTRUCTIONS TO BIDDERS Page 9 of 13
B. MBE/WBE firms must perform the work on the project; they
cannot act as a broker by subcontracting the work out to
others.
C. Each MBE/WBE firm planning to submit quotes on
construction projects with goals, shall submit a Letter of
Intent to Bid (Form CCO-5) to the City Contract Compliance
Officer seven (7) working days prior to bid opening, listing
specific items which the MBE/WBE firm is interested in
bidding. If sufficient Letters of Intent to Bid are not received
by the City Contract Compliance Officer seven (7) working
days prior to bid opening, goals on subject project will be
reduced accordingly. Agreements between the
bidder/proposer and a MBE/WBE in which the MBE/WBE
promises not to provide subcontracting quotations to other
bidders/proposers are prohibited.
NON-COMPLIANCE OF CONTRACTORS
A. Noncompliance exists when the contractor's actions are not
consistent with the requirements of the Contract Compliance
Program in the areas of employment and subcontracting.
B. A bidder's failure to show good -faith efforts to meet project
goals or a failure to use certified MBE/WBE firms may be
grounds for finding its bid not responsible.
C. The Contract Compliance Officer shall submit to City Council
his/her recommendation on any non-compliant contract in
writing.
NOTICE TO PROCEED
Notice to proceed on any project with goals will not be issued until
City Contract Compliance Officer determines the lowest responsible
bidder has used good -faith efforts to comply with this Compliance
Program and the bid was responsive.
CONCLUSION
This program repeals or revises all sections of previous Waterloo
Contract Compliance Programs.
11. EMPLOYMENT AND BUSINESS OPPORTUNITY
To the greatest extent feasible, suppliers, subcontractors, and low income
workers owning businesses or living in the Waterloo area must be given
priority in supplying materials, bidding for subcontract work, or applying for
employment by the contractor on this project. Opportunities for training
and for employment arising in connection with this project, shall to the
INSTRUCTIONS TO BIDDERS Page 10 of 13
greatest extent feasible be made available to lower income persons
residing in the project area. The contract area is the City of Waterloo.
The City of Waterloo will require the contractor to document his efforts in
securing lower income workers living in the project area and in purchasing
supplies from, and awarding subcontracts to, businesses owned by
persons residing in the project area.
12. STATEMENT OF BIDDER'S QUALIFICATIONS
Each bidder shall, upon request of the City of Waterloo, Iowa, submit on
the form furnished for that purpose (a copy of which is included in the
contract documents), a statement of bidder's qualifications, his experience
record in constructing the type of improvements embraced, and his
organization and equipment available for the work contemplated; and,
when specifically requested, a detailed financial statement. The City of
Waterloo, Iowa, shall have the right to take such steps as it deems
necessary to determine the ability of the bidder to perform his obligations
under the contract, and the bidder shall furnish the City of Waterloo, Iowa,
all such information and data for this purpose as it may request. The right
is reserved to reject any bid where an investigation of the available
evidence or information does not satisfy the City of Waterloo, Iowa, that
the bidder is qualified to carry out properly the terms of the contract.
13. AWARD OF CONTRACT
a. Award of contract will be made to that responsive and responsible
bidder whose bid, conforming to the Specifications, is most
advantageous to the City of Waterloo; price and other factors
considered. The intention is to award the contract at any time of
opening bids, but the right is reserved to postpone such action for a
reasonable time, not exceeding thirty (30) days.
b. The City Council may, when in its interest, reject any or all bids or
waive any informality in bids received.
c. The bidder shall submit bids on all the Base Bid and Alternate Bid
items listed in the proposal and shall state the unit bid price in
words in the blank spaces provided beneath the item description.
Should there be any discrepancy between the unit bid price in
words and listed numeral unit bid price, the City of Waterloo shall
consider the unit bid price in words as being the valid unit bid price.
A computer-generated spreadsheet as herein provided shall also
be acceptable. Proposals requiring mathematical computations to
determine unit prices or totals will be rejected. A contract will be
awarded to the qualified bidder submitting the lowest total bid as
indicated in the NOTICE TO BIDDERS.
INSTRUCTIONS TO BIDDERS Page 11 of 13
d. When a contract for a public improvement is to be awarded to the
lowest responsive and responsible bidder, a resident bidder shall
be allowed a preference as against a nonresident bidder from a
state or foreign country if that state or foreign country gives or
requires any preference to bidders from that state or foreign
country, including but not limited to any preference to bidders, the
imposition of any type of labor force preference, or any other form
of preferential treatment to bidders or laborers from that state or
foreign country. The preference allowed shall be equal to the
preference given or required by the state or foreign country in which
the nonresident bidder is a resident. In the instance of a resident
labor force preference, a nonresident bidder shall apply the same
resident labor force preference to a public improvement in this state
as would be required in the construction of a public improvement by
the state or foreign country in which the nonresident bidder is a
resident.
14. EXECUTION OF AGREEMENT, BONDS, AND CERTIFICATE OF
INSURANCE
a. Subsequent to the award and within ten (10) days after the
prescribed forms are presented for signature, the successful bidder
shall execute and deliver to the City of Waterloo, Iowa, an
agreement in the form included in the contract documents in such
number of copies as the City of Waterloo, Iowa, may require.
b. Having satisfied all conditions of award as set forth elsewhere in
these documents, the successful bidder shall, within the period
specified in paragraph "a" above, furnish a surety bond and a
payment bond in a penal sum not less than the amount of the
contract as awarded, as security for the faithful performance of the
contract and terms and conditions therein contained and shall
guarantee the prompt payment of all persons, firms, or corporations
to whom the contractor may become legally indebted for labor,
materials, tools, equipment, or services of any nature including
utility and transportation services, employed or used by him in
performing the work. The bonds shall protect and save harmless
the City from claims and damages of any kind caused by the
operations of the contractor and shall also guarantee the
maintenance of the contract improvements for the period stated in
the Notice of Hearing from and after completion of said
improvements and their acceptance by the City. Such bonds shall
be in the same form as that included in the contract documents and
shall 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.
INSTRUCTIONS TO BIDDERS Page 12 of 13
c. The successful bidder shall, within the period specified in
paragraph "a" above, furnish a certificate of insurance for approval
in amounts of not less than the amounts specified in the General
Specifications for Construction, Section F. No. 4 "Liability
Insurance," Pages 14 to 15 of 19 Pages. The certificate of
insurance shall be furnished in such number of copies as the City of
Waterloo may require. The City of Waterloo shall be named as an
"Additional Insured." The contractor shall similarly submit his
subcontractor's certificates of insurance in the amounts for approval
before each commences work. The contractor shall carry or
require that there be Workmen's Compensation Insurance for all his
employees and those of his subcontractors engaged in work at the
site, in accordance with State Workmen's Compensation Laws.
d. The failure of the successful bidder to execute such agreement and
to supply the required bond or bonds within ten (10) days after the
prescribed forms are presented for signature, or within such
extended period as the City of Waterloo, Iowa, may grant, based
upon reasons determined sufficient by the City of Waterloo, Iowa,
may either award the contract to the next lowest bidder or re -
advertise for bids, and may charge against the bidder the difference
between the amount of the bid an the amount for which a contract
for the work is subsequently executed, irrespective of whether the
amount thus due exceeds the amount of the bid guaranty. If a
more favorable bid is received by re -advertising, the defaulting
bidder shall have no claim against the City of Waterloo, Iowa, for a
refund.
15. RESIDENT BIDDER/NON-RESIDENT BIDDER PREFERENCE
Attention of bidders is called to compliance with the provisions of the
Resident Bidder/Non-Resident Bidder requirement.
Each bidder submitting a bid shall execute and include with the bid, a
Resident Bidder Certification or a Non -Resident Bidder Certification in the
form(s) herein provided.
INSTRUCTIONS TO BIDDERS Page 13 of 13
FORM OF BID OR PROPOSAL
F.Y. 2018 WATERLOO BOATHOUSE ENHANCEMENTS
CONTRACT NO. 940
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1.The undersigned, being a Corporation existing under the laws of the State of
, a Partnership consisting of the following partners:
having
familiarized (himself) (themselves) (itself) with the existing conditions on the project area
affecting the cost of the work, and with all the contract documents listed in the Table of
Contents and Addenda (if any), as prepared by Wayne Claassen Engineering &
Surveying, Inc. 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. 2018 WATERLOO BOATHOUSE
ENHANCEMENTS, Contract No. 940, all in accordance with the above -listed
documents and for the unit prices for work in place for the following items and quantities:
BASE BID
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
001
MOBILIZATION
L.S.
1
$
$
002
TOPSOIL STRIP, SALVAGE, STOCKPILE AND
RESPREAD
C.Y.
587
$
$
003
CLASS 10 EXCAVATION
C.Y.
2,797
$
$
004
TOPSOIL, FURNISH, SPREAD, IN-PLACE
C.Y.
100
$
$
005
REVETMENT, CLASS "E" RIP -RAP
TON
950
$
$
006
GEOSYNTHETIC
S.Y.
7,731
$
$
007
SEED, FERTILIZE AND MULCH (IDOT RURAL MIX)
ACRES
0.92
$
$
008
SILT FENCE (EROSION CONTROL FENCING)
L.F.
530
$
$
FORM OF BID
CONTRACT NO. 940
Page 1 of 6
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
009
STRAW FILLED WATTLE, 9" DIA.
L.F.
90
$
$
010
WOOD EXCELSIOR MAT FOR SLOPE PROTECTION
(EC -103)
SQUARES
160
$
$
011
TRAFFIC CONTROL
L.S.
1
$
$
012
SWPPP COMPLIANCE
L.S.
1
$
$
013
MAINTENANCE BOND, 2 -YEAR
L.S.
1
$
$
101
REMOVALS, STORM SEWER CULVERTS
L.F.
280
$
$
102
REMOVALS, ELECTRIC POLES
EACH
6
$
$
103
REMOVALS, TREES
EACH
4
$
$
104
REMOVALS, TREE STUMPS
EACH
1
$
$
105
DOCK NO. 1 (TIMBER WALL AND DOCK NEAR
BOAT HOUSE, COMPLETE)
L.S.
1
$
$
106
DOCK NO. 2 (STEEL WOOD, AND CONCRETE
STRUCTURE NEAR BOAT RAMP, COMPLETE)
L.S.
1
$
$
107
DOCK NO. 3 (WOOD STRUCTURE ADJOINING
BOAT RAMP, COMPLETE
L.S.
1
$
$
108
REMOVALS, P.C. CONCRETE SLOPE PROTECTION
S.Y.
458
$
$
109
REMOVALS, GUARDRAIL AND POSTS
L.F.
80
$
$
110
REMOVALS, MISC.
L.S.
1
$
$
201
SUBDRAIN, 6" DIA., IN POROUS BACKFILL,
COMPLETE
L.F.
204
$
$
202
30" DIA. INFILTRATION AUGER HOLE, 10' DRILL
DEPTH
EACH
18
$
$
203
1.5" CLEAN STONE
TONS
60
$
$
301
SUBBASE, MODIFIED, 12" COMPACTED
THICKNESS (UNDER HMA PAVING)
S.Y.
7,731
$
$
302
PAVEMENT, HMA, 3,000,000 ESAL, BASE COURSE,
'/" MIX, 3" THICK
S.Y.
7,161
$
$
303
PAVEMENT, HMA 3,000,000 ESAL, INTERMEDIATE
COURSE,'/:" MIX, 1.5" THICK
S.Y.
7,161
$
$
304
PAVEMENT, HMA 3,000,000 ESAL, SURFACE
COURSE,'/:" MIX, 1.5" THICK
S.Y.
7,161
$
$
305
CURB AND GUTTER, P.C. CONCRETE, 7" THICK,
24" WIDE, IDOT CLASS C-4
L.F.
606
$
$
306
SUBBASE, MODIFIED, 4" COMPACTED THICKNESS
(UNDER RECREATIONAL TRAIL)
S.Y.
1,007
$
$
FORM OF BID
CONTRACT NO. 940
Page 2 of 6
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
307
RECREATIONAL TRAIL, PAVEMENT, PC
CONCRETE, 5-INCH THICK, IDOT CLASS C-4
S.Y.
915
$
$
308
SUBBASE, MODIFIED, 4" COMPACTED THICKNESS
(UNDER SIDEWALK)
S.Y.
350
$
$
309
SIDEWALK, PAVEMENT, PC CONCRETE, 5-INCH
THICK, IDOT CLASS C-4
S.Y.
290
$
$
310
8'X36' PC CONCRETE LANDING, COMPLETE AS
PER PLAN
L.S.
1
$
$
401
BOLLARDS, COMPLETE
EACH
8
$
$
402
ELECTRICAL AND LIGHTING, COMPLETE
L.S.
1
$
$
403
SIGNAGE, COMPLETE
L.S.
1
$
$
404
PAVEMENT MARKINGS, COMPLETE
L.S.
1
$
$
405
STEEL BEAM GUARDRAIL END TERMINAL, BA-205,
COMPLETE
EACH
2
$
$
500
PAVEMENT REMOVAL ON RIVERSIDE OF BOAT
HOUSE
S.Y.
45
$
$
501
4" CONCRETE PAD FOR BIKE RACKS
S.Y.
13
$
$
502
6" CONCRETE PATIO WITH INTEGRAL GRADE
BEAM
C.Y.
45
$
$
503
POURED-IN-PLACE INTEGRAL COLORED
CONCRETE, GRAY IN COLOR
S.F.
120
$
$
504
POURED-IN-PLACE INTEGRAL COLORED
CONCRETE, TAN IN COLOR
S.F.
400
$
$
505
4-SEAT PLEXUS BENCH, AS PER PLAN
EACH
2
$
$
506
SCARBOROUGH TRASH RECEPTACLE, AS PER
PLAN
EACH
2
$
$
507
BIKE RACK, AS PER PLAN
EACH
6
$
$
508
SWAMP WHITE OAK (2" CAL. B&B)
EACH
3
$
$
509
BALD CYPRESS (2" CAL. B&B)
EACH
3
$
$
510
HARDWOOD MULCH FOR TREE PLANTINGS
C.Y.
6
$
$
511
TOPSOIL AMENDMENT FOR TREE PLANTINGS
C.Y.
8
$
$
TOTAL BASE BID $
FORM OF BID
CONTRACT NO. 940
Page 3 of 6
ALTERNATE 'A' BID
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
A-003.
CLASS 10 EXCAVATION -ENTRANCE ROAD
C.Y.
310
$
$
A-111.
ASPHALTIC CEMENT CONCRETE PAVEMENT
REMOVAL -ENTRANCE ROAD
S.Y.
1,176
$
$
A-301.
SUBBASE, MODIFIED, 6" COMPACTED
THICKNESS, (UNDER HMA) -ENTRANCE ROAD
S.Y.
1,395
$
$
A-302.
PAVEMENT, HMA, 3,000,000 ESAL, BASE COURSE,
%" MIX, 3" THICK -ENTRANCE ROAD
S.Y.
1,176
$
$
A-303.
PAVEMENT, HMA, 3,000,000 ESAL, INTERMEDIATE
COURSE, 1/2" MIX, 1.5" THICK -ENTRANCE ROAD
S.Y.
1,176
$
$
A-304.
PAVEMENT, HMA, 3,000,000 ESAL, SURFACE
COURSE, 1/2" MIX, 1.5" THICK -ENTRANCE ROAD
S.Y.
1,176
$
$
TOTAL ALTERNATE 'A' BID $
TOTAL BASE BID + ALTERNATE 'A' BID $
ALTERNATE 'B' BID
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
B-402.
ELECTRICAL AND LIGHTING, COMPLETE
L.S.
1
$
$
TOTAL ALTERNATE 'B' BID
$
TOTAL BASE BID + ALTERNATE 'A' BID +
ALTERNATE 'B' BID
$
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of
FORM OF BID
CONTRACT NO. 940 Page 4 of 6
this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)
days after the opening thereof, or at any time thereafter before this bid is
withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance
within ten (10) days after the agreement is presented to him for signature, and
start work within ten (10) days after "Notice to Proceed" is issued.
4. Security in the sum of
Dollars ($ ) in the form of
is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification ( ), or Non -Resident
Bidder Certification ( ). (Mark one.)
7. The bidder is prepared to submit a financial and experience statement upon
request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate
of $10,000.00 in work for the City in the current calendar year, are prepared to
submit an AAP or Update and an EOC, within ten (10) days of notification that the
bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. Date
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre-bid
Contact Information Form submitted with this Form of Bid or Proposal. The
apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on
this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All
Subcontractor(s).
The Contractor shall submit information on subcontractors on
"SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City
prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract
Compliance Officer cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their
subcontracts.
FORM OF BID
CONTRACT NO. 940 Page 5 of 6
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable
are marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
(Name of Bidder) (Date)
BY: Title
Official Address: (Including Zip Code):
I.R.S. No.
FORM OF BID
CONTRACT NO. 940 Page 6 of 6
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME:
ADDRESS:
(Check One) PRIME
FEDERAL ID#:
SUBCONTRACTOR
PROJECT NAME:
PROJECT CONTRACT NO.:
DESCRIPTION OF WORK:
❑ Brickwork
❑ Carpentry
❑ Concrete
❑ Drywall -Plaster -Insulation
❑ Electrical
❑ Excavation/Grading
❑ Flooring
❑ Heavy Construction
❑ Heating -Ventilating -Air Cond.
❑ Landscaping
❑ Painting
❑ Paving
❑ Plumbing
❑ Roofing -Siding -Sheet Metal
❑ Windows
❑ Wrecking -Demolition
❑ Other (Please specify)
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we
as Principal, and
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum
Dollars ($ ) lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the day of
20 for
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all other respects perform the
agreement created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as
provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond
shall be in no way impaired or affected by any extension of the time within which the Owner may accept
such Bid or execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such
of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be
signed by their proper officers this day of A.D. 2017.
(Seal)
Principal
By
(Title)
(Seal)
Witness Surety
By
Witness Attorney-in-fact
State of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
County of
)ss
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) of
the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person
to submit a collusive or sham Bid in connection with the Contract for which the attached
Bid has been submitted or to refrain from bidding in connection with such Contract, or
has in any manner, directly or indirectly, sought by agreement or collusion or
communication or conference with any other Bidder, firm or person to fix the price or
prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost
element of the bid price or the bid price of any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against the City
of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or
any of its agents, representatives, owners, employees, or parties in interest, including this
affiant.
(Signed)
Title
Subscribed and sworn to before me this day of
2017.
Title
My commission expires
State of
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
County of
that:
) ss:
being first duly sworn, deposes and says
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)
Subscribed and sworn to before me this day of
2017.
Title
Title
My commission expires
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of )
County of )
, being first duly sworn, deposes and says
that:
) ss:
1. He is (Owner, Partner, Officer, Representative, or Agent) of
hereinafter referred to as the "Subcontractor;"
2. He is fully informed respecting the preparation and contents of the subcontractor's
proposal submitted by the subcontractor to
contract pertaining to the
project in
(City or County and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. Neither the subcontractor nor any of its officers, partners, owners, agents,
representatives, employees, or parties in interest, including this affiant, has in any way
colluded, conspired, connived, or agreed, directly or indirectly, with any other bidder, firm
or person to submit a collusive or sham proposal in connection with such contract or to
refrain from submitting a proposal in connection with such contract, or has in any manner,
directly or indirectly, sought by unlawful agreement or connivance with any other bidder,
firm or person to fix the price or prices in said subcontractor's proposal, or to fix any
overhead, profit or cost element of the price of prices in said subcontractor's proposal, or
to secure through collusion, conspiracy, connivance or unlawful agreement any
advantage against the City of Waterloo, Iowa, or any person interested in the proposed
contract; and
5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the
bidder or any of its agents, representatives, owners, employees, or parties in interest,
including this affiant.
(Signed)
Title
Subscribed and sworn to before me this day of
2017.
Title
My commission expires
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and
successors in interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations
relative to non-discrimination in Federally assisted programs of the DOT Title 49,
Code of Federal Regulations, Part 21, as they may be amended from time to
time, (hereinafter referred to as the Regulations), which are herein incorporated
by reference and made a part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during
the contract, shall not discriminate on the grounds of race, color, national origin,
sex, age, or disability in the selection and retention of subcontractors, including
procurement of materials and leases of equipment. The contractor shall not
participate either directly or indirectly in the discrimination prohibited by section
21.5 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and
Equipment: In all solicitations either by competitive bidding or negotiation made
by the contractor for work to be performed under a subcontract, including
procurement of materials or leases of equipment, each potential subcontractor or
supplier shall be notified by the contractor of the contractor's obligations under
this contract and the Regulations relative to non-discrimination on the grounds of
race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports
required by the Regulations or directives issued pursuant there to, and shall
allow access to its books, records, accounts, other sources of information, and its
facilities as may be determined by the Contracting Authority, the Iowa DOT, or
FHWA to be pertinent to ascertain compliance with such Regulations, orders and
instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information the
contractor shall so certify to the Contracting Authority, the Iowa DOT, or the
FHWA as appropriate, and shall set forth what efforts it has made to obtain the
information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance
with the nondiscrimination provisions of this contract, the Contracting Authority,
the Iowa DOT, or the FHWA shall impose such contract sanctions as they may
determine to be appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the
contractor complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in
part.
6. Incorporation of Provisions: The contractor shall include the provisions of
paragraphs (1) through (6) in every subcontract, including procurement of
materials and leases of equipment, unless exempt by the Regulations, or
directives issued pursuant thereto. The contractor shall take such action with
respect to any subcontract or procurement as the Contracting Authority, the Iowa
DOT, or the FHWA may direct as a means of enforcing such provisions including
sanctions for non-compliance: Provided, however, that, in the event of a
contractor becomes involved in, or it threatened with, litigation with a
subcontractor or supplier as a result of such direction, the contractor may request
the Contracting Authority or the Iowa DOT to enter into such litigation to protect
the interests of the 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.
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.
EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES
5. The contractor, subcontractor, vendor and supplier of goods and services
will furnish and file compliance reports within such time and upon such
forms as provided by the Affirmative Action Officer. Said forms will elicit
information as to the policies, procedures, patterns, and practices of each
subcontractor as well as the contractor himself/herself and said contractor,
subcontractor, vendor and supplier will permit access to his/her
employment books, records and accounts to the City's Affirmative Action
Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action
Program—Contract Compliance Provisions relative to Resolution No.
24664.
6. In the event of the contractor's non-compliance with the non-discrimination
clauses of this contract or with any of such rules, regulations and orders,
this contract may be canceled, terminated or suspended in whole or in
part and the contractor may be declared ineligible for further contracts in
accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services
will include, or incorporate by reference, the provisions of the non-
discrimination clause in every contract, subcontract or purchase order
unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or
purchase order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed
to non-discrimination in employment. Any person who applies for
employment with our company will not be discriminated against because
of race, creed, color, sex, national origin, economic status, age, mental or
physical disabilities.
(Signed)
(Appropriate Official)
(Title)
(Date)
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES
RESIDENT/NON-RESIDENT BIDDER
RESIDENT BIDDER:
In accordance with Section 73A.21 of the Iowa Code, all non -federal -aid public
improvement projects, which include road construction, shall be performed by a
qualified resident bidder. The resident bidder has been further defined as follows:
Resident Bidder:
A person or entity authorized to transact business in this state and
having a business for at least three years prior to the date of the
first advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
The contractor shall provide the City with a certification that he is a qualified
resident bidder according to the above definition. The Certification shall be
submitted with the contractor's bid. A copy of the form of "Resident Bidder
Certification" is included in the Contract Documents. If it is determined that the
contractor does not meet this qualification after he begins work, a shutdown
notice shall be issued and the voiding of the contract shall begin unless the
contractor becomes qualified.
NON-RESIDENT BIDDER:
The contractor shall provide the City with a certification that he is a non-resident
bidder according to the above definition. The Certification shall be submitted with
the contractor's bid. A copy of the form of "Non -Resident Bidder Certification" is
included in the Contract Documents.
DJG
01/02/12
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME
CORPORATE OFFICER
TITLE
DATE
CONTRACT NO.:
PROJECT NAME:
DATE OF LETTING:
NON-RESIDENT BIDDER CERTIFICATION
I hereby certify that I am an Iowa non-resident bidder.
COMPANY NAME:
CORPORATE OFFICER:
TITLE:
DATE:
STATE/COUNTRY OF RESIDENCY:
Stated below are the preference(s) to resident bidders in the state/country of
(Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc.
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
(
) General Contractor
) Subcontractor
Section A to be completed by GENERAL CONTRACTORS only:
A.
Name of Company
Address of Company Zip
Telephone Number ( )
Federal ID Number (if no Federal ID Number, Owner/President's Social
Security Number)
Name of Equal Employment Officer
Name of Project
Project Contract Number
Estimated Construction Work Dates /
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
Name of General or Prime Contractor
Name of Subcontractor
Subcontractor's Address Zip
Subcontractor's Telephone Number ( )
Subcontractor's Federal ID Number (if no Federal ID Number
Owner/President's Social Security Number)
Name of Equal Employment Officer
-1 -
C. 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
-2 -
realizing that our qualification and/or merit system should be evaluated
and revised, if necessary.
D. We agree to put forth the maximum effort to achieve full employment
and utilization of capabilities and productivity of all our citizens without
regard to race, creed, color, sex, national origin, economic status, age,
and mental or physical handicap.
E. will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to
the greatest extent feasible.
III. AFFIRMATIVE ACTION
A. recognizes that the
(Name of Company)
effective application of a policy of merit employment involves more than
just a policy statement, and
(Name of Company)
will, therefore, re-evaluate our Affirmative Action Program to ensure that
equal employment opportunities are available on the basis of individual
merit, and to actively encourage minorities, women and local residents
to seek employment with our company on this basis.
B. will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and
Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
C. will take
(Name of Company)
whatever steps are necessary to ensure that our total work force has
adequate minority, female, and local representation. We will utilize the
following methods in our recruitment attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye
Community College);
4. Job Service of Iowa; and
5. Other.
-3 -
D. will seek qualified minority,
(Name of Company)
female, and local group applicants for all job categories and will make
asserted efforts to increase minority, female and group representation
in occupations at the higher levels or skill and responsibility.
E. All sources of employment used shall be aware that we are an Equal
Employment Opportunity Employer. Labor organizations representing
our employees will be notified of our Equal Employment Opportunity
Policy and Affirmative Action Program.
F. Training, upgrading, promotion and transfer activities at all levels will be
monitored to ensure that full consideration has been given to qualified
minority, female, and local group employees.
will encourage other
(Name of Company)
companies with whom we are associated and/or do business, to do the
same and we will assist them in their efforts.
H. has taken the following
(Name of Company)
Affirmative Action to ensure that minority, female, local contractors
and/or suppliers were provided opportunities to negotiate and/or bid on
this project: (if none, write "NONE")
1.
2.
As a result of the above efforts, we have involved minority, female, and
local contractors and/or suppliers in the following areas of
subcontracting: (if none, write "NONE")
1.
2.
J. will require approved
(Name of Company)
Affirmative Action Programs from all nonexempt contractors who
propose to work on this project and will take whatever steps are
necessary to ensure that non -minority contractors have adequate
representation of minority, female and local persons in their total work
force.
-4 -
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
(Name of Company)
specific actions relative to recruitment, employment, training, upgrading
and promotion and will provide the City of Waterloo with any information
relative to same, including activities of our SUBCONTRACTORS and
suppliers as necessary or when requested.
M. Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
N. Affirmative Action
(Name of Company)
Employment Goals:
The definition of Affirmative Action Goals is as follows: "Goals may not
be rigid and inflexible quotas which must be met, but must be targets,
reasonably attainable by means of applying every good faith effort to
make all aspects of the entire Affirmative Action Program work."
For the year 201_, please submit percentage targets for employing
minorities and women. If you already have reached your target for
hiring minorities and women, please submit that percentage.
*Goals for Minorities:
Goals for Women:
*Your affirmative action goals should be between 1% and 10% or more
for minorities and 1% and 5% or more for women.
Please be advised that the goals or targets are purely your estimation
of how many women and minorities your company can reasonably
expect to hire in 201_. Note, that none of the goals are rigid or
inflexible. They are targets that your company calculates as reasonably
attainable. This will help the City in its monitoring procedures as
required by City of Waterloo Resolution No. 1984-142(4).
-5 -
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO)
INDICATE:
DISABLED VETERAN: DV
VIETNAM ERA VETERAN: VV
HANDICAPPED: H
-6 -
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:
-7 -
DESCRIPTION OF JOB CATEGORIES
1. Officials/Manager: Occupations in which employees set broad policies,
exercise overall responsibility for execution of all policies, or direct individual
departments or special phases of the agency's operations or provide
specialized consultation on a regional, district or area basis. Includes:
department heads, bureau chiefs, division chiefs, directors, deputy directors,
controllers, examiners, wardens, superintendents, unit supervisors, sheriffs,
police and fire chiefs and inspectors and kindred workers.
2. Professionals: Occupations which require specialized and theoretical
knowledge which is usually required through college training or thorough work
experience and other training which provides comparable knowledge.
Includes: personnel and labor relations workers, social workers, doctors,
psychologists, registered nurses, economists, dietitians, lawyers, system
analysts, accountants, engineers, employment and vocational rehabilitation
counselors, teachers or instructors, police and fire captains and lieutenants
and kindred workers.
3. Technicians: Occupations which require a combination of basic scientific or
technical knowledge and manual skill which can be obtained through
specialized post -secondary school education and through equivalent on-the-
job training. Includes: computer programmers and operations, draftsmen,
surveyors, licensed practical nurses, photographs, radio operators, technical
illustrators, police and fire sergeants and kindred workers.
4. Office/Clerical: Workers are responsible for internal and external
communication, recording and retrieval of data and/or information and other
paper work required in an office. Includes: bookkeepers, messengers, office
machine operators, clerk -typists, stenographers, court transcribers, hearing
reporters, statistical clerks, dispatchers, license distributors, payroll clerks and
kindred workers.
5. Skilled Craft Workers: Workers perform jobs which require special manual
skill and a thorough and comprehensive knowledge of the processes involved
in the work which is acquired through on-the-job training programs. Includes:
Mechanics and repairman, electricians, heavy equipment operators, stationary
engineers, skilled machine occupations, carpenters, compositors and
typesetters and kindred workers.
6. Sales Workers: Occupations engaging wholly and primarily in direct selling.
Includes: advertising agents and salesman, insurance agents and brokers,
real estate agents and brokers, stock and bond salesmen, demonstrators,
salesmen and sales clerks, grocery clerks and cashier checkers, and kindred
workers.
-8 -
7. Operatives (semi -skilled): Workers who operate machine or processing
equipment or perform other factory -type duties of intermediate skill level which
can be mastered in a few weeks and require only limited training. Includes:
apprentices (auto mechanics), plumbers, building trades, metal working
trades, bricklayers, carpenters, electricians, machinists, mechanics, printing
trades, etc., operatives, attendants (auto service and parking), plasterers,
chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry
cleaning operatives, milliners, mine operatives and laborers, motormen, oilers
and greasers, (except auto painters), (except construction and maintenance),
photographic process workers, stationary fireman, truck and tractor drivers,
weavers, (textile), welders and flame cutters and kindred workers.
8. Laborers (unskilled): Workers in manual occupations which generally
require no special training. Perform elementary duties that may be learned in
few days and require the application of little or no independent judgment.
Includes: garage laborers, car washers and greasers, gardeners (except
farm) and groundskeepers, longshoremen, and stevedores, lumbermen,
raftsmen and woodchoppers, laborers performing lifing, digging, mixing,
loading and pulling operations and kindred workers.
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.
-9 -
ITEMS OF POTENTIAL MBE/WBE PARTICIPATION
NOTICE TO PROSPECTIVE BIDDERS:
The following are items from the F.Y. 2018 WATERLOO BOATHOUSE
ENHANCEMENTS, Contract No. 940, 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.
BID TOTAL
ITEM DESCRIPTION UNIT QTY
007 SEED AND FERTILIZE (IDOT RURAL MIX) ACRES 0.92
008 SILT FENCE (EROSION CONTROL FENCING) L.F. 530
009 STRAW FILLED WATTLES, 9" DIA. L.F. 90
010 WOOD EXCELSIOR MAT FOR SLOPE PROTECTION (EC -103) SQUARES 160
307 RECREATIONAL TRAIL, PAVEMENT, PC CONCRETE, 5 -INCH THICK,
IDOT CLASS C-4 S.Y. 915
309 SIDEWALK, PAVEMENT, PC CONCRETE, 5 -INCH THICK, IDOT CLASS
C-4 S.Y. 350
501 4: CONCREETE PAD FOR BIKE RACKS S.Y. 13
MBENUBE 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
SUBCONTRACTOR'S BID REQUEST FORM
PRIME BIDDER'S LETTERHEAD
Contract No.:
Letting Date:
I, (subcontractor's name), hereby attest that I have been solicited for a bid on
(project name) in the area of (description of work and bid item no.).
(Prime contractor) has informed me that if I am interested in bidding, a
subcontracting bid proposal must be submitted to the company office by (date)
and (time).
Subcontractor's Company Name
Date Subcontractor's Signature
Date Prime Bidder's Signature
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)
LETTER OF INTENT TO BID
(MBE/WBE LETTER)
According to the Current MBE/WBE Contract Compliance Program - 2002, all
MBE/WBE Contractors interested in submitting subcontractor quotes on
construction projects with goals, MUST submit a LETTER OF INTENT TO BID to
the City of Waterloo Contract Compliance Officer at least seven (7) days prior to
bid opening.
The LETTER OF INTENT TO BID must list the specific items which the
MBE/WBE Contractor is interested in bidding.
Letter should include the following:
Name of Project:
Your Company Name:
Address:
Phone: Date:
List of Specific items to be bid:
Item No. Description:
Item No. Description:
Item No, Description:
Item No. Description:
Item No. Description:
(Subcontractor's Company Name and authorized signature)
Return this LETTER OF INTENT TO BID to:
Contract Compliance Officer
Community Development Board
620 Mulberry St.
Carnegie Annex, Suite 202
Waterloo, IA 50703
Phone: (319) 291-4429
Form CCO-5 (06-20-2002)
LETTER OF INTENT TO BID
(MBE/WBE LETTER)
According to the Current MBE/WBE Contract Compliance Program - 2002, all
MBE/WBE Contractors interested in submitting subcontractor quotes on
construction projects with goals, MUST submit a LETTER OF INTENT TO BID to
the City of Waterloo Contract Compliance Officer at least seven (7) days prior to
bid opening.
The LETTER OF INTENT TO BID must list the specific items which the
MBE/WBE Contractor is interested in bidding.
Letter should include the following:
Name of Project:
Your Company Name:
Address:
Phone: Date:
List of Specific items to be bid:
Item No. Description:
Item No. Description:
Item No. Description:
Item No. Description:
Item No. Description:
(Subcontractor's Company Name and authorized signature)
Return this LETTER OF INTENT TO BID to:
Contract Compliance Officer
Community Development Board
620 Mulberry St.
Carnegie Annex, Suite 202
Waterloo, IA 50703
Phone: (319) 291-4429
Form CCO-5 (06-20-2002)
Z
0
U
W N
aZ
n
W0
1 Q
LL
W Z
W Q
Z
Ce
m�
W Z
CO 1-
aW
CCIZ
20
U
0
W
0
a
0
c
0
Prime Contractor Res
U o 0w CO a
o `@ 'O a c E W N
ro
Tp)o > U ° 7 w0 Z •o O a
U w Z 0 , U)
O N ` 0 u! p m o O o
a pU p Q t0 t0 @ (°a O W C O 0.N o V
m° •
0 a W c o 00 co oZO a E U E(>
_c c N m Si W a) h M2 o E W
a° o a o o m E Q o
v m a W
co co
> C n 2 L 2@ m 0 O m o W
O
aim o �vm m LL o -o c m o 22 “4)
d U 41 @
m E o yL. P ° Q o-° o 0 0 >, 0 ac)a
`� �a a� Fa w F- (0 coiro -O a ot->c
O N 0 @ O Z 2 0) @ N 0) a L 3 N ro
c m o y N N t0 O _- 6'L ro r o 0 E2 °a
N g N s N ro o 0 o m c- o o a E a o 0
s a @ 0 o E a ro aa
W �'3 E s m c°o caa w o @ °c
m N d a @ W v- ° 0 o n o
roa0 oc �i>°, a roa �o c o Eooma
E w w c
co
g� n`o E a) 013 Y c?� 3c �c w @ -O)c-y
mE c U O c E m a 3 N N c N
a) N ODE' N a) W W W c CO E N D1 N a) 0
o 'c .pC W p O m H m @ m ° O O 0? a
o Z @ o) > .G
C P. Z a U o) c aa)i W m W ° 0 '- "C N '� 0 0
a)o�o ONo ��y cap 0) O w� tW-c c'c) o�u�a
o U 0y 1-o > am'O o (1) 0 @m 0 O) @ 3 -o
@,,- Q o c > w E c > c 0 o:a c
ocNro 2co— as 2a) E z ° coo 0 o --foa) occ
'0- U .O 00 000 . N WN O) a c 'O >, a > a) 0 •.-..,_. i a) a) .'c..
N O) LL O C E @ 'c 0] > 0 0 _C a) .N N > a O.8 b)4-0-'
ro 0@ E o 3 O C O O) C O
LL N f6 H. N N .C) > O @ m 0 O o c O a c 0 C 43 O f0 U ..• co
N o f0 U o C uJ ° 0 c6 n o o W o o a) 2 co 1-
0 O O i@, P O
3roNo FQn ET@E o w wc- ti me 5to '50
E :tj
ilo w o m°oo �Occa c�Y cLL E L 0 3 ° @ U oco =0pUN'0m coc00c m c o N F- O N E o - E 0 -U
°ate Wo> °i m"o-- a ai °> 0Qcaa�Sao oc0�co
I-
C a
o
@ o o >° o aro @ o° o °- c.° ' O o E Q° v c
a) co& 2 �- N C C N° O o° PLL' a 3 r20 3 .c«, N .. > N N OU
w D o m
to
Y N ® a O U t U) 0 EO >, @ o) LL E N G V) T 'E U) C .O .O
o .o.o °- @ oa cZ $ °'u Eaa a °= u
o c@ °) LL p n W N° o c o a o> o w o c= w000
>oE•3 KUa mro 2> u Erol@'o E~w3��°'3 i o :.-2�o
amino w U m 'c n E � 'o a° � Q ,«- °) O- m v O U .° >
o° o c o c a m a o
c 0Eo Z€� ca] micro m°° 00�?° wz u) -0O 5 '�° as
°cac Wcim@o..c �Ua�@ m0.aop c0 crow o
m E ro co e N @ ° N y .O0 o@ C U ° a C O N N �j C Q °' N O
@ w
.°Coo Z aai j � t 2� O'uc-iw 3 0 �m:°wo E �'@ @ow E
0@ E (n c' w e N L O °p 0 0 °' W W '° m C 0 U a :p C t0
o a)L 'C m a ° °@ o UJ
m a' U O) W 0 0 0 Q. O a) 0 0 ca c" -c°2 ro .� O O
�c@o Wcaai �.�� o�•cmocc WwomocUo o �o TO
d Qo a'o o c °.«. o�Q"= m-Z2mn < a 0 LU'a °)m
tie ._,a)
o .-v)om o om6aci ,acd.00taic 2 Nm
a)'° 0 o m am E -9 a) op o2 mw o a>) a� m mw
Ef E o Ea Q a) wY 00 H 0 4-H m° s @l'J o�
C
i @ @ a . O (0 a) - @ W S c
LL a.° � c- U co N 0 S) U M .'C.. 4 a) LO W H 0 (n ,-
for to the date th
Form CCO-4A Rev. 07-08-02
0
0)
c
a)
J
Prime Contractor Name:
0
1-
E
p N
C
N 0
"• G0
C�
O 0-
C
O C
Q
E c
o
C
U`tr
• 0
>
70 0
O
L
o.0
o n
0)
N
C O
aa)
N
L-
.° c
N
0
HNf
C
O • o
a) 15
0
o E
-a co
n co
• a
T
Oj,
N 0 0)
O • O
c E
E rn
'O N N
N 0 0)
'0-
m
E0
U N U
m°0
U
O N U
} c
W U
a
m N O
✓ WU
m U
GG<c�
< • w 4E'
0
CL O
O T N
Vo r)
cc O
▪ J .c
-J Lc
Z Q
O 0
✓ c-0
m 0 0
y w c
your MBE/WBE Business
ompliance Officer, for
C U
O
ca
E o
ELit U
uO O
'0
▪ u)
c N
C o O
.0-(-0,
U
U
—
Ec
C
o > UO
C O
a) 0)
▪ Na)
a)
0a -a
=
2 N 0
ac3
O O a)
(6
4-
E o
C`�O- co
0in
.0 0
2 • o
'O
c E
o _o o
N co N
E
O .0 4=
p W
-0 0 0
L
O O
>, L
O CO
oi
oi
as -> v
o c
L m 0 rn N
O E -°
C N 0 a
O N M
C a —
p0 C 6
0 0 N O 0
• N C
ON �
N L.
N
O c>`
} W �
0
O
O
0
w
(15U
c o
O 0)
a) .c
0)
• cO
E
O O
N N
r
O a)
C
a).0
-O.
O
N
E0
CI -o
cc E
a
c`0 -o
co'0
Ts
0
O) 0 O
O —
N
Q. N
'-0
C U
W
N N
N C
c
CO • O.
Wm
• d
11.1CO C
2 O
N �
y L
m c
a p
0
C N
E
L
a) p
0
c • N
N (5
o a)
c E
0
WI
• 1—
etQ
N
CL Z
WO
00
mai
Z_• 0 -
0w
W
ZN
O
ct
▪ ca
0
LL
ZW
m
LL
0 a
J CO
m
Quotes Received Quotation used in bid
Dollar Amount Proposed to
be Subcontracted
o
C
Ct
Dates
Contacted
O
Dates
Contacted
MBE/WEE
Subcontractors
(Form CCO-4) Rev. 06-20-02
CERTIFIED
MBE / WBE CONTRACTORS
CITY OF WATERLOO, IOWA
CONTRACT COMPLIANCE OFFICE
Community Development Board
Carnegie Annex, Suite 202
620 Mulberry Street
Waterloo, Iowa 50703
City WEB Site: www.ci.waterloo.ia.us
Contract Compliance
WEB Site
for listing updates:
http://www.wplwloo.lib.ia.us/contractcompliance/
Contact: Rudy Jones, Community Development Director
Email: rudv.iones &waterloo-ia.org
Phone: (319) 291-4429
Fax: (319) 291-4431
M13E/\ABL-'. Certified Contractors List
Page 1 of 3
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
DANIELS HOME IMPROVEMENT
339 Albany Street
Waterloo, IA 50703
Phone: (319) 961-1659
Contact: Sammy Daniels
Specializing in:
ALL TYPES OF CONCRETE FLATWORIC 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
OLD GREER'S WORKS
2309 Springview Street
Waterloo, IA 50707
Phone: (319) 233-2150
Contact: David L. Greer, Sr.
Specializing in:
ROOFING & GENERAL CONSTRUCTION
MBE/WBE Certified Contractors List
Page 2 of 3
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
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
WATCO CONSTRUCTION, INC.*
2920 Texas Street
Waterloo, IA 50702
Phone : (319) 233-7481
Certified: City of Waterloo WBE
Contact : Patricia J. Kimball
Specializing in:
STORM SEWER, INLETS, DRAIN TILE, WATER MAIN, SANITARY SEWER, INTAKE
STRUCTURES
* DENOTES WOMEN BUSINESS ENTERPRISE
MBE/WBEi Certified Contractors List
Page 3 of 3
STATEMENT OF BIDDER'S QUALIFICATIONS
(To be submitted by the Bidder only upon the specific request of the City of Waterloo,
Iowa.)
All questions must be answered and the date given must be clear and comprehensive.
This statement must be notarized. If necessary, questions may be answered on
separate attached sheets. The Bidder may submit any additional information he
desires.
1. Name of bidder.
2. Permanent main office address.
3. When organized.
4. If a corporation, when incorporated.
5. How many years have you been engaged in the contracting business under
your present firm or trade name?
6. Contracts on hand: (Schedule these, showing amount of each contract and the
appropriate anticipated dates of completion.)
7. General character of work performed by your company.
8. Have you ever failed to complete any work awarded to you? If so, where and
why?
9. Have you ever defaulted on a contract? If so, where and why?
10. List the more important projects recently completed by your company, stating
the approximate cost for each, and the month and year completed.
11. List your major equipment available for this contract.
12. Experience in construction work similar in importance to this project.
13. Background and experience of the principal members of your organization,
including the officers.
14. Credit available: $
15. Give bank reference:
STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 1 OF 2 PAGES
16. Will you, upon request, fill out a detailed financial statement and furnish any
other information that may be required by the City of Waterloo, Iowa?
17. The undersigned hereby authorizes and requests any person, firm, or
corporation to furnish any information requested by the City of Waterloo, Iowa,
in verification of the recitals comprising this Statement of Bidder's
Qualifications.
Dated at , this day of
, 201_.
State of
County of
) ss:
(Name of Bidder)
By:
Title:
, being duly sworn deposes and says
that he is of
(Name of Organization)
and that the answers to the foregoing questions and all statements therein contained
are true and correct.
Subscribed and sworn to before me this day of
, 201 .
My commission expires
Notary Public
STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 2 OF 2 PAGES
lierrecon
GeoReport
Geotechnical Engineering Report
Waterloo Boat House Enhancements
Waterloo, Iowa
June 15, 2017
Terracon Project No. 13175060.01
Prepared for:
Waterloo Leisure Services
Waterloo, Iowa
Prepared by:
Terracon Consultants, Inc.
Cedar Falls, Iowa
terracon.com
Environmental
lFerracon
Facilities 0 Geotechnical 0 Materials
June 15, 2017
Waterloo Leisure Services
1101 Campbell Avenue
Waterloo, Iowa 50701
Attn: Mr. Travis Nichols
P: 319.291.4370
E: Travis.nichols@waterloo-ia.org
Re: Geotechnical Engineering Report
Waterloo Boat House Enhancements
Waterloo, Iowa
Terracon Project No. 13175060.01
Dear Mr. Nichols:
1Ferracon
GeoReport
We have performed geotechnical engineering services for the above referenced project. Our
services were performed in general accordance with our proposal number P13175060R dated
June 1, 2017. This report presents the findings of the subsurface exploration and provides
geotechnical recommendations concerning the design and construction of pavements for the
proposed project.
We appreciate the opportunity to be of service to you on this project. If you have any questions
concerning this report, or if we may be of further service, please contact us.
Sincerely,
Terracon Consultants, Inc.
Atter(74"<st-cmsr
Gregory M. Decker, E.I. Jason P. Heinz, P.E.
Staff Engineer
Cc: Client -2 and pdf
File -1
Department Manager
7erracon Consultants, Inc. 3105 Capital Way Ste. 5 Cedar Falls, Iowa 50613
P (319) 277 4016 F (317) 277 4320 terracon.com
Environmental 0 Facilities 0 Geotechnical 0 Materials
REPORT TOPICS
1Ferracon
GeonGeoR p tt
INTRODUCTION 1
PROJECT DESCRIPTION 1
GEOTECHNICAL CHARACTERIZATION 2
GEOTECHNICAL OVERVIEW 3
SITE PREPARATION 4
PAVEMENTS 9
FROST CONSIDERATIONS 13
STORMWATER MANAGEMENT 13
GENERAL COMMENTS 14
SIGNATURE PAGE 15
Note: Orange Bold text in the report indicates a referenced heading. The PDF version also includes hyperlinks that
direct the reader to that section. For more interactive features, please view your project online at client.terracon.com.
ATTACHMENTS
EXPLORATION AND TESTING PROCEDURES
SITE LOCATION AND EXPLORATION PLAN
EXPLORATION RESULTS
SUPPORTING INFORMATION
Geotechnical Engineering Report
WATERLOO BOAT HOUSE ENHANCEMENTS
WATERLOO, IOWA
Terracon Project No. 13175060.01
June 15, 2017
INTRODUCTION
This report presents the results of the requested subsurface exploration and geotechnical
engineering services performed for the proposed enhancements to the Waterloo Boat House
facility in Waterloo, Iowa. The purpose of these services is to provide information and
geotechnical engineering recommendations relative to:
■ subsurface soil conditions ■ pavement design
■ groundwater conditions ■ subsurface drainage
■ earthwork IN frost considerations
■ excavation considerations
The geotechnical engineering scope of work for this project included the advancement of ten (10)
soil borings to depths of about 10.5 feet below existing site grades. The site and boring locations
are shown in the Site Location and Exploration Plan section. The results of the laboratory
testing performed on soil samples obtained from the site during the field exploration are included
on the boring logs in the Exploration Results section of this report.
PROJECT DESCRIPTION
Our initial understanding of the project was provided in our proposal and was discussed in the
project planning stage. A period of collaboration has transpired since the project was initiated,
and our final understanding of the project conditions is as follows:
Project location
707 Park Road, Waterloo, Iowa
Existing improvements
Pavements, gravel lots, a water main and overhead power lines.
Current ground cover
Gravel, recycled asphalt, concrete and grass
Existing topography
Existing site elevations range from about 842 feet to about 845 feet, based
on the plan provided
Responsive ■ Resourceful ■ Reliable
1
Geotechnical Engineering Report
Waterloo Boat House Enhancements IN Waterloo, Iowa
June 15, 2017 ■ Terracon Project No. 13175060.01
lferracon
GeoReport
tb ur'' I e i,�.'i�` `aii
4� � � �
�
,f+ �'h 3 , r� ;'a "i "} 3+ Y;p3 � ,.jj: �i�++ erre zi �.
3Z` Yv, � �... � f� '� � 5 � Des�.R Its, ,P � �
h.E...., �n3"�*� X7v
Proposed construction
Plans call for construction of storm water infiltration areas and paved
(HMA) parking lots and drives. The infiltration structures will consist of
approximate 2 foot diameter holes extending below grade to granular soils
with the excavations backfilled with granular material.
Maximum site grading
re Fill: 1.5 feet
■ Cut: 1 foot
Free-standing retaining
walls
None anticipated for site development
Below grade areas
None
GEOTECHNICAL CHARACTERIZATION
Subsurface Profile
Based on the results of the borings, subsurface conditions can be generalized as follows:
Surface
Approximate Depth to -
Bottom of Stratum (feet)
0.1
(Borings 4, 9, and 10)
Material Description
Asphaltic pavement
0.4 to 2
Crushed stone with cobbles
4 to 6
Fill - Sandy lean clay, Lean clay, and
Sand, trace gravel and organics
Consistency/
Relative Density
N/A
1
4 to 8
Sand, with varying amounts of fines
and clay layers
Very Loose to Loose
Conditions encountered at each boring location are indicated on the indiv'dual boring logs shown
in the Exploration Results section. Stratification boundaries on the boring logs represent the
approximate location of changes in material types; in situ, the transition between materials may
be gradual or abrupt horizontally and vertically.
Groundwater Conditions
The boreholes were observed while during and after drilling and sampling for the presence and
level of groundwater. The water levels observed in the boreholes can be found on the boring logs
in the Exploration Results section, and are summarized in the following table.
Responsive ■ Resourceful ■ Reliable 2
Geotechnical Engineering Report
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 ■ Terracon Project No. 13175060.01
1Ferracon
GeoReporf
ir 0't 1 i ^,,f`t0
,be } tq�gr• i' p bd4t ���
r �'�
De h,to groundwater
k t k'.. r g
er drilling, ft.
1
5
3.5
2
7
3.5
3
7
3.5
4
6.5
4.5
5
6.5
3.5
6
5.5
3.5
7
5.5
3.5
8
6
-
9
5.5
4
10
6.5
3.5
These water level observations provide an approximate indication of the groundwater conditions
existing on the site at the time at the observations were made. Groundwater levels observations
made within granular soils are usually a reliable indication of the groundwater conditions at the time
of the exploration. Longer-term observations using cased holes or piezometers, sealed from the
influence of surface water, would be required for a better evaluation of groundwater conditions on
the site.
Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff,
the level of the Cedar River and other factors not evident at the time the borings were performed.
Perched (trapped) water can also develop within variable fill and more 'permeable' soil overlying
and/or within lower 'permeability' soil following periods of precipitation. Therefore, groundwater
levels during construction or at other times during the life of the pavements will be higher or lower
than the levels indicated on the boring logs. Groundwater level fluctuations should be considered
when developing the design and construction plans for the project.
GEOTECHNICAL OVERVIEW
Partly organic, existing fill that consisted of lean clay, sandy lean clay, and sand was encountered
in the borings to depths of about 4 to 6 feet below existing grades. The existing fill appears to
have been compacted with some effort. However, the moisture content and composition of the
existing fill was variable; which is partly due to the presence of organics and groundwater level
variations. By our definition for this project, uncontrolled existing fill is fill that does not meet our
recommended material requirements, was placed without moisture and density control, and/or fill
that does not meet the moisture and/or density requirements of this report.
Responsive ■ Resourceful • Reliable 3
Geotechnical Engineering Report
Waterloo Boat House Enhancements e Waterloo, Iowa
June 15, 2017 r Terracon Project No. 13175060.01
1Ferracon
GeoRepori
This report presents the alternative of removing uncontrolled, existing fill and lower strength soils
in some areas to eliminate the owner's risk of excessive pavement settlement. This report also
presents the alternatives which would provide the owner with construction cost savings, but will
present the owner with inherent risks of excessive settlement. Risk of relying on support of
improvements above uncontrolled, existing fill include the possible presence of unsuitable buried
materials such as debris, rubble, and/or low strength soils that may not be discovered. To
eliminate the risk of excessive settlement and unpredictable performance, we recommend that
the uncontrolled, existing fill and any unsuitable soils be removed and replaced with properly
compacted fill. This will involve significant construction cost due to the presence of shallow
groundwater and the depths to which unsuitable soils/materials are anticipated to be present at
the site.
If the owner is willing to accept the risks of settlement and cracking of pavements, a portion of the
existing fill could be removed and a layer of suitable, properly compacted fill could be provided
immediately below pavements. However, the owner should understand that even with
recommended layer of new fill and construction observation testing, risks of excessive settlement
will remain due to the presence of uncontrolled, existing fill, and additional maintenance and/or
repair should be expected. Complete removal of existing fill and replacement with properly
compacted fill would be required to eliminate these risks.
Groundwater was encountered at depths of 3.5 to 7 feet below existing grades at the time the
drilling operations were performed. The relatively shallow groundwater levels will affect
construction of this project.
The Pavements section addresses the design of pavement systems. The General Comments
section should be read for an understanding of the report limitations.
SITE PREPARATION
Our recommendations for site preparation are included in this section. These recommendations
include critical criteria necessary to establish pavement support conditions considered in our
geotechnical engineering evaluation.
Removal of Unsuitable Material
Site preparation should include the removal/stripping of pavements/stone, vegetation, organic
soils, root systems, and any soft, frozen, or otherwise unsuitable materials from the site surface.
It should be noted that partly organic existing fill extends to depths of about 2 to 6 feet below
existing grades in some areas and will be left in-place. The actual depths of removal of unsuitable
materials should be evaluated by Terracon personnel during construction. Care should be taken
so the underlying materials are not excessively disturbed during construction.
Responsive • Resourceful • Reliable 4
Geotechnical Engineering Report
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 ■ Terracon Project No. 13175060.01
Pavement Subgrade Preparation
1ferracon
GeoReport
The uncontrolled, existing fill in the area of the pavements is considered unsuitable for reliable
support of pavements. Subgrade improvement is anticipated to be required in the pavement
areas. Two alternatives for subgrade preparation can be considered in the area of the pavements.
Each involves varying levels of risk, performance, and cost. Please note that comments regarding
risk assume that the recommendations of this report are implemented throughout design and
construction.
■ The first alternative includes the removal of all existing fill from the pavement areas.
Pavements would be supported on new, properly compacted fill over native soils. Due to
the presence of very soft to soft and loose native soils below the existing fill a layer of 12
to 24 inches of crushed stone may need to be used to stabilize the subgrade before
placement of fill. Cuts and undercuts would probably extend near or below groundwater
levels. Excavations near and/or into waterbearing granular soils would encounter rapid
groundwater seepage. Lowering and control of groundwater on this site would require a
series of wells.
o Removal of uncontrolled, existing fill and partly organic soils, and replacement with
properly compacted fill would eliminate the owner's risk of poor pavement
performance due to the presence of uncontrolled, existing fill.
■ The second alternative includes the removal of a portion of the uncontrolled, existing fill
and replacement with a minimum of 24 inches of properly compacted fill. Consideration
can also be given to providing a 12 -inch thick layer of crushed stone over geogrid. Some
corrective earthwork could still be required prior to the placement of geogrid in some areas
where unsuitable and/or unstable soil/material is encountered.
o Risks associated with construction of pavements on or above, uncontrolled,
existing fill, as discussed in the Geotechnical Overview section, must be accepted
by the owner.
Following the removal of existing improvements and completing cuts or undercuts, and prior to
the placement of fill, exposed subgrades should be evaluated by Terracon personnel. Unsuitable
and low density existing fill, partly organic soils, medium to high plasticity soils, if any, or otherwise
unsuitable materials, should be removed prior to fill placement. Subgrade evaluations prior to fill
placement and pavement placement should include the following, where applicable:
■ Observations and visual classifications of subgrade and subbase materials
• Probing and sampling for laboratory testing including:
o moisture content
o organic content
Responsive • Resourceful ■ Reliable 5
Geotechnical Engineering Report
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 ® Terracon Project No. 13175060.01
o plastic and liquid (i.e. atterberg) limits
o laboratory compaction characteristics of soils (i.e. 'proctors')
a In-place moisture and density testing
■ Strength and/or cone penetration testing
■ Observing proofrolls
lFerracon
GeoReport
Prior to the placement of new fill in areas below design grade, consideration should be given to
scarifying, moisture conditioning, and compacting the exposed subgrade to the density and
moisture content ranges recommended in this report. This method of subgrade preparation
should be considered in pavement areas where generally stable soils/materials are present, but
the density, moisture condition, and uniformity of the material would be improved. The success
of scarifying, moisture conditioning, and compacting exposed subgrades would depend primarily
upon favorable weather and sufficient time to scarify and moisture condition materials. Even with
adequate time and favorable weather, stable subgrades may not be achieved if the thickness of
the unstable material is greater than about 1 foot. Alternatively, unstable, low density, or
unsuitable materials could be removed and replaced with granular fill (with or without
geosynthetics). The appropriate method of subgrade improvement would be dependent on
factors such as schedule, weather, the size of area to be improved, and the nature of the
instability. A Terracon representative should observe subgrade preparation and could assist in
developing appropriate subgrade improvement procedures based on the conditions encountered
during construction. Performing grading during warm seasons and dry periods would help reduce
the amount of subgrade improvement required.
Where practical in pavement areas, exposed clay subgrades should also be proofrolled with a
loaded, tandem -axle dump truck and granular subgrades proofrolled with a heavy, smooth drum
roller. These processes will help to delineate soft, very loose, low density, or disturbed areas
prior to the placement of fill. If unsuitable areas are observed, subgrade improvement will be
necessary.
On most project sites, site grading is accomplished relatively early in the construction phase, and
fill is placed and compacted in a uniform manner. However, as construction proceeds,
excavations are made into these areas, rainfall and surface water saturates some areas, heavy
construction traffic disturbs the subgrade, and many surface irregularities are filled in with loose
material to improve trafficability temporarily. As a result, pavement subgrades prepared early in
the project should be carefully evaluated as the time for pavement construction approaches.
We recommend the moisture content and density of the upper 6 to 9 inches of the subgrade be
evaluated and pavement subgrades be proofrolled within two days prior to commencement of
actual paving operations. Areas not in compliance with the required ranges of moisture or density
should be moisture conditioned and recompacted. Particular attention should be paid to high
traffic areas that were rutted and disturbed earlier and to areas where backfilled trenches are
Responsive ■ Resourceful ■ Reliable 6
Geotechnical Engineering Report
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 ■ Terracon Project No. 13175060.01
lferracon
GeoReport
located. Areas where unsuitable conditions are located should be repaired by removing and
replacing the material with compacted fill.
Fill Material Types
Fill below pavements and storm water infiltration backfill should meet the following material
property requirements:
4 s s m s
��k Y�.,,`d"1,"SY»^'},,+;se�'YtP�lf��t•I�QaI1tS
�(y�y� nw,t� { ;ny�f a y'S`
r} w ST a tt. es"}°ja�5 m o a `di
gPtR,. !I1.QYstil�tN�}.a�d`u
Imported, low 2
plasticity fine-grained
CL, CUSC
■ Below the granular base for pavements
Imported coarse-
grained/granular
GW, GP, GM, SW, SP
■ Below pavements
SP
■ Storm water infiltration column backfill
On-site fine-grained 2'3
CL
■ Below the granular base for pavements
On-site coarse-
grained/granular
GP,3 SP, SC, SM
■ Below the granular base for pavements
1.
Fill should consist of approved materials that are free of organic matter and debris. Frozen
material should not be used, and fill should not be placed on a frozen subgrade. A sample of
each material type should be submitted to the geotechnical engineer for evaluation prior to use
on this site. Material/soil with more than 5 percent organic content should not be used as fill
below pavements.
2. By our definition, low plasticity fine-grained soil/material would have a liquid limit of 45 or less
and plasticity index of 23 or less.
3. Based on the results of the borings, it appears that the non-organic and low plasticity, on site
soils can be reused. However, a significant amount of moisture conditioning (drying) should be
expected to achieve compaction requirements. It is important to note that clayey and silty soils
(CL, ML, SC, SM) can be difficult to compact in relatively small areas and over marginally stable
subgrades.
Fill Compaction Requirements
Fill below pavements should be placed and compacted in accordance with the following
requirements:
Maximum fill lift thickness
■ 9 inches in loose thickness when heavy, self-propelled
compaction equipment is used
■ 4 inches in loose thickness when hand -guided equipment
(i.e. jumping jack or plate compactor) is used
Minimum
compaction requirements 1,2
■ 98 percent 5 1 foot below pavements
■ 95 percent > 1 foot below pavements
Responsive is Resourceful • Reliable
7
Geotechnical Engineering Report
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 ■ Terracon Project No. 13175060.01
lFerrecon
GeoReport
Moisture content range 1
■ Low plasticity fine-grained: -2 to +3 percent
■ Coarse-grained/Granular: -3 to +3 percent
1. As determined by the standard Proctor test (ASTM D 698).
2. If the granular material is a coarse sand or gravel, or of a uniform size, or has a low fines content,
compaction comparison to relative density may be more appropriate. In this case, granular
materials should be compacted to at least 70% relative density (ASTM D 4253 and D 4254).
Grading and Drainage
Adequate drainage should be provided to reduce the impact of water on pavement subgrades.
Excessive moisture can significantly reduce the support capability of subgrades and contribute to
settlement or heaving. Pavement subgrades should be properly sloped to provide rapid drainage
so that saturation of the subgrades can be minimized during and after construction. However,
the material types encountered in the borings are easily eroded by surface water, so appropriate
erosion control measures should be provided. Water that accumulates on pavement subgrades
should be removed as soon as possible.
Earthwork and Excavation Considerations
Upon completion of filling and grading, care should be taken to maintain the subgrade moisture
content prior to construction of pavements. Construction traffic over completed subgrades should
be avoided to the extent practical. The site should also be graded to prevent ponding of water on
prepared subgrades or in excavations. Any water that collects on construction areas should be
promptly removed. If the subgrade should become frozen, desiccated, saturated, or disturbed,
the affected material should be removed or these materials should be scarified, moisture
conditioned, and recompacted prior to pavement construction.
Groundwater was observed at depths of about 3.5 to 7 feet below existing grades at the time the
borings were drilled. However, it should be anticipated that the groundwater levels could be higher
than the levels observed in the borings. Excavations that extend into waterbearing granular soil will
encounter rapid groundwater seepage. Lowering and control of groundwater in granular soils will
require a series of wells or sump pits and pumps. The amount of groundwater encountered during
construction will partially depend on the prevailing weather conditions, the level of the Cedar River,
and the depths of undercuts and excavations for the storm water infiltration columns. Groundwater
should be maintained at least 2 feet below the lowest excavation level anticipated. It is important to
note that undercuts near and below the groundwater level in granular soil will cause a 'quick'
condition and loosen the bearing soil/material. If proper dewatering procedures are not performed
during construction, the density and support capability of any previously suitable soil and fill could be
affected and subsequently contribute to higher than anticipated settlement of the proposed
pavements and can also cause settlement of adjacent soil and improvements.
Responsive • Resourceful • Reliable 8
Geotechnical Engineering Report
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 is Terracon Project No. 13175060.01
1rerracon
GeoReport
As a minimum, excavations should be performed in accordance with OSHA 29 CFR, Part 1926,
Subpart P, "Excavations" and its appendices, and in accordance with any applicable local, state,
and federal safety regulations. The contractor should be aware that slope height, slope
inclination, and excavation depth should in no instance exceed those specified by these safety
regulations. Flatter slopes than those dictated by these regulations may be required depending
upon the soil conditions encountered and other external factors. Construction site safety is the
sole responsibility of the contractor who controls the means, methods, and sequencing of
construction operations. Under no circumstances shall the information provided herein be
interpreted to mean that Terracon is assuming any responsibility for construction site safety or
the contractor's activities; such responsibility shall neither be implied nor inferred.
Terracon should be retained during the construction phase of the project to observe earthwork
and to perform necessary tests and observations during subgrade preparation, proofrolling,
placement and compaction of fill, backfilling of excavations, and just prior to construction of
pavements.
PAVEMENTS
Pavement Thickness Design Considerations
The minimum pavement sections presented were estimated based on the assumption that
earthwork operations are performed in accordance with this report. The minimum recommended
pavement thicknesses do not account for heavy construction traffic. Partially -constructed sections
subjected to heavy construction traffic can result in pavement deterioration and premature failure.
Our experience indicates that this pavement construction practice can result in pavement that will
not perform as intended. Considering this information, several alternatives are available to
mitigate the impact of heavy construction traffic on the pavement construction. These include
using thicker sections to account for the construction traffic, using some method of soil
stabilization to improve the subgrade support characteristics, or by routing heavy construction
traffic around paved areas. We are available to discuss these alternatives upon request.
If the pavements will be subject to traffic by construction equipment/vehicles, the pavement
thicknesses should be revised to consider the effects of the additional traffic loading. It is our
experience that 12 inches of crushed stone with geogrid to 24 inches of crushed stone without
geogrid is required for subgrades to remain stable under construction traffic loadings. The crushed
stone thickness required depends on factors such as site drainage, subgrade type and strength,
and the amount and type of construction loadings anticipated.
Terracon personnel have observed "dishing" in some parking lots surfaced with ACC. Dishing is
usually observed in the most frequently used parking stalls (such as near the front of the building
and where trucks or trailers are parked for an extended time), and occurs under the wheel footprint
Responsive ■ Resourceful • Reliable 9
Geotechnical Engineering Report
Waterloo Boat House Enhancements r Waterloo, Iowa
June 15, 2017 ■ Terracon Project No. 13175060.01
lFerracon
GeoReporf
in these areas. The use of higher -grade asphaltic cement, or surfacing these areas with PCC
should be considered. The dishing is exacerbated by factors such as irrigated islands or planter
areas, sheet surface drainage, and placing the ACC directly on a compacted clay subgrade.
Pavement thickness can be determined using AASHTO, Asphalt Institute, and/or other methods
or guidelines for parking and industrial facilities, if specific wheel loads, axle configurations,
frequencies, and desired pavement life are provided. Terracon can provide thickness
recommendations for pavements subjected to loads other than personal vehicles, pick-up trucks,
delivery and trash removal trucks traffic if this information is provided.
Estimates of Minimum Pavement Thickness
Traffic load information was not available at the time of this report; therefore, a formal pavement
design is not provided. Some typical pavement sections are provided below. Asphaltic cement
concrete pavement thicknesses are based on the Asphalt Paving Association of Iowa (APAI)
Asphalt Paving Desiqn Guide and local design practice.
As a minimum, we suggest the following typical pavement sections be considered.
Minium Asphalt c;Paverhent Thickness (inches),
?�'. ..
Automobile Parking
in Drives
HMA1.2
4
6
Aggregate Base over
Geogrid 1.3
12
12
or
Aggregate Base 1,3
6
6
Properly Compacted Fill4
18
18
1. Pavement materials, design, and construction should conform to the Iowa Department of
Transportation (IDOT) Standard Specification.
2. Pavements should be provided with a permeable base and subdrains in accordance with the
Pavement Subsurface Drainage section.
3. A minimum surface course thickness of 2 inches is recommended with HMA/ACC pavements.
4. Pavement subgrade should be prepared according to the recommendations in the Site
Preparation section.
Pavement sections reinforced with proprietary geogrid should include 1 layer of multi -axial geogrid
placed below the aggregate base on the prepared subgrade. Products that can be used include,
but are not limited to, Tensar TX130s or BX1100, AllianceGeo BX Type 1, or approved equivalent.
Consult with specific geogrid manufacturers for final design thicknesses, or suitable products.
Responsive • Resourceful • Reliable 10
Geotechnical Engineering Report
Waterloo Boat House Enhancements w Waterloo, Iowa
June 15, 2017 is Terracon Project No. 13175060.01
1Ferracon
GeoReport
Geogrid reinforced pavement design procedures rely on product specific field and laboratory
research, and the manufacturer's published product literature. The design procedure used to
develop the pavement thickness recommendations outlined above is based on our understanding
of some of the design principles used, but was not an exhaustive comparison of the various
proprietary systems. Geogrid reinforced pavement designs should be required by independent
manufacturers based on their methodologies, and the geogrid material properties to be used for
the design should not be specified or accepted based solely on distinct engineering properties of
the materials. Terracon can assist in review of submitted designs, if requested.
The estimated pavement sections provided in this report are minimums for the assumed design
criteria, and as such, periodic maintenance should be expected. Areas for parking of heavy
vehicles, concentrated turn areas, and start/stop maneuvers could require thicker pavement
sections. Edge restraints (i.e. concrete curbs or aggregate shoulders) should be planned along
curves and areas of maneuvering vehicles. A maintenance program that includes surface sealing,
joint cleaning and sealing, and timely repair of cracks and deteriorated areas will increase the
pavement's service life. As an option, thicker sections could be constructed to decrease future
maintenance.
Openings in pavements, such as decorative landscaped areas, are sources for water infiltration
into surrounding pavement systems. Water can collect in the islands and migrate into the
surrounding subgrade soils thereby degrading support of the pavement. This is especially
applicable for islands with raised concrete curbs, irrigated foliage, and low permeability near -
surface soils. The civil design for the pavements with these conditions include storm water
infiltration areas to collect and discharge excess water from the landscaped areas.
Pavement Subsurface Drainage
Pavements should be sloped to provide rapid drainage of surface water. Water allowed to pond
on or adjacent to the pavements could saturate the subgrade and contribute to premature
pavement deterioration. In addition, the pavement subgrade should be graded to provide positive
drainage within the granular base section. Appropriate sub -drainage or connection to a suitable
daylight outlet should be provided to remove water from the granular subbase.
Based on the presence of shallow groundwater and variable subgrade conditions including
layered clay and sand, consideration should be given to the provision of a pavement subdrain
system to control groundwater, improve stability, and improve long term pavement performance.
We recommend that at least 6 inches of free -draining granular material be placed beneath
pavements. The use of a free draining granular base will also reduce the amount of frost action.
We recommend that pavement subgrades be sloped at least 2 percent to promote the flow of
water towards the subdrains, and to reduce the potential for ponding of water on -the subgrade.
The design recommendations for the subdrains are provided in the following table:
Responsive • Resourceful Reliable 11
Geotechnical Engineering Report
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 to Terracon Project No. 13175060.01
1Ferrecon
GeoRepori
sign Recommendations
# . a�f Lr 1�Jys*9i". s"�i"ci�ut+.�p}
�*,v a��,���>I�£'��1n°.�r� �- �x�. �'M1
Value
Minimum thickness of 'permeable'
(sub)base below pavements
6 inches
IDOT (Sub)Base material directly
below pavements
■ Section No. 4115, Gradation No. 4
e Section No. 4120, Gradation No. 10
a Section No. 4121, Gradation No. 12a
• Section No. 4123, Gradation No.14
■ Section No. 4132, Gradation No. 30
Minimum drainage pipe diameter
4 inches
Minimum subdrain trench width
16 inches
Minimum invert depth
below subgrade elevation
2 feet
Subdrain trench backfill material
e IDOT Section No. 4131, Gradation No. 29,
Porous Backfill
II Granular material with 3 percent or less fines,
graded to meet filter criteria for clay and silt
II Alternative free -draining granular material
encapsulated with geotextile filter fabric
(Contech C60NW or equivalent)
The subdrains should be hydraulically connected to the free -draining granular base layer.
Subdrains should be sloped to provide positive gravity drainage to reliable discharge points such
as the storm water detention basin. Periodic maintenance of subdrains is required for long-term
proper performance.
The pavement surfacing and adjacent sidewalks should be sloped to provide rapid drainage of
surface water. Water should not be allowed to pond on or adjacent to these grade supported
slabs, since this could saturate the subgrade and contribute to premature pavement or slab
deterioration.
Pavement Maintenance
The pavement sections provided in this report represent minimum recommended thicknesses
and, as such, periodic maintenance should be anticipated. Therefore, preventative maintenance
should be planned and provided for through an on-going pavement management program.
Preventative maintenance activities are intended to slow the rate of pavement deterioration and
to preserve the pavement investment. Preventative maintenance consists of localized
maintenance (e.g. crack and joint sealing and patching) and global maintenance (e.g. surface
sealing). Preventative maintenance is usually a priority when implementing a planned pavement
Responsive ■ Resourceful ■ Reliable 12
Geotechnical Engineering Report
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 ■ Terracon Project No. 13175060.01
lFerracon
GeoReport
maintenance program. Prior to implementing any maintenance, engineering observation is
recommended to determine the type and extent of preventative maintenance. Even with periodic
maintenance, some movements and related cracking may still occur and repairs required.
FROST CONSIDERATIONS
A portion of the on-site soils are highly frost susceptible, and small amounts of water can affect
the performance of grade -supported elements. Exterior grade -supported elements should be
anticipated to heave during winter months. If frost action needs to be eliminated in critical areas,
we recommend the use of coarse-gained/granular with 6 percent or less fines fill or structural
slabs (e.g., structural stoops in front of building doors). Placement of granular material with low
frost susceptibility in large areas may not be feasible; however, the following recommendations
are provided to help reduce the amount of frost heave:
■ Providing surface drainage away from the building and slabs and toward the site storm
drainage system
■ Installing drain tiles below pavements and connect them to the storm drainage system
■ Grading clayey subgrades beneath a more permeable sand or aggregate base, toward
the site drainage system
✓ Placing less -frost susceptible granularfill beneath pavements that are critical to the project
■ Placing a 3 horizontal to 1 vertical (3H: 1V) transition zone between less frost susceptible
granular material and other soils
As an alternative to extending granular fill to the full frost depth, consideration can be made to
placing extruded polystyrene or cellular concrete under a buffer of at least 2 feet of granular fill
maintained in a drained condition.
STORMWATER MANAGEMENT
Three storm water infiltration areas are planned with columns of granular material. The backfill
material selected should promote drainage and meet filter criteria to minimize soil particle
migration into the drainage material. The storm water infiltration areas are located near Borings
1, 2, 4, and 8. The existing, sandy lean clay and sand fill extends to about 3.5 to 4 feet below
existing grades. The infiltration columns will need to extend below existing fine-grained fill and/or
soil to granular material. Laboratory testing on soil samples from these areas can be found in the
Exploration Results section. Based on the results of laboratory testing, use of fine sand (i.e. 100
percent passing the No. 40 U.S. Standard Sieve) with less than 5 percent fines should be given
consideration for column backfill.
Responsive ■ Resourceful • Reliable 13
Geotechnical Engineering Report
Waterloo Boat House Enhancements m Waterloo, Iowa
June 15, 2017 ® Terracon Project No. 13175060.01
lFerracon
GeoReport
Excavations are planned to extend near or below the current groundwater levels into granular
material. Care should be taken to not cause settlement of adjacent soil and improvements. See
the Earthwork and Excavation Considerations section for more information about the
excavations for the storm water infiltration columns.
GENERAL COMMENTS
Terracon should be retained to review the final design plans and specifications so comments can
be made regarding interpretation and implementation of our geotechnical recommendations in the
design and specifications. Terracon also should be retained to provide observation and testing
services during grading, excavation, foundation construction and other earth -related construction
phases of the project.
The analysis and recommendations presented in this report are based upon the data obtained
from the borings performed at the indicated locations and from other information discussed in this
report. This report does not reflect variations that may occur between borings, across the site, or
due to the modifying effects of construction or weather. The nature and extent of such variations
may not become evident until during or after construction. If variations appear, we should be
immediately notified so that further evaluation and supplemental recommendations can be
provided.
Our scope of services does not include either specifically or by implication any environmental or
biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of
pollutants, hazardous materials or conditions. If the owner is concerned about the potential for
such contamination or pollution, other studies should be undertaken.
Our services and any correspondence are intended for the exclusive use of our client for specific
application to the project discussed and are accomplished in accordance with generally accepted
geotechnical engineering practices. No warranties, either express or implied, are intended or
made.
Site characteristics as provided are for design purposes and not to estimate excavation cost. Any
use of our report in that regard is done at the sole risk of the excavating cost estimator as there
may be variations on the site that are not apparent in the data that could significantly impact
excavation cost. Any parties charged with estimating excavation costs should seek their own site
characterization for that specific purposes to obtain the specific level of detail necessary for
costing. Site safety, and cost estimating including, excavation support, and dewatering
requirements/design are the responsibility of others. In the event that changes in the nature,
design, or location of the project are planned, our conclusions and recommendations shall not be
considered valid unless we review the changes and either verify or modify our conclusions in
writing.
Responsive • Resourceful • Reliable 14
Geotechnical Engineering Report
Waterloo Boat House Enhancements r Waterloo, Iowa
June 15, 2017 in Terracon Project No, 13175060.01
lferracon
GeoRep ro t
I hereby certify that this engineering document was prepared by me or
under my direct personal supervision and that 1 am a duly licensed
Professional Engineer under the la of the State of Iowa.
n Patrick Heinz, P.E. Dale
My license renewal date is December 31, 2018.
Responsive Si Resourceful 19 Reliable 15
Geotechnical Engineering Report
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 ® Terracon Project No. 13175060.01
ATTACHMENTS
1%rracon
GeoReport
Responsive ■ Resourceful ■ Reliable 16
Geotechnical Engineering Report
Waterloo Boat House Enhancements is Waterloo, Iowa
June 15, 2017 ■ Terracon Project No. 13175060.01
EXPLORATION AND TESTING PROCEDURES
Field Exploration
lierrecon
Sort
dt
r
brl$1vs
Boring Depth (feet)
Planned Location4.
6
10.5
Pavement Areas
4
10.5
Storm Water Infiltration Areas
Boring Layout and Elevations: Wayne Claassen personnel provided the boring layout and
staked the borings in the field. Latitudes and longitudes were obtained with a handheld GPS unit
(estimated horizontal accuracy of about 15 feet). Surface elevations at the boring locations were
provided by Wayne Claassen personnel. The locations and elevations of the borings should be
considered accurate only to the degree implied by the means and methods used to define them.
Subsurface Exploration Procedures: We advanced the soil borings with a truck -mounted drill
rig using continuous flight, hollow -stem augers. Soil sampling is performed using thin-walled tube
and split -barrel sampling procedures. In the split -barrel sampling procedure, the number of blows
required to advance a standard 2 -inch O.D. split barrel sampler the last 12 inches of the typical total
18 -inch penetration by means of a hammer with a free fall of 30 inches, is the standard penetration
resistance value (N). A CME automatic SPT hammer was used to estimate the relative density of
granular soils, and to a lesser extent, the consistency of fine-grained soils. In the thin-walled tube
sampling procedure a thin-walled, seamless steel tube with a sharp cutting edge is pushed
hydraulically into the soil to obtain a relatively undisturbed sample.
The sampling interval depths, penetration resistances, and other sampling information are recorded
on the field boring logs. The samples are placed in appropriate containers and transported to our
laboratory for testing and classification by a geotechnical engineer. Our exploration team prepares
field boring logs as part of the drilling operations. These field logs included visual classifications
of the materials encountered during drilling and our interpretation of the subsurface conditions
between samples. Final boring logs represent the geotechnical engineer's interpretation of the
field logs and include modifications based on observations and tests of the samples in our
laboratory.
We observed and recorded groundwater levels during drilling and sampling. The boreholes were
backfilled with auger cuttings and bentonite chips after completion.
Laboratory Testing
The project engineer reviewed the field data and assigns various laboratory tests to better
understand the engineering properties of the various soil strata for this project. Procedural
standards noted below are for reference to methodology in general. In some cases, variations to
Responsive • Resourceful • Reliable 17
Geotechnical Engineering Report
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 ® Terracon Project No. 13175060.01
1Ferracon
GeoReport
methods are applied as a result of local practice or professional judgment. Standards noted below
include reference to other, related standards. Such references are not necessarily applicable to
describe the specific test performed.
® ASTM D2216-10 Standard Test Methods for Laboratory Determination of Water (Moisture)
Content of Soil and Rock by Mass
• ASTM D4318 -10e1 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils
• ASTM D422 -63(2007)e2 Standard Test Method for Particle -Size Analysis of Soils
The laboratory testing program often includes examination of soil samples by an engineer. Based
on the material's texture and plasticity, we describe and classify the soil samples in general
accordance with the Unified Soil Classification System.
Responsive is Resourceful • Reliable 18
Geotechnical Engineering Report
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 ® Terracon Project No. 13175060.01
lFerracon
GeoReport
SITE LOCATION AND EXPLORATION PLAN
Responsive ■ Resourceful ■ Reliable 19
i{Motlawk%St
•
0
Z
0
O
N
N
0
mo
❑
C9
G
2
a
j
'PLORATION PL•
q
TTaeroo ow-
zd 15-
(00
�0 j/[
§)E /1-\
re 0 Cr 0
§2
\0` §I8
Geotechnical Engineering Report
Waterloo Boat House Enhancements r Waterloo, Iowa
June 15, 2017 ■ Terracon Project No. 13175060.01
EXPLORATION RESULTS
lrerracon
GeoReport
Responsive • Resourceful • Reliable 20
BORING LOG NO. 1 Page 1 of 1
PROJECT: Waterloo Boat House Enhancements CLIENT: Wayne Claassen Engineering & Surveying, Inc.
Waterloo, IA
SITE: 707 Park Road
Waterloo, IA
00
o
LOCATION See Exploration Plan
Latitude: 42.507494 Longitude: -92.35008°
Surface Elev.: 842.0 (Ft.)
DEPTH ELEVATION (Ft.)
LL
x
o
WATER LEVEL
OBSERVATIONS
SAMPLE TYPE
T
re
o
FIELD TEST
RESULTS
LABORATORY
TORVANE/HP (psi)
STRENGTH TEST
aIS
IT)
1
2ax
v
n
w
COMPRESSIVE
STRENGTH
(psfl
e
w
�•" t
99
0.4 SEAL COATED GRAVEL
_
—
841.5
CRl1SHED STONE
c `
° °
1.0 841
app,.
JOO
•Jii
���.�
ii•t1/44•
••
FILL - SANDY LEAN CLAY trace organics, dark brown
3.5 838.5
X
8
1-3-3
N=6
25
:.//
.;
. ''��/
.
;•
SAND (SP-SCI, with clay and occasional clay seams,
fine to coarse grained, gray, very loose to loose
834
/�
e
-1-
0 N=2
20
5
10
X
12
19
'.�
.:%
:;
°...7,100
SAND (SP-SCI, wiht fines, trace gravel, fine to coarse
grained, light brown, loose
.831.5
X
13
2-2-3
N=5
21
Boring Terminated at 10.5 Feet
Stratification lines are approximate. In-situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method:
Hollow Stem Auger
See Exploration and Testing Procedures for a
descdption of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Notes:
Abandonment Method:
Boring backfilled with soil cuttings and sand upon
completion.
WATER LEVEL OBSERVATIONS
1 iarracon
3105 Capital Way Ste 5
Cedar Falls, IA
Boring Started: 5!18!2017
Boring Completed: 5/18/2017
Si_ 5' observed while sampling
Drill Rig: 5 872
Driller: WE
3.5' observed after casing removal
Project No.: 13175060
BORING LOG NO. 2 Page 1 of 1
PROJECT: Waterloo Boat House Enhancements CLIENT: Wayne Claassen Engineering & Surveying, Inc.
Waterloo, IA
SITE: 707 Park Road
Waterloo, IA
IGRAPHIC LOG
LOCATION See Exploration Plan
Latitude: 42.5073r Longitude: -92.34975°
Surface Elev.: 843,0 (Ft.)
DEPTH ELEVATION (Ft.)
o
WATER LEVEL
OBSERVATIONS
SAMPLE TYPE
RECOVERY (In.)
FIELD TEST
RESULTS
LABORATORY
TORVANE/HP (psi)
STRENGTH TEST
w FE.
H
3 z
a U
U
DRY UNIT
WEIGHT (pcf)
TEST TYPE
m 1
ii FE a
'1-
Our
0
^
vr
'.
0.3 CRUSHED STONE, 842.5
_
5—
_
10--
\�
°'
COBBLES AND GRAVEL
1.0 842
'fly
•�•�
•
•
•••
4:4013-10-4
j�,j
•
**.*
FILL - SANDY LEAN CLAY with zones of sand, trace
organics, dark brown
4.0 839
5
N=14
32
;:7/
�'.
18
°0
°iri/7.o
SAND (SP-SC) with occasional clay layers, fine to
3
3-4-3
N=7
coarse grained, gray, loose
836
X
6
1-2-3
N=5
21
28
jj
!
CY IC, trace organics, dark gray, soft
SANDYmedium LEANstiff
to
9.0 834
• ••
SAND (SP), fine to coarse grained, light brown, loose
/
X
1-2-2
N=4
21
10.5 832.5
Boring Terminated at 10.5 Feet
cl'M_
l.%
Bulk sample
from 4-7'
«5,
ll
Bulk sample
from 7-9'
Stratification lines are approximate. In-sllu, the transition may be gradual. Hammer Type: Automatic
Advancement Method:
Hollow Stem Auger
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Notes:
Abandonment Method:
Boring backfilled with soil cuttings and sand upon
completion.
WATER LEVEL OBSERVATIONS
1 %rra con
3105 Capital Way Ste 5
Cedar Falls. IA
Boring Started: 5/18/2017
Boring Completed: 5/18)2017
SV 7' observed while sampling
Drill Rig: N 872
Driller: WE
SE 3.5' observed after casing removal
Project No.: 13175060
BORING LOG NO. 3 Page 1 of 1
PROJECT: Waterloo Boat House Enhancements CLIENT: Wayne Claassen Engineering & Surveying, Inc.
Waterloo, IA
SITE: 707 Park Road
Waterloo, IA
o
0
LOCATION See Exploration Plan
Latitude: 42.50731' Longitude: -92.35017°>-
Surface Elev.: 842.0 (Ft,)
DEPTH ELEVATION (Et.)
on
o
WATER LEVEL
OBSERVATIONS
SAMPLE TYPE
>ffi
w
FIELD TEST
RESULTS
LABORATORY
TORVANE/HP (psi)
STRENGTH TEST
WATER I
CONTENT (%)
z
m
m
o w
a
w
COMPRESSIVE
STRENGTH
(Ps
X
m
AS
•••••
••
•••••20
FILL - SANDY LEAN CLAY with zones of sand, trace
_
5 —
_
10—
organics, dark brown, medium stiff
840
16
4-3-3
N=6
21
15
SAND (SPI, fine to medium grained, light gray brown,
loose
4.0 838
� j�(
j
/,, I
7��
LEAN CLAY (CL) with sand, trace organics, dark gray,
X
15
N=2
<500
27
soft
5.5 836.5
•
• •°•
SAND (SP1, trace gravel and fines, fine to coarse
\/
/u\
grained, light brown, loose
10.5 831.5
1-3-4
N=7
18
X
g
0-1-1
N=2
21
Boring Terminated at 10.5 Feet
Stratification lines are approximate. In-situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method:
Hollow Stem Auger
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supp rting Int mmati n for explanation of
symbols and abbreviations.
Notes:
Abandonment Method:
Boring backfilled with soil cuttings and sand upon
completion.
WATER LEVEL OBSERVATIONS
1 ierracon
3105 Capital Way Ste 5
Cedar Falls, IA
Boring Started: 5/18/2017
Boring Completed: 5/18/2017
_SZ 7 observed while sampling
Drill Rig: 8 872
Driller: WE
3.9 observed after casing removal
Project No.: 13175060
BORING LOG NO. 4 Page 1 of 1
PROJECT: Waterloo Boat House Enhancements CLIENT: Wayne Claassen Engineering & Surveying, Inc.
Waterloo, IA
SITE: 707 Park Road
Waterloo, IA
IGRAPHIC LOG
LOCATION See Exploration Plan
Latitude: 42.50709' Longitude: -92.35025'
Surface Elev.: 843,0 (Ft.)
DEPTH ELEVATION (Ft.)
DEPTH (Ft)
WATER LEVEL.
OBSERVATIONS
w
0 -
w
a
N
RECOVERY (In.)
FIELD TEST
RESULTS
LABORATORY
TORVANE(HP (psf)
STRENGTH TEST
WATER
CONTENT (%)
DRY UNIT
WEIGHT (psi)
TEST TIDE
COMPRESSIVE
STRENGTH
(psf)
til
i `
° C°<0
ASPHALTIC CEMENT CONCRETE R42
—
-13
5
_
_
10—
m
W
i•
CRUSHED STONE
8 842
4J411 •
OO
11?!,
i•••
FILL - SAND fine to medium grained, gray brown
4.0 839
233
6
SILTY SAND (SMI with clay, dark gray, loose
X
15
N1-
N=33
24
6.0 837
•
-
:7
•
-/�
r
SAND (Sp -SCI with fines, trace gravel, fine to coarse
grained, light brown, very loose to loose
10.5 832.5
X12
N�3
22
X
$
1-1-1
N=2
20
Boring Terminated at 10.5 Feet
Stratification lines are approximate. In-situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method:
Hollow Stem Auger
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Notes:
Abandonment Method:
Boring backfilled with soil cuttings and sand upon
completion.
WATER LEVEL OBSERVATIONS
1 ierracon
3105 Capital Way Ste 5
Cedar Falls, IA
Boring Started: 5/18/2017
Boring Completed: 5/18/2017
V 6.5' observed while sampling
Drill Rig: u 872
Driller: WE
4.5' observed after casing removal
Project No.: 13175060
BORING LOG NO. 5 Page 1 of 1
PROJECT: Waterloo Boat House Enhancements CLIENT: Wayne Claassen Engineering & Surveying, Inc.
Waterloo, IA
SITE: 707 Park Road
Waterloo, IA
GRAPHIC LOG
LOCATION See Exploration Flan
Latitude: 42.50705° Longitude: -92.3499°
Surface Elev.: 843.0 (Ft.)
DEPTH ELEVATION (Ft.)
DEPTH (Ft)
WATER LEVEL
OBSERVATIONS
SAMPLE TYPE
it
to
2
cc
FIELD TEST
RESULTS
LABORATORY
TORVANE/HP (psf)
STRENGTH TEST
WATER
CONTEND- (%)
z a
�i
M T O
03
TEST TYPE
COMPRESSIVE
STRENGTH
(psi) 1
4,
pp•
•
%•
•.04
FILL - CRUSHED STONE with cobbles
5 —
—
10—
2.0 841
X
y
10-13-13
N=26
6
10
•
•41
%•
•••
•••
•••••3.5
FILL - SANDY LEAN CLAY with gravel, dark brown
839.5
r
.,"'!!!///%
%/ ./
////6.5
SANDY LEAN CLAY (CL/SC), with sand layers, dark
V
gray, soft
836.5
8
1-1-2
N=3
500
(HP)
32
:./
.:1
:e
:•.4
°':/
SAND (SP -SC), with clay layers, fine to coarse grained,
14
light brown, loose
10.5 832.5
/\
T
N=3
N=3
20
Boring Terminated at 10.5 Feet
Stratification lines are approximate.In-situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method:
Hallow Stem Auger
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Notes:
Abandonment Method:
Boring backfilled with soil cuttings and sand upon
completion.
WATER LEVEL OBSERVATIONS
lierracon
3105 Capital Way Ste 5
Cedar Falls, IA
Boring Started: 5118/2017
Boring Completed: 5/18/2017
6.5 observed while sampling
Drill Rig: # 872
Driller WE
3.5' observed after casing removal
Project No.: 13175060
BORING LOG NO. 6 Page 1 of 1
PROJECT: Waterloo Boat House Enhancements CLIENT: Wayne Claassen Engineering & Surveying, Inc.
Waterloo, IA
SITE: 707 Park Road
Waterloo, IA
GRAPHIC LOG
LOCATION See Exploration Plan
WATER LEVEL
OBSERVATIONS
SAMPLE TYPE
RECOVERY (In.)
FIELD TEST
RESULTS
LABORATORY
TORVANE/HP (psf)
STRENGTH TEST
WATER
CONTENT (%)
DRY UNIT
WEIGHT (pa')
Latitude: 42.50692° Longitude: -92.34925°
Surface Elev,: 842.5 (Ft.)
DEPTH ELEVATION (Ma
5
u✓
2
o
w
n
COMPRESSIVE
STRENGTH
(psf)
�_
2
ir
w
• "' \.
CRUSHED STONE
°
0.5 842
.�..♦
FILL -SANDY LEAN CLAY trace organics, dark brown,
gip♦%♦
OOi
BORING LOG NO. 7 Page 1 of 1
PROJECT: Waterloo Boat House Enhancements CLIENT: Wayne Claassen Engineering & Surveying, Inc.
Waterloo, IA
SITE: 707 Park Road
Waterloo, IA
0
J
LOCATION See Exploration Plan
Latitude: 4250669° Longitude: -92.34897°.
Surface Elev.: 842.5 (Ft.)
DEPTH ELEVATION (Ft.)
2
r
az
o
WATER LEVEL
OBSERVATIONS
SAMPLE TYPE
G
ce
0
Ct
FIELD TEST
RESULTS
LABORATORY
TORVANE/HP (psi)
STRENGTH TEST
p
w i
p
U
DRY UNIT
WEIGHT (pcf)
TEST TYPE
COMPRESSIVE
STRENGTH
(psf)
in
\-04
CRUSHED STONE
5 —
10--
842
FILL -SAND fine to medium grained, gray brown
Xs
• 00
41,
•• •4`
0•00
00•
i1••••4.0
838.5
))(13
3 3-4
N=7
19
••3%
�••
•• • •
•
••
•••
FILL - LEAN CLAY trace sand and organics, dark
11
N12
39
brown
6.0 836.5
\/
X
.
..
•� • j
,.
.
.'%i.5
SAND (SP -SCI, with occasional clay layers, fine to
coarse grained, Tight brown, loose
10 832
13
N=41-2
19
X
18
0-1-1
N=2
20
Boring Terminated at 10.5 Feet
Stratification lines are approximate. In-situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method:
Hollow Stem Auger
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Notes:
Abandonment Method:
Boring backfilled with soil cuttings and sand upon
completion.
WATER LEVEL OBSERVATIONS
1Ierracon
3105 Capital Way Ste 5
Cedar Falls, IA
Boring Started: 5/18/2017
Boring Completed: 5/18/2017
.S7. 5.5' observed while sampling
Drill Rig: # 872
Duller: WE
S 3.5' observed after casing removal
Project No.: 13175060
BORING LOG NO. 8 Page 1 of 1
PROJECT: Waterloo Boat House Enhancements
CLIENT: Wayne Claassen Engineering & Surveying, Inc.
Waterloo, IA
SITE: 707 Park Road
Waterloo, IA
00
0
T
LOCATION See Exploration Plani
Latitude: 42.50653° Longitude: -92.34894°
Surface Elev.: 844.0 (Ft.)
DEPTH ELEVATION (Ft.)
x
n
WATER LEVEL
OBSERVATIONS
SAMPLE TYPE
—_.
se
w
0
FIELD TEST
RESULTS
y
rt 0
O xx
�u
m K
go
STRENGTH TEST
WATER
CONTENT (%)
DRY UNIT
WEIGHT (p
TEST TYPE
COMPRESSIVE
STRENGTH
(P
si
vs
11';:
•
hp:
»
FILL - SANDY LEAN CLAY trace organics, dark brown
5—
_v
10
4.0 840
X11
N824
\/
y,
/\
SILTY SAND (SM), with clay, fine to medium grained,
11
3-3-2
N=5
23
gray brown to dark gray, loose
dark gray at about 6.5 feet
8.5 835.5
\ /
J(
/\
10
N=1-1-3
N=3
22
.``
/410.5
SAND (SP -SCJ, with clay layers, fine to coarse grained,
light brown, loose
833.5
\/
Jt
/ \
12
0-2-3
N=5
20
Boring Terminated at 10.5 Feet
Stratification lines are approximate. In-situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method:
Hollow Stem Auger
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Notes:
Abandonment Method:
Boring backfilled with soil cuttings and sand upon
completion.
WATER LEVEL OBSERVATIONS
1 ierracon
3105 Capital Way Ste 5
Cedar Falls, IA
Boring Started: 5/18/2017
Boring Completed: 5/18/2017
= 6' observed while drilling
Drill Rig: # 872
Driller. W E
None observed alter casing removal
Project No.: 13175060
BORING LOG NO. 9 Page 1 of 1
PROJECT: Waterloo Boat House Enhancements CLIENT: Wayne Claassen Engineering & Surveying, Inc.
Waterloo, IA
SITE: 707 Park Road
Waterloo, IA
o
U
_
LOCATION See Exploration Plan
Latitude: 42.50652° Longitude: -92.34866°
Surface Elev.: 842.5 (Ft.)
DEPTH ELEVATION (FI,)
o
' WATER LEVEL
OBSERVATIONS
SAMPLE TYPE
>
O
FIELD TEST
RESULTS
LABORATORY
TORVANEMP (psf)
STRENGTH TEST
WATER I
CONTENT (%)
DRY UNIT
WEIGHT (pcfl
w
a
E
F
COMPRESSIVE
STRENGTH
(pso
z
to
) . t
e
-o
C1.5
r\ASPHALTIC CEMENT CONCRETE 7' 842
5 _
1
NZ_
CRUSHED STONE
841
44:4
144
�����
OJiFILL
�•••
XS.*
1+4.0
FILL - LEAN CLAY trace gravel and organics, dark
11
N=7
16
z.o brown840.5
- SAND trace clay, fine to medium grained, gray
838.5
�i.
1/
:.•:'.
/6.5
SAND (SP -SCJ, with clay, fine to medium grained, gray,
10
N1-3
21
very loose
836
• >'
`=:j
:j
:::///510
�
SAND (SP -SC) with clay layers, fine to medium grained,
/
1
0
N=5
21
light brown, loose
0 832.5
1
12
0-1-1
N=2
22
Boring Terminated at 10.5 Feet
Stratification lines are approximate. In-situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method:
Hollow Stem Auger
See Exploration and Testing Procedures for a
description of field and laboratory procedures
used and additional data (If any).
See °upp rting Inf rmation for explanation of
symbols and abbreviations.
Notes:
Abandonment Method:
Boring backfilled with soil cuttings and sand upon
completion.
WATER LEVEL OBSERVATIONS
1 is rracon
3105 Capital Way Ste 5
Cedar Falls, IA
Boring Started: 5/18/2017
Boring Completed: 5/18/2017
SZ 5.5' observed while sampling
Drill Rig: If 872
Driller: W E
4' observed after casing removal
Project No.: 13175060
BORING LOG NO. 10 Page 1 of 1
PROJECT: Waterloo Boat House Enhancements CLIENT: Wayne Claassen Engineering & Surveying, Inc.
Waterloo, IA
SITE: 707 Park Road
Waterloo, IA
IGRAPHIC LOG
LOCATION See Exploration Plan
Latitude: 42.50834° Longitude: -92.3484°
Surface Elev.: 843.5 (Ft.)
DEPTH ELEVATION (Ft.)
c.
o
WATER LEVEL
OBSERVATIONS
SAMPLE TYPE
RECOVERY (In.)
FIELD TEST
RESULTS
LABORATORY
TORVANEIHP (psf)
STRENGTH TEST
WATER I
CONTENT CA)
DRY UNIT
WEIGHT (pcf)
TEST TYPE
COMPRESSIVE
STRENGTH
(psf)
F.
z
w
757CLIAASPHALTIC
Cc<
0 b
CEMENT CONCRETF 844 g
5 —
_
—
CRUSHED STONE
1.0 842.5
ZOOS
t4brown
ie.
FILL - CLAYEY SAND fine to medium grained, light
2.0 841.5
4-3 4
N—�
2000
(HP)
11
31
•12
Opp
•i•••
epi.
��,n
FILL - SANDY LEAN CLAY trace organics, dark brownX
4.0 839.5
Q
y,.
2{/
CLAYEY SAND (SCI, fine to medium grained, dark gray,
10
2-1-1
N=2
21
very loose
6.0 837.5
:. /
,/
1,://
''
SAND (SP -SC), with clay, fine to medium grained, gray,
loose
es 835
14
223
N=5
23
;II ��
:;:{✓
:4 1
:°///,
SAND (SP -SCI with clay, fine to coarse grained, light
brown, loose
10.5 833
X11
NZ4
10
20
Boring Terminated at 10.5 Feet
Stratification lines are approximate. In-situ, the transition m y be gradual. Hammer Type: Automatic
Advancement Method:
Hollow Stem Auger
See Exploration and Testing Procedures fora
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Notes:
Abandonment Method:
Boring backfilled with soil cuttings and sand and patched
with asphalt upon completion.
WATER LEVEL OBSERVATIONS
1Ferracon
3105 Capital Way Ste 5
Cedar Falls, IA
Boring Started: 511 812 01 7
Boring Completed: 5119/2017
-i 6.5'observed while sampling
Drill Rig: if 872
Driller: WE
V. 3.5' observed after casing removal
Project No.: 13175060
GRAIN SIZE DISTRIBUTION
ASTM D422/ASTM C136
U.S. SIEVE OPENING
6 3 2
IN INCHES
.5 1 3/4
1/2318
I U.S. SIEVE
3 6 8101416
NUMBERS I HYDROMETER
20 30 40 5060 100140200
100
I
I
I
I
I
1
I
I I
1
I
I I
0
fill
II
1
I
85
11
1111111
0
80
-
- -- -I
111
---
—
1
IIIII
11111
l
III
��
NI
,20
70
'
II
►
�'�
m30
66�I
--
I
�. _
Il
��I
1
�11
I1
_
II
56
___I
I
��_��
460
0
50
I
m
45cC
40
35
II
—_1
��I
II
II
�'tc
r
.—_
.e
1
611
50z
60 ww0
m
° 3p
II
IIIIIIIII
70:�m
20
_
iiiM
11111111
15
I
_
-
_
Aiii
60
IF:1
III
m.
.
50
I
1
�II
L.
�
m
�II1
90
100
10
GRAIN SIZE
01
IN MILLIMETERS
0.01 0.00
COBBLES
GRAVEL
SAND
coarse
fine
coarse 1 medium 1 fine
SILT OR CLAY
BORING ID
DEPTH
% COBBLES
% GRAVEL
% SAND
% SILT
% FINES
% CLAY
USCS
•
1
4-5,5
0.0
0.0
93.5
6.5
SIEVE
PERCENT FINER
SOIL DESCRIPTION
(size)
•
•
GRAIN SIZE
—
_
Do
0.501
Do
0.24
REMARKS
D10
0.153
•
><
COEFFICIENTS
Cc
;
0.75
3.27
PROJECT: Waterloo Boat House
Enhancements
PROJECT NUMBER: 13175060
SITE: 707 Park Road
Waterloo, IA
1 E?rrcacon
CLIENT: Wayne Claassen Engineering &
Surveying, Inc.
Waterloo IA
3105 Capital Way Ste 5
Cedar Falls, IA
EXHIBIT: B-1
0
0 0
E3
rc
0
0
LL
5
5
GRAIN SIZE DISTRIBUTION
ASTM D422 ASTM C136
U.S, SIEVE OPENING
6 4 3 2
g
IN INCHES 1 U.S. SIEVE NUMBERS I HYDROMETER
5 1 314 112318 3 6 810 1416 20 30 40 50 60 100140 200
00
1
I
I
11
I
i
I•
i-
1
1 1
0
90
85
10
75
75
20
70
65---__..__.---.,
_
30
60
-
0 55
--
--x0
dD15
m
W
50
CD
u±i
500
b
45
^
w
U
35
_
co
I o.
30
—
'_`_...._.._.._
��
__...__�..__
�—
O
25--
__
_
,____�__._,..--..—.__—_—._
20
_
15
80
105
—
90
0
•
100 10
GRAIN SIZE
01
IN MILLIMETERS
9p
0.01 o.odPO
GRAVEL
I SAND
COBBLES '
coarse 1 fine
coarse' medium ' fine
SILT OR CLAY
BORING ID
DEPTH
% COBBLES
% GRAVEL
% SAND
% SILT
% FINES
% CLAY
USCS
!
4
4 - 5.5
0.0
0.0
55.4
34.3
10.3
SIEVE
PERCENT FINER
SOIL DESCRIPTION
(size)
•
•
GRAIN SIZE
-
•
D
0.315
D%
0.034
REMARKS
0,0
0.005
•
COEFFICIENTS
Co
Co
0.77
64.18
T
PROJECT: Waterloo Boat House
Enhancements
PROJECT NUMBER: 13175060
SITE: Wa7 Park te Ioo,RlAad
1 ierracon
Wayne Claassen Engineering &
SurveyngInc.
Waterloo, IA
3105 Capital Way Ste 5
Cedar Falls, IA
EXHIBIT: 13-1
O
0
0
Li
0
0
GRAIN SIZE DISTRIBUTION
ASTM D4221ASTM C136
U.S. SIEVE OPENING
6 4 3 2
IN INCHES I U.S. SIEVE NUMBERS I HYDROMETER
5 1 3/4 V23/8 3 4 6 610 141G 20 30 40 50 60 100140200
100
1
I
I
11
1
I
I
I t``I\
I
I I
PERCENT COARSER BY WEIGHT
g h
co0 a
95
90
—
_..
85
80
_..
____
i____.___—_,___
____
__.__
65
60
t--
=
0 55
w
T 50
m
tr
•
Z 45
40
w
0
35
..
Li=
0
20
7±11
\\
15---------
I1iI±
10
--�-
---
_._._.._.
100
10
GRAIN SIZE
01
IN MILLIMETERS
0.
1 eon°
COBBLES
VE L
L coarse fine I coarse
mediumN L fine
SILT OR CLAY
BORING ID
DEPTH
% COBBLES
% GRAVEL
% SAND
% SILT
% FINES
% CLAY
USCS
!
8
6..5.8
0.0
0.0
81.1
14.5
4.5
SIEVE
PERCENT FINER
SOIL DESCRIPTION
(size)
•
•
GRAIN SIZE
-
•
Deo
0.343
D,
0.172
REMARKS
D,0
0.027
•
><,
COEFFICIENTS
C0
Cc
3.16
12.57
PROJECT: Waterloo Boat House
Enhancements
1 Ferracon
3105 Capital Way Ste 5
Cedar Falls, IA
PROJECT NUMBER: 13175060
SITE: 707 Park Road
Waterloo, IA
CLIENT: Wayne Claassen Engineering &
Surveying, Inc.
Waterloo, IA
EXHIBIT: B-1
SUPPORTING INFORMATION
Responsive ■ Resourceful ■ Reliable 21
GENERAL NOTES
DESCRIPTION OF SYMBOLS AND ABBREVIATIONS
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 ■ Terracon Project No, 13175060.01
lferracon
GeoReport
4'SNA4gIW6 fir$ 4, �
;x.'•,wa.srda$',"..r.tir • A'rbRtEVEK4uTz $sN �'S "w'a �,
r ,
��{"imav"i� :. ;r� { Lb {fir^;y
,3 .F(Eytj),T��TS fSMt
Water Initially Encountered
(HP) Hand Penetrometer
Auger
Split
I
Spoon
'I
Water Level After a Specified Period
of Time
Water Level After a Specified Period
(T) Torvane
(b/f) Standard Penetration Test (blows per
Shelby
Ring Sampler
Grab
Tube Macro
—
Rock
—permeability
5
Sample No Recovery
Core
/
Core
of Time
Water levels indicated on the soil boring logs are the levels
measured in the borehole at the times indicated.
Groundwater level variations will occur over time. In low
soils, accurate determination of groundwater
levels is not possible with short term water level
observations.
foot)
(PID) Photo -Ionization Detector
(OVA) Organic Vapor Analyzer
(DCP) Dynamic Cone Penetrometer
OtSdXIPTAYe,`�S llitasS.
FI I an
ata ••t1 7, P..att Si&
Soil classification is based on
sieve; their principal descriptors
sieve; they are principally described
modifiers and minor constituents
are defined on the basis of their
the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200
are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200
as clays if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be added as
may be added according to the relative proportions based on g ain size. In addition to gradation, coarse-grained soils
in-place relative density and fine-grained soils on the basis of their consistency.
L AVE
Unless otherwise noted, Latitude
variable. Surface elevation data
Instead, the surface elevation
and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is
annotated with +1- indicates that no actual topographical survey was conducted to confirm the surface elevation.
was approximately determined from topographic maps of the area.
rC
- STRENGTH TERMS -
RELATIYE DENSITY O)
(More han 50/a retained
t
DetvsI .eeterrnme�Yd Stands
r.
COARSE GRAINED SOILS
on Nb -20 0 sieve)
et�ion Resistance
?d Re n
CONSISTElIgy OF FINE GRAINED SOILS
509j r more aestng the No 200 sieve -:-,•
CS )
Cbngistencydetermined by Iaboraldrysbeatstcengthifestinua
g tjeld lnsl rnhb
aal proceQOfet er
den¢hghonrreslst`dnces �'
sPanaid p
seri t)v¢ 1' rm Densit
P 0 ( Y)2
StandarctPebetrailon or N Velue
-..,;
Blows/Ft. -"
Db a, hi'
.�
onsateniiy)', �,
llgpq ryned Bo pressiv¢
4n,
_.. A,treo9thielu,tsf
3�gdarrl P�neT ti qr N Vat9?;
= `Et1 /FL•
Very Loose
0-3
Very Soft
Less than 0.25
0-1
Loose
4-9
Soft
0.25 to 0.50
2-4
Medium Dense
10-29
Medium Stiff
0.50 to 1.00
4-8
Dense
30 - 50
Stiff
1.00 to 2.00
8- 15
Very Dense
> 50
Very Stiff
Hard
2.00 to 4.00
> 4.00
15 - 30
> 30
ELATtVE f11 OPORT ONS QF SAND AND GRAVEL
' GRAIN SIZE TRRMINOLOGY
senghve term(3) of ,
4rthbt-'60hetitueuts
percent °/ of drtyei• bf
( i y„ g
-, ..
l 1o0 cgmpiodent of
-semhlat„ -
_ '- 4
-arOcle size=. -
Trace
< 15
Boulders
Over 12 In. (300mm)
With
15 - 29
Cobbles
12 in. to 3 in. (300mm to 75mm)
Modifier
> 30
Gravel
3 in. to #4 sieve (75mm to 4.75mm)
Sand
#4 to #200 sieve (4.75mm to 0.075mm)
Silt or Clay
Passing #200 sieve (0.075mm)
- REL:ATTVE PROPQRTIO$l$ 074( NW. -PLASTICITY
DPSCI3IPTION ,
A° •S Ng }erm(S) df :
Qilser ceinstduenta'
= -- " _
Percent (() W dF9•Gve)ght-. .
errtt o
PI3crty Iitlez
Trace
<5
Non plastic
0
With
5 - 12
Low
1- 10
Modifier
> 12
Medium
11 - 30
High
> 30
UNIFIED SOIL CLASSIFICATION SYSTEM
Waterloo Boat House Enhancements ■ Waterloo, Iowa
June 15, 2017 ei Terracon Project No. 13175060.01
for Assigning Group Symbols and Group Names Using, Laboratory Tests A
lFerracon
GeoReport
Soil Classification
Group
Symbol
Group Name
Coarse -Grained Soils:
More than 50% retained
on No. 200 sieve
Gravels:
More than 50% of
coarse fraction
retained on No, 4 sieve
Clean Gravels:
Less than 5% fines°
Cu>4 and 1 <Cc53E
GW Well -graded gravel F
Cu < 4 and/or 1 > Cc > 3 E
GP Poorly graded gravel F
Gravels with Fines:
More than 12% fines °
Fines classify as ML or MH
GM Silty gravel FAH
Fines classify as CL or CH
GC Clayey gravel F,G"
Sands:
50% or more of coarse
fraction passes No. 4
sieve
Clean Sands:
Less than 5% fines °
Cu> 6 and 1 <Cc 53E
SW Well -graded sand
Cu <6 and/or 1> Cc > 3E
SP Poorly graded sand
Sands with Fines:
More than 12% fines °
Fines classify as ML or MH
SM Silty sand°•H,I
Fines classify as CL or CH
SC Clayey sand °'H'I
Fine -Grained Solis:
50% or more passes the
No. 200 sieve
Silts and Clays:
Liquid limit less than 50
Inorganic:
PI > 7 and plots on or above "A" line
CL
Lean clayk.L,M
PI < 4 or plots below "A" line
ML
Silt K,L,M
Organic:
Liquid limit - oven
Liquid limit - not dried
< 0.75
OL
Organic clay K,L•M,
Organic silt K,L,M,
Silts and Clays:
Liquid limit 50 or more
Inorganic:
PI plots on or above "A" line
CH
Fat clay K,L,M
PI plots below "A" line
MH
Elastic Silt K
Organic:
Liquid limit - oven
Liquid limit - not dried
< 0.75
OH KL,M,Q
Organic silt
Organic clay K.L,M,P
Highly organic soils:
Primarily organic matter, dark in color, and organic odor
PT Peat
A Based on the material passing the 3 -inch (75 -mm) sieve
° If field sample contained cobbles or boulders, or both, add "with
cobbles or boulders, or both" to group name.
° Gravels with 5 to 12% fines require dual symbols: GW -GM well -graded
gravel with silt, GW -GC well -graded gravel with clay, GP -GM poorly
graded gravel with silt, GP -GC poorly graded gravel with clay.
° Sands with 5 to 12% fines require dual symbols: SW -SM well -graded
sand with silt, SW -SC well -graded sand with clay, SP -SM poorly graded
sand with silt, SP -SC poorly graded sand with clay
(093)'
ECU= D6dDio CC
D10 X Dao
F If soil contains > 15% sand, add "with sand" to group name.
° If fines classify as CL -ML, use dual symbol GC -GM, or SC -SM.
H If fines are organic, add "with organic fines" to group name.
If soil contains >_ 15% gravel, add "with gravel" to group name.
If Atterberg limits plot In shaded area, soil Is a CL -ML, silty clay.
K If soil contains 15 to 29% plus No. 200, add "with sand" or "with
gravel," whichever is predominant.
L If soil contains > 30% plus No. 200 predominantly sand, add "sandy"
to group name.
M If soil contains > 30% plus No. 200, predominantly gravel, add
"gravelly" to group name.
Al PI >_ 4 and plots on or above "A" line.
° PI < 4 or plots below "A" line.
P PI plots on or above "A" line.
o PI plots below "A" line.
PLASTICITY INDEX (PI)
60
50
40
30
20
10
7
4
0
For classification
soils
_of coarse-grained
Equation
Horizontal
then
Equation
Vertical
-- then
I
and flne-grained
of"A'
at P
PI=0.73
of "U'
at LL=
P1=0.9 (LL
I
of
soils
- line
=4 to LL=25.5.
(LL•20)
• line
6 to PI=7,
1
fine-grained
fraction
_
T
.J
c"7
°�
C.
0`2`
-8)
`OV
•
MH or
OH
ML or
_L
OL
CL "AMU `
1
0 10 16 20
30 40 50 60 70
LIQUID LIMIT (LL)
SECTION 32 13 16
DECORATIVE CONCRETE PAVING
PART 1 - GENERAL
1.01 Summary: This work includes the construction of colored, tooled PCC pavement to the lines and grades
shown on the plans, including reinforcement bar systems. The work shall include all labor, materials,
equipment, and transportation required to install the colored and tooled PCC pavement.
1.02 Quality Assurance:
A. Design Criteria: The concrete mix used with pigment added shall be Class C-4, Class 3 aggregate
meeting the requirements of the Standard Specifications. The aggregate, cement, and integral
color shall be from the same source identical throughout the entire project. The material sources
and mix proportions for this project shall be accurately recorded and furnished to the Engineer at
the completion of the project.
B. Samples: Submit samples of color and product information to the Engineer for approval prior to
installation.
C. Test Reports: Submit certified test reports of pigment showing compliance with ACI 303.1, ASTM
C 979, ASTM C494 and AASHTO M194. Color pigments shall be light fast, wettable, weather
resistant, ultra -violet resistant, alkali resistant, and free of deleterious fillers and extenders.
D. Manufacturer Qualifications: Manufacturer shall have minimum 5 years experience in the
production of specified products.
E. Installer Qualifications: An installer shall have minimum 5 years experience with work of similar
scope and quality, and shall be able to provide list of 3 projects similar in scope to this project
which have been completed within the local area to prove qualifications.
PART 2 -PRODUCTS
2.01 Integral Color: The integral color shall be Tan and Dark Gray by L.M. Scofield Company, Solomon
Grind -Chem Service, Inc., Chem Masters Chemtint, or approved equal. The integral color admixture
shall be added to the concrete mix at the batch plant as per manufacturer's recommendation. Exact
color determination will be from manufacturer's standard color palate.
2.02 Sealant: Sealant shall comply with ASTM C 309 as a non -yellowing, curing membrane in accordance
with the manufacturer's recommendations.
PART 3 — EXECUTION
3.01 Construction and Installation:
A. Concrete placement shall be in accordance with Section 2301 of the Standard Specifications and
manufacturer's recommendations. Integrally Colored Concrete Environmental Requirements:
1. Schedule placement to minimize exposure to wind and hot sun before curing materials are
applied.
Waterloo Boathouse 32 13 16 DECORATIVE CONCRETE PAVING
Waterloo, Iowa Page 1 of 2
2. Avoid placing concrete if rain, snow, or frost is forecast within 24 -hours. Protect fresh concrete
from moisture and freezing.
3. Comply with professional practices described in ACI 305R and ACI 306R.
B. Schedule delivery of concrete to provide consistent mix times from batching until discharge. Mix
times shall meet manufacturer's written recommendations.
C. Do not add water to concrete mix in field.
D. Admixture: The Engineer must approve the use of admixtures. Calcium chloride admixture is not
allowed.
E. Integral Mix: Mix color pigment into the designated mix at the rate recommended by the
manufacturer to produce the specified color.
F. Slump shall be maintained at 3 to 4 inches. Addition of a super -plasticizer is acceptable to improve
the placing and finishing of concrete. While concrete is still in the plastic stage of set, tooling and
finishing shall be done to make the desired surface.
G. Tooled joints: Joints shall be made with a 1/2 -inch -deep parting tool to produce straight lines of
uniform depth in the patterns as detailed in the plans.
H. Surface finish: The entire surface of the colored, tooled concrete shall be textured using a system of
pattern -matched tools to provide a 'fractured slate' appearance. The surface texturing shall be
done in such a manner as to provide a uniform appearance over the entire paved area. All work
shall be done in accordance with manufacturer's guidelines. The use of a release agent prior to
texturing the concrete is recommended. Excess release material shall be removed in accordance
with the manufacturer's instructions.
I. Curing: The use of white -pigmented cure compounds, burlap, plastic sheeting, or fogging with
water is not allowed. Sealant shall be specifically recommended by manufacturer of integral color
admixture for use with their product. Sealant shall be applied in a fine spray to form a continuous,
uniform film on the surface as soon as the free water has appreciably disappeared. Surface shall
be protected from construction damage, dirt, debris, oil, etc. by covering with waterproof paper for a
period of 24 hours. A second sealant application shall then be made and protected from foot traffic
for a minimum of 8 hours and vehicular traffic for a minimum of 7 days.
J. The Contractor shall patch and repair all defects in the surface.
3.02 Method of Measurement: The quantity of colored, tooled PCC pavement constructed will be computed in
square yards by the Engineer from measurements of the finished surface. Deductions will not be made
for fixtures having an area of 1 square yard or less.
3.03 Basis of Payment: For the area of colored, tooled PCC pavement measured, the Contractor will be paid
the contract unit price per square yard. This payment shall be full compensation for all equipment,
tools, labor and materials necessary to construct colored, tooled PCC pavement as specified in the
contract documents.
END OF SECTION 32 13 16
Waterloo Boathouse 32 13 16 DECORATIVE CONCRETE PAVING
Waterloo, Iowa Page 2 of 2
SECTION 32 92 19
SEEDING
PART 1- GENERAL
1.01 WORK INCLUDED
A. Preparing the ground surface and removal of vegetation in all areas to be seeded in
accordance with this specification and all areas disturbed by construction.
B. This section covers furnishing and sowing seed, compacting, mulching, and establishing turf in
accordance with this specification at the locations shown on the drawings.
C. Furnish all labor, tools, equipment, material, and perform all operations necessary and
incidental to proper execution and completion of all work in accordance with the drawings and
specifications.
PART 2 - PRODUCTS
2.01 SEED
A. All seed shall be furnished in sealed containers. Seed which has become wet, moldy, or
otherwise damaged in transit or storage will not be acceptable. The seed mixture shall be as
follows. Submit all seed certificates to the Landscape Architect for approval.
2.02 SEED MIXTURE
A. "Choice Sun and Shade Mix", a certified blend of four Kentucky Bluegrass (40%), Perennial
Ryegrass (30%), and Creeping Red Fescue (30%) cultivars as classified in the ASPA GSS. The
blend shall include the following turf cultivars:
MINIMUM % RATE OF
PURE LIVE PERCENT APPLICATION
SEED GERM. PER 1000 SF
Kentucky Bluegrasses 90% 90% 2 Ib.
Perennial Ryegrass 90% 90% 1.5 Ib.
Creeping Red Fescue 90% 90% 1.5 Ib.
2.03 SEED SUPPLIER
A. Furnish seed from the following source (or approved equal):
1. Waterloo Mills, 2050 E. Mitchell Ave., Waterloo, Iowa (319-234-7756)
2.04 MULCH
A. Straw mulch shall be the thrashed plant residue of oats, wheat, barley, or rye from which grain
has been removed. The straw shall be free of prohibitive weed seeds as stated in the Iowa
Seed Law, and shall be relatively free of all other obnoxious and undesirable seeds.
2.05 SOIL FOR REPAIRS
A. Native topsoil for filling areas to be repaired shall be free of large stones, clods, roots, stumps,
or other materials that would interfere with subsequent seeding, compacting, or establishment.
Waterloo Boathouse 32 92 19 SEEDING
Waterloo, Iowa Page 1 of 4
2.06 FERTILIZER
A. Post -plant Fertilizer with Post -Emergent Weed Control
1. Magnesium ammonia phosphate and magnesium potassium phosphate with nitrogen
phosphorus potash ratio of 26 percent nitrogen, 0 percent phosphorus, and 0 percent
potash, granulated to pass through a 1/8 -inch screen. Granular fertilizer shall be a slow
release type with a minimum of 50 percent of the nitrogen shall be water insoluble. The
active weed control ingredient shall be 2,4-D only.
26 % nitrogen (N), 4 % phosphorus (P205), and 4 % potash (K2O).
B. Micro -Nutrient Post -plant Fertilizer
1. A standard formulation of micro -nutrients that supply iron, manganese, copper, zinc,
boron, and molybdenum. Optimil by Emerald Isle or approved equal.
PART 3 - EXECUTION
3.01 GENERAL
A. The Contractor shall install topsoil and establish a finish graded soil surface ready to receive seed
or sod and plants. The surface shall be free of clods, rocks or construction debris larger than 2".
The soil surface shall be free of low spots. THE SEEDBED MUST BE IN A LOOSE, FINE
GRADED CONDITION AND APPROVED BY THE ARCHITECT PRIOR TO SEEDING
B. Portions of the site not readily worked by machine shall be worked by hand. Areas adjacent to
curbs, walks, signs, existing trees, light poles and other site items shall be hand worked and
blended into adjacent grades.
C. Do not handle or grade soil when wet or frozen.
D. Areas to be seeded are shown on the plans and include all areas disturbed by construction.
E. Skipped areas wider than the distance between drills, in case of drilling operations or areas
averaging more than four (4) inches in width in the case of broadcasting operations shall be
reseeded. Drill sowing is the preferred method.
3.02 FINISH GRADING
A. The words "finished grades," as used herein, mean the required final grade elevations indicated
on the drawings.
B. Uniformly grade areas within limits of grading under this section. Smooth finish surface to within
1" of finish grade, with a loose uniformly fine texture. Site grading shall be finished in a
workmanlike manner true to the intent shown on the plans.
C. Grading Outside Building Lines: Grade areas adjacent to building lines to drain away from
structures at a 2% minimum slope and to prevent ponding of water. Finish surfaces shall be free
from irregular surface changes.
Waterloo Boathouse 32 92 19 SEEDING
Waterloo, Iowa Page 2 of 4
3.03 SOWING SEED
A. All sowing of seed shall be completed between the dates of March 15 and May 30 for spring
seeding; and August 15 and October 1 for fall seeding. Sowing delayed beyond the specified
dates, and due to circumstances beyond the contractor's control, may be continued upon
written approval.
B. The sowing may be stopped when satisfactory results are not likely to be obtained due to
drought conditions excessive moisture, high wind or other unfavorable conditions. Sowing of
seed shall be resumed only when conditions are again favorable or when alternative or
corrective measures and approved procedures have been adopted.
C. Broadcast Sowing: Seed shall be broadcast by approved sowing equipment where drill sowing
is not practical, at a rate which will provide not less than the minimum quantity of seed stated in
these specifications. The seed shall be uniformly distributed over the designated areas.
Broadcast sowing shall not be done when the wind exceeds a velocity of five (5) miles per hour.
The seed shall be placed 1/4" to 3/8" in the soil by means of a harrow or cultipacker.
3.04 CLEANING UP
A. After the seed has been sown, and prior to compacting, the surface shall be cleared of all
stones and other objects larger than two (2) inches in the greatest diameter, and all wire, roots,
brush, or other objects that may interfere with subsequent operations.
3.05 COMPACTING
A. Immediately after the sowing operations have been completed, the entire area shall be
compacted by means of a cultipacker, roller or other approved equipment, in order to reduce air
pockets to a minimum. When a cultipacker or other approved equipment that leaves a
roughened surface is used, the final rolling shall be along the contour and at right angles to the
prevailing winds to reduce dust. If the mulching operation can be accomplished the same
working day the area is seeded, compacting of the seed and anchoring the mulch may be done
at the same time.
3.06 MULCHING
A. Straw mulch shall be spread uniformly in a continuous blanket, using not less than 2,000 Ib. per
acre or one (1) bale per 1,000 square feet, approximately 4 to 5 straws deep and having soil
show through mulch. Mulching shall start at the windward side of relatively flat areas, or at the
upper part of a steep slope, and shall continue until the area is completely covered.
B. Immediately following spreading of the straw, the material shall be anchored to the soil by a V -
type wheel land packer, a disc harrow set to cut only slightly, or other suitable equipment which
will secure the straw firmly in the ground to form a soft binding mulch and prevent loss or
bunching by the wind.
3.07 MAINTENANCE
A. Maintain lawns for not less than the period stated below, and longer as required to establish an
acceptable lawn.
1. Seeded lawns, not less than 60 days after substantial completion.
B. Maintain lawns by watering, fertilizing, weeding, mowing, trimming, and other operations such
as rolling, re -grading and replanting as required to establish a smooth, acceptable lawn, free of
eroded or bare areas.
C. Watering: The Contractor is to provide supplemental water as needed to promote healthy turf
establishment. The Contractor shall be responsible for operation and scheduling of the
irrigation until final acceptance.
Waterloo Boathouse 32 92 19 SEEDING
Waterloo, Iowa Page 3 of 4
D. Fertilizer: 30 to 45 days after the original seeding and prior to the first mowing, the contractor
shall apply ten (10) Ib. per 1,000 square foot a 16-8-8 or other approved fertilizer to all seeded
areas. 50% of the nitrogen shall be in a slow release form.
3.08 REPAIRS OF SEEDED AREAS
A. When the surface has become gullied or otherwise damaged during the period of establishing
turf, the affected area shall be repaired to reestablish the grade and the condition of the soil,
and shall be reseeded at the original seed rate. Fill material shall be placed and compacted in
six (6) inch lifts. Reseeding shall be done in a manner that will cause a minimum of disturbance
to the existing stand of grass.
3.09 ACCEPTANCE OF TURF
A. The Architect will inspect the turf both during construction and during the Substantial
Completion inspection. Final acceptance will follow Architect's final approval of the punch list
and the following criteria:
1. Turf has rooted into the soil to a depth of 2 inches.
2. Turf is free of dead or bare spots in excess of 4 square inches and of sufficient density
and uniformity throughout the planted area.
END OF SECTION 32 92 19
Waterloo Boathouse 32 92 19 SEEDING
Waterloo, Iowa Page 4 of 4
STORMWATER POLLUTION PREVENTION PLAN
F.Y. 2018 WATERLOO BOATHOUSE ENHANCEMENTS
CITY OF WATERLOO CONTRACT NO. 940
WATERLOO, IOWA
CONTACT INFORMATION:
PAUL HUTING, LEISURE SERVICES DIRECTOR
CITY OF WATERLOO
1101 CAMPBELL AVE.
WATERLOO, IA 50701
(319) 291-4370
PREPARED BY: WAYNE CLAASSEN ENGINEERING & SURVEYING, INC.
May 19, 2017
1
TABLE OF CONTENTS
DESCRIPTION PAGE
1. SITE DESCRIPTION 3
2. CONSTRUCTION ACTIVITY 3
3. POTENTIAL SOURCES OF POLLUTION 3
4. CONTROLS 4
5. INSPECTION 6
6. CITY ENFORCEMENT 7
7. UPDATING THE PLAN 8
8. HAZARDOUS CONDITIONS 8
9. PLAN LOCATION AND ACCESS 9
10. CERTIFICATIONS 10
APPENDIX A
EROSION CONTROL PLAN
APPENDIX B ATTACHMENTS
1. Notice of Intent
2. Proof of Publication
3. Inspection and Maintenance Forms
4. Sequence of Events
5. Stormwater NPDES Permit
APPENDIX C STANDARDS FROM THE IOWA CONSTRUCTION SITE
EROSION CONTROL MANUAL
2.2 Dust Control
2.3 Mulching
2.4 Seeding and fertilizing
2.5 Silt Fence
3.14 Stabilized Construction Entrance
3.16 Sediment Barrier
APPENDIX D IOWA DOT STANDARD ROAD PLANS
EC -201 Silt Fence
APPENDIX E
9040.102
9040.119
9040.120
SUDAS STANDARD DRAWINGS
Filter Berm & Filter Sock
Silt Fence
Stabilized Construction Entrance
2
This SWPPP is comprised of this document, the Site Map, all Inspection/Maintenance records
and letters of correspondence. It shall be updated regularly, and shall be located on-site.
SWPPP Site Manager
Name:
Address:
Phone No.:
This SWPPP is comprised of this document, the Site Map, all Inspection/Maintenance records
and letters of correspondence. It shall be updated regularly, and shall be located on-site.
1. SITE DESCRIPTION
This project is located Southwest of the intersection of Park Rd. and Fairview Ave.,
Waterloo, Iowa. It is in the MAN of Sec 23-T89N-R13W, in Black Hawk County, Iowa.
This project is located in an area of Loamy Alluvial Land (type C315 from the Black
Hawk County Soil Survey). It consists of highly stratified recently deposited Alluvial
sediments that have not been in place long enough for soil to develop.
Existing runoff water quality has not been analyzed for this project.
Runoff from this construction -site will flow to infiltration areas and slowly seep into the
Cedar River. Excessive runoff will sheet drain to the Cedar River.
2. CONSTRUCTION ACTIVITY
This project is for the construction of improvements to an existing parking lot.
This project site covers approximately 44 acres with an estimated 3 acres being disturbed.
Soil disturbing activities will include topsoil stripping and stockpiling, excavation, utility
construction, paving, and landscaping.
The estimated average runoff curve number for this project after completion will be 64.
3. POTENTIAL SOURCES OF POLLUTION
Site sources of pollution generated as a result of this work relate to silts and sediment
which may be transported as a result of a storm event.
3
Other potential sources of pollution at the project site would be related to:
• Disposal of construction waste materials -Construction and demolition waste
materials are required to be taken to a permitted sanitary landfill. Rubble, rock
and sand may be disposed of without a permit in an environmentally safe manner.
Rubble, rock and sand may not be disposed of in waterways, floodplains or
wetlands without IDNR or jurisdictional approval. Open burning of trees, tree
trimmings, etc., is prohibited within the city limits of Waterloo.
• Sanitary facilities -Treat or dispose of sanitary wastes that are generated on-site in
accordance with State or local requirements.
• Vehicle track out -Vehicles must use the truck clean off area when leaving the
project site.
• Leaks from equipment or vehicles -All leaks must be promptly cleaned up in an
environmentally safe manner. Leaks should be prevented from entering the storm
water system. Particular attention should be paid to vehicle/equipment
maintenance areas.
• Concrete washouts -A concrete washout basin must be maintained on the site. The
washout may be pre -fabricated bays or containers only. Washout sites must be
legibly signed.
• Dumpsters-Dumpsters shall be used for temporary storage of on-site waste
materials. Dumpsters should remain covered at all times except for
loading/unloading.
• Dust -The Contractor must implement dust control measures as necessary.
• Building Materials (paints, solvents, etc.) -Materials must be stored and disposed
of properly.
4. CONTROLS
Refer to the Erosion Control Plan in Appendix A for location of typical slopes, ditch
grades, and structural and non-structural controls. Additional information, installation and
maintenance practices can be found in the "Iowa Construction Site Erosional Control
Manual".
Streets shall be cleaned daily of any tracked material. Any materials tracked onto streets
shall be removed within 24 hours.
Silt fence will be placed along the perimeter of the project by the grading Contractor
prior to beginning grading or clearing and grubbing operations. This will intercept run-off
water and filter out sediment prior to leaving the site. Vegetation in areas not needed for
construction shall be preserved.
4
A stabilized construction entrance off area shall be placed at the entrance/exit to the
project site. It will prevent dirt/debris from leaving the site. It shall be maintained until it
becomes necessary to remove it in order to complete the paving. Streets shall be cleaned
daily of any tracked material.
A concrete washout basin shall be installed on-site. The washout basin will contain the
washout water with a high alkaline content that would have a harmfiil effect on plants
and animals. Concrete trucks must drive past the washout basin as they are leaving the
site. It shall be removed and the area restored prior to final seeding. Disposal of hardened
concrete shall be at an off-site permitted site. The washout areas will be inspected daily to
ensure that all concrete washing is being discharged into the washout area, no leaks or
tears are present, and to identify when concrete wastes need to be removed. The washout
areas will be cleaned out once the area is filled to 75 percent of the holding capacity.
Once the area's holding capacity has been reached, the concrete wastes will be allowed to
harden; the concrete will be broken up, removed and disposed of.
A building material dumpster shall be placed on-site. All construction waste materials
shall be disposed of at the end of every day into the dumpster. Dumpsters shall be
emptied regularly to prevent overflow. Dumpsters shall be inspected periodically and
maintained to prevent leaks. Dumpsters shall remain closed when not in use. Use of the
dumpster will keep the project site cleaner, safer, and prevent materials from spreading to
adjacent off-site areas. The location of the dumpster allows easy access to those who will
empty it.
A portable sanitary facility shall be placed on-site and maintained for the duration of the
project. This will control the spread of bacteria, parasites and viruses. The facility is
located to allow convenient access to those who will maintain it, and away from storm
sewer inlets. The sanitary facility must be secured to the ground in order to prevent
spillage.
Parking areas shall be designated at the site for all Contractor/subcontractor employees.
Parking area is to be maintained in a clean and orderly condition. The designated parking
area will help control off-site tracking and reduce the amount of land disturbed.
Material and equipment storage areas shall be located in areas that are not subject to
contact with water or where contaminated run-off from storage cannot enter waters.
Only minor equipment maintenance will be allowed on-site. All equipment fluids
generated from maintenance activities will be disposed of into designated drums stored
on spill pallets. Absorbent, spill -cleanup materials and spill kits will be available at the
materials storage area. Drip pans will be placed under all equipment receiving
maintenance.
All hazardous waste materials such as oil filters, petroleum products, paint and equipment
maintenance fluids will be stored in structurally sound and sealed shipping containers,
5
within the hazardous materials storage area. Secondary containment will be provided for
all waste materials in the hazardous materials storage area, and will consist of
commercially available spill pallets.
Garbage shall be placed in acceptable closed containers. Containers shall be emptied
regularly and taken to an approved disposal site.
Disturbed areas shall be stabilized, after the area is no longer being actively worked, no
later than seven (7) days from the last activity. Reducing the time of exposure will reduce
the potential for run-off.
The Contractor shall notify the City when all measures required by applicant's SWPPP
have been accomplished on site (a pre -construction inspection). The pre-constniction
inspection is to be completed before construction begins
Stabilization will be completed by the establishment of permanent perennial vegetation,
at a uniform density of 70%, in all disturbed areas. All temporary erosion and sediment
controls shall not be removed until the City has determined that the site has been
permanently stabilized with seventy percent (70%) perennial cover according to IDNR
Notice of Discontinuation. The City shall be notified for a post -construction inspection.
The following post construction BMPs will be implemented:
• Storm water quality infiltration areas will be installed.
As the project progresses, additional erosion control items such as: subsurface drains,
check dams, soil stabilization mats and other appropriate measures shall be installed by
the Contractor as determined by the engineer after field investigation. The project will be
completed by the establishment of permanent perennial vegetation of all disturbed areas
by the Contractor.
5. INSPECTION
When all controls are placed and prior to commencement of work, the Contractor shall
notify the City Engineer (319) 291-4312 for a pre -construction inspection.
The project will be inspected by the Contractor, or designated person, every seven
calendar days. The findings of this inspection shall be recorded. This plan may be revised
based on the findings of the inspection. The Contractor (or designated person) shall
implement all revisions.
Site inspection reports and change of circumstances or site condition reports are required
to be submitted to the City within 24 hours. Reports can be submitted to the City
Engineer via fax (319) 291-4262, via email stormwater.waterloo-IA.org., or
6
mailed/delivered to City Engineer, 715 Mulberry St., Waterloo, IA 50703. Any
deficiencies found during a site/inspection must be corrected within 7 day of discovery.
All inspection reports must be made available to any enforcement officer upon request.
Plans are to be submitted to the City. They must also be made available to any staff or
Federal enforcement officers upon request.
In addition to the inspection and maintenance reports, the Contractor shall keep records
of the construction activity on the site. In particular, the operator should keep a record of
the following information:
• The dates when major grading activities occur in a particular area.
• The dates when construction activities cease in an area, temporarily or
permanently.
• The dates when an area is stabilized, temporarily or permanently.
After 70% stabilization has been reached and before the remaining temporary controls
have been removed, the Contractor shall notify the City Engineer for a post -Construction
inspection.
Records shall be retained by the Pennittee for a period of at least three years from the
date of Notice of Discontinuation.
6. CITY ENFORCEMENT
A. All inspections undertaken by the City under this article shall be conducted by the
enforcement officer. Refer to City ordinance, Title 8, Article 4 Stormwater
Management Program, Article B Construction Site Erosion and Sediment Control,
Section 5, Inspection Procedures. The entire article is available for viewing in the
City Clerk's office, or online through the City's website:
http://www.ci.waterloo.ia.us
B. The Contractor shall notify the City when all measures required by applicant's
SWPPP have been accomplished on site. The enforcement officer may inspect the
property to determine compliance. If the enforcement officer determines that
compliance has not been achieved, the enforcement officer shall provide to the
Contractor a written bill of particulars identifying the conditions of
noncompliance. The Contractor shall immediately commence corrective action
and shall complete such corrective action within forty eight (48) hours of
receiving the enforcement officer's bill of particulars. For good cause shown, the
City may extend the deadline for taking corrective action. Failure to take
corrective action in a timely manner shall constitute a violation of this article.
C. Construction shall not occur on any area of the site that the enforcement officer
has designated at any time while conditions of noncompliance that have been
identified by the enforcement officer continue to exist.
7
D. Constriction activities undertaken by the Contractor before resolution of all
discrepancies specified in the bill of particulars, if undertaken in an area
designated by the enforcement officer as a prohibited area, shall constitute a
violation of this article.
E. The City shall not be responsible for the direct or indirect consequences to the
applicant or to third parties for noncompliant conditions that were undetected by
inspection or that were undetected because the City, in operating its program of
random inspections, did not inspect the property.
F. The Contractor shall inspect the site, as well as any transferred sites, no less than
once every seven (7) calendar days and shall make available to the enforcement
officer a written report about site conditions within two (2) business days of the
enforcement officer's request. The Contractor shall submit reports to the City of
Waterloo Engineering Department within 24 hours of report completion.
7. UPDATING THE PLAN
For a construction activity to be in full compliance with its NPDES storm water general
permit, and for the Storm Water Pollution Prevention Plan to be effective, the plan must
accurately reflect site features and operations. When it does not, the plan must be
changed. The plan must also be changed if the operator observes that it is not effective in
minimizing pollutant discharge from the site.
In addition, the pollution prevention plan shall be updated to:
• include Contractors identified afler the submittal of the Notice of Intent. These
Contractors shall certify the plan and be identified as co -permittees and
• identify any change in ownership or transference of the permit and permit
responsibilities.
If, at any time during the effective period of the permit, the IDNR finds that the plan does
not meet one or more of the minimum standards established in the general permit, the
IDNR will notify the permittee of required changes necessary to bring the plan up to
standard. Pennittees shall have 7 days after notification to make the necessary changes.
8. HAZARDOUS CONDITIONS
Because construction activities may include handling of certain hazardous substances
over the course of the project, spills of these substances may create a hazardous condition
and are required to be reported. Iowa law requires that the IDNR (515) 281-8694 be
notified as soon as possible, but not more than six hours after the onset of a hazardous
condition.
Additional contacts should be made to the following offices:
8
Waterloo Fire Department
Waterloo Waste Management
Waterloo Engineering Department
(319) 291-4460
(319) 291-4553
(319) 291-4312
Also, if the spilled material is on the EPA's material list, the spill needs to be reported
within 15 minutes to their national hotline (800) 424-8802.
For any reported spills, the IDNR requires that a written report be submitted within 30
days.
Information and forms are available at: www.iowadnr.gov/spills/report.html.
The storm water pollution prevention plan must be modified within 5 calendar days of a
hazardous condition. The pollution prevention plan shall describe the release and the
circuunstancesleading to the release. Steps to prevent the reoccurrence of such releases
are to be identified in the plan and implemented.
9. PLAN LOCATION AND ACCESS
The general permit has specific requirements regarding plan location and access.
Plan location -A copy of the Pollution Prevention Plan must be kept at the construction
site from the time construction begins until the site has reached final stabilization.
Retention of records -Retention of records requires that copies of the Storm Water
Pollution Prevention Plan and all other reports required by the permit, as well as all of the
data used to complete the Notice of Intent, be retained for 3 years after filing the Notice
of Discontinuation.
Access- Although plans and associated records are not necessarily required to be
submitted to the 1DNR, these documents must be made available upon request to the
Department of Natural Resources. If storm water runoff is discharged to a municipal
separate storm sewer system, the plans must be made available upon request to the
municipal operator of the system.
9
10. CERTIFICATIONS
A. OWNER/APPLICANT
I certify under penalty of law that this document and all attachments were prepared under
my direction or supervision in accordance with a system designed to assure that qualified
personnel properly gathered and evaluated the information submitted. Based on my
inquiry of the person or persons who manage the system, or those persons directly
responsible for gathering the information, the information submitted is, to the best of my
knowledge and belief, true, accurate, and complete. I am aware that there are significant
penalties for submitting false information, including the possibility of fine and
imprisonment for knowing violations.
The undersigned Applicant hereby agrees to defend, indemnify and hold the City of
Waterloo hannless from any and all claims, damages or suits arising directly or indirectly
out of any act of commission or omission by the Applicant, or any employee, agent,
assignee or Contractor or subcontractor of the Applicant, in connection with Applicant's
State NPDES General Permit No. 2 and/or Storm Water Pollution Prevention Plan.
Name: Title:
Signature: Date:
B. APPLICANT'S ENGINEER
I certify that this document and all attachments comply with all requirements of the
Waterloo, Iowa City Code, Title 8, Chapter 4, Article B -Construction Site Erosion and
Sediment Control.
Name: William J. Claassen Title: Professional Engineer
Wayne Claassen Engineering and Surveying, Inc.
Signature:
10
Date: 0S/%91O (7
C. CONTRACTOR/SUBCONTRACTOR
I certify under penalty of' law that I understand the terms and conditions of the general National Pollutant Discharge Elimination
System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site
as part of this certification. Further, by my signature, I understand that I am becoming a co -permittee, along with the owner(s)
and other Contractors and subcontractors signing such certifications to the Iowa Department of Natural Resources NPDES
General Permit No. 2 for "Storm Water Discharge Associated with Industrial Activity for Construction Activities" at the
identified site. As a co -permittee, I understand that I, and my company, are legally required tinder the Clean Water Act and the
Code of Iowa, to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under
this NPDES permit and the terms of this NPDES permit.
I certify under penalty of law that this doctmient and all attachments were prepared under my direction or supervision in
accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted.
Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the
information, the information submitted is, to the best of my knowledge and belief, true, accurate and complete. I am aware that
there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing
violations.
Prime Contractor
Signature Date
Printed Name and Title
Address
Telephone No.
SubContractor
Signature Date
Printed Name and Title
Address
Telephone No.
SubContractor
Signature Date
Printed Name and Title
Address
Telephone No.
11
APPENDIX A
EROSION CONTROL PLAN
w,w.N S
.,e,. ,03,x14„ (n1..,.�w
M. 91000 tltl• •#+,lv 4u.lM➢1 N6 cr
•oul'6uIAananS
pug 6upooul6u3 uasseelp au6eM, �l
Laid IUAILO° U0190/3
DMOI'oopOIUM
siUowonoadwl 101 OUINaed esnonlsoo oopel3M
Lund UolionateLoO
iI
1 ;! 11�;E! {iflan{� a
{ a• {6 r e y a W
�iAll { . ill" I5F WQ i � d $ °��{
+`IIpiithal ip ;5.@@ p SAAAA s Pie 1i I
18
a�;�i d� € l'i :II Ad;PYg @g E6 y 43 ` 1 ;1 116
8110 Iap§QEx i;A �i @s `ry 1 s 'SII gtlg 9y
�9R ig
1111110
?1�Q $fig Q� i �I;III�1 S I Q 1 e
Illiima i;I i6iii{idii d p l hili 11
ea ®®® 000® ��®®
war
niquati cola 11.1.3
BRO-CCL (ll0 nU �9--na (61[1 6•M
IM99 anal uolmlM' SSQ NPR tld nnuxtl £IV#N4n 904c
rout 'BuwAanang _
pue Oulaeaul6ua uossuulp ouAnM 3
/C
fr
sllszae pue uollaes IsaldAj
emol'oopelu(
sluewenadwl of Supped esnoyleog OOIIOIum
ueld uopomisuop
2
J
.amioxoyoswP o
awo-sce 610 ..J• tew-sa W¢I w
x08 •..i *•imvn ..w .•0 a•••••vnriarmwu
•OUI'6uk6anmg
puu 6uIJaaul6ua museum su6OM 3
8116100 OWUnpoUIIIJUI AVMJOIOMwJOIS
Omol'oopDJOM
BJUOWOAOJd WI 101 BulgIUd 0911011111013 u0P0)0M
11131d 6ojJOnIlsuo0
a
g9
gag
iii!
ip�
i %x)
3
APPENDIX B
ATTACHMENTS
IOWA DEPARTMENT OF NATURAL RESOURCES
ENVIRONMENTAL PROTECTION DIVISION
NOTICE OF INTENT FOR NPDES COVERAGE UNDER GENERAL PERMIT
CASHIER'S USE ONLY
0253-542-SW08-0581
Name
No. 1 FOR "STORM WATER DISCHARGES ASSOCIATED WITH INDUSTRIAL ACTIVITY"
or
No. 2 FOR "STORM WATER DISCHARGES ASSOCIATED WITH INDUSTRIAL ACTIVITY FOR CONSTRUCTION ACTIVITIES"
or
No. 3 FOR "STORM WATER DISCHARGE ASSOCIATED WITH INDUSTRIAL ACTIVITY FOR ASPHALT PLANTS, CONCRETE BATCH
PLANTS, ROCK CRUSHING PLANTS, AND CONSTRUCTION SAND AND GRAVEL FACILITIES."
PERMIT INFORMATION
Has this storm water discharge been previously permitted? ❑ Yes I/ No
If yes, please list authorization number
Under what General Permit are you applying for coverage?
General Permit No. 1 ❑
General Permit No. 2 ® General Permit No. 3 ❑
PERMIT FEE OPTIONS
For coverage under the NPDES General Permit the following fees apply:
® Annual Permit Fee $175 (per year) Maximum coverage is one year.
❑ 3 -year Permit Fee $350 Maximum coverage is three years.
❑ 4 -year Permit Fee $525 Maximum coverage is four years.
❑ 5 -year Permit Fee $700 Maximum coverage is five years.
Checks should be made payable to: Iowa Department of Natural Resources.
FACILITY OR PROJECT INFORMATION
Enter the name and full address/location (not mailing address) of the facility or project for which permit coverage is requested.
NAME: Waterloo Boathouse Parking Lot Improvements
STREET ADDRESS OF SITE: SW of Park Rd/Fairview Ave. Intersection
COUNTY: Black Hawk
CITY: Waterloo STATE: IA
ZIP CODE: 50703
CONTACT INFORMATION
Given name, mailing address and telephone number of a contact person (Attach additional information on separate pages as
needed). Thls will be the address to which all correspondence will be sent and to which all questions regarding your application and
compliance with the permit will be directed.
NAME: Paul Huting
COMPANY NAME (if applicable): City of Waterloo
PHONE: 319-291-4370
STREET ADDRESS: 1101 Campbell Ave.
CITY: Waterloo STATE: IA ZIP CODE: 50701
E-mail address (if available):
Check the appropriate box to indicate the legal status of the operator of the facility.
❑ Federal ❑ State ® Public ❑ Private ❑ Other (specify)
SIC CODE (General Permit No. 1 & 3 Applicants Only)
SIC code refers to Standard Industrial Classification code number used to classify establishments by type of economic activity.
0312017 cmc Be sure to complete both sides of this form
DNR Form 542-1415
FACILITY LOCATION OR LOCATION OF CONSTRUCTION SITE
Give the location by 11/<section, section, township, range, (e.g., NW, 7, T78N, R3W).
%SECTION
SECTION
TOWNSHIP
RANGE
NW
23
89N
13W
OWNER INFORMATION
Enter the name and full address of the owner of the facility.
NAME: City of Waterloo
MAIL TO:
STORM WATER COORDINATOR
IOWA DNR
502 E 9TH ST
DES MOINES IA 50319-0034
STREET ADDRESS: 715 Mulberry St.
PHONE: 319-291-4311
CITY: WATERLOO
OUTFALL INFORMATION
STATE: IA
ZIP CODE: 50703
Discharge start date, i.e., when did/will the site begin operation or 10/1/32, whichever is later: October 1, 2017
Is any storm water monitoring information available describing the concentration of pollutants in storm water discharges?
❑ Yes ®No
NOTE: Do not attach any storm water monitoring information with the application.
Receiving water(s) to the first uniquely named waterway in Iowa (e.g., road ditch to unnamed tributary to Mud Creek to South Skunk
River):
Infiltration areas then into the Cedar River
Compliance With The Following Conditions:
Has the Storm Water Pollution Prevention Plan been developed prior to the submittal of this Notice of Intent and
does the plan meet the requirements of the applicable General Permit? (do not submit the SWPPP with the
application)
Will the Storm Water Pollution Prevention Plan comply with approved State (Section 161A.64, Code of Iowa) or
local sediment and erosion plans? (for General Permit 2 only)
Has a public notice been published for at least one day, in the newspaper with the largest circulation in the area
where the discharge is located, and is the proof of notice attached? (new applications only)
Yes No
GENERAL PERMIT NO. 2 AND GENERAL PERMIT NO. 3 APPLICANTS COMPLETE THIS SECTION.
Description of Project (describe in one sentence what is being constructed):
Parking Lot Improvements
For General Permit No. 3 - Is this facility to be moved this year? ❑ Yes ❑ No
Number of Acres of Disturbed Soil: 3
(Construction Activities Only)
Estimated Timetable For Activities / Projects, i.e., approximately when did/will the project begin and end:
Start: October 1, 2017 End: September 30, 2018
CERTIFICATION — ALL APPLICATIONS MUST BE SIGNED
Only the following individuals may sign the certification: owner of site, principal executive officer of at least the level of vice-
president of the company owning the site, a general partner of the company owning the site, principal executive officer or ranking
elected official of the public entity owning the site, any of the above of the general contracting company for construction sites.
I certify under penalty of law that this document was prepared under my direction or supervision in accordance with a system
designed to assure that qualified people properly gathered and evaluated the information submitted. Based on my inquiry of the
person or persons who manage the system, or those persons directly responsible for gathering the information, this information is to
the best of my knowledge and belief, true, accurate, and complete. I further certify that the terms and conditions of the general
permit will be met. I am aware that there are significant penalties for submitting false information, including the possibility of fine
and imprisonment for knowing violations.
NAME: (print or type)
TITLE AND COMPANY NAME OF SIGNATORY:
SIGNATURE:
DATE:
03/2017 cmc
Be sure to complete both sides of this form
DNR Form 542-1415
SWPPP Inspection Report
(Make inspections 1/7 days. Maintain copies of reports on site)*
*Date: By:
Project: Permit:
Contractor: E.C. Sub:
1. Best Management Practice (BMP) Review, Actions Taken
2. Earth disturbing activities this period were (describe):
"X" One
Acceptable
Unacceptable
N/A
Action Taken
a. Trick Clean -off Area
b. Silt Fence
c. Filter Socks
d. Inlet Protection
e. Outlet Protection
f. Bank Protection
g. Rip Rap
h. Swales
i. Ditch Checks
j. Grading
k. Topsoil Stockpiles
1. Class 10 Stockpiles
m. Composted Areas
n. Mulched Areas
o. Temporary Seeding
p. Permanent Seeding
q. ECM's
r. Sodding
s. Sediment Pond
u.
v.
2. Earth disturbing activities this period were (describe):
3. Site perimeter review (describe):
4. Other Comments (attach maps, sketches, etc., as necessary):
I certify under penalty of law that this document and all attachments were prepared under my direction or
supervision in accordance with a system designed to assure that qualified personnel properly gathered and
evaluated the information submitted. Based on my inquiry of the person or persons who manage the
system, or those persons directly responsible for gathering the information, the information submitted is, to
the best of my knowledge and belief, true, accurate and complete. 1 am aware that there are significant
penalties for submitting false information, including the possibility of fine and imprisonment for knowing
violations.
(FolderAPPP AS WPPP Inspection Report.doc)
Signature
WATERLOO BOATHOUSE PARKING LOT IMPROVEMENTS
STORM WATER POLLUTION PREVENTION PLAN SEQUENCE OF EVENTS
1. Installation of silt fence.
2. Installation of portable sanitary facility.
3. Installation of building material dumpsters.
4. Construction of truck clean -off area.
5. Construction of concrete washout basin.
6. Notify City for pre -construction inspection.
7. Topsoil stripping salvaging and stockpiling.
8. Rough grading of the site.
9. Utility services construction.
10. Completion of grading, subbase and pavement construction.
11. Completion of sidewalk construction.
12. Completion of landscaping.
13. Complete clean-up of all pavement areas.
14. Notify City for Post -construction inspection. (After 70% stabilization has been reached.)
15. Removal of temporary erosion and sediment controls.
16. File Notice of Discontinuation of Construction Activity to Iowa DNR. (Within 30 days of
temporary controls removal)
17. Filing of Notice of Discontinuation to City of Waterloo Engineering Department.
NOTE: Disturbed areas shall be stabilized after the area is no longer being actively worked, no
later than seven (7) days from the last activity.
APPENDIX C
STANDARDS FROM THE
IOWA CONSTRUCTION SITE EROSION CONTROL MANUAL
Chapter 2. Vegetation and Soil Stabilization Control Measures
2.2 DUST CONTROL
Figure 2.5. Truck -mounted dust -control applicator
(Source: http://soiltae.com/Photo_Gallery.html)
Overview
Description: A chemical product applied to the exposed soil surface to prevent the movement of
dust that may be harmful to human health.
Problem identification: Fugitive dust becomes airborne by wind or by vehicle movement due to
construction site areas that are devoid of vegetation and moisture.
Design purpose: To prevent surface air movement of dust from exposed soil surfaces.
Associated practices: Becomes a problem when surface vegetation is destroyed and construction
begins, with borrows and construction roads.
Installation: A number of materials can be used, such synthetic resin, lignosulfanate, or soybean
oil. See Table 2.1. In some cases, calcium chloride is used on roads. Other options are temporary
seeding, roughening the soil surface, or erecting snow fences or other barriers.
Table 2.1. Dust control methods—dilution and rates of application
Adhesive Water dilution Nozzle Rate, gal/ac
Resin enudsion 4:1 Fine 300
Ligaosulfanate 1:1 Coarse 1,815
Soybean soil (soapstock) Undiluted Coarse 1,210-2,420
Maintenance/inspection: Exposedsoil must be protected before dust becomes a problem.
Design life: Varies with season and treatment, up to several weeks.
Estimated cost:. $.03 to $.07 per sq ft
Iowa Construction Site Erosion Control Manual 43
Chapter 2. Vegetation and Soil Stabilization Control Measures
Figure 2.6. Manual dust -control applicator (Source: httpd/soiltac.com/Photo_Gallery.html)
44 Iowa Construction Site Erosion Control Manual
2.3 MULCHING
Chapter2. Vegetation and Soil Stabilization Control Measures
Figure 2.7. Mulching (Source: www.usda.govstream_restorationnewgra.htnil)
Overview
Description: Application of plant residue or other suitable material to the soil surface.
Problem identification: The existing soil surface is devoid of vegetation and moisture, causing
soil to become airborne and be transported off the construction site due to wind or vehicle
movement.
Design purpose: To reduce runoff, conserve moisture, and reduce erosion and sedimentation.
Associated practices: Used on bare soil with either temporary or permanent seeding; may be
used without seeding to protect critical areas; used after grading, in drainage areas, etc.
Installation: Many materials can be used for mulching. The most readily available include grain
straw, hay, wood chips or bark, wood cellulose fiber, wood excelsior, and gravel or crushed rock.
Por mulch to blend with the soil, the soil should be loosened. Since seedbed preparation requires
that the soil be tilled to a depth of three inches, this preparation provides ideal soil surface
treatment for the application of mulching. Proper application rates are important. Application
rates are as follows:
1. Dry straw: Apply 1.5-2 tons per acre, 70 lbs per 1,000 sq ft. Straw mulching can be
applied either by machine or by hand. The straw needs to be anchored to the soil. One
method of anchoring is pressing the straw into the soil with a mulching tiller (a machine
designed for this propose), or applying a cutback asphalt tack at 1,200 per acre. Mulching
applied at the correct rate will allow approximately 50% of the soil 10 be visible,
2. Hay: Apply 2 tons per acre, 90 lbs per 1000 sq ft. The remainder of application is the
same as straw.
3. Wood chips or bark: Apply 10 to 12 tons per acre. This can be applied by machine or by
hand. The material decomposes slowly, and it is good, long-lasting mulch.
Iowa Construction Site Erosion Control Manual 45
Chapter 2. Vegetation and Soil Stabilization Control Measures
4. Wood cellulose fiber: Requires 1,000 to 1,200 lbs per acre. The fiber must be applied
with a hydroseeder. Tvlulching must be applied afterthe seed and fertilizer have been
incorporated into the soil.
5. Wood excelsior; Apply at rate of 2 tons per acre. This material lasts longer than straw
and is free of weeds. It can be applied by machine or by hand. Like straw, it should be
incorporated into the soil.
6. Crushed rock or gravel: Apply at rate of 40 cu yds per acre or 1.5 cu yds per 1000 sq ft.
The recommended size is three-fourths to one in. These specifications will result in rock
mulching being placed one rock thick, and 50% of the soil should be visible. This is
excellent mulching for short slopes or areas that will he subject to light traffic. It may
also be placedover black plastic to control weeds.
Maintenwece//nspectian: Inspect after heavy storm runoff Look for small areas of erosion or
where the mulch has washed away. All areas of failure should be repaired at once,
Design life: Varies, three months to one year.
Estimated casts: Unit cost is dependent on local material cots.
46 Iowa Construction Site Erosion Control Manual
• Chapter 2. Vegetation and Soil Stabilization Control Measures
2,4 SEEDING AND FERTILIZING
Figure 2.8. Seeding and fertilizing (Source: Iowa DOT) • •
"rye
Figure 2.9. Grain drill seeding (Source: Department of Civil, Construction, and
Environmental Engineering, Iowa State University)
Iowa Construction Site Erosion Control Manual 47
Chapter 2. Vegetation and Soll Stabilization Control Measures
Overview
Description: Establishment of grasses and or legumes on disturbed areas. Note: A ground cover
of grass is the most effective method for controlling erosion.
Problem identification: To reduce erosion and sedimentation. Bare areas of soil exposed to the
elements contribute sedimentation and dust.
Design pin/lose: To reduce erosion and damage to downstream resources and improve the soil
for permanent plantings.
Associated practices: Applies to all disturbed areas devoid of vegetation, unless a specific reason
causes vegetation to be inappropriate, such as in protecting slopes, waterways, etc.
Installation: Effective reduction in erosion can be achieved by either temporary or permanent
seeding. Temporary seeding is short-lived and will lose its effectiveness in six to nine months.
The procedure for temporary seeding will be addressed fust.
When it becomes evident that a disturbed area in a construction site will not be disturbed for 21
days, it shall be seeded before day 14. However, if excavated material is present, the disturbed
area should be seeded or surrounded by a silt fence.
Temporary Seeding
1. Prepare seedbed to a depth of three in. Before final preparation, apply 400 lbs of 13-13-
13 fertilizer per acre (10 lbs per 1,000 sq ft) and incorporate it into the seedbed,
2. Roll the area to be seeded with an approved cultipacker.
3. Apply seed with an approved seeder.
4. Roll the seeded area. If the seeded area is relatively flat, the seeding operation is
completed.
5. Mulching will be beneficial if the seeded area is steeper than a 3:1 slope or faces south or
southwest. The rate of application is 1.5 tons per acre (70 lbs per 1,000 sq ft).
6. Ti11 the mulched area with a mulching tiller,
If a hydroseeder is used to apply hydromulching, it must be applied at the rate of 2,000 lbs per
acre and as the final operation. It is not permitted to apply seed and fertilizer with the mulching.
There are several types of temporary seeding:
• Perennial ryegrass, 40 lbs per acre (1 lb per 1,000 sq ft)
• Oats, 48 lbs per acre (1.2 lbs per 1,000 sq ft). Plant March 1 to May 20.
• Sudangrass 35 lbs per acre (0.8 lb per 1,000 sq ft). Plant May 21 to August 14,
• Winter rye, 64 lbs per acre (1.6 lbs per 100 sq ft). Plant August 15 to September 30.
48 Iowa Construction Site Erosion Control Manual
Chapter 2. Vegetation and Soil Stabilization Control Measures
Permanent Seedunv
1. Prepare seedbed to a depth of 3 in. Before final preparation, apply 700 lbs of 13-13-13
fertilizer per acre (12 lbs per 1,000 sq ft).
2. Roll seedbed with an approved cultipacker,
3. Apply seed with an approved seeder.
4. Roll seedbed.
5. Apply mulching uniformly at rate of 1.5 tons per acre (70 lbs per 1,000 sq ft).
6. Till all areas mulched on the contour with a mulching tiller.
There are several types of permanent seeding:
• Lawn grass mixture, 80 lbs per acre (2 lbs per 1,000 sq ft): bluegrass 60%, perennial
ryegrass 20%, creeping red fescue 15%, and white dutch clover > 5%.
• Tall grass mixture 40 lbs per acre, (1 lb per 1,000 sq ft): I{y 31 fescue 50%, switchgrass
10%, orchardgrass 20%, bromegrass 15%, and alsike clover 5%.
Maintenancernspectton: Inspect once a month and note the stand of grass; look for areas where
runoff water may have caused rills to fonn or where lack of moisture may have caused seedlings
to die. All areas showing stress should be corrected: It may be necessary to reprepare the •
seedbed, reseed, and remuloh.
Design life: Temporary seeding varies by season; permanent seeding is permanent.
Estimated costs: Temporary seeding: $233 per acre.
Mulching: $350 per acre.
Permanent seed, fertilizer, and mulching: $945.00 per acre.
Iowa Construction Site Erosion Control Manual 49
Chapter 2. Vegetation and Soil Stabilization Control Measures
2.5 SILT FENCE
Figure 2.10. Silt fence (Source: Iowa DOT)
Overview
Description: A temporary barrier of geotextile fabric (filter fabric) used to intercept runoff from
small drainage areas of disturbed soil to allow the sediment to settle out of the runoff water. Silt
fences are one of the most convenient control measures to use on all projects that involve soil
disturbance,
Problem identification: Exposed soil areas are subject to water erosion and sediment movement
during and after storm water events. Materials and methods are required to eliminate soil loss or
movement of soil across constniction sites from such events.
Design ptnpose: To trap sediment from sheet flows before it leaves the construction site. Silt
fences are effective in trapping sediment from all activities that involve soil disturbance. The
fences can be used on adjacent properties, adjacent bodies of water, large sloping areas, near
streams and waterways, and near surface drainageways.
Associated practices: Used in conjunction with silt traps and basins, temporary seeding, and
ditch checks to limit the amount of sediment that approaches the silt fence.
Installation: Tables 2.2 and 2.3 show the suggested spacing on slopes and in ditches that
contribute runoff to a silt fence area.
Table 2.2. Silt fence spacing on slopes
Slope Placement interval, ft
3:1 (33%) 40
4:1 (25%) 50
5:1. (20%) 60
10:1 (10%) 100
< 50:1 (2%) '150
50 Iowa Construction Site Erosion Control Manual
Chapter 2. Vegetation and Soil Stabilization Control Measures
Table Z3. Siltfence spacing irditches
Ditch grade, % Approximate spacing, ft
1-2 150
2-4 75
4-6 40
>6 25
The maximum drainage area flow to a silt fence should not exceed 1/4 acre per 100 ft of fence.
Most erosion will occur in the fonn of sheet erosion, with no concentrated water flow to the
fence.
Silt fences should be placed as close as possible to the undisturbed soil.
All filter fabric shall comply with the specifications set forth by the Iowa Department of
Transportation.
Steel posts roust be used.
Note other control measures, filter strips, and inlet protection.
Afaintenancc/lnspectlon: Inspect once a week and after each rainstorm; look for undercutting
and failures in fabric. Clean and dispose of sediment as necessary; repair water damage and
fabric failures at once.
Design Life: Until sediment accumulates to one-half the height of the fence.
Esthnated cost: Silt fence: $2.80 per linear ft.
Instructions for Figures 2.11 and 2.12
The following details describe various methods of silt fence construction that may be required for
the control of siltation on a project. The contractor shall be responsible for accomplishing the
required silt fence construction work on the project in such a manner as to effectively minimize
and control the water pollution that might be caused by soil erosion from the project. These
features are intended to be maintained in appropriate functional condition from the initial
construction stages to completion of project.
In addition to the details shown in Figure 2.11 and Figure 2.12, other provisions for controlling
erosion may be incorporated into the project work.
Steel line posts for the field fence (T -section), exclusive of an anchor plate, shall weigh not less
than 1.3 lbs per ft.
All compaction of backfill shall be performed with a mechanical tamper or pneumatic tamper. All
compacting equipment shall be operated according to the manufacturer's recommendations.
Iowa Construction Site Erosion Control Manual 51
Chapter 2. Vegetation and Soil Stabilization Control Measures
Installation Notes (numbers match those on Figures 2.11 and
212)
1. Secure top of geotextile fabric to steel post (see detail of attachment to post).
2. Fold engineering fabric across the bottom of the trench.
3. Make vertical cut in top fold area of fabric. Pull out and twist cord.
4 Loop cord around post to form a loop. Pull wire through fold area of fabric and secure
around post.
5. Steel post to be embedded 28 in. below trench bottom.
6. Minimum trench size should be 12 in, deep by 4 in. wide; compact the backfill.
0 Ad.,
sib lay.
SITUAMION PLAN
CALK VIEW O•
ATTACHMCNT TO POST
Figure 2.11. Silt fence situation plan (Source; Department of Civil, Construction, and
Environmental Engineering, Iowa State University)
52
Iowa Construction Site Erosion Control Manual
Chapter 2. Vegetation and Soil Stabilization Control Measures
10•wexn
1 F.em b!M..�InY
T )lid rat,
-010
A
6
11plAt SECTION
or !mike
nvin.ulno VEIN,y Di
omvnd lln.
ml:
w..111) ewd.II 0>.11
f. m
DETAM1E Of 3111 fENCE
f^e6..,Mv Edo, -
1
Ur
hid
q' N
d llw
IYIttAt SECTION
Sawedfowled.-p '.O...aI .p
1• Ab.rr ed.rnd lW Y• • Ido el h llu
told III Inman
i}
OETAIIS Of 01TC1 CHECK
•;o' 1w xwm.I lP 0l,b
Figure 2.12. Enlargements of number elements in Figure 11 (Source: Department of Civil,
Construction, and Environmental Engineering, Iowa State University)
Iowa Construction Site Erosion Control Manual 53
Chapter 2. Vegetation and Soil Slahflization Control Measures
Figure 2.13. Improper silt fence installation (Source; Minnesota DOT)
Figure 2.14. Proper silt fence installations (Source; Iowa DOT)
54 Iowa Construction Site Erosion Control Manual
Chapter 3. Structural Erosion Control Measures
3.9 INLET PROTECTION
Figure 3.14. Inlet protection (Source: Minnesota DOT)
Overview
Description: A manufactured protective device or barrier used to trap sediment at a storm drain
surface or curb inlet,
Problem Identification: During grading operations, measures are required to prevent sediment
from moving from the work area into surface drains in the pavement curb or from area drains into
the work area.
Design propose: To trap sediment carried in stonnwater nmoff from disturbed areas and to
prevent sediment from moving out of the work area.
Associated practices: Small basins should be used extensively around earth surface areas during
construction and on a day-to-day basis as construction proceeds near where runoff will take place.
Installation: A number of practices provide storm drain inlet protection. Ideally, the drainage
area is limited to one acre or less, Each practice will be reviewed separately below.
1. Curb drop inlet protection: Wire mesh of sufficient strength to support filter fabric with
stone shall be placed so it extends 2 ft beyond the inlet in both directions. The 2 -inch -
sized stone should be placed against the filter fabric to a depth of 10 to 12 in. To ensure
that runoff does not bypass the inlet, install temporary dikes directing the flow into the
inlet.
2. Excavated drop inlet protection: The side slopes should be no steeper than 2:1. The
excavated basin should be 1-2 ft deep. The basin should be shaped with the longest
dimension oriented toward the longest inflow in order to result in maximum trap
efficiency. The capacity of the basin should be 900 cu ft per acre. Weep holes protected
with filter fabric and stone should be provided for draining the temporary pool.
88 - Iowa Construction Site Erosion Control Manual
Chapter 3, Structural Erosion Control Measures
3. Silt fence drop inlet protection: A 3 ft square frame, reinforced with wire mesh and
covered with filter fabric onthe sides; shouldbeinstalled around an intake with the
bottom edge sealed. The maximum height of the fabric should not exceed 18 in. Steps
mttstbe taken at thesite and upstream to prevent water or sediment from overtopping the
silt fence.
4. Sod drop inlet protection: Place the sod to form a turf neat completely covering the soil
surface for a minimum distance of 4 ft on each side of the intalce where runoff water will
flow, The slope where the sod is placed should not exceed 4:1. During the first four
weeks, the sod should be watered twice a week. The ground should be wet to a depth of
4 in. This method should only be applied in urban areas with a drainage area of less than
1/4 acre.
5, Compost filter tubes: Compost filter tubes can be placed around the perimeter of an area
intake or in the throat or around the grate of a curb inlet.
6. Raise inlet of structure to provide a natural silt basin.
7. Keep elevation of fill one ft below inlet flow line.
8. Place silt basin approximately 200 ft ahead of entrance pikes in ditch grades 1% to 2%.
Maintenance/inspection: These structures should be inspected after every storm. Any sediment
should be removed and disposed of on the site. Any damage should be repaired.
Design life: The life of an earth surface inlet protection is estimated to be three to six months,
and that of a curb inlet protection is one year.
Estimated cost: Silt fence costs $2.80 per linear ft (2004); crushed rock costs $15.40 per ton
(2004).
Iowa Construction Site Erosion Control Manual 89
Chapter 3. Structural Erosion Control Measures
SILT FENCE
EXCAVATE
MINIMUM
TOE FABRIC 111
6' MINIMUM
STORM DRAIN STRUCTURE —3
- 2" WEEP HCI ES'
MAXIMUM
RI SLOPE
jj (( ÷.10'—>1-7 J -
SECTION
2 z 4 CR 4 z 4 POSTS
INTERIOR' 'GRACING
SLI FtNCc.
AT TAC -ED TO ALL SICES
Figure 3.95. Inlet protection diagram (Source: Department of Civil, Construction, and
Environmental Engineering, Iowa State University)
90 Iowa Construction Site Erosion Control Manual
Chapter 3, Structural Erosion Control Measures
Figure 3,16. Inlet sediment control (Source: Department of Civil, Construction, and
Environmental Engineering, Iowa State University)
Figure 317. Filter fabric drop inlet protection (Source: Department of Civil, Construction,
and Environmental Engineering, Iowa State University)
Iowa Construction Site Erosion Control Manual 91
Chapter 3. Structural Erosion Control Measures
Construction specifications
1. Filter fabric or burlap may be used for short-term applications.
2. Cut fabric from a continuous roll to eliminate joints. If jointsare needed, they will be
overlapped at the next stake.
3, Stake materials will be standard 2 by 4 hi. wood or an equivalent. Metal stakes may be
used with a minimum length of 3 ft.
4. Space stakes evenly around the inlet 3 ft apart and drive them a minimum of 18 in. deep.
Spans greater than 3 ft may be bridged with the use of wire mesh behind the filter fabric
for support.
Fabric shall be embedded a minimum of 1 ft below ground and backfilled. The fabric
shall be securely fastened to the stakes and frame.
6. A 2 by 4 in, wood frame shall be constructed around the crest of the fabric for overflow
stability.
7. Maximum drainage area = I acre.
92 Iowa Construction Site Erosion Control Manual
Chapter 3. Structural Erosion Control Measures
_a.• .f.4
ter^ . ` `4
Four 1 -foot Wide Strips ,of Sod .on
Each Side of the Drop inlet
Figure 3.18. Sod drop inlet protection (Source: Department of Civil, Construction, and
Environmental Engineering, Iowa State University)
Construction specifications
1. Bring the area to be sodded to final grade elevation with topsoil. Add fertilizer and lime,
and install sod in accordance with the practice on sodding,
2. Lay all sod strips perpendicular to the direction of flow.
3. Maintain a minimum width of 4 ft in all flow directions.
4. Sod strips shallbe staggered so adjacent strip ends are not aligned.
5. Maximum Drainage Area = .25 acres
Iowa Construction Site Erosion Control Manual 93
Chapter 3, Structural Erosion Control Measures
2' MINIMUM LENGTH
OF 2" X 4"
SAND BAG OR
ALTERNATE WEIGHT
2" x 4" WEIR —..
2" STONE
FILTER
CLOTH
�—. 2" x 4" SPACER
WIRE MESH
6' MAXIMUM SPACING
OF 2" x 4" SPACERS
2" STONE
GLOM
MESH
2" x 4" WEIR 2" X 4" SPACER
Figure 3.19. Curb gutter inlet protection (Source: Department of Civil, Construction, and
Environmental Engineering, Iowa State University)
Construction specifications
1. Wooden Name shall be construction of 2 by 4 in. construction -grade lumber.
2. Wire mesh across throat shall be a continuous piece with a 30 in. minimum width and a
length 4 ft longer than the throat. The mesh shall be shaped and securely nailed to a 2 by
4 in. weir.
3. The weir shall be securely nailed to 2 by 4 in. spacer, 9 in. long, and spaced no more than
6 ft apart.
4. The assembly shall be placed against the inlet and secured by 2 by 4 in. anchors, 2 ft long
and extended across the top of the inlet and held in place by sandbags or alternate
weights.
5. Maximum drainage area = 1 acre.
94 Iowa Construction Site Erosion Control Manual
Chapter 3. Structural Erosion Control Measures
kw S.
l•
�f'f
EXCAVATES AREA CFS RCOLUMV%
N
Pt 04
SIDE SA
EXCAVATED DEPTM,
MIN, 1, —MAX_ V'
DEIDV TOP os` INLET
il(! it Intl l RRAYEL Lois LE
Il )III 11 DIAAAIINESE ANS RESTRICT
SEATHENT MOVEMENT.
Figure 3.20. Excavated drop inlet protection (Source: Department of Civil, Construction,
and Environmental Engineering, Iowa State University)
Construction specifications
1. Clear the area of all debris that will hinder excavation.
2. Grade approach to the inlet uniformly around the basin,
3. Weep holes shall be protected by gravel.
4. Upon stabilization of the contributing drainage area, seal weep holes and fill the basin
with stable soil to fmal grade. Compact it properly and stabilize with permanent seeding.
5. Maxhnam drainage area = 1 acre.
Iowa Construction Site Erosion Control Manual
95
Chapter 3. Structural Erosion Control Measures
3.14 STABILIZED CONSTRUCTION ENTRANCE
Figure 3.26. Temporary stabilized construction entrance to construction site (Source:
Department of Civil, Construction, and Environmental Engineering, Iowa State University)
Overview
Description: A crushed rock- or gravel -stabilized pad located at points of vehicular ingress and
egress on a construction site.
Problem identification: Sediment in the form of mud can be transported by vehicles to adjacent
public or private property. Steps need to be taken to minimize that transport.
Design purpose: To reduce the amount of mud on vehicle tires before vehicles enter a public
road.
Associated practices: Used where traffic leaves a construction site and moves directly onto a
public road or other paved or granular surface.
Installation: The entrance should be located to provide for maximum use by all construction
vehicles. The aggregate layer must be at least 6 in. thick. The pad must be the full width of the
vehicle entrance and exit area. The length of the entrance must be at least 5D ft. If conditions on
the site are such that the majority of the inud is not removed when vehicles travel over the
aggregate, then vehicle tires should be washed before entering a public road. Wash water should
be carried away from the entrance to a settling basin to remove the sediment.
Maintenance/inspection: The condition of the aggregate needs to be monitored daily. The
entrance should be maintained in a condition that will prevent tracking or flow of mud onto a
public road. Any accumulation of mud must be removed and more aggregate added as needed.
This may require top dressing with two-inch stone as conditions demand.
Design life: Varies, based on site conditions and traffic volume.
Estimated cost: Costs vary with aggregate size, source, and transportation charges.
Iowa Construction Site Erosion Control Manual 101
Chapter 3. Structural Erosion Control Measures
3.16 SEDIMENT BARRIER
Figure 3.29. Silt fence sediment barrier (Source: Department of Civil, Construction, and
Environmental Engineering, Iowa State University) ... . .
Overview
Description: Sediment barriers am temporary structures that filter runoff so the water continues
while the sediment stays on the site.
Problem irlennfrcation: Sediment carried by sheet flow should be prevented from leaving the
construction site.
Design propose: To retain the sediment on construction sites of one-half acre or less.
Associated practices: As soon as the vegetation is removed by construction activity, sediment
barriers should be used extensively in drainage ditches and waterways.
Installation: All barriers should be placed on the contour. On -slope barriers should be placed no
more than 50 ft apart. The most commonly used materials for sediment barriers are sandbags and
silt fences.
1. Sandbags: Sandbags should be installed so that the flow under or between bags is
minimal. If the height exceeds two bags, anchoring with stakes may be required.
2. Silt fence: A silt fence is designed to allow water to pass through while retaining the
sediment on the site. The silt fence should be installed in accordance with the details
set forth in this manual.
Maintenance/inspection: Inspect periodically or after each precipitation event. The sediment
barrier must be maintained until the project is vegetated or accepted. If the sediment barrier
deteriorates to the point at which it loses its effectiveness, it should be replaced.
Design life: Six to nine months.
Estimated cost: Silt fence costs $2.80 per linear ft (2004).
104 Iowa Construction Site Erosion Control Manual
APPENDIX D
IOWA DOT STANDARD ROAD PLANS
w
£#
§
■
SILT FENCE
IL
0
6
0
0
0
• E
1131
APPENDIX E
SUDAS STANDARD DRAWINGS
0
0.0 :1? -3
• o
OW
a, N 12 9 •
OE 3C
N W V
v 0
O- 0 6-
uvJ E0 o
.a= o� N
d
_c01 ==
�gwc ,o v
oz 3s= Eo
v("� ,vv... Nc
N V 0
w En vvLgr 2a
0 03onaw iso
FILTER BERM
FILTER SOCK
(7g
4o'l
lasBallo
wad 1/s
kow 6dal• �d%s4
'0!oh O,
V`
OO
?it" o'- E
L-
c -,1
NO2
oa, 0
2 8
0 6
4 .0
o
C
C O
OP- p)
5 Lid
J C CCJ
Wa in
= LL
FILTER BERM & FILTER SOCK
TYPICAL PLACEMENT OF BERM OR SOCK
1FIGURE 9040.2 1SHEEI 1 OF 1
cx
15 ID
GENERAL NOTES:
0-0
!3}
2
tutn
aS
ea 0 09
iotAtp
tOtt
Moi
4
TYPICAL SIT FENCE DITCH CHECK
9
Es
SILT FENCE
ATTACHMENT TO POST
« 9040.19 n OF
O
O
V N
— 0
LONGITUDINAL SLOPES
01
cE
CE
vE
ma
E -a
FIGURE 9040.19
cn
r Cj N
Q 0 O
w F
w $ cc_
Ca Ln
LL
SILT FENCE
TYPICAL SILT FENCE INSTALLATION ON LONGITUDINAL
(Profile View)
(SHEET 2 OF 2
No
'Et
OZ O\ 6 40
in N. OI
w - > w L
o.i p ¢ cc ru-
b,
a N
N H
N
e 0
LL
C/]
STABILIZED CONSTRUCTION ENTRANCE
FIGURE 9040.20 SHEET 1 OF 1
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. 2018
WATERLOO BOATHOUSE ENHANCEMENTS, Contract No. 940, 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 August 31, 2017. They have the general title of F.Y. 2018
WATERLOO BOATHOUSE ENHANCEMENTS, Contract No. 940.
The drawings are numbered and separately entitled as follows:
Sheet No. Description
1 Title Sheet
2 General Notes
3.-4. Estimate Project Quantities and Bid Reference Notes
5. Overall Project Schematic
6. Erosion Control Plan
7. Site Demolition Plan
8.-9. Typical Sections and Details
10.-11. Site Grading Plan
12. Entrance Road Plan/Profile-Alternate "A"
13. Stormwater Quality Infiltration Area Details
E1. -E2. Electrical and Lighting Plans and Details
L1. -L3. Landscaping Plans and Details
X1. -X2. Cross -Sections, West Parking Lot
X3. -X11. Cross -Sections, Entrance Road and East Parking Lot
The standard specifications of the City of Waterloo are to be used along with the
special provisions described herein and shall be considered as part of the contract
documents.
2. CONFLICTING SPECIFICATIONS
All requirements of other specifications contained in the contract documents which
conflict with the provisions of the special provisions, Bid Reference Notes and/or
will be considered void.
3. DUMPING AREAS
Excess material resulting from construction operations shall be hauled to the
County Landfill or other area secured by the Contractor and approved by the City
Engineer. Rubble, rubbish, trees, brush, and other unsuitable backfill material, as
GENERAL SPECIAL PROVISIONS
CONTRACT NO. 940 Page 1 of 5
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.
5. REMOVED MATERIALS
All materials removed as part of this Contract shall remain the property of the City
unless the City determines that he materials are not salvageable and the City does
not want to retain ownership of the materials. Materials designated in the field by
the Engineer as nonsalvageable shall be hauled and disposed of by the Contractor
at no cost to the City. All other materials shall be transported to locations as
directed by the Engineer. No separate measurement or payment will be made for
hauling or disposing of removed materials and it shall be considered incidental to
applicable items.
6. OVERHAUL
Overhaul will not be paid for "surplus material" obtained from any of the items of
construction under this contract. The cost of overhaul will be considered as
incidental to the items to which it applies.
7. MAILBOXES
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.
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.
GENERAL SPECIAL PROVISIONS
CONTRACT NO. 940 Page 2 of 5
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 HIGHWAYS
The Contractor will be required to secure, from the proper authorities, permission
or permit which may be required to haul over streets, highways, railroads or
private property, and any hauling operations of the Contractor shall be subject to
the requirements of such permits, permission, and to all applicable regulations,
laws, and ordinances governing hauling and movement of equipment over streets,
railroads, highways and private property. Any costs or inconvenience caused by
obtaining any necessary permits or permission shall be considered completely
covered by the price bid for the items in the proposal.
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.
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
GENERAL SPECIAL PROVISIONS
CONTRACT NO. 940 Page 3 of 5
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 by the
Owner's Representative and maintained by the Contractor. The Contractor shall
pay for all re -staking.
The Contractor shall verify all grades, lines, levels and dimensions as shown 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
GENERAL SPECIAL PROVISIONS
CONTRACT NO. 940 Page 4 of 5
necessary safety devices and safeguards in accordance with latest and best
accident prevention practices. All such protection shall be furnished to employees
without cost.
No direct measurement of payment shall be made for this protection, but shall be
considered incidental to other items of work. The public shall be kept outside of
any work area.
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 2017 due to City holidays: September 4, November 23-24, and December
25-26.
GENERAL SPECIAL PROVISIONS
CONTRACT NO. 940 Page 5 of 5
SPECIAL PROVISIONS
1. MECHANICALLY COMPACTED BACKFILL
All excavations shall be mechanically compacted to ninety-five percent (95%) of Standard
Proctor Density. At -2 to +4% of optimum moisture except the top 24" of subgrade in
street right-of-way which shall be compacted to 98% of Standard Proctor Density at -2 to
+4% of optimum moisture. Payment for this work shall be incidental to the contract and no
separate payment shall be made for compaction of backfill.
2. TRAFFIC CONTROL
The Engineer, or authorized representative, shall periodically review traffic control that has
been put in place by the Contractor. If traffic control devices are found to be without
proper maintenance, penalties shall be assessed. Improper maintenance shall include, but
not be limited to, the following situations:
A. Less than 100 percent of lights in working order.
B. Any barricade or sign moved or tipped over.
C. Fencing not supported in a vertical position.
D. Fencing not placed around excavations when workers/equipment are not
working at the location.
E. Lack of proper barricades or signage.
Each incident is treated as a separate citation on an individual basis. It is not intended that
minor deficiencies be price adjusted if corrected the day notification is given. In addition
to a price adjustment, the Engineer may suspend work for irresponsible and/or repeated
failure to construct the project using proper traffic control procedures.
Penalties: 1st Offense Written warning given by City.
2nd Offense $ 100
3rd Offense $ 250
4th Offense $ 500
5th Offense $1,000
6th Offense Engineer's discretion (amount
or more equal or greater than $1,000)
3. 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 $500.00 per day, for each day, as further described herein, in excess of the
authorized time.
SPECIAL PROVISIONS CONTRACT NO. 940 Page I of 4
Days beyond the specified completion date for which Liquidated Damages will be charged
will be working days that the Contractor does, or could have worked from Monday through
Saturday. Sundays will be counted only if work is performed. Partial working days will
be considered as a full working day. Days not chargeable for Liquidated Damages will
include rain days, Sundays if no work is done, and legal holidays.
Working days will cease to be charged when only punch list items remain to be completed.
Punch list items do not include contract bid items or approved change/extra work orders.
When the Contractor believes the project to be substantially completed, a written notice
stating the same shall be submitted to the Engineer and a request made for a Punch List. If
the work under the Contract extends beyond the normal construction season for such work,
the Contractor shall submit to the Engineer in writing a request that working days counted
toward the project be suspended until work is resumed the following construction season.
This amount is not construed as a penalty. These damages are for the cost to the City of
providing the required additional inspection, engineering and contract administration.
In addition to these liquidated damages, the Contractor shall reimburse the City for all
claims and costs that the City incurs from landowners and/or tenants of effected properties
that the landowners and/or tenants are not able to plant, cultivate or harvest because of the
Contractor not completing the project within the intermediate and/or total contract
completion dates specified.
4. HAUL ROUTES
Haul routes to and from the project site shall be submitted for review by the Engineer. In
general, the Contractor shall request haul routes over the main streets in the area, staying
on streets within the project as much as possible and should not include truck -embargoed
streets.
5. STANDARD SPECIFICATIONS
The Standard Specifications which are referenced in the contract documents are designated
as follows:
WATERLOO STANDARD SPECIFICATIONS - "Standard Specifications for Municipal
Public Works Construction, City of Waterloo, Iowa."
IDOT STANDARD SPECIFICATIONS - "Standard Specifications for Highway and
Bridge Construction, Iowa Department of Transportation, Ames, Iowa, Series of 2001"
(unless otherwise noted) and current revisions thereof.
SUDAS - "Iowa Statewide Urban Standard Specifications for Public Improvements"
SPECIAL PROVISIONS CONTRACT NO. 940 Page 2 of 4
6. QUANTITY ADJUSTMENTS
The following Bid Items are exempted from consideration under the provisions of Section
B. "Scope of Work," Paragraph 7 of the "General Specifications for Construction"
concerning the variance of the "As -Built" quantity of the listed item by more than twenty
(20%) percent from the estimated quantity specified in the contract:
BID TOTAL
ITEM DESCRIPTION UNIT QUANTITY
002. Topsoil Strip, Salvage, Stockpile and Respread C.Y. 587
004. Topsoil, Furnish, Spread, In-place C.Y. 100
005. Revetment, Class 'E' Rip Rap Ton 950
008. Silt Fence (Erosion Control Fencing) L.F. 530
009. Straw Filled Wattles, 9" Dia., L.F. 90
010. Wood Excelsior Mat for Slope Protection (EC -103) Squares 160
201. Subdrain, 6" dia., in Porous Backfill L.F. 204
203. 1.5" Clean Stone Ton 60
7. PERCENT OF CONTRACT TO BE PERFORMED BY PRIME CONTRACTOR
The Prime Contractor shall be required to perform at least 51 percent of the total contract
amount of this project. Purchasing of materials for subcontractors will not be an
acceptable method for the prime contractor to meet the 51 percent requirement.
8. VOLUNTARY PARTNERING
The City of Waterloo intends to encourage the formation of a partnership with the
contractor and its principal subcontractors. This partnership will be structured to draw on
the strengths of each organization to identify and achieve mutually beneficial goals. The
objectives are effective and efficient contract performance and completion within budget,
on schedule, and in accordance with plans and specifications.
This partnership will be multi -lateral in makeup, and participation will be totally voluntary.
Any cost associated with effectuating this partnering will be agreed to by all parties and
will be shared equally by the participating parties.
The establishment of a partnership charter on this project will not change the legal
relationship of the parties to the contract nor relieve the parties from any of the terms of the
contract.
SPECIAL PROVISIONS CONTRACT NO. 940 Page 3 of 4
9. DEWATERING
The Contractor's attention is directed to the existing surface water and ground water
conditions at the project. Surface water and ground water is present in the work area and
will effect working conditions at the site. The Contractor is required to provide and use all
necessary materials, equipment and labor necessary to complete all portions of the project
as per the plans and specifications at no additional cost attributable to surface and ground
water.
All sanitary sewer and manholes shall be constructed in a dry trench.
10. WORK LIMITS
The Contractor shall confine his/her work to the work limits shown on the Plans and shall
not enter adjoining property without obtaining the landowner's written permission and
providing this written permission to the Engineer for review. All damages to adjoining
property shall be restored to said landowner's satisfaction and the Engineer's satisfaction.
SPECIAL PROVISIONS
CONTRACT NO. 940 Page 4 of 4
GENERAL SPECIFICATIONS FOR CONSTRUCTION
CITY OF WATERLOO, IOWA
Department of Engineering
SECTION A
SECTION B
SECTION C
SECTION D
SECTION E -
SECTION F -
- Definitions of Terms
- Scope of work
- Control of Materials and Work
- Procedure and Progress
Measurements and Payments
Legal Relations and Responsibility
SECTION A - DEFINITIONS OF TERMS
1. CITY. The City of Waterloo, Iowa, which is the Party of the First
Part of the accompanying contract, acting through its authorized representative.
2. COUNCIL. The duly elected Council of the City of Waterloo, Iowa.
3. ENGINEER. The City Engineer of Waterloo, Iowa, or his
authorized representative.
4. INSPECTOR. The authorized representative of the Engineer,
assigned to the detailed inspection of the work or materials therefor and to such
other duties as may be delegated to him in these specifications.
5. CONTRACTOR. The Party of the Second Part in the
accompanying contract for the improvement covered by these specifications, or
his authorized representative.
6. SUBCONTRACTOR. Any person, firm, or corporation who has,
with the approval of the Council, contracted with the Contractor to execute and
perform in his stead all or any part of the contract.
7. BIDDER. Any individual, firm, or corporation submitting a proposal
for all or a part of the work provided for in these specifications.
8. PROPOSAL GUARANTEE. The security designed in the Notice of
Bidders or Proposal to be furnished by the bidder as a guarantee of good faith to
enter into a contract and furnish an acceptable bond for the work contemplated if
it be awarded him.
9. SURETY. The corporate body bound with and for the Contractor
for the acceptable performance of the contract.
GENERAL SPECS Page 1 of 18
10. PROPOSAL. The written Proposal, submitted by the bidder in the
prescribed manner and on the standard form, for the improvements covered by
these specifications.
11. SPECIFICATIONS. The documents that set forth the manner in
which the proposed work is to be accomplished which have been prepared by
the Engineer and approved by the City Council, official copies of which are now
on file with the City Clerk.
12. SPECIAL PROVISIONS. Clauses or memoranda not contained
herein, applying to the contract of which these specifications are a part, which
change or supplement these specifications.
13. CONTRACT. The agreement entered into between the City and
the Contractor, setting forth the terms under which the work covered by the plans
and specifications is to be performed. The contract includes all conditions,
definitions, and instructions set forth in the official publications relating to 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
GENERAL SPECS Page 2 of 18
been published in accordance with the statutes relating thereto. Attention is
directed to the fact that these official publications are by statute vested with all of
the force and effect of contract obligations.
20. A.S.T.M. Abbreviation for American Society for Testing Materials.
21. WORK. The term "Work" of the Contractor and Subcontractor
includes labor or materials or both, equipment, transportation, or other facilities
necessary to complete the contract.
22. TIME. All time limits stated in the contract documents are of the
essence in the contract.
SECTION B - SCOPE OF WORK
1, CORRELATION AND INTENT OF DOCUMENTS. The Contract
documents are complementary, and what is called for by any one shall be as
binding as if called for by all. The intention of the documents is to include all
labor, materials, equipment, and transportation necessary for the proper
execution of the work. Materials or work described in words which, so applied,
have a well-known technical or trade meaning shall be held to refer to such
recognized standard.
2. DRAWINGS AND SPECIFICATIONS. Unless otherwise provided
in the contract documents, the engineer shall furnish to the Contractor, free of
charge, all copies of drawings and specifications reasonably necessary for the
execution of the work.
The Contractor shall keep one (1) copy of all drawings and specifications
on the work available to the Engineer and to his representatives.
3. CONTRACTOR'S UNDERSTANDING. It is understood and
agreed that the Contractor has, by careful examination, satisfied himself as to the
nature, character and location of the work, the conformance to the ground, the
character, quality, and quantity of the materials to be encountered, the character
of the equipment and facilities needed preliminary to and during the prosecution
of the work, the general and local conditions, and all other matters which can, in
any way, affect the work under this contract. No verbal agreement or
conversation with any officer, agent, or employee of the City, either before or
after the execution of the Contract, shall affect or modify any of the terms or
obligations herein contained.
4. REPORTING ERRORS AND DISCREPANCIES. If the Contractor,
in the course of the work, finds any discrepancies between the plans and the
physical conditions of the locality, or any errors of omission in plans or in the
layout as given by said stakes and instructions, it shall be his duty to inform the
GENERAL SPECS Page 3 of 18
Engineer immediately, in writing, and the Engineer shall promptly correct the
same.
5. ALTERATION OR CORRECTION OF PLANS. The plans are
made up from surveys that are presumably correct and represent the foreseen
construction requirements. Any modification of the plans which may be required
by the exigencies of the construction or any corrections made necessary
because of errors in the original surveys, will be made by the Engineer. Should
corrections or modifications of the plans or specifications require a different
quality or class of work than that upon which the unit prices in the Proposal are
based, or if the modifications or corrections are required in parts of the work
partially completed and such modifications result in an increased cost to the
Contractor, the amount to be paid for work resulting from such changes shall be
agreed upon in writing at the time the changes are ordered and before the work
is begun by the Contractor. No allowance will be made for anticipated profits on
work not performed.
6. CHANGES IN THE WORK. The City, without invalidating the
contract, may order extra work or make changes by altering, adding to, or
deducting from the work, the contract sum being adjusted by agreement or
arbitration before such changed work is undertaken. All such work shall be
executed under the conditions of the original contract, except that any claim for
extension of time caused thereby shall be adjusted at the time of ordering such
change.
7. INCREASED OR DECREASED QUANTITIES. The right is
reserved without impairing the contract, to order the performance of such work of
a class not contemplated in the Proposal or to increase or decrease the
quantities as may be considered necessary to complete fully and satisfactorily
the work included in the contract. However, when the work is completed without
change in the plans, and the measured quantity of any item of work varies by
more than twenty percent (20%) from the estimated quantity specified in the
contract, an adjustment in price may be made for such item of work by
agreement between the Engineer and the Contractor, subject to the approval of
the City Council. Either party to the contract may request such an adjustment.
8. LANDS AND RIGHT OF WAY. The City shall provide the lands
upon which the work under this contract is to be done, except that the Contractor
shall provide land required for the erection of temporary construction facilities
and storage of his material, together with the right of access to same.
9. CITY WATER. The Contractor shall be allowed to use City Water
but before any water is used, he shall make application to the Waterloo Water
Works for a temporary water connection from a fire hydrant or by some other
connection method. Water usage will be charged at the rate for temporary water
service. The rules, regulations, and water rates are available at the Waterloo
Water Works offices at 325 Sycamore Street or their telephone number is 319-
232-6280.
GENERAL SPECS Page 4 of 18
10. RIGHTS OF VARIOUS INTERESTS. Whenever work being done
by the City's forces or by other Contractors is contiguous to work covered by this
contract, the respective rights of the various interests involved shall be
established by the Engineer to secure the completion of the various portions of
the work in general harmony.
11. CLOSING STREETS TO TRAFFIC. The Engineer shall be the
judge of how many streets or parts of streets it is necessary for the Contractor to
close at any time and may refuse to permit the closing of additional streets until
such of the work is finished and opened to traffic as he may direct.
12. OBSTRUCTION OF STREETS. The work is to be carried on in
such manner as to obstruct the streets, highways, and alleys as little as possible.
The Contractor shall carry on the different parts of the work so as to complete the
whole, as nearly as practicable, at the same time. In doing the work, the
Contractor shall follow the directions of the Engineer as to the place or places
where work shall be started or be carried on and the direction in which it shall be
done.
13. SHANTIES AND BUILDINGS. Shanties or other buildings shall not
be erected in or upon any street, highway, or alley without permission of the
Engineer. If such permission be granted, it may be upon any reasonable terms
prescribed by the person or body granting such permission.
14. SANITARY CONVENIENCES. The Contractor shall furnish the
necessary sanitary conveniences, properly secluded, for the laborers on the
work, and these shall be maintained in a manner that will be inoffensive to the
public.
15. CLEANING UP. The Contractor shall, as directed by the Engineer,
remove from the City's property and from all public and private property, at his
own expense, all temporary structures, rubbish, and waste materials resulting
from his operations before work can be considered completed. The Contractor
shall also renew or replace any and all fences, sidewalks, or other property
damaged or disturbed by his work.
16. OMISSION OF PARTS OF GENERAL SPECIFICATIONS. Parts
of the General Specifications deemed not to apply to some particular work may
be omitted by special reference in other parts of the contract documents.
SECTION C - CONTROL OF MATERIALS AND WORK
1. SUPERVISION AND INSPECTION. The Engineer shall have
supervision of the construction provided for in this Contract and shall decide any
and all questions which may arise as to the quality and acceptability of materials
furnished, work performed, manner of performance, rate of progress on the work,
and all questions regarding the acceptable fulfillment of the terms of the Contract.
GENERAL SPECS Page 5 of 18
Materials and construction work shall, at all times, be subject to the inspection of
the Engineer or his representatives. The Contractor shall be held strictly to the
true intent of these specifications as regards the quality of materials,
workmanship, and the diligent prosecution of the work.
The Engineer and his representatives shall, at all times, have access to
the work wherever it is in preparation of progress, and the Contractor shall
provide proper facilities for such access and for inspection.
If the specifications, the Engineer's instructions, law ordinances, or any
public authority require any work and/or materials to be especially tested or
approved, the Contractor shall give the Engineer timely notice of readiness for
inspection. If the inspection is to be made by authority other than the Engineer,
the Contractor shall notify the engineer of the date fixed for inspection.
Inspections by the Engineer will be promptly made and, where practicable, at the
source of supply. If any work should be covered up without the approval or
consent of the Engineer, it must, if required by the Engineer, be uncovered for
examination at the Contractor's expense.
Re-examination of questioned work may be ordered by the Engineer, and,
if so ordered, the work must be uncovered by the Contractor. If such work be
found in accordance with the Contract, the City shall pay the cost of re-
examination and replacement. If such work be found not in accordance with the
Contract, the Contractor shall pay such cost unless he shall show that the defect
in the work was caused by another Contractor, and, in that event, the City shall
pay the cost.
2. AUTHORITIES AND DUTIES OF INSPECTORS. Inspectors may
be stationed on the work to report to the Engineer as to the progress of the work
and the manner in which it is being performed; also, to report whenever it
appears that materials furnished and work performed by the Contractor fail to
fulfill the requirements of the specifications and Contract, and to direct the
attention of the Contractor to such failure or infringement; but such inspection
shall not relieve the Contractor from any obligations to furnish acceptable
materials or to provide completed construction that is satisfactory in every
particular.
In case of any dispute arising between the Inspector and the Contractor as
to materials furnished or the manner of performing the work, the Inspector shall
have the authority to reject materials or suspend the work until the question at
issue can be referred to and decided by the Engineer. Inspectors are not
authorized to revoke, alter, 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.
GENERAL SPECS Page 6 of 18
3. STATUS OF THE ENGINEER. The Engineer shall have general
supervision and direction of the work. He has authority to stop the work
whenever such stoppage may be necessary to insure the proper execution of the
Contract. He shall also have authority to reject any work and/or materials which
do not conform to the specifications, to direct the application of forces to any
portion of the work as, in his judgment, is required, and to order the force
increased or diminished, and to decide questions which arise in the execution of
the work.
4. ENGINEER'S DECISIONS. The Engineer shall, within a
reasonable time, make decisions on all claims of the Contractor and on all other
matters relating to the execution and progress of the work or the interpretation of
the contract documents.
All such decisions of the Engineer shall be final except as to the element
of time and financial consideration involved, which, if no agreement in regard
thereto is reached, shall be subject to arbitration.
5. STAKES AND INSTRUCTIONS. The Contractor shall provide
reasonable and necessary opportunities and facilities for setting stakes and
making measurements. The Contractor shall not furnish stakes or men to set
them. He shall not proceed until he has received from the Engineer such stakes
and instructions as may be necessary to the progress of the work.
The Contractor shall carefully preserve bench marks, reference points,
and stakes, and in case of willful or careless destruction, he shall be charged
with the resulting extra expense and shall be responsible for any mistakes that
may be caused, by their loss or disturbance.
6. SUPERINTENDENCE. The Contractor shall keep on his work
during its progress a competent superintendent and any necessary assistants, all
satisfactory to the Engineer. The Superintendent shall not be changed except
with the consent of the Engineer, unless the Superintendent proves to be
unsatisfactory to the Contractor and ceases to be in his employ. The
Superintendent shall represent the Contractor in his absence, and all directions
given to him shall be as binding as if given to the Contractor. Important decisions
shall be confirmed in writing to the Contractor. Other directions shall be so
confirmed on written request in each case.
The Contractor shall give efficient supervision to the work using his best
skill and attention. He shall carefully study and compare all drawings,
specifications, and other instructions, and shall report at once to the Engineer
any error, inconsistency, or omission which he may discover.
7. REMOVAL OF UNAUTHORIZED WORK. Work done without lines
and grade being give, work done beyond lines shown on the plans or as given,
except as herein provided, or any extra or additional work done without authority,
will be considered as unauthorized and at the expense of the Contractor and will
GENERAL SPECS Page 7 of 18
not be paid for under the provisions of the Contract. Work so done may be
ordered removed and replaced at the Contractor's expense.
8. REMOVAL OF DEFECTIVE MATERIALS OR WORK. The
Contractor shall promptly remove from the premises all materials condemned by
the engineer as failing to conform to the Contract; whether incorporated in the
work or not, and the Contractor shall promptly replace and re -execute his own
work in accordance with the contract and without expense to the City, and shall
bear the expense of making good all work of other Contractors destroyed or
damaged by such removal or replacement.
If the Contractor does not remove such condemned work and materials
within a reasonable time, fixed by written notice, the City may remove them and
may store the material at the expense of the Contractor. If the Contractor does
not pay the expense of such removal within a reasonable time thereafter, the City
may, upon ten (10) days' written notice, sell such materials at auction or at
private sale and shall account for the net proceeds thereof, after deducting all the
costs and expense that should have been borne by the Contractor; or, if the net
proceeds of such sale are insufficient to pay the expenses of removal, the City
may deduct the balance from any amounts due the Contractor.
9. MATERIALS, EQUIPMENT, APPLIANCES, AND FACILITIES.
Unless otherwise stipulated, the Contractor shall provide and pay for all
materials, labor, water, tools, equipment, light, power, transportation, and other
facilities necessary for the execution and completion of the work. Materials shall
be of the quality specified for each particular part of the work.
Whenever, in construction of the work or in the manufacture of any article
of appliance necessary for the construction or operation of the work, it is
necessary to use any material that is not fully specified in these specifications, it
shall be of good quality and shall meet with the approval of the Engineer.
Any appliance that is necessary for the construction or operation of the
work and is commonly recognized as a part of the work, shall be furnished by the
Contractor as part of the work, whether or not it is specifically called for in the
plans and specifications, and such appliance shall be of good quality and
standard make and shall meet with the approval of the Engineer.
10. MATERIAL SAMPLES. Before the contract is awarded, the bidder
may be required to furnish a statement of the origin, composition, and
manufacture of any and all materials proposed for use in the performance of the
Contract, together with samples of the material. These samples will be
considered as representative and typical of the material to be obtained from any
particular source.
11. CHARACTER OF WORKMEN AND EQUIPMENT. The Contractor
shall employ competent and efficient workmen for every kind of work. Any
person employed on the work who shall refuse or neglect to obey the directions
GENERAL SPECS Page 8 of 18
of the engineer or Inspector, or who shall be deemed incompetent or disorderly,
or who shall commit trespass upon public or private property in the vicinity of the
work, shall be dismissed when the Engineer so orders, and shall not be re-
employed unless express permission be given by the Engineer. The Contractor
shall, at all times, enforce discipline and good order among his employees.
The methods, equipment, and appliances used on the work, and the labor
employed, shall be such as will produce a satisfactory quality of work and shall
be adequate to complete the contract within the specified time limit.
12. HIRING CITY EMPLOYEES. The Contractor shall not employ and
hire any of the City's employees without the permission of the Engineer.
13. LABOR. Local labor shall be given preferences so far as
practicable.
14. THE CITY'S RIGHT TO DO WORK. If the Contractor should
neglect to prosecute the work properly or fail to perform any provision of this
Contract, the City of Waterloo, after three (3) days' written notice to the
Contractor may, without prejudice to any other remedy he may have, make good
such deficiencies and may deduct the cost thereof from the payment then or
thereafter due the Contractor, provided, however, that the Engineer shall approve
both such action and the amount charged to the Contractor.
SECTION D - PROCEDURE AND PROGRESS
1. ORDER OF COMPLETION - USE OF COMPLETED PORTIONS.
The Contractor shall complete any portion or portions of the work in such order or
time as the Engineer may require. The City shall have the right to take
possession of an use completed or partially completed portion of the work at any
time, but such taking possession and use shall not be deemed an acceptance of
work so taken or used, or any part thereof. If such prior use increases the cost of
or delays the work, the Contractor shall be entitled to such extra compensation or
extension of time, or both, as the Engineer may determine.
2. WEATHER. During stormy or inclement weather, all work shall be
suspended, except such as can be done in an acceptable manner. Permission
to work during freezing, stormy, or inclement weather shall in no way be
construed as a release of the Contractor's responsibility regarding the quality of
the finished work at such time.
3. SUNDAYS AND LEGAL HOLIDAYS. Except for such work as
may be required to properly maintain or protect completed or partially completed
construction or to maintain lights and barricades, no work will be permitted on
Sundays or legal holidays without specific permission of the Engineer.
GENERAL SPECS Page 9 of 18
4. DELAYS AND EXTENSION OF TIME. If the Contractor be
delayed in the completion of the work by an act of neglect of the City, or its
employees; or by any other Contractor employed by the City; or by changes
ordered in the work; or by strikes, lockouts, fire, unusual delays in transportation,
unavoidable casualties, or any cause beyond the Contractor's control; or by
delay authorized by the Engineer pending arbitration; or by any cause which the
Engineer shall decide justifies the delay, then the time of completion shall be
extended for such reasonable time as the Engineer may decide will compensate
for such delay.
No such extension shall be made for delay occurring more than thirty (30)
days before claim therefor is made in writing to the Engineer. In the case of a
continuing cause of delay, only one claim is necessary.
This article does not exclude the recovery of damages for delay by either
party under provisions in the contract documents.
5. TEMPORARY SUSPENSION OF WORK. The Engineer shall have
authority to suspend the work, wholly or in part, for such period or periods of time
as he may deem necessary, due to unsuitable weather or such other conditions
as are considered unfavorable for the suitable prosecution of the work, or for
such time as is necessary due to the failure to the Contractor to carry out orders
given or to perform any or all provisions of the Contract.
6. NOTICES - HOW SERVED. Any notice to be given by the City to
the Contractor under this contract shall be deemed to be served if the same be
delivered to the man in charge of any office used by the Contractor or his
foreman or agent at or near the work, or deposited in the post office, postpaid,
addressed to the Contractor at his last known place of business.
7. PROGRESS OF WORK. The progress of the work shall be such
that, at the expiration of one-fourth (1/4) of the contract period, one-eighth (1/8)
of the work shall be completed; at the expiration of one-half (1/2) of the contract
period, three-eighths (3/8) of the work shall be completed; at the expiration of
three-fourths (3/4) of the contract period, the work shall be three-fourths (3/4)
completed, and the whole work shall be completed at the expiration of the
contract period.
If, at any time the above schedule is not being maintained, the Council
may give written notice to the Contractor and his sureties that the specifications
are not being complied with. Such notice shall state what action on the part of
the Contractor is required to bring the work within the requirements of the
specifications. If the Contractor fails, within ten (10) days, to proceed as directed
in the said notice, then the Council shall have authority to annul this contract
without process or action at law and take over the prosecution and completion of
the work, as provided under the article covering City's right to terminate contract.
GENERAL SPECS Page 10 of 18
8. CITY'S RIGHT TO TERMINATE CONTRACT. If the Contractor
should be adjudged a bankrupt; or if he should make a general assignment for
the benefit of this creditor; or if a Receiver should be appointed on account of his
insolvency; or if he should persistently or repeatedly refuse or should fail, except
in cases for which extension of time is provided, to supply enough skilled
workmen or proper materials; or if he should fail to make prompt payment to
Subcontractors or for materials or labor; or if he should persistently disregard
laws, ordinances, or the instructions of the Engineer; or if he should otherwise be
guilty of a substantial violation of any provision of the contract, then the City,
upon the certificate of the Engineer that sufficient cause exists to justify such
action, may, without prejudice to any other rights or remedy, and after giving the
Contractor seven (7) days' written notice, terminate the employment of the
Contractor and take possession of the premises and of all materials, tools and
appliances thereon and finish the work by whatever method he may deem
expedient. In such cases, the Contractor shall not be entitled to receive any
further payment until the work is finished.
If the unpaid balance of the contract price shall exceed the expenses of
finishing the work, including compensation for additional managerial and
administration services, such excess shall be paid to the Contractor. If such
expense shall exceed such unpaid balance, the Contractor shall pay the
difference to the City. The expense incurred by the City as herein provided and
the damage incurred through the Contractor's default shall be certified by the
Engineer.
9. REMOVAL OF EQUIPMENT. In the case of annulment of this
contract before completion, from any cause whatsoever, the Contractor, if
notified to do so by the City; shall promptly remove any part or all of his
equipment and supplies from the property of the City, failing which, the City shall
have the right to remove such equipment and supplies at the expense of the
Contractor.
SECTION E - MEASUREMENTS AND PAYMENT
1. STANDARD OF MEASUREMENT. All work completed under the
contract shall be measured by the Engineer according to the United States
standard measures.
2. SCOPE OF PAYMENTS. The Engineer's measurements of
quantities shall be the basis for final payment for the work performed under this
Contract. After the work is completed, the Engineer will make measurements
and computations of the number of units of each of the various items of work
completed, and the Contractor will be paid for the actual amount of work
performed at the rates specified in his Proposal. Before final settlement is made,
the Council may require the Contractor to submit a list of all persons furnishing
labor or materials, with evidence that such persons have been paid in full.
GENERAL SPECS Page 11 of 18
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.
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.
GENERAL SPECS Page 12 of 18
No such claim shall be valid unless so made.
5. CLAIMS FOR EXTRA COMPENSATION. If the Contractor deems
that extra compensation is due him for work and/or materials that he considered
is not clearly covered in the items for which he submitted unit prices in his bid
and that were not ordered in writing by the Engineer as an extra s heretofore
provided, the Contractor shall notify the Engineer, in writing, of his intention to
make claim for extra compensation for work and/or material before starting
construction. If such written notification is not given or the Engineer is not
afforded proper facilities by the Contractor for keeping strict account of actual
cost as defined herein, then the Contractor hereby agrees to waive the claim for
extra compensation. Such notice to the engineer and the fact that the Engineer
has kept account of cost as aforesaid, shall not in any way be construed as
proving the validity of the claim, which must be passed upon by the Council. In
the event that the Council finds the claim to be just, it shall be allowed and paid
for as extra work as provided herein.
6. COMPLETION REPORT AND OBJECTIONS THERETO. Within
ten (10) days after the full completion of the work to be done under this contract,
the Engineer shall make a written statement of all the work done by the
Contractor hereunder, stating the quantity of each item as found by him and
including a statement of all credits for extra work and all credits or debits for
changes, alterations, omissions, and defects, and shall forthwith deliver a copy of
such statement to the Contractor. The Contractor shall compare such statement
with his own records and shall then, in writing, either approve such statement or
point out any claimed errors or omissions. If any of such claims are found
correct, the Engineer shall, within ten (10) days, prepare a new statement, a copy
of which shall in like manner be delivered unto the Contractor. The Engineer will
not file a formal completion report with the City until the Contractor has approved
the same.
If the figures of the Engineer and the Contractor cannot be reconciled, or
there is a difference of opinion regarding some item or items, then such
difference of opinion shall be submitted to arbitration as hereinafter provided, and
the decision of the arbitrator or arbitrators shall be final, and the Engineer shall,
within a period of five (5) days, file his completion report.
Before action by the City Council upon such completion report, the
Contractor shall also file a written statement of any claims he may have against
the City, other than those shown by such completion report, growing out of this
contract or the work done hereunder. The City shall retain ten percent (10%) of
the amount due the Contractor on the completion report for a period of thirty (30)
days. If no claims are filed against the Contractor within thirty (30) days, the final
ten percent (10%) shall then be paid to the Contractor.
7. WAIVER. By the execution of this contract ,the Contractor agrees
that any objections he may have to the statement of the amount of work done
hereunder included by the Engineer in this completion report, and any claims of
GENERAL SPECS Page 13 of 18
the Contractor against the City growing out of this contract and the work done
hereunder which are not stated in writing in the manner and within the time
provided in Article 6, Section E hereof, shall be waived, and no such claim shall
thereafter be asserted against the City.
SECTION F - LEGAL RELATIONS AND RESPONSIBILITIES
1. LAWS RELATING TO WORK. The Contractor is presumed to be
familiar with all laws, ordinances, and regulations which may, in any manner,
affect those engaged or employed upon the work or the materials or equipment
used in or upon the work, and shall conduct the work so as not to conflict with
such laws, ordinances, and regulations.
2. PROTECTION OF WORK AND PROPERTY. The Contractor for
any part of the improvement shall be held responsible for the care of materials
and of partially completed and completed work until final acceptance of the same
by the Council. He will be required to make good at his own expense any
damage which the work may sustain from any cause prior to the filing of the
engineer's certificate of completion. He shall take all risk from floods and
casualties of every description and make no charge for delay due to such cause.
He may, however, be allowed a reasonable extension of time on account of such
delays. He shall correct or make good at his own expense all damages to
adjacent property due to the acts or negligence of his employees of the
prosecution of his work, and save the City harmless therefor.
The Contractor shall be held liable and responsible for all damages done
to water, sewer, drain, or other underground pipes and structures, and to
sidewalks and private property.
3. RESPONSIBILITY FOR ACCIDENTS. The Contractor shall
assume full responsibility for all damages sustained by persons or property due
to the carrying on of his work until final acceptance thereof, or until released by
the Engineer in writing.
4. LIABILITY INSURANCE. The Contractor shall carry liability
insurance which shall save the City harmless and protect the public and any
person from injury sustained by the reason of the prosecution of the work or the
handling or storing of materials therefor, and said Contractor shall also carry
liability insurance which shall meet the requirements of the Iowa Worker's
Compensation Law.
Before work shall be started on this contract, the Contractor shall furnish
the City Clerk with proper affidavit or Affidavits executed by representatives of
duly qualified insurance companies, evidencing that said insurance company or
companies have issued liability insurance policies, effective during the life of the
contract, or for a period of a least ten (10) days following the filing of written
notice of cancellation, protecting the public and any person from injuries or
GENERAL SPECS Page 14 of 18
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:
Comprehensive General Liability Insurance
General Aggregate Limit
Products—Completed Operations
Aggregate Limit
Each Occurrence Limit
$ 5,000,000.00
$ 5,000,000.00
$ 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". A certificate, or a policy if requested, shall be filed
with the Owner.
All certificates and/or policies of insurance furnished by the Contractor to
be filed with the City Clerk shall include the name and address of the agency
issuing the same. It shall also be required that the City Clerk be notified by
registered mail of the cancellation or expiration of the above insurance.
5. BARRICADES AND SIGNS. The Contractor shall, at his own
expense and without further or other order, provide, erect, and maintain, at all
times during the progress and suspension of the work and until completion and
final acceptance thereof, suitable and requisite barricades, signs, or other
adequate protection, as required by the latest edition of the "Iowa Manual on
GENERAL SPECS Page 15 of 18
Uniform Traffic Control Devices for Streets and Highways" and shall provide,
keep, and maintain such barricades, signs, etc., as may be required or as may
be ordered by the City Engineer, to insure the safety of the public as well as
those engaged on the work. All barricading plans shall be approved by the City
Engineer.
6. ROYALTIES AND PATENTS. The Contractor shall pay all
royalties and license fees. He shall defend all suits or claims for infringement of
any patent rights and shall save the City harmless from loss on account thereof,
except that the City shall be responsible for all such loss when a particular
process or the product of a particular manufacturer is specified.
7. PERMITS AND REGULATIONS. Permits and licenses of a
temporary nature for the prosecution of the work shall be secured and paid for by
the Contractor. Permits, license, and easements for permanent changes in
existing facilities shall be secured and paid for by the City.
8. CLAIMS FOR DAMAGES. Any claim for damages arising under
this Contract shall be made in writing to the party liable within a reasonable time
of the first observance of such damage and no later than the time of final
payment, except as expressly stipulated otherwise in the case of faulty work or
materials, and shall be adjusted by agreement or arbitration.
The Contractor shall be held for the payment of all just claims against him
arising out of the prosecution of this contract, and his bond will not be released
until such claims are paid for dismissed.
9. ASSIGNMENT OF CONTRACT. The Contractor shall not sell or
assign the contract or sublet any portion of the work provided for therein without
the written consent of the City Council.
10. SUBCONTRACTORS. The Contractor shall, as soon as
practicable after the signature of the contract, notify the Engineer in writing of the
names of the Subcontractors proposed for the work and shall not employ any
that the Engineer may, within a reasonable time, object to as incompetent or
unfit.
The Contractor agrees that he is as fully responsible to the City for the
acts and omission of his Subcontractors and of persons either directly or
indirectly employed by them as he is for the acts and omissions of persons
directly employed by him.
Nothing contained in the contract documents shall create any contractual
relation between any Subcontractor and the City.
11. ARBITRATION. All questions subject to arbitration under this
Contract shall be submitted to arbitration at the choice of either party to the
dispute.
GENERAL SPECS Page 16 of 18
The Contractor shall not cause a delay of the work during any arbitration
proceedings, except by agreement with the Engineer.
The demand for arbitration shall be filed in writing with the Engineer, in the
case of an appeal from his decision, within ten (10) days of its receipt, and in any
other case, within a reasonable time after cause thereof, and in no case later
than the time of final payment, except as otherwise expressly stipulated in the
contract. If the Engineer fails to make a decision within a reasonable time, an
appeal to arbitration may be taken as if his decision had been rendered against
the part appealing.
No one shall be nominated or act as an arbitrator who is in any way
financially interested in the contract or in the business affairs of either the City or
the Contractor.
The general procedure shall conform to the laws of the State of Iowa.
Unless otherwise provided by such laws, the parties may agree upon one
arbitrator; otherwise, there shall be three --one named in writing by each party to
this contract to the other party, and the third chosen by these two arbitrators, or,
if they fail to select a third within ten (10) days, then he shall be chosen by the
Comptroller of the State of Iowa. Should either party refuse or neglect to supply
the arbitrators with any papers or information demanded in writing, the arbitrators
are empowered by both parties to proceed ex parte.
If there be one arbitrator, his decision shall be binding; if three, the
decision of any two shall be binding. Such decision shall be a condition
precedent to any right of legal action, and, wherever permitted by law, it may be
filed in Court to carry it into effect.
The arbitrators, if they deem that the case demands it, are authorized to
award to the party whose contention is sustained such sums as they shall deem
proper for the time, expense, and trouble incident to the appeal, and, if the
appeal was taken without reasonable cause, damages for delay, the arbitrators
shall fix their own compensation unless otherwise provided by agreement, and
shall assess the costs and charges of the arbitration upon either or both parties.
The award of the arbitrators must be in writing, and it shall not be open to
objections on account of the form of proceeding or the award, unless otherwise
provided by the laws of Iowa.
In the event of such laws providing on any matter covered by this article
otherwise than as hereinbefore specified, the method of procedure throughout
and the legal effect of the award shall be wholly in accordance with the laws of
the State of Iowa, it being intended hereby to lay down a principle of action to be
followed, leaving its local application to be adopted to the legal requirements of
the place in which the work is to be done.
GENERAL SPECS Page 17 of 18
12. PERFORMANCE AND PAYMENT BONDS. The Contractor shall,
at the time of execution and delivery of this contract and before the taking effect
of same, furnish and deliver to the City written bonds of indemnity to the amount
required by law in form and substance, and with surety thereon satisfactory and
acceptable to the City, to insure the faithful performance and payment by the
Contractor of all the covenants and agreements on the part of the Contractor
contained in this contract. These bonds shall remain in force and effect for the
full amount of the Contract.
13. PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out
any of the provisions of the Contract or in exercising any power or authority
granted him thereby, there shall be no liability upon the Engineer or his
authorized assistants, either personally or as an official of the City, it being
understood that in such matters he acts as the agent and representative of the
City.
14. JURISDICTION. Any action in Court against the Contractor or
sureties on his bond because of damages to property or individuals by said
Contractor or his workmen, or because of the violation of any provisions of the
specifications, or on account of the failure of said Contractor to comply fully with
these provisions, shall be brought in the District Court of the State of Iowa in and
for Black Hawk County.
15. TERMINATION OF RESPONSIBILITY. The Contract shall be
considered as completed and the Contractor released from further obligations
except as to the requirements of his bond, after the work has been completed
and finally accepted and final estimates have been allowed and the completion
report of the engineer has been filed and approved by the Council.
16. CITY'S LEGAL RIGHTS. The City shall not be precluded by any
measurements, estimate, or certificate made, either before or after the
completion and acceptance of the work and payment therefor, from showing the
true amount and character of the work performed and materials furnished by the
Contractor, or from showing that any such measurement, estimate, or certificate
is untrue or incorrectly made, or the work or materials do not, in fact, conform to
the Contract.
The City shall not be precluded, notwithstanding any such measurements,
estimate, or certificate and payment in accordance therewith, from recovering
from the Contractor and his surety such damages as it may sustain by reason of
his failure to comply with the terms of the Contract. Neither the acceptance by
the City or any of its representatives, nor any payment for or acceptance of the
whole or any part of the work, nor any extension of time, nor any possession
taken by the City, shall operate as a waiver on any portion of the contract or of
any power herein reserved, or any right to damages herein provided. A waiver of
any breach of the contract shall not be held to be a waiver of any other or
subsequent breach.
GENERAL SPECS Page 18 of 18
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
SUPPLEMENTAL GENERAL SPECIFICATIONS
installed or incorporated in the work and upon completion of all work, shall
deliver the same together with all improvements and appurtenances
constructed or placed thereon by him to the City of Waterloo free from any
claims, liens, or charges. Neither the contractor nor any person, firm, or
corporation furnishing any material or labor for any work covered by this
contract shall have any right to a lien upon any improvement or
appurtenance thereon. Nothing contained in this paragraph, however,
shall defeat or impair the right of persons furnishing materials or labor to
recover under any bond given by the contractor for their protection or any
rights under any law permitting such persons to look to funds due the
contractor in the hands of the City of Waterloo. The provisions of this
paragraph shall be inserted in all subcontracts and material contracts and
notice of its provisions shall be given to all persons furnishing materials for
the work when no formal contract is entered into for such materials.
SUPPLEMENTAL GENERAL SPECIFICATIONS
IOWA DNR NPDES GENERAL PERMIT
TO BE INSERTED HERE
FORM OF CONTRACT
CONTRACT FOR THE CONSTRUCTION OF
F.Y. 2018 WATERLOO BOATHOUSE ENHANCEMENTS
CITY OF WATERLOO, IOWA
CONTRACT NO. 940
This contract made and entered into this day of , 20, by and
between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to
as City), and of Waterloo, Iowa, (hereinafter
referred to as Contractor), WITNESSETH:
PAR. 1
PAR. 2
PAR, 3
Contractor agrees to build and construct the F.Y. 2018 WATERLOO
BOATHOUSE ENHACEMENTS, CITY OF WATERLOO, IOWA,
CONTRACT NO. 940 and furnish all necessary tools, equipment,
materials and labor necessary to do all the work called for in the plans and
specifications in a workmanshiplike 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.
It is understood and agreed that the resolution adopted by the City Council
ordering the construction of the improvement, the Notice to Contractors as
published, the Instruction to Bidders, the Form of Proposal, the
Construction and Maintenance Bonds, the Council Proceedings relating to
this matter, and the Plans and Specifications shall all be considered as
forming a part of the contract the same as though they were each set out in
said contract.
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.
FORM OF CONTRACT PAGE 1 OF 5 PAGES
PAR. 4
PAR. 5
PAR. 6
PAR. 7
PAR. 8
PAR. 9
The Contractor agrees to perform said work and install said improvements
on the terms set out in bid or proposal to the City which has been accepted
by the City and which is by reference made a part of this contract.
The Contractor agrees to commence said work within ten (10) working
days after receipt of "Notice to Proceed" and complete it on or before
unless an extension of time is granted in
writing by the Council of the City.
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.
The Contractor agrees to comply with and obey all ordinances of the City
of Waterloo, Iowa, relating to the obstruction of streets and alleys, keeping
open passage ways for water, traffic, and protecting any excavations in any
street or alley, and maintaining proper and sufficient barricades with lights
and signals during all hours of darkness, to see that the backfilling is
properly done, and agrees to keep the City whole and defend any and all
suits that may be brought against the City by reason of any injuries that
may be sustained by any person or property allegedly caused by the
Contractor, or his agents, while work is done pursuant to this agreement.
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.
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.
FORM OF CONTRACT PAGE 2 OF 5 PAGES
PAR. 10
PAR. 11
PAR. 12
PAR. 13
PAR. 14
PAR. 15
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.
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.
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.
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.
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.
In consideration of the full compliance on the part of the Contractor with all
the provisions, stipulations, and conditions hereof, or contained in the
various instruments made a part of this contract by reference, and upon
completion and acceptance of said work, the City agrees to pay to the
Contractor, in the manner set out in the Notice to Contractors, the amount
of money due the Contractor for work performed and accepted, at the unit
prices set out in the Contractor's proposal, which has been accepted by the
City.
FORM OF CONTRACT PAGE 3 OF 5 PAGES
PAR. 16
PAR. 17
PAR. 18
PAR. 19
PAR. 20
PAR. 21
The total amount of the contract, based on the Engineer's estimates of
quantities and the Contractor's unit bid prices, and for which 100% surety
bond is required is $
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.
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.
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.
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.
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.
FORM OF CONTRACT PAGE 4 OF 5 PAGES
CITY OF WATERLOO, IOWA
Mayor
City Clerk
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 5 OF 5 PAGES
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, of
(the "Principal"), and of
(the "Surety"), are held and firmly bound unto the City of
Waterloo, Iowa (the "Obligee"), in the penal sum of
Dollars ($ ), lawful money of the United
States, for the payment of said sum in connection with a contract (the "Contract") dated on
or about for the purpose of
. The Contract is
incorporated herein by reference as though fully set forth herein.
Whenever the Principal shall be and is declared by the Obligee to be in default under the
Contract, with the Obligee having performed its obligations in the Contract, then the
Surety, acknowledging that time is of the essence, may promptly remedy the default, or
shall promptly undertake to:
1. Complete the Contract in accordance with its terms and conditions; or
2. Obtain one or more bids for completing the Contract in accordance with its
terms and conditions, and upon determination by the Surety of the lowest
responsible bidder, or negotiated proposal, or, if the Obligee elects, upon
determination by the Obligee and the Surety jointly of the lowest responsible
bidder, or negotiated proposal, arrange for a contract between such party
and the Obligee. The Surety will make available as work progresses
sufficient funds to pay the cost of completion less the balance of the
Contract price. The cost of completion includes responsibilities of the
Principal for correction of defective work and completion of the Contract, the
Obligee's legal and design professional costs resulting directly from the
Principal's default, and liquidated damages or actual damages if no
liquidated damages are specified in the Contract. The term "balance of the
Contract price" means the total amount payable by the Obligee to the
Principal under the Contract and any amendments thereto, less the amount
properly paid by the Obligee to the Principal; or
3. Determine the amount for which it is liable to the Obligee and pay the
Obligee that amount as soon as practicable.
In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and
hold Obligee harmless from and against any and all costs of enforcement, including but
not limited to reasonable attorneys' fees and expenses.
Every Surety on this bond shall be deemed and held, any contract to the contrary
notwithstanding, to consent to each and all of the following matters, without notice:
Performance Bond Page 1 of 2
1. To any extension of time to the Contract in which to perform the Contract.
2. To any change in the plans, specifications, or Contract when such change
does not involve an increase of more than twenty percent (20%) of the total
Contract price, and shall then be released only as to such excess increase.
3. That no provision of this bond or of any other contract shall be valid which
limits to less than one (1) year from the time of the acceptance of the work
the right to sue on this bond for defect in workmanship or material not
discovered or known to the Obligee at the time such work was accepted.
If the Principal performs the Contract, then this bond shall be null and void; otherwise it
shall remain in full force and effect. In no event shall the Surety's total obligation exceed
the penal amount of this bond.
Terms used herein shall include, as appropriate, the singular or plural number, or the
masculine, feminine or neuter gender.
IN WITNESS WHEREOF, the undersigned Principal and Surety have executed this
Performance Bond as of
PRINCIPAL SURETY
Name
By:
Title:
Name
By:
Title:
[attach Power of Attorney]
NOTE: Date of BOND must not be prior to date of Contract.
If CONTRACTOR is Partnership, all partners should execute BOND.
If this°project=.includes Federal Funds;;tfre following appires to the:payment bond;
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to transact
business in the State where the project is located.
Performance Bond Page 2 of 2
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that
(Name of Contractor)
(Address of Contractor)
a , hereinafter called Principal,
(Corporation, Partnership or Individual)
and,
(Name of Surety)
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto
(Name of Owner)
(Address of Owner)
hereinafter called OWNER, in the penal sum of
Dollars,($ )
in lawful money of the United States, for the payment of which sum well and truly to be made,
we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a
certain contract with the OWNER, dated the day of
20 , a copy of which is hereto attached and made a part hereof for the construction of:
NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms,
SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the
prosecution of the WORK provided for in such contract, and any authorized extension or
modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and
coke, repairs on machinery, equipment and tools, consumed or used in connection with the
construction of such WORK, and all insurance premiums on said WORK, and for all labor,
performed in such WORK whether by SUBCONTRACTOR or otherwise, then this obligation
shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the contract or to the
WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall
in any wise affect its obligation on this BOND, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the contract or to the WORK
or to the SPECIFICATIONS.
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be
unsatisfied.
IN WITNESS HEREOF, this instrument is executed in counterparts, each one of
(number)
which shall be deemed an original, this the day of
20•
ATTEST:
Principal
(Principal) Secretary
(SEAL)
By (s)
(Address)
Witness as to Principal
(Address)
Surety
ATTEST: By
Attorney -in -Fact
Witness as to Surety (Address)
(Address)
NOTE: Date of BOND must not be prior to date of Contract.
If CONTRACTOR is Partnership, all partners should execute BOND.
If this project includes Federal Funds, the following applies to the payment bond;
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to transact
business in the State where the project is located.