Loading...
HomeMy WebLinkAbout09/09/2013Period EMIeo: Auuust 16, 2013 AECOM V F'� City of Waterloo Sikkim' Construction Co. Has Waived the Right to Sign Partial Pay ESOmaies, /22 3 Dale 0009 - (Uig -a - Pays 2 oft TOTAL EARNED TO DATE LESS 3% RETAINAGE ($30,000 MAX) SUBTOTAL LESS PREVIOUS PAYMENTS DUE THIS ESTIMATE DIVISION I FED --AID STREET DIVISION II FED:AID WATER DIVISION III NON PART. WATER DIVISION IV NON PART. SAN. SEWER TOTAL PROJECT 1,142,745,90 27,072.04 1 115 673.86 17,85800 22470 12633.30 13,03626 391,09 12.645,17 $ $ 78,072.30 2,312.17 75760,13 $1,061,496J1 54,184.5 16,883.30 12,645.17 750.00• $ 75,760.13 $ Ap i�6,70ss /oS/S -il OJ IS6-sc $ 1,251,712.46 $ 39,000.00 S 1,221 712.46 $1,160,777.91 Revised Contract y Change Order Revised Total Contract $ Amount 5 4,500.00 Corn Ivied Division I (Fed:Aid Street) Division 11 (Fed. -Aid Water) Division Iii (Non Pare. Water) Division IV (Non Part. Sewer) Division) (Fed -Aid Street Division 11 (Fe:Aid Water) f Division Ill (Non Part. Water) Division N (Non P rt. San. Sewer) Total % Line No. Item Description Units Unit Cost Quantity Contract $ Amount Quantity Contract $ Amount Quantity, Contract $ Amount Quantity Contras! S Amount Quantity $ Amount Quantity $Amount Quantity S Amount Quantity 5 Amount fATou^Unt To Date Item Complete 0590 FENCE SAFETY LF $ 300 1,500.0 $ 450000 S - $ 1500,0 950 150 $ 4500,00 E 1900.00 $ 2250.00 $ - 5 - $ - E - $ - $ - $ - S - 5 - $ 4,500.00 $ 190000 $ 2250.00 1000% 135.7% 53.6% 0000 REMOVAL AND REINSTALLATION OF FENCE CHAIN LINK LF 5 2000 70.0 5 140000 5 - - 5 $ - S 5 1400.00 0610 REMOVE AND REINSTALL SIGN AS PER PLAN EACH $ 15000 28.0 $ 4200.0D $ - - $ - - $ - $ 4200.00 $ 1 449.00 5 107920 $ 3987.05 0620 W000 POSTS FOR TYPE A OR B SIGNS 4 IN. X4 IN. LF $ 900 161.05 144900 $ - E - - 17.0 5 - $ - $ 977.50 $ - $ - $ - 5 - $ - - $ - $ - S - S - $ - S - $ - $ - $ - $ 977,50 S 0.0% 00% 245% 00% 0630 TYPE A SIGNS, SHEET ALUMINUM SF S 1900 56,11 5 10]920 5 - $ § $ 0640 PAINTED PAVEMENT MARKING WATERBORNE OR SOLVENT -BASED STA $ 57.50 693 $ 3987.05 $ - $ - 5 - 0650 PAINTED SYMBOLS AND LEGENDS WATERBORNE OR SOLVENT -BASED EACH 9 0000 22.0 $ 1760.00 $ - $ $ $ 1760.00 0660 TRAFFIC CONTROL LS 5 730000 1.0 $ 7300.00 $- - - 5 132500 0]5 $ 547500 - - E - 547500 750% 0670 FLAGGER$ EACH $ 325.00$ 50 $ 1625.OD 5 - 3 - 5 - $ 5 162500 $ 2500000 10 S - $ 25000.00 $ - $ $ - E - $ $ - $ - $ - 3 - $ $ 2500000 0.0% 1000% 0680 MOBILIZATION LS $ 25000.00 1.0 $ 25000.00 $ - $ - $ - 0690 SPOT REPAIR BY PIPE REPLACEMENT BY COUNT (CO.45) EACH $ 500.00 $ - $ - $ - 00 $ - $ - $ _ $ - $ - $ - 10 $ 50000 $ 500.00 #DNNI 0700 SPOT REPAIR BY PIPE REPLACEMENT, BY LINEAR FOOT (CO. X51 LF $ 70.00 $ 5 - $ 0.0 S - 3 - 200 $ - S 780.00 $ - $ .120 $ 84050 5 - $ 840.00 $ 780.00 #ONN! 18.5% 0710 WATER MAIN, TRENCHED DUCTILE IRON PIPE (DIP§ 6 IN. LF $ 39.00 $ - 108.0 $ 421200 - $ - $ - $ - 5 4212,00 5 100000 0720 WATER MAIN TRENCHED, DUCTILE IRON PIPE IDIPI, B IN. LF 5 50,00 $ - 360 $ 180000 $ $ 050 240 140 100 5 - $ - $ - $ - ; - 5 - $ - $ 3250 S 3600.00 $ 2100.00 $ 350.00 5 $ - 500 1840 10 2.0 $ 2500.00 5 184000 $ 560000 $ 150000 $ - $ - $ - $ - S - S - $ - 5 - $ - 40 4.0 141.8 5 - $ - $ - $ - 5 2,60000 S 6,000.00 $ 2268.80 $ - $ - $ - $ - $ - $ 9 - $ - $ - S - $ - $ - $ - $ - $ - $ - $ - 5 - $ 2.500.00 $ 184000 $ 5,600,00 $ 150000 $ 260000 $ 6000.00 $ 226680 $ 32.50 9 3.60000 $ 2100.00 S 350.00 $ - 130.9% 0.0% 32.4% 33.3% 667% 80.0% 133.3% 156.5% 15.9% 51.0% 297% 31.8% 00% 0730 WATER MAIN TRENCHED DUCTILE IRON PIPE IOIP),20 IN. IC.O.431 LF $ 150.00 $ - 00$ - - $ 568000 $ 1680000 0740 FITTINGS BY WEIGHT DUCTILE IRON(COX3) LB $ 1000 $ - 568,0 $ 568000 $ - $ - 0750 FIRE HYDRANT ASSEMBLY, WM-201 EACH S 5,600.00 5 - 3.0 $ 16800,00 $ - $ - 0760 REMOVE FIRE HYDRANT EACH $ 750.00 $ - 3.0 $ 2,250.00 $ - $ - $ 2250.00 $ 3,250.00 $ 4500,00 $ 1449.60 0770 REMOVE WATER VALVE MANHOLES EACH $ 650.00 $ - $ - 5.0 5 325000 $ - 0780 WATER SERVICE RECONNECTION COPPER 3/4 IN. EACH $ 1500.00 $ - $ - 3.0 $ 4500.00 $ - 0790 WATER SERVICE LINE, COPPER, 3/41N. LF $ 16.00 $ - $ - 90.6 $ 144960 5 - 0800 MOWING ACRE $ 65.00 314 $ 204.10 $ - $ - $ - $ 204.10 $ 700500 0810 MULCHING, WOOD CELLULOSE FIBER ACRE $ 1500.00 4.71 $ 708500 $ - 5 - $ - 0820 SEEDING AND FERTILIZING (URBAN) ACRE 5 1,50000 4,71 $ 706500 $ - $ - $ - $ 700500 0830 STABILIZING CROP - SEEDING AND FERTILIZING (URBAN) ACRE $ 350.00 3.14 $ 1099.00 $ - 3 - $ - $ 109900 0840 SILT FENCE LF $ 250 13100 5 3275,00 5 - $ - $ - $ 327500 $ 786.00 0850 REMOVAL OF SILT FENCE OR SILT FENCE FOR DITCH CHECKS LF $ 0.60 1310.0 $ 786.00 $ - $ - 5 - 0860 MAINTENANCE OF SILT FENCE OR SILT FENCE FOR DITCH CHECK LF $ 0.50 500.0 $ 250,00 S - $ - $ - $ 25000 3 - $ - $ - F - $ $ - $ 00% 0870 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE 12 IN. OLA. tF $ 2.95 3,0580 $ 9021.10 F - 5 - $ § 9,021.10 $ 1834.60 $ 500.00 16000 100.0 30 $ 495600 S 60.00 5 150000 $ - $ - 5 - $ - E - $ - $ - S - 5 - - $ - $ - S - E - $ 4958.00 $ 6000 $ 150000 $00% " 00% 549% 33% 300.0% 0880 REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF $ 0.60 30580 $ 1834.80 $ - $ $ - 0690 MOBILIZATION EROSION CONTROL EACH S 500.00 10 $ 50000 $ - $ - $ - 0900 MOBILIZATION EMERGENCY EROSION CONTROL EACH $ 100000 10 $ 1000.00 $ - $ - $ - 5 1,00000 CHANGE ORDERS 8001 CUT STRIP STOCKPILE AND PLACE SOD (C,O.#11 50 S. 9612 60,0 5 585720 $ - $ - $ - $ 5887.20 $ 9000.00 $ 3870 $ 3800.000 60.0 57.81 $ 5887,20 $ - - $ S - $ - $ 9,53665 5 - 10 $ - 5 - $ - $ 3050.00 $ - $ - S - 1,0 S - $ - E - $ - $ 216746 $ - $ 1500 250 $ - $ 900000 5 16]0.00 $ - $ - $ - 5 588720 S 9000.00 $ 385000 S 385.00 $ 216746 $ 9530,65 1000% 100,0% 100.0% 100.0% 1000% 100.0% 8002 SANITARY SEWER SERVICE STUB POLYVINYL CHLORIDE PIPE (PVC] ICO#2) LE $ 6000 $ - ( - $ - 150.0 $ 900000 8003 SANITARY SEWER MAHOUT SW -203 (COMP) EACH $ 835.00 - $ - $ - - 20 $ 1,6]0.00 8004 MANHOLE. STORM SEWER, SW -402 O p2 (C #3) EACH 5 3.85300 $ - 1.0 $ 3&W.CO 5 - $ f - 8005 RESTOCKING FEE FOR 20' DUCTILE WATER MAIN ANO FITTINGS (C,O.U3) LS $ 2167.46 $ - $ - 1.0 $ 2167.46 $ - 5 2167.46 $ 9,538.65 $ 2035.04 8006 HMA COMMERCIAL MIX (INCLUDES ASPHALT BINDER) AS PER PLAN ICO,941 TON $ 165,00 5781 $ 9530.65 5 - $ - $ - 8007 PIPE LINING SLIPLINING, LESS THAN OR EQUAL TO 361N. DIA. (CORS) LF $ 127.19 $ - $ - $ 1600 $ 203504 8006 ADDITIONAL DETOUR SIGNING (C.0445) LS S 5050.50 10 $ 5050.50 $ - $ - $ - $ 5050,50 1.00 $ 5050,50 E - $ - $ - - $ - $ - $ - $ - $ - $ $ - $ 505050 $ 0,0% 100,0% 0,0% 8009 MOBILIZATION COST 3 -WAY STOP CONTROL (0,0, #51 LS $ 302.50 1.0 $ 30250$ - $ - $ $ 30850 $ 62320 8010 SIGNING FOR SWAY STOP CONTROL (C.0.1/5) DAY 5 29.70 21,0 $ 623,70 $ - S - $ - 8011 TRAFFIC CONTROL FOR OUTSIDE LANE CLOSURE ON US 63, TC -419 (C,O.#51 DAY $ 6600 28,0 S 1,84800 $ - $ - $ - 5 184800 $ 1,550.00 $ 238,00 $ - $ - 5 - 10 14,0 $ - $ 155000 $ 23800 S - $ - $ - - $ - E $ $ - $ - $ 155000 $ 00% 0,0% 100.0% 6012 WATER SERVICERECONNECTION COPPER 1IN. (C,O#5) EACH $ 1550,00 $ - 10 5 1.550.00 S - $ - 6013 WATER SERVICE LINE COPPER. I IN. (0.0.115) LF 5 17.00 $ - 14.0 $ 238.005 $ - 8014 INTAKE SW -512 24 IN. ICO451 EACH 5 2,350.00 1.0 $ 2300,00 E - $ - $ 2,300.4 1.00 $ 235000 E - 4 - - _ $ - 238,00 $ 2050.00 1000 % 1000% TOTAL /, A A /) $ 1,447,154,18 $ 36,380.00 $ 11,367.00 $ 84,86144 5 1,979,762.68 $ 1,142,745,90 $ 17,858,00 $ 13,03626 $ 79,072.30 5 1,251,712.46 79,7% AECOM V F'� City of Waterloo Sikkim' Construction Co. Has Waived the Right to Sign Partial Pay ESOmaies, /22 3 Dale 0009 - (Uig -a - Pays 2 oft TOTAL EARNED TO DATE LESS 3% RETAINAGE ($30,000 MAX) SUBTOTAL LESS PREVIOUS PAYMENTS DUE THIS ESTIMATE DIVISION I FED --AID STREET DIVISION II FED:AID WATER DIVISION III NON PART. WATER DIVISION IV NON PART. SAN. SEWER TOTAL PROJECT 1,142,745,90 27,072.04 1 115 673.86 17,85800 22470 12633.30 13,03626 391,09 12.645,17 $ $ 78,072.30 2,312.17 75760,13 $1,061,496J1 54,184.5 16,883.30 12,645.17 750.00• $ 75,760.13 $ Ap i�6,70ss /oS/S -il OJ IS6-sc $ 1,251,712.46 $ 39,000.00 S 1,221 712.46 $1,160,777.91 E. DONALD STREET RECONSTRUCTION STICKFORT CONSTRUCTION CO. PAY ESTIMATE NO.12 WATERLOO, IOWA Period Endln9: Auqusl f6, 2013 Line No. Item Description Units Unit Cost Revised Contract by Change Order Revised Total Contract $ Amount S &OW.00 $ 897.60 Corn toted Total $ Amount To Date S 4400.00 $ 138240. $ 4125000 5 75.00 $ 10 786.00 S 316500 $ 59 850,00 %Of Item Complete 220.0% 154.0%. 90.3% 5.0% 53.0% Division I (Fed-AidStreet) Division (Fe II :Aid Water) Division III (Non Part. Water) Division (Non IV art. Sewer) (Fe OMstenI :Aid Street) Division II (Fed. -Aid Water) Division 111 (Non Part. Wafer) Division N (Non Part, San. Sewer) Quantity 0.02 748 Contract $ Amount S 2000.00 $ 897.60 Quantity Contract $ Amount 5 - S - Quantity Contract 3. Amount £. - S - Quantity Contract $ Amount $ - $ - Quantity 004 115.2 7500.0 150 1,070,6 21.1 2100,0 $Amount 5 4400.00 $ 1302.40 $ 41,250.00 5 75.00 S 18 786.00 $ 3,16500 5 59050.00 Quantity $ Amount $ - S - $ - 5 - S - 5 - 5 - Quantity $ Amount $ - $ - $ - F - $ - S - I. - Quantity S Amount $ - $ - 5 - S - S - S - $ - 0010 CLEARING AND GRUBBING ACRE S 100000.00 0020 CLEARING AND GRUBBING UND $ 12.00 0030 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY $ 5.50 7629.0 300.0 3,544.6 5 4495450 $ 4500.00 $ 35,446.00 $ - 5 - 5 - S - 3 - $ - S - $ - $ - S 44959.50 S 450.00 S 35 446.00 0040 EXCAVATION CLASS 12 BOULDERS OR ROCK FRAGMENTS CT $ 5.00 0050 TOPSOIL FURNISH AND SPREAD CY $ 10.00 0060 SPECIAL COMPACTION OF SUBGRADE STA 5 150.00 21.1 $ 317100 $ - S - $ - 5 3171.00 994% 74.4% 0070 MODIFIED SUBBASE CY S 2650 2821.0 $ 8039050 S - $ - $ - S 80 398.50 0080 SHOULDER CONSTRUCTION, EARTH STA $ 100,0 41.7 $ 4,170.00 $ - S - $ - 5 4170.00 22.1 5576.6 § 2,21000 5 241187.95 $ - $ - $ - S - $ - $ - S 2210.00 5 241 18295 53.0% 53.0% 0090 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT SY $ 43.25 10521.9 $ 455 072.18 8- - $ $ - S 455 072.18 CLASS C CLASS 3 DURABILITY 9IN. 0100 PORTLAND CEMENT CONCRETE PAVEMENT SAMPLES LS $ 135000 1.0 1.020,0 1.0 60 $ 1,35000 $ 1632000 $ 2,000.00 $ 300.00 $ - S - $ - $ - S - $ - S - S - 5 - $ - 5 - $ - 5 1350.00 F 16,320,00 5 2000.00 $ 300.00 307.9 5.0 S - 5 492640 S - $ 250,00 $ - $ - S - $ - $ - S - S - S - $ - $ - $ - S - $ - 3 492640 $ - $ 250,00 0.0% 30.2% 0.0% 833% 0110 GRANULAR SURFACING ON ROAD. CLASS B CRUSHED STONE TON $ 1600 0120 REMOVAL OF CONCRETE FOOTINGS, AS PER PLAN EACH 5 2000.00 0130 REMOVAL OF SIGN EACH 5 50.00 0140 APRONS CONCRETE 42 IN. DIA, EACH S. 2200.00 1.0 $ 2.200,00 $ - $ - $ - 5 220000 1,0 16.0 1.0 3.0 2.00 400 3.00 2.0 2.0 $ 2200,00 5 - $ - $ 94,56000 5 997500 $ 7,950,00 $ 5,300.00 $ 3050,00 $ 0250.00 8 6,200.00 $ 5700.00 5 - $ - $ - $ - $ S - - $ - 5 - $ - $ - - S - $ - S - $ - 5 - 5 - $ - F - S - $ - S - 2.0 50 5 - $ 560000 $ 14750.00 $ - $ - $ - $ - $ - S - $ - $ - 8 220000 $ 5680.00 $ 14,7`4.00 S 94 560.00 5 997500 $ 795000 S 5 300 00 5 3050.00 5 025000 $ 6,200.00 $ 5 700 W 100.0% 200.0% 100.0% 266.76 100.0% 300,0% 100.0% 50.0% 600% 100.0% 100.0% 0100 MANHOLE. SANITARY SEWER, SW -301, 40 IN, EACH $ 2840.00 $ - $ - $ - 5 - S - $ - 10 5.0 S 2.84000 $ 14,750.00 $ 284000 $ 1475000 0160 MANHOLE SANITARY SEWER SW -303 481N. EACH 5 2950.00 0170 MANHOLE. STORM SEWER SW -901.72 IN, EACH $ 5.91000 60 $ 35460.00 $ - § - $ - $ 35460.00 0180 MANHOLE, STORM SEWER. SW -401,961N. EACH 5 9975.00 1.0 1.0 2.0 § 9,97500 $ 2650.00 $ 5300.00 $ - § - $ - $ - $ - 5 - S - $ - $ - 5 9975.00 S 2650.00 $ 5300.00 0190 INTAKE SW -507 EACH S 2650.00 0200 INTAKE, SW -500 EACH $ 2.650.00 0210 INTAKE SW -50B MODIFIED EACH $ 305000 24 50 $ 6,100.00 $ 13750.00 $ - $ - 5 - $ - 5 - $ - S 610000 $ 13750,00 0220 INTAKE SW -510 EACH 5 2750.00 0230 INTAKE, SW -510 MODIFIED EACH $ 3100.00 20 5 6200.00 $ - $ - $ - 5 6200.00 0240 INTAKE SW -511 MODIFIED EACH $ 2850.00 2.0 $ 5700.00 $ - $ - $ - $ 5700.00 0250 INTAKE, SW -541 EACH $ 2700.00 7.0 5 1890000 $ - $ - $ - $ 18900.00 8.0 2.0 $ 21,600.00 $ 5400.00 $ - $ - $ - $ - $ - $ - § 21600,00 $ 5 400 00 1143% 40.0% 154% 00% 100,0% 667% 0.0% 150,0% 2000% 109.0% 121.4% 0260 INTAKE, SW -541 MODIFIED EACH $ 2700.00 5.0 $ 13 500,00 S - $ - $ - $ 13 500.00 0270 INTAKE EXTENSION UNIT SW -592 EACH 5 900.00 13.0 2.4 $ 11700.00 $ 7900.00 $ - 5 - $ - $ - $ - 8 - $ 11700.00 $ 740000 2.0 5 1800.00 $ -- $ - $ - $ - $ - $ - S - S 1,000.00 $ - 0280 INTAKE SW -545 EACH $ 3700.00 0290 DROP CONNECTION SW -307 EACH $ 2.640.00 § - $ - $ - 3.0 $ 7920.00 $ 7920.00 20 S - $ 800.00 $ - 5 - 5 - $ - S - $ - $ - 30 $ 792000 $ - $ - $ 7.92000 5 80000 5 - 0300 MANHOLE ADJUSTMENT MINOR EACH 5 400.00 3.0 2.0 $ 1200.00 $ 1700.00 $ - $ - 5 - $ - $ - S - $ 1200.00 $ 1700.00 0310 MANHOLE ADJUSTMENT MAJOR EACH $ 850.00 0320 CONNECTION TO EXISTING MANHOLE EACH § 125000 $ - $ - $ - 2.0 5 2500.00 $ 2 500.00 20 2.0 3431,0 $ 2.00.00 $ 3,4)000 $ 25389.40 $ - $ - $ - $ - S - $ - 10 § 1250.00 8 - $ - $ 3750.00 $ 3000.00 $ 25389,90 0330 CONNECTION TO EXISTING INTAKE EACH S 1500,00 14 3147.4 $ 1500,00 $ 23290,76 $ - $ - S - $ - $ - $ - $ 1500.00 $ 2329076 0340 SUSDRAIN, LONGITUDINAL (SHOULDER) 414. DR. LE $ 7.40 0350 SUBDRAIN OUTLET (RF -19C) EACH S 100,00 260 5 2800,00 $ - $ - 5 - $ 2800.00 34,0 $ 3400.00 S - § - § - $ 3400,00 0350 STORM SEWER GRAVITY MAIN TRENCHED REINFORCED CONCRETE IS 5 3300 7120 5 23496,00 $ - $ - $ - $ 23496.00 690.0 $ 22,710.00 $ - 5 - $ - 5 22710.00 96.9% PIPE (RCP) 20000 (CLASS IIIL '15 IN. 0370 STORM SEWER GRAVITY MAIN TRENCHED REINFORCED CONCRETE LF 5 53,00 224.05 1187200 $ - $ - $ - $ 118720 20203 1070600 S - $ - § - $ 10706.00 90.2% PIPE (RCP) 20000 (CLASS 110 30IN, 0380 STORM SEWER GRAVITY MAIN TRENCHED REINFORCED CONCRETE LF 5 76.00 400.0 $ 30,400.00 $ - S - S - $ 30400,00 390,5 $ 29678,00 $ - $ $ - $ 29678.00 97.6% PIPE IRCPL 20000 (CLASS 110 36 IN. 0390 STORM SEWER GRAVITY MAIN TRENCHED REINFORCED CONCRETE IS $ 94.00 30960 3 291,02400 $ - $ - $ - S 291 024.00 41804 $ 298 920.00 $ - $ - $ - $ 290920.00 102.7% PIPE (RCP) 2000D (CLASS 111) 42 IN. 0400 REMOVE STORM SEWER PIPE LESS THAN OR EQUAL TO 36 IN, IF $ 13,00 888,0 $ 11544,00 $ - S - $ - $ - $ - 166,8 $ - $ 550490 $ 1154400 8 5504,40 11064 $ 15.418.00 5 - $ - $ - $ - 5 - 163.1 $ - $ 538230 5 IS 418.00 $ 5382,30 133.6% 97,8% 0410 SANITARY SEWER GRAVITY MAIN, TRENCHED 8 IN. IF $ 33.00 0420 SANITARY SEWER GRAVITY MAIN, TRENCHED, 12 IN. LF $ 45,0D $ - $ - S - 74,0 $ 333000 $ 333000 $ - 5 - $ - S - S - 04% 50.0% 92,6% 0430 SANITARY SEWER GRAVITY MAIN TRENCHED DUCTILE IRON PIPE (DIP), 8 IN. IS F 100,00 $ - $ - $ - $ - $ - 5 - 20,0 160,0 $ 2000.00 $ 2460000 $ 200000 $ 24800,00 $ - 5 - $ - $ - $ - $ - 1003 1460 1000.00 $ 22,94000 S 100000 $ 22940.00 0440 SANITARY SEWER SERVICE STUB WITH RISER DUCTILE IRON B IN, IS 3 155,00 0450 REMOVE SANITARY SEWER PIPE LESS THAN OR EQUAL TO 36 IN, LF $ 14,00 640 $ - $ 320,00 $ - $ - $ - $ - 608.0 S 851200 $ - $ 8,51200 S 320,00 64.4 3080 7.665.1 10.4 480.7 $ - $ 320.00 5 1071,00 $ 3832550 $ 5,400.00 5 2403,50 S - $ - $ - S - $ - $ - $ - $ - 8 - $ - $ - $ - 510,0 S 7140.00 $ - S - $ - S - $ - S 714000 $ 320.00 $ 107100 S 38325.50 $ 5400.00 $ 2403.50 83,9% 100,0% 69,5% 97,8% 100,0% 68,0% 0460 ENGINEERING FABRIC SY $ 5,00 0470 REVETMENT, CLASS E TON 5 35,00 44,00 7839,2 $ 1,540.00 $ 39,171.00 $ - 5 - $ - S - $ - $ - $ 1540,00 $ 39171,00 0480 REMOVAL OF PAVEMENT SY $ 5,00 0490 REMOVAL OF INTAKES AND UTILITY ACCESSES EACH $ 300,00 18,0 $ 5,400,00 S - $ - 5 - 8 5.400.00 0500 REMOVAL OF RECREATIONAL TRAIL SY 5 5.00 708.4 $ 3,53200 $ - $ - $ - $ 353200 0510 RECREATIONAL TRAIL PORTLAND CEMENT CONCRETE 6 IN. SY 3 34,50 725,4 $ 25,02630 $ - $ - S - $ 2502630 363.0 158.6 517.7 $ 12,523,50 $ 793.00 5 18637,20 S - $ - $ - $ - $ - $ - $ - $ - $ - 5 12523.50 $ 793.00 $ 18637,20 50,0% 665% 74,9% 0520 REMOVAL OF SIDEWALK SY $ 5.00 238,8 691.1 $ 1.193,00 $ 24,879.60 $ - $ - $ - S - 5 - $ - $ 1.19300 $ 24879,60 0530 SIDEWALK P.C. CONCRETE, 4 IN. SY $ 36,00 0540 SIDEWALK P.C. CONCRETE 6IN, SY $ 38,00 151,5 994,0 $ 5.75100 $ 10868,00 $ - S - $ - $ - $ - S - $ 5,75700 $ 10868,00 101,7 2004 4155 2441 100 $ 3,864.60 $ 4,400.00 $ 14.625,60 $ 4205.50 5 1,600.00 $ - F - $ - $ - $ - $ - $ - S - S - $ - $ - S - $ - $ - $ - $ 3,864.60 S 4400,00 $ 1462550 $ 120550 $ 1600,00 67.1% 40.5% 45,5% 36.4% 88.9% 0550 DETECTABLE WARNINGS SF $ 22.00 0560 DRIVEWAY, P.C. CONCRETE, 6 IN. SY S 35.20 912.2 652,1 18,0 $ 32,10944 $ 331050 $ 180000 $ - 3 - $ - $ - S - $ - 5 - $ - $ - $ 32 109.44 $ 3.31050 $ 180000 0570 REMOVAL OF PAVED DRIVEWAY SY $ 5,00 0580 SAFETY CLOSURE EACH $ 100.00 THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, REGULAR SESSION TO BE HELD AT THE CITY HALL COUNCIL CHAMBERS, 5:30 P.M. MONDAY, SEPTEMBER 9, 2013 CITY OF WATERLOO GOALS 1. Support economic development efforts that attract, retain and create quality Jobs resulting in a diverse economic base and increased population. 2. Continue to support implementation of the Downtown Master Plan. 3. Facilitate and promote the development of housing options to meet the needs of current and future Waterloo citizens. 4. Develop a customer -centered service delivery approach. 5. Seek additional opportunities to share services and resources with other government entities. 6. Collaborate with statewide elected officials to reduce the burden on local property taxes. 7. Address the changing public workforce needs in Waterloo. 8. Enhance and protect a diverse, family-oriented community where neighborhoods are safe and well maintained. 9. Enhance the quality of place opportunities for the citizens of our community. General Rules for Public Participation 1. Although not required by city code of ordinances, oral presentations may be allowed at the chair/presider's (usually the Mayor or Mayor Pro Tem) discretion. The "oral presentations" section of the agenda is your opportunity to address items not on the agenda. A speaker may speak to one (1) issue per meeting for a maximum of three (3) minutes. Official action cannot be taken by the Council at that time, but may be placed on a future agenda or referred to the appropriate department. 2. At the chair/presider's discretion, you may address an item on the current agenda by stepping to the podium, and after recognition by the chair/presider, state your name, address and group affiliation (if appropriate) and speak clearly into the microphone. 3. If there is a hearing scheduled as part of an agenda item, the chair/presider will allow everyone who wishes to address the council, using the same participation guidelines found in these "general rules". 4. You may speak one (1) time per item for a maximum of three (3) minutes. 5. Keep comments germane and refrain from personal, impertinent or slanderous remarks. 6. Questions concerning these rules or any agenda item may be directed to the Cleric's Office at 291-4323. 7. Citizens are encouraged to register with the Clerk's Office by 5:00 p.m. on Monday of the day of the City Council meeting to appear before the City Council (may also register by phone). Registered speakers will be given first priority. September 9, 2013 Roll Call. Moment of Silence. Pledge of Allegiance: Ron Welper, Ward 5 Council Member Agenda, as proposed or amended. Minutes of September 3, 2013, Regular Session, as proposed. Recognition of Ken Schaaf 2013 Team Member of the Month - September. Page 2 1. Consent Agenda: (The following items will be acted upon by voice vote on a single motion without separate discussion, unless someone from the council or public requests that a specific item be considered separately.) a. Resolution to approve the following: 1. Bills Payment, Finance Committee Invoice Summary Report, a copy of which is on file in the office of the City Clerk. 2. Request of Laroia Vanarsdale for tax exemptions on improvements totaling $135,000.00 for property located at 939 W. Parker Street and located in the Consolidated Urban Revitalization Area (CURA). Submitted by Noel Anderson, Community Planning & Development Director 3. Request of Iowa Heartland Habitat for Humanity for tax exemptions on improvements totaling $80, 000.00 for property located at 434 Florence and located in the Consolidated Urban Revitalization Area (CURA). Submitted by Noel Anderson, Community Planning & Development Director 4. Request of ShanQuiesha Robinson for tax exemptions on improvements totaling $133,000.00 for property located at 930 Newton Street and located in the Consolidated Urban Revitalization Area (CURA). Submitted by Noel Anderson, Community Planning & Development Director 5. Request of Paul Yarrow for a concrete driveway to be located at 600 Hanna Boulevard, together with recommendation of approval of City Engineer. Submitted by Eric Thorson, P.E., City Engineer 6. Recommendation of appointment of Sonia Mayer to the position of Waterloo Housing Authority Bookkeeper, effective September 16, 2013. Submitted by Ethel Washington, Housing Authority Director September 9, 2013 b. Motion to approve the following: 1. 2. 3. 4. 5. 6. 7. Page 3 Travel Requests Name & Title of Personnel Class/Meeting Destination Date(s) Amount not to Exceed Steve Grimm, Rental Housing Inspector IAHO Fall Conference Certification & Recertification Hawkeye Community College October 2- 4, 2013 $300.00 Investigator Hesse ICAC Ares Peer to Peer Investigations St. Louis, Missouri September 10-12, 2013 $150.00 Approved Beer, Liquor, and Wine Applications Name & Address of Business Class New or Renewal Expiration Date Includes Sunday El Senor Tequila Nightclub 118-120 E. 11th Street C Liquor, Outdoor Sales Renewal 2/18/14 X Las Margaritas 2822 University Avenue C Liquor, Outdoor Sales Renewal 6/30/14 X Pizza Hut #4345 2825 Crossroads Blvd. B Beer Renewal 7/8/14 X Young Arena 125 Commercial Street Special Class C (BW) Liquor Renewal 9/6/14 X Fraternal Order of Eagles, Waterloo Aerie #764 202 E. First Street A Liquor, Extended Outdoor Service N/A 9/14/13 Only Fireworks Display Application 8. Columbus High School, 3231 W. 9th Street 9. Bonds PUBLIC HEARINGS 2. F.Y.2014 Sidewalk Repair Assessment Program – Zone 3, Contract No.852. Motion to receive and file proof of publication of notice of public hearing. HOLD HEARING—No objections on file. Motion to close the hearing and receive and file oral and written comments. Resolution to adopt Proposed Resolution of Necessity, as proposed or amended. Submitted by W. Wayne Castle, PLS, El, Associate Engineer September 9, 2013 Page 4 3. F.Y.2014 Sidewalk Repair Assessment Program - Zone 3, Contract No.852. Motion to receive and file proof of publication of notice of public hearing. HOLD HEARING—Objections on file. Motion to close hearing and receive and file oral and written comments. Resolution confirming approval of plans, specifications, form of contract, etc. Resolution ordering construction. Motion to receive and file and instruct City Clerk to open and read bids and refer to City Engineer for review. Submitted by W Wayne Castle, PLS, El, Associate Engineer 4. Bid Opening for the sale and conveyance of city -owned property generally located at 1640 Cherry Hills Drive with a minimum bid of $5,000.00 and a Development Agreement. Motion to receive and file proof of publication of notice of public hearing. HOLD HEARING—No objections on file. Motion to close hearing and receive and file oral and written comments. Motion to receive and file and instruct City Clerk to open and read bids and refer to Community Planning and Development Director for review. Submitted by Noel Anderson, Community Planning and Development Director RESOLUTIONS 5. Resolution approving rejection of F.Y. 2014 Sullivan Park Basketball bids. Submitted by Travis Nichols, Facilities/Project Manager 6. Resolution approving Construction Plans for Storm Sewer and paving serving Deer Creek Plat No. 2, as submitted by VJ Engineering of Cedar Falls, Iowa. Submitted by Dennis Gentz, P.E., Assistant City Engineer 7. Resolution approving Reconstruction and Overlay Street Improvement Lists for 2014. Submitted by Eric Thorson, P.E., City Engineer 8. Resolution approving Agreement with Iowa Department of Transportation for F.Y. 2013 Cunningham Elementary School Safe Routes To School Project, Contract No. 851; and authorize Mayor to execute said document. Submitted by W Wayne Castle, PLS, El, Associate Engineer September 9, 2013 Page 5 9. Resolution resetting date of hearing as September 16, 2013 to approve Development Agreement between Shri Ganapati & Bajrangbalin Inc. d/b/a Fairfield Inn & Suites and the City of Waterloo for the construction of a new 81 room, multi -story hotel development at the southeast corner of Crossroads Boulevard and Bopp Street, adding $2.64 million in taxable value to site, and tax rebates for 8 years at 50%; and instruct City Clerk to publish notice. Submitted by Noel Anderson, Community Planning and Development Director 10. Resolution resetting date of hearing as September 16, 2013 to approve Development Agreement between Crossing Point, LLC, f/k/a Proactive Holdings IV, LLC and the City of Waterloo for the redevelopment of the former Kmart Plaza site, including the main building and creation of multiple out -lots, adding $3.5 million in new taxable value to site, and tax rebates for 10 years at 50%; and instruct City Clerk to publish notice. Submitted by Noel Anderson, Community Planning and Development Director ORDINANCES 11. Ordinance Change - Animal Control 5-1-5: Trapping Restrictions Motion to receive, file, consider and pass for the first time an Ordinance amending the following: Section (A) Updating the Animal Control Trapping Restrictions Ordinance - adding a $25.00 non-refundable charge for Animal Control Services to set a trap for cats and/or dogs. Traps may be set only between the hours of 7:00 AM and 4:00 PM and be checked every two (2) hours. Section (D) Also adding that a private property owner (on their property) may set a wire cage trap to remove nuisance pests, but are responsible for checking traps every two (2) hours and the trapping, removing and releasing of the nuisance pest. Motion suspending the rules. Motion to consider and pass for the second and third time and adopt ordinance. Submitted by Sandie Greco, Traffic Operations Superintendent OTHER COUNCIL BUSINESS 12. F.Y. 2014 Sullivan Park Basketball Court Project Motion to instruct Facilities/Project Manager to prepare plans, specifications, form of contract, etc. Motion to receive and file plans, specifications, form of contract, etc. Resolution preliminarily approving plans, specifications, form of contract, etc. Resolution setting date of hearing and bid opening as September 23, 2013; and instruct City Clerk to publish notice of plans, specifications, form of contract, etc. Submitted by Travis Nichols, Facilities/Project Manager September 9, 2013 Page 6 13. Motion approving Change Order No. 4 for an increase of $403.00 for equipment purchased from Schmitt Telecom Partners for a new phone system for the City. Submitted by Matt O'Brien, Director of Technology ORAL PRESENTATIONS Motion to receive and file oral comments. ADJOURNMENT Motion to adjourn. Suzy Schares City Clerk MEETINGS Monday, September 9, 2013 5:05 p.m. - Human Resources Committee, Council Chambers 5:10 p.m. - Finance Committee, Council Chambers PUBLIC INFORMATION CONTRACT PAYMENT SCHEDULE 1. Kimball Avenue Transportation Improvement Project, Contract No. 843 Pay estimate No. 7 to Ament, Inc. in the total amount due of $34,828.11. 2. Blowers Creek Cunette repairs, Contract No. 845 Pay estimate No. 3 to Sticicfort Construction in the total amount due of $44,681.35. 3. Drq Run Creek Gatewell Replacement, Contract No. 814 Pay estimate No. 6 to Reilly Construction in the total amount due of $5,225.00. 4. F. Y. 2012 Chautauqua Park Curb Repair, Contract No. 828 Pay estimate No. 4 to Mike Dolan Concrete & Masonry in the total amount due of $4,853.40. 5. Waterloo Stormwater Lift Stations, Contract No. 831 Pay estimate No. 3 to Story Construction in the total amount due of $205,065.41. 6. F. Y. 2013 Street Reconstruction Program, Contract No. 832 Pay estimate No. 7 to Aspro in the total amount due of $511,476.33. 7. F.Y. 2012 Street Reconstruction Program, Contract No. 819 Pay estimate No. 23 to Aspro in the total amount due of $38,935.04. 6._ ?E.AM MT34BTR Of r3-rT rMOJ\fTh SEPTEMBER KEN SCHAAF KEN SCHAAF IS A SECOND SHIFT PATROL OFFICER AND HAS BEEN WITH THE CITY SINCE MAY 26, 2009. ON MARCH 8, 201 3, OFFICER SCHAAF RESPONDED TO A REPORT OF A STABBING. THE VICTIM'S FEMORAL ARTERY HAD BEEN SEVERED IN THE STABBING. EVEN THOUGH THE VICTIM WAS CONSCIOUS UPON THE ARRIVAL OF OFFICER SCHAAF, OFFICER SCHAFF IMMEDIATELY RECOGNIZED THE SERIOUSNESS OF THE WOUND. OFFICER SCHAAF APPLIED FIRM, DIRECT PRESSURE TO THE WOUND, SLOWING THE BLEEDING AND KEEPING THE PATIENT CONSCIOUS. THE PARAMEDICS COMMENTED, "HAD OFFICER SCHAAF NOT ACTED AS DECISIVELY AS HE DID, THE PATIENT MORE THAN LIKELY WOULD HAVE DIED PRIOR TO OUR ARRIVAL" THE PA- TIENT/VICTIM IS EXPECTED TO MAKE A FULL RECOVERY. THIS ISN'T THE FIRST TIME OFFICER SCHAAF HAS SAVED A LIFE IN HIS EMPLOYMENT AS A WATERLOO POLICE OFFICER. ON APRIL 1 7, 2011, OFFICER SCHAAF WAS ON PATROL IN THE AREA OF UNIVERSITY AND PRO- GRESS. HE WAS MADE AWARE OF A CITIZEN IN CARDIAC ARREST AT A NEARBY BUSINESS. OF- FICER SCHAAF IMMEDIATELY RESPONDED, ARRIVING PRIOR TO THE ARRIVAL OF PARAMEDICS. OFFICER SCHAAF ASSESSED THE CITIZEN AND BEGAN CPR WITH THE HELP OF A CITIZEN. WHEN WATERLOO FIRE RESCUE PARAMEDICS ARRIVED THEY COMMENTED, "UPON ARRIVAL WE FOUND OFFICER SCHAAF AND A BYSTANDER DOING CPR. WE WERE PLEASED TO SEE HIM USING A MOUTH -TO -MASK UNIT AND DOING VENTILATIONS ON THIS PATIENT. DUE TO HIS QUICK RESPONSE, THIS PATIENT HAD THE BEST OUTCOME A PERSON COULD HAVE." September 3, 2013 The Council of the City of Waterloo, Iowa, met in Regular Session at City Hall Council Chambers, Waterloo, Iowa, at 5:30 p.m., on Tuesday, September 3, 2013. Mayor Ernest G. Clark in the Chair. Roll Call: Cole, Getty, Jones, Greenwood, Schmitt, Welper, Hart. Moment of Silence. Pledge of Allegiance: Quentin Hart, Ward 4 Council Member. 141481 - Hart/Schmitt that the Agenda, as proposed, for the Regular Session on Tuesday, September 3, 2013, at 5:30 p.m., be accepted and approved. Voice vote -Ayes: Seven. Motion carried. 141482 Hart/Schmitt that the Minutes, as proposed, for the Regular Session on Monday, August 26, 2013, at 5:30 p.m., be accepted and approved. Voice vote -Ayes: Seven. Motion carried. Mayor Clark presented certificates of Heroism to William McNealy, KaRon Bennett, and Tanner Lee Cornwell. Salud Timboe of Hy -Vee to Friends of the Arts Center presented a check from proceeds of Hy -Vee sponsored Stem and Stein event. CONSENT AGENDA 141483 - Hart/Schmitt that the following items on the consent agenda be received, placed on file and approved: a. Resolutions to approve the following: 1. Resolution approving Finance Committee Invoice Summary Report, dated September 3, 2013, in the amount of $1,043,737.10, a copy of which is on file in the City Clerk's office, together with recommendation of approval of the Finance Committee. Resolution adopted and upon approval by Mayor assigned No. 2013-720. 2. Request of East High School to hold East High Homecoming Parade event to be held on September 27, 2013 at 1:00 p.m., with the route to start at the intersection of N. Barclay and MLK and end at East High School. Resolution adopted and upon approval by Mayor assigned No. 2013-721. 3. Request of Lori Meyer for a variance to the Noise Ordinance on September 21, 2013 from 6:00 p.m. to 10:00 p.m. in conjunction with 4th Annual Gary Stanhope Chili Party event to be held at 3092 Rocky Road including a DJ and the use of a PA system, together with recommendation of approval of Director of Safety Services. Resolution adopted and upon approval by Mayor assigned No. 2013-722. 4. Request of Mattie Cole for a concrete driveway to be located at 1630 Ackermant Street, together with recommendation of approval of City Engineer. Resolution adopted and upon approval by Mayor assigned No. 2013-723. 5. Request to certify the following assessments to properties for work performed by the Water Works, together with recommendation of approval of Board of Water Works Trustees: Address Amount to certify 138 Smith Street $1,600.00 Resolution adopted and upon approval by Mayor assigned No. 2013-724. b. Motion to approve the following: September 3, 2013 1. 2. 3. 4 5. 7. 8. 9. 10. 11. Page 2 Travel Requests Name & Title of Personnel Class/Meeting Destination Date(s) Amount not to Exceed Sgt. McClelland, Inv. Girsch, and Officer Rulapaugh Firearms Instructor Recertification Johnston, Iowa October 16, 2013 $625.00 Sgt. Greenlee & Sgt. Ludwig Precision Driving Instructor Recertification Newton, Iowa October 23, 2013 $280.00 Lt. Frana & Sgt. McClelland Open Site Rifle Instructor Recertification Johnston, Iowa October 17, 2013 $380.00 Abraham L. Funchess, Jr. Executive Director National Fair Housing Training Academy Week Five Investigations Training Washington, D.C. September 22-28, 2013 $2,950.00 Sgt. Hoelscher Open Site Rifle Instructor Recertification Johnston, Iowa November 14, 2013 $190.00 6. Recommendation of appointment of Kurt Welsh to the position of Park Maintenance II - Construction, effective September 4, 2013, subject to pre-employment physical and drug screen. Approved Beer, Liquor, and Wine Applications Name & Address of Business Class New or Renewal Expiration Date Includes Sunday Ali's Liquor 1117 E. 4th Street E Liquor, B Wine, C Beer New X Noodles & Company 2833 Crossroads Blvd. Special Class C (Beer/Wine) Liquor Renewal 6/30/14 X Park Road Inn 306 Park Road C Liquor Renewal 6/30/14 X Target Store - T1792 1501 E. San Marnan E Liquor, B Wine, C Beer Renewal 6/27/14 X Packers Inn 201 Rath Street C Liquor, Outdoor Service Renewal 2/27/14 X Fireworks Display Application 12. National Cattle Congress, 257 Ansborough Avenue on September 12, 2013 from 9:15 p.m. to 11:15 p.m. (McElroy Event - Hairball Concert) Roll call vote -Ayes: Seven. Motion carried. PUBLIC HEARINGS 141484 - Schmitt/Greenwood that proof of publication of notice of public hearing on Request by the Black Hawk County Conservation Board to lease property in the Sherwood Park area, as published in the Waterloo Courier on August 26, 2013, be received and placed on file. Voice vote -Ayes: Seven. Motion carried. 141485 - This being the time and place of public hearing, the Mayor called for written and oral objections and there were none. Schmitt/Greenwood that the hearing be closed and receive and file oral comments. Vern Fish - Black Hawk County Conservation gave an explanation of the leased area. It will become part of Hartman Reserve Nature Center. Voice vote -Ayes: Seven. Motion carried. 141486 - Schmitt/Greenwood that "Resolution approving Lease Agreement with Black Hawk County Conservation Board to lease property in the Sherwood Park area, be adopted." Roll call vote - Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-725. September 3, 2013 141487 - Hart/Welper Page 3 that proof of publication of notice of public hearing on Creation of the Crossroads Waterloo Urban Renewal and Redevelopment Plan and Tax Increment Financing (TIF) District, as published in the Waterloo Courier on August 30, 2013, be received and placed on file. Voice vote -Ayes: Seven. Motion carried. 141488 - This being the time and place of public hearing, the Mayor called for written and oral objections and there were none. Hart/Getty that the hearing be closed. Voice vote -Ayes: Seven. Motion carried. 141489 - Hart/Welper that "an Ordinance adopting the Creation of the Crossroads Waterloo Urban Renewal and Redevelopment Plan and Tax Increment Financing (TIF) District", be received, placed on file, considered and passed for the first time. Roll call vote -Ayes: Six. Nays: One (Cole). Motion carried. 141490 - Hart/Welper that rules requiring ordinances to be considered and voted for passage at two prior meetings be suspended. Roll call vote -Ayes: Seven. Motion carried. 141491 - Hart/Welper that "an Ordinance adopting the Creation of the Crossroads Waterloo Urban Renewal and Redevelopment Plan and Tax Increment Financing (TIF) District", be considered and passed for the second and third times and adopted. Roll call vote -Ayes: Six. Nays: One (Cole). Ordinance adopted and upon approval by Mayor assigned No. 5172. 141492 - Hart/Welper that "Resolution rescinding Resolution No. 2013-455 approving the Creation of the Crossroads Waterloo Urban Renewal and Redevelopment Plan and Tax Increment Financing (TIF) District", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-726. RESOLUTIONS 141493 - Cole/Getty that "Resolution re -setting date of public hearing and taking of bids as September 9, 2013 for the F.Y. 2014 2672 & 2736 Logan Avenue Sanitary Services, Contract No. 861", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-727. 141494 - Cole/Getty that "Resolution approving recommendation of award of contract to Rod Frickson Trucking and Backhoe of Evansdale, Iowa, for the waterline reconnect at 334 Bates Street, in the amount of $1,275.00", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-728. 141495 - Cole/Getty that "Resolution approving recommendation of award of bid to Marsden Building Maintenance of Waterloo, Iowa for Janitorial Service at the Public Works Building through June 30, 2014, in the amount of $802.00 per month", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-729. 141496 - Hart/Cole that "Resolution approving recommendation of award of bid to Larson Construction Company of Independence, Iowa for the construction of Alternate #3 to the Public Works Building, in the amount of $510,000", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-730. September 3, 2013 Page 4 141497 - Hart/Cole that "Resolution approving recommendation of award of bid to Frank J. Zamboni Company of Paramount, California for the purchase of one (1) 552 Electric Zamboni and related accessories, in the amount of $131,266.05", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-731. 141498 - Hart/Cole that "Resolution approving 28E Agreement with Iowa Alcoholic Beverages Division for Tobacco Enforcement", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-732. 141499 - Welper/Hart that "Resolution accepting the Highway Safety Contracts with Governor's Traffic Safety Bureau/National Highway Traffic Safety Administration in the total amount of $37,820.00 for the FY14 Governor's Traffic Safety Bureau grant projects", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-733. 141500 - Welper/Hart that "Resolution approving award of hotel/motel discretionary funding to the following entities: Jeff Speck & Associates for the Walkable Communities Presentation in the amount of $2,666.00", be adopted. Roll call vote -Ayes: Six. Nays: One (Schmitt). Mr. Schmitt questioned what this was for. Mayor Clark explained that Mr. Speck did a report after doing a lecture and tour. One-third WDC, one-third Mr. Walsh, one-third City. Mr. Hart explained that the funds can be used for both heads on beds and attracting tourism to downtown and quality of life downtown. Resolution adopted and upon approval by Mayor assigned No. 2013-734. ORDINANCES 141501 - Hart/Welper that "an Ordinance amending Animal Control 5-1-5: Trapping Restrictions", be received, placed on file, considered and passed for the first time. Roll call vote -Ayes: Seven. Motion carried. Mr. Schmitt asked for an explanation. Sandie Greco, Traffic Superintendent, noted that this is a fee for trapping animals; it is to cover expenses. 141502 - Hart/Welper that rules requiring ordinances to be considered and voted for passage at two prior meetings be suspended. Roll call vote -Ayes: Seven. Motion carried. 141503 - Hart/Welper that "an Ordinance amending Animal Control 5-1-5: Trapping Restrictions", be considered and passed for the second and third times and adopted. Roll call vote -Ayes: Seven. Ordinance adopted and upon approval by Mayor assigned No. 5173. OTHER COUNCIL BUSINESS 141504 - Cole/Hart that motion approving a change order to the previous Gates Park Golf Course - Virden Creek Erosion Project to reflect an increase of $4,550.00 to Matthias Landscaping for increased quantity of geogrid and rip rap; and authorize the Mayor and City Clerk to sign and fully execute any necessary documents, be received, placed on file and approved. Voice vote -Ayes: Seven. Motion carried. September 3, 2013 Page 5 141505 - Cole/Hart that motion approving arbitrage test results reflecting that no payment is due to the Internal Revenue Service for the General Obligation Bonds, Series 2008A, issued in June 2008, be received, placed on file and approved. Voice vote -Ayes: Seven. Motion carried. ORAL PRESENTATIONS 141506 - Hart/Schmitt Jim Chapman, 224 Bertch, took exception to comments made regarding the police officer that had to shoot the pit -bull that was attacking another dog. Emily O'Connell, tried to get a permit to do sidewalks but was denied due to the assessment process being started. Jim Walsh, City Attorney, explained that the contractor already has to bid on the amount. Eric Thorson, City Engineer, explained that the process is to far along and exceptions have not been made in the past. that the above oral comments be received and placed on file. Voice vote -Ayes: Seven. Motion carried. ADJOURNMENT 141507 - Hart/Schmitt that the Council adjourn at 6:07 p.m. Voice vote -Ayes: Seven. Motion carried. Suzy Schares City Clerk City of Waterloo Finance Committee Open Invoice Report For September 09 2013 Approval Finance Committee Accounts Payable Open Invoice Report Total As of Friday, September 06, 2013 1,433,828.40 EFT Transactions: (Subtotal - as of Monday, September o9 2013 1,433,828.40 Workers Compensation Issued by TPA Gross Payroll Housing Authority Housing Assistance EFT's Housing Authority Housing Assistance EFT's 1,381.76 1,478,329.40 1,325.40 I Bill Payment Total - Monday, September o9, 2013 2,914,864.96 Payment to Council members or relate! entities: Schmitt Telecom $294.98 City of Waterloo ,-'Bill Payments ?' Bill Date 9/9/2013 Banking Date 9/10/2013 Prepared by: RH Journal Number 280 Fund Amount Fund Amount for formula 010 254,605.24 010 1 $ 254,605.24 101 16,205.00 101 1 16,205.00 205 451,567.16 205 1 451,567.16 224 26,922.19 224 2 26,922.19 266 41,633.73 266 1 41,633.73 283 3,301.71 283 3 3,301.71 290 232,927.90 290 1 232,927.90 291 27,956.25 291 1 27,956.25 410 800.95 410 4 800.95 411 37,655.73 411 4 37,655.73 412 120,264.36 412 4 120,264.36 413 6,724.35 413 4 6,724.35 426 20,030.82 426 1 20,030.82 520 81,620.16 520 5 81,620.16 521 56,677.05 521 5 56,677.05 525 11,822.14 525 1 11,822.14 609 20,286.40 609 4 20,286.40 610 22,827.26 610 4 22,827.26 WAR 1,433,828.40 1,433,828.40 juomal total 2,867,656.80 $ 2,867,656.80 1 $ - .1,056,748 24 WAR formula (1,433,828.40) 2 26,922.19 3 3,301.71 Approved check total 1,433,828.40 4 205.559.05 5 .135,297 21 6 0 00 /// Bank Acct (RB) OVRNT (RB) CDBG (USB)HOUSE .1)/(RB)GOB (RB)SEW w/d amount / To: (RB) ACCTS PYBL $ 1,433,828.40 $ '1,056,748.24 Jr 26,922.19 No banking 3,301.71 `11 7 °I 208,559.05 /77, 138,297.21 V 0.00 $ 1,433,828.40 9/10/2013 forms bill banking net.xlsx 091013 City of Waterloo Payroll Vendor Disbursements JE: 263 Date: 09!06/13 Prepared by: RH Fund Amount Fund Amount 010 433,605.67 010 1 433,605.67 200 165,214.79 200 1 165,214.79 204 9,508.64 204 1 9,508.64 205 15,209.45 205 1 15,209.45 224 9,329.36 224 2 9,329.36 266 54,055.21 266 1 54,055.21 283 7,163.74 283 3 7,163.74 290 969.23 290 1 969.23 520 33,973.30 520 4 33,973.30 521 14,986.67 521 4 14,986.67 525 17,394.75 525 1 17,394.75 WAR 761,410.81 WAR 761,410.81 1,522,821.62 1,522,821.62 WAR (761,210.8!) 1 $ 695,957.74 2 9,329.36 761,410.81 3 7,163.74 4 48,959.97 Bank Acct (RB) OVRNT w!d amount Toe(RB) ACCTS PYBL $ 695,957.74 (RB) CDBG 9,329.36 a/ (USB)HOUSE 7,163.74 (RB)SEW 48,959.97 $ 761,410.81 VAlig , banking Li, lV//�' $ 761,410.81 oil 0 gly./2*-ei 9/6/2013 forms pyrll vendor disbrs banking net.xlsx 090613 City of Waterloo Payroll Date Preparer: GL Date Banking date JE 09/06/13 RH 09/06/13 09/06/13 257 Fund Dir Dep ACH 010 204 205 224 266 283 290 423 520 521 525 Net Payroll Total Net Payroll Total Bank Acct (RB) OVRNT (RB) CDBG �(USB)HOUSE (RB)SEW Net Payroll checks only DEBIT (5595,47448) 526,077.00 9,394.27 18,450.24 8,999.10 61,328.90 8,824.93 644.46 0.00 41,298.45 15,243.45 18,930.59 709,191.39 709,191.39 w/d amount Fund Dir Dep ACH 1 010 1 204 1 205 1 224 2 266 1 283 3 290 1 423 4 520 5 521 5 525 1 Net Payroll Total Dir Dep ACH Net Payroll checks only To: (WF) Payroll 1 2 3 5 39,350.98 C0-44 373 8,999.106:44. 57 CoQ l```'.41 ice/ 8,824.93 1 'I) 2 56,541.90 $ 113,716.91 Dir Dep ACH ACH Net Payroll Total 595,474.48 $ 709,191.39 (595474.48) 526,077.00 9,394.27 18,450.24 8,999.10 61,328.90 8,824.93 644.46 0.00 41,298.45 15,243.45 18,930.59 709,191.39 (595,474 46) 113,716.91 39,350.98 8,999.10 8,824.93 56,541.90 113,716.91 9/5/2013 forms payroll banking net.xlsx blank (2) Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward 1 CAROLYN COLE Ward 2 HAROLD GETTY Ward 3 QUENTIN HART Ward 4 RON WELPER Ward 5 BOB GREENWOOD At -Large STEVE SCHMITT At -Large CITY OF WATERLOO, IOWA 116. COMMUNITY PLANNING AND DEVELOPMENT 715 Mulberry Street • Waterloo, Iowa 50703-5783 • (319) 291-4366 Fax (319) 291-4262 NOEL. C. ANDERSON, Community Planning & Development Director Council Communication City Council Meeting: September 9, 2013 Prepared: September 4, 2013 Dept. Head Signature: # of Attachments: SUBJECT: CURA application submitted by Laroia Vanarsdale for construction of new home at 939 W. Parker Street. Submitted by: Noel Anderson- Community Planning & Development Director Recommended City Council Action: Resolution approving CURA application from Laroia Vanarsdale for improvements made to home at 939 W. Parker Street, and authorize Mayor and City Clerk to execute said documents. Summary Statement: Attached please find a formal CUBA application for tax exemptions on improvements made to the property located 939 W. Parker Street, Waterloo, Iowa 50703. Laroia Vanarsdale has submitted the application for the following improvement(s): New Single Family Home. The sum costs of these improvements are expected to reach $135,000, These improvements qualify for exemptions from taxes on the actual value added to Residential property under the Consolidated Urban Revitalization Area Plan. The applicant has selected the (10) year partial exemption schedule. The Planning, Programming, and Zoning Commission staff has reviewed this application and feels that it does conform to the CURA Plan. We would therefore recommend approval of this application. LEGAL DESCRIPTION See attached Expenditure Required: N/A Source of Funds: N/A Policy Issue: CUBA Alternative: N/A CITY WEBSITE: wwwci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer CONSOLIDATED URBAN REVITALIZATION' APPLICATION FOR PROPERTY TAX EXEMPTION FOR IMPROVEMENTS UNDER THE PROVISIONS OF THE CONSOLIDATED URBAN REVITALIZATION AREA PLAN ADOPTED BY THE CITY COUNCIL OF THE CITY OF WATERLOO. TheConsolidated Urban Revitalization Area (CUBA) allows property tax exemptions on improvements to property located within its boundaries that meet the following criteria: I. At least a 10% improvement to the value of the residential property. At least a 15% improvement to the value of commercial property if a building was previously on the site. If commercial property was previously vacant, all actual value added by the improvements is eligible for tax exemption. , 2. Be located within the CURA boundaries (a map of which can be obtained from the City of Waterloo Community Planning & Development Department.) 3. This application must be filed with City prior to the 1m working day of February following the year when the improvements are completed to comply with the timeline of the State Code of Iowa, Section 404.4 unnumbered paragraph 2. However, a single application may be filed upon completion of an entire project requiring more than one year to construct or complete, providing prior approval has bee granted by the City Council or County Board of Supervisors. Please fill out the following information for your application to be submitted to the City council. NAME: ADDRESS: TELEPHONE: _5 SIGNATURE: DATE: A. What is the Address of the property being improved? ' Z ; What is the Legal Description of the property? (May be available at County Recorder's Office on 2nd floor of the Courthouse)? B. Indicate desired exemption schedule: (1 or 2) 1. One Hundred Percent (100%) exemption for three years on the actual value added by improvements; 2. ' A partial exemption on the actual value added by improvements according to the following schedule: a. First Year 80% d. Fourth Year 50% g. Seventh Year 30% b. Second Year 70% e. Fifth Year 40% h. Eighth Year 30% c. Third Year 60% f. Sixth Year 40% i. Ninth Year 20% j. Tenth Year 20% C. What was the nature of the improvement(s)? D. City of Waterloo Building and Inspections Department Information: Permit Number ' - ' "" `t Date permit was issued: ' [ {5 I oC Total permit(s) valuation: I " ' r 6Ce& E. What was the cost of the improvement? , \3` O c r^m F. Estimated or actual date of completion of these improvements? G. If this is not a singe -family dwelling unit, which you own and reside in, will these improvements create a displacement of your tenants? ,/ Yes No CITY OF WATERLOO x APPROVED DENIED DATED: 9 9 [3 RESOLUTION NO:')(—r73/ BLACK HAWK COUNTYASSESSOR APPROVED ' DENIED DATED: Tami McFarland Black Hawk County Assessor Note: The improvements to your home or business may not change the assessed value. Note: City Council approval does not guarantee tax exemptions. The application must be reviewed mad approved by the Black Hawk County Assessor's Office for criteria eligibility. (Page 1 el 1) * BLACK HAWK COUNTY ABSTRACT & TITLE /fes e IPUINENIMIIiIIIIIMIIIIIIIVIII�IIIIUIIIIIIII Doc TD' 004882670001 Type OEN Kind: WARRANTY DEED Recorded: 08/17/2012 at 10:44:20 AM Fee Amt: $228.00 Page 1 of 1 Revenue Tax: $216.00 Black Hawk County Iowa JUDITH A MCCARTHY RECORDER F11e2013-00003364 Prepared By: Kirsten N. Arnold, P.O. Box 178, Waterloo, LA 50704-0178 (319)234-1766 After Recording Return To: ICirsten N. Arnold, P.O. Box 178, Waterloo, IA 50704-0178 Address Tax Statement to: Courtland A. & Laois A. VenAradale, 939 W. Parker St., Waterloo, IA 50703 WARRANTY DEED — CORPORATE GRANTOR For the consideration of Ono ($1.00) Dollars) and other valuable consideration, Black Hawk Contracting & Development, Inc., a corporation organized and existing tinder the laws of Iowa does hereby convoy to Courtland A VanAredale and tarok A. VanArsdale, husband and wife, as joint krauts with lull rights of survivorship and not as tenants in common, the following described real Safe in BlackHawk County, Iowa• Tract 3 of Plat of Survey Doc. #2012-23381 being a part of Lots 3 and 4 in Block 14, and the vacated alley adjacent thereto, in Second Addition to Grand View Place, Waterloo, Iowa. C) Subject to covenants, restrictions, ordinances, casements, and limited access provisions of record `� TheCorporation herebycovenants with erect, that it holds grantees, and successors in int the real estate by title in fee simple; that it has good and lawfid authority to sell and convey the real estate; that the real estate is line and clear of all Hens and encumbrances, except as may be above stated; and It covenants to Warrant and Defend the real estate against the Lawful olefins of ell persons, except as may be above stated. Words end phmsee beau, including aolmowledgmcnt hereof, shall be condoled as in the singular or plural number, according to the context limed: S i BLACK HAWK CONTRACTING & DEVELOPMENT, INC. Stft 0004 4 ). County o )es Oa rns a b is ' �y4 /n/�, • This instmment was acknowledged before me on this /3 day of, at , 2012, by Jobe R. Ruoff. III, as President of Black Hawk Con g & Devel rent, Inc. is DEBBIE A.000TH Notary Public COMMONWEALTH Of MASSACHUSETTS My Commission Expires September 24, 2016 File Number: 2013-00003364 Seq: 1 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-736 RESOLUTION APPROVING APPLICATION WITH LAROIA VANARSDALE FOR TAX EXEMPTIONS ON IMPROVEMENTS TOTALING $135,000.00 FOR PROPERTY LOCATED AT 939 WEST PARKER STREET IN THE CONSOLIDATED URBAN REVITALIZATION AREA (CURA), IN THE CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. WHEREAS, Laroia VanArsdale has submitted an application dated August 28, 2013 to the City Council of the City of Waterloo, Iowa, requesting to receive tax exemptions on improvements totaling $135,000.00 for property located at 939 West Parker Street, more fully described as follows: Tract 3 of Plat of Survey Doc. #2012-23381 being a part of Lots 3 and 4 in Block 14, and the vacated alley adjacent thereto, in Second Addition to Grand View Place, Waterloo, Iowa; and, WHEREAS, said property is located within the designated Consolidated Urban Revitalization Area (CURA) in Waterloo, Iowa, as previously established by the City Council of the City of Waterloo, Iowa, and, WHEREAS, the improvement project respecting said property is in conformance with the Consolidated Urban Revitalization Area (CURA) Plan as officially adopted by the City Council for the City of Waterloo, Iowa, and WHEREAS, the improvements on said property were made during the time in which such improvements are eligible for the tax exemption as set forth in the Consolidated Urban Revitalization Area (CUBA) Plan as adopted by the City Council of the City of Waterloo, Iowa, and as set forth in the Urban Revitalization Act as adopted by the Legislature of the State of Iowa and signed by the Governor of the State of Iowa, and WHEREAS, said applicant is requesting the following 10 -year partial exemption schedule: For the first year For the second year For the third year For the fourth year For the fifth year For the sixth year For the seventh year For the eighth year For the ninth year For the tenth year 800 700 600 50% 40% 40% 30% 30% 20% 20% NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, that said application is hereby approved and the City Clerk is hereby authorized and directed to forward said application and a copy of this resolution to the Assessor. Resolution No. 2013-736 Page 2 PASSED AND ADOPTED this 9th day of September, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Sc ares, CMC City Cl rk Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward I CAROLYN COLE Ward 2 HAROLD GETTY Ward 3 QUENTIN HART Ward 4 RON WELPER Ward 5 BOB GREENWOOD At -Large STEVE SCHMITF At -Large CITY OF WATERLOO, IOWA COMMUNITY PLANNING AND DEVELOPMENT 715 Mulberry Street • Waterloo, Iowa 50703-5783 • (319) 291-4366 Fax (319) 291-4262 NOEL C. ANDERSON, Community Planning & Development Director Council Communication City Council Meeting: September 9, 2013 Prepared: September 4, 2013 Dept. Head Signature: # of Attachments: SUBJECT: CURA application for tax exemptions for new single-family home construction located at 434 Florence. Submitted by: Noel Anderson- Community Planning & Development Director Recommended City Council Action: Resolution approving CURA application from Iowa Heartland Habitat for Humanity for the construction of a new single family home located at 434 Florence, Valued at $80,000, and authorize Mayor and City Clerk to execute said documents. Summary Statement: The Planning, Programming, and Zoning Commission staff has reviewed this application and feels that these improvements qualify for exemptions from taxes on the actual value added to Residential property under the Consolidated Urban Revitalization Area Plan. ADDRESS 434 Florence, Waterloo, Iowa 50703 LEGAL DESCRIPTION Lot 9 in O. Robinsons Addition Expenditure Required: N/A Source of Funds; N/A Policy Issue: CURA Alternative: N/A Attachment(s) cc: Noel Anderson, Community Planning & Development Director Aric Schroeder, City Planner CITY WEBSITE: wwwci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer URBAN REVITALIZATION APPLICATION FOR PROPERTY TAX EXEMPTION FOR IMPROVEMENTS UNDER THE PROVISIONS OF THE URBAN REVITALIZATION PLANS ADOPTED BY TI -IE CITY COUNCIL OF THE CITY OF WATERLOO. The Consolidated Urban Revitalization Area (CUBA) allows property tax exemptions on improvements to property located within its boundaries that meet the following criteria: 1: At least a 10% improvement to the value of the residential property. At least a 15% improvement to the value of commercial property if a building was previously on the site. It commercial property was previously vacant, all actual value added by the improvements is eligible for tax exemption. 2. Be located within the CURA boundaries (a map of which can be obtained from the City of Waterloo Community Planning & Development Department.) 3. This application must be filed with your assessor according to the timeline of the State Code of Iowa, Section 404.4 unnumbered paragraph 2 (as attached.) However, a single application may be filed upon completion of an entire ptoj ect requiring more than one year to construct or complete, providing prior approval has bee granted by the City Council or County Board of Supervisors. Please fill out the following information for your application to be submitted to the City Council. NAME: aa-� KEW SIGNATURE: ADDRESS: go --23 co . TELEPHONE: f a 7)5- 9 4L0.t,� , p /` A. What is the Address of your property? "t 'f (�-tZv_AA�i/F a, sq 1-5 -'i `177 ozq DATE: A • 27 431 2-61.3 What is e Legal Description of your prope ? (Available at County Assessor's Offrle on 2" floor of the Courthouse)? - w. 1. B. Indicate desired exemption schedule: (I or 2) 1. One Hundred Percent (100%) exemption for three years on the actual value added by improvements; 2. -,.GA partial exemption on the actual value added by improvements according to the following schedule: a. First Year ----80% d. Fourth Year 50% g. Seventh Year -----30% b. Second Year 70% e. Fifth Year 40% h. Eighth Year -----30% c. Third Year ----60% f. Sixth Year ------40% i. Ninth Year—_____20% j. Tenth Year ----20% C. What was the nature of the improvement(s)? D. City of Waterloo Building and Inspections Department Information Permit Number: V toe); -1-:7 Gate permit was issued: E. What was the cost of the improvement? Estimated o actual date of completion of these improvements? G. If this is not a singe -family dwelling 't, which you own and reside in, will these improvements create a displacement of you tenants? Yes o Total permits) valuation: Q i 000 rl 1,-- -. aof3 CITY OF WATERLOO XAPPROVED DENIED DATED: Cl? 61-1.3 RESOLUTION NO: ` ) - ` 3j I BLACK HAWK COUNTYASSESSOR APPROVED DATED: DENIED Vicki Atkins Black Hawk County Assessor Note: The improvements to your home or business may not change the assessed value. Note: City Council approval does not guarantee -tax exemptions. The application must be reviewed and approved by the Black Hawk County Assessor's Office for criteria eligibility. (Page 1 of.. 2) INDEX PROOF COMPARED slA BLACK HAWK COUNTY, IOWA:ss FEE BOOK It 20 06 14934 FILED FOR RECORD, INDEXED AND DELIVERED TO THE COUNTY AUDITOR DEC 1 2005 AT 11:00 AM. RECFEEI-10.00/AUDFEE 5.00/ E -COM 1.00/ ENV: REDFERN MASON DIETER PLC WARRANTY DEED THE IOWA STATE BAR ASSOCIATION Official Form No.101 ( Recorder's Cover Sheet iignTP Preparer Information: (Name, address and phone number) Mark S. Rolinger 415 Clay Street Cedar Falls, IA 50613 Phone: (319) 277-6830 C) Taxpayer Information: (Name and complete address) Iowa Heartland Habitat for Humanity 803 West Fifth Street Waterloo, IA 50703 Return Document To: (Name and complete address) Mark S. Rolinger P.O. Box 627 Cedar Falls, IA 50613 Grantors: Grantees: Bonnie Jean Seenster Legal description: See Page 2 BLACK HAWK COUNTY RECORDER Iowa Heartland Habitat for Humanity REAL ESTATE TRANSFER TAX PAID STAMP $ y,av PATRICIA S. SASS RECORDER 4.1—/-04 BLACK HAWK DATE COUNTY Document or instrument number of previously recorded documents: STATE OF !Or/ -t; SS Oe lows Stale ear Acsociatlon 2005 BLACK HAWK COalba IOWAUOCSO Enter . I for t.=xatlon thy_ / j o g Styear�pO4- Auditor Deputy File Number: 2006-00014034 Seq: 1 (Page 2 of,, 2) '". HE OfficialS NTE1 R ASSOCIATION Mark S. Rolin er ISBA # 0013227 S FOR THE LEGAL EFFECT OF THE USE OF THIS FORM, CONSULT YOUR LAWYER r tiIt - 3 ¢i A °tip< For the consideration of Dollar(s) and other valuable Bonnie Jean Seenster, a single WARRANTY DEED ***ONE*** consideration, person do hereby Convey to Iowa Heartland Habitat for Humanity the following described real estate Lot No. Nine (9) in G. Robinson's in Black Hawk County, Iowa: Addition. Grantors do Hereby Covenant with grantees, and successors in interest, that grantors hold the real estate by title in fee simple; that they have good and lawful authority to sell and convey the real estate; that the real estate is Free and Clear of all Liens and Encumbrances except as may be above stated; and grantors Covenant to Warrant and Defend the real estate against the lawful claims of all persons except as may be above stated. Each of the undersigned hereby relinquishes all rights of dower, homestead and distributive share in and to the real estate. Words and phrases herein, including acknowledgment hereof, shall be construed as in the singular or plural number, and as masculine or feminine gender, according to the context. STATE OF IOWA Dated: /Vo-t/evr,,.e•r .2a, acos COUNTY OF BLACK HAWK , I 4',a i This Instrument was acknowledged me on NDVenthLr .2Q 9LDs /J before t3 by BBonnife Cir�� Jean a ster (Grantor) B'1 Bonnie Jean Seenster, a single person C.�9FC (Grantor) 4.6'16:944:% ob .9 4,), y • --a)--re----r- (Grantor) Jeb(C.. T'eAj-ed- Notary Public ! DEBRA K. DREYER t Number Cannimion CoMyuclathernmlalon � ove 4 2007 (Grantor) O The Iowa Slate Ear Association 2005 10WADOCSO 101 WARRANTY DEED Revised June 2006 File Number: 2006-00014034 Seq: 2 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-737 RESOLUTION APPROVING APPLICATION WITH IOWA HEARTLAND HABITAT FOR HUMANITY FOR TAX EXEMPTIONS ON IMPROVEMENTS TOTALING $80,000.00 FOR PROPERTY LOCATED AT 434 FLORENCE STREET IN THE CONSOLIDATED URBAN REVITALIZATION AREA (CURA), IN THE CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. WHEREAS, Iowa Heartland Habitat for Humanity has submitted an application dated July 31, 2013 to the City Council of the City of Waterloo, Iowa, requesting to receive tax exemptions on improvements totaling $80,000.00 for property located at 434 Florence Street, more fully described as follows: Lot No. Nine (9) in G. Robinson's Addition, in the City of Waterloo, Black Hawk County, Iowa; and, WHEREAS, said property is located within the designated Consolidated Urban Revitalization Area (CURA) in Waterloo, Iowa, as previously established by the City Council of the City of Waterloo, Iowa, and, WHEREAS, the improvement project respecting said property is in conformance with the Consolidated Urban Revitalization Area (CURA) Plan as officially adopted by the City Council for the City of Waterloo, Iowa, and WHEREAS, the improvements on said property were made during the time in which such improvements are eligible for the tax exemption as set forth in the Consolidated Urban Revitalization Area (CURA) Plan as adopted by the City Council of the City of Waterloo, Iowa, and as set forth in the Urban Revitalization Act as adopted by the Legislature of the State of Iowa and signed by the Governor of the State of Iowa, and WHEREAS, said applicant is requesting the following 10 -year partial exemption schedule: For the first year For the second year For the third year For the fourth year For the fifth year For the sixth year For the seventh year For the eighth year For the ninth year For the tenth year 80% 70% 60% 50% 40% 40% 30% 30% 20% 20% NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, that said application is hereby approved and the City Clerk is hereby authorized and directed to forward said application and a copy of this resolution to the Assessor. Resolution No. 2013-737 Page 2 PASSED AND ADOPTED this 9th day of September, 2013. Ernest G. C ar] ATTEST: Suzy S. ares, CMC City Clerk , ayor Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward CAROLYN COLE Ward 2 HAROLD GETTY Ward 3 QUENTIN HART Ward 4 RON WELPER Ward 5 BOB GREENWOOD At -Large STEVE SCHMITT At -Large CI1TY OF WATERLOO, IOWA COMMUNITY PLANNING AND DEVELOPMENT 715 Mulberry Street • Waterloo, Iowa 50703-5783 • (319) 291-4366 Fax (319) 291-4262 NOEL C. ANDERSON, Community Planning & Development Director Council Communication City Council Meeting: September 9, 2013 Prepared: September 4, 2013 Dept. Head Signature: # of Attachments: SUBJECT: CUBA application submitted by ShanQuiesha Robinson for the construction of a new single family home at 930 Newton Street. Submitted by: Noel Anderson- Community Planning Si. Development Director Recommended City Council Action: Resolution approving CURA application from ShanQuiesha Robinson for the construction of a new single family home at 930 Newton Street, and authorize Mayor and City Clerk to execute said documents. Summary Statement: Attached please find a formal CURA application for tax exemptions the construction of a single family home located at 930 Newton Street, Waterloo, Iowa 50703. ShanQuiesha Robinson has submitted the application for the following improvement(s): New Single Family Home, The sum costs of these improvements are expected to reach $133,000. These improvements qualify for exemptions from taxes on the actual value added to Residential property under the Consolidated Urban Revitalization Area Plan. The applicant has selected the (10) year partial exemption schedule, The Planning, Programming, and Zoning Commission staff has reviewed this application and feels that it does conform to the CUBA Plan. We would therefore recommend approval of this application. LEGAL DESCRIPTION See attached Expenditure Required: N/A Source of Funds: N/A Policy Issue: CURA Alternative: N/A CITY WEBSITE: wwwci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer CONSOLIDATED URBAN REVITALIZATION APPLICATION FOR PROPERTY TAX EXEMPTION FOR IMPROVEMENTS UNDER THE PROVISIONS OF THE CONSOLIDA! ED URBAN REVITALIZATION AREA PLAN ADOPTED BY THE CITY COUNCIL OF THE CITY OF WATERLOO. The Consolidated Urban Revitalization Area (CURA) allows property tax exemptions on improvements to property located within its boundaries that meet the following criteria: 1. At least a 10% imprOliet tent to the value of the residential property. At least a 15% improvement to the value of commercial property if a building was previously on the site. If commercial property was previously vacant, all actual value added by the improvements is eligible for tax exemption. , 2. Be located within the CURA boundaries (a map of which can be obtained from the City of Waterloo Community Planning & Development Department.) 3. This application must be filed with City prior to the In working day of February following the year when the improvements are completed to comply with the timeline of the State Code of Iowa, Section 404.4 unnumbered paragraph 2. However, a single application may be filed upon completion of an entire project requiring more than one year to construct or complete, providing prior approval has bee granted by the City Council or County Board of Supervisors. Please fill out the following information for your application to be submitted to the City Council. NAME:J(' VI(4}1 .tPS\yi DVS\S MSIGNATURE: yi gariSrY\iYN ADDRESS: `//�e( 'p -n 7_51r. a-I TELEPHONE: f MA, LA .7DATE: A. What is the Address of the property being improved? What is the Legal Description of the property? (May be available at County Recorder's Office on 2m floor of the Courthouse)? •Tear 1m I'2. (7,4 ihctk ,Db cllLev-elf One a)I .- Z. ai}':c( B. Indicate desired exemption schedule: (1 or 2) I. One Hundred -Percent (100%) exemption for three years on the actual value added by improvements; 2. A partial exemption on the actual value added by improvements according to the following schedule: a. First Year 80% b. Second Year 70% c. Third Year 60% d. Fourth Year 50% e. Fifth Year --40% f. Sixth Year ------40% g. Seventh Year ----30% h. Eighth Year 30%. i. Ninth Year 20% j. Tenth Year 20% C. What was the nature of the improvement(s)? r1 .e -W -S, vI ewe_ t `I ht) li.-1 -E'__. D. City of Waterloo Building and Inspections Department Information: Permit Number: g 4_ )-o 'O7 �K Date permit was issued: ' Total permit(s) valuation: i %) ockj E. What was the cost of the improvement? I<0,00 F. Estimated or actual date of completion of these improvements? 1 - to— J.UI G. If Ibis is not a singe -family dwelling unit, which you own and reside in, will these improvements create a displacement of your tenants? Yes No CITY OF WATERLOO x APPROVED ( DENIED DATED: q--(1- RESOLUTION NO: 0c5__7-j,i BLACK HAWK COUNTYASSESSOR APPROVED DENIED Note: Note: DAI ED: Tami McFarland Black Hawk County Assessor The improvements to your home or business may not change the assessed value. City Council approval does not guarantee tax exemptions. The application must be reviewed and approved by the Black Hawk County Assessor's Office for criteria eligibility. (Page 1. of 1) 111IIIIIIIII1IOIIIIIIIIIIIIIIIIIINI IIIIII111I1IIIN Doo ID: 006087830001 Type: GEN Kind: WARRANTY DEED Recorded: 02/18/2013 at 11:67:19 MI Fee Amt: 6227.20 Pape 1 of 1 Revenue Tax: 6216.20 Bleok Hawk County Iowa JUDITH A MCCARTHY RECORDER Fire2013-00017330 Prepared By: Kirsten N, Arnold, P.O. Box 178, Waterloo, IA 50704-0178 (319)234-1766 .e After Recording Return To:I UICCU, Pa Box 2630, Iowa City, IA 52244 Address Tax Statement to: Shanquiesha R. Robinson, 930 Newton Street, Waterloo, IA 50703 WARRANTY DEED — CORPORATE GRANTOR For the consideration of One ($1.00) Dollar(s) and other valuable consideration, Black Hawk Contracting & Development, Inc., a corporation organized and existing under the laws of Iowa does hereby convey to Shanquiesha R. Robinson, the following described real estate in Black Hawk County, Iowa: Tract 13 of Plat of Survey Doc. #2012-23389 being a part of Lots 16 and 17, Block 14, and the vacated alley adjacent thereto, Second Addition to Grand View Place, Waterloo, Iowa. Subject to covenants, restrictions, ordinances, easements, and limited access provisions of record, The Corporation hereby covenants with grantees, and successors in interest, that it holds the real estate by title in fee simple; that it has good and lawful authority to sell and convey the real estate; that the real estate is free and clear of all liens and encumbrances, except as may be above stated; and it covenants to Warrant and Defend the real estate against the lawful claims of all persons, except as may be above stated. Words and phrases herein, including acknowledgment hereof, shall be construed as in the singular or plural number, according to the context. Dated: eZ/i✓- l _a BLACK HAWK CONTRACTING& DEVELOPMENT, INC. State of Iowa County of Black Hawk )ss K. Ruoff, 111 sident This instrument was acknowledged before me on this ik day of f C/li/JJ 2013, by John R. Rooff, Ill, as President of Black Hawk Contra•. s. Developn{ent, Inc. , Notary Public 13y, boo \ File Number: 2013-00017330 Peg: 1 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-738 RESOLUTION APPROVING APPLICATION WITH SHANQUIESHA ROBINSON FOR TAX EXEMPTIONS ON IMPROVEMENTS TOTALING $133,000.00 FOR PROPERTY LOCATED AT 930 NEWTON STREET IN THE CONSOLIDATED URBAN REVITALIZATION AREA (CUBA), IN THE CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. WHEREAS, Shanquiesha Robinson has submitted an application dated May 23, 2013 to the City Council of the City of Waterloo, Iowa, requesting to receive tax exemptions on improvements totaling $133,000.00 for property located at 930 Newton Street, more fully described as follows: Tract 13 of Plat of Survey Doc. #2012-23389 being a part of Lots 16 and 17, Block 14, and the vacated alley adjacent thereto, Second Addition to Grand View Place, Waterloo, Iowa; and, WHEREAS, said property is located within the designated Consolidated Urban Revitalization Area in Waterloo, Iowa, as previously established by the City Council of the City of Waterloo, Iowa, and, WHEREAS, the improvement project respecting said property is in conformance with the Consolidated Urban Revitalization Area (CUBA) Plan as officially adopted by the City Council for the City of Waterloo, Iowa, and WHEREAS, the improvements on said property were made during the time in which such improvements are eligible for the tax exemption as set forth in the Consolidated Urban Revitalization Area (CUBA) Plan as adopted by the City Council of the City of Waterloo, Iowa, and as set forth in the Urban Revitalization Act as adopted by the Legislature of the State of Iowa and signed by the Governor of the State of Iowa, and WHEREAS, said applicant is requesting the following 10 -year partial exemption schedule: For the first year For the second year For the third year For the fourth year For the fifth year For the sixth year For the seventh year For the eighth year For the ninth year For the tenth year 800 70% 60% 50% 40% 40% 30% 30% 20% 20% NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, that said application is hereby approved and the City Clerk is hereby authorized and directed to forward said application and a copy of this resolution to the Assessor. Resolution No. 2013-738 Page 2 PASSED AND ADOPTED this 9th daof September, 2013. ATTEST: Suzy Sch.res, CMC City Cle k 1?" Ernest G. Clark, Mayor CITY OF WAIERLOO Council Communication City Council Meeting: September 9, 2013 Prepared: September 4, 2013 Dept. Head Signature: Eric Thorson, PE., City Engineer # of Attachments: 1 SUBJECT: REQUEST BY PAUL YARROW FOR A CONCRETE DRIVEWAY TO BE LOCATED AT 600 HANNA BOULEVARD Submitted by: Eric Thorson P.E., City Engineer Recommended City Council Action: I have reviewed this request and recommend its approval subject to the following provisions: 1. Work to be performed by an approved and bonded contractor. 2. A permit is to be obtained from the office of the City Engineer prior to construction. 3. All work shall be performed under the supervision of the City Engineer and at no cost to the City of Waterloo. $7.00 cash for the purpose of recording this waiver and a copy of the legal description have been provided to the City Clerk's office. Summary Statement Attached is a request from PAUL YARROW for construction of a concrete driveway and placing a driveway or sidewalk on City right of way on an unimproved street, to be located at 600 HANNA BOULEVARD. Expenditure Required None Source of Funds None Policy Issue N/A Alternative None Background Information: This is a waiver of the City's Standard Specifications for Driveway Construction. It requires Council approval so that it can be recorded to the property, so that the waiver requirements run with the property ownership. Legal Description: HANSEN NOBLE ADDITION LOT 42 CITY OF WATERLOO Council Communication City Council Meeting: September 9, 2013 Prepared: September 4, 2013 Dept. Head Signature: Eric Thorson, PE., City Engineer # of Attachments: 1 SUBJECT: REQUEST BY PAUL YARROW FOR A CONCRETE DRIVEWAY TO BE LOCATED AT 600 HANNA BOULEVARD Submitted by: Eric Thorson, P.E., City Engineer Recommended City Council Action: I have reviewed this request and recommend its approval subject to the following provisions: 1. Work to be performed by an approved and bonded contractor. 2. A permit is to be obtained from the office of the City Engineer prior to construction. 3. All work shall be performed under the supervision of the City Engineer and at no cost to the City of Waterloo. $7.00 cash for the purpose of recording this waiver and a copy of the legal description have been provided to the City Clerk's office. Summary Statement Attached is a request from PAUL YARROW for construction of a concrete driveway and placing a driveway or sidewalk on City right of way on an unimproved street, to be located at 600 HANNA BOULEVARD. Expenditure Required None Source of Funds None Policy Issue N/A Alternative None Background Information: This is a waiver of the City's Standard Specifications for Driveway Construction. It requires Council approval so that it can be recorded to the property, so that the waiver requirements run with the property ownership. Legal Description: HANSEN NOBLE ADDITION LOT 42 Honorable Mayor and City Council City Hall Waterloo, IA 50703 Council Persons: I hereby . request a waiver to the driveway and: sidewa of a specifications for theconstriction' driveway or sidewalklocat d is waiver is needed because of.° r,t Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-739 RESOLUTION GRANTING PERMISSION TO PAUL YARROW FOR A WAIVER FOR A CONCRETE DRIVEWAY TO BE LOCATED AT 600 HANNA BOULEVARD, AND AUTHORIZING CONSTRUCTION OF A CONCRETE DRIVEWAY AND PLACING A DRIVEWAY OR SIDEWALK ON CITY RIGHT-OF-WAY ON AN UNIMPROVED STREET. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA: WHEREAS, the City Engineer has made written application to the City Council asking that Paul Yarrow be authorized and permitted to construct a concrete driveway and place a driveway or sidewalk on city right-of-way on an unimproved street to be located at 600 Hanna Boulevard, and legally described as follows: Hansen Noble Addition Lot 42, all in the City of Waterloo, Black Hawk County, Iowa; and WHEREAS, it is the sense of the Council of the City of Waterloo, Iowa, that said request should be granted. NOW, THEREFORE, BE IT FURTHER RESOLVED that permission is hereby granted to Paul Yarrow to construct a concrete driveway and place a driveway or sidewalk on city right-of-way on an unimproved street to be located at 600 Hanna Boulevard, subject to the following conditions: 1. Work to be performed by an approved and bonded contractor. 2. A permit is to be obtained from the office of the City Engineer prior to construction. 3. All work shall be performed under the supervision of the City Engineer and at no cost to the City of Waterloo. BE IT FURTHER RESOLVED that the City Clerk is authorized and directed to forward a certified copy of this resolution to the Black Hawk County Recorder for recording and the Black Hawk County Auditor for filing in order that this said action may become a matter of official County Record. PASSED AND ADOPTED this 9th day g, September, 2013. ATTEST: Suzy flares CMC City Clerk Cs��J Ernest G. Clark, Mayor Resolution No. 2013-739 Page 2 CERTIFICATE I, Suzy Schares, City Clerk of the City of Waterloo, Iowa, do hereby certify that the preceding is a true and complete copy of Resolution No. 2013-739, as passed and adopted by the Council of the City of Waterloo, Iowa, on the 9th day of September, 2013. Witness my hand and seal of office this September, 2013. 9th day of SEAL Suzy Schares, CMC City Clerk CITY OF WATERLOO Council Communication City Council Meeting: Meeting Date September 9th, 2013 Prepared: Date prepared September 4th 2013 Dept. Head Signature: Signature or initials of Dept. Head N.A. # of Attachments: SUBJECT: Title of item for agenda Appointment of Sonia Mayer to the Waterloo Housing Authority `s Bookkeeper Position Submitted by: Name and title of person presenting Ethel Washington, Director Recommended City Council Action: Application submitted to the Mayor and Council for approval of the Appointment of Sonia Mayer to the Waterloo Housing Authority's Bookkeeper Position Summary Statement Appointment of Sonia Mayer to the vacated position of Housing Bookkeeper Starting September 16th, 2013. Expenditure Required Source of Funds Section 8/Public Housing Administrative Fees. Policy Issue Alternative Background Information: To the Mayor and Council I hereby submit for your approval the appointment of the following individual to the Waterloo Housing Authority's Coordinator Position Appointment of Sonia Mayer to the vacated position of Housing Bookkeeper Starting September 16th, 2013. TRAVEL REQUEST CITY OF WATERLOO FINANCE DEPT. STAFF ONLY LINE ITEM USED FY 2014_ BUDGETED EXPENDED YTD THIS REQUEST LEFT AFTER THIS REQUEST • DATE Original - Clerk/Finance 010-11-1100-1346 /3 Copy - Department NAME(S) AND POSITION(S): investigator Stacy Hesse DATE: August 28, 2013 NAME OF CLASS / MEETING: ICAC Ares Peer to Peer Investigations DESTINATION: St. Louis, MO> DEPARTURE POINT IF NOT WATERLOO: DEPARTURE DATE: September 10, 2013 RETURN DATE: September 12,2013 DATE(S) OF MEETING: Sept 11-12, 2013 PURPOSE OF TRAVEL: Sgt. McCleland is requesting to send inv. Stacy Hesse to an ICAC Ares Peer to Peer Investigations in St. Louis, MO., Sept. 11-12, 2013. This training is designed to introduce experienced Investigators to the Ares file share network. This course will teach the Investigators how to use the ARES system to investigate child pornography on the ARES system. The registration is free. The cost of food, and lodging is paid by the Inv. Hesse and directly reimbursed to her by the Iowa Internet Crimes Against Children program. The only expense to the city of Waterloo will be fuel and a city vehicle will be required to drive top the training location. WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL: x COST $ 00.00 YES NO METHOD OF TRAVEL: xx CITY VEHICLE PRIVATE VEHICLE AIRFARE DEPARTING FROM: ESTIMATE OF COST: $0.00 LODGING $0.00 MEALS $0.00 REGISTRATION $150.00 MILEAGE/FUEL TOTAL FOR ALL: $ 150.00 TAXI PARKING AIRFARE MISC/TOLLS BUDGET LINE ITEM: XX xx GRANT REIMBURSABLE YES NO xx REQUIRED CERTIFICATION YES NO TOTAL: $ 150.00 PER PERSON I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE AND IS NECESSARY AND BENEFICIAL TO THE CITY OF WATERLOO DEPARTMEN HEAD MAYO I APPROVE THIS TRAVEL REQUEST DATE DATE TRAVEL REQUEST CITY OF WATERLOO FINANCE DEPT. STAFF ONLY LINE ITEM USED t)/() i t /Q() /3- 'go FY ;'SOiLl' BUDGETED //, OV OEXPENDED YTD THIS REQUEST 3C.00' LEFT AFTER THIS REQUEST 4; KLit f DATE 471x,2-.20/3 Original - Clerk/Finance Co• - De•artment NAME(S) AND POSITION(S): Steve Grimm, Rental Housing Inspector DATE: 8/22/13 NAME OF CLASS I MEETING: IAHO Fall Conference Certification & Recertification DESTINATION Hawkeye Community College DEPARTURE POINT IF NOT WATERLOO: DEPARTURE DATE: October 2-4, 2013 RETURN DATE: October 2-4, 2013 DATE(S) OF MEETING: October 2-4, 2013 PURPOSE OF TRAVEL/TRAINING CEU WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL: X COST $ YES NO METHOD OF TRAVEL: X CITY VEHICLE AIRFARE DEPARTING FROM: PRIVATE VEHICLE ESTIMATE OF COST: LODGING TAXI MEALS PARKING 300.00 REGISTRATION AIRFARE MILEAGE/FUEL MISCITOLLS TOTAL FOR ALL: $ 300.00 BUDGET LINE ITEM: 010-22-5100-1346 X GRANT REIMBURSABLE YES NO X REQUIRED CERTIFICATION YES NO TOTAL: $ 300.00 PER PERSON I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE AND IS NECESSARY AND BENEFICIAL TO THE CITY OF WATERLOO EPARTMENT HEAD I APPROVE THIS TRAVEL REQUEST MAYdat/ /(3 DATE DATE K:\Shared Goodies\Forms\Travel Request Form January 2010 BONDS FOR COUNCIL APPROVAL September 9, 2013 RIGHT OF WAY CONSTRUCTION BOND (EXPIRES 4/30/14) AMOUNT: $5,000.00 7900403006 RICHARD L. FRICKSON WATERLOO, IOWA SUZY SCHARES From: ELLA ELLIS Sent: Thursday, September 05, 2013 3:33 PM To: SUZY SCHARES Cc: Mike McNamee Subject: FW: EZ MONEY CHECK CASHING Suzy, This business is out of compliance with the Waterloo Police Dept., and has been recommended for denial, how do you want to proceed with this Second Hand Goods Dealer License? They have not provided the Police Dept. with any records for the past year. From: McNamee, Michael fmailto:mcnameem©waterloopolice.coml Sent: Thursday, September 05, 2013 7:48 AM To: ELLA ELLIS Subject: RE: EZ MONEY CHECK CASHING Hi Ella, I have not received anything from EZ Money for a year. I spoke with the local manager who referred me to their national office. I explained to them that we were not receiving any records as required by city ordinance from the Waterloo business. At this time they are not in compliance. Mike From: ELLA ELLIS [mailto:ELLA.ELLIS@WATERLOO-IA.ORG] Sent: Tuesday, September 03, 2013 11:18 AM To: McNamee, Michael Subject: EZ MONEY CHECK CASHING Hey Mike, Have you gotten everything you need or are they still denied, if they are we need to start the process of closing them down until they are in compliance. Thanks. Ella 1 CITY OF WATERLOO Council Communication City Council Meeting: August 26, 2013 Prepared: August 21, 2013 Dept. Head Signature: Eric Thorson, PE., City Engineer # of Attachments: SUBJECT: F.Y. 2014 SIDEWALK REPAIR ASSESSMENT PROGRAM - ZONE 3 CONTRACT NO. 852 Submitted by: W. Wayne Castle, PLS, EI, Associate Engineer Recommended City Council Action: It is recommended that council set the date of hearing as September 9, 2013 on this project. Summary Statement Transmitted herewith are the proposed schedule of assessments, plats, and breakdown of project costs on the F.Y. 2014 SIDEWALK REPAIR ASSESSMENT PROGRAM - ZONE 3, Contract No. 852. Expenditure Required N/A Source of Funds Property owner assessments Policy Issue N/A Alternative N/A Background Information: Cc: Rudy Jones, Community Development Director Mike Heerkes, Draftsperson RESOLUTION NO. 2013-740 USED INADVERTENTLY Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-741 RESOLUTION WITH RESPECT TO THE ADOPTION OF THE RESOLUTION OF NECESSITY PROPOSED FOR THE WATERLOO, IOWA SIDEWALK ASSESSMENTS IN CONJUNCTION WITH THE F.Y. 2014 SIDEWALK REPAIR ASSESSMENT PROGRAM - ZONE 3, CONTRACT NO. 852. WHEREAS, this Council has proposed a Resolution of Necessity for the Waterloo, Iowa Sidewalk Assessments in conjunction with the F.Y. 2014 Sidewalk Repair Assessment Program - Zone 3, Contract No. 852, and has given notice of the public hearing thereon as required by law; and WHEREAS, the public hearing has been held, all persons offering objections have been heard and consideration given to all objections and is pending before this Council; and WHEREAS, this is the time and place set as provided for the taking of action on the proposed Resolution of Necessity. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, AS FOLLOWS: That the proposed Resolution of Necessity described above is hereby adopted, as proposed, and all objections filed or made having been duly considered. PASSED AND ADOPTED this 9th day of September, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Sch res, CMC City Cle k Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-742 RESOLUTION CONFIRMING APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATED COST, ETC., IN CONJUNCTION WITH THE F.Y. 2014 SIDEWALK REPAIR ASSESSMENT PROGRAM - ZONE 3, CONTRACT NO. 852. WHEREAS, the City Council of the City of Waterloo, Iowa, heretofore instructed the City Engineer of said City to prepare proposed plans, specifications, form of contract, etc., for the F.Y. 2014 Sidewalk Repair Assessment Program - Zone 3, Contract No. 852, in the City of Waterloo, Iowa, and WHEREAS, said City Engineer did file said preliminary plans, specifications, form of contract, etc., for the F.Y. 2014 Sidewalk Repair Assessment Program - Zone 3, Contract No. 852, which were preliminarily approved by Resolution No. 2013-697 on August 19, 2013, and WHEREAS, a public hearing, upon notice, was held on September 9, 2013. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that said proposed plans, specifications, form of contract, etc., for the F.Y. 2014 Sidewalk Repair Assessment Program - Zone 3, Contract No. 852, in the City of Waterloo, Iowa, be, and the same are hereby, approved as filed. PASSED AND ADOPTED this 9th day of September, 2013. ATTEST: Suzy Sc i ar City Clerk s, CMC t G. Clark, Mayor Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-743 RESOLUTION ORDERING CONSTRUCTION IN CONJUNCTION WITH THE F.Y. 2014 SIDEWALK REPAIR ASSESSMENT PROGRAM - ZONE 3, CONTRACT NO. 852. WHEREAS, by Resolution No. 2013-742, plans, specifications, form of contract, estimate of cost, etc., in conjunction with the F.Y. 2014 Sidewalk Repair Assessment Program - Zone 3, Contract No. 852, in the City of Waterloo, Iowa, have been approved and adopted by this Council after the public hearing on September 9, 2013 as prescribed by statute. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that it is deemed advisable and necessary and it is so ordered on motion by this Council that the said project proceed in accordance with said plans and specifications. PASSED AND ADOPTED this 9th day September, 2013. Ernest G. Clark, Mayor ATTEST: Al. uzy SyI .:res, CM City Cle k Mayor BUCK CLARK COUNCIL MEMBERS ................... DAVID JONES Aland 1 CAROLYNNT COLE ✓✓nrd2 HAROLD GETIY Way 'd3 QUENTIN HART Ward 4 RON WELDER Ward 5 BOB GREENWOOD At -Large STEVE SCHMITT At -Large CITY OF WATERLOO IOWA COMMUNITY PLANNING AND DEVELOPMENT 715 ry Street - Waterloo, Iowa 50703-5733 . (319) 291-4366 Fax (319) 291-4262 NOEL C. ANDERSON, Community P'an,'h,y A Lerzlnpnur.[ Director CITY OF WA 1'ERLOO Council Communication City Council Meeting: August 19, 2013 Prepared: August 7, 2013 Dept. Head Signature: # of Attachments: 7 SUBJECT: Request to set a date of public hearing for September 9, 2013, and publish an official notice pertinent to the taking of bids and request to receive and open the proposals for the sale of city owned property at 1640 Cherry Hills Drive for the minimum bid of $5,000 with Development Agreement. Submitted by: Noel Anderson -Community Plannine and Development Director Recommended City Council Action: To set a date of public hearing on the sale of a 657A property at 1640 Cherry Hills Drive for the minimum bid of $5,000 with Development Agreement and publish an official notice pertinent to the requested sale. Summary Statement: The property was acquired through 657A this winter 2013. The property has been inspected by staff and the building official and it was determined that the building appears to be in good shape for rehabilitation. The property has an in ground swimming pool and double garage. It would appear that the garage and pool would need to be removed as they are both in a severe dilapidated shape. There has been a great deal of interest in this property and staff expects to be able to select a qualified bidder to successfully rehabilitate the property to a standard that the city and surrounding neighborhood can be proud of. As you may remember the cities first sale of a 657A property under the new policy was at 261 Cottage Grove which occurred in 2011. The project was a success and will be generating approximately $2,000 in taxes per year once the CURA Abatement Program Is complete. Expenditure Required: N/A Source of Funds: N/A Policy Issue: Dilapidated Housing/Infill Development Alternative Demolish and sell lot only CITY WEBSITE: www.ci.waterloo.ia.us WE'RE WORKING FOR YOU( An Equal Opportunity/Affirmative Action Employer Background Information: The City of Waterloo has been working to address the state of disrepair of the property through out the city using Iowa Legislation (657A) that allows cities to take possession of dilapidated and abandoned homes. The City acquired the property in 2012 through Iowa Code 657 A. Staff has sold one other property under the new Sale of 657A property policy at 261 Cottage Grove. That process proved successful and staff would like to continue selling these properties that can reasonably be rehabbed to responsible citizens with the capabilities to complete the project in a timely manner and meet all necessary Building Codes as well as be an example for quality development in the neighborhoods that they are in. August 14, 2013 Dear interested developer: The City of Waterloo's Dilapidated Housing Committee has successfully been awarded four properties by the Courts through Iowa Code 657A, which grants cities the power to take possession of dilapidated and abandoned homes. The city is now offering for sale 1640 Cherry Hills Drive, as it has been deemed sound enough for rehabilitation. The City has set an "As is" minimum bid price of $5,000 and a $1,000 earnest fee per property. Attached to this letter you will find a Request for Development Proposal packet relating to the sale of the above-mentioned properties the City of Waterloo acquired as a part of the Dilapidated Housing Committee efforts. I have also attached a detailed report from the Black Hawk County on line website with further details of the property. I would ask that you review the packet and submit the appropriate information in accordance with your development plans for the site. Please note that the reason for the Development Proposal packet is to rehabilitate the property in a way that that is permitted within the zoning district and Land Use Plan for the area, as well as promoting positive development for the City of Waterloo as a whole. Compatibility with the nearby neighborhood and other surrounding uses will also be a key component of the development. Proposals are due by September 9, 2013 4 p.m. to the City Clerk's office 1st floor City Hall. If you should have any questions or need any additional information regarding this matter, please do not hesitate to contact our office and ask for me at 319.291.4366. Thank you for your cooperation in advance and thank you for your interest in the City of Waterloo. Sincerely, Chris Western Planner II Cc: Noel Anderson, Director REQUEST FOR DEVELOPMENT PROPOSAL CITY OF WATERLOO, IOWA 1640 Cherry Hills Drive The City of Waterloo, Iowa, is inviting proposals for the sale and development of property located at 1640 Cherry Hills Drive The following information details the criteria for submitting a bid for the development of this parcel. Any questions regarding the criteria should be directed to the Community Planning & Development Department for the City of Waterloo. Community Planning & Development Department 715 Mulberry Street - City Hall Waterloo, Iowa 50703 319.291.4366 STATEMENT OF INTENT The City of Waterloo, Iowa, desires to actively assist the private sector in developing this property. The City is offering the following property for development: 1640 Cherry Hills Drive The City intends to allow prospective developers to compete for the acquisition and rehabilitation of this property on the basis of the quality of development as well as price. SUBMISSION REQUIREMENTS Proposals must be submitted in narrative form and be accompanied by legible drawings in order for additional copies to be made. Proposals must also address each of the items listed herein. An offer to bid form is also enclosed with this packet that must be filled out with purchase information. Proposals will be reviewed by the Dilapidated Housing Committee and reported as to how the proposals fit the criteria established within this RFP. The proposal will then be sent to the Building & Grounds Committee for review and recommendation, and ultimately a public hearing will be held by the City Council to consider the recommendation, The City reserves the right to reject any and all proposals and to waive informalities in any proposal. PROPOSALS MUST ADDRESS EACH OF THE FOLLOWING: 1. Proposed Use The proposed development site is zoned "R-2 "One and Two Family District. The proposed use must meet all zoning requirements for a Principal Permitted Use in the "R-2"One and Two Family District. Intended use following rehabilitation of property must be identified as one of the following categories: • Home owner occupied • Rental • Sale to potential home owner • General sale to any and all interested purchasers 2. Site Development The City feels that the aesthetic treatment of the rehabilitation is extremely important. Therefore, a detailed landscaping plan and construction plan including siding material, accessory structures, etc. must be submitted with proposal. All properties sold shall be rehabilitated as Single-family homes regardless of Zoning District that the property is in. However, a property that was originally built as a duplex or Multi Family structure and/or was legally established at a later date may be rehabilitated as such. Materials Used in Construction Materials must be of good quality and, in visual appearance, match existing woodwork through out house. For example, crown molding or door/window trim must have the same appearance and finish as existing molding or trim, unless all molding or trim in a room is replaced. 3. Financial Capacity The proposed developer must provide evidence of financial ability to timely commence and complete the project. This information shall be kept confidential and may be by letter of intent from bank for financing or other similar documentation. As security for completion of the project, the Developer will be required to post a performance bond in the sum of $10,000 per property, in form acceptable to the City, or place $10,000 dollars per property in a non-interest bearing escrow account with the Law office of Clark, Butler, Walsh, and Hamann. If the project is not completed and either the structure(s) have to be demolished or the project has to be completed by the City, then the City may, as appropriate, enforce the bond or use the per -property escrowed sum to defray the actual costs and expenses incurred by the City. As to escrowed funds, the Developer may request, at a rate of not more than $10,000 per home, a full reimbursement of such funds as (a) each home is completed in accordance with the terms and conditions of the development agreement, (b) the home has passed the 12 month inspection, and (c) an occupancy permit has been acquired. In addition, the Developer must submit with its bid proposal a certified check or money order in the amount of $1,000 per property as earnest money for the purchase, Earnest money will be included in the purchase price at closing. 4. Project Team The proposal must list the names, addresses, and daytime phone numbers of the persons with a financial interest in the project. The proposal shall also include any relevant experience that demonstrates the ability to complete this project. 5. Timetable The development project must commence construction within three (3) months and be completed within twelve (12) months from the date of possession. If, after transfer of the property by the City to developer, construction is not commencing in accordance with the 3. Financial Capacity The proposed developer must provide evidence of financial ability to timely commence and complete the project. This information shall be kept confidential and may be by letter of intent from bank for financing or other similar documentation. Developer will be required to place $10,000 dollars in an escrow account with the Law office of Clark, Butler, Walsh, and Hamann, in the event the project is not completed and the structure(s) have to be demolished or project completed by the city. 4. Project Team The proposal must list the names, addresses, and daytime phone numbers of the persons with a financial interest in the project. The proposal shall also include any relevant experience that demonstrates the ability to complete this project. 5. Timetable The development project must commence construction within three (3) months and be completed within twelve (12) months from the date of possession. If, after transfer of the property by the City to developer, construction is not commencing in accordance with the attached schedule as described, the title to the real estate will revert to City of Waterloo, free of any liens, encumbrances, etc. against said property. Developer agrees to sign all necessary documents for said reversion. If construction is not completed, at the end of twelve (12) months, but the development of the project is still imminent, the City Council may but shall not be required to grant an extension of time for the rehabilitation of the building. 6. Bid Price The City of Waterloo has determined, that the minimum bid value of this property is: $5,000 However, once the minimum bid price of $5,000 is met, the primary criteria shall be the quality and type of the construction rather than the purchase price. NOTES: A site plan, including landscaping and a perspective complete list of intended construction and improvements must be included with the narrative proposal. All properties sold shall be rehabilitated as Single-family homes regardless of Zoning District that the property is in. However, a property that was originally built as a duplex or Multi Family structure and/or was legally established at a later date may be rehabilitated as such. The enclosed Offer form included therein must also be submitted with the narrative proposal. An earnest fee of $1,000.00 per property is also needed with the Offer to Buy form. Review Criteria The categories to be used in evaluating the proposals include but are not limited to the following: 1.) Proposed Land Use (Proposed construction will be reviewed for their compatibility and appropriateness for site. 2.) Quality of Proposed Development (Probable assessed value of any proposed new structures (ie: garage) and improvements will be weighed with offering price to determine full impact of community benefits: offer price + taxes paid). 3.) Architectural and Aesthetic Design Considerations (Design considerations ie: windows, siding, site layout, driveway (gravel or paved), and accessory structures). 4.) Price (While the price will not be sole determining factor, it will be an important part of the equation, in conjunction with other criteria, to assure the City as whole they are serving the citizenry in a fair and beneficial manner). 5.) Homeownership is a priority to the City of Waterloo; therefore any bidders that plan to live in the property after rehabilitation is complete or sell to homeowner will be scored higher. City of Waterloo Property Bid Sheet Property to be bid upon: 1640 Cherry Hills Drive Name in which property would be transferred: Name of bidder: Address of bidder: Phone & Fax number of bidder: My offer for property being bid upon: $1,000.00 earnest fee: (Note: this amount is refundable for unsuccessful bidders. The fee will not be refunded for successful bidders who withdraw their offer. Also, it is required that the earnest fee be paid per property if bidding on multiple properties.) Brief Description of intended Improvements: Furthermore, I understand the zoning designation of the property and building code requirements that I am bound by this designation for my use of property. Note: The successful bidder will be required to sign a Development Agreement binding them to the specified completion deadline of twelve (12) Months. Signature of applicant/ bidder Date * Please Place this sheet at the beginning of your bid packet when submitting to Clerks office. CITY OF WATERLOO Council Communication City Council Meeting: September 9, 2013 Prepared: August 30, 2013 Dept. Head Signature: PH # of Attachments: 0 SUBJECT: Rejection of FY2014 Sullivan Park Basketball bids Submitted by: Travis Nichols, Facilities/Project Manager Recommended City Council Action: Request the Mayor and Council reject all bids received August 26, 2013 for FY2014 Sullivan Park Basketball Court Project. Summary Statement N/A Expenditure Required N/A Source of Funds N/A Policy Issue N/A Alternative N/A Background Information: Original bids opened on August 26, 2013, were significantly higher than projected cost estimate. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-744 RESOLUTION APPROVING REJECTING BIDS RECEIVED FOR F.Y. 2014 SULLIVAN PARK BASKETBALL COURT PROJECT. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that bids received for the F.Y. 2014 Sullivan Park Basketball Court Project, be and the same are hereby rejected due to being significantly higher than the projected cost estimate. PASSED AND ADOPTED this 9th day of September, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Sces, CMC City Clerk CITY OF WATERLOO Council Communication City Council Meeting: September 9, 2013 Prepared: September 4, 2013 Dept. Head Signature: Eric Thorson, PE. City Engineer # of Attachments: SUBJECT: CONS 'RUCTION PLANS FOR STORM SEWER & PAVING SERVING DEER CREEK PLAT NO. 2 Submitted by: Dennis Gentz P.E., Assistant City Engineer Recommended City Council Action: These plans have been reviewed by this office and are recommended for approval by the City Council. Summary Statement Transmitted herewith are the storm sewer and paving construction plans serving DEER CREEK PLAT NO. 2, Waterloo, Iowa, as submitted by VJ Engineering, of Cedar Falls, Iowa. Expenditure Required Source of Funds Policy Issue N/A Alternative None Background Information: Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-745 RESOLUTION APPROVING CONSTRUCTION PLANS FOR STORM SEWER AND PAVING SERVING DEER CREEK PLAT NO. 2, AS SUBMITTED BY VJ ENGINEERING, INC. OF CEDAR FALLS, IOWA. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the construction plans for storm sewer and paving serving Deer Creek Plat No. 2, as submitted by VJ Engineering, Inc. of Cedar Falls, Iowa, be and the same are hereby approved. PASSED AND ADOPTED this 9th day of September, 2013. ATTEST: Ernest G Clark, Mayor Suzy Sclaies, CMC City Clerk CITY OF WATERLOO Council Communication City Council Meeting: September 9, 2013 Prepared: September 4 2013 Dept. Head Signature: Eric Thorson, PE., City Engineer # of Attachments: 2 SUBJECT: RECONS I RUCTION AND OVERLAY STREET IMPROVEMENT LISTS LOCAL OPTION SALES TAX FUNDS Submitted by: Eric Thorson, P.E. City Engineer Recommended City Council Action: I am requesting Council approval of the 2014 lists, so that Engineering can complete the necessary survey and start design for next year's projects. Summary Statement I have updated proposed lists for Reconstruction from 2014 through 2018 and Overlay for 2014 through 2018. I used the Pavement Management System information along with staffing requests, Council requests and citizen requests from the past year to help update these lists. 1 have put together the following information for your approval at this time. 1. A copy of the proposed list for Reconstruction for 2014 for all Wards. 2. A copy of the proposed list for Overlay for 2014 for all Wards. Expenditure Required Source of Funds Local Option Sales Tax Funds Policy Issue N/A Alternative None Background Information: I have also included both the reconstruction and overlay improvement lists for 2014. 2018. Once we complete our new inventory and rating of all city streets, these lists will be reviewed with the new ratings and changes will be made if appropriate. For now, the same streets as past lists are still included since this information has been public information with the knowledge that the lists were still subject to final City Council approval. The lists are based on some approximate budgeting and assuming that the City will continue to receive more than nine million dollars in Local Option Sales Tax Funds each year. I have budgeted funds for federal or state funds new roads match, railroad grade crossings improvement matches, design and inspection, and seal coating. FY 2014 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 859 STREET Allen St. Bertch Ave. Downing Ave. Easton Ave. Hammond Ave. Hyperion Dr. Lafayette St. Oregon St. FROM TO Mullan Ave., W. Hammond Ave. Ansborough Ave. La Porte Rd. South St. Wagner Rd. Indiana St. Mitchell Ave. 4th St., W. 8th St., W. Wren Rd. Wisconsin St. Mitchell Ave. Pavement End Fay St. Ridgeway Ave., E. 9/5/2013 STREET 4th St., W. Airport Blvd. Ashland Ave. Bryant Ave. Hanna Blvd. (E 1/2) Hanna Blvd. (W 1/2) Kamille Ct. Kern St. Kimball Ave. Lark Ln. Maplewood St. Newell St. Norwood Ave. Olympic Dr. Poplar Ave. Sheridan Rd. Vaughn St. Westchester Rd. Whittier Ave. FY 2014 ASPHALT OVERLAY PROGRAM CONTRACT NO. 857 FROM Ridgeway Ave. E.B. Broadway St. Newton St. Lindale Ave. Rainbow Dr. Rainbow Dr. 4th St., W. Burton Ave. Orange Rd. Scott Ave. Riehl St. Idaho St. Oakland Ave. Inverness Rd. Whittier Ave. Rachael St. Westfield Ave. 4th St., W. Lindale Ave. TO Patrick Ct. Airline Hwy. Parker St., W. Oakland Ave. 242' South 242' South 200' East Oakland Ave. South City Limits Wren Rd. Norwood Ave. 754' E of Spring View Riverside Dr. Ansborough Ave. Maplewood St. 743' South Pavement Ends 216' East Poplar Ave. 9/5/2013 STREET CITY OF WATERLOO FIVE YEAR OVERLAY PLAN WARD 1 2014 ESTIMATED FROM TO WIDTH LENGTH OCI COST 4th St., W. Ridgeway Ave. Patrick Ct. 31 & 37 1501 54.44 $162,000 Hanna Blvd. (W 1/2) Rainbow Dr. • 242' South 31 242 69.81 $13,000 Lark Ln. Scott Ave. Wren Rd. 28 1262 45.04 $114,000 Kamille Ct. 4th St., W. 200' East 31 200 43.09 $20,000 Olympic Dr. Inverness Rd. Ansborough Ave. 31 1125 52.82 $113,000 Westchester Rd. 4th St., W. 216' East 31 216 41.24 $22,000 $444,000 STREET 2015 ESTIMATED FROM TO WIDTH LENGTH OCI COST Linbud Ln. Sager Ave. Alabar Ave. 15.5 841 16.54 $43,000 Robin Rd. Scott Ave. Wren Rd. 28 1273 54.24 $115,000 Valley Rd. Pleasant Valley Dr. Rainbow Dr. 31 799 8.38 $80,000 Westbourne Rd. Tilbury Rd. Castle St. 31 229 16.69 $23,000 $261,000 STREET 2016 ESTIMATED FROM TO WIDTH LENGTH OCI COST Faber Rd. Pleasant Valley Dr. Rainbow Dr. 31 832 15.06 $84,000 Teton Dr. Hoff Rd. Winghaven Dr. 31 603 30.74 $61,000 Westbourne Rd. Mayfair St. Hackett Rd., S. 31 597 18.69 $60 000 $205,000 9/4/2013 STREET FROM TO 2017 ESTIMATED WIDTH LENGTH OCI COST Joy Dr. Auburn St. Hanna Blvd. 25 308 18.78 $25,000 Ridgemant Rd. Inverness Rd. Monticello Ave. 31 1125 52.82 $113,000 West Ridge Dr. Inverness Rd. Meadow Lane 31 1291 24.61 $130,000 $268,000 STREET 2018 ESTIMATED FROM TO WIDTH LENGTH OCI COST Hackett Rd., S. Greenhill Rd. Downing Ave. 31 1112 78.42 $112,000 Ridgeway Ave., W. 4th St., W. Sergeant Rd. 53 3062 68.48 $541,000 Wembley Rd. Oak Park Circle Tibury Rd. 31 254 24.62 $26,000 $679,000 9/4/2013 CITY OF WATERLOO FIVE YEAR OVERLAY PLAN WARD 2 2014 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Kimball Ave. Orange Rd. South City Limits 24 & 31 2649 79.78 $258,000 Sheridan Rd. Rachael St. 743' South 31 743 11.16 $75,000 $333,000 2015 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Colby Rd. (E 1/2) Park Ln., W. 150' S of Barrington 31 807 58.79 $41,000 Hummingbird Cr. Mourning Dove Dr. Sarah Dr. 28 290 14.85 $27,000 Hummingbird Cr. Southtown Dr. Mourning Dove Dr. 28 1164 19.02 $105,000 Mockingbird Ln. Hummingbird Cr. Hummingbird Cr. 28 962 48.86 $87,000 Mourning Dove Dr. Hummingbird Cr. Pavement End 28 972 35.06 $88 000 $348,000 2016 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST None proposed - Reconstruction uses all available funds 9/4/2013 2017 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST None proposed - Reconstruction uses all available funds 2018 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Lorraine Ave. Ohio St. Wisconsin St. 31 477 58.28 $48,000 Penneys St. Crossroads Blvd. San Marnan Dr., E. 68 350 45.90 $77,000 Sears St. Crossroads Blvd. San Marnan Dr., E. 68 385 25.65 $85,000 La Porte Rd. Mitchell Ave. Plymouth Ave. 49 2324 0.00 $372,000 9/4/2013 CITY OF WATERLOO FIVE YEAR OVERLAY PLAN WARD 3 2014 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Airport Blvd. E.B. Broadway St. Airline Hwy. 48 & 50 1484 35.66 $243,000 Ashland Ave. Newton St. Parker St., W. 31 255 33.86 $26,000 Bryant Ave. Lindale Ave. Oakland Ave. 20 723 44.12 $49,000 Hanna Blvd. (E 1/2) Rainbow Dr. 242' South 31 242 67.81 $13,000 Kern St. Burton Ave. Oakland Ave. 28 & 31 1382 32.01 $127,000 Maplewood St. Riehl St. Norwood Ave. 20 191 1.62 $13,000 Norwood Ave. Oakland Ave. Riverside Dr. 20 1071 23.22 $72,000 Poplar Ave. Whittier Ave. Maplewood St. 20 552 26.56 $37,000 Vaughn St. Westfield Ave. Pavement Ends 31 330 36.07 $33,000 Whittier Ave. Lindale Ave. Poplar Ave. 20 571 28.22 $39,000 $652,000 STREET Burton Ave. 2015 ESTIMATED FROM TO WIDTH LENGTH OCI COST Broadway St. Airline Hwy. 24, 25, 27 6672 34.01 $573,000 2016 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Cedar Bend Walker St. Braodway St. 25 4108 25.90 $343,000 Commercial St. 4th St., W. 6th St, W. 51 842 40.62 $141,000 Jefferson St. 4th St., W. 6th St, W. 50 767 14.88 $126,000 $610,000 9/4/2013 STREET 2nd St., W. 2017 ESTIMATED FROM TO WIDTH LENGTH OCI COST Commercial St. Jefferson St. 31 382 0.00 $39,000 2018 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Bratnober St Fairview Ave. Broadway St. 31 610 47.77 $61,000 Fletcher Ave. Flood Control Levee Flood Control Levee 24 1615 30 $130,000 Lincoln St. Parker St., W. WCF&N 31 1181 48.60 $119,000 Wilbur Ave. Janney Ave. Falls Ave. 28 & 31 808 45.33 $76,000 $386,000 9/4/2013 CITY OF WATERLOO FIVE YEAR OVERLAY PLAN WARD 4 2014 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Newell St. Idaho St. 754' E of Spring View 31 2086 38.66 $207,000 2015 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Anthony St. Plainview St. Spring View St. 28 334 30.38 $30,000 2016 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST 11th St., E. Bridge Franklin St. 49, 51 1470 26.63 $238,000 11th St., E. Franklin St. Lane St. 49 200 34.88 $32,000 Bates St. Shilliam Ave. Oneida St. 28 720 9.37 $65,000 Idaho St. Independence Ave. MLK Jr. Dr. 31 1936 48.98 $194,000 Oneida St. Halstead St. Ash St. 31 1029 38.48 $103,000 Ruth St. Hallowell Rd. Starr Dr. 31 400 43.61 $40 000 $672,000 STREET 2017 ESTIMATED FROM TO WIDTH LENGTH OCI COST 4th St, E. Franklin St. Quincy St. 41 4298 18.30 $574,000 9/4/13 2018 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Sherman Ave. Donald St, E. WCF&N 31 2682 40.00 $269,000 Webster St. 4th St., E. Barclay St., N. 31 1294 42.03 $130 000 $399,000 9/4/13 CITY OF WATERLOO FIVE YEAR OVERLAY PLAN WARD 5 2014 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST None Proposed - Reconstruction uses all available funds. 2015 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST 8th St., W. Leavitt Street Grant Ave. 31 372 37.19 $38,000 17th St., W. Commercial St. Black Hawk Rd. 31 393 51.71 $40,000 Bertch Ave. Vermont St. 7th St., W. 31 1775 30.78 $178,000 Colby Rd. (W 1/2) Park Ln., W. 150' S of Barryington 31 807 58.79 $41,000 Kenilworth Rd. Prospect Blvd. Byrnes Dr. 25 312 0.00 $25,000 $322,000 STREET 2016 ESTIMATED FROM TO WIDTH LENGTH OCI COST Derbyshire Rd. Mitchell Ave., W. Prospect Blvd. 25 593 5.35 $48,000 Lillian Lane Russell Rd. Russell Rd. 31 1380 0.81 $138 000 $186,000 Grant Ave. Pauline PI. 9/4/13 5th St., W. Russell Rd. 4th St., W. Russell Rd. 2017 31 375 34.19 $38,000 25 1178 4.88 $95 000 $133,000 CITY OF WATERLOO FIVE YEAR RECONSTRUCTION PLAN WARD I 2014 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST • Downing Ave. Ansborough Ave. Wren Rd. 31 2721 11.26 $986,000 STREET FROM TO 2015 WIDTH LENGTH OCI ESTIMATED COST Downing Ave. Wren Rd. Hackett Rd., S. 31 2385 20.58 $865,000 Flower St. Sheerer Ave. Littlefield Rd. 31 798 11.87 $289 000 $1,154,000 2016 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Kingbard Blvd. 4th St., W. Fletcher Ave. 46 1509 29.02 $812,000 Moir St. 3rd St., W. Reber Ave. 25 226 54.26 $66,000 Moir St. Campbell Ave. 4th St., W. 25 493 40.60 $144,000 Starlight Blvd. Richland Dr. Crossway Dr. 31 464 36.85 $168,000 $1,190,000 2017 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Sager Ave. Westland Ave. Linbud Lane 31 1710 35.60 $619,000 Upland Dr. Westview Ave. Ansborough Ave. 31 285 24.77 $104,000 Western Ave. 3rd St., W. Elmwood St. 31 795 17.53 $288,000 $1,011,000 9/4/13 2018 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Kingsley Ave. Moir St. Euclid Ave. 25 1004 36.03 $293,000 9/4/13 CITY OF WATERLOO FIVE YEAR RECONSTRUCTION PLAN WARD 2 2014 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Easton Ave. La Porte Rd. Wisconsin St. 31 664 2.35 $241,000 Oregon St. Mitchell Ave. Ridgeway Ave., E. 31 2620 7.60 $948 000 $1,189,000 2015 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Easton Ave. Wisconsin St. 11th St., W. 31 2622 11.84 $949,000 2016 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Barton Ave. Saratoga Dr. Alpine Dr. 31 636 44.33 $231,000 Lynkalee Dr. Ridgemont Rd. Rachael St. 31 950 30.51 $344,000 Minnesota St. Mitchell Ave. Locke Ave. 31 1583 11.78 $573,000 Ohio St. Mitchell Ave. Lorraine Ave. 31 990 7.38 $359 000 $1,507,000 2017 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST 9th St., W. St. Francis Dr. San Marnan Frontage 40 2642 5.77 $1,233,000 Cornwall Ave. Ohio St. Wisconsin St. 31 515 47.61 $187,000 $1,420,000 9/4/13 0 W any 9UJOL4TMBH '36 wSUOOS!M L W N -4 A 00 CO Eft OD -40 0 0 H1ON31 H141M 10 ((DD O an Ca CO CO to a to a 01 (O CO W CO CO COCO 03 m 0 A J 100 N CO PH .18(41.189 J0 .,a epuoNe/N 'P2! Noimeipueo 03 co -I * (D NCD -4 -I m a a -4 rn 5r.' N co rn 1 m S • 1 to m N Q m 7 C a Q 77 D • • (D • 1O 1 W-° 11 -oa a ° 2 O < 5 - co cn < N (D I� c a (J▪ t to CO J 5 N -a co CO 0 0) O 1 2 r m Z C) 1 2 03 A O W �- 10 (JO O O 0 - N N a CJI W 9° W CO a a -n 0 11 O I° m m m m - Cl) to to CO 69 to ▪ J of 3 W V A NEA V CO a N ('' 10 > nD a 3 -4-J+ t)D CD nD o 0 0 1 0 0 1 0 o 0 0 0 1 0. 0 I0 1 olleo torn o torn 0000 u)m 000 co o• 0 1 0 0 1 0 0 0 0 0 1 0 0 0 0 1 0 N 0 v W FIVE YEAR RECONSTRUCTION PLAN 0012131VM AO J11I0 O O H o O Z m a < 1 = 0 cn 0 a O 0 0 ID 03 0. = Z3 (o a a. a X X co 73 • P- O O 0 IO -1 CD m 'm CD CD (D Cr CS 6 N N CD 73 73 73 a a a Z -' 0 CO CD O CO (n CD (n (T 01 (n O A A 01 C• 0I0 CD 5 2 r m z G) H S lO m Cl, -co [n R. a a a 03 CO co N J o 0 > 0 0 0 0 m m 0 0 0 0 —i 0 N O -s 03 CITY OF WATERLOO FIVE YEAR RECONSTRUCTION PLAN WARD 4 2014 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Lafayette St. Indiana St. Fay St. 40 2298 18.84 $1,073,000 2015 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Cottage St. Linn St. Mobile St. 28 2248 15.58 $735,000 2016 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Lafayette St. 6th St., E. 10th St., E. 41, 51 1356 30.78 $687,000 2017 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Mobile St. Douglas St. Sumner St. 25 1940 40.96 $566,000 Vinton St. Lafayette St. Sycamore St. 49 224 43.52 $128,000 $694,000 9/4/13 2018 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Courtland St. Lane St. Vinton St. 31 1071 35.62 $388,000 Franklin St. Utica St. Mullan Ave. 49 1082 37.17 $619 000 $1,007,000 9/4/13 CITY OF WATERLOO FIVE YEAR RECONSTRUCTION PLAN WARD 5 2014 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Bertch Ave. Hammond Ave. 8th St., W. 25 & 31 1735 55.45 $480,000 Hammond Ave. South St. Mitchell Ave. 25 & 31 4108 19.22 $1,370,000 $1,850,000 2015 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST Mitchell Ave. Kimball Ave. Baltimore St. 25 1958 0.00 $572,000 2016 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST 6th St., W. Mitchell Ave. Eureka St. 25 954 19.74 $279,000 Grant Ave. 9th St., W. Hammond Ave. 25 969 13.52 $283,000 Mitchell Ave. 7th St., W. 9th St., W. 25 666 14.03 $195,000 Montrose Rd. Ridgeway Ave., W. Midlothian Blvd. 31 780 1.21 $283 000 $1,040,000 2017 ESTIMATED STREET FROM TO WIDTH LENGTH OCI COST 7th St, W. Johnson St. Forest Ave. 25 1395 18.26 $407,000 12th St., W. Commercial St. Black Hawk St. 31 353 172 $128,000 Bellaire Rd. Ridgeway Ave., W. Midlothian Blvd. 31 914 0.00 $331,000 Wellington St. 6th St., W. 9th St., W. 31 1050 17.87 $380,000 $1,246,000 9/4/13 STREET Baltimore St. Denver St. Woodstock Rd. 9/4/13 FROM Easton Ave. Hawthorne Ave. Ridgeway Ave., W. 2018 TO WIDTH LENGTH OCI ESTIMATED COST Mitchell Ave. 25,31 1315 33.40 $416,000 Forest Ave. 25 298 0.00 $83,000 Midlothian Blvd. 31 1198 14.72 $434 000 $933,000 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-746 RESOLUTION APPROVING STREET RECONSTRUCTION AND ASPHALT OVERLAY IMPROVEMENTS LISTS FOR 2014. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the attached Street Reconstruction and Asphalt Overlay Program Lists for 2014, be and the same are hereby approved. PASSED AND ADOPTED this 9th day of September, 2013. ATTEST: Suzy Sc _ Aes, City Clerk Ernest G. Clark, Mayor FY 2014 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 859 STREET Allen St. Bertch Ave. Downing Ave. Easton Ave. Hammond Ave. Hyperion Dr. Lafayette St. Oregon St. FROM TO Mullan Ave., W. Hammond Ave. Ansborough Ave. La Porte Rd. South St. Wagner Rd. Indiana St. Mitchell Ave. 4th St., W. 8th St., W. Wren Rd. Wisconsin St. Mitchell Ave. Pavement End Fay St. Ridgeway Ave., E. 9/5/2013 STREET 4th St., W. Airport Blvd. Ashland Ave. Bryant Ave. Hanna Blvd. (E 1/2) Hanna Blvd. (W 1/2) Kamille Ct. Kern St. Kimball Ave. Lark Ln. Maplewood St. Newell St. Norwood Ave. Olympic Dr. Poplar Ave. Sheridan Rd. Vaughn St. Westchester Rd. Whittier Ave. FY 2014 ASPHALT OVERLAY PROGRAM CONTRACT NO. 857 FROM Ridgeway Ave. E.B. Broadway St. Newton St. Lindale Ave. Rainbow Dr. Rainbow Dr. 4th St., W. Burton Ave. Orange Rd. Scott Ave. Riehl St. Idaho St. Oakland Ave. Inverness Rd. Whittier Ave. Rachael St. Westfield Ave. 4th St., W. Lindale Ave. TO Patrick Ct. Airline Hwy. Parker St., W. Oakland Ave. 242' South 242' South 200' East Oakland Ave. South City Limits Wren Rd. Norwood Ave. 754' E of Spring View Riverside Dr. Ansborough Ave. Maplewood St. 743' South Pavement Ends 216' East Poplar Ave. 9/5/2013 CITY OF WATERLOO Council Communication City Council Meeting: September 9, 2013 Prepared: September 4, 2013 Dept. Head Signature: ET # of Attachments: 1 SUBJECT: Submitted by: Contract 851 FY 2013 Cunnin•ham School Safe Routes to School City/State Funding Agreement W. Wayne Castle, PLS, EI, Associate Enpineer Recommended City Council Action: Approve and authorize the Mayor to sign the agreement. Summary Statement: This funding agreement between the City of Waterloo and the Iowa DOT allows the City to begin the design and easement acquisitions needed for the Cunningham School Safe Routes to School project. Expenditure Required: None Source of Funds: N/A Policy Issue: Sidewalk infill and increased pedestrian accessibility/safety Alternative: Without this agreement, the City forfeits federal funds designated for this project and jeopardizes future SRTS grant opportunities Background Information: INRCOO and AECOM, on behalf of the Metro area cities and school districts, conducted a study of sidewalk needs of each school in order to rank needs to obtain federal Safe Routes to School program grants. Iowa Department of Transportation 800 Lincoln Way, Ames, IA 50010. August 26, 2013 Wayne Castle City of Waterloo 715 Mulberry St Waterloo, IA 50703 Fax: 515-239-1713 515-233-7857 Re: Cunningham Sidewalk and Crossing Improvements, City of Waterloo Project Number SRTS-U-8155(728)--8U-07; Agreement Number 11-SRTS-012 Dear Mr. Castle: Enclosed are two copies of an agreement between the City of Waterloo and the Iowa Department of Transportation for the above referenced Safe Routes to School project. After review, please sign and certify both copies of the agreement and return them to me. One original copy will be sent to you after the Department has signed them. Please remember this agreement is NOT an authorization to expend funds. Prior to incurring any costs that will be reimbursed with federal funds, written authorization by the Federal Highway Administration (FHWA) must be received. In addition, the City of Waterloo must comply with the provisions set forth in this agreement to ensure that eligible project costs may receive federal aid reimbursement. Additional information on the federal funding process is available in the Federal -aid Project Development Guide and Instructional Memorandums to Local Public Agencies (Chapter 3) at wvvwdowadot.gov/local_systemsfpublications/im/Ipa_ims.htm. Please send the completed forms to: Kathy Ridnour Office of Systems Planning Iowa Department of Transportation 800 Lincoln Way Ames, IA 50010 Thank you for your assistance. If you have questions, I can be reached by telephone at 515-239-1713 or by e-mail at Kathy.Ridnour@dot.iowa.gov. Sincerely, A/R. 4Sri Kathy Ridnour Office of Systems Planning KR:kr Enclosures IOWA DEPARTMENT OF TRANSPORTA T lCN (DOT) AGREEMENT FOR A SAFE ROUTES TO SCHOOL PROGRAM PROJECT PROJECT NAME: Cunningham Sidewalk and Crossing Improvements RECIPIENT: City of Waterloo PROJECT NUMBER: SRTS-U-8155(728)--8U-07 IOWA DOT AGREEMENT NUMBER: 11-SRTS-012 This is an agreement between the City of Waterloo, hereinafter referred to as RECIPIENT and the Iowa Department of Transportation, hereinafter referred to as DEPARTMENT. Iowa Code Sections 306A.7 and 307.44 provide for the RECIPIENT and the DEPARTMENT to enter into agreements with each other for the purpose of financing transportation improvement projects in Iowa with Federal funds. The RECIPIENT proposes a Safe Routes to School (SRTS) project for funding under Sec. 1101(a)(17) and Sec. 1404(b) of the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU). This legislation, which was enacted in 2005, established the Safe Routes to School program to be administered by the DEPARTMENT. The Office of Management and Budget (OMB) Circular A-133 requires the RECIPIENT to report the Catalog of Federal Domestic Assistance (CFDA) number and title on all Federal -Aid projects. The RECIPIENT will use CFDA #20.205 and title, "Highway Planning and Construction" for this project. This information should be reported in "The Schedule of Expenditures of Federal Awards". Pursuant to the terms of this agreement, applicable statutes, administrative rules, and programming by the DEPARTMENT and the Iowa Northland Regional Council of Governments, the DEPARTMENT agrees to provide funding to the RECIPIENT for the authorized and approved costs for eligible items associated with the development of the Cunningham Sidewalk and Crossing Improvements project. In consideration of the foregoing and the mutual promises contained in this agreement, the parties agree as follows: 1. The RECIPIENT shall be the lead organization for carrying out the provisions of this agreement. 2. All notices required under this agreement shall be made in writing to the DEPARTMENT's and/or the RECIPIENT's contact person. The DEPARTMENT's contact person shall be Kathy Ridnour, Office of Systems Planning, 800 Lincoln Way, Ames, Iowa, 50010, 515-239-1713. The RECIPIENT'S contact person shall be Wayne Castle, Associate Engineer, City of Waterloo, 715 Mulberry Street, Waterloo, Iowa, 50703, telephone 319-291- 4312. 1 of when reimbursement might be expected. The DEPARTMENT shall establish a system to equitably make reimbursements to all RECIPIENTS so affected. 11. The RECIPIENT shall submit to the DEPARTMENT, no later than thirty (30) days subsequent to the RECIPIENT's signature date on this agreement, a timetable outlining the project schedule. Failure to do so by the RECIPIENT may be considered a default under this agreement. 12. The RECIPIENT must have let the contract or begun construction within two (2) years of the date this project is approved by the DEPARTMENT. Approval was granted by the DEPARTMENT on January 10, 2012. If the RECIPIENT does not do this, they will be in default for which the DEPARTMENT can revoke funding commitments. This agreement may be extended for periods of up to six (6) months upon receipt of a written request from the RECIPIENT at least sixty (60) days prior to the deadline. 13. This agreement will become null and void if the project described in Section 3 drops out of the Iowa Northland Regional Council of Governments' current Transportation Improvement Program (TIP) or the DEPARTMENT's approved current Statewide Transportation Improvement Program (STIP) prior to authorization of Federal funds. 14. If any part of this agreement is found to be void and unenforceable, the remaining provisions of this agreement shall remain in effect. 15. It is the intent of both parties that no third -party beneficiaries be created by this agreement. 16. This agreement shall be executed and delivered in two (2) or more copies, each of which so executed and delivered shall be deemed to be an original and shall constitute but one and the same instrument. 17. This agreement is not assignable without the prior written consent of the DEPARTMENT. 18. If the project described in Section 3 of this agreement crosses a state primary road, then: a. The RECIPIENT shall convey title to the State of Iowa, by quit claim deed, to any right of way necessary for the primary road crossing, all at no cost to the DEPARTMENT. However, the DEPARTMENT shall prepare detailed legal descriptions and plats. The general configuration of the right of way to be conveyed shall be agreed to by the RECIPIENT and the DEPARTMENT prior to the survey. b. The RECIPIENT shall submit six (6) copies of plans for all primary road system crossings to the DEPARTMENT's contact person for review and approval by the District Offices for necessary permits and the Offices of 3 Neither the approval of the project application for funding nor the signing of this agreement shall be construed as approval of any required permit from the DEPARTMENT. 22. Traffic control devices, signing, or pavement markings installed within the limits of this project shall conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" per 761 Iowa Administrative Code (IAC) Chapter 130. The safety of the general public shall be assured through the use of proper protective measures and devices such as fences, barricades, signs, flood lighting, and warning lights as necessary. 23. In the event that right of way is required for the project, said right of way will be acquired in accordance with 761 IAC Chapter 111, Real Property Acquisition and Relocation Assistance, and the Federal Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended. 24. The project plans, specifications and cost estimate shall be prepared and certified by a professional engineer, architect and/or landscape architect, whichever applies, licensed to practice in the State of Iowa. The RECIPIENT shall submit the plans, specifications and other agreement documents to the DEPARTMENT for review. This submittal may be in divisions and in the order of preference as determined by the RECIPIENT. However, the plans, specifications and other agreement documents for each division must be submitted at least thirty (30) days prior to the project letting of each division. The DEPARTMENT shall review said submittal(s) recognizing the RECIPIENT's development schedule and shall, after satisfactory review, authorize in writing the RECIPIENT to proceed with implementation of the project. The work on this project shall be in accordance with the survey, plans, and specifications on file. Any modification of these plans and specifications must be approved by the DEPARTMENT prior to the modification being put into effect. 25. The RECIPIENT shall be responsible for the daily inspection of the project. For projects let to contract, the RECIPIENT shall compile a daily log of materials and quantities. For projects constructed with local forces, the RECIPIENT shall compile a daily log of materials, equipment and labor on the project. The DEPARTMENT reserves the right to inspect project activities and to audit claims for funding reimbursement. The purpose of the inspection or audit is to determine substantial compliance with the terms of this agreement. 26. The RECIPIENT shall maintain all books, documents, papers, accounting records, reports and other evidence pertaining to costs incurred for the project. The RECIPIENT shall make such materials available at all reasonable times during the construction period and for three (3) years from the date of final reimbursement, for inspection by the DEPARTMENT, FHWA or any authorized representatives of the Federal government. Copies of said materials shall be furnished by the RECIPIENT if requested. 5 aspects of the DEPARTMENT'S application review and approval process, plan and construction reviews and funding participation. 32. This agreement may be declared to be in default by the DEPARTMENT if the DEPARTMENT determines that the RECIPIENT's application for funding contained inaccuracies, omissions, errors or misrepresentations, or if the DEPARTMENT determines that the project is not developed as described in the application. 33. If the RECIPIENT fails to perform any obligation under this agreement, the DEPARTMENT shall have the right, after first giving thirty (30) days written notice to the RECIPIENT by certified mail return receipt requested, to declare any part or all of this agreement in default. The RECIPIENT shall have thirty (30) days from the date of the mailing of the notice to cure the default. If the RECIPIENT cures the default, the RECIPIENT shall notify the DEPARTMENT no later than five (5) days after the cure or before the end of said thirty (30) day period given to cure the default. Within ten (10) working days of receipt of the RECIPIENT's notice of cure, the DEPARTMENT shall issue either a notice of acceptance of cure or a notice of continued default. 34. In the event a default is not cured, the DEPARTMENT may revoke funding commitments and/or seek repayment of funds granted by this agreement. By signing this agreement the RECIPIENT agrees to repay said funding if they are found to be in default. Repayment methods must be approved by the Transportation Commission and may include cash repayment, installment repayments with negotiable interest rates, charges against the RECIPIENT's share of road use tax funds, or other methods as approved by the Commission. 35. In case of a dispute concerning the terms of this agreement, the parties shall submit the matter to arbitration pursuant to Iowa Code Chapter 679A (2011). Either party has the right to submit the matter to arbitration after ten (10) days notice to the other party of their intent to seek arbitration. The written notice must include a precise statement of the disputed question. The DEPARTMENT and the RECIPIENT agree to be bound by the decision of the appointed arbitrator. Neither party may seek any remedy with the state or federal courts absent exhaustion of the provisions of this section for arbitration. 36. The RECIPIENT shall maintain, or cause to be maintained for the intended public use, the improvement for ten (10) years from the completion date in a manner acceptable to the DEPARTMENT. Failure to comply with this provision may be considered a default of this agreement. 37. The RECIPIENT shall comply with all provisions of the equal employment opportunity requirements prohibiting discrimination and requiring affirmative action to assure equal employment opportunity as required by the Iowa Code Chapter 216 (2011). No person shall, on the grounds of age, race, creed, sex, color, national origin, religion, or disability, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any 7 IN WITNESS WHEREOF, each of the parties hereto has executed this Agreement Number 11-SRTS-012 as of the date shown opposite its signature below. RECIPIEN : City of Waterloo By: /,,,aj4if al / 64.1 Title: 197°../. -- Date: 47,20 %g I, qb o aW- Sg4aAx.6J , certify that I am (ice 1j,0- � and that n (?jam,1 who signed said Agreement for and on behalf of nit, at zekJ ,'-4v was duly authorized to execute the same by virtue of a formal Resolution duly passed and adopted by C; (c-5-,-,- \ on the 9/day of -,rM 1T/LI i , 20 / . Signed: ���c Date: Address: `i r5 (\a k d^ €S\cY) � " 570 IOWA DEPARTMENT OF TRANSPORTATION Planning, Programming and Modal Division 800 Lincoln Way, Ames, Iowa 50010 By: Date: , 20 Craig Markley Director Office of Systems Planning 9 EXHIBIT S Ineligible Project Costs for Usage of Safe Routes to School Funds Project activities or costs not eligible for Safe Routes to School funding assistance include: o Any and all costs incurred prior to the execution of an agreement and written receipt of federal concurrence in environmental clearance for a project. o Routine maintenance of the project. o Overhead and operating costs - such as auditing, legal and administrative costs - associated with the project. o Expenses associated with the preparation and submission of a project application. o Utility costs not necessitated by the project. o Purchase of office furnishings or equipment, construction equipment or personal property. 11 of Iowa. The Recipient shall submit the plans, specifications and other contract documents to the DOT for review and authorization to let the project. 8. The project shall be constructed under the DOT's Standard Specifications and applicable special provisions. Prior to their use in the PS&E, specifications developed by the Recipient for individual construction items shall be approved by the DOT. 9. The Recipient shall comply with the procedures and responsibilities for materials testing and construction inspection according to the DOT's Instructional Memorandum (I.M.$). The DOT will bill the Recipient for testing services according to its normal policy. 10. If Federal -aid is requested for in-house engineering services, the Recipient will follow the procedure outlined by the DOT. The Recipient, desiring to claim indirect costs under Federal awards, must prepare an indirect cost rate proposal and related documentation in accordance with the requirements of the Office of Management and Budget (OMB) Circular A-87 - Cost Principles for State, Local, and Indian Tribal Governments. Reimbursement eligibility requires an indirect cost rate proposal to be certified by the governmental unit designated cognizant agency or the Federal agency providing the largest amount of Federal funds to the governmental unit. 11. If Federal -aid is requested for preliminary and/or construction engineering costs, the Recipient will select a consultant(s) in accordance with the DOT's consultant selection process. 12. The Recipient and the Consultant shall prepare a consultant contract for engineering services in according with Title 23, Code of Federal Regulations, Part 172 -Administration of Negotiated Contracts (23 CFR 172). This is required only if the Recipient uses federal funds for engineering services. 13. After the contents of the consultant contract have been mutually approved, the Recipient shall execute the contract and forward the same to the DOT for authorization only if federal funds are used for engineering services. 14. If preliminary engineering is federally funded, if the "do nothing" alternate is not selected, and if right of way acquisition for or actual construction of the project is not started by the close of the tenth fiscal year following the fiscal year in which the Federal -aid Project Agreement is executed, the Recipient will repay to the DOT an amount equal to the amount of federal funds made available for such engineering. 15. The Recipient shall forward a Federal -aid Project Development Certification and final PS&E to the DOT. Following FHWA's authorization, the DOT will advertise the project for letting and furnish the Recipient with a sample letting package. As a condition for the DOT to let the package, the Recipient agrees that the Recipient has the financial resources to proceed with the project if bids submitted 13 of the State of Iowa, the Recipient shall comply with the applicable laws, administrative rules and procedures for public purchasing and contracting as applicable to political subdivisions of the State of Iowa. 19. When let by the DOT, the DOT will prepare an Iowa DOT Staff Action for concurrence to award the contract. The DOT will mail three (3) originals of the unexecuted contract(s) to the Recipient. 20. The Recipient shall take action to award the contract or reject all bids. Following award of the contract and signature by the lowest responsive bidder, the Recipient shall forward to the DOT two (2) copies of the fully executed contract, two (2) copies of the performance bond and two (2) copies of the certificate of insurance. 21. If Federal -aid is requested for force account construction, the Recipient will follow the procedure outlined by the DOT. 22. The Recipient shall assure compliance with Section 165 of the Surface Transportation Assistance Act of 1982, 49 U.S.C. 1601, Section 337 of the Surface Transportation and Uniform Relocation Assistance Act of 1987, and Title 49 Code of Federal Regulations - Parts 660 and 661 regarding "Buy America" provisions on the procurement of foreign products and materials. 23. The Recipient shall assure that all contracts entered in furtherance of this project shall contain the following provisions: a. Contain notice of awarding agency requirements and regulations pertaining to reporting. b. Contain a provision allowing access by the DOT, the Federal Highway Administration, the Comptroller General of the United States, or any of their duly authorized representatives to any records of the contractor which are directly pertinent to that specific contract for the purpose making audit, examination, excerpts and transcriptions. c. Contain a provision requiring retention of all required records for three years after the contracting agency makes final payments and all other pending matters are closed. d. Contain mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub.L.94-163, 89 Stat. 871). e. All contracts for construction or repair shall require compliance with the Copeland "Anti -Kickback" Act (18 U.S.C.874) as supplemented in Department of Labor regulations (29 CFR part 3). 15 27. If the Recipient, within the next twenty (20) years after project completion, decides to sell the structure to a private party or it is now under private ownership, the Recipient shall: a. Execute a recordable document for preserving the historical and architectural integrity for twenty (20) years from the date of receipt of public funds; or b. Repay the State of Iowa all the funds received by the Recipient. 28. If the Recipient elects to levy special assessments as a means of raising the local share of the total project costs, the Recipient shall reimburse the DOT in the amount that payments of Federal -aid and collections of special assessments, excluding interest and penalties, exceed the total cost of the public improvement as established by the provisions of Iowa Code Chapter 384. The Recipient agrees that at such time as its collections (exclusive of interest and penalties which shall be retained by the Recipient) from special assessments levied for this project exceed the local share in excess of the total project costs (including interest and penalties associated with the amount of excess) within sixty (60) days of the receipt of any special assessment payments. The Recipient shall notify the DOT when any lands specially assessed no longer qualify for an agricultural deferment of the special assessment, and notify the DOT when all special assessments have been satisfied. The DOT shall credit reimbursement billings to the FHWA in the amount of refunds received from the Recipient. 17 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-747 RESOLUTION APPROVING AGREEMENT WITH IOWA DEPARTMENT OF TRANSPORTATION AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Agreement dated September 9, 2013, for a Safe Routes to School Program Project, for sidewalk and crossing improvements in conjunction with F.Y. 2013 Cunningham School Safe Routes to School, Contract No. 851, by and between the Iowa Department of Transportation and the City of Waterloo, Iowa, be and the same is hereby approved, and the Mayor and City Clerk authorized to execute the same in behalf of the City of Waterloo, Iowa. PASSED AND ADOPTED this 9th day of September, 2013. ATTEST: Suzy Sche ., CMC City Clerk rnest G. Clark, Mayor Mayor BUCK CLARK V- I iE R L COMMUNITY PLANNU G AND DEVELOPMENT 715 Mulberry Street - Waterloo, Iowa 50703-5783 (319) 291-4366 Fax (319) 291-4262 NOEL C. ANDERSON, Community Planing & Development Director CITY OF WATERLOO Council Communication City Council Meeting: August 19, 2013 COUNCIL Prepared: August 14, 2013 MEMBERS Dept. Head Signature: Noel Anderson, Community Planning & Development Director # of Attachments: 1 DAVID JONES Ward I CAROLYN COLE Ward 2 HAROLD GEIIY Ward 3 QUENTIN HART Ward 4 RON WELPER Ward 5 BOB GREENWOOD At -Large STEVE SCHMITT At -Large SUBJECT: Set a date of hearing for approval of a Development Agreement between Shri Ganapati & Bajrangbali, Inc. D/B/A Fairfield Inn & Suites and the City of Waterloo for the construction of a new 81 room, multi -story hotel development at the southeast corner of Crossroads Boulevard and Bopp Street, adding $2.64 million in taxable value to site, and tax rebates for 8 years at 50%, and authorize Mayor and City Clerk to execute said document. Submitted by: Noel Anderson, Community Planning & Development Director Recommended City Council Action: Resolution approving Development Agreement Summary Statement: The City of Waterloo and the developers are partnering to help foster the development of a new hotel project along the La Porte Road corridor, and the eastern side of the Crossroads Shopping Center area. The site to be developed has some innate problems with sewer relocation needed (goes through middle of site both parallel to road and perpendicular), some overhead utility relocation, as well as some poor soils reports for construction on the site. The cost of the estimated "extras" to make the site work is estimated at $290,000. The City of Waterloo has recently adopted a TIF District over this area of the community to help bring forth new economic development, and this development agreement will aim to accomplish that objective. The standard tax rebate schedule for new development in the TIF District is set forth at 1 year of tax rebates for every new $1 million in taxable value. There are also provisions to help for Brownfield or Greyfield sites, and "extras" needed for development. With those goals and policies in place, the 8 of tax rebates is determined by the new taxable value of hotel project at $2.64 million, and helping the developer to recover the costs of the "extras" needed to make this site buildable. Note — the relocation of the sewer and relocation of the overhead lines to underground will also make other lots in this immediate vicinity to be more buildable, and more marketable to help bring forth more development — again achieving the larger purpose of the TIF District creation. CITY WEBSITE: www.ci.waterloaia.us WE'RE WORKING FOR YOU! An Equal Opportunity/.4f iirmatIve Action Employer Expenditure Required: NA Source of Funds: NA Policy Issue: Economic Development within the City of Waterloo. Alternative: NA Background Information: Since adoption of the TIF District, the City of Waterloo has seen a renewed interest in sites in and around the Crossroads area. This will help to reenergize and reinvigorate and older shopping center site and surrounding sites with new retail development, new private investment, and new tax base for the City of Waterloo. The creation of new businesses also help to bring forth new local option sales tax revenue, new permit values, new jobs, new employees, new families, and a growing community and retail concentration for the attraction of additional businesses and industry. In the short term, helping this project will create an additional $56,000 in new taxes from the first year finished, as opposed to the approximate $6,000 in taxes being paid now on the site. That would be the equivalent of twenty-six new homes at $100,000 per year in taxes. Preparer Information: Noel Anderson Name 715 Mulberry Street Waterloo, Iowa 50703 Address City (319) 291-4366 Phone SPACE ABOVE THIS LINE FOR RECORDER DEVELOPMENT AGREEMENT This Development Agreement (the "Agreement") is entered into as of , 2013, by and between SHRI GANAPATI & BAJRANGBALI, INC D/B/A FAIRFIELDINN & SUITES (the "Company") and the City of Waterloo, Iowa (the "City"). RECITALS A. City considers economic development within the City a benefit to the community and is willing for the overall good and welfare of the community to provide financial incentives so as to encourage that goal. Company is willing and able to finance and construct a building and related improvements on property located in the Crossroads Urban Renewal and Redevelopment Plan. AGREEMENT NOW, THEREFORE, in consideration of the mutual covenants set forth herein, the parties agree as follows: 1. Acquisition of Property. On or before December 31, 2013, Company shall acquire real property described in Exhibit "A" hereto (the "Property") for the development of a $2.65 million hotel project. 2. Improvements by Company. Company shall construct a commercial hotel building consisting of approximately 81 rooms, and related parking and landscaping (the "Improvements"), all of which shall be located on the Property. The Improvements shall be constructed in accordance with all applicable City, state, and DEVELOPMENT AGREEMENT Page 2 federal building codes and shall comply with all applicable City ordinances and other applicable law. It is contemplated that the Improvements will have a total project cost of approximately $4,000,000.00. The Property, the Improvements, and all site preparation and development -related work to make the Property usable for Company's purposes as contemplated by this Agreement are collectively referred to as the "Project". 3. Timeliness of Construction. The parties agree that Company's commitment to undertake the Project and to construct the Improvements in a timely manner constitutes a material inducement for the City to convey the Property, or to cause the Property to be conveyed, to Company and that without said commitment City would not done so. Company must obtain a building permit and begin construction within four (4) months from the date the Development Agreement is approved, and construction shall be completed within twelve (12) months. If, after the expiration of four (4) months from the date of the executed agreement, Company has not, good faith, begun the construction of the Improvements upon the Property, the agreement shall become void; provided, however, that if construction has not begun at the end of said four-month period, but the development of the Project is still imminent, the City Council may, but shall not be required to, consent to an extension of time for the construction of the Improvements, and if an extension is granted but construction of the Improvements has not begun within such extended period, then the agreement shall become void after the end of said extended period. If development has commenced within the four-month period or any extended period and is stopped and/or delayed as a result of an act of God, war, civil disturbance, court order, labor dispute, fire, or other cause beyond the reasonable control of Company, the requirement that construction is to be completed within twelve (12) months shall be tolled for a period of time equal to the period of such stoppage or delay, and thereafter if construction is not completed within the allowed period of extension the agreement shall become void after the end of said period. 4. Water and Sewer. Company will be responsible for extending water and sewer service to any location on the Property and for payment of any associated connection fees. 5. Minimum Assessment Agreement. Company acknowledges and agrees that it will pay when due all taxes and assessments, general or special, and all other lawful charges whatsoever levied upon or assessed or placed against the Property. Company further agrees that, prior to the date set forth in Section 2 of Exhibit "B", it will not seek or cause a reduction in the taxable valuation for the Property, which shall be fixed for assessment purposes, below the aggregate amount of $2,640,440.00 ("Minimum Actual Value"), through: either; (i) willful destruction of the Property, Improvements, or any part of (ii) a request to the assessor of Black Hawk County; or DEVELOPMENT AGREEMENT Page 3 (iii) any proceedings, whether administrative, legal, or equitable, with any administrative body or court within the City, Black Hawk County, the State of Iowa, or the federal government. Company agrees to sign the agreement attached as Exhibit "B" at closing. 6. Property Tax Rebates. Provided that Developer has completed the Improvements as set forth in Sections 2 and 3 and has executed the Minimum Assessment Agreement as set forth in Section 5, the City agrees to rebate property taxes (with the exceptions noted below) as follows: a. Year One - 50% rebate b. Year Two - 50% rebate c. Year Three - 50% rebate d. Year Four - 50% rebate e. Year Five - 50% rebate f. Year Six - 50% rebate g. Year Seven 50% rebate h. Year Eight 50% rebate for any taxable value over the January 1, 2013 taxable value of $3,540.00 (calculated on a $2,211.82 price per acre basis from split of parcel number 8813-02-427-015). Rebates are payable in respect of a given year only to the extent that Developer has actually paid general property taxes due and owing for such year. Rebates are to be paid to Developer within 30 days of any tax payment made by Developer. This rebate program is not applicable to any special assessment levy, debt service levy, or any other levy that is exempted from treatment as tax increment financing under the provisions of applicable law. The first year in which a rebate may be given ("Year One") shall be the first full year for which the assessment is based upon the completed value of the Improvements and not a prior year for which the assessment is based solely upon the value of the land or upon the value of the land and a partial value of the Improvements, due to partial completion of the Improvements or a partial tax year. 7. Representations and Warranties of City. City hereby represents and warrants as follows: A. City is not prohibited from consummating the transaction contemplated in this Agreement by any law, regulation, agreement, instrument, restriction, order or judgment. B. Each person who executes and delivers this Agreement and all documents to be delivered hereunder is and shall be authorized to do so on behalf of City. 8. Representations and Warranties of Company. Company hereby represents and warrants as follows: DEVELOPMENT AGREEMENT Page 4 A. Company is not prohibited from consummating the transaction contemplated in this Agreement by any law, regulation, agreement, instrument, restriction, order or judgment. B. Company is duly organized, validly existing, and in good standing under the laws of the state of its organization and is duly qualified and in good standing under the laws of the State of Iowa. C. Company has full right, title, and authority to execute and perform this Agreement and to consummate all of the transactions contemplated herein, and each person who executes and delivers this Agreement and all documents to be delivered to City hereunder is and shall be authorized to do so on behalf of Company. 9. Notices. Any notice under this Agreement shall be in writing and shall be delivered in person, by overnight air courier service, by United States registered or certified mail, postage prepaid, or by facsimile (with an additional copy delivered by one of the foregoing means), and addressed: (a) if to City, at 715 Mulberry Street, Waterloo, Iowa 50703, facsimile number 319-291-4571, Attention: Mayor, with copies to the City Attorney and the Community Planning and Development Director. (b) if to Company, to SHRI GANAPATI & BAJRANGBALI, INC D/B/A FAIRFIELDINN & SUITES, facsimile number Attention: Atul Patel. Delivery of notice shall be deemed to occur (i) on the date of delivery when delivered in person, (ii) one (1) business day following deposit for overnight delivery to an overnight air courier service which guarantees next day delivery, (Hi) three (3) business days following the date of deposit if mailed by United States registered or certified mail, postage prepaid, or (iv) when transmitted by facsimile so long as the sender obtains written electronic confirmation from the sending facsimile machine that such transmission was successful. 10. No Joint Venture. Nothing in this Agreement shall, or shall be deemed or construed to, create or constitute any joint venture, partnership, agency, employment, or any other relationship between the City and Company nor to create any liability for one party with respect to the liabilities or obligations of the other party or any other person. 11. Amendment, Modification, and Waiver. No amendment, modification, or waiver of any condition, provision, or term of this Agreement shall be valid or of any effect unless made in writing, signed by the party or parties to be bound or by the duly authorized representative of same, and specifying with particularity the extent and nature of the amendment, modification, or waiver. Any waiver by any party of any default by another party shall not affect or impair any rights arising from any subsequent default. DEVELOPMENT AGREEMENT Page 5 12. Severability. Each provision, section, sentence, clause, phrase, and word of this Agreement is intended to be severable. If any portion of this Agreement shall be deemed invalid or unenforceable, whether in whole or in part, the offending provision or part thereof shall be deemed severed from this Agreement and the remaining provisions of this Agreement shall not be affected thereby and shall continue in full force and effect. If, for any reason, a court finds that any portion of this Agreement is invalid or unenforceable as written, but that by limiting such provision or portion thereof it would become valid and enforceable, then such provision or portion thereof shall be deemed to be written, and shall be construed and enforced, as so limited. 13. Captions. All captions, headings, or titles in the paragraphs or sections of this Agreement are inserted only as a matter of convenience and/or reference, and they shall in no way be construed as limiting, extending, or describing either the scope or intent of this Agreement or of any provisions hereof. 14. Binding Effect. This Agreement shall be binding and shall inure to the benefit of the parties and their respective successors, assigns, and legal representatives. 15. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original and all of which, taken together, shall constitute one and the same instrument. 16. Entire Agreement. This Agreement, together with the Minimum Assessment Agreement attached hereto as Exhibit "B", constitutes the entire agreement of the parties and supersedes all prior or contemporaneous negotiations, discussions, understandings, or agreements, whether oral or written, with respect to the subject matter hereof. 17. Time of Essence. Time is of the essence of this Agreement. IN WITNESS WHEREOF, the parties have executed this Development Agreement as of the date first set forth above. [signatures on next page] DEVELOPMENT AGREEMENT Page 6 CITY OF WATERLOO, IOWA SHRI GANAPATI & BAJRANGBALI, INC D/B/A FAIRFIELDINN & SUITES By: By: Ernest G. Clark, Mayor Atul Patel Attest: Suzy Schares, City Clerk EXHIBIT "A' Lot 2, Crossroads Plat No. 10, City of Waterloo, Black Hawk County, Iowa. EXHIBIT "B" MINIMUM ASSESSMENT AGREEMENT This Minimum Assessment Agreement (the "Agreement") is entered into as of this day of , 2013, by and among the CITY OF WATERLOO, IOWA ("City"), SHRI GANAPATI & BAJRANGBALI, INC D/B/A FAIRFIELDINN & SUITES ("Developer"), and the COUNTY ASSESSOR of the City of Waterloo, Iowa ("Assessor"). WITNESSETH: WHEREAS, on or before the date hereof the City and Developer have entered into a development agreement (the "Development Agreement") regarding certain real property, described in Exhibit "A" thereto, located in the City; and WHEREAS, it is contemplated that pursuant to the Development Agreement, the Developer will undertake the development of an area ("Project") within the City and within the "Crossroads Waterloo Urban Renewal and Redevelopment Plan "; and WHEREAS, pursuant to Iowa Code § 403.6, as amended, the City and the Developer desire to establish a minimum actual value for the land and the building(s) pursuant to this Agreement and applicable only to the Project, which shall be effective upon substantial completion of the Project and from then until this Agreement is terminated pursuant to the terms herein and which is intended to reflect the minimum actual value of the land and buildings as to the Project only; and WHEREAS, the City and the Assessor have reviewed the preliminary plans and specifications for the improvements (the "Improvements") which the parties contemplate will be erected as a part of the Project. NOW, THEREFORE, the parties hereto, in consideration of the promises, covenants, and agreements made by each other, do hereby agree as follows: 1. Upon substantial completion of construction of the Improvements by the Developer, the minimum actual taxable value which shall be fixed for assessment purposes for the land and Improvements to be constructed thereon by the Developer as a part of the Project shall not be less than $2,640,440.00 ("Minimum Actual Value") until termination of this Agreement. The parties hereto agree that construction of the Improvements will be substantially completed on or before December 31, 2014. 2. The Minimum Actual Value herein established shall be of no further force and effect, and this Minimum Assessment Agreement shall terminate, on December 31, 2025. Nothing herein shall be deemed to waive the Developer's rights under Iowa Code § 403.6, as amended, to contest that portion of any actual value assignment made by the Assessor in excess of the Minimum Actual Value established herein. In no event, however, shall the Developer seek or cause the reduction of the actual value assigned below the Minimum Actual Value established herein during the term of this Agreement. The City shall not unreasonably withhold its consent to permit the Developer to contest its taxable valuations in full, commencing with the assessment of January 1, 2026. 3. This Agreement shall be promptly recorded by the City with the Recorder of Black Hawk County, Iowa. The City shall pay all costs of recording. 4. Neither the preambles nor provisions of this Agreement are intended to, or shall be construed as, modifying the terms of the Development Agreement. 5. This Agreement shall inure to the benefit of and be binding upon the successors and assigns of the parties. CITY OF WATERLOO, IOWA By: Ernest G. Clark, Mayor ATTEST: By: Suzy Schares, City Clerk SHRI GANAPATI & BAJRANGBALI, INC D/B/A FAIRFIELDINN & SUITES By: STATE OF IOWA ) ss. COUNTY OF BLACK HAWK On this day of , 2013, before me, a Notary Public in and for the State of Iowa, personally appeared Ernest G. Clark and Suzy Schares, to me personally known, who being duly sworn, did say that they are the Mayor and City Clerk, respectively, of the City of Waterloo, Iowa, a municipal corporation, created and existing under the laws of the State of Iowa, and that the seal affixed to the foregoing instrument is the seal of said municipal corporation, and that said instrument was signed and sealed on behalf of said municipal corporation by authority and resolution of its City Council, and said Mayor and City Clerk acknowledged said instrument to be the free act and deed of said municipal corporation by it and by them voluntarily executed. STATE OF COUNTY OF ) ss. Notary Public Acknowledged before me on , 2013 by Atul Patel as for SHRI GANAPATI & BAJRANGBALI, INC D/B/A FAIRFIELDINN & SUITES. Notary Public CERTIFICATION OF ASSESSOR The undersigned, having reviewed the plans and specifications for the improvements to be constructed and the market value assigned to the land upon which the improvements are to be constructed for the development, and being of the opinion that the minimum market value contained in the foregoing Minimum Assessment Agreement appears reasonable, hereby certifies as follows: The undersigned Assessor, being legally responsible for the assessment of the property subject to the development, upon completion of improvements to be made on it and in accordance with the Minimum Assessment Agreement, certifies that the actual value assigned to such land, building and equipment upon completion of the development shall not be less than Two Million Six Hundred Forty Thousand Four Hundred Forty Dollars ($2,640,440.00). STATE OF IOWA COUNTY OF BLACK HAWK ) ss. Assessor for Black Hawk County, Iowa Date Subscribed and sworn to before me on , 2013, by , Assessor for Black Hawk County, Iowa. Notary Public Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-748 RESOLUTION RESETTING THE TIME AND PLACE OF HEARING AND NOTICE TO BE GIVEN ON THE PROPOSED DEVELOPMENT AGREEMENT WITH SHRI GANAPATI AND BAJRANGBALI, INC. D/B/A FAIRFIELD INN & SUITES FOR THE CONSTRUCTION OF A NEW 81 ROOM, MULTI -STORY HOTEL DEVELOPMENT LOCATED AT THE SOUTHEAST CORNER OF CROSSROADS BOULEVARD AND BOPP STREET, ADDING $2.64 MILLION IN TAXABLE VALUE TO THE SITE, AND TAX REBATES FOR 8 YEARS AT 50 PERCENT, AS SEPTEMBER 16, 2013, AT 5:30 P.M. IN CITY HALL COUNCIL CHAMBERS, WATERLOO, IOWA AND INSTRUCTING THE CITY CLERK TO PUBLISH THE NOTICE OF HEARING. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, AS FOLLOWS: Section 1. That the Council of the City of Waterloo, Iowa shall meet at City Hall Council Chambers in the. City of Waterloo, Iowa at 5:30 p.m. on the 16th day of September, 2013, for the purpose of considering and acting upon a proposed Development Agreement with Shri Ganapati and Bajrangbali, Inc. d/b/a Fairfield Inn & Suites for the construction of a new 81 room, multi -story hotel development located at the southeast corner of Crossroads Boulevard and Bopp Street, adding $2.64 million in taxable value to the site, and tax rebates for 8 years at 50 percent, and legally described as follows: Lot 2 of Crossroads Plat No. 10, in the City of Waterloo, Black Hawk County, Iowa. Section 2. That the City Clerk is hereby directed to publish notice of the time and place of said hearing in the Waterloo Courier. PASSED AND ADOPTED this 9th day of September, 2013. ATTEST: Suzy Scharer, CMC -City Clerk Ernest G. Clark, Mayor Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward CAROLYN COLE Word 2 HAROLD GETIY Mm'd 3 QUENTIN HART jV3rd RON WELBER Wads BOB GREENWOOD At -Large STEVE SCHMITT At -Largo CITY- OF WATERL00% IOWA 7 COMMUNITY PLANNING AND DEVELOPMENT Street = Waterloo, Iowa 50703-5783 = (319) 291-4366 Fax (319) 291-4263 NOEL C. ANDERSON, Community Plmmine & Derdoyn.ent Dlrrdor CITY OF WATERLOO Council Communication City Council Meeting: August 19, 2013 Prepared: August 14, 2013 Dept. Head Signature: Noel Anderson, Community Planning & Development Director # of Attachments: 1 SUBJECT: Set a date of hearing for approval of a Development Agreement between Crossing Point LLC, f/k/a Proactive Holdings IV LLC and the City of Waterloo for the redevelopment of the former Kmart Plaza site, including the main building and creation of multiple out -lots, adding $3.5 million in new taxable value to site, and tax rebates for 10 years at 50%, and authorize Mayor and City Clerk to execute said document. Submitted by: Noel Anderson, Community Planning & Development Director Recommended City Council Action: Resolution approving Development Agreement Summary Statement: The City of Waterloo and the developers are partnering to help foster the redevelopment of a site that has been vacant for a long period of time, at a major entryway to the City of Waterloo. The site qualifies as a Greyfield site with the State of Iowa requirements. The City of Waterloo has recently adopted a TIF District over this area of the community to help bring forth new economic development, and this development agreement will aim to accomplish that objective. The standard tax rebate schedule for new development in the TIF District is set forth at 1 year of tax rebates for every new $1 million in taxable value. There are also provisions to help for Brownfield or Greyfield sites, and "extras" needed for development. With those goals and policies in place, the 10 of tax rebates is determined by the new taxable value of the redevelopment, the potential for further development of outlots, and the Greyfield classification of the site. Note — the redevelopment of this site will create more out - lots along the San Marnan Corridor, and work to create a more attractive entryway to the entire Crossroads area from Highway 218, from San Marnan Drive, and from La Porte Road and the Lost Island Water Park, Isle of Capri Casino visitors, etc.— again achieving the larger purpose of the TIF District creation. Expenditure Required: NA CITY WEBSITE: wwwci.watertoo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer /Z Source of Funds: NA Policy Issue: Economic Development within the City of Waterloo. Alternative: NA Background Information: Since adoption of the TIF District, the City of Waterloo has seen a renewed interest in sites in and around the Crossroads area. This will help to reenergize and reinvigorate and older shopping center site and surrounding sites with new retail development, new private investment, and new tax base for the City of Waterloo. The creation of new businesses also help to bring forth new local option sales tax revenue, new permit values, new jobs, new employees, new families, and a growing community and retail concentration for the attraction of additional businesses and industry. In the short term, helping this project will create an additional $120,400 in taxes from the first year finished, as opposed to the approximate $45,000 in taxes being paid now on the site. That would be the equivalent of thirty seven new homes valued at $100,000, per year in taxes. Preparer Information: Noel Anderson 715 Mulberry Street Waterloo, IA 50703 Individual's Name Street Address Phone DEVELOPMENT AGREEMENT 319.291.4366 City This Development Agreement (the "Agreement") is entered into as of 2013, by and between Crossing Point, LLC f/k/a Proactive Holdings IV LLC ("Company"), and the City of Waterloo, Iowa ("City"). RECITALS A. City considers economic development within the City a benefit to the community and is willing for the overall good and welfare of the community to provide financial incentives so as to encourage that goal. B. Company is willing and able to finance and construct a building and related improvements (the "Improvements") on property located in the Waterloo Crossroads Urban Renewal and Redevelopment Plan area. AGREEMENT NOW, THEREFORE, in consideration of the mutual covenants set forth herein, the parties agree as follows: 1. Purchase of Property. Company has purchased the real property described on Exhibit "A" attached hereto (the "Property"), generally located at the northwestern corner of San Marnan Drive and East Ridgeway Avenue. Company will be requesting to vacate a portion of the north -south part of East Ridgeway Avenue that abuts the eastern edge of this site, which would be conveyed to Company for $1.00, and tied to the construction required in this agreement to obtain for the acquisition amount. 2. Improvements by Company. Company shall redevelop the existing mall area, including selective demolition, as well as related parking and landscaping (the "Improvements"), all of which shall be located on the Property. The Improvements shall be constructed in accordance with all applicable City, state, and federal building codes and shall comply with all applicable City ordinances and other applicable law. It is contemplated that the Improvements will have a total project cost of approximately $3,800,000.00, without outlot development. The Property, the Improvements, and all site preparation and development -related work to make the Property usable for Company's purposes as contemplated by this Agreement are collectively referred to as the "Project". 3. Timeliness of Construction. The parties agree that Developer's commitment to undertake the Project and to construct the Improvements in a timely manner constitutes a material inducement for the City to enter this Agreement, and that without said commitment, City would not have done so. Developer must substantially complete construction of the Improvements by December 31, 2014. If Developer has not obtained a building permit and begun in good faith the construction of the Improvements upon the Property within 4 months of the approval of this Agreement, this Agreement may be cancelled at the sole option of City. If construction has not begun within 4 months of the approval of this Agreement, but the development of the Project is still imminent, the City Council may, but shall not be required to, grant an extension of time for the construction of the Improvements. If construction has commenced within 4 months of the approval of this Agreement, and is stopped and/or delayed as a result of an act of God, war, civil disturbance, court order, labor dispute, fire, or other cause beyond the reasonable control of Developer, the requirement that construction is to be substantially completed by December 31, 2014 shall be tolled for a period of time equal to the period of such stoppage or delay, and thereafter if construction is not completed within the allowed period of extension this Agreement shall be cancelled at the sole option of City. If construction is not substantially completed by December 31, 2014, then the parties agree to execute an amendment to this Agreement and to the Minimum Assessment Agreement to extend the date specified in Section 4 below and the dates specified in corresponding provisions of the Minimum Assessment Agreement. 4. Minimum Assessment Agreement. Company acknowledges and agrees that it will pay when due all taxes and assessments, general or special, and all other lawful charges whatsoever levied upon or assessed or placed against the Property. Company further agrees that, prior to the date set forth in Section 2 of Exhibit "B," it will not seek or cause a reduction in the taxable valuation for the Property, which shall be fixed for assessment purposes, below the amount of $A,0,000.00 ("Minimum Actual Value"), through: (i) willful destruction of the Property, Improvements, or any part of either; (ii) a request to the assessor of Black Hawk County; or (iii) any proceedings, whether administrative, legal, or equitable, with any administrative body or court within the City, Black Hawk County, the State of Iowa, or the federal government. Company agrees to sign and deliver to City the agreement attached as Exhibit "B" concurrently with execution and delivery of this Agreement. 5. Property Tax Rebates. Provided that Developer has completed the Improvements as set forth in Sections 1 and 2 and has executed the Minimum Assessment Agreement as set forth in Section 4, the City agrees to rebate property taxes (with the exceptions noted below) as follows: a. Year One - 50% rebate b. Year Two - 50% rebate c. Year Three - 50% rebate d. Year Four - 50% rebate e. Year Five - 50% rebate f. Year Six - 50% rebate g. Year Seven 50% rebate h. Year Eight 50% rebate i. Year Nine 50% rebate j. Year Ten 50% rebate for any taxable value over the January 1 2013 taxable value of $2,100 000, _ Rebates are payable in respect of a given year only to the extent that Developer has actually paid general property taxes due and owing for such year. Rebates are to be paid to Developer within 30 days of any tax payment made by Developer. The taxable value of the Property as a result of the Improvements must be increased by a minimum of 10% and must increase the annual tax by a minimum of $500.00. This rebate program is not applicable to any special assessment levy, debt service levy, or any other levy that is exempted from treatment as tax increment financing under the provisions of applicable law. The first year in which a rebate may be given ("Year One") shall be the first full year for which the assessment is based upon the completed value of the Improvements and not a prior year for which the assessment is based solely upon the value of the land or upon the value of the land and a partial value of the Improvements, due to partial completion of the Improvements or a partial tax year. 6. Outlot Development. The Company is creating seven new outlots as a part of the platting process. The development on outlots is eligible for the tax rebates, but not required as a part of the minimum assessment and timeline for this agreement. Essentially any development on outlots are extra rebates the Company is able to obtain_ under the rebate schedule as set forth above. , 7. Representations and Warranties of City.. City hereby represents and warrants as follows: A. City is not prohibited from consummating the transaction contemplated in this Agreement by any law, regulation, agreement, instrument, restriction, order or judgment. B. Each person who executes and delivers this Agreement and all documents to be delivered hereunder is and shall be authorized to do so on behalf of City. 8. Representations and Warranties of Company. Company hereby represents and warrants as follows: A. Company is not prohibited from consummating the transaction contemplated in this Agreement by any law, regulation, agreement, instrument, restriction, order or judgment. B. Company is duly organized, validly existing, and in good standing under the laws of the state of its organization and is duly qualified and in good standing under the laws of the State of Iowa. C. Company has full right, title, and authority to execute and perform this Agreement and to consummate all of the transactions contemplated herein, and each person who executes and delivers this Agreement and all documents to be delivered to City hereunder is and shall be authorized to do so on behalf of Company. 9. Notices. Any notice under this Agreement shall be in writing and shall be delivered in person, by overnight air courier service, by United States registered or certified mail, postage prepaid, or by facsimile (with an additional copy delivered by one of the foregoing means), and addressed: (a) if to City, at 715 Mulberry Street, Waterloo, Iowa 50703, facsimile number 319-291-4571, Attention: Mayor, with copies to the City Attorney and the Community. Planning and Development Director. (b) if to Company, to crossing Point LLC, 808 Dearborn Avenue, Waterloo, Iowa 50703, facsimile number 319-235-7032,, Attn: Ben DeJonq with copies to Eric W. Johnson, P.O. Box 178 Waterloo, IA 50704-017$. Delivery of notice shall be deemed to occur (i) on the date of delivery when delivered in person, (ii) one (1) business day following deposit for overnight delivery to an overnight air courier service which guarantees next day delivery, (iii) three (3) business days following the date of deposit if mailed by United States registered or certified mail, postage prepaid, or (iv) when transmitted by facsimile so long as the sender obtains written electronic confirmation from the sending facsimile machine that such transmission was successful. 10. Amendment, Modification, and Waiver. No amendment, modification, or waiver of any condition, provision, or term of this Agreement shall be valid or of any effect unless made in writing, signed by the party or parties to be bound or by the duly authorized representative of same, and specifying with particularity the extent and nature of the amendment, modification, or waiver. Any waiver by any party of any default by another party shall not affect or impair any rights arising from any subsequent default. 11. Severability. Each provision, section, sentence, clause, phrase, and word of this Agreement is intended to be severable. If any portion of this Agreement shall be deemed invalid or unenforceable, whether in whole or in part, the offending provision or part thereof shall be deemed severed from this Agreement and the remaining provisions of this Agreement shall not be affected thereby and shall continue in full force and effect. If, for any reason, a court finds that any portion of this Agreement is invalid or unenforceable as written, but that by limiting such provision or portion thereof it would become valid and enforceable, then such provision or portion thereof shall be deemed to be written, and shall be construed and enforced, as so limited. 12. Captions. All captions, headings, or titles in the paragraphs or sections of this Agreement are inserted only as a matter of convenience and/or reference, and they shall in no way be construed as limiting, extending, or describing either the scope or intent of this Agreement or of any provisions hereof. 13. Binding Effect. This Agreement shall be binding and shall inure to the benefit of the parties and their respective successors, assigns, legal representatives, and future owners of the Property. 14. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original and all of which, taken together, shall constitute one and the same instrument. 15. Entire Agreement. This Agreement, together with the Minimum Assessment Agreement attached hereto as Exhibit "B", constitutes the entire agreement of the parties and supersedes all prior or contemporaneous negotiations, discussions, understandings, or agreements, whether oral or written, with respect to the subject matter hereof. 16. Time of Essence. Time is of the essence of this Agreement. IN WITNESS WHEREOF, the parties have executed this Development Agreement by their duly authorized representatives as of the date first set forth above. CITY OF WATERLOO, IOWA CROSSING POINT,LLC By: By: Ernest G. Clark, Mayor Attest: Suzy Schares, City Clerk EXHIBIT "A" Legal Description of Property to be Improved EXHIBIT "B" MINIMUM ASSESSMENT AGREEMENT This Minimum Assessment Agreement (the "Agreement") is entered into as of , 2013, by and among the CITY OF WATERLOO, IOWA ("City"), CROSSING POINT LLC ("Company"), and the COUNTY ASSESSOR of the City of Waterloo, Iowa ("Assessor"). WITNESSETH: WHEREAS, on or before the date hereof the City and Company have entered into a development agreement (the "Development Agreement") regarding certain real property, described in Exhibit "A" thereto, located in the City; and WHEREAS, it is contemplated that pursuant to the Development Agreement, the Company will undertake the development of an area ("Project") within the City and within the Logan Avenue urban renewal area; and WHEREAS, pursuant to Iowa Code § 403.6, as amended, the City and the Company desire to establish a minimum actual value for the land and the building(s) pursuant to this Agreement and applicable only to the Project, which shall be effective upon substantial completion of the Project and from then until this Agreement is terminated pursuant to the terms herein and which is intended. to reflect the minimum actual value of the land and buildings as to the Project only; and WHEREAS, the City and the Assessor have reviewed the preliminary plans and specifications for the improvements (the "Improvements") which the parties contemplate will be erected as a part of the Project. NOW, THEREFORE, the parties hereto, in consideration of the promises, covenants, and agreements made by each other, do hereby agree as follows: 1. Upon substantial completion of construction of the Improvements by the Company, the minimum actual taxable value which shall be fixed for assessment purposes for the land and Improvements to be constructed thereon by the Company as a part of the Project shall not be less than $5,6,million ("Minimum Actual Value") until termination of this Agreement. The parties hereto agree that construction of the Improvements will be substantially completed on or before December 31-, 2014. If it is not, then the parties agree to execute an amendment to this Agreement that will extend the dates specified in Section 2 below. 2. The Minimum Actual Value herein established shall be of no further force and effect, and this Minimum Assessment Agreement shall terminate, on December 31, 20,4. Nothing herein shall be deemed to waive the Company's rights under Iowa Code § 403.6, as amended, to contest that portion of any actual value assignment made by the Assessor in excess of the Minimum Actual Value established herein. In no event, however, shall the Company seek or cause the reduction of the actual value assigned below the Minimum Actual Value established herein during the term of this Agreement. The City shall not unreasonably withhold its consent to permit the Company to contest its taxable valuations in full, commencing with the assessment of January 1, 202_,5. 3. This Agreement shall be promptly recorded by the City with the Recorder of Black Hawk County, Iowa. The City shall pay all costs of recording. 4. Neither the preambles nor provisions of this Agreement are intended to, or shall be construed as, modifying the terms of the Development Agreement. 5. This Agreement shall inure to the benefit of and be binding upon the successors and assigns of the parties, including but not limited to future owners of the Project property. IN WITNESS WHEREOF, the parties have executed this Minimum Assessment Agreement by their duly authorized representatives as of the date first set forth above CITY OF WATERLOO, IOWA CROSSING POINT ,LLC By: By: Ernest a Clark, Mayor Beniamin B. Stroh, Manager Attest: Suzy Schares, City Clerk STATE OF IOWA COUNTY OF BLACK HAWK ) ss. On this day of 2013, before me, a Notary Public in and for the State of Iowa, personally appeared Ernest G. Clark and Suzy Schares, to me personally known, who being duly sworn, did say that they are the Mayor and City Clerk, respectively, of the City of Waterloo, Iowa, a municipal corporation, created and existing under the laws of the State of Iowa, and that the seal affixed to the foregoing instrument is the seal of said municipal corporation, and that said instrument was signed and sealed on behalf of said municipal corporation by authority and resolution of its City Council, and said Mayor and City Clerk acknowledged 2 said instrument to be the free act and deed of said municipal corporation by it and by them voluntarily executed. Notary Public STATE OF IOWA ss. COUNTY OF BLACK HAWK This instrument was accknowledged before me on 2013 by , Benjamin B. Stroh as Manager of Crossing Point LLC. Notary Public 3 CERTIFICATION OF ASSESSOR The undersigned, having reviewed the plans and specifications for the improvements to be constructed and the market value assigned to the land upon which the improvements are to be constructed for the development, and being of the opinion that the minimum market value contained in the foregoing Minimum Assessment Agreement appears reasonable, hereby certifies as follows: The undersigned Assessor, being legally responsible for the assessment of the property subject to the development, upon completion of improvements to be made on it and in accordance with the Minimum Assessment Agreement, certifies that the actual value assigned to such land, building and equipment upon completion of the development shall not be less than five Million Sir,Hundred.Thousand Dollars ($,M;C�00,000.00) in the aggregate, until termination of this Minimum Assessment Agreement pursuant to the terms hereof. Assessor for Black Hawk County; Iowa Date STATE OF IOWA ) ss. COUNTY OF BLACK HAWK Subscribed and sworn to before me on 2013 by Tami McFarland, Assessor for Black Hawk County, Iowa. Notary Public 4 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-749 RESOLUTION RESETTING THE TIME AND PLACE OF HEARING AND NOTICE TO BE GIVEN ON THE PROPOSED DEVELOPMENT AGREEMENT WITH CROSSING POINT LLC F/K/A PROACTIVE HOLDINGS IV LLC FOR THE REDEVELOPMENT OF THE FORMER KMART PLAZA SITE, INCLUDING THE MAIN BUILDING AND CREATION OF MULTIPLE OUT -LOTS, ADDING $3.5 MILLION IN NEW TAXABLE VALUE TO THE SITE, AND TAX REBATES FOR 10 YEARS AT 50 PERCENT, AS SEPTEMBER 16, 2013, AT 5:30 P.M. IN CITY HALL COUNCIL CHAMBERS, WATERLOO, IOWA AND INSTRUCTING THE CITY CLERK TO PUBLISH THE NOTICE OF HEARING. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, AS FOLLOWS: Section 1. That the Council of the City of Waterloo, Iowa shall meet at City Hall Council Chambers in the City of Waterloo, Iowa at 5:30 p.m. on the 16th day of September, 2013, for the purpose of considering and acting upon a proposed Development Agreement with Crossing Point LLC f/k/a Proactive Holdings IV LLC for the redevelopment of the former Kmart Plaza site, including the main building and creation of multiple out - lots, adding $3.5 million in new taxable value to the site, and tax rebates for 10 years at 50 percent, and legally described as follows: Those parts of the Northeast Fractional Quarter of Section 2, Township 88 North, Range 13 West of the 5th P.M., in the City of Waterloo, Black Hawk County, Iowa, described as follows: Commencing at the Northwest corner of said Northeast Fractional Quarter; thence East along the North line of said Section, 319.3 feet; thence South 0°2'45" West 50 feet to the point of beginning; thence South 89°54'56" East, parallel with said North line, 705 feet to the Westerly line of former Primary Road No. 402 as relocated by Warranty Deed recorded in 120 LD 33; thence Southwesterly along said Westerly line 1146.95 feet; thence Northwesterly along a curve concave Southwesterly and having a radius of 998.575 feet and a long chord bearing North 62°54'41" West 621.65 feet; thence North 0°2'45" East 839.49 feet to the point of beginning; AND Commencing at the Northwest corner of said Northeast Fractional Quarter of Section 2; thence North 90° East 1023.7 feet; thence South 0°05' West 458.6 feet; thence South 23°24W East 150 feet to the point of beginning; thence South 23°24'--f' East 135.8 feet; thence South 41°24' East 233.1 feet; thence Southerly 54.6 feet along a 1296 foot radius curve concave Westerly having a chord bearing South 12°58' West 54.6 feet; thence South 48°36' West 304.10 feet; thence North 41°24' West 169.40 feet; thence Northeasterly 248.30 feet along a 996 foot radius curve concave Westerly having a chord bearing North 15°58W East 247.66 feet to a point common to the circular curve and a spiral curve concave Westerly, said curves being Resolution 2013-749 Page 2 tangent at said common point; thence along the spiral a chord distance of 162.52 feet, said chord bearing North 5°04' East; thence North 66°35'x' East 67.31 feet to the point of beginning; AND Commencing at the Northwest corner of said Northeast Fractional Quarter of Section 2; thence North 90° East along the North line of said Northeast Fractional Quarter 1023.7 feet; thence South 0°05' West 458.6 feet; thence South 23°24'1' East 285.8 feet to the point of beginning; thence South 41°24' East 233.1 feet; thence Southerly 54.6 feet along a 1296 foot radius curve concave Westerly having a chord bearing South 12°58' West 54.6 feet; thence North 48°36' East 21 feet; thence Northerly 43.8 feet along a 1308 foot radius curve concave Westerly having a chord bearing North 12°27'20" East 43.8 feet; thence North 41°24' West 239.3 feet; thence South 48°36' West 12 feet to the point of beginning; AND Commencing at the Northwest corner of said Northeast Fractional Quarter of Section 2; thence North 90° East 1023.7 feet; thence South 0°05' West 458.6 feet to the point of beginning; thence South 23°24'1' East 150 feet; thence South 66°35'1' West 67.31 feet to a point on a spiral curve concave Westerly, which point bears South 0°45' West a chord distance of 164.41 feet from the point of beginning; thence Northeasterly along the curve to the point of beginning; AND Commencing at the Northwest corner of said Northeast Fractional Quarter of Section 2; thence North 90°00' East 1023.7 feet along the North line of said Northeast Fractional Quarter; thence South 0°05' West 458.6 feet; thence South 23°24'30" East 115.6 feet to the point of beginning; thence continuing South 23°24'30" East 170.0 feet; thence North 48°36' East 12.00 feet; thence South 41°24' East 239.3 feet; thence North 0°00' East 42.3 feet; thence North 41°24' West 201.04 feet; thence North 23°24'30" West 163.77 feet; thence South 66°35'30" West 40.00 feet to the point of beginning. Section 2. That the City Clerk is hereby directed to publish notice of the time and place of said hearing in the Waterloo Courier. PASSED AND ADOPTED this 9th day of September, 2013. nest G. Clar ATTEST: Suzy cha es, CMC City Cler Mayor CITY OF WATERLOO Council Communication City Council Meeting: August 27, 2013 Prepared: September 3, 2013 Dept. Head Signatu # of Attachments: SUBJECT: Ordinance Change — Animal Control 5-1-5: Trapping Restrictions Submitted by: Sandie Greco, Traffic Operations Superintendent Recommended City Council Action: Adopt Ordinance Summary Statement (A) Updating the Animal Control Trapping Restrictions Ordinance — adding a $25.00 non- refundable charge for Animal Control Services to set a trap for cats and/or dogs. The trap may remain fora maximum of five (5) days at an additional cost of $5.00 per day. Traps may be set only between the hours of 7:00 AM and 4:00 PM and be checked every two (2) hours. (D) Also adding that a private property owner (on their property) may set a wire cage trap to remove nuisance pests, but are responsible for checking traps every two (2) hours and the trapping, removing and releasing of the nuisance pest. Expenditure Required Source of Funds Policy Issue Alternative Background Information: Animal Control ordinances are reviewed periodically and at times need to be updated. Animal Control Services has received many requests for trapping cats. This charge will cover our truck costs for delivering and picking up traps. ORDINANCE NO. 7z.-/_ AN ORDINANCE AMENDING THE 2001 CITY CODE BY REPEALING SECTION 5-1- 5: TRAPPING RESTRICTIONS, IN ITS ENTIRETY; AND INSERTING IN LIEU THEREOF A NEW SECTION 5-1-5: TRAPPING RESTRICTIONS, AS FOLLOWS: BE IT ORDAINED by the City Council of the City of Waterloo, Iowa: That Section 5-1-5: Trapping Restrictions, of the 2001 City Code is hereby repealed in its entirety; that a new Section 5-1-5: Trapping Restrictions is hereby enacted as follows: 5-1-5: TRAPPING RESTRICTIONS: No person shall set or use any steel, claw, leghold, conibear, snare or box trap outside of any structure or building for the purpose of taking, killing, maiming, wounding, ensnaring or capturing an animal of which is injurious to persons or animals, except for the following: A. Any trapping by a governmental unit to capture animals which are creating a public nuisance or for the protection of public or property. These services may be provided to private individuals in the City of Waterloo by Animal Control Services who will deliver and set a trap for the sum of $25.00, which is non-refundable. The trap may remain for a maximum of five (5) days at an additional cost of $5.00 per day over and above the initial set-up fee. May only trap between the hours of 7:00 a.m. and 4:00 p.m. Traps must be checked every two (2) hours. B. Licensed pest and rodent control persons in protection of private property. C. During the season allowed by the state conservation commission for taking of fur -bearing animals on parcels of land privately owned of forty (40) acres or more, or public land controlled by a governmental agency issuing such rights to trapping. D. A private property owner, upon his or her own private property, may set up a wire cage box trap to remove nuisance pests, such as small rodents, gophers, moles, and other similar animals. Said traps must be checked every two (2) hours. Nuisance pests shall not include dogs, and cats. The private property owner is responsible for trapping, removing, and releasing nuisance pests. (Ord. 2684, 6-17-1974) PASSED AND ADOPTED by the City Council this day of , 2013, and approved by the Mayor this day of , 2013. Ernest G. Clark, Mayor ATTEST: Suzy Schares, City Clerk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. ORDINANCE NO. 5174 AN ORDINANCE AMENDING THE 2007 CODE OF ORDINANCES OF THE CITY OF WATERLOO, IOWA, BY REPEALING SECTION 5, TRAPPING RESTRICTIONS, OF CHAPTER 1, ANIMAL CONTROL, OF TITLE 5, POLICE REGULATIONS; AND ENACTING IN LIEU THEREOF A NEW SECTION 5, TRAPPING RESTRICTIONS, OF CHAPTER 1, ANIMAL CONTROL, OF TITLE 5, POLICE REGULATIONS. BE IT ORDAINED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA: That Section 5, Trapping Restrictions, of Chapter 1, Animal Control, of Title 5, Police Regulations, of the 2007 Code of Ordinances of the City of Waterloo, Iowa, be and the same hereby repealed in its entirety; that a new Section 5, Trapping Restrictions, of Chapter 1, Animal Control, of Title 5, Police Regulations, is hereby enacted in lieu thereof as follows: CHAPTER 1 ANIMAL CONTROL 5-1-5: TRAPPING RESTRICTIONS: No person shall set or use any steel, claw, leghold, conibear, snare or box trap outside of any structure or building for the purpose of taking, killing, maiming, wounding, ensnaring or capturing an animal of which is injurious to persons or animals, except for the following: A. Any trapping by a governmental unit to capture animals which are creating a public nuisance or for the protection of public or property. These services may be provided to private individuals in the City of Waterloo by Animal Control Services who will deliver and set a trap for the sum of $25.00, which is non- refundable. The trap may remain for a maximum of five (5) days at an additional cost of $5.00 per day over and above the initial set-up fee. May only trap between the hours of 7:00 a.m. and 4:00 p.m. Traps must be checked every two (2) hours. B. Licensed pest and rodent control persons in protection of private property. C. During the season allowed by the state conservation commission for taking of fur -bearing animals on parcels of land privately owned of forty (40) acres or more, or public land controlled by a governmental agency issuing such rights to trapping. Ordinance No. 5174 Page 2 D. A private property owner, upon his or her own private property, may set up a wire cage box trap to remove nuisance pests, such as small rodents, gophers, moles, and other similar animals. Said traps must be checked every two (2) hours. Nuisance pests shall not include dogs and cats. The private property owner is responsible for trapping, removing, and releasing nuisance pests. (Ord. 2684, 6-17-1974) INTRODUCED: PASSED 1St CONSIDERATION: PASSED 2nd CONSIDERATION: PASSED 3rd CONSIDERATION: September 9, 2013 September 9, 2013 September 9, 2013 September 9, 2013 PASSED AND ADOPTED by the City Council of the City of Waterloo, Iowa, on the 9th day of September, 2013, and approved by the Mayor on the 9th day of Septeber, 2013. ATTEST: Suzy Scha es, CMC City Cler (57(,/ nest G. Clark, Mayor CERTIFICATE I, Suzy Schares, City Clerk of the City of Waterloo, Iowa, do hereby certify that the preceding is a true and complete copy of Ordinance No. 5174 as passed and adopted by the Council of the City of Waterloo, Iowa, on the 9th day of September, 2013. Witness my hand and seal of office this 9th day of September, 2013. SEAL Suzy Sc es, CMC City Cler ,c Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. ORDINANCE NO. 5174 AN ORDINANCE AMENDING THE 2007 CODE OF ORDINANCES OF THE CITY OF WATERLOO, IOWA, BY REPEALING SECTION 5, TRAPPING RESTRICTIONS, OF CHAPTER 1, ANIMAL CONTROL, OF TITLE 5, POLICE REGULATIONS; AND ENACTING IN LIEU THEREOF A NEW SECTION 5, TRAPPING RESTRICTIONS, OF CHAPTER 1, ANIMAL CONTROL, OF TITLE 5, POLICE REGULATIONS. BE IT ORDAINED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA: That Section 5, Trapping Restrictions, of Chapter 1, Animal Control, of Title 5, Police Regulations, of the 2007 Code of Ordinances of the City of Waterloo, Iowa, be and the same hereby repealed in its entirety; that a new Section 5, Trapping Restrictions, of Chapter 1, Animal Control, of Title 5, Police Regulations, is hereby enacted in lieu thereof as follows: CHAPTER 1 ANIMAL CONTROL 5-1-5: TRAPPING RESTRICTIONS: No person shall set or use any steel, claw, leghold, conibear, snare or box trap outside of any structure or building for the purpose of taking, killing, maiming, wounding, ensnaring or capturing an animal of which is injurious to persons or animals, except for the following: A. Any trapping by a governmental unit to capture animals which are creating a public nuisance or for the protection of public or property. These services may be provided to private individuals in the City of Waterloo by Animal Control Services who will deliver and set a trap for the sum of $25.00, which is non- refundable. The trap may remain for a maximum of five (5) days at an additional cost of $5.00 per day over and above the initial set-up fee. May only trap between the hours of 7:00 a.m. and 4:00 p.m. Traps must be checked every two (2) hours. B. Licensed pest and rodent control persons in protection of private property. C. During the season allowed by the state conservation commission for taking of fur -bearing animals on parcels of land privately owned of forty (40) acres or more, or public land controlled by a governmental agency issuing such rights to trapping. Ordinance No. 5174 Page 2 D. A private property owner, upon his or her own private property, may set up a wire cage box trap to remove nuisance pests, such as small rodents, gophers, moles, and other similar animals. Said traps must be checked every two (2) hours. Nuisance pests shall not include dogs and cats. The private property owner is responsible for trapping, removing, and releasing nuisance pests. (Ord. 2684, 6-17-1974) INTRODUCED: PASSED 1st CONSIDERATION: PASSED 2nd CONSIDERATION: PASSED 3rd CONSIDERATION: September 9, 2013 September 9, 2013 September 9, 2013 September 9, 2013 PASSED AND ADOPTED by the City Council of the City of Waterloo, Iowa, on the 9th day of September, 2013, and approved by the Mayor on the 9th day of September, 2013. ATTEST: y Scha es, CMC City Cler t G. Clark, Mayor CERTIFICATE I, Suzy Schares, City Clerk of the City of Waterloo, Iowa, do hereby certify that the preceding is a true and complete copy of Ordinance No. 5174 as passed and adopted by the Council of the City of Waterloo, Iowa, on the 9th day of September, 2013. Witness my hand and seal of office this 9th day of September, 2013. SEAL Suzy Schar_-s, CMC City Clerk STATE OF IOWA, Black Hawk County I do solemnly swear that the annexed copy of 1428447 ORDINANCE NO. 5174 AN ORDINANCE AME notice was published in the WATERLOO/CEDAR FALLS COURIER a daily newspaper printed in WATERLOO, Black Hawk County, Iowa, for 1 issues commencing on 01/23/2014, in the issues of 01/23/2014 of said newspaper, and that the annexed rate of advertising is the regular legal rate of said newspaper, and that the following is a correct bill for publishing said notice. Printer's Bill $29.15 Subscribed and sworn to before me this Z�1 day of Notar Public Received of a TANA L GEEK COM1M15S1O? A1f.Y,'/01468 MY COMMISSION EXPIRES _... NOVEMSE01, 2016 the sum of Dollars in full for publication of the above invoice. Notary Seal: ORDINANCE NO. 5174 AN ORDINANCE AMENDING THE 2007 CODE OF ORDINANCES OF THE CITY OF WATERLOO, IOWA, BY REPEALING SECTION 5, TRAPPING RESTRICTIONS, OF CHAPTER t, ANI- MAL CONTROL, OF TITLE 5POLICE REGULATIONS AND ENACTING IN LIEU THEREOF A NEW SECTION5, TRAPPING RESTRICTIONS, OF CHATER 1, ANIMAL TROL, OF TITLES, POLICE REGULATIONS. F ATIONS BE IT ORDAINED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA: That Sections Trapping Resincbons, of Chapter 1, Animal Control, of Title 5, Po- lice Regulations, of the 2007 Code of Ordinances of the City of Waterloo, Io- wa, o wa, be and the same hereby repealed in Its entirety; that a new Section 5, Trap- ping Restrictions, of Chapter 1, Animal Control, of Title 5, Polled Regulations, is hereby enacted in lieu thereof asfollaws. CHAPTER 1 ANIMAL CONTROL 'I 5-1 5TRAPPING RESTRICTIONS. No person shall set or use any steel claw, leghold, conlbear, snare or box trap outside of any structure or building for the purpose of takings killing, maim- ing, wounding, ensnaring or capturing an animal of which Is injurious to persons or animals,except for the following .Any trapping by a governmental unit to capture animals which are creating a public nuisance of for the protection of public or. property These services may.:. be provided to private individuals in the City of Waterloo by Animal Control Ser- vices who will deliver and set a trap for the sum of $25.00, which is non- refundable. The trap may remain for amaximum of five t an additional cost of$5 00 per day o) veraand above the initial set-up fee. May only trap between he hours of 7:00 a.m and 4:00 p m Traps must be checked every two (2) hours. B.Licensed pest end rodent control per- sons in protedtion of private property. C,During the season allowed by the state conservation commission for tak ng of fur -bearing animals on parcels of and privately owned of forty (40) acres or more, or public land controlled by a governmental agency Issuing such rights otrapping. DSA private properly owner, upon his or: her own private property, may set up a wire cage box trap to remove nuisance pests, such as small rodents, gophers,i. moles, and other similar animals. Said raps must be checked every two (2) hours, Nuisance pests shall not include'. dogsand cats, The private property owner . is responsible for trapping, re moving, and releasing nuisance pests.' Ord.2664 6-17-1974) _. PASSED 1st CCONSIDERATION;ember 9, 2013 CONSIDERATION: 2013 PASSED 2nd CONSIDERATION: September 9, 201$ PASSED 3rd CONSIDERATION September 9, 20137 PASSED AND ADOPTED by the City Council of the City of Waterloo Iowa, on;. he 9th day of September, 2013, and ap- proved p provemb the Mayor on the 9th day of. September, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Schares, CMC City Clerk __ CITY OF WATERLOO Council Communication City Council Meeting: September 9, 2013 Prepared: August 30, 2013 Dept. Head Signature: PH # of Attachments: SUBJECT: FY2014 SULLIVAN PARK BASKETBALL COURT PROTECT Submitted by: Travis Nichols, Facilities/Project Manager Recommended City Council Action: Request Council adopt resolutions to preliminarily approve the request for the proposal document and specifications for FY2014 Sullivan Park Basketball Court Project, E. 4th & Adams Street, Waterloo, and to instruct the City Clerk to publish notice of hearing on proposal document, specifications, etc. and taking of bids, and to set date of hearing and bid opening as September 23, 2013. Summary Statement This project provides for an asphalt overlay, new basketball standards, and regulation line painting on existing court at Sullivan Park, E 4th & Adams St., Waterloo Iowa. A copy of the proposal document and specifications is in the City Clerk's Office for your review. Expenditure Required Source of Funds: Funding is available from Leisure Services G.O. Bond funds and Community Development Block Grant. Leisure Services crews will do site preparations. Policy Issue Alternative Background Information: Community Development Board awarded $18,000 for this project on July 1, 2013. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-750 RESOLUTION PRELIMINARILY APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATE OF COST, ETC., IN CONJUNCTION WITH THE F.Y. 2014 SULLIVAN PARK BASKETBALL COURT PROJECT. WHEREAS, the City Council of the City of Waterloo, Iowa, heretofore instructed the Leisure Services Director of said City to prepare proposed plans, specifications, form of contract, estimate of cost, etc., in conjunction with the F.Y 2014.Sullivan Park Basketball Court Project, in the City of Waterloo, Iowa, and WHEREAS, said Leisure Services Director did file said plans, specifications, form of contract, estimate of cost, etc., in conjunction with the F.Y 2014 Sullivan Park Basketball Court Project. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that said proposed plans, specifications, form of contract, estimate of cost, etc., in conjunction with the F.Y 2014 Sullivan Park Basketball Court Project, in the City of Waterloo, Iowa, be, and the same are hereby, preliminarily approved as filed. PASSED AND ADOPTED this 9th day of September, 2013. e4004e Ernest G. Clark, NTayor ATTEST: Suzy Scha•es, CMC City Cler Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-751 RESOLUTION FIXING THE TIME AND PLACE OF HEARING ON PROPOSED PLANS, SPECIFICATIONS, FORM OF CONTRACT, ETC., IN CONJUNCTION WITH THE F.Y 2014 SULLIVAN PARK BASKETBALL COURT PROJECT, IN THE CITY OF WATERLOO AS SEPTEMBER 23, 2013, AT 5:30 P.M. AT CITY HALL COUNCIL CHAMBERS, WITH THE TAKING OF BIDS THEREFORE, AND INSTRUCTING THE CITY CLERK TO PUBLISH THE NOTICE OF HEARING. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, AS FOLLOWS: Section 1. That the Council of the City of Waterloo, Iowa, shall meet at the City Hall Council Chambers in the City of Waterloo, Iowa, at 5:30 p.m. on the 23rd day of September, 2013, for the purpose of holding a public hearing on proposed plans, specifications, form of contract, etc., in conjunction with the F.Y 2014 Sullivan Park Basketball Court Project, in the City of Waterloo, with the taking of bids therefore. Section 2. That the City Clerk is hereby directed to publish notice of the time and place of said hearing in the Waterloo Courier. PASSED AND ADOPTED this 9th day of September, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Scha=es, CMC City Clergy Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward l CAROLYN COLE Ward 2 HAROLD GETTY Ward 3 QUENTIN HART Ward 4 CITY OF WATERLOO, IOWA CITY HALL• 715 MULBERRY STREET 50703 MANAGEMENT INFORMATION SYSTEMS Matt O'Brien, Director Council Communication City Council Meeting: 9/9/13 Prepared: 9/3/13 Dept. Head Signature: Matt O'Brien # of Attachments: 0 SUBJECT: Approval of Change Order No. 4 for an increase of $403, for equipment purchased from Schmitt Telecom Partners for a New Phone System for the City Submitted by: Matt O'Brien, Director of Technology Recommended City Council Action: Resolution approving Change Order No. 4 for an increase of $403 for equipment purchased from Schmitt Telecom Partners for a New Phone System for the City Summary Statements: Additional equipment necessary for the implementation of the City's new phone system. Expenditure Required: $403.00 Source of Funds: GO 2013 Bonds. Policy Issue: N/A Alternative: Proceed without necessary equipment. Background Information: Council approved a contract with Schmitt Telecom partners on May 28 for the RON installation of a new phone system for the City at a cost of $147,842.15. While we attempted to detennine all WELPER needs before issuing the RFP, additional needs have come up as we've had in-depth discussions with Wards departments. We anticipated this would be the case in a complex project such as this. The table below s BOB GREENWOOD Ar -Large STEVE SCHMITT Ar -Large Cost Item Department Reason $ 403.00 IP telephone and services to wire external speakers Hazmat Hook in overhead paging system to new phone system This change order represents approximately a 0.3% increase in the contract (not including other change orders). CITY WEBSITE: www.ci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Linnea Martinez From: O'Brien, Matt <obrienm@waterlooschools.org> Sent: Tuesday, September 03, 2013 9:56 PM To: Linnea Martinez; SUZY SCHARES Subject: Council agenda item Attachments: Council Memo Phone Change Order #4 9-9-13.doc Attached. Thanks, Matt Matt O'Brien Executive Director of Technology Waterloo Community Schools and City of Waterloo, Iowa Help Desk: 319.433.1858 obrienm@waterlooschools.org NOTICE TO RECIPIENT: This communication and any response to it may constitute a public record, and therefore, may be available upon request in accordance with Iowa public records law, Iowa Code chapter 22. 1 Vouchers Prepared.by September 3, 2013 Pauline C CITY OF WATERLOO PAYMENT VOUCHER Vendor Ament Inc. Address 325 32nd Avenue S.W. City & State Cedar Rapids, IA 52404 ************************************* Batch No. Keyed By: Department: Engineering Grant/Project Code# 9002 A090913 Invoice Date Qty/Unit Amount Description G/L Distribution 7/12/13 23806 27,862.49 Contract 843 Kimball Ave. Transportation 290-07-7500-2103 Est # 7 6,965.62 lmp. Project (Tower Park Dr to Acadia St) 412-07-7500-2103 6/29 thru 7/26.13 Est #7 Special Instructions: giASubmied B Total $ 34,828.11 09/03/13 9-9-/3 Date Approved By: Date An Equal Opportunity/Affirmative Action Employer Ament DESIGN • COST PLUS FIXED FEE PROGRESSIVE INVOICE Invoice No: 23806 Client Project No: Invoice Period Covered 06/29/13-- 07/26/13 County: Consultant Job No. _ G00412.10 / Tasks Client Project Description 001-002 Client Contract No: August 20, 2013 STP -U-8155(731)-70-07 Black Hawk Kimball Avenue Trans- portation Improvements Project - from 500' S of Tower Park Dr to Acadia St Contract Cumulative Current Estimate To Date Period Labor Dollars 91,093.00 46,668.41 Overhead 171,283.00 87,750.60 Overhead Adjustments 0,00 Direct Expenses - Reimbursed Vehicle Mileage 661.00 428.46 Printing 2,250.00 816.00 CPS/Total Station 0.00 0.00 Postage 454.00 229.22 Miscellaneous 0.00 0.00 Lodging 0.00 0.00 Meals 0.00 0.00 Ground -Based LiDAR12,000.00 0.00 SUbCOnsultantS (including authorized contingenc )--------64 126,562.90 Terracon Consultants (C+FF 16,077.00 0.00 Robinson Engineering (C+- ) 31,567.00 26,787.16 Eartheiw Environ en' l (LS) 7,144.00 5,556.34 Tallgra Historians (SR) 6,132.00 5,315.50 HDR En' ineerinng (C+FF) 65,642.00 41,739.35 Subtotal - 404,303.00 215,291.04 Fixed Fee 31,485.00 14,418.16 Authorized Contingency 0.00 Total Amount Authorized 435,788.00 Total Billed to Date 229,709.20 229,709.20 Remaining Authorized Balance 206,078.80 Unauthorized Contingency Prime (Ament, Inc.) 27,774.00 Labor Hours 9/7 3,361.00 1,686.55 4,834.71 9,090.71 0.00 52.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 3,695.13 ✓ 0.00 0.00 15,538.93 V 33,211.48 Vouchers Prepared by September 3, 2013 Pauline C CITY OF WATERLOO PAYMENT VOUCHER Batch No. Keyed By: Vendor Stickfort Construction Department: Engineering Address Grant/Project Code# City & State **************,*********************** 9002 A090913 Invoice Date Qty/Unit Amount Description G/L Distribution 8/29/13 Est # 3 44,681.35 Blowers Creek Cunette repairs 409-07-5600-2171 City Contract No. 845 Total $ 44,681.35 Special Instructions: R(,LQ'a_Bc<Z—r2A-, 09/03/13 9 /'—/3 Submi ey Date Approved By: Date An Equal Opportunity/Affirmative Action Employer F.Y. 2013 BLOWERS CREEK CUNETTE REPLAIRS CONTRACT #845 ESTIMATE #3 BASE BID BID ]TEM DESCRIPTION TOTAL STICKFORT STICKFORT UNIT OUANTITY UNIT PRICE TOTAL EST I PCC PAVEMENT REMOVAL SY 1,554.30 $ 8.00 $ 12,434.40 2 CLEARING AND GRUBBING LS 1.00 $ 1,500.00 $ 1,500.00 3 SALVAGE RIPRAP, STOCKPILE AND SPREAD LS 0.50 $ 1,500.00 $ 750.00 4 EXCAVATION, CLASS 10 CY 8,678.50 $ 8.00 $ 69,428.00 5 COMPACTION WITH M&D CY 6,457.10 $ 3.00 $ 19,371.30 6 COMPACTION TESTING LS 1.00 $ 2,500.00 $ 2,500.00 7 PCC PAVEMENT, 6" SY 3,648.90 $ 44.00 S 160,551.60 8 ED JOINT LF 72.00 $ 11.00 $ 792.00 9 RT JOINT . LF 399.00 $ 11.00 $ 4,389.00 10 COLD WEATHER PROTECTION SY 1,767.60 $ 2.00 $ 3,535.20 11 ENGINEERING FABRIC SY - $ 10.00 $ - 12 TOPSOIL CY 821.20 $ 10.00 $ 8,212.00 13 INSTALL SILT FENCE LF 225.00 $ 4.00 $ 900.00 14 CLEAN SILT FENCE LF - $ 1.00 $ - 15 REMOVE SILT FENCE LF - $ 1.00 $ - 16 SEEDING ACRE - $ 2,750.00 $ - 17 FERTILIZING ACRE - $ 330.00 $ - 18 MULCHING ACRE - $ 1,155.00 $ - 19 ROLLED EROSION CONTROL PRODUCT SY - $ 1.35 $ - 20 SWPP MAINTENANCE, INSPECTION AND REPORTING LS 0.90 $ 2,500.00 $ 2,250.00 21 TRAFFIC CONTROL AND BARRICADING LS 0.90 $ 2,500.00 $ 2,250.00 1001 #4 BARS, 24" LONG @ 3' CENTERS EACH 780.00 $ 3.30 $ 2,574.00 1002 PUMPING CONRETE UNDER EXTISING SLAB CY 70.75 $ 209.00 $ 14,786.75 TOTAL BASE BID $ 306,22425 ALTERNATE NI BID TOTAL STICKFORT STICKFORT ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL EST. 1 PCC PAVEMENT REMOVAL SY 0.0 $ - $ - 2 CLEARING AND GRUBBING LS 1.0 $ 1,500.00 $ 1,500.00 3 SALVAGE RIPRAP, STOCKPILE AND SPREAD LS 0.0 $ - $ - 4 EXCAVATION, CLASS 10 CY 2613.4 $ 8.00 $ 20,907.20 5 COMPACTION WITH M&D CY 1567.5 $ 3.00 $ 4,702.50 6 COMPACTION TESTING LS 1.0 $ 1,500.00 $ 1,500.00 7 PCC PAVEMENT, 6" SY 0.0 $ - $ - 8 ED 1OINT LF 0.0 $ - $ - 9 RT JOINT LF 0.0 5 - $ - 10 COLD WEATHER PROTECTION SY 0.0 $ - $ 11 ENGINEERING FABRIC SY 0.0 $ 10.00 $ 12 TOPSOIL CY 359.7 $ 10.00 $ 3,597.00 13 INSTALL SILT FENCE LF 0.0 $ $ - 14 CLEAN SILT FENCE LF 0.0 $ $ 15 REMOVE SILT FENCE LF 0.0 $ - $ - 16 SEEDING ACRE 0.0 $ 2,750.00 $ - 17 FERTILIZING ACRE 0.0 $ 330.00 $ - 18 MULCHING ACRE 0.0 $ 1,155.00 $ 19 ROLLED EROSION CONTROL PRODUCT SY 0.0 $ 1.35 $ - 20 S WPP MAINTENANCE, INSPECTION AND REPORTING LS 0.80 $ 1,500.00 $ 1,200.00 21 TRAFFIC CONTROL AND BARRICADING LS 0.80 $ 2,000.00 $ 1,600.00 ldSfok R CONSTRUCTIO ITY OF WATE00 TOTAL ALTERNATE#1 $ 35,006.70 TOTAL CONSTRUCTION BASE BID + ALT#I $ 341,230.95 LESS 5% RETAIN AGE $ 17,061,55 SUBIOIAL $ 324,169.40 LESS PREVIOUS ESTIMATE $ 279,488.05 TOTAL THIS ESTIMATE $ 44,681.35 An Equal Opportunity/Affirmative Action Employer D -a CD 0 CO ci)m ccr o It n) 0 D r _c1 N N 1 O 0 0 0 z m o o a n33 0) C FPo CD al 0 � o CD m G) (D (D O N Q mJ o0. cD 9'c) 0 o � 3 CD r-+ W Z9 l Z -0099 -LO -Z i• t7 e eg aolonuI D 3 c cn0 cD C) 0 z uogngp4siQ 70 C) D < `< 0. 7 Q° O i/) -1 p) Z CD 3 CD uol;o.4suoO llllai �o 0-0 D 4 m o, 0 CD rt 0 .. C) 0 0 CD m o� 0. <� 70- U �. C� £1.0Z '£ Jagwaldes H 0 CO 0 CO CD 0 0 CO N Page 1 of 2 PAY ESTIMATE FOR Period Ending: 21 -Jul -13 DRY RUN CREEK GATEWELL REPLACEMENT Estimate No.: 6-Subfinal CITY OF WATERLOO CITY CONTRACT NUMBER 814ContractorReillyConstruction Company Inc. AECOM PROJECT NUMBER 60217467 ITEM NO. I ITEM UNIT UNIT COST CONTRACT AUTHORIZED ESTIMATED QUANTITY AMOUNT ESTIMATED QUANTITY AMOUNT ITEM % Mobilization LS 10 000.00 1.00 10,000.00 COMPLETE Traffic Control, West 6th Street & Commercial Street LS 2,10000 1.00 2,100.00 1.00 10 000.00 100.00% Traffic Control, West 6th Street Closure LS 11,000.UU 1.UU 11,000.UU 1.00 11.1U 2,100.00 100.00% 5 Traffic Control, West 6th Street &Wellington Street Traffic Control West LS 3,200.00 1.00 3,200.00 1.00 9141414.1414 3200.00 100.00% 9 7 6th Street & Grant Street Traffic LS LS 2,100.00 2,114141414 1.00 1.W 2,100.00 2,IDu.UU 1.00 1.1414 2,100.00 100.00% 100.00% Control, West7th Street &Allen Street 8 Safety Fence LF 325 2250.00 7,31250 2.Uu ,1 W 100.00% Removal of Recreational Trail, 6 -Inch SY 12.00 36.00 432.00 2,250.00 7,312.50 100.00% 9 10 Removal of Portland Cement Concrete Pavement,&Inch SY 1t1.51.11t1.51.1199'5.W 25,2b2.5U 5600 1,919.8U 672.00 155.56% 11 Removal of Portland Cement Concrete Curb and Gutter LF 7.00 60.00 420.00 24,419,9U JEW% Removal of Hot Mix Asphalt Pavement, 6 -Inch SY 19.00 155.00 2,945.00 168.80. - 0.00% 12 13 Remove &Replace Gate Well DR -1 EA 10,000.00 1.00 18,00000 3207.20 108.90% 14 Remove & Replace Gate Well DR -2 EA 17,500.00 1.00 17 500.00 1.00 18p000o 100.00% Remove & Replace Gate Well DR -3 EA 17,500.00 1.00 17,50000 1.00 17500.00 100.00% 15 16 Remove &Replace Gate Well DR -4 EA EA 1750000 15,50000 1.00 1.00 17,500.00 15,50000 1.00 1.00 17500.00 17500.00 100.00% 100.00% 17 Remove Gate Well DR -4A G&I atenstall Valve,Tidefex Type 37 36 -Inch Diameter Remove &Replace Gate Well DR -5 EA 22000.00 1.00 22,000.00 1.00 15500.00 100.00% 18 19 Remove &Replace Gate Well DR -6 EA 17,50000 1.00 17,500.00 1.00 22 )300.00 100.00% Remove Gate Well DR -B Gate&InstallValve,Tideflex Type 37G, 30 -Inch Diameter EA 6,250,00 1.00 6250.00 1.00 17500.00 100.00% 20 Remove Gate Well DR -9 & InstallValve In Existing Manhole Tideflex Type 373,24 -Inch Diameter EA 6,250.00 1.00 6,250.00 100 6250.00 100.00% 21 22 Remove &Replace Gate Well DR -10 EA 18,000.00 1.00 18po0Uo 100 6250.00 100.00% 23 Remove &Replace Gate Well DR -11 EA 2200000 1,00 22,000.00 1.00 16)300.00 100.00% Remove &Replace Gate Well DR -12 EA 17,50000 1.00 17,500.00 1.00 100 22)300.00 100.00% 24 26 Remove &Replace Gate Well DR -13 EA 17,500.00 1.00 17500.00 17500.00 100.00% 26 Remove &Replace Gate Well DR -14 EA 17,50000 1.00. 17,500.00 1.00 17500.00 100.00% 27 Remove &Replace Gate Well DR -15 Storm Sewer Gravity Main,Trenched, EA 17,500.00 1.00 17500.00 1.00 1.00 17500.00 17500.00 100.00% 100.00% 28 29 Reinforced Concrete Pipe, 20000, 12 -Inch Storm Sewer Gravity Main, Trenched, LF 50.00 6.00 30000 11.40 570.00 190.00% Reinforced Concrete Pipe, 20000,18 -Inch LF 6500 48.00 3,120.00 3660 Storm Sewer Gravity Main,Trenched, Reinforced Concrete Pipe.20000,24-Inch LF 100.00 12.00 1200.00 4.00 2579.00 76.25% 30 31 '523 Storm Sewer Connections To Dry Run Arch Pipe Water Main, Trenched EA 2,00000 7.00 14,00000 1300 400.00 26)300.00 3333% Ductile Iron Pipe,4-Inch LF 57.50 150.00 8,625.00 13630 185.71% 33 Modified Subbase SY bbU 1 9,88U.UU 1,567.114 7)337.25 30.87% 34 Recreational Trail, Portland Cement Concrete, 6 -Inch SY 3500 ,b2U.UU 36.00 126000 1U.155.15 103.10% '35 Standard or Slip Form Portland Cement Concrete Pavement, Class C, Class 3 Durability 9 -Inch SY 5500 1,365.00 75)375.00 56.00 1325.60 1960.00 155.56% 36 Portland Cement Concrete Curb and Gutter, Standard 6 -Inch LI- 9/514 b11.UU 226U.UU 72919.00 37.13% 37 Hot Mix Asphalt Mixture, Commercial Mix (Includes Asphalt Sinder), As Per Plan TON 210.00 90.00 18900.00 - 0.00% 95 Filter Sock LF 2.50 400.00 1 )300.00 115.30 40000 24213.00 128.11% Remove Filter Sock ORIGINAL LI- U.SU 4UU.UU 2UU.UU 4UUUU 12100.00 2UU.UU 100.00% CONTRACT 447,672.00 100.00% 458772.40 102.48% Page 1 of 2 TOTAL EARNED TO DATE LESS RETAINAGE (5%) SUBTOTAL LESS PREVIOUS PAYMENTS DUE THIS ESTIMATE $496,099.40 $24,804.97 $471,294.43 $466,069.43 $5,225.00 �Iwadn\or.j jir,, 2174671600_CRS1301 CarespondenceZ01.5_Pay_Esthn etes'Dry Run Creek Pay E946Sub final As] AECOM 67.0 Matt Duna, , AECOM, Construction Services ty of Waterloo Jamie Knutson, P.E., City of Waterloo Page 2 of 2 DA DATE PAY ESTIMATE FOR DRY RUN CREEK GATEWELL REPLACEMENT Period Ending: 2-Jul3 CITY OF WATERLOO Estimate No.: 6Subfinal CITY CONTRACT NUMBER 814 Contractor: Reilly Construction Company Inc, AECOM PROJECT NUMBER 60217467 ITEM NO. ITEM UNIT UNIT COST CONTRACT AUTHORIZED ITEM % ESTIMATED QUANTITY AMOUNT ESTIMATED QUANTITY AMOUNT CHANGE ORDERS COMPLETE 1-1 1-2 Provide and install 154' Stormdefle Valve at 7th/Allen LS 2,050.00 1.00 2,050,00 2-1 Furnish and Install 54- Storm Sewer, 6 FT Se Provide LS 2,320.00 1,00 2,320,00 1.00 2,050.00 100.00% 3.1 and Install new Manhole at DR -9 Additional LS 17500.00 1.00 17500.00 1.00 2320.00 100.00% 3-2 Traffic Contronine l Sig100.00% LS 2,U(UUU 1.W 2,0/000 1.00 17500.00 100.00% 3-3 Provide and Install xat DR -4A Remove LS 799700 1.00 7997.00 1.UU 2U/U.UU 3-4 Ma and Replace Manhole Top #25 Additional LS .400.00 1.00 400.00 1.00 7997.00 100.00% 3-5 Reinforcing LS 29U. UU 1. W 2900 0 1 00 400.00 100.00% 4-1 Furnish and Install Truncated Domes Additional Traffic Control South LS 1,200.00 1.00 1200.00 1 UU 1.00 290.00 1 100.00% 4-2 New Manhole Top@6ttuSouth Intersection 6th I LS 500.00 1,00 500,00 1.00 200.00 500.00 100.00% LS 9,WU.UU 1.W 9,WUUU 100.00% TOTAL PROJECT 1.UU 3 UUU.UU 100.00% CONSTRUCTION COSTS 484,999710 496,099.40 102.29% TOTAL EARNED TO DATE LESS RETAINAGE (5%) SUBTOTAL LESS PREVIOUS PAYMENTS DUE THIS ESTIMATE $496,099.40 $24,804.97 $471,294.43 $466,069.43 $5,225.00 �Iwadn\or.j jir,, 2174671600_CRS1301 CarespondenceZ01.5_Pay_Esthn etes'Dry Run Creek Pay E946Sub final As] AECOM 67.0 Matt Duna, , AECOM, Construction Services ty of Waterloo Jamie Knutson, P.E., City of Waterloo Page 2 of 2 DA DATE CITY OF WATERLOO PAYMENT VOUCHER Vouchers Prepared by Pauline C September 3, 2013 Batch No. Keyed By: Vendor Mike Dolan Concrete & Masonary Department: Engineering Address Grant/Project Code# City & State 9002 A090913 Invoice Date _ Qty/Unit Amount Description G/L Distribution 8/9/13 Special Instructions: gke. Submitte By Est #4 FINAL Retainage 4,853.40 F.Y. 2012 Chautauqua Park Curb Repair Contract No 828 Est # 5 FINAL Thru 8/2/13 Total $ 4,853.40 09/03/13 Date Approved By: An Equal Opportunity/Affirmative Action Employer 412-07-7500-2165 Date F.Y. 2012 CHAUTAUQUA PARK CURB REPAIR CONTRACTJNO.828 RETAINAGE PAYMENT August 2, 2013 BID ITEM ITEM DESCRIPTION UNIT MIKE DOLAN UNIT PRICE ORIGINAL BID QUANTITY PREVIOUS QUANTITY QUANTITY THIS PERIOD QUANTITY TO DATE MIKE DOLAN TOTAL PRICE 1 CURB PATCH SF $ 75.00 45.0 47.0 0.0 47.0 $3,525.00 2 REMOVE/REPLACE CURB & GUTTER, 24" WIDE, 10.5" DEPTH SF $ 49.50 1,213.0 1,290.2 0.0 1,290.2 $63,864.90 3 REMOVE/REPLACE CURB & GUTTER, 24" WIDE, 6" DEPTH SF $ 48.50 541.0 561.0 0.0 561.0 $27,208.50 4 REMOVE/REPLACE PCC SIDEWALK, 4" SF $ 6.00 193.0 211.6 0.0 211.6 $1,269.60 5 REMOVE/REPLACE PCC SIDEWALK, 6" SF $ 6.50 125.0 0.0 0.0 0.0 $0.00 6 DETECTABLE WARNING SURFACE SF $ 40.00 16.0 0.0 0.0 0.0 $0.00 7 COLD WEATHER PROTECTION EA $ 3.00 285.0 0.0 0.0 0.0 $0.00 8 TRAFFIC CONTROL LF $ 1,200.00 1.0 1.0 0.0 1.0 $1,200.00 irlAitk_cJ4 MIKE DOLAN CONCRETE & MASONRY, INC. CITY (IF WATERLOO DATE $-9-Zo13 DATE $97,068.00 TOTAL TO DATE $97,068.00 LESS 5% RETAINAGE $0.00 SUBTOTAL $97,068.00 LESS AMOUNT PREVIOUSLY PAID $92,214.60 AMOUNT DUE THIS ESTIMATE $4,853.40 Voucher Prepared by Pauline C CITY OF WATERLOO PAYMENT VOUCHER September 3, 2013 Vendor No. Batch NO. Keyed by: Department: Engineering Vendor Name Story Construction Grant/Project Code # Address 300 South Street Engineering City & State Ames, IA 50010 Invoice Date *********************.*************** 9002 A090913 Invoice No. Qty/Unit Amount Description GL Distribution Waterloo Stormwater Lift Stations Contract # 831 8/30/13 Est # 3 $205,065.41 Westfield, Vinton, Virden Creek Period to: 8/31/13 Special Instructi ns Submitted By 100% Reimburseable Gary Iverson @ INRCOG is requesting Reimbursement TOTAL 205,065.41 9/3/13 290-07-5300-2171 Date Approved By An Equal Opportunity/Affirmative Action Employer SAT Application 0 Document G702rn —1992 and Certificate for Payment G.-lad[eg sr. 29 :lure.: 4T it Ureteai o ®/o TO OWNER: City of Waterloo 715 Mulbeny Street Waterloo;, Iowa 50703 FROM Story Construction. Co. CONTRACTOR: 300 South Bell Avenue 50010 Ames, Iowa PROJECT: Waterloo StormwaterLitt Stations Waterloo, Iowa VIA Stanley Consultants ARCHITECT: 225 iom4'a Avenue Muscatine, Iowa 52761 APPLICATION NO: 003 PERIOD TO: August 31, 2013 CONTRACT FOR: General Construction CONTRACT DATE: PROJECT NOS:/3617/ Distribution to: OWNER: ARCHITECT: CONTRACTOR: FIELD: OTHER: CONTRACTOR'S APPLICATION FOR PAYMENT Application is made for payment,as shown below, in connection withtte Contract. Continuation Sheet, AIA Document G703, is attached. 1. ORIGINAL CONTRACT SUM 2, NET CHANGE BY CHANGE ORDERS 3. CONTRACT SUM TO DATE (Line I. u 2) 4. TOTAL COMPLETED & STORED TO DATE (Column G on G703) 5. RETAINAGE: a. 5 % of Completed Work (Column D+Eon (3703) '$ b. 5 % of Stored Material (Column F on 3703) Total Retainage (tines 5a+ 5b or Total in. Cohen $ -3,7.15,000.00 $ $ $ 821,286.50 The undersigned Contractor certifies that to the best of the Contractor's knowledge, information and belief the Work covered by this Application for Payment has been completed in accordance with the Contract Documents, that all amounts: have been paid by the Contractor for Work for which previous Certificates for Payment were issued and payments received from the Owner, and that current paymen • awn herein is now due. -1,243.00 CONT-ACT•R: 3,113,757.00 By:. 39,869.73 $ 1,194.60 060703) . $ 41,064.33 6, TOTAL EARNED LESS RETAINAGE $ 780,222.18 (Line 4 Less Line 5 Total) 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT (Line 6 from prior Certificate) 8, CURRENT PAYMENT DUE 9. BALANCE, TO FINISH,. INCLUDING RETAINAGE (Line 3 less Line 6) $ 575,156.76 205.065.41 $ 2,333,534.83 CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS Total changes approved in previous months by Owner $ 6,852.00 S 0.00 Total approved this Month. $ S 8,095.00 TOTALS $ 6,852.00 $ 8,095.00 NET CHANGES byChange Order $ -1,243.00 State of: Ova County of: Story Subscribed and sworn to befo me this'0// day of/2/ ,4 Notary Public - My Cornmtssi :?mires ;0.7, ff ✓:" (� rtir 0'. ARCHITECT'S CERTIFICATE FOR PAYMENT In accordance with. the Contract Documents, based on on-site observations and the data comprising this application, the Architect certifies to the Owner that to the best of the Architect's knowledge, information and belief the Workhas progressed as indicated, the quality of the Work is in accordance with the Contract Documents, and the Contractor is entitled to payment of the AMOUNT CERTIFIED. AMOUNT CERTIFIED - . $ 205,065.41 (Attach explanation ifamozmt certified differs from the amount. applied. Initial all figures on this Application and on the Conti pnatior y$heet that are changed to conform with the amount certified.) ARCHITECT\'>,;, By: ,p Date: 30 August. 2012 This Certificate is not negotiable. The AMOUN.. CERTIFIED is payable only to the Contractor named herein. Issuance, payment and acceptance of payment are without prejudice to any rights of the Owner or Contractor under this Contract. Date: C -30- CS LISA M. CAMP %Commission Number 1%631 ow +i/ it �l/. "117- a 02. /) AIA Document 0702m _ 1992:Copyright 001953, 1963, 1965, 1971, 1978, 1983 and 1992 by The American Institute of Architects. All rights reserved. WARNING: This AIM' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA, Document, or any portion of it, may result in severe civil and criminal penalties, and. will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 11:25:00 on 08/30/2013 under Order No.6130096422 1 which expires on 01/30/2014, and is not for resale. User Notes: (2035370059) Voucher Prepared by Pauline C CITY OF WATERLOO PAYMENT VOUCHER September 3, 2013 Vendor No. Batch NO. Keyed by: Department: Engineering Vendor Name Story Construction Grant/Project Code # Address 300 South Street Engineering City & State Ames, IA 50010 Invoice Date Invoice No. Qty/Unit Amount Description Waterloo Stormwater Lift Stations Contract# 831 8/30/13 Est# 3 $205,065.41 Westfield, Vinton, Virden Creek Period to: 8/31/13 Special Instructi. s Submitted By 100% Reimburseable Gary Iverson @ INRCOG is requesting Reimbursement TOTAL 205,065.41 9/3/13 9002 A090913 GL Distribution 290-07-5300-2171 Date Approved By An Equal Opportunity/Affirmative Action Employer *AJI-VDocument G702' Application and Certificate for Payment —1992 tjadLeil 5/.27 v, .c `li ii % tireteN o ®�o TO OWNER: City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 FROM Story Construction Co. VIA CONTRACTOR: 300 South Bell Avenue Ames, Iowa ARCHITECT: 50010 PROJECT: Waterloo StonuvvaterLift Stations Waterloo, Iowa Stanley Consultants 225 Iowa Avenue Muscatine, Iowa 52761 APPLICATION NO: 003 PERIOD TO: August 31, 2013 CONTRACT FOR: General Construction CONTRACT DATE: PROJECT NOS: 136171 Distribution to: OWNER: ARCHITECT: CONTRACTOR: FIELD; OTHER: CONTRACTOR'S APPLICATION FOR PAYMENT Application is made for payment, as shown below,in connection with. the Contract. Continuation Sheet. AIA Document G703, is attached. 1. ORIGINAL CONTRACT SUM . .. ,$ 3,115,000.00 2. NET CHANGE BY CHANGE ORDERS $ -1,243.00 3. CONTRACT SUM TO. DATE (Line 1.t 2) $ 3,113,757.00 4. TOTAL COMPLETED & 'STORED TO DATE (Column G on 0703) $ 821,286.50 5. RETAINAGE: a. 5 % of Completed Work (Column D+Eon 0703) .$ 39,869.73 b. 5 % of Stored Material (Column F on 3703) Total Retainage (Lines 5a+ 5b or Total in. Column I of 0703) $ 41,064.33 6. TOTAL EARNED LESS RETAINAGE S 780,222.18 (Line 4 Less Line 5 Total) 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT (Line 6 from prior Certificate) S. CURRENT PAYMENT DUE 9. BALANCE. TO FINISH,, INCLUDING RETAINAGE (Line 3 less Line 6) 1,194.60 $ 575,1.56.76 $ 205.065.41 $ 2,333,534,83 CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS Total changes approved in previous months by Owner $ 6,852.00 $ 0.00 Total approved this Month $ 5 8,095.00 TOTALS S 6,852.00 $ 8,095.00 NET CHANGES by Change Order 5 1,243.00 The undersigned Contractor certifies that to the best of the Contractor's knowledge, information and belief the Work covered by this Application for Payment has been completed in accordance with the Contract Documents, that all amounts have been paid by the Contractor for Work for, which previous Certificates for Payment were issued and payments received from the Owner, and that current paymen e,,,wn herein is now due. CONT By: State o County of: Story Subscribed 91 sworn to before , me this '110I i day of2tkvi r rQOF My Commis: xpires''^,,_ ARCHITECT'S CERTIFICATE FOR PAYMENT In accordance With the Contact Documents, based on on-site observations and the data comprising this application; the Architect certifies to the Owner that to the best of the Architect's knowledge; information and belief the Work has progressed as indicated, the quality of the Work is in accordance with the -Contract Documents, and the Contractor is entitled to payment of the AMOUNT CERTIFIED. AMOUNT CERTIFIED - $ 205,065,41 (Attach explanation if amount certified differsfrom the amount applied. Initial all figures on this Application and on the Contipuatio%r'$heet that are changed to conform with the amount certified) ARCHITECT: By: _. ,% C Date: 30 August 2012 This Certificate is not negotiable. The AMOUNT CERTIFIED is payable only.to the Contractor named herein. Issuance, payment and acceptance of payment are without prejudice to any rights of the Owner or Contractor under this Contract Notary Public(( .A„` Date: e -30- CS 0476 M) TX AIA Document G702"'-1992. Copyright 01953, 1963, 1965, 1971, 1978, 1983 and 1992 by The American Institute of Architects. All rights reserved, WARNING: This AlA' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction ordistribution of this AIA(' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlAsoftware at 11:25:00 on 08/30/2013 under Order No,613009e422 1 which expires on 01/3012014, and is not for resale. User Notes: (2035370059) Prepared by: Pauline C CITY OF WATERLOO 9002 PAYMENT VOUCHER A090913 September 3, 2013 Batch No. Keyed By: Vendor Aspro Engineering Department Address Grant/Project Code # City & State ******.******************************* Invoice Date Invoice No. Qty/Unit Amount Description G/L Distribution 08/30/13 Est # 7 Contract 832 Est No.7 $402,381.25 F.Y. Street Reconstruction Program 205-07-7500-2165 56,224.80 Storm Water Fee Funds 521-07-5300-2162 52,870.28 Sewer Funds 520-14-5200-2163 - Storm Sewer Bond Funds 409-07-5300-2162 8/13 thru 8/26/13 Special Instructions: Total $511,476.33 9/3/13 Submitted By Date Approved By: r.'r. auts S I NEE I KEGONS I RUCTION PROGRAM - CONTRACT NO. 832 PAY ESTIMATE NO.7- PAY PERIOD: AUGUST I3 -AUGUST 26, 2013 BID ITEM DESCRIPTION UNIT ASPRO ALABAR CHARLES CAA UNIT ELEVENTH, W. FOREST HAWTHORNE HILLSIDE LAFAYETTE MAYNARD PARK LANE ROSEBUD L P FAIRVIEWALLEY 1 2 3 DIVISION I BASE BID - SECTION L CONSTRUCT, MAINTAIN, REMOVE TEMPORARY ACCESS AND RE SY SY SY $59.40 $48.50 0.0 0.0 QTY QTY QTY QTY MY�� QTY UNIV. AVE. FR ()TY EY TOTAL TOTAL 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 O.D 0.0 0.0 0.0 0.0 20.0 QTY 0.0 OTT 0.0 QTY - 20.0 $ MISC, HMA, 3", 1M S 1/2", 60% CR REMOVE AND REPLACE MISC. 7.5" HMA 4 REMOVE AND REPLACE MISC. 6" PCC, C-4 SY $101.25 $80.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 118.1 0.0 0.0 0.0 0.0 190.2 95.4 0.0 0.0 190.2 $9,224_ 5 REMOVE AND REPLACE MISC. 4" HMA OVER6" PCC, M4 SY $130.85 0.0 0.0' 0.0 0.0 0.0 0.0 0.0 0.0 0.0' 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 213.5 $21,616.88$ 6 REMOVE AND REPLACE MISC. 4.5"HMA OVER 6"PCC, C-4 SY $135.75 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 00 0.0 $0.00 7 REMOVE AND REPLACE MISC. 4.5" HMA OVER T' PCC, M-4 SY $135.75 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 00 $0.00 8 _ 9 REMOVE/REPLACE MISC. SEALCOAT WI 2" HMA ACC DRIVEWAY APPROACH SY TON $42.25 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 $0.00 10 DRIVEWAY APPROACH AND SAV, 6" PCC, C-4 SY $165.00 $44.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $000 11 12 DRIVEWAY APPROACH AND SANS"PCC, C-4 SIDEWALK, 4" PCC, C-4 SY SY $43.25 $42.00 0.0 0.0 0.0 0.0 0.0 193.1 0.0 0.0 0.0 0.0 0.0 0.0 466.9 58.1 0.0 0.0 0.0 0.0 0.0 188.2 489.3 0.0 0.0 0.0 0.0 0.0 0.0 956.2 72.80 13 PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4 SY $45.40 0.0 0.0 0.0 3.6 29.7 0.0 0.0 0.0 0.0 59.9 0.0 0.0 22.6 0.0 0.0 0.0 0.0 0.0 439.4 86.7 $19,004.05 14 15 PEDESTRIAN RAMP DETECTABLE WARNING SURFACE SF $34.00 0.0 0.0 58.0 0.0 0.0 0.0 90.4 0.0 0.0 0.0 0.0 0.0 0.0 120.1 16 MISCELLANEOUS CONCRETE CONCRETE PAVEMENT REMOVAL CY $275.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 126.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 184.0 0.0 $5,452.54 $6,256.00 17 18 ASPHALT PAVEMENT SY $4.25 0.0 0.0 2716.2 1658.0 3713.9 REMOVAL SIDEWALK AND DRIVEWAY REMOVAL SY SY SY $4.25 $4.25 $6.00 0.0 0.0 0.0 0.0 0.0 0.0 418.9 0.0 302.1 0.0 221.4 0.0 0.0 0.0 9405.5 0.0 683.9 0.0 0.0 0.0 0.0 699.2 345.9® 2474.1 0.0 5990.3 0.0 514.2 0.0 0.0 0.0 0.0 25,958.0 699.2 $110,321.50 79 20 SIDEWALK REMOVAL $2,971.60 SAW CUT m SY $4.25 $4.50 0.0 0.0 0.0 0.0 0.0 3.6 213.0 0.0 0.0 0.0 0.0 0.0 0.0 58.6 126.0 0. 0 0.0 0.0 58.0 • • 27.0 2.8 403.5 0.0 0.0 0.0 0.0 0.0 2,701.2 65.0 $7 $390.00 $390.00 21 GEOGRID _ 22 23 WOVEN GEOTEXTILE MODIFIED SUBBASE SY TON $4.50 0.0 0.0 1227.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 6214.9 0.0 0.0 0.0 827.5 7,441.9 $3,516.88 0.0 0.0 0.0 0.0 0.0 0.0 0.0 24 RECYLED ASPHALT PAVING TON $22.00 0.00 0.00 1350.46 0.00 0.O0 0.00 2937.76 0.00 398.38 2616.6 1766.90 0.0 0.0 0.0 2,616.6 $11,774.70 25 ROADSTONE, 3/4" TON $48.00 $48.00 0.0 0.0 0.0 0.0 1180.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3.1 0.0 0.0 0.0 0.0 0.0 0.0 4234.34 0.0 0.0 0.00 0.0 0.0 0.00 0.0 0.0 10687.84 0.0 $235,132.48 46.88 26 DRAIN TILE, 6" LF $9.90 0.0 0.0 0.0 0.0 27 28 DRAIN TILE, 4" DRAIN TILE STUB, 4" $8.45 $19.40 0.0 0.0 0.0 306.0 0.0 0.0 0.0 1851.0 0.0 83.0 1764.0 0.0 0.0 0.0 31 0.0 0.0 0.0 890.0 0.0 133.0 0.0 3588.0 4,878.0 $48,292.20 29 30 DRAIN TILE TAP AND COLLAR RF -19C, INLET OUTLET DETAIL (RODENT GUARD EACH EACH $200.00 0.0 0.0 0.0 110.0 0.0 0.0 0.0 0.0 5.0 0.0 0.0 65.0 0.0 0.0 0.0 0.0 1.0 135.0 0.0 0.0 0.0 0.0 0.0 4,917.0 310.0 $41,548.65 $2,400.00 37 CONVERT WATER VALVE MANHOLE TO ROADBOX EACH EACH $105.00 $510.00 $49.00 0.0 0.0 0.0 0.0 0.0 0.0 2.0 0.0 0.0 0.0 3.0 0.0 0.0 18.0 2.0 0.0 0.0 1.0 0.0 2.0 10.0 1.0 4.0 6.0 0.0 0.0 0.0 0.0 0.0 12.0 35.0 $3,675.00 $3,675.00 32 WATER SERVICE CORPORATION, 314" 33 34 WATER SERVICE CURB STOP, 3/4" WATER SERVICE PAVE BOX, 3/4" EACH EACH $150.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 3.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 8.0 1.0 $4,080.00 $49.00 35 COPPER WATER SERVICE, 3/4" LE $150.00 $21.95 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3,0 $450.00 36 37 38 WATER SERVICE CORPORATION, 1" EACH $52.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 5.0 0.0 47.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3.0 52.0 $450.001 WATER SERVICE CURB STOP, 1" WATER SERVICE PAVE BOX, 1" EACH EACH $200.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $1,1$0.00 $0.00 39 40 41 42 COPPER WATER SERVICE, 1" LF $200.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 WATER SERVICE KILL EACH $23.50 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 WATER SERVICE TAP, 3/4" OR t" LOWER WATER SERVICE, 3/4" OR EACH $375.00 $110.00 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 13.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 15.0 $0.00 $5,625.00 43 1" UNDERGROUND INVESTIGATION -WATER EACH EACH $750.00 $325.00 0.0 - - 0.0 0.0 0.0 0.0 0.0 0.0 2.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 00.00 44 TOPSOIL, 4" HYDROSEED. SY $16.75 0.0 0.0 0.0 0.0 0.0 256.9 0.0 0.0 11.0 0.0 2.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2.0 140 $4,550.00 45 SY SY $3.00 $10.40 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 164.0 0.0 0.0 420.9 $$4,550.00 7,050.08 46 TOPSOIL REMOVAL FROM PARKING, EARTHWORK 47 48 CONSTRUCTION SURVEY ® $58,000.00 0.0 0.0000 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 TRAFFIC CONTROL $55,000.00 0.0000 0.0400 0.0000 0.0650 0.0000 0.1720 0.0000 0.060D 0.0680 0.0 0.0 0.0 $0.00 49 50 DETOUR ROUTE- W. 11th ST. DETOUR ROUTE - LAFAYETTE ST. ® ® $3,000.00 0.0000 0.0 0.0000 0.0 0.1000 0.8 0.0000 0.0 0.035D 0.0 0.0000 0.0 0.1900 0.0 0.0000 0.0 0.0500 0.0 0.0500 0.0590 0.0600 0.0000 0.0000 0.0180 0.0000 0.4820 0.5050 $27,775.00 4$2,400.00 51 DETOUR ROUTE -PARK LANE $3,000.00 0.00 0.00 0.00 0.00 0.0D 0.00 0.50 0.00 0.0 0.0 0.0 0.0 0.8 52 PAINTED PAVEMENT MARKING, WATER BASED LS STA $1,500.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.00 7.0 0.00 0.00 0.00 0.00 0.50 $1,500.00 53 PAVEMENT 53A CLEARING MARKING, SYMBOL OR LEGEND AND GRUBBING EACH $50.00 $260.00 0.00 0.0 0.00 0.0 0.00 0.0 0.00 0.0 0.00 0.0 0.00 16.18 0.00 0.00 0.0 0.00 0.0 0.00 0.0 0.00 0.0 0.0D 10 1618 $ $809.00 48$0.00 5313 ROLLED UNITS $50.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTAL EROSION CONTROL PRODUCT BASE S.Y. $4.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 146.5 0.0 0.0 0.0 0.0 146.5 $7,325.00 BID - DIVISION I SECTION I 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 $713,744.18 Page - 1 r. Y. 2014 S I NEE/ RECONSTRUCTION PROGRAM - CONTRACT NO. 832 PAY ESTIMATE NO. 7 - PAY PERIOD: AUGUST 13 - AUGUST 26, 2013 DIVISION I BASE BID - SECTION II UNIT ASPRO UNIT$ ALABAR CHARLES CAM QTY ELEVENTH, QTY W. FORESTHAWTHORNE QTY QTY HILLSIDE QTY LAFAYETTE OW MAYNARD QTY PARKROSEBUDUNIV. QTY Qry AVE. FR qry AALEY BELL F 54 55 STORM SEWER, 2000D, 30" STORM SEWER, 20000, 24" LF LF $54.55 OTT 0.0 ALLEIRVIEY) TOTAL Qom, TOTAL $ 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 DIY Qry 56 57 STORM SEWER, 20000, 21" STORM SEWER 2000D 18" LF LF $54.55 $49.70 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 0:0 0.0 0.0 0.0 0.0 D:0 0.0 $0 � 58 STORM SEWER, 20000, 15" LF $4070 $36.65 $35.15 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 5.0 47.0 0.0 0.0 460.0 239.5 0.0 0.0 0.0 0.0 0.0 36.0 23.0 D.0 0.0 0.0 0.0 0.0 0.0 0.0 501.0 $0.00 59 STORM SEWER, 2000D, 12" LF 60 61 STORM SEWER, 20000, 36" X 23" ARCH STORM SEWER, TRUSS, 8" LF LF $86.75 $36.05 0.0 0.0 0.0 0.0 0.0 0.0 142.0 0.0 472.0 0.0 7.0 252.0 8.5 6.0 0.0 0.0 0.0 0.0 318.0 $1,6590.70 4.70 0.0 0.0 0.0 0.0. 0.0 0.0 0.0 879.0 $30,8$6.00 62 STORM MANHOLE, TYPE A, 48" EACH $3,595.00 0,0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 3.0 0.0 0,0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 63 64 STORM MANHOLE, TYPE A, 72" SW -002 RECTANGULAR STORM MANHOLE EACH EACH $6,500.00 $4,500.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 5.0 0.0 0.0 0.0 0.0 4.0 0.0 0.0 0.0 0.0 1.0 3.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 2.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 1.0 7.0 $17,97$0.00 5.00 $31,500.00 65 66 SW -002 RECTANGULAR STORM MANHOLE, MODIFIED SW -507 SINGLE OPEN -THROAT CURB INTAKE, SHALL BOX EACH EACH $4,500.00 $3,575.00 0.0 0.0 0.0 0.0 0.0 0.0 67 SW -509 DOUBLE OPEN -THROAT CURB INTAKE, SMALL BOX EACH $4,500.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3.0 0.0 0.0 0.0 0.0 0.0 2.0 3.0 68 SW -512 CIRCULAR AREA INTAKE CASE i, WITH SW -604 TYPE 9 EACH ® LF $1,900.00 $439.00 0.0 0.0 0.0 0.0 0.0 0.0 0:0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $10,7725.00 69 70 RCB, PRECAST, 7' X 3' RCB, PRECAST, 7'X4' 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 261.0 0.0 0.0 0.0 0.0 0.0 0,0 $0.00 71 72 WING WALL CUT OUT FOR 7'X4'RCB STORM MANHOLE ACCESS INTO RCB LS EACH $492.00 $5,000.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 661.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 261.0 661.0 $114,57$0.00 9.00 $325,212.00 73 REMOVE EXISTING STRUCTURE EACH $1,675.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 4.0 0.0 0.0 0.0 0.0 1.0 $5,000.00 _ 74 75 REMOVE STORM SEWER PIPE LESS THAN 36" REMOVE STORM SEWER PIPE, 42" LF $525.00 $9.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 4.0 0.0 1,0 0.0 7.0 0.0 2.0 0.0 0.0 0.0 0.0 4.0 14.0 $7,350.00 $7,3 0.00 76 77 TYPE E -7-C INLET LF EACH $20.00 $2,200.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 80.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 TYPE E -2-C INLET EACH $3,095.00 0.0 0.0 0.0 2.0 0.0 10.0 0.0 0.0 0.0 0.0 0.0 800 78 TYPE E -1-C INLET, USE EXISTING CASTING EACH 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 2.0 0.0 0.0 15.0 $33,000.00 79 80 TYPE E -2-C INLET, USE EXISTING CASTING. EACH $1,800.00 $2,895.00 0,0 0.0 0.0 0:0 0.0 0.0 00 0.0 0.0 3.0 0.0 0.0 0.0 3,0 $9,285.00 REM/REPL INLET BOXOUT, E-1 C 0.0 0.0 0.0 0.0 00 0.0 0.0 0.0 0.0 $0.00 81 82 83 REM/REPL INLET BOXOUT &TOP, MODIFIED E -1-C EACH EACH $1,006.00 $2,950.00 0,0 0.0 0.0 0.0 0.0 ® 00 0.0 0.0 $2,012.00 REM/REPL INSERT AND TOP, RA -3 EACH $2,450.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2.0 0.0 0.0 2.0 REM/REPL INSERT AND TOP, K-1 EACH $2,875.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 84 REM/REPL INSERT AND TOP, K-2 EACH $3,225.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 85 REM/REPL INSERT AND TOP, K-3 EACH $3,600.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 86 TAP AND COLLAR STRUCTURE OR PIPE EACH $1,275.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $700 87 88 INSULATE EXISTING COPPER WATER SERVICE SLOPE PROTECTION, PCC, 6" EACH Sy EACH $200.00 $59.00 $332.88 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 . 0,0 0.0 0.0 0.0 $700 $0.00 89 STORM WATER PROTECTION FOR STRUCTURES 2001 LOWER 6" WATER MAIN EACH UNIT $4,838.35 ASPRO UNIT $ 0.0 ALABAR QTY 0.0 0.0 CHARLES QTY 0.0 0.0 0.0 0.0 4.0 0.0 0.0 0.0 P 0.0 0.0 $0.00 TOTAL BASE BID - DIVISION I SECTION II======= 0.0 ELEVENTH, W. QTY 0.0 FOREST 0.0 HAWTHORNE 0.0 HILLSIDE 0,0 LAFAYETTE 0.0 MAYNARD 1.0 --�- PARK LANE 0.0 ROSEBUD 0.0 UNIV. 0.0 CAMPBELL 00.0 .0 0.0 FAIRVIEWLLEY 6.0 1.0 TOTAL $1,997.28 $4,838.35 $650,215.88 BID ITEM DESCRIPTION DIVISION I BASE BID - SECTION III 90 RECONSTRUCT SANITARY SEWER, 36" LF $165.00 0.0 0.0 0.0 QTY QTY QTY MY QTY QTY QTY CM QTY QTY QTY TOTAL 91 RECONSTRUCT SANITARY SEWER, 30" LF $150.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $ 92 RECONSTRUCT SANITARY SEWER, 15" LF $78.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 93 RECONSTRUCT SANITARY SEWER, 12" LF $69.00 0.0 0,0 - 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 94 95 RECONSTRUCT SANITARY SEWER, 10" RECONSTRUCT SANITARY SEWER, 8" ® LF $65.00 $55.00 0.0 0.0 0.0 0.0 0.0 763.5 0.0 0.0 353.0 0.0 00 474,0 0.0 0.0 0.0 0.0 0.0 0.0 827.0 $57,063.00$0.00 0.0 0.0 763.5 580.5 0.0 0.0 0.0 0.0 39.0 784.0 0.0 0.0 0.0 0.0 0.0 0.0 802.5 2,128.0 $1$17,040.00 96 97 REMOVE AND REPLACE SANITARY SEWER,8" SANITARY SEWER SERVICE, 6" LF _ EACH $65.00 $44.50 $4,350.00 0.0 0,0 0.0 0.0 0.0 0.0 0.0 424.0 1.0 0.0 0.0 0.0 0.0 0.0 624.0 1.0 0.0 0.0 0.0 0.0 592.0 0.0 0.0 0,0 56.0 0.0 466.5 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2,162.5 31.25 98 98A STANDARD SANITARY MANHOLE, 48" STANDARD SANITARY DROP MANHOLE, 99 48" STANDARD SANITARY DROP MANHOLE, 60" EACH EACH $4,550.00 0.0 0.0 1.0 0.0 0.0 0.0 5.0 0.0 0.0 0.0 0.0 0.0 3.0 0.0 0.0 0.0 10.0 .25 $43,500.00 99A STANDARD SANITARY MANHOLE, 60" EACH $6,300.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 $4.5$0.00 100 101 REMOVE EXISTING STRUCTURE, SANITARY MANHOLE EACH $5,825.00 $650.00 0.0 0.0 0.0 0.0 0.0 2.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 102 TRACE SANITARY SEWER SERVICE DYE TEST INVESTIGATION EACH $400.00 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0,0 6.0 0.0 0.0 0.0 3.0 0.0 0.0 0.0 12.0 $7,800.00 103 UNDERGROUND INVESTIGATION -SANITARY EACH EACH $175.00 0.0 0.0 1.0 0.0 0.0 0.0 4.0 0.0 0.0 0.0 1.0 0,0 0.0 0.0 0.0 0.0 1001 SANITARY SEWER SERVICE, 8", C-900, WI COLLAR REMOVAL EACH $410.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 2.0 0.0 0.0 0.0 8.0 $1,400.00 1002 SANITARY 1003 SANITARY SEWER SERVICE, 8", C-900 SLEEVE SEWER SERVICE, 4", SDR 23.5, RELOCATE EACH EACH $2,871.00 $176.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 , 0.0 00 0.0 0.0 0.0 0.0 0.0 0.0 71.00 0.0 0.0 0.0 0.0 0.0 0.0 3.0 0.0 1.0 $2$528.00 1004 TEMPORARY SANITARY STORM CONNECTION EACH $1,328.63 $701.80 0.0 0.0 00 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 3.0 TOTAL BASE BID - DIVISION I SECTION III 0.0 0.0 0.0 0.0$1$708.80 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 1.0 $7076.1 Page - 2 $385,176.18 - F.Y. 2014 STREET RECONSTRUCTION PROGRAM - CONTRACT NO. 832 LAFAYETTE MAYNARD PARK LANE ROSEBUD PAY ESTIMATE NO. 7- PAY PERIOD: AUGUST 13 -AUGUST 26, 2013 UNIV. AVE. FR CAMPBELL ALLEY FAIRVIEW ALLEY TOTAL - UNIT ASPRO ALABAR CHARLES ELEVENTH, W. FOREST �� HAWTHORNE HILLSIDE DIVISION I BASE BID - SECTION IV - STORM SEWER IN ALLEYS UNIT $ QTY QTY QTY QTY QTY OTY QTY QTY QTY QTY QTY QTY QTY QTY 104 SAWING LF $4.25 D.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 000 105 SIDEWALK AND DRIVEWAY REMOVAL SY $6.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 D.0 0.0 0.0 0.0 0.0 0.0 0.0 $00 106 REMOVE AND REPLACE MISC. 3" HMA OVER 6" PCC, M-4 SY $125.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 107 ALLEY OR DRIVEWAY APPROACH AND SAN, 6" PCC, C-4 SY $90.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 108 STORM MANHOLE, TYPE A, 48" EACH $3,595.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 109 SW -511 RECTANGULAR AREA INTAKE EACH m SY $2,500.00 $35.95 $8.00 0.0 0.0 0.0 0.0 0.0 0.0 0.D 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 128.0 130.0 1.0 128.0 130.0 $2500.00 $4,601.60 $1,040.00 110 ST0RM SEWER, 2000D, 12" 111 EXCAVATION/GRADING 112 RECYLED ASPHALT PAVING ON $48.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.00 7.77 7.77 713 CONTROL LS $1,500.00 0,0 0.0 0.0 --- 0.0 0.0 0.0 0.0 0.0 0.0 ----- 0.0 0.0 0.0 0.0 0.0 $0,00 $8,514.56 TOTAL BASE BID DIVISION I SECTION_-- CHARLES ELEVENTH, W. FOREST HAWTHORNE HILLSIDE LAFAYETTE MAYNARD -� PARK LANE ROSEBUD UNIV. AVE. FR CAMPBELL ALLEY FAIRVIEW�- ALLEY$1,757,650.80 TOTAL TOTAL TOTALS•-- BID ITEM • UNIT • ALTERNATE A UNIT $ QTY QTY QTY QTY QTY QTY QTY QTY MY QTY QTY QTY QTY QTY $ ii'j 0.0 0.0 0.0 0.0 0.0 --- 0.0 0.0 $0.00 1A .r. CR SY $10.70 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2A r'CR SY $11.50 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 $0.00 3A SY $13.55 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 4A SY ® SY $10.75 $18.95 $25.85 0.0 0.0 0.0 0.0 0.0 0.0 1144.6 0.0 1144.6 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2154.4 0.0 2154.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 5259.3 5259.3 0.0 0.0 0.0 0.0 8,558.3 5,259.3 $92,001.73 $99 663 74 5A 6A 0.0 0.0 0.0 0.0 0.0 3,299.0 7A SY $13.60 0.0 0.0 1144.6 0.0 0.0 0.0 2154.4 0.0 0.0 0.0 5259.3 0.0 0.0 8,558.3 •r 8A •WIDE,$12.75 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1778.0 0.0 0.0 0.0 1,778.0$22,669.50 •• 9A •WIDE,•" THICK LF $14.25 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3528.5 0.0 0.0 3,528.5 $50,281.13 10A •WIDE,r LF $15.50 0,0 0.0 833.0 0.0 0.0 0.0 2804.0 0.0 0.0 0.0 0.0 0.0 0.0 3,637.0 r 11A COLD WEATHER CONCRETEPROTECTION SY $3.60 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 72ALINSEED• SY $4.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 '.rrr 13APAVEMENT • TESTING LS $3,500.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 14A EXCAVATION CY $10.50 0.0 0.0 1034.0 0.0 0.0 0.0 1854.0 0.0 0.0 937.1 2089.5 0.0 0.0 5,914.6 $62,103.30 TOTALALTERNATE A_- -------_ --- $584,764.92 • • UNIT ASPRO UNIT $ Q-- THIS EST PREVIOUS TOTAL QTY TO DATE TOTAL COST - --�- ITEM DESCRIPTION ®AW WA Standard C909 PVC,6inch diar ® r 0.0 0.0 rrr Ductile iron water main. 6 -inch dia., Class 52 L . EACH $52.50r $11.00 $3,695.00 $3,895.00 $1,555.00 OM 0 0 0.0 0.0 0.0 410.0 0.0 1.0 1.0 0.0 410.0 0.0 1.0 1.0 0.0 $21,525.00 $0.00 $3,695.00 $3,895.00 $0.00 -- -� 3 Ductile iron water main removal 4 Tapping sleeve, valve and box, 6 on 6 inch dia. 5 Tapping sleeve, valve and box, 12 on 6 inch dia. 6 Gate valve and box, 6 -inch dia. Gate valve and box, 4 -inch dia. ® rrr OM r r r r $0.00 x6ic EACH EACH 6r 00 $360.00 $230.00 OM 0.0 0.0 OM 0.0 7.0 0.0 0.0 7.0 00 $0.00 $1,610.00 --- -- 9 9 Tee, 6-inceX Tee,,-inchX dia. dia. 10 iainch Bend, binch dia., an de•ree 11 ®Reducer,8 inch x4inch diaEACH EACH $250.00 , rr rr 0.0 r r 1.0 0.0 1.0 • • $250.00 rrr Megalu.s, 6 -inch dia. rrr rrr rr r • 0.0 0.0 $0.00 r•���� Cap or Plug, 6 -inch dia. Install and remove plug EACH EACH EACH $575.00 $355.00 $700.00 r r 0.0 0.0 r r 4.0 0.0 r r 4.0 0.0 $0 00 $1,420.00 $0.00 --_- ------ ---�- 16 17 Concrete blocking Hydrant removal 18 29 Hydrant assembl Temporary PVC water main EACH L.F. EACH $4,795.00 $20.65 $1,545.00 -_- $1,150.00 0.0 0.0 D.0 0.0 1.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 $4,795.00 $0.00 $0.00 --�== $0.00 --- -�--- -=�- _ 20 water main Removal of temporary PVC sIron _ 21 connections to ductile Iron water main w 22 3/4" Lon• side water service EACH EACH EACH $1,750.00 $1,500.00 r 0,0 0.0 0.0 0.0 0.0 0.0 $0.00 $0.00 _�_� -- --�-- -_ 1" Short side water service 1 Long side water se 1 1/2" Short side water serviceEACH SS 00 $2,000.00 $2,500.00 0.0 1.0 1.0 , 00 $7,900.00 --- TOTAL DIVISION LESS_ 5% RETAINAGE II -� $49,020.00$2 $2,451.00 - Traffic control-Ansborou•h at Univ Av. FC Rd. 27 rough at Univ. Av. Fr. Rd. Pavement Rem, And Repl.W.An SY ® $100.00 $1,000.00 0.0 0.0 79.0 0.0 79.0- 0.0 $7,900.00$ $0.00 28 6th Traffic control -Wisner and W. 6th 29 30 Pavement Rem. And Repl.-Wisner and W. 6th SY $100.00 $3.00 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 $0.00 SUBTOTAL-- ESS AMOUNT• PAID $46,569.00 $46,569.00 y 31 > _+: Ed As •halt Paving $48.00 0.0 0.0 0,0 $0.00 -- AMOUNT • $0.00 TOTAL DIVISION II $49,020.00 F.Y. 2013 STREET RECONSTRUCTION PROGRAM -- CONTRACT NO. 832 PAY ESTIMATE NO.7 - PAY PERIOD: AUGUST 13 - AUGUST 26, 2013 I DIVISION I TOTAL BASE BID SECTIONS I AND II.+ALTERNATE A I $1 948 724.97 DIVISION II (WATER MAIN) I $49,020.00 DIVISION I TOTAL BASE BID SECTIONS I AND II + ALTERNATE A + LESS BID ITEMS 69-72 (STORM WATER FEE UP TO $500,000.00) I DIVISION II I $1,997,744.97 $451,491.00 SUBTOTAL I 546,253.97 $77,312.70 LESS 5% RETAINAGE ON BASE BID SECTIONS I AND Ii.+ALTERNATE A SUBTOTAL I $1,468,941.27 LESS AMOUNT PREVIOUSLY PAID I $1,066,560.02' AMOUNT DUE THIS ESTIMATE FROM LOCAL OPTION FUNDS I 8402,381.25 DIVISION I SECTION II BID ITEMS 69-72 (STORM WATER FEE UP TO $500,000) $451,491.00 LESS 5% RETAINAGE ON BID ITEMS 69-72 (UP TO $25,000.00) I I $22,574.55 SUBTOTAL (UP TO $475,00D.00) I I $428,916.45 LESS AMOUNT PREVIOUSLY PAID I I $372,691.65 AMOUNT DUE THIS ESTIMATE FROM STORM WATER FEE FUNDS (UP TO $475,000.00) I $56,224.80 DIVISION I SECTION III I $385,176.18 LESS 5% RETAINAGE $65,917.371 SUBTOTAL I $365,917.37 LESS AMOUNT PREVIOUSLY PAID I $313,047.09 AMOUNT DUE THIS ESTIMATE FROM SEWER FUNDS I $52;870.28 DIVISION I SECTION IV 11111.111111.§8,514.56 $425.73 LESS 5% RETAINAGE SUBTOTAL $8,088.83 LESS AMOUNT PREVIOUSLY PAID AMOUNT DUE THIS ESTIMATE FROM STORM SEWER BOND FUNDS $6,0$0.00 $0.00 /iJ / l APPROVED: :; SPR0,1��. ANu UBSI0IA•IES DA an- Tiro �:�s-ra APPR'X D: :CITT O/r'' LGO 10 .i. VAT Page - 4 5i({ Prepared by: Pauline C CITY OF WATERLOO , 9002 PAYMENT VOUCHER A090913 September 3, 2013 Vendor No. Batch No. Vendor Aspro Department Engineering Department Address Grant/Project Code # City & State ************************************* Keyed By: Invoice Date Invoice No. Qty/Unit Amount Description G/L Distribution 08/30/13 Est # 23 $38,935.04 Contract 819 Est No 23 2013 St Recon 205-07-7500-2165 0.00 Sewer 520-14-5200-2165 Bond Funds 408-07-7500-2165 8/13 - 8/26 Total $38,935.04 Special Instructions: 9512 9/3/13 Submittedy Date Approved By: F.Y. 2012 STREET RECONSTRUCTION PROGRAM - CONTRACT NO. 819 -_-- --- -- --2000 BLOCK 1700 & 3000 1200 & 1400 PARTIAL AY ESTIMATE NO. 23- PERIOD: AUGUST 13- AUGUST 26,2013 BID ITEM DESCRIPTION UNIT ST ASPRO UNIT $ $59.40 DAWSON QTY -- 0.0 KERN QTY 0.0 LAFAYETTE QTY 0.0 MAYNARD QTY -_- 0.0 MITCHELL QTY 0.0 NINTH, W. QTY 0.0 RIDGEWAY, E. QTY 55.6 SHUKEI QTY 0.0 UNIV. F. RD QTY 45.8 HAMMOND QTY 36.7 RIDGEWAY, E QTY 0.0 MAYNARD INTS. QTY 0.0 TOTAL QTY 138.1 TOTAL $ $ DIVISION I BASE BID - SECTION I 1 CONSTRUCT,MAINTAIN, REMOVE TEMPORARY ACCESS AND REST 2 MISC. HMA, 3", 1M S 1/2", 60% CR $48.50 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 1552 0.0 0.0 0.0 155,2 $7,527.20 3 MISC. HMA, 1 1/2", 3M S 1/2", 75% CR • $205.00 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 4 REMOVE AND REPLACE MISC. 9" HMA SY SY $121.50 $143.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 28.3 14,0 60.2 0.0 0.0 0.0 88.5 14.0 $10,752.75 $2,002.00 5 REMOVE AND REPLACE MISC. 10.5" HMA 6 REMOVE AND REPLACE MISC. CURB AND GUTTER, 24" X 9" PCC, C LF $55.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 61.6 0.0 61.6 $3,388.00 6A REMOVE AND REPLACE MISC. CURB AND GUTTER, 24"X6"PCC,C LF $53.00 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 7 REMOVE AND REPLACE MISC. 6" PCC, C-4 SY $60.00 30.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 30.1 $1,806.00 8 REMOVE AND REPLACE MISC. 4" HMA OVER 7" PCC, M-4 SY $126.50 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 $0.00 9 REMOVE/REPLACE MISC. SEALCOAT W/ 2" HMA SY $42.25 0.0 0.0 93.3 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 6.9 0.0 0.0 0.0 0.0 93.3 36.1 $3,941.93 $5,956.50 10 ACC DRIVEWAY APPROACH TON $165.00 4.2 0.0 3.5 0.0 0.0 0.0 21.5 0.0 71 DRIVEWAY APPROACH AND S/W, 7" PCC, C-4 SY SY SY SY SY SF SY ® ® $41.50 $40.50 $39.75 $38.65 $41.90 $34.50 $4.15 $4.15 $4.15 0.0 78.0 437.5 324.2 112.4 192.0 0.0 8872.3 1006.4 0.0 60,9 136.9 22.9 72.2 96.0 2104.0 0.0 338.3 00 258.1 51.3 203.4 255.9 348.0 14410.6 0.0 963.6 0.0 0.0 0.0 0.0 0.0 0.0 1150.5 0.0 90.6 0.0 0.0 613.4 9.8 0.0 0.0 2388.2 0.0 602.2 0.0 545.8 212.8 292.8 275.6 360.0 9398.1 0.0 1670.8 244.0 36.4 0.0 0.0 0.0 0.0 2343.7 0.0 407.4 0,0 107.1 0.0 0.0 0.0 _ 0.0 1262.7 0.0 29.5 0.0 722.0 127.7 30.1 00 0.0 9963.6 0.0 1099.4 0.0 0.0 146.6 0.0 0.0 0.0 1421.5 0.0 139.5 0.0 0.0 168.5 0.0 0.0 0.0 1407.7 0.0 182.4 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 3.3 244.0 1808.3 1894.7 883,2 776.1 996.0 45850.6 8872.3 6533.4 $10,126.00 $73,236.15 $75,314.33 $34,135.68 $30,004.59 $34,362.00 $190,279.99 $36,820.05 $27,113.61 -. 12 DRIVEWAY APPROACH AND SAN, 6" PCC, C-4 13 DRIVEWAY APPROACH AND S/W, 5" PCC, C-4 14 SIDEWALK, 4" PCC, C-4 15 16 PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4 PEDESTRIAN RAMP DETECTABLE WARNING SURFACE 77 CONCRETE PAVEMENT REMOVAL 18 ASPHALT PAVEMENT REMOVAL 19 SIDEWALK AND DRIVEWAY REMOVAL 20 SAW CUT LF SY SY TON TON TON TON $4.25 $4.50 $4.50 $21.00 $19.25 $48.00 $48.00 233.0 0,0 0.0 4904.92 0.0 0.00 20.26 0.0 465.0 0.0 1115,85 0.0 0.00 0.00 488.5 0.0 0.0 8246.02 42.8 34.03 27.33 174.0 0.0 0.0 0.00 0.0 0.00 0.00 106.0 0.0 2565.0 1904.59 0.0 0.00 0.00 149.0 231.1 1005.0 8222.79 0.0 0.00 27.85 270.0 2665.6 0.0 1860.77 0.0 30.62 0.00 0,0 0.0 0.0 782.92 0,0 0.00 0.00 403.0 5050.1 3428.3 6699.62 841.34 0.00 25.69 0.0 975.0 0.0 554.85 0.00 0.00 0.00 320.0 0.0 0.0 1137.79 0.0 0.00 3.64 0.0 0.0 0.0 0.00 0.0 0.00 0.00 2143.5 9386.8 6998,3 35430.12 884.15 64.65 104.77 $9,109.88 $42,240.60 $31,492.35 $744,032.52 $17,019.89 $3,103.20 $5,028.96 21 GEOGRID 22 WOVEN GEOTEXTILE 23 MODIFIED SUBBASE 24 SPECIAL BACKFILL SUBBASE 25 RECYLED ASPHALT PAVING 26 ROADSTONE, 3/4" 27 DRAIN TILE, 6" LF LF $9.90 $8.45 5092.0 0.0 1236.0 0.0 3697.0 818.0 0.0 0.0 1706.0 30.0 3828.0 1312.0 0.0 1698.0 530.0 263.0 854.0 4434.0 0.0 104.0 0.0 807.0 0.0 0.0 16943.0 9466,0 $167,735.70 $79,987.70 28 DRAIN TILE, 4" 29 DRAIN TILE STUB, 4" IJ EACH $18.40 $200.00 $105.00 420.0 f 39.0 88.0 2.0 14.0 175.0 12.0 0.0 0.0 6.0 170.0 a 2.0 115.0 3,0 24.0 0.0 2.0 6.0 0.0 2.0 2.0 45.0 11.0 13.0 0.0 2.0 0.0 0.0 7,0 0.0 0.0 0,0 7013.0 20.0 127.0 $18,639.20 $4,000.00 $13,335.00 �DRAIN TILE TAP AND COLLAR 31 RF -19C, INLET OUTLET DETAIL RODENT GUARD 32 CONVERT WATER VALVE MANHOLE TO ROADBOX EACH EACH $510.00 $42.00 0.0 0.0 0,0 0.0 3.0 1,0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 5,0 1.0 $2,550.00 $42.00 33 WATER SERVICE CORPORATION, 3/4" _ 34 WATER SERVICE CURB STOP, 3/4" EACH J LF EACH $150.00 $150.00 $21.95 $50.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 12.0 14.0 368.0 0.0 0.0 0.0 0.0 0.0 2.0 2.0 63.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 14.0 16.0 431.0 0.0 $2,100.00 $2,400.00 $9,460.45 $0.00 35 WATER SERVICE PAVE BOX, 3/4" 36 COPPER WATER SERVICE, 3/4" 37 WATER SERVICE CORPORATION, 1" 38 WATER SERVICE CURB STOP, 1" EACH $200.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0,0 0.0 $0.00 39 WATER SERVICE PAVE BOX, 1" EACH $200.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 $0.00 40 COPPER WATER SERVICE, 1" ® EACH $23.50 $375.00 0,0 1.0 0.0 0,0 0.0 3,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 4.0 $0.00 $1,500.00 WATER SERVICE KILL 42 WATER SERVICE TAP, 3/4" OR 1" lEal EACH EACH $710.00 $750.00 $325.00 0.0 1.0 2.0 0,0 0.0 0.0 2.0 0.0 5.0 0.0 0.0 0.0 0.0 9.0 9.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0_0 0.0 0.0 - 0.0 2.0 0,0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 2.0 70,0 19.0 $220.00 $7,500.00 $6,175.00 43 LOWER WATER SERVICE, 3/4" OR 1" 44 UNDERGROUND INVESTIGATION -WATER 45 TOPSOIL,4" SY SY m LS ® ® $16.75 $3.00 $10.40 $66,900.00 $370.00 $57,000.00 7300,0 0.0 837.5 0.12 1.00 0.12 288.0 0.0 0.0 0.05 0.00 0.05 1202.7 812.7 1938.7 0.25 0.00 0.25 0.0 0.0 0.0 0.03 0.00 0.03 425.0 0.0 0.0 0.05 0.00 0.05 1490.0 1550.1 3175.0 0.20 0.00 0.20 0.0 0.0 0.0 0.04 0.00 0.04 222.0 0.0 0.0 0.02 0.00 0.02 1468.0 1963.1 0.0 0.12 0.00 0.12 267.0 0.0 0.0 0.05 0.00 0.05 196.0 0.0 0.0 0.05 0.00 0.05 40.0 0.0 0.0 0,00 0.00 0.00 6898.7 4325,9 5951.2 0.98 1.00 0.98 $115,553.23 $12,977.70 $61,892.48 $65,562.00 $370.00 $55,860.00 46 HYDROSEED 47 TOPSOIL REMOVAL FROM PARKING, EARTHWORK 48 CONSTRUCTION SURVEY 2002 ADDITIONAL CONSTRUCTION SURVEY 49 TRAFFIC CONTROL 50 DETOUR ROUTE - W. 9th ST. LS $2,000.00 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0,0 0.0 0.0 0.0 0.0 1.0 $2,000.00 51 DETOUR ROUTE-HAMMOND AVE. ® $2,000.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 1.0 $2,000.00 52 DETOUR ROUTE - E. MITCHELL AVE. LS LS $2,000.00 $2,000.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 1.0 0.0 0.0 1.0 1.0 $2,000.00 $2,000.00 53 DETOUR ROUTE - E. RIDGEWAY AVE. 54 DETOUR ROUTE - SAGER AVE. LS $2,000.00 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 1.0 $2,000.00 55 PAINTED PAVEMENT MARKING, WATER BASED STA II LS $50.00 $75.00 $16,100.00 3.42 0.0 1.0 0.00 0.0 0.0 55.08 24.0 0.0 0.00 0.0 0.0 0.00 0.0 0.0 12.10 0.0 0.0 0.00 0.0 0.0 0.00 0.0 0.0 2.54 0.0 0.0 15.34 0.0 0.0 17.20 2.0 0.0 0.00 0.0 0.0 105.68 26.0 1.0 $5,284.00 $1,950.00 $16,100.00 56 PAVEMENT MARKING, SYMBOL OR LEGEND 57 RAILROAD PROTECTIVE INSURANCE, ETC. TOTAL BASE BID - DIVISION I SECTION I$2,068,191.75 Page - 1 F.Y. 2012 STREET RECONSTRUCTION PROGRAM - CONTRACT NO. 819 PARTIAL PAY ESTIMATE NO.23- PERIOD: AUGUST 13- AUGUST 26, 2013 2000 BLOCK 1700 & 3000 1200 & 1400 UNIT ASPRO DAWSON KERN LAFAYETTE MAYNARD MITCHELL NINTH, W. RIDGEWAY, E. SHUKEI UNIV. F. RD HAMMOND RIDGEWAY, E MAYNARD INTS. TOTAL TOTAL DIVISION I BASE BIO - SECTION II UNIT $ CITY MY QTY ON ON QTY QTY QTY ON QTY QTY QTY On, $ 58 STORM SEWER, 2000D, 48" LF $152.00 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0,0 0.0 $0.00 59 STORM SEWER, 2000D, 36" LF $74.00 0.0 0,0 0.0 0.0 0.0 379.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 379.0 386.5 10.0 $28,046.00 $25,122.50 $579.00 60 STORM SEWER, 2000D, 30" STORM SEWER, 2000D, 27' LF LF $65.00 $57.90 0.0 0.0 0.0 10.0 0.0 0.0 0.0 0.0 0.0 0.0 386.5 0.0 0.0 0.0 0.0 0.0 60A 61 STORM SEWER, 2000D, 24" LF LF $54.55 $49.70 38.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 508.0 0.0 128.5 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0,0 0.0 0,0 0.0 0,0 0.0 674.5 0.0 $36,793.98 $0.00 62 STORM SEWER, 20000, 21" 63 STORM SEWER, 2000D, 18" LF $40.70 0.0 16.0 18.5 0.0 323.0 834.0 47.0 0.0 0.0 0.0 0.0 0.0 0.0 45,0 0.0 33.0 0.0 27.0 0.0 0,0 0.0 37.5 0.0 0,0 0.0 0.0 0.0 1,271.5 170.5 2,331.0 0,0 $51,750.05 $6,248.83 $81,934.65 $0.00 64 STORM SEWER, 20000, 15" LF LF EACH $36.65 $35.15 $1,395.00 0.0 1263.0 0.0 0.0 217.0 0,0 26.0 389,5 0.0 0.0 20.0 0,0 0.0 18.0 0.0 144.5 314.0 0.0 0.0 0.0 0.0 65 STORM SEWER, 2000D, 12" 66 FLARED END SECTION, 18" RCP W/ 3 TIED JOINTS 67 STORM MANHOLE, TYPE A, 48" STORM MANHOLE, TYPE A, 60" RA -49 STORM SEWER MANHOLE EACH EACH EACH $3,395.00 $4,250.00 $3,295.00 6.0 0.0 5.0 6.0 0.0 0.0 3.0 0.0 0.0 0.0 0.0 0.0 2.0 0.0 0.0 11.0 5.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 4,0 0.0 0.0 0.0 0.0 0.0 33.0 5,0 5.0 $112,035.00 $21,250.00 $16,475.00 68 69 70 SW -402 RECTANGULAR STORM MANHOLE EACH $4,500.00 0.0 0.0 0.0 0,0 0.0 2.0 0.0 0.0 0.0 0.0 0.0 0.0 2.0 $9,000.00 71 SW -513 OPEN SIDED AREA INTAKE EACH $4,275.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 $0.00 72 REMOVE EXISTING STRUCTURE EACH $525.00 29.0 15.0 24.0 3.0 0.0 29.0 0.0 0.0 1.0 3.0 10.0 0,0 114.0 $59,850.00 $15,691.00 $92,000.00 72A REMOVE STORM SEWER PIPE LESS THAN 36" EACH $8.50 667,0 0.0 0.0 0.0 0.0 1179.0 0.0 0.0 0,0 0.0 0.0 1,0 0.0 0.0 0.0 0,0 0.0 0.0 1,846.0 46.0 73 TYPE E -I -C INLET EACH $2,000.00 19.0 11.0 4.0 3.0 2.0 6,0 74 TYPE E -2-C INLET EACH $2,995.00 $3,995-,00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 11.0 7.0 2.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 5.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 18.0 7.0 11.0 0.0 $53,910.00 $27,965.00 $18,205.00 $0.00 75 TYPE E3C INLET EACH 76 TYPE E -1-C INLET, USE EXISTING CASTING EACH EACH $1,655.00 $2,232.00 0.0 0:0 0.0 0.0 11.0 0,0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 77 TYPE E -2-C INLET, USE EXISTING CASTING 78 MODIFIED TYPE E -1-C INLET EACH $3,695.00 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3.0 1.0 0.0 7.0 1.0 0.0 0.0 2.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 1.0 5,0 1.0 0.0 7.0 1.0 $3,695.00 $3,350.00 $4,250.00 $950.00 $0.00 $12,250.00 $2,325.00 79 MODIFIED TYPE E -1-C INLET, USE EXISTING CASTING EACH EACH EACH EACH EACH EACH $3,350.00 $850.00 $950.00 $2,750.00 $1,750.00 $2,325.00 0.0 0:0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 1.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 80 REM/REPL INLET BOXOUT, E -1-C REM/REPL INLET BOXOUT, E -2-C REM/REPL INLET BOXOUT & TOP, MODIFIED E -1-C REM/REPL INSERT, RA -3 REM/REPL INSERT, RA -6, USE EXISTING CASTING 81 82 83 84 1001 REBUILD RA TYPE INLET TOP TAP AND COLLAR. STRUCTURE OR PIPE EACH EACH $2,475.00 $1,275.00 0,0 0.0 0.0 0.0 0.0 4.0 0.0 0,0 0.0 0.0 0,0 2.0 0.0 1.0 0,0 0.0 3.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3.0 7.0 0.0 $7,425.00 $8,925.00 $0.00 85 86 INSULATE EXISTING COPPER WATER SERVICE LS $200.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 87 IN LINE CHECK VALVE FOR 36" RCP, 2000D; FURNISH AND INSTALL LS $10,899.00 0.0 0.0 0.0 0.0 0.0 1.0 0,0 0.0 0,0 0.0 0.0 0.0 1.0 $10,899.00 88 STORM WATER PROTECTION FOR STRUCTURES EACH $332.88 49.0 24.0 5.0 0.0 2.0 24.0 0.0 2,0 13.0 2.0 0.0 1.0 122.0 $40,611.36 $751,536.36 TOTAL BASE BID - DIVISION I SECTION II BID ITEM DESCRIPTION UNIT ASPRO DAWSON KERN LAFAYETTE MAYNARD MITCHELL ON NINTH, W. QTY RIDGEWAY, E. ON SHUKEI QTY UNIV. F. RD QTY HAMMOND ON RIDGEWAY, E ON MAYNARD INTS. QTY TOTAL ON TOTAL $ DIVISION I BASE BID - SECTION III UNIT $ QTY CITY QTY ON 89 RECONSTRUCT SANITARY SEWER, 24" RECONSTRUCT SANITARY SEWER, 21" RECONSTRUCT SANITARY SEWER, 18" RECONSTRUCT SANITARYBEWER, 15" RECONSTRUCT SANITARY SEWER, 12" LF LF LF LF LF $90.00 $110.00 $78.50 $73.00 $69.00 0.0 0.0 -0.0 676.0 1726.0 0.0 0.0 0.0 48.0 51.0 0,0 0.0 572.0 0.0 74.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 824.5 222.5 1346.0 121.0 765.5 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 824.5 222.5 1918.0 845.0 2616.5 321.8 333.0 $74,205.00 $24,475.00 $150,563.00 $61,685.00 $180,538.50 $39,581.40 - $34,965.00 $8,931.80 $50,425.00 90 91 92 93 94 RECONSTRUCT SANITARY SEWER, 10" RECONSTRUCT SANITARY SEWER, 8" LF LF $123.00 $105.00 124.0 0.0 0.0 0.0 99.3 195.0 0.0 0.0 0.0 0,0 98.5 138.0 0.0 0.0 0.0 0.0 0,0 0.0 95 2001 REMOVE SANITARY SEWER PIPE LESS THAN 36" CIPP SANITARY SEWER, 36" EACH LF $8.50 $125.00 0.0 0.0 0.0 0.0 0,0 403.4 0.0 0,0 0.0 0.0 1050.8 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 1,050.8 403.4 96 97 CIPP SANITARY SEWER, 30" CIPP SANITARY SEWER, 20"' CIPP SANITARY SEWER, 18" LF LF LF .$180.00 $90.00 $86.00 0.0 0.0 0.0 0.0 0.0 0.0 66.7 1041.4 821.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 66.7 1041.4 821.1 $12,006.00 $93,726.00 $70,614.60 98 98A 99 CIPP SANITARY SEWER, 12" LF LF EACH LF $39.00 $43.50 $4,000.00 $60.00 0.0 1528.0 0.0 0.0 0.0 32,0 0:0 0.0 414.0 288.0 27.0 653.3 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 171.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0,0 0.0 0.0 0,0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 414.0 2019.0 27.0 653.3 $16,146.00 $87,826.50 $108,000.00 $39,195.00. 100 SANITARY SEWER SERVICE, 6" REHABILITATE SANITARY SEWER CONNECTION AND 5' LATERAL REHABILITATE SANITARY SEWER LATERAL GREATER THAN 5' 100A 1008 100C INSTALL HYDRO EXCAVATION CLEANOUT STANDARD SANITARY MANHOLE, 48" EACH EACH $1,895.00 $4,350.00 0.0 11.0 0.0 1.0 28.0 1.0 0,0 0.0 0.0 0.0 0.0 15.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 28,0 28.0 1.0 $53,060.00 $121,800.00 $6,300.00 101 102 STANDARD SANITARY MANHOLE, 60" EACH $6,300.00 0.0 0,0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 103 SANITARY MANHOLE REHABILITATION FURNISH AND INSTALL RUBBER CHIMNEY SEAL VF EACH $300.00 $650.00 0.0 0.0 0.0 0.0 111.1 0.0 0.0 0,0 0,0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 111.1 0.0 $33,330.00 $0.00 104 105 REMOVE EXISTING STRUCTURE, SANITARY MANHOLE EACH $300.00 10.0 1 0 3.0 0.0 0.0 17.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 31.0 0.0 $9,300.00 $0.00 1002 STRUCTURE ADJUSTMENT EACH $1,650.00 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 106 TRACE SANITARY SEWER SERVICE EACH $400.00 0.0 0,0 15.0 0.0 0.0 0.0 0.0 0.0 0,0 - 0.0 0.0 0.0 0.0 0.0 0.0 0.0 00 0.0 0.0 0.0 15,0 16.0 0.0 $6,000.00 $2,800.00 $0.00 -107 DYE TEST INVESTIGATION EACH $175.00 3.0 0.0 4,0 0.0 0.0 9.0 108 UNDERGROUND INVESTIGATION -SANITARY EACH $410.00 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3001 SANITARY MANHOLE REHABILITATION - USE STRONG SEAL MS2C SANITARY SEWER SERVICE REINSTATEMENT VF EACH ($45.00) $400.00 0.0 0.0 0.0 0,0 80.9 3.0 0.0 0,0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 80.9 3.0 ($3,640.50) $1,200.00 4001 "4-ClrAL BASE BID - DIVISION I SECTION III $1,283,033.30 F.Y. 2012 STREET RECONSTRUCTION PROGRAM -- CONTRACT NO. 819 PARTIAL PAY ESTIMATE NO. 23 -- PERIOD: AUGUST 13 -AUGUST 26, 2013 UNIT ASPRO DAWSON NINTH W. RIDGEWAY, E. SHUKEI UNIV. F. RD HAMMOND RIDGEWAY EE MAYNARD INTS. TOTAL KERN LAFAYETTE MAYNARD MITCHELL DIVISION I BASE BID - SECTION IV - MAYNARD INTERSECTIONS UNIT $ QTY QTY QTY QTY CITY QTY OTY OTY QTY QTY QTY QTY QTY 109 SAWING LF $4.25 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 180.7 188.1 $799.43 110 PAVEMENT REMOVAL SY $4.50 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 71.1 71.1 $319.95 111 MISC. PCC PAVEMENT 10", C-4 SY $75.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 87.3 87.3 $6 547,50 112 FWEMOVE RA -3 TOP, CONST TOPWITH FRAME AND GRATE LS 5Y $5,395.00 $100.00 0.0 00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 27.5 1.0 27.5 $5395.00 $2,750.00 113 SIDEWALK, PCC, 6" 114 DETECTABLE WARNING SURFACE SF $34.50 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 8.0 8.0 $276.00 115 EXCAVATION/GRADING LS $2,500.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 1.0 1.0 $2,500.00 116 MODIFIED SUBBASE TON $21.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0:0 0.0 0.0 0.0 0.0 0.0 $0.00 117 TOPSOIL. 4" SY $16.75 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 20.0 20.0 $335.00 118 HYDROSEEDING SY $3.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 119 TRAFFIC CONTROL LS $2 500.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 1.0 $2,500.00 TOTAL BASE BID - DIVISION I SECTION IV 1 $21.422.88 2000 BLOCK 1700 8 3000 1200 1400 BID ITEM DESCRIPTION UNIT ENGR. EST LAWSON KERN LAFAYETTE MAYNARD MITCHELL NINTH, W. QTY RIDGEWAY, E. ON SHUKEI CITY UNIV. F. RD ON HAMMOND QTY RIDGEWAY, E CITY MAYNARD INTS. CITY TOTAL CITY TOTAL $ ALTERNATE A UNIT$ -QTY CITY. QTY QTY CITY 1A 2" HMA 1M S 1/2" 60% CR SY $10.50 7700.0 1822.0 0.0 0.0 0.0 0.0 0.0 1106.8 0.0 0.0 0.0 0.0 10628.8 $111 602.40 2A 21/2", HMA 1M 13/4", 60% CR SY $11.40 7700.0 1822.0 0.0 0.0 0.0 0.0 0.0 1106.8 0.0 0.0 0.0 0.0 10628.8 $121,168.32 3A 3", HMA 1M B 3/4", 60% CR SY $11.90 7700.0 1822.0 0.0 0.0 0.0 0.0 0.0 1106.8 0.0 0.0 0.0 0.0 10628.8 $126,482.72 4A 5A 2", HMA 3M 51/2", 75% CR 4" HMA 3M SY $10.70 0.0 0.0 13104.0 0.0 2007.9 8209.8 1968.7 0.0 8758.2 1203.3 ' 3724.1 0.0 38976.0 $417 043.20 SY $18.70 0.0 0.0 0.0 0.0 2007.9 8209.8 0.0 0.0 8758.2 0.0 0.0 0.0 18975.9 $354,849.33 6A 1314",75%CR 5 1/2" HMA 3M 13/4", 75% CR SY $25.50 0.0 0.0 13104.0 0.0 0.0 0.0 1968.7 0.0 0.0 1203.3 1241.1 0.0 17517.1 $446 686.05 7A 3", HMA 3M B 3/4", 75% CR SY LF $12.05 $12.35 0.0 0A 13104.0 0.0 2007.9 8209.8 1968.7 0.0 -8758.2 1203.3 1241.1 0.0 36493.0 $439,740.65 4982.0 1280.5 0.0 0.0 0.0 0.0 6962.6 $85,988.11 8A 9A CURB AND GUTTER, PCC C-4 24" WIDE, 71/2" THICK CURB AND GUTTER. PCC C-4, 24" WIDE 9" THICK LF $14.20 0.0 0.0 0.0 0.0 1681.0 4920.0 0.0 0.0 1750.0 0.01 0.0 5347.0 0.0 0.0 824.5 0,0 776.0 0,0 0.0 11948.0 9245.5 $169,661.60 $140,993.88 10A CURB AND GUTTER, FCC. 04, 24" WIDE. 10.5" THICK LF $15.25 0.0 0.0 5895.0 0.0 0:0 11A SPEED HUMP. PER DETAIL LS $3,500.00 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 $3,500.00 12A RAILROAD CROSSING APPROACH, HMA DETAIL 5Y $65.00 38.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 38.0 $2,470.00 13A COLD WEATHER CONCRETEPROTECTIDN 5Y $3.50 0.0 0.0 54.0 0.0 0.0 138.3 0.0 0.0 0.0 0.0 0.0 0.0 192.3 $673.05 14A LINSEED OIL TREATMENT 5Y $3.75 0.0 0.0 484.6 0.0 0.0 845.1 00 0.0 0.0 141.8 0.0 0.0 1171.5 $4,393.13 15A PAVEMENT SCARIFICATION 5Y $6.00 0.0 0.0 0.0 0.0 0.0 368.7 0.0 0.0 0.0 0.0 2483.0 '0.0 2851.7 $17,110.20 16A PAVEMENT SAMPLES AND TESTING LS $2,500.00 0.10 0.00 0.15 0.00 0.00 0.10 0.00 0.02 0.06 0.00 0.00 0.00 0.43 $1,075.00 17A EXCAVATION CY $10.50 2235.0 600.0 2580.0 0.0 877.0 3191.0 1121.0 335.2 2575.6 342.0 473.7 0.0 14330.5 $150,470.25 TOTAL ALTERNATE A $4� DIVISION I BASE BID - SECTIONS I AND II + ALTERNATE A $55 413 635.99 DIVISION II- WATER MAIN ASPRO EST. QTY CITY OTY ESTIMATED - DIVISION II (WATER MAIN) $181 136.70 ITEM DESCRIPTION UNIT UNIT$ CITY THIS EST PREY. PAID TO DATE TOTAL COST SUBTOTAL $5 594,772.69 1 Ductile Iron wafer main, 12 -Inch dia., Class 52 L.F. $70.50 495.0 0.0 515.0 515.0 $36,307.50 LESS 5% RETAINAGE SUBTOTAL $279,738.63 $5,315,034.06 2 Ductile iron water main, 6 -inch dia., Ciass 52 L.F. $52.50 1,120.0 340,5 946.5 1,287.0 $67,567.50 3 Ductile Iron water main removal L.F. $1 1.00 902.0 198.0 510.0 708.0 $7,788.00 LESS AMOUNT PREVIOUSLY PAID $5,276,099.02 4 Gate valve and box, 12 -inch dia. EACH $2,720.00 1.0 0.0 0.0 0.0 $0.00 _) AMOUNT DUE THIS ESTIMATE FROM LOCAL OPTION FUNDS $38.935.04 5 Gale valve and box 10 -inch dia. EACH $2,335.00 1.0 0.0 7 0 1.0 $2,335.00 6 Gate valve and box fi-inch dia. EACH $1,515,00 4.0 0.0! 4.0 4.0 $6,060.00 I 7 Tee 12-InchX10-inch dia. locking_ EACH $690.00 EACH $610.00 1.0 1.0 0.0 1.0 1.0 0.0 1.0 7,0 $690.00 $610.00 DIVISION I-SECTIONIII LESS 5%RETAINAGE $1,283033.30 $64,151.67 8 Tee, 12 -inch X 6 -inch dia. Locking 9 Tee, 6 -inch X 64nch dia. EACH $360.00 2.0 1.0 1.0 2.0 $720.00 SUBTOTAL LESS AMOUNT PREVIOUSLY PAID $1,218,881.64 $1,278,881.64 10 Bend, 12 -inch dia, an degee EACH $360.00 4.0 0.0 3.0 3.0 $1140.00 11 Bend 10 -inch dla., any degree EACH $325.00 1.0 0.0 0.0 0.0 $0.00 AMOUNT DUE THIS ESTIMATE FROM -SEWER FUNDS $0,00 12 Bend, 6 -Inch dia., any degree EACH I $220.00 4.0 6.0 8.0 14.0 $3 080.00 _ 13 Sleeve, 12 -Inch dia. EACH I $365.00 1.0 0.0 0.0. 0.0 $0.00 DIVISION - SECTION IV $21,422.88 14 Sleeve, 10 Inch dia. EACH! $335.00 EACH $250.00 1.0 3,0 0.0 2.01 2.0 2.0 4.0 $670.00 LESS 5%RETAINAGE $1,071.14 15 Sleeve,6-inch dia. ' 16 Megaluqs, 12-Inchdla. EACH $175.00 10.0 6.0 0.0 10.0 10.0 $1,500.00 $1,750.00 SUBTOTAL LESS AMOUNT PREVIOUSLY PAID $20,351.73 $20,351.73 17 Megalugs, 10 -Inch dia. EACH $175.00 5.0 0.0 0.0 0.0 $0.00 AMOUNT DUE THIS ESTIMATE FROM BOND FUNDS $0.00 18 Megalugs, 6 -inch dla. EACH EACH EACH $130.00 $220.00 $350.00 26.0 2.0 12.0 16.0 0.0 2.0 29.0 45.0 ' 2.0 2.0 70 9.0 $5,850.00 $440.00 $3,150.00 I / ) / v /�yJi x ( r� /r, 19 Cap or Plug, 12 -Inch dia. 20 Concrete blocking 21 Hydrant removal EACH $700.00 6.0 1.0 5.0 6.0 $4,200.00 / �/ / ' / 1" € t k [IA APPROV-a :A �'` I / V RIES DAT J i7 J 22 Hydrant assembly EACH L.F. $4,355.00 $20.65 6.0 432.0 1.0 0.0 5.0 298.0 6.0 298.0 $26,130.00 $6,153.70 23 Temporary PVC water main 24 Removal of temporary PVC surface water main EACH $1,545.00 2.0 0.0 0.0 0.01 $0.00 /•' connections to ductile iron water main EACH $1,15000 3.0 00 0.0 0.0 $000 APP BY: j OF WATE 0, IOWA ATE 25 3/4" Short side water service 26 3/4" Long side water service EACH $1,750.00 2.0 0.0 0.0 0.0 $0.00 TOTAL DIVISION II $181,136.701 27 11/4" Short side water service EACH $1,750.00 1.0 0.0 1.0 1.0 $1,750.00 LESS 5% RETAINAGE $9,056.84 I 28 2" Water servlce to 2046 E. Ridgeway EACHI $3,245.00 1.0 0.0 1.0 1.0 $3,245.00 SUBTOTAL $172,079.87 I Pa4'M-3 Offsets MJxMJ, 6 Inch dia. EACH! $815.00 1.0 0.0 0.0 0.0 $0.00 LESS AMOUNT PREV. PD $143,514.08 !TOTAL DIVISION II I I $181,136.70 [AMOUNT DUE THIS EST $28,565.79 I FY2014 SULLIVAN PARK BASKETBALL PROPOSAL CONTACT PERSON: Travis Nichols, Facilities/Project Manager Waterloo Leisure Services Commission (319) 291-4370 WILL NEED TO BE IN COMPLIANCE WITH THE DAVIS-BACON ACT REQUIRED DUE TO FEDERAL FUNDING QUESTIONS FOR REQUIREMENT, PLEASE CONTACT PERRY GOODMAN COMMUNITY DEVELOPMENT AT 319-291-9145 CITY OF WATERLOO LEISURE SERVICES COMMISSION FY2014 SULLIVAN PARK BASKETBALL COURT PROJECT The Waterloo Leisure Services Commission is seeking bids for a basketball court for Sullivan Park, Waterloo, Iowa. Sealed bids are due 4:00 p.m., Monday, September 23, 2013 to the City Cleric at her office at City Hall, 715 Mulberry St., Waterloo, Iowa, 50703. Bids must be submitted on the Waterloo Leisure Services Bid Form. When submitting bids, please note on the lower, left-hand corner of envelope: ► Waterloo Leisure Services Commission ► FY2014 Sullivan Basketball Court Pre -Bid Conference: 1 PM, September 12, 2013 at Sullivan Park, East 4th St and Adams St. The City of Waterloo reserves the right to reject any and/or all bids. If you have any questions regarding this bid, please contact Travis Nichols, Facilities/Project Manager at 319- 291-4370. WATERLOO, IOWA LEISURE SERVICES COMMISSION NOTICE OF PUBLIC HEARING On Proposed Specifications and the NOTICE TO BIDDERS for FY2014 SULLIVAN PARK BASKETBALL COURT PROJECT PRE-BID CONFERENCE 1:00 PM, September 12, 2013 at Sullivan Park, East 4th St and Adams St RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in City Hall, Waterloo, Iowa, until Monday, September 23, 2013, at 4:00 p.m., for the FY2014 Sullivan Park Basketball Court Project as described in the plans and specifications now on file in the City Clerk's office and the Waterloo Leisure Services Commission office. OPENING OF BIDS All proposals received for the FY2014 Sullivan Park Basketball Court Project will be opened in open Council meeting to be held in the Council Chambers in City Hall, Waterloo, Iowa, on Monday, September 23, 2013, at 5:30 p.m., and the proposals will be referred to the Waterloo Leisure Services Commission for recommendation of award. PUBLIC HEARING Notice is hereby given that the Waterloo City Council will conduct a public hearing on the proposed specifications and form of contract for the FY2014 Sullivan Park Basketball Court Project at 5:30 p.m. on Monday, September 23, 2013. The hearing will be held in the Council Chambers in Waterloo City Hall. The contract documents are on file in the City Clerk's office, 715 Mulberry St. and the Waterloo Leisure Services Commission office, 1101 Campbell Ave., Waterloo, Iowa, for public examination. Any person interested may file written objection with the City Clerk before the date set for the hearing or appear and make objection at the meeting. SCOPE OF WORK The Contractor shall provide all labor and materials necessary for the asphalt overlay and upgrades for the basketball court upgrade located in Sullivan Park, East 4th Street & Adams Street, Waterloo, Iowa. CONTRACT PERIOD The work shall be completed by JUNE 15, 2014. PROPOSALS SUBMITTED All bids must be submitted on forms supplied by the Waterloo Leisure Services Commission. BID SECURITY REQUIRED All bids must be accompanied, in a separate envelope, by a certified or cashier's check drawn on an Iowa bank chartered under the laws of the United States, or a certified share draft drawn on a Credit Union in Iowa chartered under the laws of the United States, or a bid bond 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 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, the bid security may be retained by said City as agreed liquidated damages. If Bid Bond is used, it must be signed by both the bidder and the surety or the surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. CONTRACT AWARD The City shall award the Contract to the responsible Bidder(s) whose bid, conforming to the Specifications, is most advantageous to the City and the Waterloo Leisure Services Commission; price and other factors considered. The intention is not to award the contract at the time of bid opening, but to award the contract after review of bids and bidder information by the City and Waterloo Leisure Services Commission such that the award is made within thirty (30) days after bid opening. The City reserves the right to waive any and all parts of a specific bid. BONDS The successful Bidder shall furnish a Performance and Payment Bond, within ten (10) days after notification of acceptance of the bid, in the amount equal to one hundred percent (100%) of the contract price. The Bond is 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 operation of the Contractor. AFFIRMATIVE ACTION PROGRAM The successful Bidder and any subcontractors will be required to execute and have approved an Affirmative Action Program or Update before beginning work on the project, if they have been awarded an aggregate of $10,000 in city projects during the current calendar year. METHOD OF PAYMENT TO CONTRACTOR The Contractor will be paid against monthly estimates of the work completed and work approved by the Leisure Services staff. Final payment will be made thirty one (31) days after completion of the work and acceptance by the Waterloo Leisure Services staff. Before final payment is made for said work, vouchers showing that all subcontractors and workmen and all persons furnishing materials have been fully paid for such materials and labor will be required. Published pursuant to the provision of Division VI of Chapter 384 the City Code of Iowa and upon order of the City Council of said Waterloo, Iowa, on the day of , 20 . City of Waterloo, Iowa, Suzy Schares, City Clerk CITY OF WATERLOO, IOWA Waterloo Leisure Services INSTRUCTION TO BIDDERS I. 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. II. PROPOSALS SUBMITTED All bids must be submitted on forms supplied by the Waterloo Leisure Services. Before submitting a bid, each bidder shall carefully examine the drawings (if any), read the specifications and all other contract documents and visit the site of the work. Each bidder shall be fully informed, prior to the bidding, as to all existing conditions and limitations under which the work is to be performed and shall include in this bid a sum to cover the cost of all items necessary to perform the work as set forth in the contract documents. No allowance will be made to any bidder because of lack of such examination or knowledge. The submission of a bid shall be construed as conclusive evidence that the bidder has made such examination. The bidder's attention is directed to the fact that all applicable state laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over the project shall apply to the Contract throughout and they shall be deemed to be included in the Contract the same as though herein written out in full. III. 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, will be considered at any time it is received and may thereafter be accepted. Bids may be withdrawn by written or telegraphic request received from bidders prior to the time set for closing of bids. IV. PUBLIC OPENING OF BIDS Bids will be publicly opened at the specified time and place 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. V. COLLUSIVE AGREEMENTS A. Each bidder submitting a bid shall execute and include with the bid, a Non -Collusion Affidavit in the form herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any bid submitted. B. Each bidder submitting a bid shall have each proposed subcontractor, if any, execute and include with the bid, a Non -Collusion Affidavit in the form herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any bid submitted. Before executing any subcontract, the successful bidder shall submit the name of any proposed subcontractor for approval by the City. VI. MBE/WBE 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 performance of contracts awarded by the City of Waterloo, Iowa. A goal of at least 10 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. For more information contact City of Waterloo Contract Compliance: Rudy D. Jones, Director Community Development Board 620 Mulberry Street Suite 202 Waterloo, Iowa 50703 (319) 291-4429 VII. EMPLOYMENT AND BUSINESS OPPORTUNITY (SECTION 3/ HUD ACT OF 1968) To the greatest extent feasible, suppliers, subcontractors, and low income workers owning businesses or living in the Waterloo area must be given priority in supplying materials, bidding for subcontract work, or applying for employment by the contractor on this project. Opportunities for training and for employment arising in connection with this project shall to the greatest extent feasible be made available to lower income persons residing in the project area. The Contract area is the City of Waterloo. The City of Waterloo will require the contractor to document his efforts in securing lower income workers living in the project area and in purchasing supplies from, and awarding subcontracts to, businesses owned by persons residing in the project area. See Section 3 Clause attachment for more information. VIII. FEDERAL LABOR STANDARDS PROVISIONS (HUD FORM 4010) The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this contract pursuant to the provisions applicable to such Federal assistance. For more information see attached HUD form 4010. IX. STATEMENT OF BIDDER'S QUALIFICATIONS Each Bidder shall, upon request of the Waterloo Leisure Services, submit on the form furnished a statement of the Bidder's qualifications, his/her experience record in completing the type of project proposed, and equipment available for the work contemplated; and when requested, a detailed financial statement. The Waterloo Leisure Services shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform obligations under the Contract; and the Bidder shall furnish the Waterloo Leisure Services 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 Waterloo Leisure Services that the Bidder is qualified to carry out properly the terms of the Contract. X. EXECUTION OF AGREEMENT, BOND, 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, an agreement in the form included in the contract documents in such number of copies as the City, 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 in a penal sum not less than the amount of the contract as awarded, as security for the faithful performance of the contract and the 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/her in performing the work. The bond shall protect and save harmless the City and Waterloo Leisure Services 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 and the Waterloo Leisure Services. Such bond 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 bond. 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 Conditions. 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 Named 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 Worker's Compensation insurance for all his employees and those of his subcontractors engaged in work at the site, in accordance with State Worker'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, may grant, based upon reasons determined sufficient by the City, may either award the contract to the next lowest responsible bidder or re -advertise for bids, and may charge against the bidder the difference between the amount of the bid and 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 or Waterloo Leisure Services for a refund. CITY OF WATERLOO, IOWA Waterloo Leisure Services GENERAL CONDITIONS Definitions Whenever used in any of the Contract Documents, these terms shall be defined as follows: Contract - means the Contract or Agreement executed by and between the City Of Waterloo and the Contractor. Owner or Local Public Agency (LPA) - means the Waterloo Leisure Services. Contractor - means the person, firm or corporation entering into the Contract with The City of Waterloo, to construct and install the improvements described in the Specifications and shown on the Plans or Drawings. Contract Documents - means and shall include the following: Executed Contract Or Agreement, Addenda (if any), Invitation for Bids, Instructions to Bidders, Signed Copy of Bid, General Conditions, Special Conditions, Specifications, and Plans or Drawings. Superintendence by Contractor Except where the Contractor is an individual and gives personal superintendence to the work, the Contractor shall provide a competent superintendent, satisfactory to the Waterloo Leisure Services/City of Waterloo, on the work site at all times during working hours with full authority of the Contractor. The Contractor shall also provide an adequate staff to properly coordinate and expedite the work. The Contractor shall lay out and be responsible for all work executed under this Contract. The Contractor shall verify all figures and elevations before proceeding with the work and will be held responsible for any error resulting from failure to do so. Other Contracts The City of Waterloo may award or may have awarded other Contracts for additional work, and the Contractor shall cooperate fully with other Contractors, by scheduling work under this Contract with that to be performed under other Contracts as may be directed by the Waterloo Leisure Services/City of Waterloo. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other Contractor as scheduled. Fitting and Coordination of the Work The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all Subcontractors engaged upon this Contract. The Contractor shall be prepared to guarantee to each Subcontractor the locations and measurements which they may require for the fitting of their work to all surrounding work. Care of Work The Contractor shall be responsible for all damages to person or property that occur as a result of negligence in connection with the execution of work and shall be reasonable for the proper care and protection of all materials delivered and work performed until completion and final acceptance by the Waterloo Leisure Services. The Contractor shall provide sufficient security, both day and night, including weekends and holidays, from the time the work is commenced until final completion and acceptance, except when work being performed does not require protection. The Contractor shall be responsible for any loss of work, materials, equipment or time due to acts of any person on the project site. Therefore it is the responsibility of the Contractor to determine when security is needed. The Contractor shall avoid damage to existing sidewalks, streets, curbs, pavements, structures, and utilities except those which are to be replaced or removed. Any damage caused by the Contractor's operation shall be completely repaired at no expense to the Owner. General Requirements The Contractor shall be responsible for being informed as to all existing conditions and limitations under which the work is to be performed. No extra allowance will be made because of lack of such examination or knowledge. The Contractor shall not disturb existing walks, drives, parking areas, trees, shrubs, or turf areas outside the limits of the project. If disturbed, these items shall be replaced by the Contractor at no cost to the Owner. Trees and shrubs located in or near the project area shall be protected by the Contractor from damage by workers and construction equipment during time of construction. The City Forester will determine the extent of protection necessary for the trees. Permits and Codes The Contractor shall secure from the appropriate departments of the local government, at no charge, the required building, electrical, plumbing and heating permits. The Contractor shall give all notices required by, and comply with all applicable municipal and state laws, ordinances and codes. 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 therefore, and said Contractor shall also carry insurance which shall meet the requirements of the Iowa Worker's Compensation Law. Before the work shall be started on this contract, the Contractor shall furnish the City Clerk/Finance Manager 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 at least ten (10) days following the filing of written notice of cancellation, protecting the public and any person from injuries or damages sustained by reason of carrying on the work involved in the contract. The affidavit shall specifically evidence the following forms of insurance protection: a. Public liability insurance covering all operations performed by persons directly employed by the Contractor. b. Public liability insurance covering all operations performed by any subcontractor to whom a portion of the work may have been assigned. c. Public liability insurance covering all work upon the project performed by any independent contractor working under the direction of either the principal contractor or a subcontractor. d. Motor vehicle bodily injury liability insurance and property damage liability insurance on all motor vehicles employed on the work, whether owned by the contractor or by other persons, firms, or corporations. e. The minimum protection shall be as follows: Comprehensive General Liability Insurance Bodily Injury (including wrongful death) Aggregate, Products and Completed Operations Property Damage Comp. Auto Bodily Injury Property Damage $2,000,000.00 per person $2,000,000.00 $2,000,000.00 per accident $2,000,000.00 per person $2,000,000.00 per occurrence The Contractor shall have the City of Waterloo, Iowa, named as an "Additional Named Insured" in the amount of $2,000,000.00 liability for bodily injury (including wrongful death) and property damage. A certificate or a policy, if requested, shall be filed with the Owner. THE CITY OF WATERLOO IS TAX EXEMPT. All certificates and/or policies of insurance furnished by the Contractor to be filed with the City Clerk/Finance Manager shall include the name and address of the agency issuing the same. It shall be required that the City Clerk/Finance Manager be notified by registered mail of the cancellation or expiration of the above insurance. Removal of Debris, Cleaning, Etc. The Contractor shall periodically, or as directed during the progress of the work, remove and legally dispose of all surplus excavated material and debris, and keep the project area reasonably clean. Upon completion of the work the Contractor shall remove all temporary construction facilities, debris and unused materials provided for the work and put the whole site of the work in a neat and clean condition. CITY OF WATERLOO LEISURE SERVICES COMMISSION FY2014 SULLIVAN PARK BASKETBALL COURT PROJECT SPECIFICATIONS The Contractor shall perform all work required and furnish all labor, materials, equipment, tools, transportation and supplies necessary to complete the work at Sullivan Park, located Near corner of East 4th St. and Adams St., Waterloo Iowa 50703, in accordance with International Building Code and any applicable code and local ordinances. Should any misunderstanding arise as to the intent or meaning of the plans or specifications, the decision of the City shall be final and conclusive. BASE BID: SCOPE OF WORK The Contractor shall provide all labor and material necessary to overlay and apply line markings to existing 40 ft. x 96 ft. asphalt basketball court in Sullivan Park in accordance with these plans and specifications. Asphalt Paving Mix — Top Coat for overlay of existing asphalt 1. 2 inches thick 2. HMA, 100,000 ESAL, 3/8 inch mix 3. 60% crush 4. PG 58-28, Type A Aggregate 5. The surface shall have a 'A% slope to provide drainage. Installed in accordance with the following: S.U.D.A.S. Section 7020 will apply. Asphalt Paving: The following shall apply: A. The city will not prepare the mix designs. B. Separate payment for asphalt binder will not be made. Painting Lines The Contractor shall remove all dirt and loose material from the surface of courts. All courts must be inspected and approved by a Waterloo Leisure Services Commission staff member before any finish coats may be applied. Playing lines shall be accurately located, marked, and painted with two (2) coats of approved acrylic line paint. Lines shall be marked with masking tape and painted with a brush or roller. Masking tape shall be removed after paint has thoroughly dried. All playing lines shall be two (2) inches wide. See drawing. Option 1: The contractor shall provide all labor and material for the removal of existing asphalt to include rock base and the installation of good quality backfill to grade for approximately 3200 sq. ft. of existing asphalt located adjacent to basketball court in Sullivan Park. Finish Grading and Seeding to be done by Leisure Services Option 2: The contractor shall provide labor and material for the removal of existing four (4) basketball standards and footings to include backfill and compaction and the installation of two (2) new basketball standards provided by Leisure Services. New installation requires footings 36 inches in diameter and 54 inches in depth from finish surface with 3500 LB concrete mix and an elevation so top of rim is ten (10) ft from finish surface. START DATE Work must commence within 45 days of signed contract. COMPLETION DATE All work shall be completed by JUNE 15, 2014 GUARANTEE The Contractor shall guarantee all material and equipment furnished and installed by him for a period of one year after final acceptance by the Leisure Services Commission. Should any defects arise as a result of defective workmanship or materials within the guarantee period, the Contractor shall make the necessary corrections at own expense. ALL WORK TO MEET ALL CITY OF WATERLOO BUILDING CODES. The City of Waterloo reserves the right to reject any and/or all bids. The Contractor is responsible for obtaining permits and the performance of all work according to the City of Waterloo Codes. Permits will be at no charge. If you have any questions, please contact Travis Nichols, Facilities/Project Manager, at 291-4370. m PO 2� Nc G rn rn� 00 r u, Zo m BASKETBALL COURT DIAGRAM (See Rule 1-13 for location and size of optional coaching box) 4 2" WIDE 8" DEEP 15' 12" WIDE 8" DEEP 18' 10" 19'T00UTSIDE r EDGE OF LINE I IF COURT IS LESS THAN 74 -FEET LONG, IT SHOULD BE DIVIDED BY TWO LINES, EACH PARALLEL TO AND 40 FEET FROM THE FARTHER END LINE. DIVISION LINE _ 6'TO OUTSIDE EDGE 2" LINE 6'TO OUTSIDE EDGE OPTIMUM LENGTH 84 FEET INSIDE ALL LINES SHALL BE 2 INCHES WIDE (NEUTRAL ZONES EXCLUDED) END LINES AND SIDELINES SHALL BE A MINIMUM OF 2 INCHES IN WIDTH, S Tel- 63" -0- 19' 9" TO OUTSIDE EDGE 19' 9" TO OUTSIDE EDGE 15" 4' THE THREE-POINT LINE SHALL BE THE SAME COLOR AS THE FREE-THROW LANE LINE AND SEMICIRCLE. Left End Shows Rectangular Backboard 72 -Inches Wide MINIMUM OF 3 FEET Preferably 10 feet of unobstructed space outside. If impossible to provide 3 feet, a narrow broken 1 -inch line should be marked inside the court parallel with and 3 feet inside the boundary. Right End Shows Fan Backboard 54 -Inches Wide BIDDER: CITY OF WATERLOO, IOWA WATERLOO LEISURE SERVICES COMMISSION BID FORM For FY 2014 SULLIVAN PARK BASKETBALL COURT PROJECT ADDRESS: COMPANY NAME PHONE: ( ) 1. The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the following partners: having been familiarized with the existing conditions on the project area affecting the cost of the work, and with all the Contract Documents now on file in the offices of the City Clerk, City Hall, Waterloo, Iowa, and the Waterloo Leisure Services Commission, 1101 Campbell Ave., Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, and services, including utility and transportation services required to complete the proposed FY2014 SULLIVAN PARK BASKETBALL COURT PROJECT in accordance with the contract documents and for the total price for work in place for the following amount: TOTAL BASE BID PRICE: dollars ($ ) OPTION #1 BID PRICE: dollars ($ ) OPTION #2 BID PRICE: dollars ($ 2. 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 acceptance of this Bid is mailed or delivered to the undersigned within thirty (30) days after Bid Opening, of 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 insurance within ten (10) days after the agreement is presented for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 3. Security in the sum of dollars ($ ) In the form of , is submitted herewith in accordance with NOTICE TO BIDDERS. 4 Attached is a Non -Collusion Affidavit of Prime Contractor. 5. The Bidder is prepared to submit a financial and experience statement upon request. 6. 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. 7. The Bidder has received the following Addendum or Addenda: Addendum No. Date: / / / / / / 8. The Bidder shall list the MBE/WBE subcontractors, amount of subcontracts and bid items listed on the City of Waterloo Minority and /or Women Business Pre-bid Contract Information Form submitted with this Bid Form. 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 subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons. a) The City of Waterloo does not approve the subcontractors. b) The subcontractors submit in writing that they cannot fulfill their subcontracts 9. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 10. The bidder has attached all applicable forms. 11. The owner reserves the right to select alternatives, delete line items, and/or to reduce quantities prior to the Award of Contract due to budgetary limitations. CONTACT PERSON: PHONE: Please Print SIGNED: DATE: / / STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon request of the City of Waterloo, Iowa.) All questions shall be answered and the data 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 desired. 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, where 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 the contract. 12. Experience in construction work similar in importance to the project. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: $ 15. Give Bank reference: 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated this day of , 20 Name of Bidder By: Title: State of ) ) ss County of ) , being duly sworn deposes and says that she/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 , 20 Notary Public My commission expires , 20 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. 20 Witness (Seal) Principal By (Title) (Seal) Surety By Witness Attorney -In -Fact State of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER County of , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signature Title Subncrted.c nd' worn, to- before wtetitiy Day of , 20, SCrtature 1 ale My ec reb COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of County of ) , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of , hereinafter referred to as the "Subcontractor"; 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to , contract pertaining to the FY2014 SULLIVAN PARK BASKETBALL COURT PROJECT in Waterloo, Black Hawk County, Iowa; 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; 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. Signature Title SuhicArt,ho iand.won't/to-before, vneith4:4, Day of , 20__ SG ffn.wtr.ure Tttie My coriunL Lovvexpire' 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: I. The contractor, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship. 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said 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 MAILED 9/10/13 Suzy Schares, City Clerk Rudy Jones, Comm. Dev. Paul Huting Mark Gallagher Engineering Dept. Travis Nichols ASPRO INC. 3613 TEXAS STREET WATERLOO IA 50702 HEARTLAND ASPHALT INC. 2601 S FEDERAL AVE MASON CITY IA 50401 LUCAS ASPHALT PAVING 701 TIMBER OAK RD EVANSDALE IA 50707 PATE ASPHALT SYSTEMS 3285 3RD AVE MARION IA 52302 JONES BROS. ASPHALT 909 SHORT ST WATERLOO IA 50707 MILLER FENCE ATTN: RYAN WETLAUFER 1800 BURTON AVE WATERLOO IA 50703 Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD -assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative or workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract, Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). GUIDANCE ON SECTION 3 (Refer to 24 CFR Part 135 for complete information) WHAT IS SECTION 3? Section 3 of the Housing and Urban Development Act of 1968 (Section 3), as amended by the Section 915 of the Housing and Community Development Act of 1992, requires that economic opportunities generated by HUD financial assistance for housing and community development programs be targeted toward low- and very low- income persons. In effect, this means: ❑ Whenever HUD assistance generates opportunities for employment or contracting, Public and Indian Housing Authorities, state and local grantees, and other recipients of HUD housing assistance funds must, to the greatest extent feasible, provide these opportunities to low- and very low-income persons and to businesses owned by or employing low- and very low-income persons. ❑ The Section 3 requirements apply to job training, employment, contracting and subcontracting and other economic opportunities arising from assistance provided for construction, reconstruction, conversion, or rehabilitation (including lead-based paint hazard reduction and abatement) of housing, other buildings, or improvements assisted with housing or community development assistance, including HOME. ❑ Section 3 applies to: projects for which HUD's share of project costs exceeds $200,000; and contracts and subcontracts awarded on projects for which HUD's share or project costs exceeds $200,000, and the contract or subcontract exceeds $100,000. ❑ Recipients whose projects do not fall under Section 3 are nonetheless encouraged to comply with the Section 3 preference requirements. O Recipients and their contractors and subcontractors must show preferences for giving training and employment opportunities to low-income persons, to the greatest extent feasible. They should show priority considerations for hiring low-income persons as follows: (1) Low-income persons residing in the service area or neighborhood in which the project is located. (2) Participants in HUD Youthbuild programs. (3) If project is assisted under the McKinney Act, homeless persons in the project area of the project. (4) Other Section 3 residents. Again, the persons hired should be qualified to perform the work required. 0 Recipients and their contractors and subcontractors must direct their efforts to award Section 3 business concems, to the greatest extent feasible, to Section 3 business concems in the following preference order: (1) Section 3 businesses that operate in the project area. (2) Entities that carry out Youthbuild programs. (3) Other Section 3 business concerns. The business must be able to demonstrate that it can successfully perform under the terms and conditions of the proposed contract. In addition, these requirements do not restrict competition to only businesses • meeting one of the priorities, nor do they authorize set -asides. COMPLIANCE AND RECORDKEEPING ❑ Numerical goals for meeting the greatest extent feasible requirement: > For training and employment opportunities resulting from Section 3 -covered housing assistance, a commitment to employ 10% of the aggregate number of new hires each year over the duration of the Section 3 project. For training and employment opportunities resulting from Section 3 -covered community development assistance, a commitment to employ 30% of the aggregate number of new hires for a one-year period. For contracts awarded in connection with Section 3 -covered projects, a commitment to award at least 10% of the total dollar amount of contracts for building trades work and at least 30% of the total dollar amount of all other Section 3 -covered contracts. ❑ All recipients of assistance must: >- Amend their employment and procurement policies to comply with Section 3. >- Include the Section 3 clause is covered contracts and subcontracts. Document their best efforts to comply with Section 3 and their success at hiring low-income persons. A Monitor their own compliance and the compliance of their contractors and subcontractors. • a Provide annual reports to the Assistant Secretary for Fair Housing and Equal Opportunity as requested. ❑ Recipients must maintain the following records: The good faith efforts made to make low-income persons aware of the positions, and to encourage and facilitate their application. The number and dollar value of all contracts awarded to businesses and, in particular, Section 3 businesses during the fiscal year. •A description of the best efforts made to award contracts to Section 3 businesses. >- The mechanisms by which they ensured that contractors and subcontractors complied with the Section 3 preferences for training, employment, and contract awarding. 0 The Assistant Secretary for Fair Housing and Equal Opportunity will conduct periodic compliance reviews. GUIDANCE ON MOE/WBE OUTREACH I. Minimum Acceptable Outreach Standards Section 281 of the National Affordable Housing Act requires each participating jurisdiction to prescribe procedures acceptable to the Secretary to establish and oversee a minority outreach program. The program shall include minority and woman -owned businesses in all contracting activities entered into by the participating jurisdiction to facilitate the provision of affordable housing authorized under this Act or any other federal housing law applicable to such jurisdiction. Therefore, minimum HUD standards require that each participating jurisdiction's outreach effort to minority and women -owned businesses be: ❑ A good faith, comprehensive and continuing endeavor; ❑ Supported by a statement of public policy and commitment published in the print media of widest local circulation; ❑ Supported by an office and/or a key, ranking staff person with oversight responsibilities and access to the chief elected official; and ❑ Designed to utilize all available and appropriate public and private sector local resources. IL Guidelines for a Minority/Women Business Outreach Program Under the minimum HUD standards cited above, the following guidelines are provided for use by participating jurisdictions in implementing outreach programs to ensure the inclusion, to the maximum extent possible, of entities owned by minorities and women. Each participating jurisdiction should: ❑ Develop a systematic method for identifying and maintaining an inventory of certified minority and women's business enterprises (MBEs and WBEs), their capabilities, services, supplies and/or products; ❑ Utilize the local media, electronic and print, to market and promote contract and business opportunities for MBEs and WBEs; ❑ Develop informational and documentary materials (fact sheets, program guides, procurement forecasts, etc.) on contract/subcontract opportunities for MBEs and WBEs; ❑ Develop procurement procedures that facilitate opportunities for MBEs and WBEs to participate as vendors and supplies of goods and services; ❑ Sponsor business opportunity -related meetings, conferences, seminars, etc., with minority and women business organizations; and ❑ Maintain centralized records with statistical data on the utilization and participation of MBEs and WBEs as contractors/subcontractors in all HUD -assisted program contracting activities. Each participating jurisdiction, utilizing the standards and guidelines listed above, shall prescribe procedures and actions it will undertake in implementing a minority and women's business enterprise outreach program. The above items represent basic outreach -related activities and are not all-inclusive actions a participating jurisdiction may undertake. •- Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Office of Labor Relations Applicability The Project or Program to which the construction work covered by this contract pertains Is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations Issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section I(b)(2) of the Davis -Bacon Act on behalf of . laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or Incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4), Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent In each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(il) and the Davis -Bacon poster (WH - 1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (ii) (a) Any class of laborers or mechanics which is not listed in the wage determination and which Is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested Is not performed by a classification In the wage determination; and (2) The classification Is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained In the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (If known), or their representatives, and HUD or Its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or Its designee to the Administrator of the Wage and. Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or Its designee or will notify HUD or Its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all Interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or 'its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) • (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(11)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work Is performed In the classification, (III) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) if the contractor does not make payments to a trustee or other third person, the contractor may consider as part Previous editions are obsolete form HUD -4010 (06/2009) Page 1 of 5 ' ref. Handbook 1344.1 of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis• Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which Is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, Including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or Its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements In the case of direct Davis -Bacon Act contracts. 3. (i) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described In Section I(b)(2)(B) of the Davis -bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(Iv) that the wages of any laborer or mechanic Include the. amount of any costs reasonably anticipated In providing benefits under a plan or program described in Section I(b)(2)(B) of the Davis - Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits Is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated In writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (II) (a) The contractor shall submit weekly for each week in which any contract work Is performed a copy of all payrolls to HUD or its. designee if the agency is a party to - the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or Its designee. The payrolls submitted shall set out accurately and completely all of the Information required to be maintained under 29 CFR 5.5(a)(3)(i) except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to Include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll Information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at htto://www.dol.soyiesa/whd/forms/wh347Instr.htm or Its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for Its own records, without weekly submission to HUD or its designee. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the. payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5 (a)(3)(i1), the appropriate Information Is being maintained. under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete; Previous editions are obsolete form HUD -4010 (06/2009) Page 2 of 5 ref. Handbook 1344.1 (2) That each laborer or mechanic (Including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or Indirectly, and that no deductions have been made either directly or Indirectly from the full wages . earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c). The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A.3.(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of'the United States Code. (III) The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the Job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (I) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and Individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person Is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen'on the job site In any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who Is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that In which Its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified In the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits In accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination, In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant ',to and Individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified In the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who Is not registered and participating In a training plan approved by Previous editions are obsolete form HUD -4010 (06/2009) Page 3 of 5 ref. Handbook 1344.1 the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site In excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program Is approved. (lli) Equal employment opportunity. The utilization of apprentices, trainees and Journeymen under 29 CFR Part 5 shall be In conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are Incorporated by reference in this contract 6. Subcontracts. The contractor or subcontractor will Insert In any subcontracts the clauses contained in subparagraphs 1 through 11 in this paragraph A and such other clauses as HUD or its designee may by appropriate Instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to Include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided In 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and Interpretations of the Davis -Bacon and Related Acts contained In 29 CFR Parts 1, 3, and 5 are herein incorporated by reference In this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or Its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (1) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an Interest In the contractor's firm is a person or firm Ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate In HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm Ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate In HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions", provides In part: "Whoever, for the purpose of ... Influencing in any way the action of such Administration makes, utters or publishes any statement knowing the same to be false shall be fined not more than $5,000 or Imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or In any other manner discriminated againstby the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. The provisions of this paragraph B are applicable where the amount of the prime contract exceeds $100,000. As used In this paragraph, the terms "laborers" and "mechanics' include watchmen and guards. • (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or Involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic In any workweek In which the Individual is employed on such work to work In excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated • damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (In the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each Individual laborer or mechanic, including watchmen and guards, employed In violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth In sub paragraph (1) of this paragraph. Previous editions are obsolete form HUD -4010 (06/2009) Page 4 of 5 ref. Handbook 1344.1 (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided In the clause set forth In subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall Insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work In surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations. issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-54, 63 Stat 96). 40 USC 3701 et seq. (3) The contractor shall Include the provisions of this paragraph In every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such. provisions. Previous editions are obsolete form HUD -4010 (06/2009) Page 5 of 5 ref. Handbook 1344.1 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBENVBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBEM/BE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 MBE/WBE BUSINESS ENTERPRISE Prime Contractor Name: PRE-BID CONTACT INFORMATION FORM Project: Letting Date: NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Date: SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBENVBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Jack Fellenzer, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Dates Subcontractors Dates Dollar Amount Proposed to Contacted Yes/No Contacted Yes/No be Subcontracted (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.Iib.ia.us/contractcompliance/ Contact: Rudy Jones, Community Development Director Email: rudy.jones(a4waterloo-ia.org Phone: (319) 291-4429 Fax: (319) 291-4431 MBE/WBE Certified Contractors List Page 1 of 4 CERTIFIED MBE CONTRACTORS CARTER ELECTRIC 725 Adams Street Waterloo, IA 50703 Phone: (319) 232-9808 Pager: (319) 235-4021 Contact: Derrick Carter Specializing in: ELECTRICAL CONTRACTOR CULPEPPER ELECTRIC 1731 Cottage Grove Avenue Waterloo, IA 50707 Phone: (319) 235-0885 Fax: (319) 236-8177 Contact: Martin Culpepper Certified: City of Waterloo Certified MBE, Licensed Electrician Specializing in: ELECTRICAL CONTRACTOR DANIELS HOME IMPROVEMENT 339 Albany Street Waterloo, IA 50703 Phone: (319) 961-1659 Contact: Sammy Daniels Specializing in: ALL TYPES OF CONCRETE FLATWORK, POURED WALLS—ALL TYPES, FOOTINGS, LIGHT DEMOLITION D.C. CORPORATION 426 Beech Street Waterloo, IA 50703 Phone: (319) 236-9075 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 IvMBE/WBE Certified Contractors List Page 2 of 4 GREER'S WORKS 2003 Plainview Street Waterloo, IA 50703 Phone: (319) 233-4701 Contact: Willie Greer Specializing in: DRIVEWAYS, SIDEWALKS, CARPENTRY, ROOFING, GENERAL CONSTRUCTION LOVE'S ENTERPRISE 835 West Fifth St. P.O. Box 246 Waterloo, IA 50704 Phone: (319) 233-3260 Contact: David Love Certified: Iowa DOT, City of Waterloo Certified MBE Specializing in: CONCRETE PAVING, ASPHALT, DRIVEWAYS, SIDEWALKS, TRUCKING OLD GREER'S WORKS 2309 Springview Street Waterloo, IA 50707 Phone: (319) 233-2150 Contact: David L. Greer, Sr. Specializing in: ROOFING & GENERAL CONSTRUCTION QUICK CONSTRUCTION 217 Bates Street Waterloo, IA 50703 Phone: (319) 215-4166 Contact: Leroy Harrington Specializing in: ALL TYPES OF CONCRETE FLATWORK AND GENERAL CONSTRUCTION MBE/WBE Certified Contractors List Page 3 of 4 CERTIFIED WBE CONTRACTORS ATLAS PAINTING, INC.* 911 Sycamore Street P.O. BOX 65 Waterloo, IA 50704 Phone: (319) 232-9164 Specializing in: COMMERCIAL AND INDUSTRIAL PAINTING PETERMAN & HAES CARPET ONE* 4003 University Avenue Waterloo, IA 50701 Phone : (319) 233-6131 FAX: (319) 233-6133 email: JR11486@cfu.net Certified: City of Waterloo WBE Contact : Carol Reese Specializing in: FLOOR COVERING 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 MISE/AWE Certified Contractors List Page 4 of 4 General Decision Number: IA130030 06/28/2013 IA30 Superseded General Decision Number: IA20120030 State: Iowa Construction Type: Building County: Black Hawk County in Iowa. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Modification Number Publication Date 0 1 2 3 4 01/04/2013 01/18/2013 04/05/2013 06/14/2013 06/28/2013 * ASBE0081-005 06/01/2013 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR, Excluding Duct Insulation $ 29.76 18.40 Hazardous Material Handler/asbestos removal worker (Includes preparation, wetting, stripping, removal, scrapping, vaccuming, bagging, and disposal of all insulation materials, whether they contain asbestos or not, from mechanical systems)... $ 20.50 10.40 1 BRIA0028-001 05/01/2009 BRICKLAYER BRIA0028-003 05/01/2007 TILE SETTER ELEV0033-001 01/01/2013 Rates Fringes $ 23.50 10.14 Rates Fringes $ 20.50 8.45 Rates Fringes ELEVATOR MECHANIC $ 39.38 25.185 FOOTNOTE: a. Employer contributes 8% of basic hourly rate for over 5 years service and 6% of basic hourly rate for under 5 years service as Vacation Pay Credit. b. 8 Paid Holidays - New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day and Christmas Day. ENG10234-014 05/01/2009 Rates Fringes Power equipment operators: GROUP 1 $ 23.70 12.90 GROUP 2 $ 22.32 12.90 GROUP 3 $ 19.99 12.90 2 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1- Excavators GROUP 2 - Bulldozer; Forklift; Scraper GROUP 3 - Bobcat/Skid Loader; Grader/Blade; Loader; Roller IRON0089-005 05/01/2012 IRONWORKER (Ornamental, Reinforcing and Structural) LABO0043-003 05/01/2010 Rates Fringes $ 26.67 15.50 Rates Fringes LABORER Mason Tender- Brick $ 15.85 9.12 Mason Tender - Cement/Concrete $ 15.85 9.12 Pipelayer $ 15.85 9.12 PAIN0676-002 05/01/2008 Rates Fringes PAINTER Brush and Roller, Excluding Drywall Fnishing.. $ 22.66 10.40 PLUM0125-008 05/01/2013 3 PLUMBER/PIPEFITTER (Excluding HVAC Pipe Installation) R00F0182-006 05/01/2012 ROOFER Excluding Metal Roofs SHEE0045-006 07/01/2010 SHEETMETAL WORKER, Excluding HVAC Duct Installation Rates Fringes $ 35.79 13.44 Rates Fringes $ 21,45 9.82 Rates Fringes $ 30.51 13.66 SU IA2008-026 09/11/2008 CARPENTER (Form Work Only) $ 15.25 0.94 CARPENTER, Excludes Drywall Hanging, and Form Work $ 13.33 1.79 CEMENT MASON/CONCRETE FINISHER... $ 12.82 0.79 DRYWALL FINISHER/TAPER $ 15.78 1.17 DRYWALL HANGER $ 16,29 1.80 ELECTRICIAN $ 20.49 4.18 GLAZIER .......................... $ 16.02 2.69 Rates Fringes 4 LABORER: Common or General $ 9.73 0.89 LABORER: Landscape & Irrigation $ 8.98 0,00 OPERATOR: Backhoe $ 19.10 8.92 OPERATOR: Crane $ 19.38 4.22 PAINTER: Spray (Excludes Drywall Finishing/Taping) $ 12.00 0.23 PLASTERER $ 12.61 0.49 PLUMBER (HVAC Pipe Installation) $ 18.82 2.30 ROOFER: Metal Roof $ 12.22 0.00 SHEET METAL WORKER (HVAC Duct Installation Only) $ 16.13 3.39 TRUCK DRIVER $ 12.23 0.36 WELDERS - Receive rate prescribed for craft performing operation to which welding is Incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union 5 classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters, PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling 6 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. 7 Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 8