Loading...
HomeMy WebLinkAbout10/28/2013October 21, 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 Monday, October 21, 2013. Mayor Ernest G. Clark in the Chair. Roll Call: Cole, Jones, Greenwood, Schmitt, Welper, Hart. Absent: Getty. Moment of Silence. Pledge of Allegiance: Michelle Weidner, Chief Financial Officer. 141698 - Hart/Schmitt that the Agenda, as proposed, for the Regular Session on Monday, October 14, 2013, at 5:30 p.m., be accepted and approved. Voice vote -Ayes: Six. Motion carried. 141699 - Mayor Clark performed a swearing in of the following Police Officers: William Herkelman, Nicholas Weber and Caleb Christiansen. Mayor Clark read a Proclamation declaring October 20-26, 2013 as "Character Counts Week". CONSENT AGENDA 141700 - Hart/Schmitt 1. 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 October 21, 2013, in the amount of $3,995,587.66, a copy of which is on file in the City Clerk's office, together with recommendation of approval of the Finance Committee. 2. Resolution approving Request of Mark and Martha Clark for tax exemptions on improvements totaling $350,000.00 for property located at 3836 Trent Lane and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-840. 3. Resolution approving Request of Sherman Wise for tax exemptions on improvements totaling $133,000.00 for property located at 919 West Parker Street and located in the Consolidated Urban Revitalization Area (CUBA). Resolution adopted and upon approval by Mayor assigned No. 2013-841. 4. Resolution approving Request of Brent Williams for a concrete driveway to be located at 1521 and 1523 Black Hawk Road, together with recommendation of approval of City Engineer. Resolution adopted and upon approval by Mayor assigned No. 2013-842. b. Motion to approve the following: Travel Requests Name & Title of Personnel Class/Meeting Destination Date(s) Amount not to exceed Dan Youngblood, Chief Combination Inspector 2013 IAEI Iowa Chapter Fall Educational & Business Meeting Altoona, IA 10-17-13 to 10 -18 - 13 $140.00 2. Mayor Clark's recommendation of the following appointments: Appointee Board/Commission Expiration Date New or Re - Appointment Sue Schauls International Property Maintenance Code Board of Appeals October 31, 2016 Re -Appointment Bernard Stroh 'International Property Maintenance Code Board of Appeals October 31, 2016 Re -Appointment October 21, 2013 3. 4. 5. 6. 7. 8. 9. Page 2 Rudy Jones Metropolitan Transit Authority Board June 30, 2015 New Appointment Approved Beer, Liquor, and Wine Applications Name & Address of Business Class New or Renewal Expiration Date Includes Sunday Casey's Pub & Eatery 1125 W. Donald Street C Liquor, Outdoor Service Renewal 7-31-14 X Cadillac Lanes 650 LaPorte Road C Liquor, Outdoor Service Renewal 7-22-14 X Fraternal Order Of Eagles, Waterloo Aerie #764 A Liquor, Outdoor Service Renewal 6-30-14 X Hy -Vee C -Store #4 3700 University Avenue C Beer New 11-1-14 X Hy -Vee #1 Clubroom 2834 Ansborough Avenue Special C Liquor (Beer/Wine) New 10-17-14 X LongHorn Steakhouse #5374 1425 E. San Marnan Drive C Liquor Renewal 8-31-14 X Neighborhood Mart 2100 Lafayette Street E Liquor, B Wine, C Beer Renewal 7-31-14 X 10. Bonds Roll call vote -Ayes: Five. Motion carried. Mr. Jones abstained from the bills payment to himself for cleaning supplies in the amount of $186.44. PUBLIC HEARINGS 141701 - Schmitt/Hart that proof of publication of notice of public hearing on the request by BCS Properties, LLC of Waterloo, Iowa for the vacation of approximately 10.33' x 176' (1,818 SF) of City -owned right-of-way located west of 1850 West Ridgeway Avenue, for the purpose of constructing a new multi -tenant commercial building and parking lot on the property, be received and placed on file. Voice vote - Ayes: Six. Motion carried. This being the time and place of public hearing, the Mayor called for written and oral comments and there were none. 141702 - Schmitt/Hart that the hearing be closed and receive and file oral and written comments and recommendation of approval of Planning, Programming and Zoning Commission. Voice vote -Ayes: Six. Motion carried. Mr. Jones asked to take special care of water detention in the area. 141703 - Schmitt/Hart to receive, file, consider and pass for the first time an Ordinance vacating approximately 10.33' x 176' (1,818 SF) of City -owned right-of-way located west of 1850 West Ridgeway Avenue. Roll Call vote -Ayes: Six. Motion carried. 141704 - Schmitt/Hart that rules requiring ordinances to be considered and voted for passage at two prior meetings be suspended. Roll Call vote -Ayes: Six. Motion carried. 141705 - Schmitt/Hart that "Ordinance vacating approximately 10.33' x 176' (1,818 SF) of City -owned right-of-way located west of 1850 West Ridgeway Avenue" be considered and passed for the second and third times and the ordinance be adopted. Roll call vote - Ayes: Six. Ordinance adopted and upon approval by Mayor assigned No. 5182. October 21, 2013 Page 3 141706 - Hart/Welper that proof of publication of notice of public hearing on the Real Estate Purchase Agreement with Buckets, Inc. of Waterloo, Iowa for the sale of City - owned land identified as parcel no. 8912-32-102-002 located at 3215 Lafayette Street in the amount of $1.00, plus up to $2,000.00 in closing costs, in connection with Amendment to Development Agreement, be received and placed on file. Voice vote -Ayes: Six. Motion carried. 141707 - This being the time and place of public hearing, the Mayor called for written and oral objections and there were none. 141708 - Hart/Welper that the hearing be closed. Voice vote -Ayes: Six. Motion carried. 141709 - Hart/Welper that "Resolution confirming approval of said Real Estate Purchase Agreement; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-843. 141710 - Welper/Schmitt that proof of publication of notice of public hearing on the Exchange Agreement and Assignment of Offer to Buy Real Estate and Acceptance with L & H Farms, Ltd. of Waterloo, Iowa for the acquisition of property in Black Hawk County for exchange of property in the San Marnan TIF District, in the amount of $461,290.00 for 10.156 acres of land in November 2013 and $395,846.00 for 8.175 acres of land in March 2014, plus up to $10,000.00 in closing costs, and an Option Exchange Agreement, be received and placed on file. Voice vote -Ayes: Six. Motion carried. 141711 - This being the time and place of public hearing, the Mayor called for written and oral comments and those presented are on file in the Clerk's Office. 141712- Welper/Schmitt that the hearing be closed and oral and written comments be received and placed on file. Voice vote -Ayes: Six. Motion carried. 141713 - Welper/Schmitt that "Resolution confirming approval of said Exchange Agreement and Assignment of Offer to Buy Real Estate and Acceptance; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-844. Forest Dillavou, 1725 Huntington Rd, spoke in opposition to this exchange. Noel Anderson, Director of Planning & Zoning, explained that the funds used to purchase this property are coming from the TIF District. The goal will be to attract large companies. The commitment was also explained. 141714 - Hart/Welper that proof of publication of notice of public hearing on the Request by BCS Properties, LLC of Waterloo, Iowa to rezone 1.31 acres of land from "R -2,C -Z" Conditional Zoning District to "C-2" Commercial District, located at 1850 West Ridgeway Avenue, for the purpose of constructing a new multi -use commercial building, be received and placed on file. Voice vote -Ayes: Six. Motion carried. 141715 - This being the time and place of public hearing, the Mayor called for written and oral comments and there were none. 141716 - Hart/Welper that the hearing be closed. Voice vote -Ayes: Six Motion carried. 141717 - Hart/Welper to receive, file, consider and pass for the first time an Ordinance amending Ordinance No. 5079, as amended, City of Waterloo Zoning Ordinance, by amending the Official Zoning Map referred to in Section 10-4-4, Rezoning Certain Property in conjunction with request by BCS Properties, LLC of Waterloo, Iowa to rezone 1.31 acres of land from "R -2,C -Z" Conditional Zoning District to "C-2" Commercial District, located at 1850 West Ridgeway Avenue, for the purpose of October 21, 2013 Page 4 constructing a new multi -use commercial building. Roll Call vote -Ayes: Six. Motion carried. 141718 - Hart/Welper that rules requiring ordinances to be considered and voted for passage at two prior meetings be suspended. Voice vote -Ayes: Six. Motion carried. 141719 Hart/Welper that "Ordinance amending Ordinance No. 5079, as amended, City of Waterloo Zoning Ordinance, by amending the Official Zoning Map referred to in Section 10-4-4, Rezoning Certain Property in conjunction with request by BCS Properties, LLC of Waterloo, Iowa to rezone 1.31 acres of land from "R -2,C -Z" Conditional Zoning District to "C-2" Commercial District, located at 1850 West Ridgeway Avenue, for the purpose of constructing a new multi -use commercial building." Be considered and passed for the second and third times and the ordinance be adopted. Roll call vote -Ayes: Six. Ordinance adopted and upon approval by Mayor assigned No. 5183. 141720 - Hart/Welper Number used inadvertently. 141721 - Greenwood/Schmitt that proof of publication of notice of public hearing on the Adoption of the 2014-2018 Capital Improvements Program for the City of Waterloo, be received and placed on file. Voice vote -Ayes: Six. Motion carried. 141722 - This being the time and place of public hearing, the Mayor called for written and oral comments and there were none. 141723 Greenwood/Schmitt that the hearing be closed. Voice vote -Ayes: Six. Motion carried. 141724 - Greenwood/Schmitt that "Resolution confirming approval of adoption of the 2014-2018 Capital Improvements Program for the City of Waterloo" be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-846. RESOLUTIONS 141725 - Schmitt/Welper that "Resolution approving Department of Justice Crime Victim Assistance Division for a Federal Violence Against Women Contract in the amount of $36,180.00, with a required local match of $12,060.00, to apply towards funding of the Domestic Abuse Response Team (DART)", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-847. 141726 - Schmitt/Welper that "Resolution approving Automobile Lease Agreement with C & S Car Company Hyundai Mazda Subaru of Waterloo, Iowa for the Police Department's Life Skills Program, at no cost to the City, for the period October 28, 2013 to April 28, 2014; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-848. 141727 - Schmitt/Welper that "Resolution approving Contract Modification No. 1, in the amount of $3,500.00, for work performed by KWS, Inc. of Cedar Falls, Iowa, in conjunction with the Fiber Optic Connection: City Network to SportsPlex Building; and authorize Mayor to execute said document", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-849. October 21, 2013 Page 5 141728 - Schmitt/Welper that "Resolution approving Professional Services Agreement with Transcore ITS, LLC of Ankeny, Iowa, in the amount of $29,949.92, to conduct a system audit of the City's wireless communications and camera network; and authorize Mayor to execute said document", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-850. Mr. Greenwood questioned what this was for. Sandie Greco, Director of Traffic Operations, stated that this was for the intersection monitoring cameras and wireless communication system that was not working properly. This contract will allow the system to be looked at to find a solution. 141729 - Hart/Greenwood that "Motion approving Change Order No. 2 for a net decrease of $23,748.50 for work performed by Vieth Construction Corporation of Cedar Falls, Iowa for the F.Y. 2012 Secor Railroad Spur, Contract No. 794; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Six. 141730 - Hart/Greenwood that "Motion approving Change Order No. 1 for a net decrease of $3,542.77 for work performed by Benton's Sand and Gravel, Inc. of Cedar Falls, Iowa for the F.Y. 2012 Geraldine Road Extension, Contract No. 821; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Six. 141731 - Hart/Greenwood that "Motion approving Change Order No. 2 for a net increase of $2,630.88 for work performed by Matthias Landscaping of Waterloo, Iowa for the Gates Park Golf Course - Virden Creek Erosion Project; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Six. 141732 - Welper/Hart that "Resolution approving Completion of Project and Recommendation of Acceptance of Work performed by Matthias Landscaping of Waterloo, Iowa, at a total cost of $55,846.15, for the Gates Park Golf Course - Virden Creek Erosion Project", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-854. 141733 - Welper/Hart that "Resolution approving recommendation of award of bid to Cedar Rapids Truck Center of Cedar Rapids, Iowa, in the amount of $224,460.00, for the Purchase of One (1) 2014 Automated Side -Load Garbage Truck", be adopted. Roll call vote - Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-855. 141734 - Welper/Hart that "Resolution approving Enterprise Zone Certification with Iowa Department of Economic Development for the expansion of the Enterprise Zone to include property bounded by Ravenwood Road and Ravenwood Circle in Hammond Hills Sixth Addition", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-856. 141735 - Greenwood/Schmitt that "Resolution approving Contract Agreement with Visual Logic, in the amount of $16,635.00, for the upgrading and reformatting of the Brownfield Assessment Grant website; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Six. 141736 - Greenwood/Schmitt To amend the contract amount to $25,560, for the upgrading and reformatting of the Brownfield Assessment Grant website; and authorize Mayor and City Clerk to execute said document. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-857. October 21, 2013 Page 6 141737 - Greenwood/Schmitt that "Resolution approving Housing Enterprise Zone Agreement #13-HEZ-096 for Park Avenue Lots, LLC for the development of 11 multi -family units at the Masonic Temple building within the Enterprise Zone; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-858. 141738 - Greenwood/Schmitt that "Resolution approving Development Agreement with Court Square Building Co. of Waterloo, Iowa for the redevelopment of 620 Lafayette Street (Beecher Law Firm) for the expansion near the Main Street parking lot infill, creating a new minimum value for the building of $430,420.00, and tax rebates for 5 years at 100 percent; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-859. 141739 - Schmitt/Welper that "Resolution approving Development Agreement with R & S Commercial LLC of Waterloo, Iowa for the development of a new 5,200 square foot warehouse and office in the Rath area, valued at $240,000.00, with City acquisitions of 1027 and 1025 Sycamore Street at $169,000.00, with closing costs up to $10,000.00; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-860. 141740 - Schmitt/Welper that "Resolution setting date of hearing as November 4, 2013 to approve request by Lockard Realty of Cedar Falls, Iowa to rezone approximately 1 acre of land located at 114 Monroe Street from "R-2" One and Two Family Residence District to "R-2, C -Z" Conditional Zoning District, for the purpose of legally re- establishing an existing truck repair shop; and instruct City Clerk to publish notice", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-861. ORDINANCES 141741 - Hart/Greenwood that "an Ordinance amending the 2008 Traffic Code by adding Subsection (2) San Marnan Drive to Section 541A, Decreasing Speed Limits in Certain Areas in conjunction with Decreasing Speed Limit to 35 MPH - San Marnan Drive from W. Fourth Street to Ansborough Avenue", be received, placed on file, considered and passed for the first time. Roll call vote -Ayes: Six. Motion carried. 141742 Hart/Greenwood that rules requiring ordinances to be considered and voted for passage at two prior meetings be suspended. Roll call vote -Ayes: Six. Motion carried. 141743 - Hart/Greenwood that "an Ordinance amending the 2008 Traffic Code by adding Subsection (2) San Marnan Drive to Section 541A, Decreasing Speed Limits in Certain Areas in conjunction with Decreasing Speed Limit to 35 MPH - San Marnan Drive from W. Fourth Street to Ansborough Avenue", be considered and passed for the second and third times and adopted. Roll call vote -Ayes: Six. Ordinance adopted and upon approval by Mayor assigned No. 5184. OTHER COUNCIL BUSINESS 141744 - Greenwood/Schmitt Number used inadvertently. 141745 - Greenwood/Schmitt to instruct Public Works Director to prepare specifications, bid document, etc., be approved. Voice vote -Ayes: Six. Motion carried. October 21, 2013 Page 7 141746 - Greenwood/Schmitt to receive and file specifications, bid document, etc. in conjunction with the Rental of Three (3) Motor Graders to Support Snow Operations, be received and placed on file. Voice vote -Ayes: Six. Motion carried. 141747 - Greenwood/Schmitt that "Resolution preliminarily approving specifications, bid document, etc. in conjunction with the Rental of Three (3) Motor Graders to Support Snow Operations", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-862. 141748 Greenwood/Schmitt that "Resolution setting date of hearing and bid opening as November 12, 2013; and instruct City Clerk to publish notice of specifications, bid document, etc. and taking of bids", be adopted. Roll call vote -Ayes: Six. Resolution adopted and upon approval by Mayor assigned No. 2013-863. 141749 - Greenwood/Schmitt to receive and file communication from Iowa Department of Transportation transmitting notification of letting of a Portland Cement Concrete patching project on I-380 from I-80 north to U.S. 218 in Waterloo on March 18, 2014, be received and placed on file. Voice vote -Ayes: Six. Motion carried. ORAL PRESENTATIONS Don Page, 3316 Parkridge Rd, spoke in support of Mayor Clark and his administration. Aaron Buzza, 335 Derbyshire Rd, thanked the Building Team, Traffic Operations, Leisure Services, Safety Services, David Jones, and Days Inn & Suites on behalf of the Convention Center and Visitors Bureau. Jim Chapman, 224 Bertch, expressed concern with lack of movement on properties that have been turned in on Parkview Blvd. Forest Dillavou, 1725 Huntington Rd, spoke of working smarter not harder complimented Leisure Services Mayor Clark stated that Waterloo is progressing. Mr. Schmitt acknowledged the Waterloo/Cedar Falls Board of Realtors for donating $5,000 to the Police Reserves. Mayor Clark reminded citizens to report any street lights out. Mayor Clark stated that the dam is going down starting October 29`". 141750 - Welper/Schmitt that the above oral comments be received and placed on file. Voice vote -Ayes: Four. Motion carried. Mr. Hart and Ms. Cole left at 6:08 p.m. for other commitments. ADJOURNMENT 141751 - Welper/Schmitt that the council adjourn at 6:20 p.m. Roll call vote -Ayes: Four. Motion carried. Suzy Schares City Clerk City of Waterloo Bill Payments Bill Date 10/28/2013 Banking Date 10/29/2013 Prepared by: RH Journal Number 495 Fund Amount Fund Amount for formula 010 435,693.24 010 1 $ 435,693.24 101 147,086.00 101 1 147,086.00 200 2,618.00 200 1 2,618.00 205 250,716.99 205 1 250,716.99 224 146,493.78 224 2 146,493.78 266 11,193.36 266 1 11,193.36 283 6,006.28 283 3 6,006.28 290 8,510.85 290 1 8,510.85 291 1,170.92 291 1 1,170.92 407 2,150.17 407 4 2,150.17 409 225.40 409 4 225.40 410 508.65 410 4 508.65 411 1,330.66 411 4 1,330.66 412 18,488.06 412 4 18,488.06 413 16,280.00 413 4 16,280.00 426 7,002.41 426 1 7,002.41 520 114,341.02 520 5 114,341.02 521 572.32 521 5 572.32 525 35,777.92 525 1 35,777.92 609 7,295.62 609 4 7,295.62 612 19,480.21 612 4 19,480.21 WAR 1,232,941.86 1,232,941.86 juornal total 2,465,883.72 $ 2,465,883.72 1 $ 899,769,69 WAR formula (1,232,941.86) 2 146,49378 3 6,00fi 28 Approved check total 1,232,941.86 4 65,758.77 5 114,913.34 6 0.00 Bank Acct / (RB) OVRNT '✓ (RB) CDBG °// (USB)HOUSE ./ ,(RB)GOB '1 (RB)SEW I w/d amount 899,769.69 To: (RB) ACCTS PYBL $ 1,232,941.86 146,493.78 No banking / /� 6,006.28 C( L;i2.0! "'v/m6, 65,758.77 "d 114,913.34 0.00 1,232,941.86 10/29/2013 forms bill banking net.xlsx 102813 JO -a"-f-(3 City of Waterloo Finance Committee Open Invoice Report For Octobe 28 2013 Approval Finance Committee Accounts Payable Open Invoice Report Total As of Friday, October 25, 2013 EFT Transactions: 1, 232, 941.86 27,201.25 Subtotal - as of Monday, October 28 2013 Workers Compensation Issued by TPA Gross Payroll Housing Authority Housing Assistance EFT's Housing Authority Housing Assistance EFT's 2,975.26 2,408.08 350,761.20 'Bill Payment Total - Monday, October 28, 2013 1,616,287.65 PaymentPayi_ient to Council members or related ties: CITY OF WATERLOO Council Communication City Council Meeting: October 28, 2013 Prepared: October 14, 2013 Dept. Head Signature: /�% (/c yl, „ ) # of Attachments: 1 /" " SUBJECT: Proclamation: Radiologic Technology Week November 3 - 9, 2013 Submitted by: Mayor Clark Recommended City Council Action: Summary Statement Expenditure Required Source of Funds Policy Issue Alternative Background Information: CITY OF WATERLOO, IOWA PROCLAMATION WHEREAS, maintaining top physical condition is an important goal shared by citizens, medical professionals and qualified practitioners, specializing in the use of radiation and the treatment of disease; and WHEREAS, a safe radiological environment is made possible through the dedication and care of radiologic technologists; and WHEREAS, the contributions of these radiologic technologists, nuclear medicine technologists, diagnostic medical sonography technologists and radiation therapy technologists in our state are helping our citizens live longer, healthier lives; and WHEREAS, these contributions are the result of education, research and greater understanding. NOW, THEREFORE, BE IT RESOLVED THAT, I, Buck Clark, Mayor of the City of Waterloo, Iowa, do hereby proclaim the week of November 3 — 9, 2013, as RADIOLOGIC TECHNOLOGY WEEK in Waterloo and encourage all citizens to recognize this event and to participate in its observance. IN WITNESS WHEREOF, I have hereunto subscribed my name and caused the Seal of the City of Waterloo to be affixed this 28th day of October 2013. ATTEST: C .)-f .r_ Suzy Scharies qj �� �" s,. Buck Clark City Clerk +':. Mayor CITY OF WATERLOO Council Communication City Council Meeting: 10/28/2013 Prepared: 10/21/2013 Dept. Head Signature: # of Attachments: SUBJECT: Cancelation of Property Tax Assessments Submitted by: Suzy Schares, City Clerk Recommended City Council Action: Cancelation of property tax assessments totaling $3,337.60 and authorization for refund of amounts overpaid for sidewalk repair bills totaling $280.14. (see attached list detail) I Sidewalk Assessment Error/OverpmtSummary Parcel No. Name Property Address Mailing Address Amount Assessed? Refund? Cancel? 891.3-27.-460-007 US Bank 703 Kingsley Ave n/a. $ 1,638.33 Yes -r No Yes 8913-26-308-004 Christian Brown 406 Baltimore Ave Per Larry Smith - Waste Management 136.53 No Yes n/a 8913-26-159-002 Donna Davidson 1241 W. Mullan Ave 1003 - 10th Ave SW - Waverly, IA 50677 143.61 No Yes n/a 8913-26-182-015 Timothy/Rebecca Tucker 817 W. 1st Street n/a 719.99 Yes No Yes 8913-27-454-015 Lori A. Gross ,'730 Home Park Blvd n/a 119.78 Yes ':' No Yes ✓These assessments were previously paid but sent over for assessment in error. Reasons for Refunds: * this man (no affiliation with property) paid assessment and so did contract buyer. **Ms. Davidson (Deedholder) paid assessment and so did contract buyer (James Bolin). I Miscellaneous Assessments to Cancel Parcel No. Name h' Property Address Amount Reason 8913-24-204-009 CNC INVESTMENTS';. v EMPTY LOT next to 702 N. Barclay $ 260.50 New Owner 8913-24-204-008 CNC INVESTMENTS ~�•'�'` 702 N. Barclay 340.50 New Owner 8912-30-106-010 Robert Berg 856 Fowler 117.50 Per Larry Smith - Waste Management 8913-26-331-004 Consumer Credit Counseling 1003 W. 4th Street 51.00 Per Mayor Clark/Cindy Young email 8913-20-201-005 Larry & Janice Clark 338 Longview Dr 90.00 Per Barry Stratton - Code Enforcement Black Hawk County Detailed Parcel Report Page 1 of 2 BLACK HAWK COUNTY REAL ESTATE ASSESSMENT AND TAX INFORMATION Parcel ID Deed Holder Tax Mail to Address 8913-27-460-007 KRAMER,MATTHEW A KRAMER,MATTHEW A 703 KINGSLEY AV WATERLOO, IA 50701-0000 PDF No. Map Area Contract Buyer 4 CWTLO-02 NORMAL ARMS -LENGTH TRANSACTION - PRIOR 09 / Deed Property Address Current Recorded Transfer 703 KINGSLEY AV WATERLOO, IA 50701-0000 Date Drawn Date Filed Recorded Document Type 11/19/2012 11/20/2012 2013 010409 D SALES BUILDING PERMIT Date Amount NUTC / Type None 11/19/2012150,500 Land NORMAL - 12 / Deed Building 3/16/2007 145,900 NORMAL ARMS -LENGTH TRANSACTION - PRIOR 09 / Deed 13,060 4/29/2005 122,000 NORMAL ARMS -LENGTH TRANSACTION - PRIOR 09 / Deed 112,170 12/30/2003112,000 Credits NORMAL ARMS -LENGTH TRANSACTION - PRIOR 09 / Deed Homestead Credit ASSESSED VALUES/CREDITS Year Class 2012 2013 R Land 100% Value Land Dwelling Building M/E Total cres 13,060 99,110 0 0 112,170 Land Credits Military Exemption Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Agricultural Credit mily Farm [CFard eit 0 Y Farm Credit Family Corp Taxable Value Land Dwelling Building M/E Total 7,105 53,916 0 0 61,021 Year Class 2012 R 100% Value Land Dwelling Building WE Total Acres 13,060 104,640 0 0 117,700 0 Taxable Value Land Dwelling Building M/E Total 6,898 55,267 0 0 62,165 Year Class 2011 R 100% Value Land Dwelling Building M/E Total Acres 13,060 104,640 0 0 117,700 0 Taxable Value Land Dwelling Building M/E Total 6,628 53,107 0 0 59,735 TAX INFORMATION ASSESSMENT YEAR 2012 PAYABLE 2013/2014 Tax District 940001 - WATERLOO Gross Value Taxable Value Military Exemption Levy Rate Gross Tax Net Tax Corp 117,700 62,165 0 40.61203 $2,524.65 $2,524.00 Nocorp 0 0 0 0 $0.00 stead Credit Homestead led Veteran Credit Disabled PropertyTax Relief Credit �AOg CreditOa Farm Credit Family Corp $0.00 http://www2.co.black-hawk.ia.us/web ite/bhmap/bhRepDet.asp?apn=891327460007 2/24/2014 Black Hawk County Detailed Parcel Report INocorp $0.00 Page 2 of 2 LEGAL HOME PARK SECOND ADDITION LOT 1 BLK 10 LAND Basis Front Rear Side 1 Side 2 Lot Area Acres Front Foot 50 50 120 120 0 6000 0.138 Totals: Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 6 6000 0.138 DWELLING CHARACTERISTICS Type Style Total Living Area Single -Family / Owner Occupied 2 Story Frame 1412 Year Built Area Heat AC Attic 1926 538 Yes Yes None Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 6 0 2 0 Basement Basement Finished Area No Basement Floor Full 0 0 Foundation Flooring C Blk HDWD/TILE/CARP Exterior Walls Interior Finish Wd Lap Drwl Roof Asph / Gable Non -Base Heating Floor/Wall Pipeless Handfired Space Heaters 0 Addtions Year Built Style Area Basement (SF) No Basement (SF) Heat AC Attic 1991 1 Story Frame 48 0 0 Yes Yes 0 1926 1 Story Frame 288 288 0 Yes Yes 0 Full Bath Type Count < Plumbing1 1 Shower Stall Bath Fireplace 2 Story Prefab 1 Style Area Porch 1S Frame Open 48 1S Frame Enclosed 80 Style Area Deck Wood Deck -Med 224 GARAGES Year Built Style idth Length Area Basement Qtrs Over Area AC 1991 Det Frame 124 30 720 0 None 0 0 BASEMENT STALLS None Entry Status: Inspected http://www2. co.black-hawk. i a. us/webs ite/bhmap/bhRepDet. asp?apn=891327460007 2/24/2014 Black Hawk County Detailed Parcel Report Page I of 2 BLACK HAWK COUNTY REAL ESTATE ASSESSMENT AND TAX INFORMATION Parcel ID Deed Holder Tax Mail to Address 8913-26-308-004 NICHOLS,HAROLD GONZALEZ SANCHEZ,EMMA 406 BALTIMORE ST WATERLOO, IA 50701-0000 PDF No. Map Area Contract Buyer 4 CWTLO-03 GONZALEZ SANCHEZ,EMMA Property Address Current Recorded Transfer 406 BALTIMORE ST WATERLOO, IA 50701-0000 Date Drawn Date Filed Recorded Document Type 11/9/2012 11/14/2012 2013 009973 C SALES BUILDING PERMIT Date Amount NUTC / Type Date Number Amount Reason 11/9/2012 55,000 NORMAL - 12 / Contract 10/6/2003 WA 2597 6,050 Ext -Remodel 11/5/201246,000 NORMAL - 12 / Deed 6/13/2003 WA 0880 2,000 Plumb/Elec 3/12/201043,000 23,180 TRUST SALE; TO/BY TRUST - 09/11 / 6/10/2003 WA 0726 1,500 Roof Deed Land Dwelling 8/1/2005 51,000 NORMAL ARMS -LENGTH TRANSACTION - PRIOR 09 / Deed 2,165 ASSESSED VALUES/CREDITS Year Class 2013 R 100% Value Land Dwelling Bui ding M/E Total Acres 4,100 42,610 0 0 46,710 0 Taxable Value Land Dwelling Building M/E Total 2,230 23,180 0 0 25,410 Year Class 2012 R 100% Value Land Dwelling Building M/E Total Acres 4,100 47,480 0 0 51,580 0 Credits Military Exemption Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Agricultural Credit Family Farm Credit I I I Y Taxable Value Land Dwelling Building M/E Total 2,165 25,077 0 0 27,242 Year Class 2011 R 100% Value Land Dwelling Bui ding M/E Total Acres 4,100 47,480 0 0 51,580 0 Credits Military Exemption Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Agricultural Credit Family Farm Credit I I I Y Taxable Value Land Dwelling Building M/E Total 2,081 24,097 0 0 26,178 TAX INFORMATION ASSESSMENT YEAR 2012 PAYABLE 2013/2014 Tax District 940001 - WATERLOO Gross Value Taxable Value Military Exemption Levy Rate Gross Tax Net Tax Corp 51,580 27,242 0 40.61203 $1,106.35 $910.00 Nocorp 0 0 0 0 $0.00 I I I http://www2. co. black -hawk. ia. us/website/bhmap/bhRepDet.asp?apn=8913263 08004 2/24/2014 Black Hawk County Detailed Parcel Report Page 2 of 2 LEGAL 'WHITNEY AND SEDGWICKS ADDITION NW 14 FT NE 70 FT LOT 5 BLK 7 SE 25 FT NE 70 FT LOT 6 BLK 7 LAND Basis Homestead Credit Disabled Veteran Credit Property Tax Relief Credit �AOg COredit Family Farm Credit (Corp $196.97 Acres Front Foot Ia Nocorp 70 70 0 2730 LEGAL 'WHITNEY AND SEDGWICKS ADDITION NW 14 FT NE 70 FT LOT 5 BLK 7 SE 25 FT NE 70 FT LOT 6 BLK 7 LAND Basis Front Rear Side 1 Side 2 Lot Area Acres Front Foot 39 39 70 70 0 2730 0.063 Totals: Total Rooms Below Bedrooms Above Bedrooms Below 6 0 2730 0.063 DWELLING CHARACTERISTICS Type Style Total Living Area Single -Family / Owner Occupied 2 Story Frame 1424 Year Built Area Heat AC Attic 1914 616 Yes Yes Floor & Stairs Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 6 0 3 0 Basement Basement Finished Area No Basement Floor Full 0 0 Foundation Flooring C Blk 'Vinyl / Hdwd Exterior Walls Interior Finish Vinyl Plas Roof Asph / Hip Non -Base Heating Floor/Wall Pipeless Handfired Space Heaters 0 Addtions Year Built Style Area Basement (SF) No Basement (SF) Heat AC Attic 1914 1 Story Frame 192 0 0 Yes No 0 Plumbing12 Full Bath 1< Porch Style Area 1S Frame Open 176 Frame Encl 2nd Floor 112 Entry Status: Inspected http://www2.co.black-hawk.ia.us/website/bhmap/bhRepDet.asp?apn=891326308004 2/24/2014 Black I+wk County Detailed Parcel Report Page 1 of 2 BLACK HAWK COUNTY REAL ESTATE ASSESSMENT AND TAX INFORMATION Parcel ID Deed Holder Tax Mail to Address 8913-26-159-002 DAVIDSON,ROBERT DAVIDSON,DONNA M BOLIN,JAMES E BOLIN,CAROL J 3607 PANTHER LN CEDAR FALLS, IA 50613-0000 PDF No. Map Area Contract Buyer 4 CWTLO-03 BOLIN,JAMES E BOLIN,CAROL J Property Address Current Recorded Transfer 1241 W MULLAN AV WATERLOO, IA 50701-0000 Date Drawn Date Filed Recorded Document Type 8/2/2010 8/3/2010 2011 002204 C SALES BUILDING PERMIT Date AmountNUTC / Type Date Number Amount Reason 8/2/2010 56,000 RESIDENTIAL SALE OF TWO OR MORE 11/17/2008 WA 09738 500 Roof SEPARATELY ASSESSED PARCELS- 6/15/2006 WA 0863 1,085 Roof SINGLE ... - 09/11 / Contract Total 9/10/2001 30,000 RESIDENTIAL SALE OF TWO OR MORE PARCELS -SINGLE CONSIDERATION - PRIOR 09 / Deed 2/2/1996 29,500 NORMAL ARMS -LENGTH TRANSACTION - PRIOR 09 / Deed ASSESSED VALUES/CREDITS Year Class 2013 R 1000/0 Value Land Dwelling Bui ding M/E Total Acres 7,430 33,160 0 0 40,590 0 Taxable Value Land Dwelling Building WE Total 4,042 18,039 0 0 22,081 Year Class 2012 R 100% Value Land Dwelling Bui ding WE Total Acres 7,430 39,790 0 0 47,220 0 Taxable Value Land Dwelling Building M/E Total 3,924 21,016 0 0 24,940 Year Class 2011 R 100% Value Land Dwelling Bui ding M/E Total Acres 7,430 39,790 0 0 47,220 0 Taxable Value Land Dwelling Building M/E Total 3,771 20,194 0 0 23,965 TAX INFORMATION ASSESSMENT YEAR 2012 PAYABLE 2013/2014 Tax District 940001 - WATERLOO Gross Value Taxable Value Military Exemption Levy Rate Gross Tax Net Tax Corp 47,220 24,940 0 40.61203 $1,012.86 $1,012.00 Nocorp 0 0 0 0 $0.00 Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Ag Credit Family Farm Credit Corp $0.00 $0.00 $0.00 $0.00 $0.00 Nocorp $0.00 http://www2.co.black-ha tia.us/webs ite/bhmap/bhRep Det. asp?apn=891326159002 2/24/2014 Black Hawk County Detailed Parcel Report LEGAL Page 2 of 2 CONGER PARK LOT 15 BLK 11 LAND Basis Front Rear Side 1 Side 2 Lot Area Acres Front Foot 50 50 135 135 0 6750 0.155 Totals: Total Rooms Below Bedrooms Above Bedrooms Below 10 0 6750 0.155 DWELLING CHARACTERISTICS Type Style Total Living Area Two -Family Conversion 2 Story Frame 1808 Year Built Area Heat AC Attic 1924 624 Yes No None Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 10 0 5 0 Basement Basement Finished Area No Basement Floor Full 0 0 Foundation Flooring C Blk Carp Exterior Walls Interior Finish Stucco Plas Roof Asph / Hip Non -Base Heating Floor/Wall Pipeless Handfired Space Heaters 0 Addtions Year Built Style Area Basement (SF) No Basement (SF) Heat AC Attic 1924 1 Story Frame 168 168 0 Yes No 0 1924 2 Story Frame 196 0 0 Yes No 0 Plumbing 2 Full Bath < 1 Sink ( Style Area Porch 1S Frame Enclosed 25 GARAGES ear Built Style'Width Length Area Basement Qtrs Over Area AC 111 1955 Det Frame 124 24 576 0 None 0 0 BASEMENT STALLS None Entry Status: Inspected http://www2.co.black-hawk.ia.us/website/bhmap/bhRepDet.asp?apn=891326159002 2/24/2014 Black Hawk County Detailed Parcel Report Page 1 of 2 BLACK HAWK COUNTY REAL ESTATE ASSESSMENT AND TAX INFORMATION Amount Tax Mail to Address Parcel ID Deed Holder 8913-26-182-015 TUCKER,TIMOTHY TUCKER,REBECCA ADAMS,BRIAN R ADAMS,BRITTANY A 817 W 1ST ST WATERLOO, IA 50701-0000 PDF No. Map Area Contract Buyer WA 04439 4 CWTLO-03 ADAMS,BRIAN R ADAMS,BRITTANY A Property Address Current Recorded Transfer 817 W 1ST ST WATERLOO, IA 50701-5905 Date Drawn Date Filed Recorded Document Type 8/1/2008 10/8/2008 2009 007407 C SALES BUILDING PERMIT Date Amount NUTC / Type Date Number Amount Reason 8/1/2008 46,500 NORMAL ARMS -LENGTH 9/24/2008 WA 04439 1,200 Roof TRANSACTION - PRIOR 09 / Contract 10/11/1996 F/C 0 Misc 11/25/199637,000 WE NORMAL ARMS -LENGTH TRANSACTION - PRIOR 09 / Deed 2,448 10/21/1996 21,000 NORMAL ARMS -LENGTH TRANSACTION - PRIOR 09 / Deed ASSESSED VALUES/CREDITS Year Class 2013 R 100% Value Land Dwelling Bui ding M/E Total Acres 4,500 40,290 0 0 44,790 0 Taxable Value Land Dwelling Building WE Total 2,448 21,918 0 0 24,366 Year Class 2012 R 100% Value Land Dwelling Bui ding M/E Total Acres 4,500 48,340 0 0 52,840 0 Taxable Value Land Dwelling Building M/E Total 2,377 25,532 0 0 27,909 Year Class 2011 R 100% Value Land Dwelling Bui ding M/E Total Acres 4,500 48,340 0 0 52,840 0 Taxable Value Land Dwelling Building M/E Total 2,284 24,533 0 0 26,817 TAX INFORMATION ASSESSMENT YEAR 2012 PAYABLE 2013/2014 Tax District 940001 - WATERLOO Gross Value Taxable Value Military Exemption Levy Rate Gross Tax Net Tax Corp 52,840 27,909 0 40.61203 $1,133.44 $1,134.00 Nocorp 0 0 0 0 $0.00 Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Ag Credit Family Farm Credit Corp $0.00 $0.00 $0.00 $0.00 $0.00 Nocorp $0.00 LEGAL IWHITNEYS SUBDIVISION NE 20 FT LOT 7 BLK 10 SW 10 FT LOT 8 BLK 10 http://www2. co.bl ack-hawk. ia.us/webs ite/bhmap/bhRepDet.asp?apn=891326182015 2/24/2014 Black Hawk County Detailed Parcel Report LAND Page 2 of 2 Basis Front Rear Side 1 Side 2 Lot Area Acres Front Foot 30 30 139 139 0 4170 0.096 Totals: 4170 0.096 DWELLING CHARACTERISTICS Type Style Total Living Area Single -Family / Owner Occupied 2 Story Frame 1344 Year Built Area Heat AC Attic 1906 672 Yes No None Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 7 0 4 0 Basement Basement Finished Area No Basement Floor Full 0 0 Foundation Flooring C Blk Carp / Vinyl Exterior Walls Interior Finish Alum Plas / Panel Roof Asph / Hip Non -Base Heating Plumbing Floor/Wall Pipeless Handfired Space Heaters 0 1 Full Bath 1 Toilet Room I Style Area Porch 2S Frame Enclosed 168 18 Frame Enclosed 240 GARAGES Year Built Style'Width Length Area Basement Qtrs Over Area AC 1961 Det Frame 122 22 484 0 None 0 0 BASEMENT STALLS None Entry Status: Inspected http://www2.co.black-hawk.ia.us/website/bhmap/bhRepDet.asp?apn=891326182015 2/24/2014 Black Hcwk County Detailed Parcel Report Page 1 of 2 BLACK HAWK COUNTY REAL ESTATE ASSESSMENT AND TAX INFORMATION Parcel ID Deed Holder Tax Mail to Address 8913-27-454-015 GROSS,LORI A GROSS,LORI A 730 HOME PARK BD WATERLOO, IA 50701-0000 PDF No. Map Area Contract Buyer 4 CWTLO-02 5/14/2012 Property Address Current Recorded Transfer 730 HOME PARK BD WATERLOO, IA 50701-0000 Date Drawn Date Filed Recorded Document Type 11/18/1994 11/21/1994 CLD 644964 D SALES BUILDING PERMIT Date Amount NUTC / Type Date Number Amount Reason 11/18/1994 55,000 NORMAL ARMS -LENGTH 5/14/2012 WA02604 5,650 Furnace TRANSACTION - PRIOR 09 / Deed 12/31/2010 WA 10307 3,720 Roof 10/31/199420,000 Agricultural Credit SALE BETWEEN FAMILY MEMBERS - 5/29/2009 WA 02521 7,529 Garage PRIOR 09 / Contract 6/25/1997 976 2,200 Misc 2/7/1989 31,500 NORMAL ARMS -LENGTH TRANSACTION - PRIOR 09 / Deed 6,463 ASSESSED VALUES/CREDITS Year Class 2013 R 100% Value Land Dwelling Building M/E Total Acres 11,880 100,350 0 0 112,230 0 Credits Military Exemption Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Agricultural Credit Family Farm Credit Family Farm Credit Y Y Taxable Value Land Dwelling Building M/E Total 6,463 54,591 0 0 61,054 Year Class 2012 R 100% Value Land Dwelling Building M/E Total Acres 11,880 106,260 0 0 118,140 0 Credits Military Exemption Homestead Credit Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Agricultural Credit Family Farm Credit Y Y Taxable Value Taxable Value Land Dwelling Building M/E Total 6,275 56,123 0 0 62,398 Year Class 2011 R 100% Value Land Dwelling Building M/E Total Acres 11,880 106,260 0 0 118,140 0 Credits Military Exemption Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Agricultural Credit Family Farm Credit Y Taxable Value Land Dwelling Building M/E Total 6,029 53,929 0 0 59,958 TAX INFORMATION ASSESSMENT YEAR 2012 PAYABLE 2013/2014 Tax Districtl940001 - WATERLOO Gross Value 'Taxable Value 'Military Exemption 'Levy Rate 'Gross Tax 'Net Tax http://www2. co. black -hawk. ia. us/webs ite/bhmap/bhRepDet.asp?apn=891327454015 2/24/2014 Black Hawk County Detailed Parcel Report Page 2 of 2 LEGAL HOME PARK SECOND ADDITION E 45 FT LOT 10 BLK 4 LAND Basis Front Rear Corp 118,140 162,398 0 ($2,534.11 ($2,338.00 1400.61203 Nocorp 0 0 0 $0.00 45 Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Ag Credit Family Farm Credit Corp $196.97 $0.00 $0.00 $0.00 $0.00 Nocorp 5490 0.126 $0.00 Basement Finished Area No Basement Floor LEGAL HOME PARK SECOND ADDITION E 45 FT LOT 10 BLK 4 LAND Basis Front Rear Side 1 Side 2 Lot Area Acres Front Foot 45 45 122 122 0 5490 0.126 Totals: Total Rooms Below Bedrooms Above Bedrooms Below 6 0 5490 0.126 DWELLING CHARACTERISTICS Type Style Total Living Area Single -Family / Owner Occupied 1 Story Frame 1667.2 Year Built Area Heat AC Attic 1925 1132 Yes Yes 1/2 Finished Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 6 0 3 0 Basement Basement Finished Area No Basement Floor Full 0 0 Foundation Flooring C Blk Carp / Vinyl Exterior Walls Interior Finish Wd Lap Plas Roof Asph / Gable Non -Base Heating Floor/Wall Pipeless Handfired Space Heaters 0 Addtions Year Built Style Area Basement (SF) No Basement (SF) Heat AC Attic 1925 1 Story Frame 139 0 0 Yes Yes 0 Plumbing11 Full Bath Count n< 1FireplaceType 1 Story Masonry 1 StylelArea Porch 1S Brick Enclosed J180 Style Area Deck Wood Deck -Med 397 GARAGES Year Built Style idth Length Area Basement Qtrs Over Area AC 2009 Det Frame 22 24 528 0 None 0 0 BASEMENT STALLS None Entry Status: Inspected http://www2.co.black-hawk. ia.us/website/bhmap/bhRepDet.asp?apn=891327454015 2/24/2014 Black Hawk County Detailed Parcel Report Page 1 of 1 BLACK HAWK COUNTY REAL ESTATE ASSESSMENT AND TAX INFORMATION Amount Tax Mail to Address Parcel ID Deed Holder 8913-24-204-009 CNC INVESTMENTS LLC CNC INVESTMENTS LLC 5317 UNIVERSITY AV CEDAR FALLS IA 50613-0000 PDF No. Map Area Contract Buyer 7 EWTLO-13 1,310 Property Address Current Recorded Transfer 00000 00000-0000 Date Drawn Date Filed Recorded Document Type 3/28/2012 4/4/2012 2012 018295 D SALES BUILDING PERMIT Date Amount NUTC / Type None 3/28/2012 0 MULTIPLE PARCEL SALE - 12 / Deed ASSESSED VALUES/CREDITS Year Class 2013 R 100% Value Land Dwelling Building M/E Total Cres 1,310 0 0 0 1,310 0 Taxable Value Land Dwelling Building M/E otal 713 0 692 0 713 Year Class Rear 2012 R Military Exemption 100% Value Land Dwelling Building M/E Total cres 1,310 0 0 0 1,310 it Taxable Value Land Dwelling Building M/E Total 692 0 0 0 692 Year Class Rear 2011 R Military Exemption 100% Value Gross Tax Dwelling Building M/E Total cres 1,310 0 0 0 1,310 pLand Taxable Value Land Dwelling Building M/E Total 665 0 0 0 665 TAX INFORMATION ASSESSMENT YEAR 2012 PAYABLE 2013/2014 Tax District 940001 - WATERLOO Rear Gross Value Taxable Value Military Exemption Levy Rate Gross Tax Net Tax Corp 1,310 692 0 40.61203 $28.10 $28.00 Nocorp 0 0 0 0 $0.00 7000 0.161 Homestead Credit Disabled Veteran Credit Property Tax Relief C edit Ag Credit Family Farm Credit Corp $0.00 $0.00 $0.00 $0.00 $0.00 Nocorp $0.00 LEGAL 'PEEKS ADDITION LOT 4 BLK 2 LAND Basis Front Rear Side 1 Side 2 Lot Area Acres Front Foot 50 50 140 140 0 7000 0.161 Totals: 7000 0.161 Entry Status: Inspected http://www2. co.black-hawk. ia. us/w ebs ite/bhmap/bhRepDet.asp?apn=891324204009 2/24/2014 Black Hawk County Detailed Parcel Report Page I oft BLACK HAWK COUNTY REAL ESTATE ASSESSMENT AND TAX INFORMATION Parcel ID Deed Holder Tax Mail to Address 8913-24-204-008 CNC INVESTMENTS LLC CNC INVESTMENTS LLC 5317 UNIVERSITY AV CEDAR FALLS, IA 50613-0000 PDF No. Map Area Contract Buyer 7 EWTLO-13 8/20/2003 Property Address Current Recorded Transfer 702 N BARCLAY ST WATERLOO, IA 50703-3840 Date Drawn Date Filed Recorded Document Type 3/28/2012 4/4/2012 2012 018295 D SALES BUILDING PERMIT Date AmountNUTC / Type Date Number Amount Reason 3/28/201219,300 Acres EXCHANGE, TRADE, GIFT, TRANSFER 8/20/2003 A 1727 33,522 Rehab FROM ESTATE (INC 1031 EXCHANGES) - 7/16/2003 CD 14 33,979 Rehab 12 / Deed Total ASSESSED VALUES/CREDITS Year Class 2013 R 100% Value Land Dwelling Bui ding M/E Total Acres 3,750 29,650 0 0 33,400 0 Taxable Value Land Dwelling Building M/E Total 2,040 16,130 0 0 18,170 Year Class 2012 R 100% Value Land Dwelling Bui ding M/E Total Acres 3,750 29,650 0 0 33,400 0 Taxable Value Land Dwelling Building WE Total 1,981 15,660 0 0 17,641 Year Class 2011 R 100% Value Land Dwelling Bui ding M/E Total Acres 3,750 29,650 0 0 33,400 0 Taxable Value Land Dwelling Building M/E Total 1,903 15,048 0 0 16,951 TAX INFORMATION ASSESSMENT YEAR 2012 PAYABLE 2013/2014 Tax District 940001 - WATERLOO Gross Value Taxable Value Military Exemption Levy Rate Gross Tax Net Tax Corp 33,400 17,641 0 40.61203 $716.44 $716.00 Nocorp 0 0 0 0 $0.00 Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Ag C edit Family Fa m Credit Corp $0.00 $0.00 $0.00 $0.00 $0.00 Nocorp $0.00 LEGAL PEEKS ADDITION LOT 5 BLK 2 LAND I http://www2. co. black -hawk. ia.us/website/bhmap/bhRepDet.asp?apn=891324204008 2/24/2014 Black Hawk County Detailed Parcel Report Page 2 of 2 DWELLING CHARACTERISTICS Type Front otal Living Area 1 S14d0e2 ot Year Built Area IF ont Foot 50 r0ear 1 0 980 101,000 No F‘).161Totals: Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 5 0 7000 0.161 DWELLING CHARACTERISTICS Type Style otal Living Area Single -Family / Owner Occupied 1 Story Frame 980 Year Built Area Heat AC Attic 1903 980 Yes No Floor & Stairs Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 5 0 2 0 Basement Basement Finished Area No Basement Floor Full 0 0 Foundation Flooring Stn Tile / Hdwd Exterior Walls Interior Finish Vinyl Plas Roof Asph / Hip Non -Base Heating Floor/Wall Pipeless Handfired Space Heaters 0 Plumbing Full Bath < Extras Desc Quantity Porch Style Area 15 FBGLS EP 5X12 60 1S Frame Open 132 Entry Status: Inspected http://www2.co.black-hawk.ia.us/website/bhmap/bhRepDet.asp?apn=891324204008 2/24/2014 Black Hawk County Detailed Parcel Report Page 1 of 2 BLACK HAWK COUNTY REAL ESTATE ASSESSMENT AND TAX INFORMATION Parcel ID Deed Holder Tax Mail to Address 8912-30-106-010 BERG,ROBERT NORTH STAR REALTORS 1405 W 5TH ST WATERLOO, IA 50702-0000 PDF No. Map Area Contract Buyer 7 EWTLO-07 10/25/2006 Property Address Current Recorded Transfer 856 FOWLER ST WATERLOO, IA 50703-0000 Date Drawn Date Filed Recorded Document Type 10/24/2002 10/25/2002 2003 011145 D SALES BUILDING PERMIT Date Amount NUTC / Type Date Number Amount Reason 6/21/200031,900 Acres NORMAL ARMS -LENGTH TRANSACTION 10/25/2006 WA 1883 465 Roof - PRIOR 09 / Contract 5/12/1997 #560 0 Demo/Rmvl 6/28/199524,500 Total TRANSFER INTENDED ONLY TO SECURE A DEBT OR OTHER FINANCIAL OBLIGATION - PRIOR 09 / Deed 12,322 10/3/19888,300 0 SALE BY LENDING INSTITUTION OF PROPERTY ACQUIRED AS RESULT OF ... - PRIOR 09 / Contract ASSESSED VALUES/CREDITS Year Class 2013 R 1000 Value Land Dwelling Building M/E Total Acres 4,500 22,650 0 0 27,150 0 Taxable Value Land Dwelling Building M/E Total 2,448 12,322 0 0 14,770 Year Class 2012 R 1000/0 Value Land Dwelling Bui ding M/E Total Acres 4,500 31,230 0 0 35,730 0 Taxable Value Land Dwelling Building M/E Total 2,377 16,495 0 0 18,872 Year Class 2011 R 100% Value Land Dwelling Bui ding M/E Total Acres 4,500 31,230 0 0 35,730 0 Taxable Value Land Dwelling Building WE Total 2,284 15,850 0 0 18,134 TAX INFORMATION ASSESSMENT YEAR 2012 PAYABLE 2013/2014 Tax District 941131 - WATERLOO RATH AREA TIF AMD1 Gross Value Taxable Value Military Exemption Levy Rate Gross Tax Net Tax Corp 35,730 18,872 0 40.61203 $766.43 $766.00 Nocorp 0 0 0 0 $0.00 Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Ag C edit Family Farm Credit Corp $0.00 $0.00 $0.00 $0.00 $0.00 Nocorp $0.00 http://www2. co.b1 ack-hawk. ia. us/website/bhmap/bhRepDet.asp?apn=891230106010 2/24/2014 Black Hawk County Detailed Parcel Report LEGAL Page 2 of 2 COWINS SECOND ADDITION LOT 10 BLK 3 LAND Basis Front Rear Side 1 Side 2 Lot Area Acres Front Foot 60 60 140 140 0 8400 0.193 Totals: Total Rooms Below Bedrooms Above Bedrooms Below 7 0 8400 0.193 DWELLING CHARACTERISTICS Type Style Total Living Area Single -Family / Owner Occupied 1 1/2 Story Frame 1434.4 Year Built Area Heat AC Attic 1902 832 Yes No None Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 7 0 3 0 Basement Basement Finished Area No Basement Floor Full 0 0 Foundation Flooring C Blk Carp / Vinyl Exterior Walls Interior Finish Wd Lap Plas Roof Asph / Gable Non -Base Heating Floor/Wall Pipeless Handfired Space Heaters 0 Addtions Year Built Style Area Basement (SF) No Basement (SF) Heat AC Attic 1902 1 Story Frame 20 0 0 Yes No 0 Plumbing 2 Full Bath 1 Sink Extras Desc Quantity 1S FR OP 7X24 168 Entry Status: Inspected http://www2.co.black-hawk.ia.us/website/bhmap/bhRepDet.asp?apn=891230106010 2/24/2014 Black Hawk County Detailed Parcel Report Page I of 2 BLACK HAWK COUNTY REAL ESTATE ASSESSMENT AND TAX INFORMATION Parcel ID Deed Holder Tax Mail to Address 8913-26-331-004 CONS CRED COUNSELING SER NE IA CONS CRED COUNSELING SER NE IA 1003 W 4TH ST WATERLOO, IA 50702-0000 PDF No. Map Area Contract Buyer 13 W WATERLOO -C 4/23/2010 Property Address Current Recorded Transfer 1003 W 4TH ST WATERLOO, IA 50702-0000 Date Drawn Date Filed Recorded Document Type 5/31/1995 6/8/1995 CLD 647886 D SALES BUILDING PERMIT Date Amount NUTC/Type Date Number Amount Reason 5/31/1995140,000 Acres SALE TO/BY EXEMPT ORGANIZATION - 4/23/2010 WA 01683 100 Misc PRIOR 09 / Deed 4/14/2010 WA 01198 27,300 Roof 2/4/1993 122,000 FULFILLMENT OF PRIOR YEAR 5/3/2007 WA 0405 6,000 Misc CONTRACT - PRIOR 09 / Deed 4/27/2000 WA 0740 1,100 Roof $0.00 ASSESSED VALUES/CREDITS Year Class 2013 E 100% Value Land Dwelling Building M/E Total Acres 16,800 0 152,130 0 168,930 0 Taxable Value Land Dwelling Building M/E Total 16,800 0 152,130 0 168,930 Year Class 2012 E 100% Value Land Dwelling Building M/E Total Acres 16,800 0 152,130 0 168,930 0 Taxable Value Land Dwelling Building M/E Total 16,800 0 152,130 0 168,930 Year Class 2011 E 100% Value Land Dwelling Building M/E Total Acres 24,000 0 14 ,200 0 165,200 0 Taxable Value Land Dwelling Building M/E Total 24,000 0 141,200 0 165,200 TAX INFORMATION ASSESSMENT YEAR 2012 PAYABLE 2013/2014 Tax District 940001 - WATERLOO Gross Value Taxable Value Military Exemption Levy Rate Gross Tax Net Tax Corp 0 0 0 40.61203 $0.00 $0.00 Nocorp 0 0 0 0 $0.00 Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Ag C edit Family Fa m Credit Corp $0.00 $0.00 $0.00 $0.00 $0.00 Nocorp $0.00 LEGAL MILLERS THIRD ADDITION LOT 1 BLK 1 http://www2.co.black-hawk. ia.us/website/bhmap/bhRepDet. asp?apn=891326331004 2/24/2014 Black Hawk County Detailed Parcel Report LAND Page 2 of 2 Basis Front Rear Side 1 Side 2 Lot Area Acres Sq. Ft. W/Dimensions 60 60 140 140 0 8400 0.193 Totals: Lavatory Urinal - Wall 1 Verticals & Horizontals 8400 0.193 COMMERCIAL BUILDINGS AND ADDITIONS Type Description Year Built ,Area Quantity Stories Office - General B1 2S FR 1975 1556 2 Additional Information Style Frame Base Square Feet 1,556 Basement Square Feet 0 GBA Square Feet 3112 Plumbing Item Quantity Toilet Room 2 Lavatory Urinal - Wall 1 Verticals & Horizontals Description Size Ftr & Fdtn C'Blk or Tile 0: LF Exterior Wall Alum - Frame 0: LF Interior Wall Drywall or Equiv 0: LF Windows Incl. w / Base 0: LF of Wall Fronts/Doors Incl. w / Base 0: LF Roof Rubber Membrane/Wood 0: SF Ceiling Drywall 0: SF/Story Struct. Floor Concrete 0: SF Floor Cover Carpet 0: SF Partitions Incl. w / Base 0: P/Unit Framing Wood - Light 0: SF HVAC Combination FHA - AC 0: SF Lighting Office 0: SF YARD EXTRAS Description Year Built Quantity Plot No. Extended Description Paving 1975 1 4,500 SF, Asphalt Parking, Average Pricing Entry Status: Inspected http://www2.co.black-hawk.ia.us/website/bhmap/bhRepDet.asp?apn=891326331004 2/24/2014 Black Hawk County Detailed Parcel Report Page 1 of 2 BLACK HAWK COUNTY REAL ESTATE ASSESSMENT AND TAX INFORMATION Parcel ID Deed Holder Tax Mail to Address 8913-20-201-005 CLARK,LARRY D CLARK,JANICE M CLARK,LARRY D CLARK,JANICE M 338 LONGVIEW DR WATERLOO, IA 50701-0000 PDF No. Map Area Contract Buyer 30,510 3 WWTLO-03 WA 09878 Property Address Current Recorded Transfer 338 LONGVIEW DR WATERLOO, IA 50701-1638 Date Drawn Date Filed Recorded Document Type 1/20/1987 2/3/1987 CLD 590416 D SALES BUILDING PERMIT Date Amount NUTC / Type Date Number Amount Reason 2/3/198788,000 30,510 NORMAL ARMS -LENGTH TRANSACTION - 12/31/2010 WA 09878 4,000 Misc PRIOR 09 / Deed 7/15/2009 WA 04508 3,890 Roof Property Tax Relief Credit 2/11/2009 WA 00033 7,400 Furnace ASSESSED VALUES/CREDITS Year Class 2013 R 100% Value Land Dwelling Building M/E Total 30,510 172,890 0 0 203,400 Credits MilitaryHomestead Exemption CreditCredit Disabled Veteran Property Tax Relief Credit ()cres Agricultural mily Farm Credit edit Property Tax Relief Credit Y Family Farm Credit Y Taxable Value Land Dwelling Building M/E Total 16,598 94,053 0 0 110,651 'Year Class 2012 R 100% Value Land Dwelling Building M/E Total Acres 30,510 182,490 0 0 213,000 0 Credits Military Exemption Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Agricultural Credit Family Farm Credit Y Taxable Value Land Dwelling Building M/E Total 16,114 96,385 0 0 112,499 Year Class 2011 R 100% Value Land Dwelling Building M/E Total Acres 30,510 182,490 0 0 213,000 0 Credits Military Exemption Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Agricultural Credit Family Farm Credit Y Taxable Value Land Dwelling Building M/E Total 15,484 92,617 0 0 108,101 TAX INFORMATION ASSESSMENT YEAR 2012 PAYABLE 2013/2014 Tax District 960001 - WATERLOO -CEDAR FALLS Gross Value Taxable Value Military Exemption Levy Rate Gross Tax Net Tax Corp 213,000 112,499 0 37.70916 $4,242.24 $4,060.00 Nocorp 0 0 0 0 $0.00 http://www2.co.black-hawk. ia.us/website/bhmap/bhRepDet.asp?apn=891320201005 2/24/2014 Black Hawk County Detailed Parcel Report Page 2 of 2 LEGAL OAK PARK FIRST ADDITION LOT 5 LAND Basis Credit $o0sa0bled Veteran Credit Property Tax Relief Credit OO0 Family Farm Credit Corp ( $182.89 $0.00 Credit �0.00 y OO Nocorp 224 224 O 20160 LEGAL OAK PARK FIRST ADDITION LOT 5 LAND Basis Front Rear Side 1 Side 2 Lot Area Acres Front Foot 90 90 224 224 0 20160 0.463 Totals: Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 8 20160 0.463 DWELLING CHARACTERISTICS Type Style Total Living Area Single -Family / Owner Occupied Split Fo er Frame 1856 Year Built Area Heat AC Attic 1961 1856 es No None Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 8 0 4 0 Basement Basement Finished Area No Basement Floor Full 520 0 Foundation Flooring Brk Mold Carp / Vinyl Exterior Walls Interior Finish Brk Drwl Roof Asph / Gable Non -Base Heating Floor/Wall Pipeless Handfired Space Heaters 0 Plumbing 1 Full Bath 1 Shower Stall Bath Fireplace Type Count < 1 Story Masonry 1 S yle Area same stack Porch 1S Frame Enclosed 228 GARAGES None BASEMENT STALLS Quantity 2 Entry Status: Estimated http://www2.co.black-hawk.ia.us/website/bhmap/bhRepDet.asp?apn=891320201005 2/24/2014 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-865 RESOLUTION APPROVING ABATEMENT OF PROPERTY TAX ASSESSMENTS IN THE CITY OF WATERLOO, IOWA. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, that the following property tax assessments be and the same are hereby abated: Parcel No. 8913-27-460-007 (703 Kingsley Avenue) Home Park Second Addition Lot 1 Block 10, all in the City of Waterloo, Black Hawk County, Iowa. Sidewalk Assessment - $1,638.33 Parcel No. 8913-26-308-004 (406 Baltimore Street) Whitney and Sedgwicks Addition Northwest 14 feet Northeast 70 feet Lot 5 Block 7 Southeast 25 feet Northeast 70 feet Lot 6 Block 7, all in the City of Waterloo, Black Hawk County, Iowa. Sidewalk Assessment - $136.53 Parcel No. 8913-26-159-002 (1241 W. Mullan Avenue) Conger Park Lot 15 Block 11, all in the City of Waterloo, Black Hawk County, Iowa. Sidewalk Assessment - $143.61 Parcel No. 8913-26-182-015 (817 West 1st Street) Whitneys Subdivision Northeast 20 feet Lot 7 Block 10 Southwest 10 feet Lot 8 Block 10, all in the City of Waterloo, Black Hawk County, Iowa. Sidewalk Assessment - $719.99 Parcel No. 8913-27-454-015 (730 Home Park Boulevard) Home Park Second Addition East 45 feet Lot 10 Block 4, all in the City of Waterloo, Black Hawk County, Iowa. Sidewalk Assessment - $119.78 Parcel No. 8913-24-204-009 (empty lot next'to 702 N. Barclay Street) Peeks Addition Lot 4 Block 2, all in the City of Waterloo, Black Hawk County, Iowa. Miscellaneous Assessment - $260.50 Resolution No. 2013-865 Page 2 Parcel No. 8913-24-204-008 (702 N. Barclay Street) Peeks Addition Lot 5 Block 2, all in the City of Waterloo, Black Hawk County, Iowa. Miscellaneous Assessment - $340.50 Parcel No. 8912-30-106-010 (856 Fowler Street) Cowins Second Addition Lot 10 Block 3, all in the City of Waterloo, Black Hawk County, Iowa. Miscellaneous Assessment - $117.50 Parcel No. 8913-26-331-004 (1003 West 4th Street) Millers Third Addition Lot 1 Block 1, all in the City of Waterloo, Black Hawk County, Iowa. Miscellaneous Assessment - $51.00 Parcel No. 8913-20-201-005 (338 Longview Drive) Oak Park First Addition Lot 5, all in the City of Waterloo, Black Hawk County, Iowa. Miscellaneous Assessment - $90.00 BE IT FURTHER RESOLVED that the property tax assessments be and the same hereby cancelled and the City Clerk be and she is hereby directed to notify the Black Hawk County Treasurer of said cancellations. PASSED AND ADOPTED this 28th day of October, 2013. ATTEST: Suzy Sc _res, CMC City Clerk nest G. Clark, Mayor TRAVEL REQUEST CITY OF WATERLOO FINANCE DEPT. STAFF LINE ITEM USED / FY l#. BUDGETED EXPENDED YTD THIS REQUEST LEFT AFTER THIS REQUEST DATE ONLY '7/)/34t'1,0 .ICUs �3zs/ iq. 98( .2o/3 Original - Clerk/Finance "Co - De•artment NAME(S) AND POSITION(S): Matt Vlasak, Craig Hintzman, Tina Schellhorn, Roger Wooden, Nate Alderman, Kelby Haynes Signal Technicians and Electricians DATE: October 16, 2013 NAME OF CLASS / MEETING: 2012-NFPA70E & OSHA Update DESTINATION: Waterloo, Iowa DEPARTURE POINT IF NOT WATERLOO: DEPARTURE DATE: November 8, 2013 RETURN DATE: November 8, 2013 DATE(S) OF MEETING: November 8, 2013 PURPOSE OF TRAVEL/TRAINING: Bring awareness of the hazards involved with the installation and use of electrical equipment as well as a refresher for those who have previously attended in depth NFPA70E/OSHA 1910 training seminars. WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL: X COST $ YES NO METHOD OF TRAVEL: CITY VEHICLE AIRFARE DEPARTING FROM: PRIVATE VEHICLE ESTIMATE OF COST: LODGING MEALS $630.00 REGISTRATION MILEAGE/FUEL TOTAL FOR ALL: $ $630.00 TAXI PARKING AIRFARE MISC/TOLLS BUDGET LINE ITEM: 266-17-7120-9345 X GRANT REIMBURSABLE YES NO X REQUIRED CERTIFICATION YES NO TOTAL: $ 105.00 PER PERSON I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE AND IS NECESSARY AND BENEFICIAL TO THE CITY OF WATERLOO 41;(-1 I APPROVE THIS TRAVEL REQUEST EPARTMENT HEA 1t) 2//$ DATE K:\Shared Goodies\Forms\Travel Request Form January 2010 MAYOR DATE TRAVEL REQUEST CITY OF WATERLOO FINANCE DEPT. LINE ITEM USED FY _2014_ BUDGETED EXPENDED YTD THIS REQUEST LEFT AFTER THIS REQUEST DATE Original - Clerk/Finance STAFF ONLY 010-11-1100-1346 ,36--, 315/8 , //L., /0-/5', 6'/3 Copy - Department NAME(S) AND POSITION(S): Officer Justin Brandt DATE: Oct 11,2013 NAME OF CLASS / MEETING: Trial Preparation, Presentation and Testimony DESTINATION: Des Moines, Iowa DEPARTURE POINT IF NOT WATERLOO: DEPARTURE DATE: Feb. 19, 2014 Return Date: Feb 21,2014 DATE(S) OF MEETING: Feb. 19-21,2014 PURPOSE OF TRAVEL: Lt Campbell is requesting authorization to send Officer Justin Brandt to the Trial Preparation, Presentation and Testimony seminar at the Midwest Counter Drug Training Center on February 19-21, 2014, in Johnston, Iowa. This 3 -Day course presents skill sets designed to enhance the proficiency of officers and prepare them for court testimony. This class is taught through MCTC so there is no cost of registration. The cost associated with this training would be lodging, meals and fuel. A city vehicle will be needed for travel to the training facility. WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL: x COST $ YES NO METHOD OF TRAVEL: XX CITY VEHICLE AIRFARE DEPARTING FROM: PRIVATE VEHICLE ESTIMATE OF COST: $ 200.00 LODGING $105.00 MEALS $0.00 REGISTRATION $50.00 MILEAGE/FUEL TOTAL FOR ALL: $ 355.00 TAXI PARKING AIRFARE MISC/TOLLS BUDGET LINE ITEM: x GRANT REIMBURSABLE YES NO x REQUIRED CERTIFICATION YES NO TOTAL: $ 355.00 PER PERSON I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE AND IS NECESSARY AND BENEFICIAL TO THE CITY OF WATERLOO I APPROVE THIS TRAVEL REQUEST DEPARTMENT HEAD MAYOR /O - (‘--; Z--() a A) DATE DATE TRAVEL REQUEST CITY OF WATERLOO FINANCE DEPT. LINE ITEM USED FY _2014_ BUDGETED EXPENDED YTD THIS REQUEST LEFT AFTER THIS REQUEST DATE Original - Clerk/Finance STAFF ONLY 010-11-1100-1346 yS CDu 3.7414 WA-) /0-7,- Copy 0 7, Copy - Department NAME(S) AND POSITION(S): Officer Marc Moore DATE: Oct 11, 2013 NAME OF CLASS / MEETING: Highway Drug Investigations for Patrol DESTINATION: Des Moines, Iowa DEPARTURE POINT IF NOT WATERLOO: DEPARTURE DATE: Dec. 2, 2013 Return Date: Dec. 4, 2013 DATE(S) OF MEETING: Dec. 2-4, 2013 PURPOSE OF TRAVEL: Lt Frana is requesting authorization to send Officer Marc Moore to the Highway Drug Investigations for Patrol seminar at the Midwest Counter Drug Training Center on December 2-4, 2013, in Johnston, Iowa. This 3 -Day course presents skill sets designed to enhance the proficiency of officers who make drug interdiction stops. This class is taught through MCTC so there is no cost of registration. Officer Moore has relatives who live in the area so he is not requesting lodging. The only cost will be meals and fuel. A city vehicle will be needed for travel to the training facility. WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL: x COST $ YES NO METHOD OF TRAVEL: XX CITY VEHICLE AIRFARE DEPARTING FROM: PRIVATE VEHICLE ESTIMATE OF COST: $ 0.00 LODGING $105.00 MEALS $0.00 REGISTRATION $50.00 MILEAGE/FUEL TOTAL FOR ALL: $ 155.00 TAXI PARKING AIRFARE MISC/TOLLS BUDGET LINE ITEM: x GRANT REIMBURSABLE YES NO x REQUIRED CERTIFICATION YES NO TOTAL: $ 155.00 PER PERSON I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE AND IS NECESSARY AND BENEFICIAL TO THE CITY OF WATERLOO DEPA TMENT HEAD IO \-,-2� I APPROVE THIS TRAVEL REQUEST MAYOR /c/ DATE DATE CITY OF WA'I'FRLOO Council Communication City Council Meeting: October 7, 2013 Prepared: September 30, 2013 Dept. Head Signature: Eric Thorson, PE., City Engineer # of Attachments: SUBJECT: F.Y. 2014 4 STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIRS CONTRACT NO. 855 Submitted by: Jeff Bales, Associate Engineer Recommended City Council Action: It is recommended that Council approve these documents, set October 28, 2013, as the date for the public hearing and bid opening and instruct the City Clerk to publish said notices. Summary Statement Transmitted herewith are the Plans and Specifications for the EY. 2014 4th Street Bridge Slope Protection and Riverwall Repairs, Contract No. 855, as prepared by AECOM. Expenditure Required 1BD Source of Funds General Obligation Bonds Policy Issue N/A Alternative None Background Information: The project is located at the south abutment of the 4th Street Bridge and the adjacent pedestrian bridge. The work includes removal and replacement of concrete slope protection, removal and replacement of approximately the top 5 -feet of the existing riverwall for approximately 100 linear feet, removal and replacement of approximately 110 linear feet of steel handrail, and installation of approximately 135 linear feet of subdrain which will outlet through a new flap gate in the riverwall. Cc: Rudy Jones, Community Development Director Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-866 RESOLUTION CONFIRMING APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATE OF COST, ETC., IN CONJUNCTION WITH THE F.Y. 2014 4TH STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIRS, CONTRACT NO. 855. 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, estimate of cost, etc., in conjunction with the F.Y. 2014 4th Street Bridge Slope Protection and Riverwall Repairs, Contract No. 855, in the City of Waterloo, Iowa, and WHEREAS, said City Engineer did file said preliminary plans, specifications, form of contract, estimate of cost, etc. in conjunction with the F.Y. 2014 4th Street Bridge Slope Protection and Riverwall Repairs, Contract No. 855, which were preliminarily approved by Resolution No. 2013-807 on October 7, 2013, and WHEREAS, a public hearing, upon notice, was held on October 28, 2013. 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 4th Street Bridge Slope Protection and Riverwall Repairs, Contract No. 855, in the City of Waterloo, Iowa, be, and the same are hereby, approved as filed. PASSED AND ADOPTED this 28th day of October, 2013. ATTEST: Suzy Sch:res, CMC City Cle k a6/ r`nest G Clark, Mayor Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-867 RESOLUTION ORDERING CONSTRUCTION IN CONJUNCTION WITH THE F.Y. 2014 4TH STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIRS, CONTRACT NO. 855. WHEREAS, by Resolution No. 2013-866, plans, specifications, form of contract, etc., in conjunction with the F.Y. 2014 4th Street Bridge Slope Protection and Riverwall Repairs, Contract No. 855, in the City of Waterloo, Iowa, have been approved and adopted by this Council after the public hearing on October 28, 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 28th day of October, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Sc ares, CMC City Cl- rk CITY OF WATERLOO Council Communication City Council Meeting: October 7, 2013 Prepared: September 30, 2013 Dept. Head Signature: Eric Thorson, PE., City Engineer # of Attachments: SUBJECT: F.Y. 2014 BRIDGE DECK REPAIRS & OVERLAY PROGRAM CONTRACT NO. 777 Submitted by: Dennis Gentz, PE, Assistant City Engineer Recommended City Council Action: It is recommended that Council approve these documents, set October 28, 2013, as the date for the public hearing and bid opening and instruct the City Clerk to publish said notices. Summary Statement Transmitted herewith are the Plans and Specifications for the KY. 2014 BRIDGE :.I ECK REPAIRS & OVERLAY PROGRAM, Contract No. 777, as prepared by the City Engineer's Office. Expenditure Required TBD Source of Funds Local Option Sales Tax Funds Policy Issue N/A Alternative None Background Information: Cc: Rudy Jones, Community Development Director Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-868 RESOLUTION CONFIRMING APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATE OF COST, ETC., IN CONJUNCTION WITH THE F.Y. 2014 BRIDGE DECK REPAIRS AND OVERLAY PROGRAM, CONTRACT NO. 777. 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, estimate of cost, etc., in conjunction with the F.Y. 2014 Bridge Deck Repairs and Overlay Program, Contract No. 777, in the City of Waterloo, Iowa, and WHEREAS, said City Engineer did file said preliminary plans, specifications, form of contract, estimate of cost, etc. in conjunction with the F.Y. 2014 Bridge Deck Repairs and Overlay Program, Contract No. 777, which were preliminarily approved by Resolution No. 2013-809 on October 7, 2013, and WHEREAS, a public hearing, upon notice, was held on October 28, 2013. 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 Bridge Deck Repairs and Overlay Program, Contract No. 777, in the City of Waterloo, Iowa, be, and the same are hereby, approved as filed. PASSED AND ADOPTED this 28th day of October, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Sc City Cl ares, CMC rk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-869 RESOLUTION ORDERING CONSTRUCTION IN CONJUNCTION WITH THE F.Y. 2014 BRIDGE DECK REPAIRS AND OVERLAY PROGRAM, CONTRACT NO. 777. WHEREAS, by Resolution No. 2013-868, plans, specifications, form of contract, etc., in conjunction with the F.Y. 2014 Bridge Deck Repairs and Overlay Program, Contract No. 777, in the City of Waterloo, Iowa, have been approved and adopted by this Council after the public hearing on October 28, 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 28th day of October, 2013. Ernest G. Clark, Mayor ATTEST: uzy Sc ares, CMC City Cl_rk 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 V OF E ®, WC `` Wz% 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 ir�r City Council Meeting: October I, 2013 Prepared: October 1, 2013 Dept. Head Signature: # of Attachments: e`er Zt3 SUBJECT: Request to set the date of public hearing as October 23, 2013 for a request by the Bosnian Islamic Association of Waterloo for a site plan amendment to the "R-4, R -P" Planned Multiple Family Residence District, to allow for the development of a new mosque, cemetery, and sports and recreational complex, generally located on 15.26 acres south of Marigold Drive and north of Memory Lane. Submitted by: Noel Anderson, Community Planning & Development Director Recommended City Council Action: Approval, subject to the following condition: 1) that a more detailed site plan shall be submitted and go back through a Site Plan Amendment approval process to more thoroughly review the layout of the proposed development. Summary Statement: Transmitted herewith is a request by Bosnian Islamic Association of Waterloo for a site plan amendment to the "R-4, R -P" Planned Multiple Family Residence District, to allow for the development of a new mosque, cemetery, and sports and recreational complex. The property was rezoned to "R-4, R -P" in 1976, and a site plan amendment was approved in 1983 for the property which showed several different uses. A portion of the property was shown for 1 and 2 family dwellings, a portion was shown for a church, and a portion was shown for multiple family dwellings. The site plan amendment also showed a lake and some commercial uses, but those are not part of this property. The property does have several sewer lines located on it, which were intended to be public sewers but never accepted by the City as such, with no easements retained over them when the original plat of that property was vacated. The applicant has submitted a new site plan for this property, which shows a new mosque with a 150 -stall parking lot, located near the northwestern area of the property. Just to the south and west of the mosque on the site plan is a cemetery. Along the east end of the property is a soccer field, parking lot, along with a playground and picnic area. The site plan also shows several new streets within the CITY WEBSITE: wwwci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer property. One street would run north to south and would connect Marigold Drive to the north with Memory Lane to the south. A second street is being shown connecting with the new north -south street with a private street located in the mobile home park to the southwest of the property. Staff does have some concerns with the very basic site plan that was submitted by the applicant. It is a hand drawn site plan with sketches as to where things would be located on the property. The purpose of a site plan amendment is to accurately show what use or uses are being proposed on the property, as well as accurate locations of all buildings, utilities, etc. However, staff does believe that approving the conceptual site plan would be acceptable, with the condition that a more detailed site plan be submitted at a later date and go through the site plan amendment process. Staff is also concerned with the inclusion of a cemetery in the request. The City of Waterloo Zoning Ordinance requires a minimum lot size of 30 acres for any new cemetery, whereas the property in question is just over 15 acres and only approximately 5 acres is proposed for the cemetery. However, at their September 24, 2013 meeting, the Waterloo Board of Adjustment approved a variance to allow the cemetery on 5 acres, subject to a condition that the cemetery be completely screened and subject to the sewer lines on the property being accepted as public. Staff had recommended denial of the variance due to concerns that State Code requires the city to be responsible for any failed cemeteries. Expenditure Required: None Source of Funds: None required Policy Issue: Land Use and Economic Development Alternative: N/A Background Information: This property has been vacant for over 30 years, and the applicant is proposing to purchase the property in order to develop it into their proposed uses. Legal Description: See attached Exhibit "A". The following legal description includes the entire area zoned "R-4, R -P", even though the entire property is not zoned as such. NA:sg Noel Anderson, Community Planning & Development Director. (Paye 3 of 3) EXHIBIT 'fl" Tract P in Cedar Hills, Waterloo. Black Hawk County, Iowa. AND A parcel of land located in the SW4, Section 18-88-12, and being a part of vacated Cedar Hills, Waterloo, Black Hawk County, Iowa, described as follows: Beginning at the most Northerly corner of Cedar Hills First Addition, a Replat, Waterloo, Black Hawk County, Iowa; thence S66°11'02"E a distance of 594.17 feet: thence S37°08'03"W a distance of 131.88 feet; thence S07°51'36"E a distance of 222.16 feet; thence S89°51'36"E a distance of 195.15 feet; thence N24°11'55"E a distance of 142.62 feet; thence S65°48'05"E a distance of 82.48 feet to the Northwesterly R -O -W line of Memory Lane as platted in Cedar Hills; thence N24°11'55"E along said R -O -W line a distance of 60.00 feet to the Southerly corner of Tract Q, Cedar Hills, thence N65°48'05"W a distance of 35.00 feet; thence Northerly along a curve concave Easterly having a radius of 173.86 feet a distance of 348.96 feet; thence N49°11'55"E a distance of 150.00 feet; thenca Northerly along a curve concave Westerly having a radius of 192.93 feet a distance of 287.12 feet; thence N36°04'11"W a distance of 235.00 feet; thence Westerly along a curve concave Southerly having a radius of 153.49 feet a distance of 208.95 feet; thence S65°55'49"W a distance of 114.54 feet; thence N24°04'11"W a distance of 197.49 feet to the Southerly R -O -W line of Afton Drive; thence S65°55'49"W along the Southerly R -0-W line of Afton Drive a distance of 18.93 feet; thence Westerly along the Southerly R -O -W line of Afton Drive on a curve concave Northerly having a radius of 280.82 feet a distance of 158.34 feet; thence S11°13'34"W a distance of 216.43 feet; thence S27°12'15"W a distance of 268.88 feet: thence S29°18'40"W a distance of 74.40 feet; thence 523°48'58"W a distance of 82.37 feet to the point of beginning. File Number: 2007-00024287 Seg: 3 Cid of Waterlo �r= Na fling, Pr i grammi g :. Sept ., tuber 2 113 ud. Zoning C i i mission Property Proposing Site Plan Amendment 400 200 0 400 Feet South of Marigold rive "R-4, R P" Site Plan Amendment tosnian Islamic Association of Waterloo REQUEST: APPLICANT: GENERAL DESCRIPTION: IMPACT ON NEIGHBORHOOD & SURROUNDING LAND USES: VEHICULAR & PEDESTRIAN TRAFFIC CONDITIONS: RELATIONSHIP TO REC. TRAIL PLAN: ZONING HISTORY FOR SITE AND IMMEDIATE VICINITY: DEVELOPMENT HISTORY: September 10, 2013 FOR SITE PLAN AMENDMENT IN THE "R-4, R -P" PLANNED MULTIPLE FAMILY RESIDENCE DISTRICT TO ALLOW FOR THE DEVELOPMENT OF A NEW MOSQUE, CEMETERY, AND SPORTS & RECREATIONAL COMPLEX. Bosnian Islamic Association of Waterloo, 728 W 2nd Street, Waterloo, Iowa 50701. The applicant is proposing the site plan amendment to the "R- 4, R -P" Planned Multiple Family Residence District, which would allow for the development of a new mosque on the property, in addition to a cemetery, and a sports and recreational complex, which would include a soccer field, kids playground and a small park area. The request would not have a negative impact on the neighborhood, as the area is primarily residential in nature, consisting of mostly single-family homes. North — Several commercial uses, zoned "C-1" Commercial District. South — Mobile home park, zoned "R-4, R -P" Planned Multiple Residence District. East— U.S. Hwy 218, agricultural ground, zoned "A-1" Agricultural District. West— Mobile home park, zoned "R-3" Multiple Family Residence District. The applicant has provided a very crude site plan, which shows Marigold Drive being extended to the south to connect with Memory Lane at the south end of the property. There is also a road being shown which would connect with a road in the mobile home park located to the south. There are no sidewalks located adjacent to this property. There are no recreational trails located near this property. The property in question is zoned "R-4, R -P" Planned Multiple Family Residence District, and has been zoned as such since 02/23/1976. Properties to the north are zoned "C-1" Commercial District, west are zoned "R-3" Multiple Residence District, south are zoned "R-4, R -P" Planned Multiple Residence District, and east are zoned "A-1" Agricultural District. The area started developing in the 1970's, including the adjacent mobile home parks. 09-10-13 S of Marigold Dr Bosnian Islamic Association Site Plan Amendment R-4, R-P.doc Page 1 of 4 BUFFERS/ SCREENING REQUIRED: DRAINAGE: FLOODPLAIN INFORMATION: PUBLIC/OPEN SPACES/SCHOOLS: UTILITIES: WATER, SANITARY SEWER, STORM SEWER, ETC: RELATIONSHIP TO COMPREHENSIVE LAND USE PLAN: STAFF ANALYSIS — ZONING ORDINANCE: September 10, 2013 There would not be any screening requirements for this development. There do not appear to be any drainage issues. The property is not located within a special flood hazard area, as indicated by the Federal Insurance Administration's Flood Insurance Rate Map, Community Number 190025 316F, dated July 18, 2011. There are no public or open spaces located near this property. There is an 8" sanitary sewer located within Marigold Drive to the north, and an 8" line within Memory Lane to the south. There are also two 8" sanitary lines that cross right through this property, as it was once a platted subdivision with platted streets that has since been vacated. There is a 12" storm sewer within Marigold Drive to the north, and a 12" storm sewer within Memory Lane to the south. There is also a 12" storm sewer line running through the property in question, as it was once a platted subdivision with platted streets that has since been vacated. The utility lines that are on the property have been previously indicated by the original developer to be for public use, however the City has not accepted them as public sewer lines, and they remain private to this day, and no public easements have been re -dedicated for them. The Future Land Use Map (February 3, 2003) designates this site as Mixed Residential: Low, Medium, High Density Residential, Professional Offices, and Neighborhood Commercial. The request would appear to be in conformance with the goals and policies of the Comprehensive Plan. Also, the request would be in conformance with the policy to continue to support infill development in the community as an alternative to other types of urban expansion. The site is located within the Primary Growth Area as shown on the Growth Area Map within the Comprehensive Plan. The property was rezoned to "R-4, R -P" in 1976, and a site plan amendment was approved in 1983 for the property which showed several different uses. A portion of the property was shown for 1 and 2 family dwellings, a portion was shown for a church, and a portion was shown for multiple family dwellings. The site plan amendment also showed a lake and some commercial uses, but those are not part of this property. The applicant has submitted a new site plan for this property, 09-10-13 S of Marigold Dr Bosnian Islamic Association Site Plan Amendment R-4, R-P.doc Page 2 of 4 September 10, 2013 which shows a new mosque with a 150 -stall parking lot, located near the northwestern area of the property. Just to the south and west of the mosque on the site plan is a cemetery. Along the east end of the property is a soccer field, parking lot, along with a playground and picnic area. The site plan also shows several new streets within the property. One street would run north to south and would connect Marigold Drive to the north with Memory Lane to the south. A second street is being shown connecting with the new north -south street with a private street located in the mobile home park to the southwest of the property. The surrounding land use is primarily used for a mobile home park, as there is one located adjacent to the west and one to the south. There are several single-family homes located along Memory Lane closer to Highway 218, along with several commercial uses located to the north along Marigold Drive near Highway 218 (car wash, gas station, mini -storage development). The proposed use of the property for a religious facility, cemetery, and sports and recreation complex does differ from the original approved plan, but would not appear to have a detrimental impact on the surrounding area. Staff does have some concerns with the very basic site plan that was submitted by the applicant. It is a hand drawn site plan with sketches as to where things would be located on the property. The purpose of a site plan amendment is to accurately show what use or uses are being proposed on the property, as well as accurate locations of all buildings, utilities, etc. However, staff does believe that approving the conceptual site plan would be acceptable, with the condition that a more detailed site plan be submitted at a later date and go through the site plan amendment process. The Zoning Ordinance requires that a cemetery have a minimum lot size of 30 acres. This site is less than 30 acres in size, and therefore a variance would be needed to approve the cemetery to be on this property, which is less than 30 acres in size. The Board of Adjustment, at their meeting held on September 24th, did approve a variance to allow the cemetery on less than the required 30 acres, subject to the condition that the cemetery is screened by a solid fence from the neighboring property. STAFF ANALYSIS — SUBDIVISION If the applicant is proposing to construct new public streets ORDINANCE: within this development, a plat would be required to show the proposed lot layout and street locations. A plat would also be required if any portion is proposed to be laid out into individual lots. 09-10-13 S of Marigold Dr Bosnian Islamic Association Site Plan Amendment R-4, R-P.doc Page 3 of 4 September 10, 2013 STAFF Therefore, staff recommends the conceptual plan for site RECOMMENDATION: plan amendment in the "R-4, R -P" Planned One and Two Family Residence District be approved for the following reasons: 1. The request would not appear to have a negative impact upon the surrounding area, as a similar site plan was approved in the past that showed a religious facility upon the site, along with residential development. 2. The request would not appear to have a negative impact upon traffic conditions in the area, however, a more detailed plan would need to be submitted on how the proposed streets would tie into the existing street network in the area. And subject to the following condition(s): 1 That a more detailed site plan shall be submitted and go back through a Site Plan Amendment approval process to more thoroughly review the layout of the proposed development. 09-10-13 S of Marigold Dr Bosnian Islamic Association Site Plan Amendment R-4, R-P.doc Page 4 of 4 Amended Council Agenda Items Council Meeting Monday, October 28, 2013 MENDMEN Amend the total project cost. 11. Resolution approving completion of work performed by Benton's Sand and Gravel, Inc. of Cedar Falls, Iowa in the final amount of $186,396.20, which reflects a total increase of $17,578.71 from the original bid amount of $168,817.49, for the Ridgeway Towers Storm Sewer Underground Detention. Submitted by Ethel Washington, Housing Authority Director 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, OCTOBER 28, 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 Tern) 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 Clerk'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. October 28, 2013 Page 2 Roll Call. Moment of Silence. Pledge of Allegiance: Rudy Jones, Community Development Director. Agenda, as proposed or amended. Minutes of October 21, 2013, Regular Session, as proposed. Proclamation declaring November 3-9, 2013 as "Radiologic Technology Week". 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. Cancellation of assessments for several properties; and authorize City Clerk to notify Black Hawk County Treasurer of said cancellations. Submitted by Suzy Schares, City Clerk b. Motion to approve the following: 1. 2. 3. Travel Requests Name & Title of Personnel Class/Meeting Destination Date(s) Amount not to exceed Officer Brandt Trial Preparation, Presentation and Testimony Des Moines, Iowa 2/ 19/2014- 2/21/2014 $355.00 Officer Moore Highway Drug Investigations for Patrol Des Moines, Iowa 12/2/2013- 12/4/2013 $155.00 Matt Vlasak, Craig Hintzman, Tina Schellhorn, Roger Wooden, Nate Alderman, Kelby Haynes — Signal Technicians and Electricians 2012-NFPA70E & OSHA Update Waterloo, Iowa 11/8/2013 $630.00 October 28, 2013 4. 5. 6. 7. 8. 9. 10. 11. Page 3 Approved Beer, Liquor, and Wine Applications Name & Address of Business Class New or Renewal Expiration Date Includes Sunday Wine and Spirits # 1 2126 Kimball Avenue E Liquor, B Wine, C Beer Renewal 11-14-14 X Tobacco Outlet Plus #500 1803 La Porte Road C Beer Renewal 10-14-14 X Kwik Stop 4335 Texas Street B Wine, C Beer Renewal 4-30-14 X Broadway Liquor 821 Broadway Street E Liquor, B Wine, C Beer Renewal 6-10-14 X The Penalty Box 118 Commercial Street C Liquor, Outdoor Service Renewal 9-18-14 X Chilito's Mexican Bar & Grill 441 E. Tower Park Drive C Liquor New 9-15-14 X Grout Museum 503 South Street Special C (Beer/Wine) Transfer to 306 Washington 12-4-13 to 12-4-13 Grout Museum 503 South Street Special C (Beer/ Wine) Transfer to 306 Washington 12-7-13 to 12-7-13 Cigarette Permit Application 12. Hy -Vee C -Store #4, 3700 University Avenue PUBLIC HEARINGS 2. F.Y. 2014 4th Street Bridge Slope Protection and Riverwall Repairs, Contract No. 855 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. 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 Jeff Bales, Associate Engineer October 28, 2013 Page 4 3. F.Y. 2014 Bridge Deck Repairs and Overlay Program, Contract No. 777 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. 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 Dennis Gentz, P.E., Associate Engineer 4. Request by Bosnian Islamic Association of Waterloo, Iowa for a site plan amendment to the "R -4,R -P" Planned Multiple Family Residence District, to allow for the development of a new mosque, cemetery, and sports and recreational complex, generally located on 15.26 acres south of Marigold Drive and north of Memory Lane. Motion to receive and file proof of publication of notice of public hearing. Motion to table indefinitely. Submitted by Noel Anderson, Community Planning & Development Director RESOLUTIONS 5. Resolution approving Letter of Support for Main Street Waterloo's application to the Iowa Economic Development Authority for a Main Street Challenge Grant for renovation of the Bride's Corner located at 620 Commercial Street; and authorize Mayor to execute said document. Submitted by Mayor Buck Clark 6. Resolution approving Supplemental Agreement No. 2 with AECOM Technical Services of Waterloo, Iowa for additional construction related services in the amount of $21,500.00, in conjunction with the F.Y. 2012 East Donald Street Improvements, Contract No. 797; and authorize Mayor to execute said document. Submitted by Jeff Bales, Associate Engineer 7. Resolution approving a Snow Disposition Agreement with Cedar Valley Tech Works, Inc. allowing the City to use portions of the Tech Works parking area for downtown snow storage; and authorize Mayor and City Clerk to execute said document. Submitted by Mark Rice, Public Works Director October 28, 2013 Page 5 8. Resolution approving Housing Enterprise Zone Program Agreement with Iowa Department of Economic Development and JSA Development for the rehabilitation of 223, 225, 227 and 229 West 4th Street within Enterprise Zone boundaries; and authorize Mayor to execute said document. Submitted by Chris Western, Planner /I 9. Resolution approving Housing Enterprise Zone Program Agreement with Iowa Department of Economic Development and Black Hawk Contracting and Development, LLC for the construction of four (4) homes, located at the former Francis Grout School within Enterprise Zone boundaries; and authorize Mayor to execute said document. Submitted by Chris Western, Planned' 10. Resolution approving Housing Enterprise Zone Program Agreement with Iowa Department of Economic Development and Black Hawk Contracting and Development, LLC for the construction of four (4) homes, located at the corner of Lafayette and 7th Streets within Enterprise Zone boundaries; and authorize Mayor to execute said document. Submitted by Chris Western, Planned' 11. Resolution approving completion of work performed by Benton's Sand and Gravel, Inc. of Cedar Falls, Iowa in the final amount of $186,396.20, which reflects a deduction of $737.29 from the original bid amount of $187,133.49, for the Ridgeway Towers Storm Sewer Underground Detention. Submitted by Ethel Washington, Housing Authority Director 12. Resolution approving award of hotel/motel discretionary funding to the following entities: Main Street Waterloo for holiday decorations in the amount of $6,000.00, Social Action, Inc. for concert sponsorships in the amount of $10,000.00 and Waterloo Police Department for event overtime in the amount of $25,000.00. Submitted by Michelle Weidner, Chief Financial Officer 13. Resolution approving Development Agreement between Cedar Valley Warehouse LLC and the City of Waterloo for the construction of a 40,000 square foot industrial building in the Airport TIF District, adding $1,200,000.00 of taxable value to site, and offering 5 years at 50 percent tax rebates to company, plus a grant to purchase property for $271,582.00; and instruct City Clerk to publish notice. Submitted by Noel Anderson, Community Planning & Development Director October 28, 2013 ORDINANCES Page 6 14. Ordinance Change - No Parking This Side - Southwest Side of Lafayette Street from Vinton Street to Lane Street Motion to receive, file, consider and pass for the first time an Ordinance amending the 2008 Traffic Code by rescinding Subsection (62), Lafayette Street to Section 553, No Parking Here To Corner, and inserting in lieu thereof a new Subsection (62) Lafayette Street to Section 553, No Parking Here to Corner. Motion suspending the rules. Motion to consider and pass for the second and third time and adopt ordinance. Motion to receive, file, consider and pass for the first time an Ordinance amending the 2008 Traffic Code by repealing Subsection (216) Lafayette Street of Section 551, Parking Prohibited at All Times on Certain Streets, and enacting in lieu thereof a new Subsection (216) Lafayette Street of Section 551, Parking Prohibited at All Times on Certain Streets. Motion suspending the rules. Motion to consider and pass for the second and third time and adopt ordinance. Motion to receive, file, consider and pass for the first time an Ordinance amending the 2008 Traffic Code by repealing Subsection (8) Lafayette Street, Southwest Side of Lafayette Street from Division Street to Vinton Street, of Section 563, One Hour Parking. 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 15. South Hills Drainge Improvements Project Motion to instruct Leisure Services Director 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 November 12, 2013; and instruct City CIerk to publish notice of plans, specifications, form of contract, etc. Submitted by Paul Huting, Leisure Services Director October 28, 2013 Page 7 16. Request for Proposal for Demolition and Site Clearance Services for 1019 Lafayette Street Motion to instruct Community Planning & Development Director 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 November 18, 2013; and instruct City Clerk to publish notice of plans, specifications, form of contract, etc. Submitted by Noel Anderson, Community Planning & Development Director ORAL PRESENTATIONS Motion to receive and file oral comments. ADJOURNMENT Motion to adjourn. Suzy Schares City Clerk MEETINGS Monday, October 28, 2013 5:10 p.m. - Finance Committee, Council Chambers PUBLIC INFORMATION 1. Communication from Chief of Fire Services on the disability retirement of Dave Lingenfelter, effective October 23, 2013 with recommendation of approval of payout of $3,866.12 for unused benefits. CONTRACT PAYMENT SCHEDULE 1. F.Y. 2012 Street Reconstruction Program, Contract No. 819 Pay estimate No. 26 to Aspro in the total amount due of $10,304.34. 2. F.Y. 2013 Street Reconstruction Program, Contract No. 832 Pay estimate No. 10 to Aspro in the total amount due of $322,713.57. October 28, 2013 Page 8 3. F.Y. 2014 Sidewalk Repair Assessment Program - Zone 3, Contract No. 852 Pay estimate No. 10 to B & B Builders in the total amount due of $19,653.14. 4. West Shaulis Road Extension, Contract No. 784 Pay estimate No. 9 to Kirkham Michael & Associates in the total amount due of $6,167.67. 5. Railroad Spur Line for Secor Investments, LLC Pay to AECOM in the total amount due of $1,051.34. 6. EDA & CDBG Commercial Lift Stations and CDBG Residential Lift Station Pay to INRCOG in the total amount due of $2,135.44. A.iaror BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward I CAROLYN COLE Ward 2 HAROLD GETEY Ward 3 QUENT[N M. I [AR! Ward4 RON WELDER Ward 5 BOB GREENWOOD A! -Large STEVE SCUM At -Large CITY OF WATERLOO, IOWA CITY CLERK AND FINANCE DEPARTMENT 715 Mulberry St. . Waterloo, IA 50703 (319) 291-4323 Fax (319) 291-4571 SUZY SCHARES City. Clerk MICHELLE WEIDNER, CPA a Chief Financial Officer DATE October 28, 2013 To Whom It May Concern. The City of Waterloo supports Main Street Waterloo's application to the Iowa Economic Development Authority for a Main Street Challenge Grant. We further state that local building and/or fire code officials who may be responsible for inspection of the project properties will review the project proposal. Respectfully Submitted, Quentin Hart Mayor Pro Tern Mike Butler, President Council Resolution # 2013-870 (resolution attached) WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer CITY OF WATERLOO Council Communication City Council Meeting: October 28, 2013 Prepared: October 21, 2013 Dept. Head Signature: Mayor Buck Clark # of Attachments: SUBJECT: Application for a 2013 Main Street Iowa Challenge Grant to the Iowa Economic Development Authority Submitted by: Mayor Buck Clark Recommended City Council Action: To authorize a letter of support for the application for a 2013 Main Street Iowa Challenge Grant to the Iowa Economic Development Authority for renovation of the Bride's Corner located at 620 Commercial Street. Summary Statement Expenditure Required Source of Funds Policy Issue Alternative Background Information: DATE To Whom It May Concern: The City of Waterloo supports Main Street Waterloo's application to the Iowa Economic Development Authority for a Main Street Challenge Grant. We further state that local building and/or fire code officials who may be responsible for inspection of the project properties will review the project proposal. Respectfully Submitted, Ernest (Buck) Clark, Mayor Mike Butler, President Council Resolution # (if applicable) (resolution attached) September 30, 2013 Chad and Natalie Mormann 620 Commercial St. Waterloo, IA 50701 Main Street Waterloo 212 E. 4`h Street Waterloo IA 50703 Dear Main Street Waterloo: We privately own the property located at 620 Commercial Street and are writing to you in regards to the Main Street Iowa Challenge Grant. Our building has been a staple to the downtown community since 1876. It has served as a meat locker, furniture store, drug store, an antique store, and housed two apartments upstairs. Currently, it serves as Bride's Corner Boutique, a wedding apparel business that has been in the Cedar Valley for over 30 years. In 2007 we made the decision to expand our business. An older building with charm and character was what we set out to find. Downtown Waterloo seemed like a natural fit for us. We realized when we purchased our building that major upgrades on mechanicals and exterior renovations would be required. Our business is thriving and we feel that now is the time to make the necessary improvements to take our business to the next level. Currently our business utilizes 3902 sq ft of the 5052 sq ft above ground space available. Our vision is to revitalize the upstairs and update the current sales area with a rustic look to restore the history of the building. It will be an open concept where it could be used as one business or easily be converted to a multi-purpose unit. Scope of the Project: • Update the integrity of the building with a new roof and tuckpointing • Increase the efficiency of the building by replacing the windows, update the mechanicals, and add insulation • Remodel the interior by adding additional stairs to gain easier access to 2"d floor, reveal original brick work on adjoining wall with business next door, and update electrical • Update the front facade with a new awning and move front door to the left side to be aligned with new stairs Bride's Corner draws many people from the Cedar Valley and surrounding areas. We currently cater specifically to weddings and prom. With renovations done to the building, it would allow us to expand our business into ready-to-wear by utilizing the 2"d floor of the building for a contemporary, high trend clothing and accessories boutique. Downtown needs more retail traffic. On average we have around 1600 customers per year and the goal of the renovation is to increase the foot traffic of the current business by 25% which equates to 400 additional people. The goal of the ready-to-wear apparel is an increase of 41% or 656 people for a total of 1656 new customers to the downtown area. Also keep in mind that these projections do not reflect the number of people that are browsing. In addition to the increase in foot traffic, additional staffing will be required. There is potential to add at least one full-time and two part-time employees to make it a total of eight employees, a staffing increase of 60%. We are already a hot spot for bridal and prom, housing a clothing boutique within the building will build repeat customers to our business as well as getting them to patron the other retail boutiques and eating establishments in the downtown area. Regards, Chad & Natalie Mormann Prepared by Suzy Schares, City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-870 RESOLUTION OF THE WATERLOO CITY COUNCIL SUPPORTING MAIN STREET WATERLOO'S APPLICATION TO THE IOWA ECONOMIC DEVELOPMENT AUTHORITY FOR A 2013 MAIN STREET IOWA CHALLENGE GRANT TO RENOVATE BRIDE'S CORNER LOCATED AT 620 COMMERCIAL STREET, WATERLOO, IOWA. WHEREAS, the City of Waterloo, Iowa building and fire officials will review the project proposal, and WHEREAS, the City of Waterloo, Iowa supports Main Street Waterloo's application to the Iowa Economic Development Authority f'or a Main Street Challenge Grant. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE ITY OF WATERLOO, IOWA, that they support the submission of the application to the Iowa Economic Development Authority. PASSED AND ADOPTED this 28th day of October, 2013. ATTEST: n� C -\1 ; uzy Sch!ar'es, CMC ity Clerk' G Quentin Hart, Mayor Pro Tem CITY OF WA I'ERLOO Council Communication City Council Meeting: October 28, 2013 Prepared: October 23, 2013 Dept. Head Signature: Eric Thorson # of Attachments: SUBJECT: Submitted by: FY 2012 East Donald Street Improvements Contract No. 797, STP -U-8155(714)-70.07 Supplemental Agreement No. 2 With AECOM Technical Services Construction -Related Services Jeff Bales, Associate Engineer Recommended City Council Action: Approve Supplemental Agreement No. 2 for above -referenced project and authorize Mayor to sign and enter into said agreement. Summary Statement During project construction, utility conflicts were discovered that required an extension of the original construction contract timeframe, which required additional field time, construction review and administration to complete construction -related services. The actual construction time extended an additional 8 -weeks over the original estimated construction schedule, thus requiring additional staff hours to complete CRS work. Staff has reviewed this cost plus fixed fee agreement and recommends Council approval. This agreement is available in the City Clerk's office if you wish to review it in its entirety. Expenditure Required $21,500 Source of Funds 80% Federal Funds or $17,200 and 20% Local Funds (Local Option Sales Tax) or $4,300 Policy Issue N/A Alternative N/A Background Information: Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-871 RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT NO. 2 WITH AECOM TECHNICAL SERVICES, INC. OF WATERLOO, IOWA AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that Supplemental Agreement No. 2 dated October 28, 2013, at a cost of $21,500.00, for additional construction related services in conjunction with the F.Y. 2012 East Donald Street Improvements, Contract No. 797, by and between AECOM Technical Services, Inc. of Waterloo, Iowa and the City of Waterloo, Iowa, be and the same is hereby approved, and the Mayor authorized to execute the same in behalf of the City of Waterloo, Iowa. PASSED AND ADOPTED this 28th day of October, 2013. ATTEST: Suzy S •! ares, CMC City Cl-rk Ernest G. Clark, Mayor CITY OF WATERLOO Council Communication City Council Meeting: October 28, 2013 Prepared: October 20, 2013 Dept. Head Signature "4"—c— # of Attachments: SUBJECT: Request Council consider approval of a Resolution to approve a Snow Disposition Agreement with Cedar Valley Tech Works, Inc, allowing City to use portions of the Tech Works parking area for downtown snow storage and authorize Mayor and City Clerk to execute said documents. Submitted by: Mark Rice, Public Works Director Recommended City Council Action: Approval Summary Statement: Expenditure Required Source of Funds Policy Issue Alternative Background Information: Request council approve an agreement with CVTW allowing the City, at no charge, to use a portion of the area bordered by Jefferson and Commercial Streets behind the Tech II building to store accumulated snow removed from the downtown area. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-872 RESOLUTION APPROVING SNOW DISPOSITION AGREEMENT WITH CEDAR VALLEY TECH WORKS, INC. OF WATERLOO, IOWA AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Snow Disposition Agreement dated October 28, 2013, to allow the City to use portions of the Tech Works parking area bordered by Jefferson and Commercial Streets to store accumulated snow removed from the downtown area, by and between Cedar Valley Tech Works, Inc. of Waterloo, Iowa 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 28th day of October, 2013. ATTEST: uz5— y Scha , CMC City Clerk Ernest G. Clark, Mayor Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward I CAROLYN COLE Ward 2 HAROLD GETTY Ward 3 QUENTIN HART Ward 4 RON. WELPER Ward S BOB GREENWOOD At -Large STEVE SCHMITT 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: October 28, 2013 Prepared: October 23, 2013 Dept. Head Signature: # of Attachments: SUBJECT: Authorization by the City Council for the Mayor and City Clerk to sign and fully execute the enclosed Enterprise Zone agreement with JSA Development Company. Submitted by: Noel Anderson, Community Planning & Development Director Recommended City Council Action: Authorization by the City Council for the Mayor and City Clerk to sign and fully execute the enclosed Enterprise Zone agreement. Summary Statement: Transmitted herewith is a Housing Enterprise Zone Program Agreement for JSA Development Company for the rehabilitation of seven residential units (upper and lower floors) 223, 225, 227, and 229 West 4th Street, located within the Enterprise Zone. Expenditure Required: None Source of Funds: N/A Policy Issue: Economic Development Background Information: As required by the State Code of Iowa, the local Enterprise Zone Commission reviewed the attached applications and project, and recommended approval to the State of Iowa. The State of Iowa has now approved the projects in its review, and has forwarded the agreements to commence with the project. The attached agreements are formal documentation of the projects, their locations within a locally designated and state certified Enterprise Zone, and the incentives they are eligible for under the program. Therefore, we ask that the City Council authorize the Mayor and City Clerk to sign and fully execute the agreement for the property. If you have any questions or need additional information please contact our office. NA:cw cc: Noel Anderson, Community Planning & Development Director Path: K:\USERS\Planning\Adam\Council Letters\letter Enterprise Zone Agreement 7.18.11.doc CITY WEBSITE: wwwci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-873 RESOLUTION APPROVING HOUSING ENTERPRISE ZONE PROGRAM AGREEMENT #14-HEZ-019 WITH IOWA ECONOMIC DEVELOPMENT AUTHORITY AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Housing Enterprise Zone Program Agreement #14-HEZ-019 dated October 28, 2013, in conjunction with the rehabilitation of seven (7) residential units located at 223, 225, 227 and 229 West 4th Street in the Waterloo EZ -8 enterprise zone, by and between Iowa Economic Development Authority, JSA Development LLC and the City of Waterloo, Iowa, be and the same is hereby approved, and the Mayor authorized to execute the same in behalf of the City of Waterloo, Iowa. PASSED AND ADOPTED this 28th day of October, 2013. ATTEST: y Sch City Cle QQ , CMC Ernest G. Clark, Mayor Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward 1 CAROLYN COLE Ward 2 HAROLD GETTY Ward 3 QUENTIN HART Ward 4 RON WELPER Ward S BOB GREENWOOD At -Large STEVE SCHMITT 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: October 28 20 Prepared: October 23, 2013 Dept. Head Signature: / # of Attachments: SUBJECT: Authorization by the City Council for the Mayor and City Clerk to sign and fully execute the enclosed Enterprise Zone agreement with Black Hawk Contracting and Development. Submitted by: Noel Anderson, Community Planning & Development Director Recommended City Council Action: Authorization by the City Council for the Mayor and City Clerk to sign and fully execute the enclosed Enterprise Zone agreement. Summary Statement: Transmitted herewith is a Housing Enterprise Zone Program Agreement for Black Hawk Contracting & Development, LLC for the construction of 4 homes, located at the former Francis Grout School at the corner of Madison and Monroe Streets within the Enterprise Zone. Expenditure Required: None Source of Funds: N/A Policy Issue: Economic Development Background Information: As required by the State Code of Iowa, the local Enterprise Zone Commission reviewed the attached applications and project, and recommended approval to the State of Iowa. The State of Iowa has now approved the projects in its review, and has forwarded the agreements to commence with the project. The attached agreements are formal documentation of the projects, their locations within a locally designated and state certified Enterprise Zone, and the incentives they are eligible for under the program. Therefore, we ask that the City Council authorize the Mayor and City Clerk tosign and fully execute the agreement for the property. If you have any questions or need additional information please contact our office. NA:cw cc: Noel Anderson, Community Planning & Development Director CITY WEBSITE: wwwci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-874 RESOLUTION APPROVING HOUSING ENTERPRISE ZONE PROGRAM AGREEMENT #14-HEZ-018 WITH IOWA ECONOMIC DEVELOPMENT AUTHORITY AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Housing Enterprise Zone Program Agreement #14-HEZ-018 dated October 28, 2013, in conjunction with the construction of four (4) homes at the former Francis Grout School located at Madison and Monroe Streets in the Waterloo EZ -8 enterprise zone, by and between Iowa Economic Development Authority, Black Hawk Contracting and Development, Inc. and the City of Waterloo, Iowa, be and the same is hereby approved, and the Mayor authorized to execute the same in behalf of the City of Waterloo, Iowa. PASSED AND ADOPTED this 28th day of October, 2013. Ernest G. C ark, Mayor ATTEST: Suzy Scha es, CMC City Cler Mayor BUCK CLARK COUNCIL MEMBERS 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: October 28, 2013 Prepared: October 23, 2013 Dept. Head Signature: # of Attachments: SUBJECT: Authorization by the City Council for the Mayor and City Clerk to sign and fully execute the enclosed Enterprise Zone agreement with Black Hawk Contracting and DAVID Development. JONES Ward I Submitted by: Noel Anderson, Community Planning & Development Director CAROLYN COLE Recommended City Council Action: Authorization by the City Council for the Mayor Ward 2 and City Clerk to sign and fully execute the enclosed Enterprise Zone agreement. HAROLD GETTY Summary Statement: Transmitted herewith is a Housing Enterprise Zone Program Ward 3 Agreement for Black Hawk Contracting & Development, LLC for the construction of 4 homes, located at the corner of 7th and Lafayette Streets within the Enterprise Zone. QUENTIN HART Ward 4 Expenditure Required: None RON Source of Funds: N/A WELPER Ward 5 Policy Issue: Economic Development BOB GREENWOOD Background Information: As required by the State Code of Iowa, the local Enterprise At Large Zone Commission reviewed the attached applications and project, and recommended STEVE approval to the State of Iowa. The State of Iowa has now approved the projects in its review, SCHMITT and has forwarded the agreements to commence with the project. At -Large The attached agreements are formal documentation of the projects, their locations within a locally designated and state certified Enterprise Zone, and the incentives they are eligible for under the program. Therefore, we ask that the City Council authorize the Mayor and City Clerk to sign and fully execute the agreement for the property. If you have any questions or need additional information please contact our office. NA:cw cc: Noel Anderson, Community Planning & Development Director Path: K:\USERS\Planning\Adam\Council Letters\letter Enterprise Zone Agreement 7.18.11.doc CITY WEBSITE: wwwci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward I CAROLYN COLE Ward 2 HAROLD GETTY Ward 3 QUENTIN HART Ward 4 RON WELPER Ward BOB GREENWOOD At -Large STEVE SCHMITT 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: October 28, 2013 Prepared: October 23, 2013 Dept. Head Signature: # of Attachments: SUBJECT: Authorization by the City Council for the Mayor and City Clerk to sign and fully execute the enclosed Enterprise Zone agreement with Black Hawk Contracting and Development. Submitted by: Noel Anderson, Community Planning & Development Director Recommended City Council Action: Authorization by the City Council for the Mayor and City Clerk to sign and fully execute the enclosed Enterprise Zone agreement. Summary Statement: Transmitted herewith is a Housing Enterprise Zone Program Agreement for Black Hawk Contracting & Development, LLC for the construction of 4 homes, located at the corner of 7th and Lafayette Streets within the Enterprise Zone. Expenditure Required; None Source of Funds: N/A Policy Issue: Economic Development Background Information: As required by the State Code of Iowa, the local Enterprise Zone Commission reviewed the attached applications and project, and recommended approval to the State of Iowa. The State of Iowa has now approved the projects in its review, and has forwarded the agreements to commence with the project. The attached agreements are formal documentation of the projects, their locations within a locally designated and state certified Enterprise Zone, and the incentives they are eligible for under the program. Therefore, we ask that the City Council authorize the Mayor and City Clerk to sign and fully execute the agreement for the property. If you have any questions or need additional information please contact our office. NA:cw cc: Noel Anderson, Community Planning Si. Development Director Path: K:\USERS\Planning\Adam\Council Letters\letter Enterprise Zone Agreement 7.18.11.doc CITY WEBSITE: www.ci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer IOWA' ECONOMIC DEVEI OPivlENT AUTHORITY 200 East Grand Avenue I Des:Mohs, Iowa 60309 USA I Phone: 515.725.3000 iowaecono0 iicdeveloprnen't.corn September 26, 2013 John Rooff Black Hawk Contracting and Development, Inc. 1509 Commercial Street Waterloo, IA 50702 ZO3/4 00 EMMTIVpNralYCVtDY 'a€ OCT 2 1 2013 �47T�RL0 0,\���� Re: Housing Enterprise Zone Program award: Agreement# 14-HEZ-020 Dear Mr. Rooff: I am pleased to inform you of the approval of your application for Enterprise Zone Program (the "Program") benefits for the 4 single family units you plan to construct in Black Hawk County, Waterloo EZ -8 enterprise zone. As an approved housing business, Black Hawk Contracting and Development, Inc., is eligible to receive the following benefits: a A refund of 100% of the sales, service and use taxes (the "Refund") paid for eligible costs during the construction phase of the project. Please note that the Program only allows for the refund of state sales and use taxes; local option sales taxes are not included. Based on the information contained in your application, the estimated value of this refund is $16,800.00. The final amount of the refund will be determined upon your actual expenses as submitted to the Iowa Department of Revenue. a An investment tax credit equal to 10% of the new investment* directly related to the housing project described in your application (the "Tax Credit"). This Iowa tax credit may be carried forward for up to seven years or until depleted. Based on the information contained in your application, the estimated value of this credit is $56,000.00. The final amount of the investment tax credit will be determined upon your actual expenses at project completion. * The hew investment used to compute the tax credit cannot exceed the hew investment used for the first $140,000 of value for each unit In addition, financing from federal, state, and local government tax credits, grants, and forgivable loans cannot be included for purposes of calculating the investment tax credit. This approval remains subject to the requirements of the Program as set forth in IAC Chapter 261.59;8(15E) Eligible Housing Business. The receipt of the Refund and the Tax Credit is dependent upon satisfying all requirements of the Program and may be changed or rescinded based upon, subsequent changes to or discontinuation of the Program. In a few weeks, this office will send to the community contact a contract for you and the local governmental entity to finalize the terms and conditions of your company's participation in the Enterprise Zone program. This contract must he signed by authorized representatives from your company, the community, and IEDA in order for your company to begin receiving Enterprise Zone benefits. If you should have any questions about the Enterprise Zone program, please contact Jeremy Babcock at 515.725.3128, Thank you for choosing the State of Iowa as the site for your company's housing development. We are looking forward to working with you to help meet Iowa's housing needs. Sincerely, Deborah V. Durham Director DVD/jeb cc: Noel Anderson, City of Waterloetf) State Senator William Dotzler State Representative Deborah Berry File Governor Terry E. Branstad I Lt. Governor Kin) Reynolds I Director Dehi V. Durham Prepared by Carol Nemmers,.Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-875 RESOLUTION APPROVING HOUSING ENTERPRISE ZONE PROGRAM AGREEMENT #14-HEZ-020 WITH IOWA ECONOMIC DEVELOPMENT AUTHORITY AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Housing Enterprise Zone Program Agreement #14-HEZ-020 dated October 28, 2013, in conjunction with the construction of four (4) homes located at Lafayette and 7th Streets in the Waterloo EZ -8 enterprise zone, by and between Iowa Economic Development Authority, Black Hawk Contracting and Development, Inc. and the City of Waterloo, Iowa, be and the same is hereby approved, and the Mayor authorized to execute the same in behalf of the City of Waterloo, Iowa. PASSED AND ADOPTED this 28th day of October, 2013. 427 Ernest G. Clark, Mayor ATTEST: uzy Sc a -s, CMC City C1-rk Amended Council. Agenda items Council Meeting Monday, October 28, 2013 Amend the total project cost. Resolution ijwpmving completion of work performed by .Bent.>n's Sand omd Gravel, The. of Cedar Falls, Iowa in the fin& amount of $116,396.20, which reflects ar total increase of $17,578.71 from the original bid amount of $16;817 49, for the Ridgeway Towers Storm Sewer Underrgrount•1 Detention. Submitted by Ethel Washington, Housing Authority Director CITY OF WATERLOO Council Communication City Council Meeting: Meeting Date Monday Oct 28"', 2013 Prepared: Date prepared Dept. Head Signature: Signature or initials of Dept. Head- N.A. # of Attachments: SUBJECT: Detention pond to alleviate water from Ridgeway Towers Parking lot . Submitted by: Ethel Washington Recommended City Council Action: Summary Statement: Looking at the final project the accounting shows that the original bid was for $187,133.49 with the underground detention changes. The final bill is $186,396.20. That is a reduction of $737.29 which is a result of the asphalt patching being below estimated quantity and cost. Expenditure Required decrease of $737.29 Source of Funds: Capital Funds and Operating Reserves. Policy Issue Alternative Background Information: Work has been finalized on the Detention Pond at Ridgeway Towers. CAROL FAILOR From: ETHEL WASHINGTON Sent: Monday, October 28, 2013 2:44 PM To: SUZY SCHARES; CAROL FAILOR Subject: RE: Benton's Completion of Work Carol can we amend the council communication on the agenda tonight to include a previous change order of 17,082.71 to include an increase of 495.80 bringing the total increase over the original contract award to 17,578.71. From: JOYCE SCHROEDER Sent: Monday, October 28, 2013 11:40 AM To: ETHEL WASHINGTON Cc: MICHELLE WEIDNER; DENNIS GENTZ Subject: Benton's Completion of Work Importance: High Hi Ethel, I'm curious about the amount that is shown as the final amount for the RT Storm Sewer Underground Detention on tonight's Council agenda. It says the final amount is $186,396.20 but mentions that being a REDUCTION from the original contract award. According to my records, the original contract was $168,817.49 and we've already approved one changed order back in January for $17,082.91 (see below). If the final amount is $186,396.20, I think that is an additional increase of $495.80 bringing the total increase over the original contract award to $17,578.71. Can you please double check the amounts on for approval tonight? We may just need to change the language about it being a decrease and fix the original contract amount. Thanks! Joyce Main contract with Benton's Sand & Gravel Original contract Change orders (1) Total contract Billed to date Contract Payable Retainage Payable Contract commitment $168,817.49 8/6/2012 17,082.91 1/28/13 185,900.40 (165,900.40) 0.00 (20,000.00) ($0.00) 1 for concrete work CAROL FAILOR From: ETHEL WASHINGTON Sent: Monday, October 28, 2013 2:48 PM To: JOYCE SCHROEDER; CAROL FAILOR; SUZY SCHARES Subject: FW: Waterloo Housing Final Billing Attachments: Benton Final Invoice.pdf From: Monica Smith Imailto:monica.robins(&cfu.netj Sent: Monday, October 21, 2013 8:22 AM To: ETHEL WASHINGTON Subject: Waterloo Housing Final Billing Ethel, Enclosed is the final bill from Benton Sand and Gravel for the Ridgeway Towers project. I approve the invoice as is. Looking at the final project the accounting shows that the original bid was for $187,133.49 with the underground detention changes. The final bill is $186,396.20. That is a reduction of $737.29 which is a result of the asphalt patching being below estimated quantity and cost. With that being said, the final bill is for $20,495.80. This is over the $20,000 because the parking lot striping had not been charged out yet. That is what the $495.80 is for. Please call with any questions on this. Thanks. Monica Smith, PE, CPESC President/CEO Robinson Engineering Company 5751 Westminster Drive, Suite B Cedar Falls, Iowa 50613 Phone: 319-859-0293 Cell: 563-920-5382 Benton's Sand & Gravel Inc. 905 Center Street - Cedar Falls, Iowa 50613 PAY APPLICATION #2 - Final Project: RIDGEWAY TOWERS ITEM ITEMS NO. QUANTITY l AREA INTAKE (SW511) 2 CURB INTAKE (SW -507) 3 STORM SEWER MANHOLE (SW -401) 4 INFILTRATION TRENCH 5 4" SUBDRAIN W/FILTER SOCK 6 4" PIPE 7 12" CONCRETE PIPE 8 PARKING LOT STRIPING 9 UNDERGROUND DETENTION SYSTEM 10 2" ASPHALT PAVEMENT - PATCHING 11 PCC CURB & GUTTER 12 PCC SIDEWALK 13 PCC PAVEMENT 14 SEEDING UNIT TOTAL COMPLETED PRICE PRICE UNIT TOTAL 2.00 EA 2,575.00 1.00 EA 3,200.00 4.00 EA 2,700.00 338.00 LF 10.00 338.00 LF 4.00 106.00 LF 8.00 695.00 LF 35.00 670.00 LF 74.00 10,000.00 CF 8.05 82.77 TN 180.40 13.50 LF 26.00 120.00 SY 51.00 118.00 SY 60.50 0.23 ACRE 9,581.25 5150.00 3200.00 10800.00 3380.00 1352.00 848.00 24325.00 495.80 80500.00 14931.71 351.00 6120.00 7139.00 2203.69 2.00 $6,150.00 1.00 $3,200.00 4.00 $10,800.00 338.00 $3,380.00 338.00 $1,352.00 106.00 $848.00 695.00 $24,325.00 670.00 $495.80 10000.00 $80,500.00 82.77 $14,931.71 13.50 $351.00 120.00 $6,120.00 118.00 $7,139.00 0.23 $2,203.69 CO#1 Cost Associated with Revised Layout & Access 1.00 LS 25,600.00 25600.00 1.00 $25,600.00 186396.20 $187,396.20 Total Project Cost Pay Application #1 $187,396.20 $165,900.40 Pay Application #2 - Final Billing $20,495.80 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-876 RESOLUTION APPROVING THE RECOMMENDATION OF ACCEPTANCE AS TO WORK AND MATERIALS FURNISHED BY BENTON'S SAND AND GRAVEL, INC. OF CEDAR FALLS, IOWA, IN CONJUNCTION WITH THE RIDGEWAY TOWERS STORM SEWER UNDERGROUND DETENTION POND, AND ACCEPTING THE WORK. WHEREAS, Benton's Sand and Gravel, Inc. of Cedar Falls, Iowa, has under contract with the City of Waterloo, Iowa, furnished certain materials and performed labor at a total cost of $186,396.20, which reflects a deduction of $737.29 from the original bid amount of $187,133.49, in conjunction with the Ridgeway Towers Storm Sewer Underground Detention Pond, in the City of Waterloo, Iowa. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Certificate of Completion and Recommendation of Acceptance be and the same hereby approved. PASSED AND ADOPTED this 28th day of October, 2013. (_<" Ernest G. Clark, Mayor ATTEST: Suzy Sc res, CMC City Cle k Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward 1 CAROLYN COLE Ward 2 HAROLD GETTY Ward 3 QUENTIN M. HART Ward 4 RON WELPER Ward 5 BOB GREENWOOD At -Large STEVE SCHMITT At -Large CITY OF WATERLOO, IOWA CITY CLERK AND FINANCE DEPARTMENT 715 Mulberry Street • Waterloo, IA 50703 • (319) 291-4323 Fax (319) 291-4571 SUZY SCHARES • CIO, Clerk MICHELLE WEIDNER, CPA • Chief Financial Officer . Council Communication City Council Meeting: Prepared: Dept. Head Signature: Number of Attachments: October 28, 2013 October 24, 2013 Hotel/Motel Discretionary Funding Committee Applications available in CFO's office for review SUBJECT: Hotel/Motel Discretionary Grant Applications Submitted by: Michelle Weidner, CFO Recommended Action: Approve the award of hotel/motel discretionary funds to the following entities: Summary Statement — Committee Funding Recommendations: FYE2014 Funds: 1. Main Street Waterloo — Holiday decorations $ 6,000.00 2. Social Action, Inc. — Concert sponsorship 10,000.00 3. Waterloo Police Department — Event overtime 25,000.00 Total $ 41,000.00 Expenditure Required: $41,000.00 Source of Funds: Hotel/Motel Discretionary Funds. The current available balance for FYE2014 is $121,008.39. Policy Issue: N/A Alternative: N/A Background Information: N/A CITY WEBSITE: www.cityofwaterlooiowa.com WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-877 RESOLUTION APPROVING ALLOCATION OF HOTEL/ MOTEL DISCRETIONARY FUNDS. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the following allocation of hotel/motel discretionary funds, be and the same is hereby approved: Main Street Waterloo - holiday decorations $ 6,000.00 Social Action, Inc. - concert sponsorship $10,000.00 Waterloo Police Department - event overtime $25,000.00 Total Expenditure $41,000.00 PASSED AND ADOPTED this 28th day of October, 2013. rest G. Clar ATTEST: uzy Sc ares, CMC City Cl. k Mayor Mayor BUCK CLARK COUNCIL MEMBERS ••00000e00000000400 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 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 CITY OF WATERLOO Council Communication City Council Meeting: October 28, 2013 Prepared: October 24, 2013 Dept. Head Signature: Noel Anderson, Community Planning & Development Director # of Attachments: 1 SUBJECT: Adopt a Resolution for the approval of a Development Agreement between Cedar Valley Warehouse LLC and the City of Waterloo for the construction of a 40,000 sq. ft. industrial building in the Airport TIF District, adding $1,200,000 of taxable value to site, and offering 5 years at 50% tax rebates to company, plus a grant to purchase property for $271,582, 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 continues to work towards continued economic development in and around the Airport area. This project would bring forth the construction of a second 40,000 sq. ft. warehousing building on Geraldine Road, which the City has recently worked towards RISE funding towards its construction and expansion. The first spec warehouse building is being purchased by a company, and should soon be fully occupied. The new industrial building would be 40,000 sq. ft., bring over $1,200,000 in new taxable value to the area. The building would start construction this fall. The Development Agreement would have the City of Waterloo grant funds fort the acquisition of the land for the project, and offer 5 years at 50% tax rebates. This is all in accordance with the City of Waterloo policies for economic development in this area. Expenditure Required: $271,582 Source of Funds: Airport TIF Policy Issue: Economic Development within the City of Waterloo. Alternative: Not approve CITY WEBSITE: wwwci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Background Information: This site is located just west of the La Forge Industries site, which helped the City of Waterloo obtain the first phase of RISE funds from the State of Iowa for the construction of Geraldine Road. This site will help continue development in this area, and substantiate the City's second phase of RISE funds for Geraldine Road. The City of Waterloo has economic development policies in place, and this project would meet the criteria for the development agreement as submitted. This project will still pay over $24,000 in taxes for its first year of taxes, which is the equivalent of over 12 new $100,000 houses paying taxes in the community. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-878 RESOLUTION APPROVING DEVELOPMENT AGREEMENT WITH CEDAR VALLEY WAREHOUSE, LLC OF CEDAR FALLS, IOWA AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Development Agreement dated October 28, 2013, for the construction of a 40,000 square foot industrial building in the Airport TIF District, adding $1,200,000.00 of taxable value to the site, and offering tax rebates for 5 years at 50 percent, plus a grant to purchase the property for $271,582.00, by and between Cedar Valley Warehouse, LLC of Cedar Falls, Iowa 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 28th day of October, 2013. ATTEST: uzy Scr City Cle ares, CMC rk .iJ Ernest G. Clark, Mayor CITY OF WATERLOO Council Communication City Council Meeting: October 28, 2013 Prepared: October 21, 2913 Dept. Head Signature # of Attachments: 1 SUBJECT: Ordinance Change — No Parking This Side Southwest side of Lafayette Street from Vinton Street to Lane Street Submitted by: Sandie Greco, Traffic Operations Superintendent Recommended City Council Action: Approve Ordinance Summary Statement:. With the reconstruction of Lafayette Street parking must be restricted from Vinton Street to Lane Street. The changes to the ordinance are mentioned below. Expenditure Required: Source of Funds: Policy Issue Alternative Background Information: No Parking Here To Corner will be rescinded on the southwest side in the 1300 block in a northwesterly direction from Union: southwest side in the 1400 block in a southeasterly direction from Union St. and on the south side of Lafayette in the 1700 block in a westerly direction from Vinton St. One Hour Parking will be rescinded on the southwest side of Lafayette from Division St. to Vinton St. ORDINANCE NO. AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY REPEALING SUBSECTION (216) LAFAYETTE STREET OF SECTION 551, PARKING PROHIBITED AT ALL TIMES ON CERTAIN STREETS, AND ENACTING IN LIEU THEREOF A NEW SUBSECTION (216) LAFAYETTE STREET OF SECTION 551, PARKING PROHIBITED AT ALL TIMES ON CERTAIN STREETS: BE IT ORDAINED by the City Council of the City of Waterloo, Iowa: That Subsection (216) Lafayette Street of Section 551, Parking Prohibited At All Times on Certain Streets, of the 2008 Traffic Code, is hereby added as follows: (216) Lafayette Street Northeast and southwest sides from Osage Avenue to Vinton Street; northeast side from Vinton Street to East Eleventh Street; southwest side from East Seventh Street to East Sixth Street; southwest side from East Park Avenue to East Mullan Avenue; southwest side from Lane Street to East Eleventh Street; southwest side from Vinton Street to Lane Street. (Ord. #4726, 9/20/2004). PASSED AND ADOPTED by the City Council this day of October, 2013, and approved by the Mayor this day of October, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Schares, City Clerk ORDINANCE NO. AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY RESCINDING SUBSECTION (62), LAFAYETTE STREET TO SECTION 553, NO PARKING HERE TO CORNER, AND INSERTING IN LIEU THEREOF A NEW SUBSECTION (62) LAFAYETTE STREET TO SECTION 553, NO PARKING HERE TO CORNER; AND BE IT ORDAINED by the City Council of the City of Waterloo, Iowa: That Subsection (62) Lafayette Street of Section 553, No Parking Here to Corner, of the 2008 Traffic Code, is hereby added as follows: (62) Lafayette Street Northeast side in the 300 block in a northwesterly direction from E. 3`d; northeast side in the 900 block in a southeasterly direction from E. 7th; northeast side in the 1200 block in a northwesterly direction from E. 11 `h. PASSED AND ADOPTED by the City Council this day of October, 2013, and approved by the Mayor this day of October, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Schares, City Clerk ORDINANCE NO. AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY REPEALING SUBSECTION (8) LAFAYETTE STREET, SOUTHWEST SIDE OF LAFAYETTE FROM DIVISION STREET TO VINTON STREET, OF SECTION 563, ONE HOUR PARKING: BE IT ORDAINED by the City Council of the City of Waterloo, Iowa: That Subsection (8) Lafayette Street -Southwest side of Lafayette from Division Street to Vinton Street, of Section 563, One Hour Parking, of the 2008 Traffic Code, is hereby deleted in its entirety. PASSED AND ADOPTED by the City Council this day of October, 2013, and approved by the Mayor this day of October, 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. 5185 AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY RESCINDING SUBSECTION (62), LAFAYETTE STREET TO SECTION 553, NO PARKING HERE TO CORNER, AND INSERTING IN LIEU THEREOF A NEW SUBSECTION (62) LAFAYETTE STREET TO SECTION 553, NO PARKING HERE TO CORNER. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA: That Subsection (62) Lafayette Street of Section 553, No Parking Here to Corner, of the 2008 Traffic Code, is hereby added as follows: (62) Lafayette Street INTRODUCED: PASSED 1st CONSIDERATION: PASSED 2nd CONSIDERATION: PASSED 3rd CONSIDERATION: Northeast side in the 300 block in a northwesterly direction from E. 3rd; northeast side in the 900 block in a southeasterly direction from E. 7th; northeast side in the 1200 block in a northwesterly direction from E. 11th. October 28, 2013 October 28, 2013 October 28, 2013 October 28, 2013 PASSED AND ADOPTED this 28th day of October, 2013. ATTEST: Ernest G. Clark, Mayor Suzy Sch:res, CMC City Clerk 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. 5185 as passed and adopted by the City Council of the City of Waterloo, Iowa, on the 28th day of October, 2013. 2013. Witness my hand and seal of office this 28th day of October, Suzy Sc City Cl res, CMC rk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. ORDINANCE NO. 5185 AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY RESCINDING SUBSECTION (62), LAFAYETTE STREET TO SECTION 553, NO PARKING HERE TO CORNER, AND INSERTING IN LIEU THEREOF A NEW SUBSECTION (62) LAFAYETTE STREET TO SECTION 553, NO PARKING HERE TO CORNER. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA: That Subsection (62) Lafayette Street of Section 553, No Parking Here to Corner, of the 2008 Traffic Code, is hereby added as follows: (62) Lafayette Street INTRODUCED: PASSED 1St CONSIDERATION: PASSED 2nd CONSIDERATION: PASSED 3rd CONSIDERATION: Northeast side in the 300 block in a northwesterly direction from E. 3rd; northeast side in the 900 block in a southeasterly direction from E. 7th; northeast side in the 1200 block in a northwesterly direction from E. 11th October 28, 2013 October 28, 2013 October 28, 2013 October 28, 2013 PASSED AND ADOPTED this 28th day of October, 2013. ATTEST: `Suzy Schres, CMC City Clerk Ernest 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. 5185 as passed and adopted by the City Council of the City of Waterloo, Iowa, on the 28th day of October, 2013. 2013. Witness my hand and seal of office this 28th day of October, Scha7es, CMC City Clerk CLL., C.Z7 STATE OF IOWA, Black Hawk County I do solemnly swear that the annexed copy of 1429676 ORDINANCE NO. 5185 AN ORDINANCE AME notice was published in the WATERLOO/CEDAR a: daily newspaper printed in WATERLOO, Black Hawk County, Iowa, for 1 issues commencing on 02/18/2014, in the issues of 02/18/2014 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. FALLS COURIER Printer's Bill $12.84 Signed n Subscribed and sworn to before me this day of R halo , Ole( MaAtiaty No ary Public Received of the sum of Dollars in full for publication of the above invoice. Notary Seal: ,'"" •. JODI E MCKINSTRV " ,•r -n " MY co,yISSIpJ •e. . 5S rEs j � ORDINANCE NO.5185 >I AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY RESCIND- I INC SUBSECTION {62), LAFAYETTE STREETTO SECTION 553, NO PARK- I ING HERETO CORNER, AND INSERT- ING NSERT ING IN LIFO 131 ilL15FLEGG A NEW SUB SECTION (52) LAFAYETTE STREET TO SECTION 5531 NO;PARKING HERE TO CORNER: BE IT ORDAINED BY THE CITY COUN- CIL OF THE CITY OF WATERLOO, IOWA That Subsection (62) Lafayette Street of Section 650 NoParking rebyaer, 01 the 200 Traffic Code, is hereby add 'I e6 asst - (62) Lafayette Street Northeasiside 1n the 300 block in a northwester)y dlreollon from E 3rd northeast side in the $00 block in a southeasterly direction from E. 711-; northeasterly din the 1200 block In a northwesterly direction from E 11th. INTRODUCED; ±: October 28, 2013. PASSED 1st CONSIDERATION: October 28. 2013. PASSED 2nd CON51DERATION October 28 2013 PASSED 3rd CONSIDERATION October 28, PASSED AND ADOPTED this 28th day. of October, 2013. Ernest SClark, Mayor. ATTEST: Suzy Schares, CMC City Clerk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. ORDINANCE NO. 5186 AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY REPEALING SUBSECTION (216) LAFAYETTE STREET OF SECTION 551, PARKING PROHIBITED AT ALL TIMES ON CERTAIN STREETS, AND ENACTING IN LIEU THEREOF A NEW SUBSECTION (216) LAFAYETTE STREET OF SECTION 551, PARKING PROHIBITED AT ALL TIMES ON CERTAIN STREETS. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA: That Subsection (216) Lafayette Street of Section 551, Parking Prohibited At All Times on Certain Streets, of the 2008 Traffic Code, is hereby added as follows: (216) Lafayette Street INTRODUCED: PASSED 1st CONSIDERATION: PASSED 211d CONSIDERATION: PASSED 3rd CONSIDERATION: Northeast and southwest sides from Osage Avenue to Vinton Street; northeast side from Vinton Street to East Eleventh Street; southwest side from East Seventh Street to East Sixth Street; southwest side from East Park Avenue to East Mullan Avenue; southwest side from Lane Street to East Eleventh Street; southwest side from Vinton Street to Lane Street. (Ord. #4726, 9/20/2004) October 28, 2013 October 28, 2013 October 28, 2013 October 28, 2013 PASSED AND ADOPTED this 28th day of October, 2013. ci Ernest G. Clark, Mayor ATTEST: Suzy S.�' aes, CMC City Clerk Ordinance No. 5186 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 Ordinance No. 5186 as passed and adopted by the City Council of the City of Waterloo, Iowa, on the 28th day of October, 2013. 2013. Witness my hand and seal of office this 28th day of October, Lo, 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. ORDINANCE NO. 5186 AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY REPEALING SUBSECTION (216) LAFAYETTE STREET OF SECTION 551, PARKING PROHIBITED AT ALL TIMES ON CERTAIN STREETS, AND ENACTING IN LIEU THEREOF A NEW SUBSECTION (216) LAFAYETTE STREET OF SECTION 551, PARKING PROHIBITED AT ALL TIMES ON CERTAIN STREETS. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA: That Subsection (216) Lafayette Street of Section 551, Parking Prohibited At All Times on Certain Streets, of the 2008 Traffic Code, is hereby added as follows: (216) Lafayette Street INTRODUCED: PASSED 1st CONSIDERATION: PASSED 2nd CONSIDERATION: PASSED 3rd CONSIDERATION: Northeast and southwest sides from Osage Avenue to Vinton Street; northeast side from Vinton Street to East Eleventh Street; southwest side from East Seventh Street to East Sixth Street; southwest side from East Park Avenue to East Mullan Avenue; southwest side from Lane Street to East Eleventh Street; southwest side from Vinton Street to Lane Street. (Ord. #4726, 9/20/2004) October October October October 28, 2013 28, 2013 28, 2013 28, 2013 PASSED AND ADOPTED this 28th day of October, 2013. Ernest G. Clark, Mayor ATTEST: uzy Sch res, CMC City Clerk STATE OF IOWA, Black Hawk County I do solemnly swear that the annexed copy of 1429677 ORDINANCE NO. 5186 AN ORDINANCE AME notice was published in the WATERLOO/CEDAR FALLS a daily newspaper printed in WATERLOO, Black Hawk County, Iowa, for 1 issues commencing on 02/18/2014, in the issues of 02/18/2014 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 $14.92 Subscribed and sworn to before me this c2, day of -CikJila 11--I ca) t Li, Not ry Public ?c1� &%ct&LJ Received of the sum of Dollars in full for publication of the above invoice. Notary Seal: "e JODI E MCKINSTRY T COMMISSION1f�N{O.782413 r MY COI 19J TIRES COURIER ORDINANCE NO 5186 AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY REPEALING SUBSECTION (216) LAFAYETTE STREET OF SECTION 551, PARKING PROHIBITED AT ALL TIMES ON CER- TAIN STREETS, AND ENACTING IN LIEU THEREOF A NEW SUBSECTION 1LAFAYETTE STREET OF S TION 551, PARKING PROHIBITEDEC- AT ALL TIMES ON CERTAIN STREETS. BE IT ORDAINED BYTHE CITY COUN- CIL OF THE CITY OF WATERLOO, IOWA:ry- That Subseculal t216) Lafayette Street of Section 551, Parking Prohibited At All Times on Certain Streets, of the 2008 Traffic Codowbexoby added as follows: (216) Latybite heel Northe''XX' 0d$Duthwest sides from Oates Avenue to Vinton Skeet northeast side from Vinton Street to East Eleventh Street; southwest side from EastSevenlh Street to East Sixth Street; solilhwest side from East Park Avenue tR East Mullan Avenue; southwest aMa tom LaneStreet to East Eleventh Stteet:southwest side from Vinton Street to Lane Street. (Ord, #4726, 9/20/2004) INTRODUCED; October 28, 2013 PASSED 1st CONSIDERATION: October 28, 2013 PASSED 2nd CONSIDERATION: October 28, 2013 PASSED 3rd CONSIDERATION: October28 2013 PASSED AND ADOPTED this 28th day of October, 2013. Ernest GClark, Mayor `. ATTEST: Suzy Schares, CMC City Clerk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. ORDINANCE NO..5187 AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY REPEALING SUBSECTION (8) LAFAYETTE STREET, SOUTHWEST SIDE OF LAFAYETTE FROM DIVISION STREET TO VINTON STREET, OF SECTION 563, ONE HOUR PARKING. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA: That Subsection (8) Lafayette Street -Southwest side of Lafayette from Division Street to Vinton Street, of Section 563, One Hour Parking, of the 2008 Traffic Code, is hereby deleted in its entirety. INTRODUCED: PASSED 1st CONSIDERATION: PASSED 2nd CONSIDERATION: PASSED 3rd CONSIDERATION: October 28, 2013 October 28, 2013 October 28, 2013 October 28, 2013 PASSED AND ADOPTED this 28th day of October, 2013. ATTEST: Suzy Sch4res, CMC City Clerk ie,„/ Ernest 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. 5187 as passed and adopted by the City Council of the City of Waterloo, Iowa, on the 28th day of October, 2013. 2013. Witness my hand and seal of office this 28th day of October, 1 0 1. Suzy Sc ares, CMC City Clerk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. ORDINANCE NO. 5187 AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY REPEALING SUBSECTION (8) LAFAYETTE STREET, SOUTHWEST SIDE OF LAFAYETTE FROM DIVISION STREET TO VINTON STREET, OF SECTION 563, ONE HOUR PARKING. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA: That Subsection (8) Lafayette Street -Southwest side of Lafayette from Division Street to Vinton Street, of Section 563, One Hour Parking, of the 2008 Traffic Code, is hereby deleted in its entirety. INTRODUCED: PASSED 1st CONSIDERATION: PASSED 2nd CONSIDERATION: PASSED 3rd CONSIDERATION: October 28, 2013 October 28, 2013 October 28, 2013 October 28, 2013 PASSED AND ADOPTED this 28th day of October, 2013. ATTEST: T Suzy Schafes, CMC City Cler Ernest 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. 5187 as passed and adopted by the City Council of the City of Waterloo, Iowa, on the 28th day of October, 2013. 2013. Witness my hand and seal of office this 28th day of October, Suzy Schres, CMC City Clerk STATE OF IOWA, Black Hawk County I do solemnly swear that the annexed copy of 1429678 ORDINANCE NO. 5187 AN ORDINANCE AME notice was published in the WATERLOO/CEDAR FALLS a daily newspaper printed in WATERLOO, Black Hawk County, Iowa, for 1 issues commencing on 02/18/2014, in the issues of 02/18/2014 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 $10.06 Subscribed and sworn to before me this day of (Ac. n� Nota y Public Ffloyuoutt Received of the sum of Dollars in full for publication of the above invoice. Notary Seal: o « JODI E MCKINSTR`s , COMMISSION NO.78241 mnilmArl B(gIHE5 ;, COURIER ORDINANCE NO.5187 AN ORDINANCE AMENDING THE 2008 TRAFFIC CODE BY REPEALING SUBSECTION (8) LAFAYETTE {I STREET, SOUTHWEST SIDE OF LAFAYETTE FROM DIVISION STREET. TO VINTON STREETOF SECTION 563, ONE HOUR PARKING BE IT ORDAINED BY THE CITY COUN- CIL OF THE CITY OF WATERLOO, IOWA: i That Subsection (8) Lafayette Street Southwest side of Lafayette from Divi- sion Street to Vinton Street, of Section 563, One Hour Parking, of the 2008 Tref- tic Code, is hereby deleted In its entirety. INTRODUCED October :28, 2013'; PASSED 1st CONSIDERATION: October 28 2013 PASSED 2nd CONSIDERATION: October28, 2013 PASSED 3rd CONSIDERATION October28 2013 PASSED ANDADOPTED this 28th day of October, 2013 - Y Ernest G. Clark Mayor ATTEST' Suzy Schares,CMC City Clerk CITY OF WATERLOO Council Communication City Council Meeting: 10/28/13 Prepared: 10/22/13 Dept. Head Signat re: # of Attachments: 1 SUBJECT: South Hills Drainage Improvements Submitted by: JB Bolger- Golf & Downtown Area Maintenance Manager Recommended City Council Action: Approve the plans, construction documents, set the date of public hearing and bid opening for Tuesday November 12, 2013. Summary Statement Expenditure Required Engineers Estimate by AECOM $ 150,000.00 Source of Funds Golf Course Improvements CIP Bond Funds Policy Issue Alternative Background Information: This project will address storm water runoff from the Sweetwater Circle/ South Fork Lane Neighborhood by installing 36" concrete storm sewer pipe under holes 14 and 15. During wet periods these holes are subject to substantial surface water flow and have to be shut down, negatively impacting golf course operations. An existing water detention area will also be improved through soil grading and native grass seeding. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-879 RESOLUTION PRELIMINARILY APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATE OF COST, ETC., IN CONJUNCTION WITH THE SOUTH HILLS DRAINAGE IMPROVEMENTS 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 South Hills Drainage Improvements 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 South Hills Drainage Improvements 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 South Hills Drainage Improvements Project, in the City of Waterloo, Iowa, be, and the same are hereby, preliminarily approved as filed. PASSED AND ADOPTED this 28th day of October, 2013. r est G. Clark, Mayor ATTEST: uzy Sc ares, CMC City Cl= k Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-880 RESOLUTION FIXING THE TIME AND PLACE OF HEARING ON PROPOSED PLANS, SPECIFICATIONS, FORM OF CONTRACT, ETC., IN CONJUNCTION WITH THE SOUTH HILLS DRAINAGE IMPROVEMENTS PROJECT, IN THE CITY OF WATERLOO AS NOVEMBER 12, 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 12th day of November, 2013, for the purpose of holding a public hearing on proposed plans, specifications, form of contract, etc., in conjunction with the South Hills Drainage Improvements 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 28th day of October, 2013. ATTEST: }mac e.�o Ernst G. Clark, Mayor uzy Sc ar-s, CMC City Clerk CITY OF WATERLOO, IOWA SOUTH HILLS DRAINAGE IMPROVEMENTS VICINITY MAP NTs CONSTRUCTION DRAWINGS WATERLOO, IOWA LOCATION MAP N TR PROJECT LOCATION SHEET NO. TITLE A.01 TITLE SHEET 8.01 TYPICAL CROSS SECTIONS C.01 QUANTITIES AND ESTIMATE REFERENCE D.01 PLAN AND PROFILE D.02 PLAN AND PROFILE D.03 PLAN AND PROFILE PREPARED FOR CITY OF WATERLOO, IOWA 715 MULBERRY STREET WATERLOO, IOWA 50703 319-291-4311 hereby ceM1tl v deal this Engineering monument . s prepared by me under my dnecl personal supervision and that om a dory a eed Praleesan of Engineer under me m.e or me Slate or lora LARRY E. eAELE Dole License number 13195 My 9emseseeenol mlels December 31, 2013 Pages or sheets covered by this sena. ALL PREPARED BY AECOM 501 SYCAMORE STREET, SUITE 222 WATERLOO, IOWA 50704-1497 T 319.232.6531 F 319.232.0271 GENERAL NOTES 1. IT IS THE INTENT OF THIS PROJECT TO CONSTRUCT STORM DRAINAGE IMPROVEMENTS AT SOUTH HILLS GOLF COURSE IN WATERLOO, IOWA. 2. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. THE CONTRACTOR SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES., UNDERGROUND FACILITIES. STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHERS, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 3. THE CONTRACTOR SHALL VISIT THE CONSTRUCTION SITE TO ENSURE THAT HE IS FAMILIAR WITH THE EXISTING SITE CONDITIONS. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATION OF ALL EXISTING UTILITIES BEFORE COMMENCING WORK. SHOULD ANY UNIDENTIFIED UNDERGROUND UTILITIES BE FOUND, THEY SHALL BE PROTECTED IN PLACE AND THE ENGINEER SHALL BE IMMEDIATELY NOTIFIED. THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR ANY AND ALL DAMAGES WHICH MIGHT BE OCCASIONED BY HIS FAILURE TO EXACTLY LOCATE AND PRESERVE ANY AND ALL UNDERGROUND UTILITIES THAT ARE IN OPERATION. 4. UTILITY COMPANIES AND MUNICIPALITIES WHOSE FACILITIES ARE SHOWN ON THE PLANS OR KNOWN TO BE WITHIN THE CONSTRUCTION LIMITS, SHALL BE NOTIFIED BY THE CONTRACTOR OF THE CONSTRUCTION STARTING DATE. 5. THE CONTRACTOR SHALL APPLY NECESSARY MOISTURE TO THE CONSTRUCTION AREA AND HAUL ROADS TO PREVENT THE SPREAD OF DUST. 6. CONTRACTOR SHALL NDT DISTURB DESIRABLE GRASS AREAS OR DESIRABLE TREES OUTSIDE THE CONSTRUCTION LIMITS. THE CONTRACTOR WILL NOT BE PERMITTED TO PARK OR SERVICE VEHICLES AND EDUIPMENT OR USE THESE AREAS FOR STORAGE OF MATERIALS. STORAGE, PARKING AND SERVICE AREA(S) WILL BE SUBJECT TO THE APPROVAL OF THE ENGINEER. 7. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE WASTE AREAS OR DISPOSAL SITES FOR EXCESS MATERIAL (EXCAVATED MATERIAL OR BROKEN CONCRETE) WHICH IS NOT DESIRABLE TO BE INCORPORATED INTO THE WORK INVOLVED ON THIS PROJECT. NO PAYMENT FOR OVERHAUL WILL BE ALLOWED FOR MATERIAL HAULED TO THESE SITES. NO MATERIAL SHALL BE PLACED WITHIN THE RIGHT-OF-WAY, UNLESS SPECIFICALLY STATED IN THE PLANS OR APPROVED BY THE ENGINEER. 8. CONTRACTOR SHALL NOT DISTURB NATIVE VEGETATION OUTSIDE THE CONSTRUCTION LIMITS. 9. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NONWORKING HOURS SHALL BE AS APPROVED BY THE ENGINEER IN CHARGE OF CONSTRUCTION. 10. THE GENERAL CONTRACTOR SHALL BE RESPONSIBLE FOR THE COORDINATION OF WORK BETWEEN ALL EQUIPMENT SUPPLIERS, CRAFTS AND SUBCONTRACTORS INVOLVED IN THE PROJECT INCLUDING STAGING OF CONSTRUCTION AND CONSTRUCTION DETAILS. II. DURING CONSTRUCTION OF THIS PROJECT, THE CONTRACTOR WILL BE REQUIRED TO COORDINATE HIS OPERATIONS WITH THOSE OF OTHER CONTRACTORS WORKING WITHIN THE SAME AREA. 12. THE "ENGINEER," AS INDICATED ON THESE PLANS, IS DEFINED AS AECOM, WATERLOO, IOWA. 13. CONTRACTOR SHALL COORDINATE ALL IRRIGATION SYSTEM REPAIR WITH: Midwest Irrigation 8080 East Timmerman Drive East Dubuque, IL 61025 Rob Cunningham, Manager- 815-747-3359 Mark, Technician- 563-581-0937 ALL COSTS ASSOCIATED WITH LOCATING, PROTECTING. REPAIRING AND REPLACING EXISTING IRRIGATION SYSTEM IMPACTED BY PROJECT SHALL BE INCLUDED IN PRICE BID FOR WORK. STAGING NOTES CONTRACTOR SHALL STAGE HIS WORK TO MINIMIZE DISRUPTION TO THE OPERATION OF THE GOLF COURSE. STORM SEWER CONSTRUCTION THROUGH THE FAIRWAYS SHALL BE SCHEDULED TO MINIMIZE THE LENGTH OF TIME FOR THE SOD TO BE STOCKPILED. SOD SHALL NOT BE CUT AND STOCKPILED FOR MORE THAN 5 CALENDAR GAYS. GOLF COURSE PERSONNEL WILL BE RESPONSIBLE FOR CLOSURE OF COURSE IN CONSTRUCTION AREA. CONTRACTOR SHALL BE REQUIRED TO MAINTAIN CONSTRUCTION FENCE AND OTHER ITEMS AS NEEDED TO MAINTAIN A SAFE SITE. ALL SAFETY FENCE AND OTHER ITEMS NECESSARY TO MAINTAIN A SAFE SITE SHALL BE CONSIDERED INCIDENTAL TO OTHER ITEMS. CONTRACTOR SHALL MINIMIZE CONSTRUCTION TRAFFIC ON GOLF COURSE PROPERTY, AND SHALL COORDINATE ACCESS ROUTES WITH GOLF COURSE SUPERINTENDANT TO AVOID UNNECESSARY DAMAGE TO GOLF COURSE. ACCESS TO CONSTRUCTION SITE MAY REQUIRE SIGNIFICANT ADDITIONAL TRAVEL TO REACH SITE. ESTIMATED QUANTITIES No. ITEM 1 CLEARING AND GRUBBING 2 EXCAVATION, CLASS 13, CHANNEL 3 TOPSOIL, FURNISH AND SPREAD 4 TOPSOIL, STRIP, SALVAGE AND SPREAD 5 EXCAVATION, WASTE 6 COMPACTION WITH MOISTURE AND DENSITY CONTROL 7 APRONS. CONCRETE, 36 IN. DIA. 8 APRON, LOW CLEARANCE CONCRETE, EQUIVALENT DIAMETER 36 IN. 9 STORM SEWER GRAVITY MAIN, TRENCHED, 36 IN. 10 STORM SEWER GRAVITY MAIN, TRENCHED, 44 IN x 27 IN. 11 MANHOLE, STORM SEWER, SW -401, 60 IN. 12 MANHOLE, STORM SEWER, SW -401, 84 IN. 13 REVETMENT, CLASS 0 14 EROSION STONE IS ENGINEERING FABRIC 16 SEEDING, FERTILIZING AND MULCHING 17 CUTTING, STRIPPING, STOCKPILING AND PLACEMENT OF SOD 18 STABILIZING CROP - SEEDING AND FERTILIZING 19 SILT FENCE 20 REMOVAL OF SILT FENCE OR SILT FENCE FOR DITCH CHECKS 21 MAINTENANCE OF SILT FENCE OR SILT FENCE FOR DITCH CHECK ESTIMATE REFERENCE NOTES UNIT QUANTITY ACRE CY CY CY CY CY EACH EACH LF LF EACH EACH TDN TON SY ACRE SO ACRE LF LF LF No. ITEM DESCRIPTION 1 CLEARING AND GRUBBING 2 EXCAVATION 3 TOPSOIL 4 TOPSOIL 5 EXCAVATION, WASTE. 6 COMPACTION 7 APRONS 8 9 STORM SEWER 10 II MANHOLE 12 13 REVETMENT 14 EROSION STONE 15 ENGINEERING FABRIC 16 SEEDING CLEARING AND GRUBBING QUANTITY COVERS THE ENTIRE DISTURBED AREA FOR THE PROJECT. EXCEPT FOR AREAS THROUGH THE FAIRWAYS. CONSTRUCTION SHALL BE IN ACCORDANCE WITH IDOT SPEC. 2101.03. NO SEPARATE MEASUREMENT WILL BE MADE FOR ANY TREESM SHRUBS, LOGS OR DOWNED TIMBER IN THE DISTURBED AREAS, BUT SHALL BE INCLUDED IN BID PRICE FOR THIS ITEM. QUANTITY IS FOR THE EXCAVATION AS SHOWN BETWEEN EXISTING DAM OUTLET PIPE AND PROPOSED INLET APRON. CONTRACTOR SHALL FURNISH TOPSOIL FOR PLACEMENT OF 6" DEPTH OVER BERM AREA. AS SHOWN IN THE PLANS. AFTER COMPLETION OF CLEARING AND GRUBBING, AND AFTER SOD IS REMOVED FROM THE FAIRWAYS, THE CONTRACTOR SHALL STRIP EXISTING STOCKPILE FROM TRENCH, AND STOCKPILE THE TOPSOIL FOR SPREADING AFTER COMPLETION OF PIPE INSTALLATION AND BACKFILL. CONTRACT PRICE SHALL BE FULL COMPENSATION FOR REMOVING AND DISPOSING OF UNSUITABLE MATERIALS DISCOVERED DURING CONSTRUCTION. PRICE SHALL ALSO INCLUDE PROVIDING SUITABLE REPLACEMENT (CLASS 10) MATERIAL. QUANTITY IS ESTIMATED AND MAY NOT BE USED IF UNSUITABLE MATERIAL IS NOT FOUND. RECONSTRUCTION OF EXISTING BERM, AND ALL TRENCH BACKFILL SHALL BE COMPACTED IN ACCORDANCE WITH IDOT SPEC 2107.03.H. APRONS SHALL BE IN ACCORDANCE WITH (DOT SPEC 2416. STORM SEWER PIPE SHALL BE IN ACCORDANCE WITH TOOT SPEC 2503. CLASS R-2 BEDDING (SW -102) SHALL BE REQUIRED FOR CIRCULAR AND ARCH PIPES. COLD BITUMINOUS OR RUBBER ROPE GASKET NOT REQUIRED. PIPE JOINTS SHALL BE WRAPPED. FIRST 3 PIPE JOINTS FROM EACH APRON, AND EACH MANHOLE STRUCTURE SHALL BE TIED (RF -14) MANHOLE STRUCTURES SHALL BE IN ACCORDANCE WITH (DOT SPEC 2435. CLASS 0 REVETMENT TO BE PLACED AT OUTLET APRON AS SHOWN IN DETAILS. MATERIAL SHALL BE IN ACCORDANCE WITH TOOT SPEC 4130. BROKEN CONCRETE WILL NOT BE ALLOWED. EROSION STONE SHALL BE USED IN DITCH AS SHOWN IN DETAILS. MATERIAL SHALL BE IN ACCORDANCE WITH IDOT SPEC 4130. BROKEN CONCRETE WILL NOT BE ALLOWED. ENGINEERING FABRIC TO BE PLACED AT OUTLET APRON AS SHOWN IN DETAILS. QUANTITY ALSO INCLUDES ESTIMATED AMOUNT TO BE USED DURING CONSTRUCTION AT DIRECTION OF ENGINEER. ALL DISTURBED AREAS, OTHER THAN FAIRWAYS, SHALL BE SEEDED. FERTILIZED AND MULCHED AS DIRECTED BY LEISURE SERVICES. 17 SOD ITEM IS FOR THE CUTTING, STRIPPING, STOCKPILE AND PLACEMENT OF SOD THROUGH THE FAIRWAYS. THE AREAS FOR THIS WORK ARE SHOWN IN THE PLANS, AND SHALL BE NO WIDER THAN NECESSARY TO COMPLETE THE WORK. THE FAIRWAY GRASS IS TO BE CUT TO A DEPTH OF APPROXIMATELY 1 INCH, ROLLED AND PLACED ON FLATS IN THE SHADE OF THE TREES AS SHOWN IN THE PLANS. AFTER THE TOPSOIL HAS BEEN PLACED OVER THE COMPACTED TRENCH, THE CUT SOD WILL BE PLACED AND ROLLED PROPERLY. THE OWBER WILL WATER THE SEEDED AREA. THE METHOD OF MEASUREMENT IS THE ARE REMOVED AND REPLACED IN SQUARES OF 100 SQUARE FEET CALCULATED FROM MEASUREMENTS TO THE NEAREST FOOT. THE BASIS OF PAYMENT SHALL BE THE CONTRACT UNIT PRICE PER SQUARE. 18 STABILIZING CROP 19 SILT FENCE 20 DITCH CHECKS 21 MAINTENANCE DITCH CHECK STABILIZING CROP SHALL BE USED IN AREAS WHERE PERMANENT SEEDING CAN NOT BE ACCOMPLISHED PRIOR TO WINTER SHUTDOWN. QUANTITY IS ESTIMATED, AND SHALL BE USED AT DIRECTION OF ENGINEER. EROSION CONTROL ITEMS SHALL BE PLACED AS SHOWN ON POLLUTION PREVENTION PLAN. ENGLISH IOWA OOT DESIGN TEAM COUNTY PROJECT NUMBER SHEET NUMBER C.0 1 PSee Sheet, For `Gradin. net Frgm Trenching Shall tk Fairway • pohstb le For e:11. 0irrtgatl on e'Gn.': of - 0 Sta 10.24:64. F6". Apron. F fowtlne $79.'06 12+7030 Dia.SW 401 EIev, 878 00 - Etev.87194` N Elba„' g7L_»5J36" S Be..P'emoved Frols- Existing, Be And Disposed Ut, Bg Conttact'c ..'Top 24" 01 -.Berm After. RSrR,o'. Of topsoli Shal4,Be. S4arif- And -Compact as,. per SUDAt - See.. befall oi' She t :B_LY Pa`' max; ng -;Grade I , 880 1 878 Apron.FL. 879..00..' Manhole No.'',1 GRADE 2.5Z TO EXISTING OUTLET STRUCTURE 2% L.F. 36" RCP FL. 871.94 FL. 871.69 882 880 878 876 874 872 870 868 866 ENGLISH IOWA DOT DESIGN TEAM 11+00 AECOM 13±00 ..... .. . .. ... .. - -I4+00 BLACK HAWK COUNTY PROJECT NUMBER SOUTH HILLS 15+00 SHEET NUMBER 0.01 Ietl&i of fits. 15+66.55 84" Eno. SW -401 8] Elea.. 873.50 Ii u....Elev.. . 867.30 136" 143 In vt " V@v. - 866.55 136" 8} Proposed. Grade 992 L.F. - 36" RCP Aa '0.15% FL. 867.30 Apron FL. 865.80 880 878 876 874 872 870 868 866 864 15100.. ..... _ _ 16+00 .... ..._. 17+00 ENGLISH I IOWA OAT 1 DESIGN TEAM AECOM 18+00 BLACK HAWK DAINTY PROJECT NUMBER 19+00 SOUTH HILLS 20+00 SHEET NUMBER D.02 tiRA O. ° E' v,NCOCOR OL.�E,AAN•Wti RATIN To Fly, ANO:P TDD F1y, Eac'STTNG k E EB CONTRACTOR RCCESR.. T�F:STORATION TO EXISTtNO CONNTTONs:,-. .SHALL BE CONSJOEREO 1kGitlE�lh4E_, AECOM FY 2014 South Hills Drainage Improvements Waterloo, Iowa AECOM #60304103 Prepared For: City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Prepared By: AECOM 501 Sycamore Street, Suite 222 P.O. Box 1497 Waterloo, Iowa 50704-1497 October 25, 2013 FY 2014 SOUTH HILLS DRAINAGE IMPROVEMENTS CITY OF WATERLOO, IOWA Prepared For: City of Waterloo, Iowa Prepared By: AECOM October 25, 2013 0 • a�C Ry% LARRY E. WIELE 13495 IN ik 1111111111110010l �",�. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the state of Iowa. LARRY E. WIELE, P.E. License No. 13495 My license renewal date is December 31, 2013. Pages or sheets covered by this seal: All Pages Date FY 2014 SOUTH HILLS DRAINAGE IMPROVEMENTS CITY OF WATERLOO, IOWA CONTRACT DOCUMENTS TABLE OF CONTENTS I. NOTICE OF PUBLIC HEARING AND NOTICE TO BIDDERS NPH -1 to NPH -4 2. INSTRUCTIONS TO BIDDERS IB -1 to IB -9 3. FORM OF BID OR PROPOSAL BF -1 to BF -3 4. SALES TAX EXEMPTION INFORMATION FORM STE-1 5. FORM OF BID BOND BB -1 6. NON -COLLUSION AFFIDAVITS NCA -1 to NCA -2 7. EQUAL OPPORTUNITY CLAUSE EOC-1 to EOC-2 8. TITLE VI CIVIL RIGHTS CR -1 to CR -2 9. RESIDENT BIDDER AND NON-RESIDENT BIDDER CERTIFICATION RR -1 to RR -3 10. AFFIRMATIVE ACTION PROGRAM lto9 11. POTENTIAL ITEMS OF WORK FOR MBE/WBE PARTICIPATION M-1 SUBCONTRACTOR'S BID REQUEST FORM, M-2 LEITER FORM FOR SUBCONTRACTOR QUOTES, M-3 MBE/WBE SCOPE LETTER M-4 MBE AND/OR WBE PREBID CONTACT INFORMATION FORM M-5 to M-6 12. WATERLOO/CEDAR FALLS MINORITY AND WOMENS BUSINESSES 1-4 13. STATEMENT OF BIDDER'S QUALIFICATIONS SQ -1 to SQ -2 14. GENERAL SPECIAL PROVISIONS GSP-1 to GSP-4 15. SPECIAL PROVISIONS SP -1 to SP -4 16. GENERAL SPECIFICATIONS FOR CONSTRUCTION GS -I to GS -12 17. SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION SGS -1 18. FORM OF CONTRACT C-1 to C-3 19. FORM OF PERFORMANCE BOND PFB-1 to PFB-2 20. FORM OF PAYMENT BOND PB -1 to PB -2 APPENDIX PPP -1 to PPP -4 Pollution Prevention Plan W-1 Storm Water Discharge SS-1 Change Order Form South Hills Drainage -60304103 NOTICE OF PUBLIC HEARING On Proposed Plans, Specifications, Form of Contract, And Estimate of Cost and the NOTICE TO BIDDERS For the Taking of Construction Bids For the SOUTH HILLS DRAINAGE IMPROVEMENTS In the City of Waterloo, Iowa RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in the City Hall of the said City on the 12th day of November, 2013, until 4:00 p.m. for the construction of the SOUTH HILLS DRAINAGE IMPROVEMENTS, as described in detail in the plans and specifications now on file in the Office of the City Clerk. OPENING OF BIDS All proposals received will be opened in open Council meeting to be held in the Council Chambers in the City Hall in the City of Waterloo, Iowa, on the 12th day of November, 2013 at 5:30 p.m., and the proposals will be acted upon at such later time and place as may then be fixed. PUBLIC HEARING Notice is hereby given that the Council of said City will conduct a public hearing on the proposed plans, specifications, form of contract, and estimate of cost for the construction of the above-described improvement project at 5:30 p.m. on November 12, 2013, said hearing to be held in the Council Chambers in the City Hall in said City. The proposed plans, specifications, form of contract, and estimate of cost for said improvements heretofore prepared by AECOM are now on file in the office of the City Clerk for public examination, and any person interested therein may file written objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto at the meeting above set forth. SCOPE OF WORK The project is located at the South Hills Golf Course in Waterloo, Iowa. The extent of the work involved includes approximately lineal feel of storm sewer and associated work under Holes 14 and 15. BEGINNING AND COMPLETION DATES The work under the proposed contract shall be commenced within ten (10) working days after receipt of "Notice to Proceed" and all items shall be completed on or before June 1, 2014. The completion date will be administered based on 20 working days, and winter work as defined by IDOT Standard Specifications will be allowed but working days will not be charged. METHOD OF PAYMENT TO CONTRACTOR The Contractor will be paid against bi-monthly estimates in cash on the basis of ninety-five percent (95%) of the work as it is completed and materials delivered and work approved. Final payment will be made thirty-one (31) days after completion of the work and acceptance by the Council. Before fmal payment is made, vouchers showing that all subcontractors and workmen and all persons furnishing materials have been fully paid for such materials and labor will be required unless the City is satisfied that material, men and laborers have been paid. NPH -1 of 4 NOTICE OF HEARING 60304103 The Contractor is hereby notified that if the City does not have cash on hand to pay monthly pay estimates, according to Chapter 384.57 of the Code of Iowa, payment may be made by anticipatory warrants issued bearing a rate of interest not exceeding that permitted by Chapter 74A, Code of Iowa. PLANS AND SPECIFICATIONS Plans and Specifications governing the construction of the proposed improvements have been prepared by AECOM, which plans and specifications and also the prior proceedings of the City Council referring to and defining said proposed improvements are hereby made a part of this notice, and the proposed contract by reference shall be executed in compliance therewith. Plans and specifications are available from AECOM upon receipt of a $25.00 refundable deposit. Deposits will be refunded if the plans are returned in usable condition (i.e., free of highlights, ink markings, tears, stickers, water stains and soiling) to AECOM by the end of the 14th consecutive day after the project has been awarded. No deposits will be refunded for any plans received after the 14th consecutive day, which includes plans returned via mail service. Plan holders are responsible for ascertaining when the project has been awarded. This deposit policy shall also apply to the prime contractor awarded the project for all plans and specifications obtained and distributed by the prime contractor to their subcontractors and suppliers in determining the prime contractor's bid, if the prime contractor wishes for their deposit to be returned. Upon award of project, the prime contractor shall be supplied with the needed number of plans and specifications at no additional cost. CONTRACT AWARD A contract will be awarded to the qualified bidder submitting the lowest bid. The City reserves the right to reject any or all bids, re -advertise for new bids, and to waive informalities in the bids submitted that might be in the best interest of the City. Bids may be held by the City of Waterloo, Iowa, for a period not to exceed thirty (30) days from the day of the opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the contract. By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced with the State of Iowa and preference will be given to local domestic labor in the construction of the improvement. PROPOSALS SUBMITTED The bidder shall submit bids on the items listed in the proposal. The bidder shall clearly write or type the unit bid price and the bid item extension (Unit Price x Estimated Qty) in numerals on the blanks provided. Should there be any discrepancy between the unit bid price and extension, the City of Waterloo shall consider the unit bid price as being the valid unit bid price. The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the Form of Bid or Proposal, which includes the Bid Item Number, Description, Unit, Estimated Quantity, Unit Bid Price, Total Bid Price and Total Bid. The computer-generated spreadsheet shall include all of the information listed in that portion of the Form of Bid or Proposal as well as bear the signature of the Prime Contractor submitting the bid. For the bidders who submit a computer-generated spreadsheet, the TOTAL BID (with alternates, if applicable) shall also be indicated in the space(s) provided on the Form of Bid or Proposal. NOTICE OF HEARING 60304103 NPH -2 of 4 BID SECURITY REQUIRED All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an Iowa bank, or a bank chartered under the laws of the United States, a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, or bid bond, (on the form furnished by the City) payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft or bid bond will be held as security that the Bidder will enter into a Contract for the construction of the work and will furnish the required bonds, and in case the successful Bidder shall fail or refuse to enter into the Contract and furnish the required bonds, his bid security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it must be signed by both the Bidder and the surety or surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. PERFORMANCE & PAYMENT BONDS The successful bidder will be required to furnish a "Performance Bond" and a "Payment Bond" within ten (10) days after forms are presented to him in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council and shall guarantee the faithful performance of the contract and the terms and conditions therein contained, and shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims of any kind caused by the operations of the contractor. MAINTENANCE BOND Before the Contractor shall be entitled to receive fmal payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as "Maintenance Bond," and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. CONTRACT COMPLIANCE PROGRAM / SUBCONTRACTING The program proposes numerical projections regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as Subcontractors, vendors and suppliers in the performance of Contracts awarded by the City of Waterloo, Iowa. A goal of at least ten percent (10%) for MBE participation on all City funded construction projects that are estimated at $50,000.00 or more. A goal of at least two percent (2%) for WBE participation on all City funded construction projects that are estimated at $50,000.00 or more. Any project funded in part or in total with federal funds shall follow the respective agencies contract compliance program and goals. The Prime Contractor shall make "good -faith efforts" to meet the Contract Compliance MBE/WBE goals. The MBE/WBE subcontractors, suppliers or vendors must provide the Prime Contractor a reasonably competitive price for the service being rendered or the Contractor is not required to accept their bid. LIQUIDATED DAMAGES Time is an essential element of this contract. It is important that the work be diligently pursued to completion. If the work is not completed within the specified contract period, plus authorized extensions, the contractor shall pay to the City Liquidated Damages in the amount of five hundred dollars ($500.00) per day, for each day, as further described herein, in excess of the authorized time. Days beyond the specified completion date for which Liquidated Damages will be charged will be working days that the contractor does, or could have worked, from Monday through Saturday. Sundays will be counted only if work is performed. Partial working days will be considered as a full working day. Days not chargeable for Liquidated Damages will include rain days, Sunday if no work is done, and legal holidays. Working days will cease to be charged when only punch list items remain to be completed. Punch list items do not include contract bid items or approved change/extra work orders. NOTICE OF HEARING NPH -3 of 4 60304103 When the Contractor believes the project to be substantially completed, a written notice stating the same shall be submitted to the Engineer and a request made for a Punch List. If the work under the Contract extends beyond the normal construction season for such work the Contractor shall submit to the Engineer in writing a request that working days counted toward the project be suspended until work is resumed the following construction season. This amount is not construed as a penalty. These damages are for the cost to the City of providing the required additional inspection, engineering and contract administration. PRE -CONSTRUCTION CONFERENCE Before the work is commenced on this contract, a conference shall be held for the purpose of discussing the contract. The conference shall be attended by the prime contractor, subcontractors and City Officials. RESIDENT BIDDER/NON-RESIDENT BIDDER Attention of bidders is called to compliance with the provisions of the Resident Bidder/Non-Resident Bidder requirements. Each bidder submitting a bid shall execute and include with the bid, a Resident Bidder Certification or a Non - Resident Bidder Certification in the form(s) herein provided. SALES TAX EXEMPTION CERTIFICATES Contractors and approved subcontractors will be provided a Sales Tax Exemption Certification to purchase building materials or supplies in the performance of construction contracts let by the City of Waterloo. Published pursuant to the provisions of Division VI of Chapter 384 of the City Code of Iowa and upon order to the City Council of said Waterloo, Iowa, on the day of 2013. CITY OF WATERLOO, IOWA BY: Suzy Schares City Clerk NOTICE OF HEARING NPH -4 of 4 60304103 INSTRUCTIONS TO BIDDERS 1. EXPLANATIONS TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the Notice to Bidders, Plans, Specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before submission of their bids. Any interpretation made will be in the form of an amendment of the Notice to Bidders, Plans, Specifications, etc., and will be furnished to all prospective bidders. Its receipt by the bidder must be acknowledged in the space provided on the Proposal Form or by letter or telegram received before the time set for opening of bids. Oral explanations or instructions given before the award of the contract will not be binding. 2. EXAMINATION OF PROPOSED WORK Bidders should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or the cost thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The owner will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Notice to Bidders, the Specifications or related documents. 3. PREPARATION OF BIDS a. Bids shall be submitted on the forms furnished, or copies thereof, and must be manually signed. If erasures or other changes appear on the forms, each erasure or change must be initialed by the person signing the bid. The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the Form of Bid or Proposal, which includes the Bid Item Number, Description, Unit, Estimated Quantity, Unit Bid Price, Total Bid Price, and Total Bid. The computer-generated spreadsheet shall include all of the information listed in that portion of the Form of Bid or Proposal as well as bear the signature of the Prime Contractor submitting the bid. For the bidders who submit a computer-generated spread- sheet, the TOTAL BID (with alternates, if applicable) shall also be indicated in the space(s) provided on the Form of Bid or Proposal. b. The Bid Form may provide for submission of a price or prices for one or more items, which may be lump sum bids, alternate prices, schedule items resulting in a bid on a unit of construction or a combination thereof, etc. When the Bid Form explicitly requires that the bidder bid on all items, failure to do so will disqualify the bid. When submission of a price on all items is not required, bidders should insert the words "no bid" in the space provided for any item on which no price is submitted. c. Unless called for, alternate bids will not be considered. d. Modifications of bids already submitted will be considered if received at the office designated in the Notice to Bidders by the time set for closing of bids. Telegraphic modifications will be considered, but should not reveal the amount of the original or revised bid. e. In preparing his bid, the bidder shall specify the price, written legibly in ink or with the typewriter, at which he proposes to do each item of work. The unit price shall be stated in figures in the blank space provided (i.e., $7.14). In items where unit price is required, the total amount of each item shall be computed at the unit prices bid for the quantities given on the Bid Form and stated in figures in the blank space provided. INSTRUCTIONS TO BIDDERS 60304103 IB -1 of If the bidder chooses to submit the unit prices, total bid price, and total bid on a computer-generated spreadsheet, all numbers shall be easily legible. f. Any changes or alterations made in the Bid Form, or any addition thereto, may cause the rejection of the bid. No bid will be considered which contains a clause in which the contractor reserves the right to accept or reject a contract awarded him by the city Council of Waterloo. Bids in which the unit prices are obviously unbalanced may be rejected. g. If the bidder does not qualify as a resident bidder, the nonresident bidder shall specify on the project proposal whether any preference to resident bidders, including but not limited to any preference to bidders, the imposition of any type of labor force preference, or any other form of preferential treatment to bidders or laborers from that state or foreign country is in effect in the nonresident bidder's state or country of domicile at the time of a bid submittal. 4. SUBMISSION OF BIDS a. A bid must be sealed in a separate envelope and marked to indicate its contents and be accompanied by the bid security in a separate envelope. If forwarded by mail, the two envelopes shall be placed in a third and mailed to the City Clerk/Auditor. All bids must be filed with the City Clerk/Auditor of the City of Waterloo at his office in the City Hall before the time specified for closing bids. b. Bids received prior to the advertised hour of opening will be securely kept sealed. The officer whose duty it is to open them will decide when the specified time has arrived, and no bid received thereafter will be considered; except that when a bid arrives by mail after the time fixed for opening, but before the reading of all other bids is completed, and it is shown to the satisfaction of the City of Waterloo, Iowa, that the non -arrival on time was due solely to delay in the mails for which the bidder was not responsible, such bid will be received and considered. c. Bidders are cautioned that, while telegraphic modifications of bids may be received as provided above, such modifications, if not explicit and if in any sense subject to misinterpretation, shall made the bid so modified or amended, subject to rejection. 5. LATE BIDS AND MODIFICATIONS OR WITHDRAWALS Bids and modifications or withdrawals thereof received at the office designated in the Notice to Bidders after the exact time set for closing of bids will not be considered. However, a modification which is received from an otherwise successful bidder, and which makes the terms of the bid more favorable to the City of Waterloo, will be considered at any time it is received and may therefore be accepted. Bids may be withdrawn by written or telegraphic request received from bidders prior to the time set for closing of bids. 6. PUBLIC OPENING OF BIDS Bids will be publicly opened at that time and place set for opening in the Notice to Bidders. Their content will be made public for the information of bidders and others interested who may be present either in person or by representative. 7. BID SECURITY REOUIRED All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an Iowa bank, or a bank chartered under the laws of the United States, a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, or bid bond (on the INSTRUCTIONS TO BIDDERS 60304103 IB -2 of 9 form furnished by the City) payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft or bid bond will be held as security that the Bidder will enter into a Contract for the construction of the work and will furnish the required bonds, and in case the successful Bidder shall fail or refuse to enter into the Contract and furnish the required bond, his bid security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it must be signed by both the bidder and the surety or surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. S. COLLUSIVE AGREEMENTS a. Each bidder submitting a bid shall execute and include with the bid, a Non -Collusion Affidavit in the form herein provided, to the effect that he as not colluded with any other person, firm, or corporation in regard to any bid submitted. b. Each bidder submitting a bid shall have each proposed subcontractor, if any, execute and submit to the City Contract Compliance Officer by 5:00 P.M. the business day following the day bids on this project are due, a Non -Collusion Affidavit in the form herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any bid submitted. Before executing any subcontract, the successful bidder shall submit the name of any proposed subcontractor for approval by the City. 9. MINORITY AND/OR WOMEN BUSINESS ENTERPRISE SUBCONTRACTORS a. CITY OF WATERLOO AND/OR WOMEN BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM The City of Waterloo Minority and/or Women Business Enterprise Pre -Bid Contact Information Form shall be submitted with the Form of Bid or Proposal. Failure to do so shall be grounds for the bid being rejected if subcontracting is proposed by the prime contractor. 10. MBE/WBE CONTRACT COMPLIANCE PROGRAM PURPOSE The purpose of the Contract Compliance Program (hereinafter called Program) is to act as an impetus for increasing the participation of minority and women disadvantaged business enterprise (MBE/WBE) in City awarded construction contracts. The Program does not propose to eliminate any bonafide contractor or subcontractor from bidding on City contracts, but it will hopefully serve as a needed stimulus to help local MBE/WBE's grow and eventually become mainstream contractors and subcontractors. This Contract Compliance Program does not propose to include any set-aside or quotas, but only flexible goals where "good -faith efforts" are required by the contractor to use MBE/WBE subcontractors. This Program shall not eliminate the need for contractors to continue their "good -faith efforts" in using MBE/WBE subcontractors on City contracts estimated at less than $50,000. The City of Waterloo will make every effort to reduce in-house construction and maintenance work that would be more cost effectively performed by the private sector and, thus, would allow additional bidding opportunities for MBE/WBE firms. INSTRUCTIONS TO BIDDERS 60304103 IB -3 of 9 The City Contract Compliance Officer shall be advised of all City of Waterloo awarded construction contracts. DEFINITIONS Goals: A flexible numerically expressed objective which contractors are required to make "good -faith efforts." The key to the requirement is to make documented efforts. Goals are neither set -a -sides nor a device to achieve proportional representation or equal results. Numerical goals do not create set -a -sides for specific groups, nor are they designed to achieve proportional representation or equal results. Rather, the goal -setting process in affirmative action planning is used to target and measure the effectiveness of affirmative action efforts to eradicate and prevent discrimination. Quota: A flat numerical requirement that the contractor is required to meet in order to obtain the benefit or be in compliance. The numerical goal component of affirmative action programs is not designed to be, nor may it properly or lawfully be interpreted as, permitting unlawful preferential treatment and quotas with respect to persons of any race, color, religion, sex, or national origin. The regulations at 41 CFR 60-2.12(a), 60-2.15 and 60-2.30, specifically prohibit discrimination and the use of goals as quotas. (U.S. Department of Labor) Set -Aside: An arrangement in which a particular contract is reserved for competition solely among minority and women business enterprises. Contractor: As used in this document means contractor, subcontractor, supplier, vendor, and professional service provider. Minority Business Enterprise (MBE) Any business, which is at least 51%, owned by one or more minorities and whose management and daily business operations are controlled by one or more such individuals and is on the current State Unified Certification List, or were listed on the City of Waterloo Certified MBE/WBE Contractors list as of July 1, 2002 Women Business Enterprise (WBE): Any business which is at least 51% owned by one or more women and whose management and daily business operations are controlled by one or more such individuals and is on the current State Unified Certification List, or were listed on the City of Waterloo Certified MBE/WBE Contractors list as of July 1, 2002 Minority: Any person or persons who are considered as socially and economically disadvantaged because of their identity as a group member without regard to their individual qualities. The groups include: Black American, Hispanic American, Native Americans, Eskimos, Aleuts, and Asian -Pacific Americans. 13 C.F.R. 124-1.1(c)(3)(ii)(1983). Lowest Responsible Bidder: Bidder who has offered the lowest bid and who has exhibited skill relative to the type of work bid on, judgment, financial responsibility, and evidence of working with the Affirmative Action Employment Program and the Contract Compliance Program. INSTRUCTIONS TO BIDDERS 60304103 IB -4 of 9 Broker: One buying or selling for others on commission or other fee basis without maintaining a warehouse or other similar inventory storage facility. Mayor's Advisory Committee: Mayor's Advisory Committee for Minority, Female, and Disadvantaged Business Enterprise. Good Faith Efforts: The successful bidder shall be selected on the basis of having submitted the lowest responsible bid. The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so by the following: 1. The Prime Contractor met the project goal - No Action necessary 2. If the Prime Contractor failed to meet the goal, they must submit documentation of good faith efforts. CONTRACT COMPLIANCE PROGRAM SUBCONTRACTING The program proposes numerical projections or goals regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as subcontractors in the performance of contracts awarded by the City of Waterloo, Iowa. A goal of at least 10% for MBE participation on all City funded construction projects that are estimated at $50,000 or more and projects under $50,000 where applicable at the Contract Compliance Officer's discretion. There is at least 2% WBE goal on City funded projects. Any project which is funded solely or in part with Federal funds shall follow the respective agencies contract compliance program and goals. Any project which is funded solely or in part with State funds shall follow the respective agencies contract compliance program and goals. The City of Waterloo Contract Compliance Program is for City awarded construction contracts only. The prime contractor shall make "good - faith efforts" to meet the Contract Compliance MBE/WBE goals. The MBE/WBE subcontracts must provide the prime contractor a reasonably competitive price for the service being rendered or the contractor is not required to accept the bid. Administrative Reconsideration: As part of this reconsideration, the bidder will have the opportunity to provide written documentation or arguments concerning the issue of whether they made adequate good faith efforts to meet the goals. The bidder will have the opportunity to meet in person with the City of Waterloo's Administrative Reconsideration Committee to discuss the issue of whether they made adequate good faith efforts. The Administrative Reconsideration Committee will forward a written decision on reconsideration to the Mayor and City Council, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. Documentation required will include but is not limited to the following: * Making portions of the work available for MBE/WBE subcontracting * Evidence of negotiating with MBE/WBE firms * MBE/WBE quotes obtained and non-MBE/WBE quotes used * Reasons agreements were not reached * Follow-up after initial solicitations INSTRUCTIONS TO BIDDERS 60304103 IB -5 of 9 * Efforts to assist in obtaining equipment, supplies and materials (at competitive prices), bonding, lines of credit, insurance, etc. * Evidence of past compliance or non-compliance by same contractor The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. RESPONSIBILITIES I. City of Waterloo A. The City Contract Compliance Officer has the responsibility to assure the City's compliance with Federal, State and Municipal regulations. B. The City Contract Compliance Officer is responsible for maintaining a current directory of certified firms. Certification of MBE/WBE/DBE contractors is through the Iowa Department of Transportation and its Unified Certification Program. Only firms certified based on guidelines prescribed in 49 CFR Part 26 and provisions of this agreement, shall be recognized as certified by the City of Waterloo. C. The City Contract Compliance Officer is responsible for making available a list of future project information notices to MBE/WBE firms. D. The City Contract Compliance Officer shall send notices to appropriate MBE/WBE firms in the directory of each bid solicitation with opening date. E. The City Contract Compliance Officer will receive MBE/WBE Letter(s) of Intent to Bid and within two (2) business days forward the complete list of MBE/WBE bidders who submitted a Letter of Intent to Bid to prime contractors. Prime Contractors In order to be in compliance with the guidelines of this program, the prime contractor must show good -faith efforts in following the MBE/WBE Contract Compliance Program. Good -faith efforts include, but are not limited to, the following: A. Prime contractors shall send solicitation letters (Form CCO-3) to appropriate MBE/WBE (those certified in directory prepared by City Contract Compliance Officer) at least seven (7) working days prior to bid date. Letters should identify specific items to be subcontracted. A minimum of three (3) disadvantaged business contacts must be made and documented, if there are at least three disadvantaged businesses offering services in the area to be subcontracted (See City of Waterloo MBE/WBE Certification List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If the Prime Contractor submits a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the MBE/WBE/DBE Certifications from another government agency. 3. If a prime contract bidder is unable to identify MBE/WBE firms to perform portions of the work, the City Contract Compliance Officer should be contacted for assistance immediately. C. Prime contract bidders may solicit MBE/WBE proposals by telephone or personal interviews, but all such contacts shall be confirmed by Certified Mail, or subcontract bid request forms (Form CCO-2). D. If any MBE/WBE business submitting bids is not selected for subcontract award, documentation must accompany the "MBE/WBE Business Enterprise Pre -Bid Contact Information Form" (Form CCO-4 and CCO-4A) on why the MBE/WBE was not selected. These reasons could include: INSTRUCTIONS TO BIDDERS 60304103 IB -6 of 9 a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or non-responsive. c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by prime. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. II. MBE/WBE Finns A. MBE/WBE firms shall be certified by the Iowa Department of Transportation as owners and controllers of their respective businesses, or were listed on the City of Waterloo Certified MBE/WBE Contractors list as of July 1, 2002. B. MBE/WBE firms must perform the work on the project; they cannot act as a broker by subcontracting the work out to others. C. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If sufficient Letters of Intent to Bid are not received by the City Contract Compliance Officer seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and a MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. NON-COMPLIANCE OF CONTRACTORS A. Noncompliance exists when the contractor's actions are not consistent with the requirements of the Contract Compliance Program in the areas of employment and subcontracting. B. A bidder's failure to show good -faith efforts to meet project goals or a failure to use certified MBE/WBE firms may be grounds for finding its bid not responsible. C. The Contract Compliance Officer shall submit to City Council his/her recommendation on any non-compliant contract in writing. NOTICE TO PROCEED Notice to proceed on any project with goals will not be issued until City Contract Compliance Officer determines the lowest responsible bidder has used good -faith efforts to comply with this Compliance Program and the bid was responsive. CONCLUSION This program repeals or revises all sections of previous Waterloo Contract Compliance Programs. 11. EMPLOYMENT AND BUSINESS OPPORTUNITY To the greatest extent feasible, suppliers, subcontractors, and low income workers owning businesses or living in the Waterloo area must be given priority in supplying materials, bidding for INSTRUCTIONS TO BIDDERS IB -7 of 9 60304103 subcontract work, or applying for employment by the contractor on this project. Opportunities for training and for employment arising in connection with this project, shall to the greatest extent feasible be made available to lower income persons residing in the project area. The contract area is the City of Waterloo. The City of Waterloo will require the contractor to document his efforts in securing lower income workers living in the project area and in purchasing supplies from, and awarding subcontracts to, businesses owned by persons residing in the project area. 12. STATEMENT OF BIDDER'S QUALIFICATIONS Each bidder shall, upon request of the City of Waterloo, Iowa, submit on the form furnished for that purpose (a copy of which is included in the contract documents), a statement of bidder's qualifications, his experience record in constructing the type of improvements embraced, and his organization and equipment available for the work contemplated; and, when specifically requested, a detailed financial statement. The City of Waterloo, Iowa, shall have the right to take such steps as it deems necessary to determine the ability of the bidder to perform his obligations under the contract, and the bidder shall furnish the City of Waterloo, Iowa, all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available evidence or information does not satisfy the City of Waterloo, Iowa, that the bidder is qualified to carry out properly the terms of the contract. 13. AWARD OF CONTRACT a. Award of contract will be made to that responsive and responsible bidder whose bid, conforming to the Specifications, is most advantageous to the City of Waterloo; price and other factors considered. The intention is to award the contract at any time of opening bids, but the right is reserved to postpone such action for a reasonable time, not exceeding thirty (30) days. b. The City Council may, when in its interest, reject any or all bids or waive any informality in bids received. c. The bidder shall submit bids on all the items listed in the proposal and shall state the unit bid price in words in the blank spaces provided beneath the item description. Should there be any discrepancy between the unit bid price in words and listed numeral unit bid price, the City of Waterloo shall consider the unit bid price in words as being the valid unit bid price. A computer-generated spreadsheet as herein provided shall also be acceptable. Proposals requiring mathematical computations to determine unit prices or totals will be rejected. A contract will be awarded to the qualified bidder submitting the lowest total bid as indicated in the NOTICE TO BIDDERS. d. When a contract for a public improvement is to be awarded to the lowest responsive and responsible bidder, a resident bidder shall be allowed a preference as against a nonresident bidder from a state or foreign country if that state or foreign country gives or requires any preference to bidders from that state or foreign country, including but not limited to any preference to bidders, the imposition of any type of labor force preference, or any other form of preferential treatment to bidders or laborers from that state or foreign country. The preference allowed shall be equal to the preference given or required by the state or foreign country in which the nonresident bidder is a resident. In the instance of a resident labor force preference, a nonresident bidder shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the state or foreign country in which the nonresident bidder is a resident. INSTRUCTIONS TO BIDDERS IB -8 of 9 60304103 14. EXECUTION OF AGREEMENT, BONDS, AND CERTIFICATE OF INSURANCE a. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful bidder shall execute and deliver to the City of Waterloo, Iowa, an agreement in the form included in the contract documents in such number of copies as the City of Waterloo, Iowa, may require. b. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful bidder shall, within the period specified in paragraph "a" above, furnish a surety bond and a payment bond in a penal sum not less than the amount of the contract as awarded, as security for the faithful performance of the contract and terms and conditions therein contained and shall guarantee the prompt payment of all persons, firms, or corporations to whom the contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him in performing the work. The bonds shall protect and save harmless the City from claims and damages of any kind caused by the operations of the contractor and shall also guarantee the maintenance of the contract improvements for the period stated in the Notice of Hearing from and after completion of said improvements and their acceptance by the City. Such bonds shall be in the same form as that included in the contract documents and shall bear the same date as, or a date subsequent to that of the agreement. The current Power of Attorney for the person who signs for any surety company shall be attached to such bonds. c. The successful bidder shall, within the period specified in paragraph "a" above, furnish a certificate of insurance for approval in amounts of not less than the amounts specified in the General Specifications for Construction, Section F. No. 4 "Liability Insurance," Pages 14 to 15 of 19 Pages. The certificate of insurance shall be furnished in such number of copies as the City of Waterloo may require. The City of Waterloo shall be named as an "Additional Insured." The contractor shall similarly submit his subcontractor's certificates of insurance in the amounts for approval before each commences work. The contractor shall carry or require that there be Workmen's Compensation Insurance for all his employees and those of his subcontractors engaged in work at the site, in accordance with State Workmen's Compensation Laws. d. The failure of the successful bidder to execute such agreement and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City of Waterloo, Iowa, may grant, based upon reasons determined sufficient by the City of Waterloo, Iowa, may either award the contract to the next lowest bidder or re -advertise for bids, and may charge against the bidder the difference between the amount of the bid an the amount for which a contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the bid guaranty. If a more favorable bid is received by re - advertising, the defaulting bidder shall have no claim against the City of Waterloo, Iowa, for a refund. 15. RECIPROCAL RESIDENT BIDDER PREFERENCE Attention of bidders is called to the requirement of complying with the provisions of the Resident Bidder/Non-Resident Bidder requirement. Each bidder submitting a bid shall execute and include with the bid, a Resident Bidder Certification or a Non -Resident Bidder Certification in the form(s) herein provided. INSTRUCTIONS TO BIDDERS 60304103 IB -9 of 9 FORM OF BID OR PROPOSAL SOUTH HILLS DRAINAGE IMPROVEMENTS CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by AECOM now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this SOUTH HILLS DRAINAGE IMPROVEMENTS, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: SOUTH HILLS DRAINAGE IMPROVEMENTS BID ITEM DESCRIPTION UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 $ $ 2 $ $ 3 $ $ 4 $ $ 5 $ $ 6 $ $ 7 $ $ 8 $ $ 9 $ $ 10 $ $ 11 $ $ TOTAL BID $ 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. FORM OF BID 60304103 BF -1 of 3 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of Dollars ($ ) in the form of is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( ), or Non -Resident Bidder Certification ( ). (Mark one.) 7. The bidder is prepared to submit a financial and experience statement upon request. S. 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 FOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. FORM OF BID BF -2 of 3 60304103 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. (Name of Bidder) (Date) BY: Title Official Address: (Including Zip Code): I.R.S. No. FORM OF BID 60304103 BF -3 of 3 Mayor ERNEST G. 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 STEVEN SCHMITT At -Large CITY OF WATERLOO, IOWA WATERLOO ENGINEERING DEPARTMENT 715 Mulberry St. ' Waterloo, IA 50703 • (319) 291-4312 Fax (319) 291-4262 ERIC THORSON, P.E. • City Engineer SALES TAX EXEMPTION 60304103 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: ADDRESS: (Check One) PRIME: SUBCONTRACTOR FEDERAL ID#: PROJECT NAME: DESCRIPTION OF WORK: ❑ Brickwork 0 ❑ Carpentry 0 ❑ Concrete 0 ❑ Drywall -Plaster -Insulation ❑ ❑ Electrical 0 ❑ Excavation/Grading 0 ❑ Flooring 0 ❑ Heavy Construction ❑ ❑ Heating -Ventilating -Air Cond. 0 Landscaping Painting Paving Plumbing Roofing -Siding -Sheet Metal Windows Wrecking -Demolition Other (Please Specify) WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer STE-I of 1 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 , 2013, 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. 2013. (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney-in-fact BB -1 of 1 BID BOND 60304103 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of County of )ss being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, fum or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of 2013. Title My commission expires NON -COLLUSION 60304103 NCA -I of2 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of )ss County of ) , being first duly sworn, deposes and says that: 1. He is (Owner Partner, Officer, Representative or Agent) of hereinafter referred to as the "Subcontractor;" 2. He is fully infonned respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to contract pertaining to the project in (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed contract; and 5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of , 2013. My commission expires NON -COLLUSION 60304103 Title NCA -2 of 2 EOUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program -- Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. EOC-1 of2 EQUAL OPPORTUNITY 60304103 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) EQUAL OPPORTUNITY 60304103 (Appropriate Official) (Title) (Date) EOC-2 of2 TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non- discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. TITLE VI CIVIL RIGHTS CR -I 60304103 RESIDENT/NON-RESIDENT BIDDER RESIDENT BIDDER: In accordance with Section 73A.2I of the Iowa Code, all non -federal -aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder The resident bidder has been further defined as follows: Resident Bidder: A person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Resident Bidder Certification" is included in the Contract Documents. If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. NON-RESIDENT BIDDER: The contractor shall provide the City with a certification that he is a non-resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Non -Resident Bidder Certification" is included in the Contract Documents. DJG 01/02/12 RB -1 of 3 RESIDENT BIDDER 60304103 CONTRACT NO: PROJECT NAME: DATE OF LETTING: RESIDENT BIDDER CERTIFICATION To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that I am a resident bidder as defined above. COMPANY NAME CORPORATE OFFICER TITLE DATE RESIDENT BIDDER 60304103 RB -2 of 3 CONTRACT NO.: PROJECT NAME: DATE OF LETTING: NON-RESIDENT BIDDER CERTIFICATION I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: STATE/COUNTRY OF RESIDENCY: Stated below are the preference(s) to resident bidders in the state/country of (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. RESIDENT BIDDER 60304103 RB -3 of 3 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( ( General Contractor Subcontractor Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company Address of Company Zip Telephone Number ( Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) Name of Equal Employment Officer Name of Project Project Contract Number Estimated Construction Work Dates / Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor Name of Subcontractor Subcontractor's Address Zip Subcontractor's Telephone Number ( Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) _ Name of Equal Employment Officer C. Remainder of program to be completed by party completing program, either Prime or Subcontractor. 1. The Owners and/or Principals of your company: Ethnic Name Address Position Sex Origin 2. Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Type of Name Address Affiliation Degree II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E. will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION A. recognizes that the (Name of Company) effective application of a policy of merit employment involves more than just a policy statement, and (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. B. will undertake the C. (Name of Company) following six (6) steps to improve our Affirmative Action Program: 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training, Upgrading and Promotional Opportunities. will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. D. will seek qualified minority, (Name of Company) female, and local group applicants for all job categories and will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility. E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. F. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority, female, and local group employees. G. will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. H. has taken the followi (Name of Company) Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") g 1. 2. I. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. 2. J. will require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non -minority contractors have adequate representation of minority, female and local persons in their total work force. K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. L. will keep records of (Name of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. M. Parity figures for companies located in Waterloo are as follows: Minority Parity = .08 (8%) N. Affirmative Action (Name of Company) Employment Goals: The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 200_, please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: Goals for Women: *Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and 5% or more for women. Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 20 . Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4). CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. City of Waterloo Affirmative Action Officer Respectfully submitted, By: Company Executive Date By: Equal Employment Opportunity Officer Approved Date Disapproved Reason: By: Date: DESCRIPTION OF JOB CATEGORIES 1. Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, or direct individual departments or special phases of the agency's operations or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers. 2. Professionals: Occupations which require specialized and theoretical knowledge which is usually required through college training or thorough work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and kindred workers. 3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post -secondary school education and through equivalent on-the-job training. Includes: computer programmers and operations, draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers, office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers. 5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on-the-job training programs. Includes: Mechanics and repairman, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. 6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. 7. Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and maintenance), photographic process workers, stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. 8. Laborers (unskilled): Workers in manual occupations which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers performing lifting, digging, mixing, loading and pulling operations and kindred workers. 9. Apprentices: Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on -the -lob): Production ... persons in formal training for craftsmen when not trained under apprentice programs --operative laborer, and service occupations. White Collar ... persons engaged in formal training for clerical, managerial, professional, technical, sales, office and clerical occupations. ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the SOUTH HILLS DRAINAGE IMPROVEMENTS, project that have a potent' al for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. BH) ITEM DESCRIPTION EST. QTY./ UNIT MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and two percent (2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely. City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, Iowa 50703 Phone: (319) 291-4429 MBEJWBE PARTICIPATION M -I of 6 60304103 SUBCONTRACTOR'S BID REQUEST FORM PRIME BIDDER'S LETTERHEAD Contract No.: Letting Date: I, (subcontractor's name), hereby attest that I have been solicited for a bid on (project name) in the area of (description of work and bid item no.). (Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by (date) and (time). Subcontractor's Company Name Date Subcontractor's Signature Date Prime Bidder's Signature MBE/WBE PARTICIPATION M-2 of 6 60304103 LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES Subcontractor Company Name Address RE: Contract No.: Dear (Prime Contractor's Company Name) is presently soliciting for the following work in connection with the above referenced project. (Insert bid Item Nos. and Description of Work) (Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding your proposal must be turned in to this office by (Date) Sincerely, and (Time) (Prime Contractor's Representative) Form CCO- 3 (11/28/2001) MBE' WBE PARTICIPATION M-3 of 6 60304103 LETTER OF INTENT TO BID (MBE/WBE LETTER) According to the Current MBE/WBE Contract Compliance Program - 2002, all MBE/WBE Contractors interested in submitting subcontractor quotes on construction projects with goals, MUST submit a LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to bid opening. The LETTER OF INTENT TO BID must list the specific items which the MBE/WBE Contractor is interested in bidding. Letter should include the following: Name of Project: Your Company Name: Address: Phone: Date: List of Specific items to be bid: Item No. Description: Item No. Description: Item No. Description: Item No. Description: Item No. Description: (Subcontractor's Company Name and authorized signature) Return this LETTER OF INTENT TO BID to: Contract Compliance Officer Community Development Board 620 Mulberry St. Carnegie Annex, Suite 202 Waterloo, IA 50703 Phone: (319) 291-4429 Form CCO-5 (06-20-2002) MBE/WBE PARTICIPATION M-4 of 6 60304103 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 MBE/WBE PARTICIPATION Page 5 of 6 60304103 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: Project: Letting Date: NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Date: SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions 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 Louis Starks, 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 Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted (Form CCO-4) Rev. 06-20-02 MBE/WBE PARTICIPATION 60304103 M-6 of 6 CERTIFIED MBE / WBE CONTRACTORS CITY OF WATERLOO, IOWA CONTRACT COMPLIANCE OFFICE Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, Iowa 50703 City WEB Site: www.ci.waterloo.ia.us Contract Compliance WEB Site for listing updates: http://www.wplwloo.lib.ia.us/contractcompliance/ Contact: Rudy Jones, Community Development Director Email: rudv.jones(uwaterloo-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 MBE/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: 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/VIBE 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: JR11486Acfu.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 MBE/WBE Certified Contractors List Page 4 of 4 STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.) All questions must be answered and the date given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, when incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each, and month and year completed. 11. List your major equipment available for this contract. 12. Experience in construction work similar in importance to this project. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: $ 15. Give bank reference: 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? STATEMENT OF BIDDERS QUALIFICATIONS SQ -I of 2 60304103 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated at this day of , 2013. State of County of ) ss: (Name of Bidder) By: Title: , being duly sworn deposes and says that he is of (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of , 2013. Notary Public My commission expires * * * END OF SECTION * * * STATEMENT OF BIDDERS QUALIFICATIONS SQ -2 of 2 60304103 GENERAL SPECIAL PROVISIONS 1. SCOPE OF WORK The work covered by this contract consists of furnishing all labor, equipment, and materials and performing all operations, in connection with the SOUTH HILLS DRAINAGE IMPROVEMENTS, in accordance with these specifications. The specifications are dated October 25, 2013, They have the general title of SOUTH HILLS DRAINAGE IMPROVEMENTS. The contract drawings, which accompany and form a part of this contract and specifications, are dated October 25, 2013. They have the general title of SOUTH HILLS DRAINAGE IMPROVEMENTS. The drawings are numbered and separately entitled as follows: DRAWING NO. A.01 Title Sheet B.01 Typical Cross Section C.01 Quantities and Estimate Reference D.01 Plan and Profile D.02 Plan and Profile D.03 Plan and Profile TITLE The 2012 Standard Specifications for the Iowa Statewide Urban Design and Specifications Program (as referenced) are to be used along with the special provisions and General Specifications for Construction described herein and shall be considered as part of the contract documents. 2. CONFLICTING SPECIFICATIONS All requirements of other specifications contained in the contract documents which conflict with the provisions of the special provisions will be considered void. 3. DUMPING AREAS Excess material resulting from construction operations shall be hauled to the County Landfill or other area secured by the Contractor and approved by the City Engineer. Rubble, rubbish, trees, brush, and other unsuitable backfill material, as designated by the City Engineer, shall be hauled to the County Landfill. All Landfill charges are to be considered incidental to the contract and are the responsibility of the Contractor. 4. CONSTRUCTION DAMAGE The Contractor shall exercise care during construction operations to ensure the safety and protection to existing features located near or within the limits of construction. Damage caused by negligence or poor workmanship, as determined by the Engineer, shall be considered the Contractor's responsibility. 5. REMOVED MATERIALS All materials removed, as part of this Contract shall remain the property of the City unless the City determines that the materials are not salvageable and the City does not want to retain ownership of the materials. Materials designated in the field by the Engineer as non -salvageable shall be hauled and GENERAL SPECIAL PROVISIONS 60304103 GSP-1 of 4 disposed of by the Contractor at no cost to the City. All other materials shall be transported to locations as directed by the Engineer. No separate measurement or payment will be made for hauling or disposing of removed materials and it shall be considered incidental to applicable items. 6. OVERHAUL Overhaul will not be paid for "surplus material" obtained from any of the items of construction under this contract. The cost of overhaul will be considered as incidental to the items to which it applies. 7. MAILBOXES The Contractor shall notify the United States Postal Department of mailboxes which interfere with any part of the work before removing them, and the Contractor will relocate them as required by the Postmaster. The removal and replacement of mailboxes will not be considered for direct payment, but will be considered incidental to the item to which it applies. 8. PAY ITEMS All pay items are listed in the proposal and shall include the purchase of all materials, delivery of these materials, and furnishing all labor, plant and miscellaneous work needed to make the item complete. All such cost shall be incidental to the proposed item to which it applies and shall not be considered for separate payment. 9. BREAKDOWN OF LUMP SUM CONTRACT PRICE ITEMS The Contractor shall, immediately upon execution and delivery of the contract, before the first estimate for payment is made, deliver to the City Engineer a detailed estimate giving a complete breakdown of the lump sum contract prices. The submitted breakdown shall be approved by the City Engineer prior to any payment of any lump sum price item. 10. PERMISSION TO HAUL OVER STREETS, RAILROADS AND HIGHWAYS The Contractor will be required to secure, from the proper authorities, permission or permit which may be required to haul over streets, highways, railroads or private property, and any hauling operations of the Contractor shall be subject to the requirements of such permits, permission, and to all applicable regulations, laws, and ordinances governing hauling and movement of equipment over streets, railroads, highways and private property. My costs or inconvenience caused by obtaining any necessary permits or permission shall be considered completely covered by the price bid for the items in the proposal. 11. CONSTRUCTION SCHEDULING The City Engineer shall approve Contractor's work schedule prior to starting. All revisions shall also be approved. The City Engineer may change the schedule to accommodate changing construction conditions. The Contractor shall coordinate the work under this contract with contractors performing work under other contracts, which may be performed concurrently. The Contractor shall be responsible to notify the Police, Fire, Street and Engineering Departments of the closing and opening of streets. The Contractor shall commence work within ten (10) days after receipt of the "Notice to Proceed" and diligently execute the work of the contract to completion. GENERAL SPECIAL PROVISIONS 60304103 GSP-2 of 4 12. PRE -CONSTRUCTION CONFERENCE Before any work is started, the Contractor shall arrange conference for the purpose of discussing the contract. h the City Engineer to hold a pre -construction 13. UNDERGROUND UTILITIES It is the responsibility of the Contractor to obtain the location of gas lines, water lines, electric, telephone, and cable television cables or wires from the various utility companies and the City electrician before starting any excavation. The Contractor shall be responsible for any damage to any underground utilities. The Contractor shall expose those utilities indicated on the plans so that elevations may be determined before beginning construction. This work shall be considered incidental to other items of work. If the Contractor believes that additional costs have been incurred due to a utility being improperly located, the resolution of the additional costs incurred shall be made between the Contractor and the respective utility company. 14. TRAFFIC SIGNS AND STREET SIGNS The Contractor shall contact the City of Waterloo Traffic Operations Department to have any street sign that will be affected by construction removed and replaced when the work has been completed. 15. TRAFFIC CONTROL DURING CONSTRUCTION The Contractor shall provide, at his own expense and without further or other order, provide, erect and maintain, at all times during the progress and suspension of the work and until completion and final acceptance thereof, suitable and requisite barricades, signs or other adequate protection, as required by the latest edition of Part VI of the "Manual on Uniform Traffic Control Devices" and shall provide, keep and maintain such barricades, signs, etc., as may be required or as may be ordered by the Engineer, to ensure the safety of the public as well as those engaged on the work. All barricading plans shall be reviewed by the Engineer. The Contractor shall determine, provide and obtain approval from the City Engineer on all detour locations for all street closings, barricades and posting prior to construction. These shall meet requirements of the City Police Traffic Depattluent. The Contractor shall notify the City Engineer's Office and the Police, Fire and Street Departments when the street is closed for construction. All barricading shall be in accordance with the latest edition of Part VI of the "Manual on Uniform Traffic Control Devices." Encapsulated lens sheeting is not required on this project. All barricading necessary for completion of this project shall be considered incidental to contract bid items. 16. GRADES, LINES, LEVELS AND SURVEYS All necessary grades, lines, levels and surveys shall be established by AECOM and maintained by the Contractor. The Contractor shall verify all grades, lines, levels and dimensions as sown on the drawings, and he shall report any errors or inconsistencies in the same to AECOM before commencing work GENERAL SPECIAL PROVISIONS 60304103 GSP-3 of 4 17. SAFETY OF WORKERS AND PUBLIC The Contractor shall, at all times, take necessary precautions to protect the life and health of all persons employed on this project and the public. He shall provide necessary safety devices and safeguards in accordance with latest and best accident prevention practices. All such protection shall be furnished to employees without cost. No direct measurement of payment shall be made for this protection, but shall be considered incidental to other items of work. The public shall be kept outside of any work area. 18. WORKING ON SATURDAYS, SUNDAYS AND LEGAL HOLIDAYS The Contractor shall notify the Engineer in writing forty-eight (48) hours in advance if work on Saturday is planned. By noon the Friday before the planned Saturday work, the Contractor shall confirm the Saturday work schedule with the project inspector. Work on Sunday requires prior approval of the Engineer in accordance with the Waterloo Standard Specifications. The Contractor shall not work the following days in 2013 due to City holidays: Thursday, November 28, 2013 Thanksgiving Wednesday, December 25, 2013 Christmas Wednesday, January 1, 2014 New Years' Day The Contractor shall be allowed to work on the following 2013 City holiday dates: Friday, November 29, 2013 Monday, January 20, 2014 Martin Luther King Day Monday, February 27, 2014 Presidents' Day Friday, April 18, 2014 Good Friday though the Contractor shall not be allowed to conduct any work that requires inspection or City approval. * * * END OF SECTION * * * GENERAL SPECIAL PROVISIONS 60304103 GSP-4 of 4 SPECIAL PROVISIONS 1. TRAFFIC CONTROL The Engineer, or authorized representative, shall periodically review traffic control that has been put in place by the Contractor. If traffic control devices are found to be without proper maintenance, penalties shall be assessed. Improper maintenance shall include, but not be limited to, the following situations: A. Less than 100 percent of lights in working order. B. Any barricade or sign moved or tipped over. C. Fencing not supported in a vertical position. D. Fencing not placed around excavations when workers/equipment is not working at the location. E. Lack of proper barricades or signage. Each incident is treated as a separate citation on an individual basis. It is not intended that minor deficiencies be price adjusted if corrected the day notification is given. In addition to a price adjustment, the Engineer may suspend work for irresponsible and/or repeated failure to construct the project using proper traffic control procedures. Penalties: 1st Offense Written warning given by City. 2nd Offense $ 100 3rd Offense $ 250 4th Offense $ 500 5th Offense $1,000 6th Offense Engineer's discretion (amount or more equal or greater than $1,000) 2. LIQUIDATED DAMAGES Time is an essential element of this contract. It is important that the work be diligently pursued to completion. If the work is not completed within the specified contract period, plus authorized extensions, the Contractor shall pay to the City Liquidated Damages in the amount of $500.00 per day, for each day, as further described herein, in excess of the authorized time. Days beyond the specified completion date for which Liquidated Damages will be charged will be working days that the Contractor does, or could have worked from Monday through Saturday. Sundays will be counted only if work is performed. Partial working days will be considered as a full working day. Days not chargeable for Liquidated Damages will include rain days, Sundays if no work is done, and legal holidays. Working days will cease to be charged when only punch list items remain to be completed. Punch list item do not include contract bid items or approved change/extra work orders. When the Contractor believes the project to be substantially completed, a written notice stating the same shall be submitted to the Engineer and a request made for a Punch List. If the work under the Contract extends beyond the normal construction season for such work, the Contractor shall submit to the Engineer in writing a request that working days counted toward the project be suspended until work is resumed the following construction season. This amount is not construed as a penalty. These damages are for the cost to the City of providing the required additional inspection, engineering and contract administration. SP -1 of4 SPECIAL PROVISIONS 60304103 3. CONCRETE CLEAN -Up AND WASHOUT Runoff from concrete cleanup is a caustic pollutant that can harm wildlife and vegetation. tools, equipment, and concrete trucks into or allow wastes to enter into the streets, ditches, waterways. In Waterloo, failure to follow proper concrete clean-up procedures is a violation of the Ordinances and is considered a municipal infraction, punishable by fines. The current City of Waterloo schedule of fines is: l '` offense 2"d offense 3`d and subsequent offense $200 fine and court costs $500 fine and court costs $750 fine and court costs DO NOT clean storm drains or City's Code of All concrete wastes shall be deposited into pre -approved waste receptacles. Waste receptacles may be installed on select City properties to provide a central location and minimize costs. The locations selected to host the waste receptacles shall be approved by the City Engineer prior to installation. Upon completion of construction, the location of the waste receptacles shall be returned to pre -construction condition. Earthen pits are not an acceptable waste receptacle. 4. HAUL ROUTES Haul routes to and from the project site shall be submitted for review by the Engineer. In general, the Contractor shall request haul routes over the main streets in the area, staying on streets within the project as much as possible and should not include truck -embargoed streets. 5. WATER ON GRADE After paving has been removed on a street, and during the course of the project, the prime contractor shall be responsible to pump out any water that has accumulated on the grade at intersections or other low spots. This shall be completed within twenty-four (24) hours of the source (rain, main break, etc.) of water being terminated. This work shall be considered incidental to applicable items. 6. STANDARD SPECIFICATIONS The Standard Specifications, which are referenced in the contract documents, are designated as follows: SUDAS STANDARD SPECIFICATIONS - "2012 Standard Specifications for the Iowa Statewide Urban Design and Specifications Program" (unless otherwise noted) and current revisions thereof IDOT STANDARD SPECIFICATIONS - "Standard Specifications for Highway and Bridge Construction, Iowa Department of Transportation, Ames, Iowa, Series 2012" (unless otherwise noted) and current revisions thereof. WATERLOO STANDARD SPECIFICATIONS - "Standard Specifications for Municipal Public Works Construction, City of Waterloo, Iowa." 7. PERCENT OF CONTRACT TO BE PERFORMED BY CONTRACTOR A. The prime contractor shall be required to perform at least 30 percent of the total contract amount of the project. Purchasing of materials for subcontractors will not be an acceptable method for the prime contractor to meet the 30 percent requirement. SPECIAL PROVISIONS 60304103 SP -2 of 4 8. VOLUNTARY PARTNERING The City of Waterloo intends to encourage the formation of a partnership with the contractor and its principal subcontractors. This partnership will be structured to draw on the strengths of each organization to identify and achieve mutually beneficial goals. The objectives are effective and efficient contract performance and completion within budget, on schedule, and in accordance with plans and specifications. This partnership will be multi -lateral in makeup, and participation will be totally voluntary. Any cost associated with effectuating this partnering will be agreed to by all parties and will be shared equally by the participating parties. The establishment of a partnership charter on this project will not change the legal relationship of the parties to the contract nor relieve the parties from any of the terms of the contract. 9. SPECIAL PROVISIONS Standard Specifications are amended by the following additions. These are Special Provisions and shall prevail over those published in the Standard Specifications. None 10. QUANTITY ADJUSTMENTS The following Bid Items are exempted from consideration under the provisions of Section B. "Scope of Work," paragraph 7 of the "General Specifications for Construction" concerning the variance of the "As - Built" quantity of the listed item by more than twenty (20%) percent from the estimated quantity specified in the contract. None 11. SHOP DRAWINGS, CERTIFICATES, AND EQUIPMENT LISTS A. Submission of Drawings: 1. The Contractor shall submit to the Engineer all shop drawings and equipment drawings or lists as called for in the contract documents or as requested by the Engineer. Drawings and listings shall be complete and shall contain all required detail information conveyed according to the latest recommended standards for detailing. 2. The Contractor shall make any corrections required by the Engineer and submit the revised shop or equipment drawings or listings for review. After review by the Engineer, the shop or equipment drawings or listings will be so marked, dated, signed by the Engineer, and forwarded to the Contractor for reproduction and distribution. B. Submission of Equipment Lists: 1. If requested in the contract documents, as soon as practicable after award of contract and before any items of material or equipment are purchased, the Contractor shall submit to the Engineer for review a complete list of the principal fixtures and equipment to be incorporated into the work. 2. The Contractor shall also submit applicable brochures, technical data, catalogs, cuts, diagrams, manufacturer's drawings and installation instructions, samples if required, and other descriptive data including the complete description, trade name, model number, type, size, and rating. SP -3 of 4 SPECIAL PROVISIONS 60304103 C. Engineer's Review: 1. Review by the Engineer shall not be construed as a complete check but will indicate only that the general method of construction and detail is satisfactory. The Engineer assumes no responsibility for errors in dimensions in the shop drawings and assumes the Contractor will use material complying with requirements of the contract documents or, where not specified, those of sound and reasonable quality, and will erect the subjects of such shop drawings according to recognized standards of first quality work or, when specified, according to standards of the contract documents. 2. Any work done or material ordered by the Contractor prior to review by the Engineer shall be at the Contractor's risk. 12. PROJECT RECORD DOCUMENTS A. Maintain at the project site one record copy of the drawings, project manual, addenda, change orders and other modifications to contract, field orders or clarifications, shop drawings, field test records, and associated permits. B. Provide one marked up set of drawings to Engineer at substantial completion for use in preparation of record drawings. C. Maintain record documents in clean dry, legible condition and in good order. Do not use record documents for construction purposes. Make record documents available for inspection by Engineer. * * * END OF SECTION * * * SPECIAL PROVISIONS 60304103 SPA of 4 GENERAL SPECIFICATIONS FOR CONSTRUCTION SECTION A SECTION B SECTION C SECTION D SECTION E SECTION F CITY OF WATERLOO, IOWA Department of Engineering - Definitions of Terms - Scope of work - Control of Materials and Work - Procedure and Progress - Measurements and Payments - Legal Relations and Responsibility SECTION A - DEFINITIONS OF TERMS 1. CITY. The City of Waterloo, Iowa, which is the Party of the First Part of the accompanying contract, acting through its authorized representative. 2. COUNCIL. The duly elected Council of the City of Waterloo, Iowa. 3. ENGINEER The City Engineer of Waterloo, Iowa, or his authorized representative. 4. INSPECTOR. The authorized representative of the Engineer, assigned to the detailed inspection of the work or materials therefore and to such other duties as may be delegated to him in these specifications. 5. CONTRACTOR. The Party of the Second Part in the accompanying contract for the improvement covered by these specifications, or his authorized representative. 6. SUBCONTRACTOR. Any person, firm, or corporation who has, with the approval of the Council, contracted with the Contractor to execute and perform in his stead all or any part of the contract. 7. BIDDER. Any individual, firm, or corporation submitting a proposal for all or a part of the work provided for in these specifications. 8. PROPOSAL GUARANTEE. The security designed in the Notice of Bidders or Proposal to be furnished by the bidder as a guarantee of good faith to enter into a contract and furnish an acceptable bond for the work contemplated if it be awarded him. 9. SURETY. The corporate body bound with and for the Contractor for the acceptable performance of the contract. 10. PROPOSAL. The written Proposal, submitted by the bidder in the prescribed manner and on the standard form, for the improvements covered by these specifications. 11. SPECIFICATIONS. The documents that set forth the manner in which the proposed work is to be accomplished which have been prepared by the Engineer and approved by the City Council, official copies of which are now on file with the City Clerk. 12. SPECIAL PROVISIONS. Clauses or memoranda not contained herein, applying to the contract of which these specifications are a part, which change or supplement these specifications. 13. CONTRACT. The agreement entered into between the City and the Contractor, setting forth the terms under which the work covered by the plans and specifications is to be performed. The contract includes all conditions, definitions, and instructions set forth in the official publications relating to the work, the official contract GENERAL SPECS 60304103 GS -1 of 12 and specifications, the Proposal, official plans, and all supplemental agreements entered into by the parties to the contract. 14. NOTICE TO BIDDERS. The notice called attention of bidders to the time and place for receiving bids, containing a brief description of the work, and briefly setting forth the requirements and conditions for submission of Proposals. 15. INSTRUCTIONS TO BIDDERS. The clauses setting forth in detail the information relative to the proposed work and requirements for the submission of Proposals. 16. PLANS. The plans for the improvement covered by the specifications and approved by the Council, official copies of which are on file with the City Clerk. 17. CONTRACT BOND. The bond executed by the Contractor and his surety in favor of the City of Waterloo, Iowa, guaranteeing the complete execution of the contract in accordance with the plans and specifications, the payment of all debts pertaining to the work, and maintenance of the work as provided by law or by the specifications. 18. CONTRACT PERIOD. The period from the specified date for beginning the work to the specified date of completion, both dates inclusive. The contract period may be extended by the Council, as provided in these specifications, in which event the contract period includes the new date of completion. 19. OFFICIAL PUBLICATIONS. The official publications are the formal resolutions and notices relative to the proposed improvement that are required by law to be published in a prescribed manner and that have actually been published in accordance with the statutes relating thereto. Attention is directed to the fact that these official publications are by statute vested with all of the force and effect of contract obligations. 20. A.S.T.M. Abbreviation for American Society for Testing Materials. 21. WORK. The term "Work" of the Contractor and Subcontractor includes labor or materials or both, equipment, transportation, or other facilities necessary to complete the contract. 22. TIME. All time limits stated in the contract documents are of the essence in the contract. SECTION B - SCOPE OF WORK 1. CORRELATION AND INTENT OF DOCUMENTS. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the documents is to include all labor, materials, equipment, and transportation necessary for the proper execution of the work. Materials or work described in words which, so applied, have a well-known technical or trade meaning shall be held to refer to such recognized standard. 2. DRAWINGS AND SPECIFICATIONS. Unless otherwise provided in the contract documents, the engineer shall furnish to the Contractor, free of charge, all copies of drawings and specifications reasonably necessary for the execution of the work. The Contractor shall keep one (1) copy of all drawings and specifications on the work available to the Engineer and to his representatives. 3. CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature, character and location of the work, the conformance to the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can, in any way, affect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations herein contained. GENERAL SPECS 60304103 GS -2 of 12 4. REPORTING ERRORS AND DISCREPANCIES. If the Contractor, in the course of the work, finds any discrepancies between the plans and the physical conditions of the locality, or any errors of omission in plans or in the layout as given by said stakes and instructions, it shall be his duty to inform the Engineer immediately, in writing, and the Engineer shall promptly correct the same. 5. ALTERATION OR CORRECTION OF PLANS. The plans are made up from surveys that are presumably correct and represent the foreseen construction requirements. Any modification of the plans which may be required by the exigencies of the construction or any corrections made necessary because of errors in the original surveys, will be made by the Engineer. Should corrections or modifications of the plans or specifications require a different quality or class of work than that upon which the unit prices in the Proposal are based, or if the modifications or corrections are required in parts of the work partially completed and such modifications result in an increased cost to the Contractor, the amount to be paid for work resulting from such changes shall be agreed upon in writing at the time the changes are ordered and before the work is begun by the Contractor. No allowance will be made for anticipated profits on work not performed. 6. CHANGES IN THE WORK. The City, without invalidating the contract, may order extra work or make changes by altering, adding to, or deducting from the work, the contract sum being adjusted by agreement or arbitration before such changed work is undertaken. All such work shall be executed under the conditions of the original contract, except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. 7. INCREASED OR DECREASED QUANTITIES. The right is reserved without impairing the contract, to order the performance of such work of a class not contemplated in the Proposal or to increase or decrease the quantities as may be considered necessary to complete fully and satisfactorily the work included in the contract. However, when the work is completed without change in the plans, and the measured quantity of any item of work varies by more than twenty percent (20%) from the estimated quantity specified in the contract, an adjustment in price may be made for such item of work by agreement between the Engineer and the Contractor, subject to the approval of the City Council. Either party to the contract may request such an adjustment. 8. LANDS AND RIGHT OF WAY. The City shall provide the lands upon which the work under this contract is to be done, except that the Contractor shall provide land required for the erection of temporary construction facilities and storage of his material, together with the right of access to same. 9. CITY WATER. The Contractor shall be allowed to use City Water but before any water is used, he shall make application to the Waterloo Water Works for a temporary water connection from a fire hydrant or by some other connection method. Water usage will be charged at the rate for temporary water service. The rules, regulations, and water rates are available at the Waterloo Water Works offices at 325 Sycamore Street or their telephone number is 319-232-6280. 10. RIGHTS OF VARIOUS INTERESTS. Whenever work being done by the City's forces or by other Contractors is contiguous to work covered by this contract, the respective rights of the various interests involved shall be established by the Engineer to secure the completion of the various portions of the work in general harmony. 11. CLOSING STREETS TO TRAFFIC. The Engineer shall be the judge of how many streets or parts of streets it is necessary for the Contractor to close at any time and may refuse to permit the closing of additional streets until such of the work is finished and opened to traffic as he may direct. 12. OBSTRUCTION OF STREETS. The work is to be carried on in such manner as to obstruct the streets, highways, and alleys as little as possible. The Contractor shall carry on the different parts of the work so as to complete the whole, as nearly as practicable, at the same time. In doing the work, the Contractor shall follow the directions of the Engineer as to the place or places where work shall be started or be carried on and the direction in which it shall be done. GS -3 of 12 GENERAL SPECS 60304103 13. SHANTIES AND BUILDINGS. Shanties or other buildings shall not be erected in or upon any street, highway, or alley without permission of the Engineer. If such permission be granted, it may be upon any reasonable terms prescribed by the person or body granting such permission. 14. SANITARY CONVENIENCES. The Contractor shall furnish the necessary sanitary conveniences, properly secluded, for the laborers on the work, and these shall be maintained in a manner that will be inoffensive to the public. 15. CLEANING UP. The Contractor shall, as directed by the Engineer, remove from the City's property and from all public and private property, at his own expense, all temporary structures, rubbish, and waste materials resulting from his operations before work can be considered completed. The Contractor shall also renew or replace any and all fences, sidewalks, or other property damaged or disturbed by his work. 16. OMISSION OF PARTS OF GENERAL SPECIFICATIONS. Parts of the General Specifications deemed not to apply to some particular work may be omitted by special reference in other parts of the contract documents. SECTION C - CONTROL OF MATERIALS AND WORK 1. SUPERVISION AND INSPECTION. The Engineer shall have supervision of the construction provided for in this Contract and shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress on the work, and all questions regarding the acceptable fulfillment of the terms of the Contract. Materials and construction work shall, at all times, be subject to the inspection of the Engineer or his representatives. The Contractor shall be held strictly to the true intent of these specifications as regards the quality of materials, workmanship, and the diligent prosecution of the work. The Engineer and his representatives shall, at all times, have access to the work wherever it is in preparation of progress, and the Contractor shall provide proper facilities for such access and for inspection. If the specifications, the Engineer's instructions, law ordinances, or any public authority require any work and/or materials to be especially tested or approved, the Contractor shall give the Engineer timely notice of readiness for inspection. If the inspection is to be made by authority other than the Engineer, the Contractor shall notify the engineer of the date fixed for inspection. Inspections by the Engineer will be promptly made and, where practicable, at the source of supply. If any work should be covered up without the approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination at the Contractor's expense. Re-examination of questioned work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work be found in accordance with the Contract, the City shall pay the cost of re-examination and replacement. If such work be found not in accordance with the Contract, the Contractor shall pay such cost unless he shall show that the defect in the work was caused by another Contractor, and, in that event, the City shall pay the cost. 2. AUTHORITIES AND DUTIES OF INSPECTORS. Inspectors may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed; also, to report whenever it appears that materials furnished and work performed by the Contractor fail to fulfill the requirements of the specifications and Contract, and to direct the attention of the Contractor to such failure or infringement; but such inspection shall not relieve the Contractor from any obligations to furnish acceptable materials or to provide completed construction that is satisfactory in every particular. In case of any dispute arising between the Inspector and the Contractor as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject materials or suspend the work until the question at issue can be referred to and decided by the Engineer. Inspectors are not authorized to revoke, alter, enlarge, relax, or release any requirements of these specifications. The Inspector shall, in no case, act as foreman or perform other duties for the Contractor, or interfere with the management of the work by the latter. GENERAL SPECS 60304103 GS -4 of 12 3. STATUS OF THE ENGINEER. The Engineer shall have general supervision and direction of the work. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. He shall also have authority to reject any work and/or materials which do not conform to the specifications, to direct the application of forces to any portion of the work as, in his judgment, is required, and to order the force increased or diminished, and to decide questions which arise in the execution of the work. 4. ENGINEER'S DECISIONS. The Engineer shall, within a reasonable time, make decisions on all claims of the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the contract documents. All such decisions of the Engineer shall be final except as to the element of time and financial consideration involved, which, if no agreement in regard thereto is reached, shall be subject to arbitration. 5. STAKES AND INSTRUCTIONS. The Contractor shall provide reasonable and necessary opportunities and facilities for setting stakes and making measurements. The Contractor shall not furnish stakes or men to set them. He shall not proceed until he has received from the Engineer such stakes and instructions as may be necessary to the progress of the work. The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or careless destruction, he shall be charged with the resulting extra expense and shall be responsible for any mistakes that may be caused, by their loss or disturbance. 6. SUPERINTENDENCE. The Contractor shall keep on his work during its progress a competent superintendent and any necessary assistants, all satisfactory to the Engineer. The Superintendent shall not be changed except with the consent of the Engineer, unless the Superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The Superintendent shall represent the Contractor in his absence, and all directions given to him shall be as binding as if given to the Contractor. Important decisions shall be confirmed in writing to the Contractor. Other directions shall be so confirmed on written request in each case. The Contractor shall give efficient supervision to the work using his best skill and attention. He shall carefully study and compare all drawings, specifications, and other instructions, and shall report at once to the Engineer any error, inconsistency, or omission which he may discover. 7. REMOVAL OF UNAUTHORIZED WORK. Work done without lines and grade being give, work done beyond lines shown on the plans or as given, except as herein provided, or any extra or additional work done without authority, will be considered as unauthorized and at the expense of the Contractor and will not be paid for under the provisions of the Contract. Work so done may be ordered removed and replaced at the Contractor's expense. 8. REMOVAL OF DEFECTIVE MATERIALS OR WORK. The Contractor shall promptly remove from the premises all materials condemned by the engineer as failing to conform to the Contract; whether incorporated in the work or not, and the Contractor shall promptly replace and re -execute his own work in accordance with the contract and without expense to the City, and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned work and materials within a reasonable time, fixed by written notice, the City may remove them and may store the material at the expense of the Contractor. If the Contractor does not pay the expense of such removal within a reasonable time thereafter, the City may, upon ten (10) days' written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs and expense that should have been borne by the Contractor, or, if the net proceeds of such sale are insufficient to pay the expenses of removal, the City may deduct the balance from any amounts due the Contractor. 9. MATERIALS. EQUIPMENT, APPLIANCES, AND FACILITIES. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, GENERAL SPECS GS -5 of 12 60304103 transportation, and other facilities necessary for the execution and completion of the work. Materials shall be of the quality specified for each particular part of the work. Whenever, in construction of the work or in the manufacture of any article of appliance necessary for the construction or operation of the work, it is necessary to use any material that is not fully specified in these specifications, it shall be of good quality and shall meet with the approval of the Engineer. Any appliance that is necessary for the construction or operation of the work and is commonly recognized as a part of the work, shall be furnished by the Contractor as part of the work, whether or not it is specifically called for in the plans and specifications, and such appliance shall be of good quality and standard make and shall meet with the approval of the Engineer. 10. MATERIAL SAMPLES. Before the contract is awarded, the bidder may be required to furnish a statement of the origin, composition, and manufacture of any and all materials proposed for use in the performance of the Contract, together with samples of the material. These samples will be considered as representative and typical of the material to be obtained from any particular source. 11. CHARACTER OF WORKMEN AND EOUIPMENT. The Contractor shall employ competent and efficient workmen for every kind of work. Any person employed on the work who shall refuse or neglect to obey the directions of the engineer or Inspector, or who shall be deemed incompetent or disorderly, or who shall commit trespass upon public or private property in the vicinity of the work, shall be dismissed when the Engineer so orders, and shall not be re-employed unless express permission be given by the Engineer. The Contractor shall, at all times, enforce discipline and good order among his employees. The methods, equipment, and appliances used on the work, and the labor employed, shall be such as will produce a satisfactory quality of work and shall be adequate to complete the contract within the specified time limit. 12. HIRING CITY EMPLOYEES. The Contractor shall not employ and hire any of the City's employees without the permission of the Engineer. 13. LABOR. Local labor shall be given preferences so far as practicable. 14. THE CITY'S RIGHT TO DO WORK. If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this Contract, the City of Waterloo, after three (3) days' written notice to the Contractor may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor, provided, however, that the Engineer shall approve both such action and the amount charged to the Contractor. SECTION D - PROCEDURE AND PROGRESS 1. ORDER OF COMPLETION - USE OF COMPLETED PORTIONS. The Contractor shall complete any portion or portions of the work in such order or time as the Engineer may require. The City shall have the right to take possession of and use completed or partially completed portion of the work at any time, but such taking possession and use shall not be deemed an acceptance of work so taken or used, or any part thereof. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. 2. WEATHER. During stormy or inclement weather, all work shall be suspended, except such as can be done in an acceptable manner. Permission to work during freezing, stormy, or inclement weather shall in no way be construed as a release of the Contractor's responsibility regarding the quality of the finished work at such time. 3. SUNDAYS AND LEGAL HOLIDAYS. Except for such work as may be required to properly maintain or protect completed or partially completed construction or to maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the Engineer. GENERAL SPECS GS -6 of 12 60304103 4. DELAYS AND EXTENSION OF TIME. If the Contractor be delayed in the completion of the work by an act of neglect of the City, or its employees; or by any other Contractor employed by the City; or by changes ordered in the work; or by strikes, lockouts, fire, unusual delays in transportation, unavoidable casualties, or any cause beyond the Contractor's control; or by delay authorized by the Engineer pending arbitration; or by any cause which the Engineer shall decide justifies the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide will compensate for such delay. No such extension shall be made for delay occurring more than thirty (30) days before claim therefore is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. This article does not exclude the recovery of damages for delay by either party under provisions in the contract documents. 5. TEMPORARY SUSPENSION OF WORK. The Engineer shall have authority to suspend the work, wholly or in part, for such period or periods of time as he may deem necessary, due to unsuitable weather or such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such time as is necessary due to the failure to the Contractor to carry out orders given or to perform any or all provisions of the Contract. 6. NOTICES - HOW SERVED. Any notice to be given by the City to the Contractor under this contract shall be deemed to be served if the same be delivered to the man in charge of any office used by the Contractor or his foreman or agent at or near the work, or deposited in the post office, postpaid, addressed to the Contractor at his last known place of business. 7. PROGRESS OF WORK. The progress of the work shall be such that, at the expiration of one- fourth (1/4) of the contract period, one-eighth (1/8) of the work shall be completed; at the expiration of one-half (1/2) of the contract period, three-eighths (3/8) of the work shall be completed; at the expiration of three-fourths (3/4) of the contract period, the work shall be three-fourths (3/4) completed, and the whole work shall be completed at the expiration of the contract period. If, at any time the above schedule is not being maintained, the Council may give written notice to the Contractor and his sureties that the specifications are not being complied with. Such notice shall state what action on the part of the Contractor is required to bring the work within the requirements of the specifications. If the Contractor fails, within ten (10) days, to proceed as directed in the said notice, then the Council shall have authority to annul this contract without process or action at law and take over the prosecution and completion of the work, as provided under the article covering City's right to terminate contract. 8. CITY'S RIGHT TO TERMINATE CONTRACT. If the Contractor should be adjudged a bankrupt; or if he should make a general assignment for the benefit of this creditor; or if a Receiver should be appointed on account of his insolvency; or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough skilled workmen or proper materials; or if he should fail to make prompt payment to Subcontractors or for materials or labor; or if he should persistently disregard laws, ordinances, or the instructions of the Engineer; or if he should otherwise be guilty of a substantial violation of any provision of the contract, then the City, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other rights or remedy, and after giving the Contractor seven (7) days' written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method he may deem expedient. In such cases, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expenses of finishing the work, including compensation for additional managerial and administration services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided and the damage incurred through the Contractor's default shall be certified by the Engineer. GENERAL SPECS GS -7 of 12 60304103 9. REMOVAL OF EOUIPMENT. In the case of annulment of this contract before completion, from any cause whatsoever, the Contractor, if notified to do so by the City; shall promptly remove any part or all of his equipment and supplies from the property of the City, failing which, the City shall have the right to remove such equipment and supplies at the expense of the Contractor. SECTION E - MEASUREMENTS AND PAYMENT 1. STANDARD OF MEASUREMENT. All work completed under the contract shall be measured by the Engineer according to the United States standard measures. 2. SCOPE OF PAYMENTS. The Engineer's measurements of quantities shall be the basis for fmal payment for the work performed under this Contract. After the work is completed, the Engineer will make measurements and computations of the number of units of each of the various items of work completed, and the Contractor will be paid for the actual amount of work performed at the rates specified in his Proposal. Before final settlement is made, the Council may require the Contractor to submit a list of all persons furnishing labor or materials, with evidence that such persons have been paid in full. Payment shall be made in the manner set forth in official publications and Council Proceedings relative thereto. 3. PAYMENT FOR EXTRA WORK. Such extra work as may have been ordered by the Engineer and performed by the Contractor shall be compensated for as provided herein. If work is to be done or materials are to be furnished by the Contractor which cannot properly be classified under unit prices included in the Proposal, the Contractor shall be paid therefore the actual reasonable cost of the labor and materials entering permanently in such work, plus fifteen percent (15%) of the cost thereof. In computing the labor cost on such extra work, the following items shall be included: (a) Actual payroll expenditures for labor at the current rate therefore, and cost of materials. (b) Pay of foreman and timekeepers for actual time required on the extra work. (c) Liability insurance, prorated, for the extra work. Labor cost items on extra work shall be furnished in duplicate by the Contractor to the Inspector daily. The Inspector shall check the items, and if he finds them to be correct, he shall so certify on the statement of cost, returning one copy to the Contractor and filing one copy with the Engineer. The Engineer shall determine the cost of materials entering into extra work from the materials and receipted freight bills for the same. For any special machine, power tools, or equipment, including fuel and lubricants, but not including small hand tools, which may be deemed necessary or desirable to use, the Contractor shall be allowed a reasonable rental thereon, to be agreed upon in writing by the Engineer before such work is begun, and to which sum no percentage is to be added. The item of cost shall not include repairs or replacement of equipment or overhead expenses of any character. The fifteen percent (15%) allowed is considered to cover the use of hand tools and all overhead expenses except liability insurance. In no case will a claim for extra compensation be allowed unless the work upon which the claim is based has been ordered in writing, except as provided hereinafter. 4. CLAIMS FOR EXTRA COST. If the Contractor claims that any instructions, by drawings or otherwise, involved extra cost under this contract, he shall give the Engineer written notice thereof within ten (10) days after completion of the work. No such claim shall be valid unless so made. GENERAL SPECS GS -8 of 12 60304103 5. CLAIMS FOR EXTRA COMPENSATION. If the Contractor deems that extra compensation is due him for work and/or materials that he considered is not clearly covered in the items for which he submitted unit prices in his bid and that were not ordered in writing by the Engineer as an extra s heretofore provided, the Contractor shall notify the Engineer, in writing, of his intention to make claim for extra compensation for work and/or material before starting construction. If such written notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost as defined herein, then the Contractor hereby agrees to waive the claim for extra compensation. Such notice to the engineer and the fact that the Engineer has kept account of cost as aforesaid, shall not in any way be construed as proving the validity of the claim, which must be passed upon by the Council. In the event that the Council finds the claim to be just, it shall be allowed and paid for as extra work as provided herein. 6. COMPLETION REPORT AND OBJECTIONS THERETO. Within ten (10) days after the full completion of the work to be done under this contract, the Engineer shall make a written statement of all the work done by the Contractor hereunder, stating the quantity of each item as found by him and including a statement of all credits for extra work and all credits or debits for changes, alterations, omissions, and defects, and shall forthwith deliver a copy of such statement to the Contractor. The Contractor shall compare such statement with his own records and shall then, in writing, either approve such statement or point out any claimed errors or omissions. If any of such claims are found correct, the Engineer shall, within ten (10) days, prepare a new statement, a copy of which shall in like manner be delivered unto the Contractor. The Engineer will not file a formal completion report with the City until the Contractor has approved the same. If the figures of the Engineer and the Contractor cannot be reconciled, or there is a difference of opinion regarding some item or items, then such difference of opinion shall be submitted to arbitration as hereinafter provided, and the decision of the arbitrator or arbitrators shall be final, and the Engineer shall, within a period of five (5) days, file his completion report. Before action by the City Council upon such completion report, the Contractor shall also file a written statement of any claims he may have against the City, other than those shown by such completion report, growing out of this contract or the work done hereunder. The City shall retain ten percent (10%) of the amount due the Contractor on the completion report for a period of thirty (30) days. If no claims are filed against the Contractor within thirty (30) days, the final ten percent (10%) shall then be paid to the Contractor. 7. WAIVER. By the execution of this contract ,the Contractor agrees that any objections he may have to the statement of the amount of work done hereunder included by the Engineer in this completion report, and any claims of the Contractor against the City growing out of this contract and the work done hereunder which are not stated in writing in the manner and within the time provided in Article 6, Section E hereof, shall be waived, and no such claim shall thereafter be asserted against the City. SECTION F - LEGAL RELATIONS AND RESPONSIBILITIES 1. LAWS RELATING TO WORK. The Contractor is presumed to be familiar with all laws, ordinances, and regulations which may, in any manner, affect those engaged or employed upon the work or the materials or equipment used in or upon the work, and shall conduct the work so as not to conflict with such laws, ordinances, and regulations. 2. PROTECTION OF WORK AND PROPERTY. The Contractor for any part of the improvement shall be held responsible for the care of materials and of partially completed and completed work until final acceptance of the same by the Council. He will be required to make good at his own expense any damage which the work may sustain from any cause prior to the filing of the engineer's certificate of completion. He shall take all risk from floods and casualties of every description and make no charge for delay due to such cause. He may, however, be allowed a reasonable extension of time on account of such delays. He shall correct or make good at his own expense all damages to adjacent property due to the acts or negligence of his employees of the prosecution of his work, and save the City harmless therefore. GS -9 of 12 GENERAL SPECS 60304103 The Contractor shall be held liable and responsible for all damages done to water, sewer, drain, or other underground pipes and structures, and to sidewalks and private property. 3. RESPONSIBILITY FOR ACCIDENTS. The Contractor shall assume full responsibility for all damages sustained by persons or property due to the carrying on of his work until final acceptance thereof, or until released by the Engineer in writing. 4. LIABILITY INSURANCE. The Contractor shall carry liability insurance which shall save the City harmless and protect the public and any person from injury sustained by the reason of the prosecution of the work or the handling or storing of materials therefore, and said Contractor shall also cavy liability insurance which shall meet the requirements of the Iowa Worker's Compensation Law. Before work shall be started on this contract, the Contractor shall furnish the City Clerk with proper affidavit or Affidavits executed by representatives of duly qualified insurance companies, evidencing that said insurance company or companies have issued liability insurance policies, effective during the life of the contract, or for a period of a least ten (10) days following the filing of written notice of cancellation, protecting the public and any person from injuries or damages sustained by reason of carrying on the work involved in the Contract. The affidavit shall specifically evidence the following forms of insurance protection: (a) Public liability insurance covering all operations performed by persons directly employed by the Contractor. (b) Public liability insurance covering all operations performed by any Subcontractor to whom a portion of the work may have been assigned. (c) Public liability insurance covering all work upon the project performed by any independent Contractor working under the direction of either the principal Contractor or a Subcontractor. (d) Motor vehicle bodily injury liability insurance and property damage liability insurance on all motor vehicles employed on the work, whether owned by the Contractor or by other persons, firms, or corporations. (e) The minimum protection shall be as follows: Comprehensive General Liability Insurance General Aggregate Limit $ 2,000,000.00 Products—Completed Operations Aggregate Limit $ 2,000,000.00 Each Occurrence Limit $ 2,000,000.00 Comprehensive Automobile Liability Insurance $ 1,000,000.00 The Contractor shall have the City of Waterloo, Iowa, and Engineer, AECOM, named as "Additional Named Insureds". A certificate, or a policy if requested, shall be filed with the Owner. All certificates and/or policies of insurance furnished by the Contractor to be filed with the City Clerk shall include the name and address of the agency issuing the same. It shall also be required that the City Clerk be notified by registered mail of the cancellation or expiration of the above insurance. 5. BARRICADES AND SIGNS. The Contractor shall, at his own expense and without further or other order, provide, erect, and maintain, at all times during the progress and suspension of the work and until completion and final acceptance thereof, suitable and requisite barricades, signs, or other adequate protection, as required by the latest edition of the "Iowa Manual on Uniform Traffic Control Devices for Streets and Highways" GENERAL SPECS 60304103 GS -IO of 12 and shall provide, keep, and maintain such barricades, signs, etc., as may be required or as may be ordered by the City Engineer, to insure the safety of the public as well as those engaged on the work. All barricading plans shall be approved by the City Engineer. 6. ROYALTIES AND PATENTS. The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the City harmless from loss on account thereof, except that the City shall be responsible for all such loss when a particular process or the product of a particular manufacturer is specified. 7. PERMITS AND REGULATIONS. Permits and licenses of a temporary nature for the prosecution of the work shall be secured and paid for by the Contractor. Permits, license, and easements for permanent changes in existing facilities shall be secured and paid for by the City. 8. CLAIMS FOR DAMAGES. Any claim for damages arising under this Contract shall be made in writing to the party liable within a reasonable time of the first observance of such damage and no later than the time of final payment, except as expressly stipulated otherwise in the case of faulty work or materials, and shall be adjusted by agreement or arbitration. The Contractor shall be held for the payment of all just claims against him arising out of the prosecution of this contract, and his bond will not be released until such claims are paid for dismissed. 9. ASSIGNMENT OF CONTRACT. The Contractor shall not sell or assign the contract or sublet any portion of the work provided for therein without the written consent of the City Council. 10. SUBCONTRACTORS. The Contractor shall, as soon as practicable after the signature of the contract, notify the Engineer in writing of the names of the Subcontractors proposed for the work and shall not employ any that the Engineer may, within a reasonable time, object to as incompetent or unfit. The Contractor agrees that he is as fully responsible to the City for the acts and omission of his Subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Nothing contained in the contract documents shall create any contractual relation between any Subcontractor and the City. 11. ARBITRATION. All questions subject to arbitration under this Contract shall be submitted to arbitration at the choice of either party to the dispute. The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Engineer. The demand for arbitration shall be filed in writing with the Engineer, in the case of an appeal from his decision, within ten (10) days of its receipt, and in any other case, within a reasonable time after cause thereof, and in no case later than the time of fmal payment, except as otherwise expressly stipulated in the contract. If the Engineer fails to make a decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the part appealing. No one shall be nominated or act as an arbitrator who is in any way financially interested in the contract or in the business affairs of either the City or the Contractor. The general procedure shall conform to the laws of the State of Iowa. Unless otherwise provided by such laws, the parties may agree upon one arbitrator; otherwise, there shall be three --one named in writing by each party to this contract to the other party, and the third chosen by these two arbitrators, or, if they fail to select a third within ten (10) days, then he shall be chosen by the Comptroller of the State of Iowa. Should either party refuse or neglect to supply the arbitrators with any papers or information demanded in writing, the arbitrators are empowered by both parties to proceed ex parte. GS -11 of 12 GENERAL SPECS 60304103 If there be one arbitrator, his decision shall be binding; if three, the decision of any two shall be binding. Such decision shall be a condition precedent to any right of legal action, and, wherever permitted by law, it may be filed in Court to carry it into effect. The arbitrators, if they deem that the case demands it, are authorized to award to the party whose contention is sustained such sums as they shall deem proper for the time, expense, and trouble incident to the appeal, and, if the appeal was taken without reasonable cause, damages for delay, the arbitrators shall fix their own compensation unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbitrators must be in writing, and it shall not be open to objections on account of the form of proceeding or the award, unless otherwise provided by the laws of Iowa. In the event of such laws providing on any matter covered by this article otherwise than as hereinbefore specified, the method of procedure throughout and the legal effect of the award shall be wholly in accordance with the laws of the State of Iowa, it being intended hereby to lay down a principle of action to be followed, leaving its local application to be adopted to the legal requirements of the place in which the work is to be done. 12. PERFORMANCE AND PAYMENT BONDS. The Contractor shall, at the time of execution and delivery of this contract and before the taking effect of same, furnish and deliver to the City written bonds of indemnity to the amount required by law in form and substance, and with surety thereon satisfactory and acceptable to the City, to insure the faithful performance and payment by the Contractor of all the covenants and agreements on the part of the Contractor contained in this contract. These bonds shall remain in force and effect for the full amount of the Contract. 13. PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the provisions of the Contract or in exercising any power or authority granted him thereby, there shall be no liability upon the Engineer or his authorized assistants, either personally or as an official of the City, it being understood that in such matters he acts as the agent and representative of the City. 14. JURISDICTION. Any action in Court against the Contractor or sureties on his bond because of damages to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of the specifications, or on account of the failure of said Contractor to comply fully with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 15. TERMINATION OF RESPONSIBILITY. The Contract shall be considered as completed and the Contractor released from further obligations except as to the requirements of his bond, after the work has been completed and finally accepted and final estimates have been allowed and the completion report of the engineer has been filed and approved by the Council. 16. CITY'S LEGAL RIGHTS. The City shall not be precluded by any measurements, estimate, or certificate made, either before or after the completion and acceptance of the work and payment therefore, from showing the true amount and character of the work performed and materials furnished by the Contractor, or from showing that any such measurement, estimate, or certificate is untrue or incorrectly made, or the work or materials do not, in fact, conform to the Contract. The City shall not be precluded, notwithstanding any such measurements, estimate, or certificate and payment in accordance therewith, from recovering from the Contractor and his surety such damages as it may sustain by reason of his failure to comply with the terms of the Contract. Neither the acceptance by the City or any of its representatives, nor any payment for or acceptance of the whole or any part of the work, nor any extension of time, nor any possession taken by the City, shall operate as a waiver on any portion of the contract or of any power herein reserved, or any right to damages herein provided. A waiver of any breach of the contract shall not be held to be a waiver of any other or subsequent breach. * * * END OF SECTION * * * GENERAL SPECS 60304103 GS -12 of 12 SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION 1. SUBCONTRACTS The contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to require compliance by each subcontractor with the applicable provisions of the contract for the improvements embraced in this contract. 2. REVIEW BY THE CITY OF WATERLOO The City of Waterloo, its authorized representatives and agents, shall at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this contract, provided, however, that all instructions and approval with respect to the work will be given to the contractor only by the City of Waterloo through its authorized representative or agents. 3. INSPECTION a. The contractor shall furnish promptly all materials reasonably necessary for any tests which may be required. All tests by the City of Waterloo will be performed in such manner as not to delay the work unnecessarily and will be made in accordance with the provisions of the Technical Specifications. b. Inspection of materials and appurtenances to be incorporated in the improvements embraced in this contract may be made at the place of production, manufacture or shipment, whenever the quantity justifies it, and such inspection and acceptance, unless otherwise stated in the Technical Specifications, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the require- ments contained in the preceding sentence, the inspection of materials as a whole or in part will be made at the project site. 4. WARRANTY OF TITLE No material, supplies, or equipment to be installed or furnished under this contract shall be purchased subject to any chattel mortgage or under a conditional sale, lease -purchase or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The contractor shall warrant good title to all materials, supplies, and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all improvements and appurtenances constructed or placed thereon by him to the City of Waterloo free from any claims, liens, or charges. Neither the contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this contract shall have any right to a lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor to recover under any bond given by the contractor for their protection or any rights under any law permitting such persons to look to funds due the contractor in the hands of the City of Waterloo. The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. * * * END OF SECTION * * * SUPPLEMENTARY GENERAL SPECS. SGS -1 of 1 60304103 FORM OF CONTRACT CONTRACT FOR THE CONSTRUCTION OF SOUTH HILLS DRAINAGE IMPROVEMENTS CITY OF WATERLOO, IOWA This contract made and entered into this day of 2013, by and between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to as (City), and , of , (hereinafter referred to as Contractor), WITNESSETH: PAR. 1 Contractor agrees to build and construct the SOUTH HILLS DRAINAGE IMPROVEMENTS and furnish all necessary tools, equipment, materials, and labor necessary to do all the work called for in the plans and specifications in a workmanshiplike manner and for the prices set forth in Contractor's proposal, which was accepted by the City, and which is understood and agreed to be a part of this contract. PAR. 2 It is understood and agreed that the resolution adopted by the City Council ordering the construction of the improvement, the Notice to Contractors as published, the Instruction to Bidders, the Form of Proposal, the Construction and Maintenance Bonds, the Council Proceedings relating to this matter, and the Plans and Specifications shall all be considered as forming a part of the contract the same as though they were each set out in said contract. PAR. 3 The Contractor agrees to furnish at its own cost and expense, all necessary materials and labor for said work and to construct said improvements in a thorough, substantial, and workmanlike manner, and in strict accordance with the requirements of this contract, and of the plans and specifications made a part hereof by reference, and to the satisfaction and approval of the City and its engineer. PAR. 4 The Contractor agrees to perform said work and install said improvements on the terms set out in bid or proposal to the City which has been accepted by the City and which is by reference made a part of this contract. PAR. 5 The work under the proposed contract shall be commenced within ten (10) working days after receipt of "Notice to Proceed" and all items shall be completed on or before June 1, 2014. The completion date will be administered based on 20 working days, and winter work as defined by IDOT Standard Specifications will be allowed but working days will not be charged. PAR. 6 Should the Contractor fail to complete said improvements in strict accordance with the terms and conditions of this contract, or the plans and specifications therefor promptly by the date herein specified, the City may pay such additional sums as it may be required to pay by reason of the failure of said contractor and deduct any and all such sums from any amount then due the Contractor. PAR. 7 The Contractor agrees to comply with and obey all ordinances of the City of Waterloo, Iowa, relating to the obstruction of streets and alleys, keeping open passage ways for water, traffic, and protecting any excavations in any street or alley, and maintaining proper and sufficient barricades with lights and signals during all hours of darkness, to see that the backfilling is properly done, and agrees to keep the City whole and defend any and all suits that may be brought against the City by reason of any injuries that may be sustained by any person or property allegedly caused by the Contractor, or his agents, while work is done pursuant to this agreement. C-1 of 3 FORM OF CONTRACT 60304103 PAR. 8 PAR. 9 PAR. 10 PAR. 11 PAR. 12 PAR. 13 PAR. 14 PAR. 15 PAR. 16 The Contractor agrees that in the event a law suit is brought against the City for damages allegedly sustained by reason of any act, omission or negligence of the Contractor or its agents, or on account of any injuries allegedly sustained by reason of any obstruction, hole, depression or barrier placed or dug by the defendant or its agents, in the doing of the work herein contracted for, that it will defend said suit and save the City harmless therein, and in case judgment is rendered against the City, the Contractor agrees to pay the same promptly. The Contractor agrees to carry public liability insurance in a solvent company in a sufficient amount to protect the City and those who use the streets of the City. The City shall have the right to appoint one or more construction reviewers who shall review the progress of the work in detail; also, to make any test or any material to be used in such work. No material shall be used in any work until the same has first been approved by the construction reviewer. Such construction reviewer shall have full authority to pass judgment upon all materials and upon the manner of doing the work, and their judgment on rejecting any materials, substance, or manner of work shall be final unless it is revoked or modified by the City Engineer. Any material, which has been rejected by the construction reviewer, shall be at once removed from the line of work and shall not be again taken thereon or placed with the material proposed to be used without the written consent of the City Engineer. The Contractor shall maintain no cause of action against the City on account of delays and prosecution of work, but if said work is delayed by the City, the Contractor shall have such extra time for completion of the job as was lost by reason of the delay caused by the City. The Contractor agrees to pay punctually all just claims of labor, material, men, or subcontractors who shall perform labor or furnish materials entering into this improvement. It is agreed that the City need not pay the Contractor until all such claims are paid by the Contractor. It is agreed that the City shall not be liable for said labor, material, or men under this contract. The Contractor agrees to furnish the City, simultaneously with this contract, a bond on a form to be provided by the City in the amount provided by law as stated in the Notice to Bidders, which shall be for the benefit of the City, and any and all persons injured by the breach of any of the terms of this contract. Said bond shall be filed with the City Clerk and shall be subject to the approval of the City Council, and is by reference made a part of this contract. The Contractor agrees that should it abandon work under this contract or cease the prosecution thereof for a period of thirty (30) consecutive days without reasonable cause, and should it fail to proceed with said work within ten (10) days after a notice to continue or carry it on has been mailed to it at the address given herein by the City, or after such notice has been served on it, then the City may proceed to complete said work, using any material, tools, or machinery found along said line of work, doing the work either by contract or as it may elect, and the Contractor and the sureties on its bond shall be liable to the City for the costs and expenses so paid out. Said costs shall be retained by the City from any compensation due, or to become due the Contractor, and may be recovered by the City in an action upon Contractor's bond. In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations, and conditions hereof, or contained in the various instruments made a part of this contract by reference, and upon completion and acceptance of said work, the City agrees to pay to the Contractor, in the manner set out in the Notice to Contractors, the amount of money due the Contractor for work performed and accepted, at the unit prices set out in the Contractor's proposal, which has been accepted by the City. The total amount of the contract, based on the Engineer's estimates of quantities and the Contractor's unit bid prices, and for which 100% surety bond is required is $ FORM OF CONTRACT 60304103 C-2 of 3 PAR. 17 After the completion of said work, the Contractor agrees to remove all debris and clean up said streets, and to save the City harmless from any damage allegedly resulting from a failure to clean up and remove the debris or put the street back in a proper condition for travel. PAR. 18 This contract is not divisible, but in the event of a conflict between this contract and the various instruments incorporated by reference, this contract shall govern. PAR. 19 Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as "Maintenance Bond," and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. PAR. 20 The Contractor shall maintain all work done hereunder in good order for the period of two (2) years from and after the date it is accepted by the Council of the City of Waterloo, Iowa. Said maintenance shall be made without expense to the City or the abutting property. In the event of the failure or default of the Contractor to remedy any or all defects appearing in said work within a period of two (2) years from the date of its acceptance by said Council, and after having been given ten (10) days' notice so to do by registered letter deposited in the United States Post Office in said town, addressed to said contractor at the address herein given, then the City may proceed to remedy such defects. The costs and expenses thereof to be recovered from the Contractor and the sureties on its maintenance bond by an action brought in any court of competent jurisdiction. PAR. 21 The Contractor shall give notice to said City by registered letter directed to the Mayor or City Clerk/Auditor thereof not more than four (4) and not less than three (3) months prior to the expiration of the term during which the Contractor is required to maintain said improvements, in good repair by the terms of its Contract. The liability of the Contractor and of the sureties on its bond for maintenance of the said improvements shall continue until three (3) months after such notice has been given to the City, and, in any event, until two (2) years after the acceptance of the work. CITY OF WATERLOO, IOWA Mayor City Clerk Contractor BY: Title: Approved by the City Council of the City of Waterloo, Iowa, this day of ,2013. ATTEST: , City Clerk Waterloo, Iowa FORM OF CONTRACT 60304103 C-3 of 3 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, , of (the Principal), and of (the Surety), are held and f mly bound unto the City of Waterloo (the Obligee), in the penal sum of Dollars ($ ) lawful money of the United States, for the payment of said sum in connection with a contract (the "Contract") dated on or about for the purpose of SOUTH HILLS DRAINAGE IMPROVEMENTS. The Contract is incorporated herein by reference as though fully set forth herein. Whenever the Principal shall be and is declared by the Obligee to be in default under the Contract, with the Obligee having performed its obligations in the Contract, then the Surety, acknowledging that time is of the essence, may promptly remedy the default, or shall promptly undertake to: t. Complete the Contract in accordance with its terms and conditions; or 2. Obtain one or more bids for completing the Contract in accordance with its terms and conditions, and upon determination by the Surety of the lowest responsible bidder, or negotiated proposal, or, if the Obligee elects, upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, or negotiated proposal, arrange for a contract between such party and the Obligee. The Surety will make available as work progresses sufficient funds to pay the cost of completion less the balance of the Contract price. The cost of completion includes responsibilities of the Principal for correction of defective work and completion of the contract, the Obligee's legal and design professional costs resulting directly from the Principal's default, and liquidated damages or actual damages if no liquidated damages are specified in the Contract. The term "balance of the Contract price" means the total amount payable by the Obligee to the Principal under the contract and any amendments thereto, less the amount properly paid by the Obligee to the Principal; or 3. Determine the amount for which it is liable to the Obligee and pay the Obligee that amount as soon as practicable. In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and hold Obligee harmless from and against any and all costs of enforcement, including but not limited to reasonable attorneys' fees and expenses. Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent to each and all of the following matters without notice: 1. To any extension of time to the contract in which to perform the contract. 2. To any change in the plans, specifications, or contract when such change does not involve an increase of more than twenty percent (20%) of the total contract price, and shall then be released only as to such excess increase. 3. That no provision of this bond or of any other contract shall be valid which limits to less than one (1) year from the time of the acceptance of the work the right to sue on this bond for defect in workmanship or material not discovered or known to the Obligee at the time such work was accepted. If the Principal performs the Contract, then this bond shall be null and void; otherwise, it shall remain in full force and effect. In no event shall the Surety's total obligation exceed the penal amount of this bond. PERFORMANCE BOND PFB-I oft 60304103 Terms used herein shall include, as appropriate, the singular or plural number, or the masculine, feminine or neuter gender. IN WITNESS WHEREOF, the undersigned Principal and Surety have executed this Performance Bond as of PRINCIPAL SURETY Name Name By: By: Title: Title: [Attach Power of Attorney] NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. If this project includes Federal Funds, the following applies to the payment bond: IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. PERFORMANCE BOND PFB-2 of 2 60304103 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, (Corporation, Partnership or Individual) and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto CITY OF WATERLOO, IOWA (Name of Owner) 715 MULBERRY STREET, WATERLOO, IOWA 50703 (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars ($ ). in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of , 2013, a copy of which is hereto attached and made a part hereof for the construction of: SOUTH HILLS DRAINAGE IMPROVEMENTS CITY OF WATERLOO, IOWA NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PAYMENT BOND PBT ort 60304103 PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS HEREOF, this instrument is executed in counterparts, each one of (number) which shall be deemed an original, this the day of 2013. ATTEST: (Principal) Secretary (SEAL) By Witness as to Principal (Address) Principal (s) (Address) Surety ATTEST: By Attorney -in -Fact Witness as to Surety (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. PAYMENT BOND PB -2 oft 60304103 APPENDIX APPENDIX TABLE OF CONTENTS 1. Pollution Prevention Plan 2. Storm Water Discharge 3. Change Order Form POLLUTION PREVENTION PLAN All contractors shall conduct their operations in a manner that controls pollutants, minimizes erosion, and prevents sediments from entering waters of the state and leaving the highway right-of-way. The prime contractor shall be responsible for compliance and implementation of the PPP for their entire contract. This responsibility shall be further shared with subcontractors whose work is a source of potential pollution as defined in this PPP. 1. ROLES AND RESPONSIBILITIES Designer: Prepares Base PPP included in the project plan. Contractor/Subcontractor: Affected contractors/subcontractors are co -permittees with the City of Waterloo and will adhere to the requirements of the NPDES permit and this PPP plan. All co -permittees are legally required under the Clean Water Act and the Iowa Administrative Code to ensure compliance with the terms and conditions of this PPP. Install and maintain appropriate controls. Supervise and implement good housekeeping practices. Conduct joint required inspections of the site with inspection staff. Signature authority on storm water inspection reports. RCE/Inspector: Conduct joint required inspections of the site with the contractor/subcontractor. Complete an inspection report after each inspection. 2. PROJECT SITE DESCRIPTION This Pollution Prevention Plan is for the construction of the 4`h Street Bridge Slope Protection and Riverwall Repairs located under the 4th Street Bridge in Waterloo, Iowa. This Pollution Prevention Plan (PPP) covers approximately 0.1 acre, with an estimated 0.1 acre being disturbed. The PPP is located in an area of one soil associations (Kenyon -Floyd -Clyde). The estimated average SCS runoff curve number for this PPP after completion will be 98. Runoff from this work will flow into the Cedar River 3. CONTROLS The contractor's work plan and sequence of operations for accomplishment of storm water controls should clearly describe the intended sequence of major activities and for each activity define the control measure and the timing during the construction process that the measure will be implemented. Preserve vegetation in areas not needed for construction. Actual quantities used may vary from the Base PPP and amendment of the plan will be documented via fieldbook entries or by contract modification. Additional pollution control items may be required as determined by the inspector and/or contractor during storm water monitoring inspections. All work will be incidental to "Mobilization" bid item. A. EROSION AND SEDIMENT CONTROLS 1) Stabilization Practices - Site plans will ensure that existing vegetation is preserved where attainable and disturbed portions of the site will be stabilized. Stabilization measures shall be initiated as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased. PPP -1 South Hills Drainage hupr-60304103 Temporary stabilizing seeding shall be completed as the disturbed areas are constructed. If construction activity is not planned to occur in a disturbed area for at least 7 days, the area shall be stabilized by temporary seeding or mulching within 7 days. Other stabilizing methods shall be used outside the seeding time period. Stabilization measures to be used for this project are located in the Estimated Project Quantities and Estimate Reference Information of the Construction Plan Set. Additional items may be found in the Inspector's Daily Reports (IDR) or Contract Modifications. 2) Structural Practices - Structural practices will be implemented to divert flows from exposed soils and detain or otherwise limit runoff and the discharge of pollutants from exposed areas of the site. Structural items to be used for this project are located in the Estimated Project Quantities and Estimate Reference Information located in the Construction Plan Set. Typical drawings detailing construction of the devices to be used on this project can be found on the Tpyical Section Sheets and the Erosion Control sheets of the plan or are referenced as a Standard Road Plan. 3) Storm Water Management - Measures shall be installed during the construction process to control pollutants in storm water discharges that will occur after construction operations have been completed. The installation of these devices may be subject to Section 404 of the Clean Water Act. B. OTHER CONTROLS Contractor disposal of unused construction materials and construction material wastes shall comply with applicable state and local waste disposal, sanitary sewer, or septic system regulations. In the event of a conflict with other governmental laws, rules and regulations, the more restrictive laws, rules or regulations shall apply. 1) Vehicle Entrances and Exits - Construct and maintain entrances and exits to prevent tracking of sediments onto roadways. 2) Material Delivery, Storage and Use - Implement practices to prevent discharge of construction materials during delivery, storage, and use. 3) Stockpile Management - Install controls to reduce or eliminate pollution of storm water from stockpiles of soil and paving. 4) Waste Disposal - Do not discharge any materials, including building materials, into waters of the state, except as authorized by a Section 404 permit. 5) Spill Prevention and Control - Implement procedures to contain and clean-up spills and prevent material discharges to the storm drain system and waters of the state. 6) Concrete Residuals and Washout Wastes - Designate temporary concrete washout facilities for rinsing out concrete trucks. Provide directions to truck drivers where designated washout facilities are located. 7) Vehicle and Equipment Cleaning - Employ washing practices that prevent contamination of surface and ground water from wash water. 8) Vehicle and Equipment Fueling and Maintenance - Perform on site fueling and maintenance in accordance with all environment laws such as proper storage of onside fuels and proper disposal of used engine oil or other fluids on site. 9) Litter Management - Ensure employees properly dispose of litter. PPP -2 South Hills Drainage Impr-60304103 C. APPROVED STATE OR LOCAL PLANS During the course of this construction, it is possible that situations will arise where unknown materials will be encountered. When such situations are encountered, they will be handled according to all federal, state, and local regulations in effect at the time. 4. MAINTENANCE PROCEDURES The contractor is required to maintain all temporary pollution control measures in proper working order, including cleaning, repairing, or replacing them throughout the contract period. This shall begin when the features have lost 50% of their capacity. 5. INSPECTION REQUIREMENTS Inspections shall be made jointly by the contractor and the contracting authority at least once every seven calendar days. Storm water monitoring inspections will include: Date of the inspection. Summary of the scope of the inspection. Name and qualifications of the personnel making the inspection. Rainfall amount. Review pollution control measures within disturbed areas for the effectiveness in preventing impacts to receiving waters. Major observations related to the implementation of the PPP. Identify corrective actions required to maintain or modify pollution control measures. Verify that locations where vehicles enter or exit the site control offsite sediment tracking. Completed storm water inspections shall be contained within the onsite SWPPP notebook and copies shall be submitted to the City of Waterloo after each inspection. Include storm water monitoring inspection reports in the Amended PPP. Incorporate any additional erosion and sediment control measures determined as a result of the inspection. Immediately begin corrective actions on all deficiencies found and complete all actions within 3 calendar days of the inspection. 6. NON -STORM WATER DISCHARGES This includes subsurface drains (i.e. longitudinal and standard subdrains) and slope drains. The velocity of the discharge from these features may be controlled by the use of patio blocks, Class A stone, erosion stone or other appropriate materials. 7. POTENTIAL SOURCES OF OFF RIGHT-OF-WAY (ROW) POLLUTION Silts, sediment, and other forms of pollution may be transported onto highway right-of-way (ROW) as a result of a storm event. Potential sources of pollution located outside highway ROW are beyond the control of this PPP. Pollution within highway ROW will be conveyed and controlled per this PPP. 8. DEFINITIONS Base PPP - Initial Pollution Prevention Plan. Amended PPP - May include Plan Revisions or Contract Modifications for new items and fieldbook entries made by the inspector. IDR - Inspector's Daily Report- this contains the inspector's daily diary and item postings. Controls - Methods, practices, or measures to minimize or prevent erosion, control sedimentation, control storm water, or minimize contaminants from other types of waste or materials. PPP -3 South Hills Drainage lmpr-60304103 9. CITY OF WATERLOO CONSTRUCTION SITE RUNOFF (CSR) CHECKLIST Contractor shall install initial controls. - Contractor shall contact City of Waterloo Engineering Department for pre -construction inspection prior to commencement of land disturbing activities. Contractor and Construction Inspector shall begin inspection reporting as soon as land disturbance occurs, continue minimum once per week until site is 70% stabilized, maintain and add controls as necessary. Once all disturbed areas are 70% stabilized, contractor and Engineer shall contact City of Waterloo Engineering Department for post -construction inspection. PPP -4 South Hills Drainage Impr-60304103 Storm Water Discharge Associated With Industrial Activity For Construction Activities City Waterloo, Iowa Project County Black Hawk Project Number Certification Statement "I certify under penalty of law that I understand the terms and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site as part of this certification. Further, by my signature, I understand that I am becoming a co -permittee, along with the owner(s) and other contractors and subcontractors signing such certifications, to the Iowa Department of Natural Resources NPDES General Permit No. 2 for "Storm Water Discharge Associated with Industrial Activity for Construction Activities" at the identified site. As a co -permittee, I understand that I, and my company, are legally required under the Clean Water Act and the Code of Iowa, to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit." Name Type, Stamp or Print Legibly Title Company Name Address Telephone Number Signed By Date (president, vice president, general partner ofproprietor) SW -1 South Hills Drainage hnpr-60304103 CHANGE ORDER NO. Owner Date Project Owner's Contract No. Contractor Date of Contract Start $ You are directed to make the following changes in the Contract Documents. Description: Reason for Change Order: CONTRACT PRICE CONTRACT TIMES (Calendar Days) To substantial To final completion completion Original: $ Original Completion Date: Previous CIO's (ADD/DEDUCT): $ Previous CIO's (ADD/DEDUCT): This C.O. (ADD/DEDUCT): $ This C.O. (ADD/DEDUCT): Contract Price with all REVISED: approved Change Orders: $ Revised Completion Date: It is agreed by the Contractor that this Change Order includes any and all costs associated with or resulting from the change(s) ordered herein, including all impact, delays, and acceleration costs. Other than the dollar amount and time allowance listed above, there shall be no further time or dollar compensation as a result of this Change Order. THIS DOCUMENT SHALL BECOME AN AMENDMENT TO THE CONTRACT AND ALL STIPULATIONS AND COVENANTS OF THE CONTRACT SHALL APPLY HERETO. APPROVED: By: OWNER (Authorized Signature) ACCEPTED: By: Date CONTRACTOR (Authorized Signature) Date AECOM, Inc. 60304103 / Project Change Number Order No. CO -I South Hills Drainage lmpr-60304103 Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward 1 CAROLYN COLE Ward 2 HAROLD GETTY Ward 3 QUENTIN M. HART Ward 4 RON WELPER Ward 5 BOB GREENWOOD Ar -Large STEVE SCHMITT At -Large CITY OF WATERLOO, IOWA COMMUNITY DEVELOPMENT 620 Mulberry Street, Carnegie Annex • Waterloo, IA 50703 • (319) 291-4429 Fax (319) 291-4431 CITY OF WATERLOO Council Communication: City Council Meeting: October 28, 2012 Prepared: October 22, 2013 Dept. Head Signature: Rudy D. Jones, ommunDevelopment Director # of Attachments: None. SUBJECT: 178-D-NSP3.11.18.13 Submitted by: Rudy D. Jones, Community Development Director Recommended City Council Action: Authorize bid process and approve Plans and Specifications for the demolition of one (1) structure: 1019 Lafayette Street. Bids will be due on Tuesday November 12, 2013 and awarded on November 18, 2013, Summary Statement: Request that successful low bidder/contractor demolish the above mentioned structure and prepare the site for redevelopment. Expenditure Required: Estimate: $14,000.00. Source of Funds: Neighborhood Stabilization Program 3 (NSP3) Funds. Policy Issue: Elimination of Slum and Blight and Neighborhood Redevelopment Alternative: None. Background Information: Demolition of this structure will allow for the construction of a new single family housing unit. J:\ANNN\DEMO\Demo Contract+\178-DNSP3.11-18-13\DEMOLITION 178 NSP3 Council Communication .docx OPPORT HOUSING CITY WEBSITE: www.cityofwaterlooiowa.com WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-881 RESOLUTION PRELIMINARILY APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATE OF COST, ETC., IN CONJUNCTION WITH THE DEMOLITION AND SITE CLEARANCE PROJECT, CONTRACT NO. 178-D-NSP3-11-18-13, FOR 1019 LAFAYETTE STREET. WHEREAS, the City Council of the City of Waterloo, Iowa, heretofore instructed the Community Development Director of said City to prepare proposed plans, specifications, form of contract, estimate of cost, etc., in conjunction with the Demolition and Site Clearance Project, Contract No. 178-D-NSP3-11-18-13, for 1019 Lafayette Street, in the City of Waterloo, Iowa, and WHEREAS, said Community Development Director did filesaid plans, specifications, form of contract, estimate of cost, etc., in conjunction with the Demolition and Site Clearance Project, Contract No. 178-D-NSP3-11-18-13, for 1019 Lafayette Street. 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 Demolition and Site Clearance Project, Contract No. 178-D-NSP3-11- 18-13, for 1019 Lafayette Street, in the City of Waterloo, Iowa, be, and the same are hereby, preliminarily approved as filed. PASSED AND ADOPTED this 28th day of October, 2013. nest G. Clark, Mayor ATTEST: y Sc ares, CMC City Clerk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-882 RESOLUTION FIXING THE TIME AND PLACE OF HEARING ON PROPOSED PLANS, SPECIFICATIONS, FORM OF CONTRACT, ETC., IN CONJUNCTION WITH THE DEMOLITION AND SITE CLEARANCE PROJECT, CONTRACT NO. 178-D-NSP3-11-18-13, FOR 1019 LAFAYETTE STREET, IN THE CITY OF WATERLOO AS NOVEMBER 18, 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 18th day of November, 2013, for the purpose of holding a public hearing on proposed plans, specifications, form of contract, etc., in conjunction with the Demolition and Site Clearance Project, Contract No. 178-D-NSP3- 11-18-13, for 1019 Lafayette Street, 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 28th day of October, 2013. Ernest G. Clark, ayor ATTEST: Suzy Schars, CMC City Cler CITY OF WATERLOO, IOWA To: City Council Members Re: Notice of Severance CITY HALL 715 MULBERRY STREET 50703 Department Waterloo Fire Rescue Today's Date: 102413 Effective Date: 102313 Employment Date: 90513 Job Title/Classification 8 Year Firefighter This is to report that the employment of Dave Lingenfelter with the City of Waterloo has been severed by reason of: O Retired Disability Related 0 No O Yes O Resigned O Termination O Other In accordance with City Policy, it is requested to allow payment which consists of the following: Benefits Total Hours (x) Hourly Rate Total Payout Vacation -Accrued 195.3 $ 21.01 $ 4,103.25 Vacation -Current $ - Usable Sick Leave (x) 25% $ - Frozen Sick Leave (x) 60% $ - Personal Hours $ - Comp Time Pay 4.5 $ 20.62 $ 92.79 Unscheduled Leave $ - Holiday b(- -16 $ 20,62 $ (329.92) Comments: l3v ..1 -A -kc -4-G1\ ' \ l,t k Ck1? Total Payment $ 3,866.12 Approved by Human Resource. +,6_MAy) Date I D -a q -ao 13 Date L`1"‘" Routing: Original to Human Resources by Department Human Resources will forward original to City Clerk (Copy in Personnel File) Clerk's Office will forward copy of approved form to Department and Human Resources 1 • Council Agenda Date: i f ,�/4 0 Accruals 0 Status 01-9 Updated 6/28/11 Prepared by: Pauline C CITY OF WATERLOO 9002 PAYMENT VOUCHER A102813 October 21, 2013 Vendor No. Batch No. Vendor Aspro Department Engineering Department Address Grant/Project Code # City & State ..«..*****.«*********************** Invoice Date Invoice No. Keyed By: Qty/Unit Amount Description G/L Distribution 10/18/13 Est # 26 $10,304.34 F.Y 2012 Street Reconstruction Cont 819 205-07-7500-2165 0.00 Sewer 520-14-5200-2165 Bond Funds 408-07-7500-2165 9/10 - 9-30/13 Special Instructions: g,C A/lv✓ Total $10,304.34 10/21/13 Submitted By Date Approved By: F.Y. 2012 STREET RECONSTRUCTION PROGRAM- CONTRACT NO. 819 PARTIAL PAY ESTIMATE NO.26 - PERIOD: OCTOBER 1 - OCTOBER 14, 2013 -� -- 2000 BLOCK 1700 & 3000 1200 & 1400 BID ITEM DESCRIPTION UNIT ASPRO DAWSON KERN LAFAYETTE MAYNARD MITCHELL NINTH, W. RIDGEWAY, E. SHUKEI UNIV. F. RD QTY HAMMOND QTY RIDGEWAY, E QTY MAYNARD NTS. TOTAL TOTAL UNIT $ QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY $ DIVISION I BASE BID - SECTION I 1 CONSTRUCT, MAINTAIN, REMOVE TEMPORARY ACCESS AND REST SY $59.40 0.0 0.0 0.0 0.0 0,0 0.0 55.6 0,0 45.8 36.7 0,0 0.0 0.0 0.0 138.1 155.2 0.0 $8,203.14 $7,527.20 $0.00 2 MISC. HMA, 3", 1M S 1/2" 60% CR SY $48.50 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 155.2 0.0 0.0 3 MISC. HMA, 1 1/2", 3M S 1/2", 75% CR TON $205.00 0.0 0.0 0.0 0.0 0.0 O. 0.0 0.0 0.0 0.0 0.0 4 REMOVE AND REPLACE MISC. 9" HMA SY $121.50 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 28,3 60.2 0.0 88.5 $10 752.75 5 REMOVE AND REPLACE MISC. 10.5" HMA SY $143.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 14.0 0.0 0,0 0.0 0.0 14.0 61.6 0.0 $2 002.00 $3,388.00 $0.00 6 REMOVE AND REPLACE MISC. CURB AND GUTTER, 24" X 9" PCC, C REMOVE AND REPLACE MISC. CURB AND GUTTER, 24 X 6 PCC, C LF LF $55.00 $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 0.0 D.0 0.0 0,0 0.0 0.0 0.0 61.6 0.0 6A 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 0.0 0.0 30.1 0.0 $1,806.00 $0.00 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 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 6'9 0 0.0.01 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 93.3 44.1 244.0 1808.3 $3,941.93 $5,26.00 $13,2136.5 $73,236.75 1ACH ACC DRIVEWAY TSY ON $$4750 0.0 0.0 0.0 0.0 0.0 0.0 0.0 ..545.6 . 244.0 36.4 0.0 107.1 0 722.0 _ 110 DRIVEWAY APPROACHOAND SAN, 7" PCC, C-4 12 DRIVEWAY APPROACH AND SAN, 6" PCC, C-4 SY $40.50 78.0 60.9 258.1 0.0 13 DRIVEWAY APPROACH AND S/W, 5" PCC, C-4 SY $39.75 437.5 136.9 51.3 103.2 673.4 212.8 0.0 0.0 127.7 146.6 168.5 0.0 19979. 883.2 716.1 $79,416.53 $34,135.68 $30,004.59 $34,362.00 $195,054.57 $36,820.05 $27,389.59 $9,373.38 $47,388.60 $31492.35 $757,830.57 $17,019.89 $3,103.20 14 SIDEWALK, 4" PCC, C-4 SY SY $38.65 $41.90 324.2 112.4 22.9 72.2 203.4 255 9 0.0 0.0 9.8 0.0 292,8 275.6 0.0 0,0 0.0 0.0 30.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 15 PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4 16 PEDESTRIAN RAMP DETECTABLE WARNING SURFACE SF $34.50 192.0 96.0 2104.0 348.0 14410,6 0.0 2301.0 0.0 2388.2 360,0 9398.1 0.0 2343.7 0,0 1262.7 0.0 9963.6 0.0 1421.5 0.0 1407.7 0.0 182.4 320,0 0.0 0.0 0.0 0.0 0,0 3.3 0.0 0.0 0.0 996.0 47001.1 8872.3 6599.9 2205,5 10530.8 6998.3 17 CONCRETE PAVEMENT REMOVAL SY $4.15 0.0 18 ASPHALT PAVEMENT REMOVAL SY $4.15 8872.3 _ 0,0 0.0 963.6 0.0 157.1 0.0 602.2 0.0 1670.8 0.0, 407.4 0.0 29.5 0.0 1099.4 0,0 139.5 19 SIDEWALK AND DRIVEWAY REMOVAL SY $4.15 1006.4 338.3 20 SAW CUT - LF $4.25 233.0 0.0 488.5 236.0 106.0 149.0 270.0 0.0 403.0 0.0 975.0 0.0 21 GEOGRID SY $4.50 0.0 465.0 0.0 1144.0 0.0 231.1 2665.6 0.0 0.0 0,0 5050,1 3428.3 22 WOVEN GEOTEXTILE SY $4.50 0.0 0.0 0.0 0.0 2565.0 1005.0 23 MODIFIED SUBBASE TON TON TON 21.00 $19.25 $48.00 4904 921115,85 0,0 0.00 0.0 000 8246.02 42.8 34.03 657.05 0,0 0.00 1904.59 0.0 0.00 8222.79 D.0 0.00 1860.77 782.92 6699.62 554.85 1137.79 0.00 0.0 0,00 36087.17 884.15 64.65 24 SPECIAL BACKFILL SUBBASE 25 RECYLED ASPHALT PAVING 26 ROADSTONE, 3/4" TON $48.00 20.26 0.00 27.33 0.00 0.00 1706,0 30.0 170,0115.0 0.0 2.0 27.85 3828.0 1312,0 3.0 24,0 0.0 0.0 0.00 0,0 0.0 0.0 0.0 104.77 17589,0 9516.0 1038.0 21.0 $5 028.96 $174,131.10 $80 410.20 $19,099.20 $4,200.00 $13,440.00 $2,550.00 $42.00 27 DRAIN TILE, 6" 646.0 1698.0 263.0 4434.0 104.0 807.0 28 DRAIN TILE, 4" DRAIN TILE STUB, 4" 50.0 25,0 29 30 DRAIN TILE TAP AND COLLAR If 1.0 0.0 31 RF 9C INLET OUTLET DETAIL (RODENT GUARD 7.0 0.0 0.0 0.0 0.0 128.0 5.0 1.0 32 CONVERT WATER VALVE MANHOLE TO ROADBOX P 0,0 0.0 1.0 0,0 33 WATER SERVICE CORPORATION, 3/4" 34 WATER SERVICE CURB STOP, 3/4" EACH LF EACH $150.00 0.0 0,0 0.0 14.0 ,0 0.0 2.0 2.0 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" COPPER WATER SERVICE, 3/4" 36 37 WATER SERVICE CORPORATION, 1" $50,00 0.0 0.0 0.0 0,0 0.0 38 WATER SERVICE CURB STOP, 1" EACH $200.00 0,0 0 0.0 0.0 0.0 $0.00 39 WATER SERVICE PAVE BOX, 1" 40 COPPER WATER SERVICE, 1" LF $23.50 0.0 0. 0 0.0 0,0 $0.00 $0.00 41 WATER SERVICE KILL 0.0 0.0 0.0 0.0 0.0 0.0 0,0 4.0 2.0 $1,500.00 $22000 42 WATER SERVICE TAP, 3/4" OR 1" 43 LOWER WATER SERVICE, 314" OR 1" 0.0 0.0 0.0 0,D 0.0 0.0 0.0 40,0 0.0 0.0 0.00 0.00 10,0 19.0 7050.2 4325.9 5951.2 0.98 1.00 $7,500.00 $6,175.00 $118,090,85 $12,977.70 $61,892.48 $65,562.00 $370.00 44 UNDERGROUND INVESTIGATION -WATER 0,0 0.0 2.0 0.0 1.0 196.0 0,0 0.0 45 TOPSOIL, 4" SY $3.00 0.0 0.0 812.7 0.0 0.0 0.0 0.05 1550.1 3175.0 0.20 0.0 0.0 D.0 222.0 0.0 - 0.0 1468,0 1963.1 0.0 267.0 0,0 0.0 46 HYDROSEED 47 TOPSOIL REMOVAL FROM PARKING, EARTHWORK SY $70.40 837.5 0.0 1938.7 0.0 48 CONSTRUCTION SURVEY LS $66,900.00 0.12 005 0.25 0.03 2002 ADDITIONAL CONSTRUCTION SURVEY LS $370.00 7.00 0.00 0.00 0.00 0.00 0.00 49 TRAFFIC CONTROL LS $57,000.00 0.12 0.05 0.25 0.05 0.05 0.20 0.00 1.00 1.0, 1.0 $57000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2000.00 $5,284.00 $2,250.00 $16,100.00 50 DETOUR ROUTE - W. 9111 ST. LS $2,000.00 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 51 DETOUR ROUTE - HAMMOND AVE. LS $2,000.00 0.0 0.0 0.0 0.0 0.0 52 DETOUR ROUTE - E. MITCHELL AVE. 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 0.0 000 0.0 0,0 7,0 1.0 1.0 105,68 30.0 1.0 53 DETOUR ROUTE - E. RIDGEWAY AVE. LS $2,000.00 0.0 0.0 0.0 54 DETOUR ROUTE- SAGER AVE. LS STA $2,000.00 $50.00 0.0 3,42 0.0 0.00 0.0 0.0 55.08 28.0 0.0 0.00 0.0 0.0 0.00 0.0 0,0 0.0 55 PAINTED PAVEMENT MARKING, WATER BASED 12,70 56 PAVEMENT MARKING, SYMBOL OR LEGEND EACH $75.00 0.0 0.0 57 RAILROAD PROTECTIVE INSURANCE, ETC. LS $16,100.00 1.0 0.0 0,0 0.0 0,0 TOTAL BASE BID - DIVISION I SECTION $2,108,114.58 Page -1 F.Y. 2012 STREET RECONSTRUCTION PROGRAM -- CONTRACT NO. 819 PARTIAL PAY ESTIMATE NO. 26- PERIOD: OCTOBER 1 - OCTOBER 14, 2013 2000 BLOCK 1700 & 3000 1200 & 1400 UNIT ASPRO DAWSON KERN LAFAYETTE MAYNARD MITCHELL NINTH, W. RIDGEWAY, E. SHUKEI UNIV. F. RD HAMMOND RIDGEWAY, ON 0.0 0.0 E MAYNARD INS. CITY • 0 TOTAL QTY • 0,0 379.0 TOTAL $ $0.00 $28,046.00 DIVISION I BASE BID - SECTION II UNIT $ QTY QTY QTY QTY QTY - 0.0 0.0 Off 0,0 379.0 QTY 0,0 0.0 QTY 0.0 0,0 QTY 0.0 0,0 OP/ 0.0 0.0 58 STORM SEWER, 2000D,.48" STORM SEWER, 2000D, 36" LF LF $152.00 $74.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 59 60 _ STORM SEWER, 2000D, 30" LF $65.00 0.0 0,0 0.0 0.0 0.0 386,5 0.0 0.0 0.0 0.0 0,0 0,0 386.5 60A STORM SEWER, 2000D, 27" LF $57.90 0.0 10.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 10.0 $25,122.50 $579.00 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 0.0 674,5 0.0 1,271.5 170.5 2,331.0 0.0 33.0 $36,793.98 $0.00 $51,750.05 $6,248.83 $81,934.65 $0.00 $112,035.00 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 47a • • 0.0 0,0 0.0 0.0 33.0 0.0 27.0 0.0 0.0 37,5 0,0 0.0 0.0 64 STORM SEWER, 2000D, 15" LF $36.65 0.0 0.0 26.0 0.0 0.0 144.5 65 STORM SEWER, 2000D, 12" LF $35.15 1263.0 217.0 389.5 20.0 18,0 314.0 • • 0.0 45,0 66 FLARED END SECTION, 18" RCP W/ 3 TIED JOINTS EACH $1,395.00 0.0 0.0 0,0 0.0 0.0 0.0 11.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 1.0 0.0 4.0 0.0 0.0 67 STORM MANHOLE, TYPE A, 48" EACH $3,395.00 6.0 6.0 3.0 0,0 2,0 68 STORM MANHOLE, TYPE A, 60" EACH $4,250.00 0.0 0,0 0.0 0.0 0.0 5.0 0,0 0.0 0.0 0.0 0,0 0.0 5.0 $21,250.00 $16 475,00 69 RA -49 STORM SEWER MANHOLE EACH $3,295.00 5,0 0.0 0.0 0,0 0.0 - 0.0 0.0 0.0 0,0 0.0 0.0 0.0 5.0 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 0,0 0.0 2.0 0.0 $9,000.00 $0.00 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 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 00 114.0 $59,850.00 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 0.0 1 846.0 $15,691.00 $92,000.00 $56,905.00 $27,96500 $18,205.00 $0.00 73 TYPE E -1-C INLET EACH EACH $2,000.00 $2,995.00 19.0 0.0 11.0 0.0 4.0 0.0 3.0 1.0 0,0 0.0 2.0 0.0 0.0 0.0 6,0 11.0 7,0 0.0 0.0 2.0 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 5.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 46.0 19.0 7.0 11.0 0.0 74 TYPE E -2-C INLET 75 TYPE E3 -C INLET EACH EACH $3,995.00 $1,655.00 0.0 0.0 0.0 0.0 0.0 11.0 76 TYPE E -1-C INLET, USE EXISTING CASTING 77 TYPE E -2-C INLET, USE EXISTING CASTING EACH $2,232.00 0.0 0.0 0.0 0,0 0,0 0.0 0.0 0.0 0,0 0.0 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 1.0 $3,695.00 $3 350.00 $4,250.00 $950.00 79 MODIFIED TYPE E -1-C INLET, USE EXISTING CASTING EACH $3,350.00 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 1.0 5,0 1.0 80 REM/REPL INLET BOXOUT, E -1-C REM/REPL INLET BOXOUT, E -2-C EACH EACH $850.00 $950.00 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 3.0 1,0 2.0 0,0 81 82 REM/REPL INLET BOXOUT & TOP, MODIFIED E -1-C EACH $2,750.00 OM 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 83 REM/REPL INSERT, RA -3 EACH $1,750.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 7.0 • • • • • • • • • • 7.0 1.0 3a 7.0 o.o $12,250.00 $2,325.00 $7,425.00 $8,925.00 .. • • • 84 REM/REPL INSERT, RA -6, USE EXISTING CASTING EACH $2,325.00. 0.0 0.0 0,0 0.0 0,0 0.0 0.0 0.0 1a • • 1001 REBUILD RA TYPE INLET TOP EACH $2,475.00 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 3a • • • • • • • • • • • • • • 85 TAP AND COLLAR STRUCTURE OR PIPE EACH LS $1,275.00 $200.00 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 • • • • • • • • • • • • 86 INSULATE EXISTING COPPER WATER SERVICE 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 • • • • • • • • • • 1a $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 2a iao 2.0 • • 1.0 122.0 $40,611.36 TOTAL BASE BID - DIVISION I SECTION II BID ITEM DESCRIPTION UNIT ASPRO DAWSON KERN LAFAYETTE MAYNARD MITCHELL NINTH, W. RIDGEWAY, E SHUKEI QTY UNIV. F. • • QTY HAMMOND QTY RIDGEWAY, E QTY MAYNARD• • TY CITY DIVISION I BASE BID - SECTION III UNIT QTY 01Y QTY QTY QTY QTY QTY • TAL $ 89 RECONSTRUCT SANITARY SEWER, 24" LF $90.00 0.0 0.0 0.0 0.0 0.0 824,5 0.0 •• •• •• •• •• •• •• •• •• •• 824.5 222.5 $74,205a0 $24,475.00 $150,563a0 $61,685a0 $180,538.50 , • 90 RECONSTRUCT SANITARY SEWER, 21" LF $110.00 0.0 0.0 0.0 0.0 0.0 222.5 0.0 91 RECONSTRUCT SANITARY SEWER, 18" RECONSTRUCT SANITARY SEWER, 15" LF LF $78.50 $73.00 0.0 676.0 0.0 48.0 572.0 0,0 0.0 0.0 0.0 0.0 1346.0 121.0 0.0 0,0 • • • • • • • • • • • • • • • • • • • • a02616.5 • • 1918.0 845a 92 93 RECONSTRUCT SANITARY SEWER, 12" LF $69.00 1726.0 51.0 74.0 0.0 0.0 765.5 0.0 • • • • • • • • • • 94 RECONSTRUCT SANITARY SEWER, 10" LF $123.00 124.0 0.0 99.3 0.0 0.0 98,5 0.0 • • • • • • 95 RECONSTRUCT SANITARY SEWER, 8" LF $105.00 0.0 0.0 195.0 0,0 0.0 138.0 0.0 • • • • • • • • • • • $34,965a0 2001 REMOVE SANITARY SEWER PIPE LESS THAN 36" EACH $8.50 0.0 0,0 0.0 ' 0.0 0.0 1050.8 0,0 • • • • • • • • • • 1 • • 8 $931.80 96 CIPP SANITARY SEWER, 36" LF $125M0 0a 0.0 403.4 0.0 0.0 0.0 0.0 • • • • • • • • • • • • 403.4 66.7 $50,425.00 $12a06a0 97 CIPP SANITARY SEWER, 30" LF $180.00 0.0' 0.0 66.7 0,0 0,0 0.0 0.0 • • • • • • • • 98 CIPP SANITARY SEWER, 20" LF $90.00 0.0 0.0 1041.4 0.0 0.0 0.0 0.0 • • • • • • • • • • • • • • • • ao1041.4 • • $93,726a0 $70,614.60 98A CIPP SANITARY SEWER, 18" LF $86.00 0.0 0.0 821.1 0.0 0.0 0.0 0.0 99 CIPP SANITARY SEWER, 12" LF $39.00 0.0 0.0 414.0 0.0 0.0 0.0 0.0 • • • • • • • • • • 0.0 0.0 0.0 • • • • 0.0 0.0 0.0 0.0 414a 2019.0 27.0 653.3 28.0 28.0 $16,146.00 100 SANITARY SEWER SERVICE, 6" LF $43.50 1528.0 32.0 288.0 0.0 0.0 171.0 0,0 • • 0.0 • • 0.0 0.0 • • 0.0 0.0 0.0 $87,826.50 $108,000.00 $39195.00 $53,060.00 $121,800.00 100A REHABILITATE SANITARY SEWER CONNECTION AND 5' LATERAL EACH $4,000.00 0.0 0.0 27.0 0.0 0,0 0.0 0.0 1008 REHABILITATE SANITARY SEWER LATERAL GREATER THAN 5' LF $60.00 0.0 0.0 653.3. 0.0 0.0 0.0 0.0 0.0 100C INSTALL HYDRO EXCAVATION CLEANOUT EACH $1,895.00 0.0 0.0 28,0 0.0 0.0 0.0 0.0 0.0 0.0 101 STANDARD SANITARY MANHOLE, 48" EACH $4,350.00 11.0 1.0 1.0 0.0 0.0 15.0 0.0 0.0 0.0 0.0 0.0 102 STANDARD SANITARY MANHOLE, 60" SANITARY MANHOLE REHABILITATION EACH VF $6,300.00 $300.00 0.0 0.0 0.0 0.0 0.0 111.1 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 1.0 111.1 0.0 $6,300.00 $33,330.00 $0.00 103 104 FURNISH AND INSTALL RUBBER CHIMNEY SEAL EACH $650.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 105 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 31,0 $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 0.0 0.0 0.0 0.0 0.0 106 TRACE SANITARY SEWER SERVICE EACH $400.00 0.0 3.0 0,0 0.0 15.0 4,0 0.0 0.0 0.0 0.0 0,0 - 9.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 15,0 16.0 0.0 80.9 3.0 $6,000.00 $2,800.00 $0.00 ($3,640.50) $1,200.00 $1383,033,30 107 DYE TEST INVESTIGATION EACH $175.00 108 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 0,0 3001 SANITARY MANHOLE REHABILITATION - USE STRONG SEAL MS2C VF ($45.00) 0.0 0.0 80,9 0.0 0.0 0.0 0.0 0.0 0.0 4001 Pdpl'O-?AL SANITARY SEWER SERVICE REINSTATEMENT EACH $400.00 0.0 0.0 3.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 BASE BID - DIVISION I SECTION III - F.Y. 2012 STREET RECONSTRUCTION PROGRAM --- CONTRACT NO. 019 PARTIAL PAY ESTIMATE NO. 26-- PERIOD: OCTOBER 1 -OCTOBER 14, 2013 UNIT ASPRO DAWSON KERN LAFAYETTE MAYNARD MITCHELL NINTH W. RIDGEWAY, E. SHUKEI ' UNIV. F. RD HAMMOND RIDGEWAY, E MAYNARD INTS. TOTAL DIVISION I BASE BID - SECTION IV- MAYNARD INTERSECTIONS UNIT $ QTY OTY 011' QTY OTY QTY QTY OTY QTY QTY OTY QTY OTY 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 0.0 188.1 188.1 $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 REMOVE RA-3 TOP, CONST TOP WITH FRAME AND GRATE LS $5,395.00 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 $5,395.00 113 SIDEWALK PCC, 6" SY $100.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 27.5 27.5 $2,750.00 114 DETECTABLE WARNING SURFACE SF $34.50 0.0 D.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 TON $2,500.00 $21.00 0.0 0.0 U.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 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 1.0 0.0 $2,500.00 $0.00 116 MODIFIED SUBBASE 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 LS i $3.00 $2,500.00 0.0 0.0 0.0 0.01 0.0 0.01 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 1.0 0.0 1.0 $0.00 $2,500.00 119 TRAFFIC CONTROL TOTAL BASE BID - DIVISION I SECTION IV $21 422.88 2000 BLOCK 1700 & 3000 1200 & 1400 BID ITEM DESCRIPTION UNIT ENGR. EST DAWSON KERN LAFAYETTE MAYNARD MITCHELL NINTH, W. RIDGEWAY, E. SHUKEI UNIV. F. RD HAMMOND RIDGEWAY, E MAYNARD INTS. TOTAL TOTAL ALTERNATE A UNIT $ QTY QTY QTY CITY 0Tl' I QTY QTY MN 0T' I CM( OTY QTY OTY $ 1A 2", HMA 1M S 1/2", 60% CR SY $10.50 7700.0 1822.0 0.0 1237.0 0.0 0.0 0.0 1106.8 0,0 0.0 0.0 0.0 $124,590.90 2A 2 1/2", HMA 1M 13/4",60%CR 5Y $11.40 7700.0 1822.0 0.0 1237.0 0.0 0.0 0.0 1106.8 0.0 0.0 0.0 0.0 .11865.8 11865.8 $135 270.12 3A 3", HMA 1M B 3/4", 60% CR SY $11.90 7700.0 1822.0 0.0 1237,0 0.0 0.0 0.0 1106.8 0.0 0.0 0.0 0.0 11865.8 $141,203.02 4A 2", HMA 3M S 1/2". 75% CR SY $10.70 0.0 0.0 13104.0 0.0 2007.9 8209.8 1968.7 0.0 8758.2 1203.3 3724.11 0.0 38976.0 $417,043.20 5A 4", HMA 3M 13/4", 75% CR 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 7A 51/2", HMA 3M 1 3/4", 75% CR 3", HMA 3M B 3/4", 75% CR 5Y $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 SY $12.05 0.0 0.0 13104.0 0.01 2007.9 8209.81 1968.7 0.0 8758.2 7203.3 1241.1 0.0 36493.0 $439,740.65 eA CURB AND GUTTER 'CC D '. r :r r r .tr r 0.0 0.0 0.0 700.0 0.0 01 0.0 0.0 7562.6 $93398.11 9A 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 5347.0 0.0 0.0 0.0 11948.0 $169,661.60 10A CURB AND GUTTER, PCC. C-4. 24" WIDE 10.5' THICK In $15.25 0.0 0.0 5895.0 0.0 0.0 0.01 1750.0 0.0 0.0 824.5 776.0 0.0 9245.5 $140,993.88 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 SY $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 CONCRETE PROTECTION SY $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 SY $3.75 0.0 0.0 484.6 0.0 0.0 545.1 0.0 0.0 0.0 141.8 0.0 0.0 1171.5 $4,393.13 15A PAVEMENT SCARIFICATION SY $6.00 0.0 0.0 0.0 0.0 - 0.0 368.7 0.0 0.0 0.0 00 2483.0 0.0 2051.7 $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 0.06 000 0.001 0.00I 0.431 $1 075 00 17A EXCAVATION CY $10.50 2235.0 600.0 2580.0 375.4 877.0 3191.0 1121.0 335.2 2575.6 342.0 473.7 0.014705.9 $154,411.95 TOTAL ALTERNATE A $2,647,070.18 DIVISION I BASE BID - SECTIONS I AND II ALTERNATE A $5,509,716.12 DIVISION II- WATER MAIN ASPRO EST. QTY I OTY 07Y ESTIMATED DIVISION II WATER MAIN I $189 631.70 ITEM DESCRIPTION I UNIT UNIT$ QTY I THIS EST PREV.PAIDI TO DATE TOTAL COST SUBTOTAL I $5,699,347.82 1 tuctile iron LF. $70.50 495.0 0.0 515.0 515.0 $36,307.50 LESS 5% RETAINAGE $284,967.39 2 3 wafer main, 12-inch dia., Class 52 I Ductile Iron water main 6-inch die. Class 52 Ductile iron wafer main removal L.F. $52.50Magni 0.0 1,287.0 1,287.0 $57,567.50 SUBTOTAL $5,414 380.43 LF- $1700 902.0 0.0 708.0 708.0 $7,788.00 LESS AMOUNT PREVIOUSLY PAID $5,404,076.09 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 FUN DS $10,304.34 5 Gale valve and box, 10-inch dia. EACH ' 2 335.00 1,0 0.0 1.0 1.0 $2 335,00 6 Gale valve and box, 6-inch dia. EACH $1,515.00 4.0 0.0 4.0 4.0 $6,060.00 I 7 Tee 12-inch X 10-Inch dia. locking EACH $690.00 1.0 0.0 1,0 1.0 $690.00 DIVISION I- SECTION III $1,283,033.30 8 Tee, 12-inch X6-Inch dia. Lockin• EACH $610.00 1,0 0.0 LO 1.0 $610.00 LESS 5% RETAINAGE $64,151.67 9 - Tee, 6-Inch X 6-inch dia. EACH 4360.00 2.0 0.0 2.0 2.0 §720.00 SUBTOTALLESS $1,218,881.64 10 Bend, 12-inch dia., any d-•ree I EACH $380.00 4.0 0.0 3.0 3.0 $1,140.00 ESTIMATE ID $1,2/8,8$0.00 11 12 Bend, 10-Inch dia., an de.ree Bend 6-inch dia., an de•ree EACH $325.00 1.0 0.0 0.0 0.0 $0.00 _ AMOUNTOUETHISPR AMOUNT DUE THIS ESTIMATE FROM SEWER FUNDS $0.00 EACH $220.00 4.0 0.0 14.0 14.0 $3,080.00 73 _ Sleeve 12-Inch dia. EACH $365.00 1.0 0.0 . 0.0 0.0 . $0.00 DIVISION I- SECTION IV - $21,422.88 14 Sleeve 10-inch dia. I EACH $335.00 1.0 0.0 2.0 2.0 $670.00 LESS 5% RETAINAGE $1,071.14 15 Sleeve, 6-inch dia. EACH $250.00 3.0 0,0 6.0 6.0 $1,500.00 ISUBTOTAL _ $20 351.73 16 Megalugs 12-inch dia. EACH $175.00 10.0 0.0 10.0 10.01 $1,750.00 LESS AMOUNT PR VI EACH $175.00 5.0 0.01 0.0 0.0 $0.00 AMOUNT DUE THIS ESTIMATE $20351.73 FROM BONDFUND $0.00 17 Me.alu•s, 10-inch dia. 18 Megalugs, 6-Inch dia. EACH I $130.00 26.0 0.0 45.0 45.0 $5,850.00 EACH $220.00 2.0 0.0 2.0 2.0 $440.00 19 Cap or Plug, 12-Inch dIe. 20 Concrete blockln. EACH I $350.00 12.0 0.0 9.0 9.0 $3,150.00 4" EACH $700.00 6.0 0.0 6.0 6.0 $4,200.00 x/ f /(J \ L .1t 'Ci;: `F..-4 7 v/.9 21 Hydrant removal 22 Hydrant assent! EACH $4,355.00 6.0 00 6.0 6.0 $26,130.00 ' APPROVE eJ • : A . 0.1 L.F. $20.65 432.0 0.0 298.0 298.0 $6,153.70-11111WATiretlia_I 'ND SUBSIDIARIES DATE , aLgti 23 Temporary PVC wafer main 24 Removal of temporary PVC surface water main EACH $1,545.00 2.0 0.0 1.0 1.0 $1,545.00 ISME1,0{;071X11.0 AISSA IFIDI� L connections to ductile iron water main APPR"b7� :Y: er ERLOo OWA D• E 25 3/4" Short side water service EACH $1150.00 3.0 0.0 3.0 3.0 $3 450.00 /7- 26 3/4" Long side water service EACH $1,750.00 2.0 0.0 2.0 2.0 $3,500.00 $189,631.701 -- EACH $1750.00 1.0 0.01 1.0 IIIfll $1 °•R 'I • $9,481.59' 27 11/4" Short side wafer service EACH I $3,245.00 1.0 0.0 1.0 1.0 $3,245.00 SUBTOTAL $180150.12I I 28 2" Wafer service to 2046 E. Ridgeway Peed-3 Offsets, MJxMJ, 6 inch die. EACH $815.00 1.0 o.oI 0.0 0.0 . $000 LESS AMOUNT PREY. PD $180,150.12 I 1 TOTAL DIVISION II $189631.70 AMOUNT DUE THIS EST $0.001 I I Prepared by: Pauline C October 21, 2013 CITY OF WATERLOO 9002 PAYMENT VOUCHER A102813 Batch No. Keyed By: Vendor Aspro Engineering Department Address City & State ***«.******************************* Grant/Project Code # Invoice Date Invoice No. Qty/Unit Amount Description G/L Distribution 10/18/13 Est # 10 Contract 832 Est No.8 $239,179.12 F.Y. Street Reconstruction Program 205-07-7500-2165 0.00 Storm Water Fee Funds 521-07-5300-2162 83,534.45 Sewer Funds 520-14-5200-2163 . Storm Sewer Bond Funds 409-07-5300-2162 9/10 - 9/30/13 Total $322,713.57 Special Instructions: f (�` ,, ,;( tc . 10/21/13 Submitted By Date Approved By: F.Y. 2013 STREET RECONSTRUCTION PROGRAM- CONTRACT NO. 832 PAY ESTIMATE NO. 10 - PAY PERIOD: OCTOBER 1 - OCTOBER 14, 2013 - CAMPBELL FAIRVIEW BID ITEM DESCRIPTION UNIT ASPRO ALABAR CHARLES ELEVENTH, W. FOREST HAWTHORNE HILLSIDE LAFAYETTE MAYNARD PARK LANE ROSEBUD UNIV. AVE. FR ALLEY ALLEY TOTAL TOTAL UNIT $ QTY ON QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY $ DIVISION I BASE BID - SECTION I i CONSTRUCT,MAINTAIN, REMOVE TEMPORARY ACCESS AND RE SY $59.40 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 75.0 0.0 20.0 0.0 0.095.0 $5643.00 $9995.85 2 MISC. HMA, 3",1M51/2",60%CR SY $48.50 a0 0.0 0.0 a0 0.0 0.0 15.9 0.0 0.0 0.0 190.2 0.0 0.0 206.1 3 REMOVE AND REPLACE MISC. 7.5" HMA SY $101.25 0.0 0.0 0.0 0.0 0.0 0.0 118.1 0.0 0.0 0.0 95.4 0.0 0.0 213.5 $21 616.88 $0.00 $0.00 4 REMOVE AND REPLACE MISC. 6" PCC, C-4 SY $80.00 0.0 0.0 0.0 0.0 0.0 a0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 - 0.0 0.0 a0 0.0 0.0 0.0 0.0 0.0 5 REMOVE AND REPLACE MISC. 4" HMA OVER 6" PCC, M-4 SY $130.85 a0 0.0 0.0 0.0 0.0 6 REMOVE AND REPLACE MISC. 4.5" HMA OVER 6" PCC, C-4 SY $135.75 0.0 a0 0.0 0.0 00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 a0 0.0 0.0 0.0 0.0 0.0 a0 0.0 . 0.0 0.0 0.0 $0.00 $0.00 $0.00 7 REMOVE AND REPLACE MISC. 4.5" HMA OVERT' PCC, M-4 SY $135.75 0.0 0.0 0.0 0.0 0.0 8 REMOVE/REPLACE MISC. SEALCOAT W/ 2" HMA SY $4225 - 0.0 0.0 0.0 0.0 0.0 0.0 a0 0.0 0.0 0.0 0.0 0.0 0.0 9 ACC DRIVEWAY APPROACH TON $165.00 0.0 0.0 0.0 0.0 0.0 0.0 30.0 0.0 0.0 0.0 0.0 0.0 0.0 30.0 $4950.00 10 DRIVEWAY APPROACH AND SAN, 6" PCC, C-4 SY $44.00 0.0 0.0 0.0 00 0.0 0.0 466.9 0:0 0.0 . 0.0 606.5 0.0 0.0 1,073.4 709.2 537.0 214.0 $47,229.60 $30,672.90 $22554.00 $9,715.60 it DRIVEWAY APPROACH AND S/W, 5" PCC, C-4 SY SY SY $43.25 $42.00 $45.40 0.0 0.0 0.0 a0 0.0 0.0 297.8 49.5 76.7 0.0 0.0 0.0 165.1 83.3 46.9 a0 0.0 0.0 58.1 59.9 90.4 a0 0.0 0.0 0.0 294.9 0.0 '.188.2 49.4 0.0 . a0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 12 SIDEWALK, 4" PCC, C-4 13 PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4 14 PEDESTRIAN RAMP DETECTABLE WARNING SURFACE SF $34.00 0.0 0.0 122.0 0.0 88.0 0.0 126.0 0.0 0.0 0.0 0.0 0.0 0.0 336.0 $11,424.00 15 MISCELLANEOUS CONCRETE CY $275.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1.84 0.00 0.00 0.00 1.84 $506.00 16 CONCRETE PAVEMENT REMOVAL SY $4.25 0.0 0.0 4627.7 1658.0 5149.7 0.0 9405.5 0.0 4.4 2474.1 8842.9 0.0 0.0 32162.3 $136,689.78 $25,503.40 $14 797.65 17 ASPHALT PAVEMENT REMOVAL SY SY $4.25 $4.25 0.0 0.0 0.0 0.0 0.0 665.6 0.0 302.1 0.0 336.5 0.0 0.0 0.0 683.9 0.0 0.0 6000.8 704.2 0.0 214.8 0.0 574.7 0.0 0.0 0.0 0.0 6,000.8 3,481.8 18 SIDEWALK AND DRIVEWAY REMOVAL 19 SIDEWALK REMOVAL SY $6.00 0.0 0.0 48.4 0.0 55.9 0.0 58.6 0.0 2.2 0.0 2.8 0.0 0.0 167.9 1,786.5 $1 007.40 $7592.63 20 SAW CUT LF $4.25 0.0 0.0 300.0 50.0 95.0 0.0 246.0 0.0 165.0 27.0 903.5 0.0 0.0 21 GEOGRID SY $4.50 0.0 0.0 1227.0 0.0 0.0 0.0 0.0 0.0 3901.4 0.0 12399.3 0.0 0.0 0.00 0.0 0.00 0.0 0.0 0.00 0.0 0.00 17,527.7 3,919.4 20349.01 0.0 18.69 $78 874.65 $17,637.30 $447,678.22 $0.00 $897.12 $117,503.10 $55 524.95 22 WOVEN GEOTEXTILE SY $4.50 0.0 0.0 1302.8 0.0 0.0 0.0 0.00 0.0 4827.07 0.0 0.00 0.0 2177.n 2616.6 1908.49 0.0 6851.50 23 MODIFIED SUBBASE TON $22.00 0.00 0.00 2215.83 26.05 2343.07 24 RECYLED ASPHALT PAVING TON $48.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.�i 0.0 0.0 8.74 25 ROADSTONE, 3/4" TON $48.00 0.00 0.00 2.57 0.00 4.32 0.00 3.06 0.00 0.00 0.00 26 DRAIN TILE, 6" LF $9.90 0.0 a0 1180.0 1204.0 1918.0 0.0 2882.0 0.0 2921.0 1764.0 0.0 0.0 0.0 11,869.0 6,571.0 27 DRAIN TILE, 4" LF $8.45 0.0 0.0 306.0 0.0 25.0 0.0 890.0 0.0 133.0 0.0 5217.0 0.0 0.0 28 DRAIN TILE STUB, 4" DRAIN TILE TAP AND COLLAR LF EACH $19.40 $200.00 0.0 0.0 0.0 0.0 110.0 0.0 95.0 0.0 4.0 1.0 0.0 160.0 7.0 0.0 3.0 0.0 0.0 0.0 0.0 0.0 0.0 135.0 0.0 30.0 3.0 2.0 0.0 0.0 0.0 0.0 0.0 104.ie 3.0 15.0 0.0 0.0 135.0 2.0 10.0 1.0 0.0 0.0 6.0 9.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 a0 739.0 18.0 68.0 10.0 2.0 9.0 9.0 147.0 0.0 0.0 0.0 $14 336.60 $3,600.00 $7,140.00 $5 100.00 $98.00 $1 350.00 $1,350.00 $3,226.65 $0.00 $0.00 $0.00 $0.00 29 30 RF -19C, INLET OUTLET DETAIL (RODENT GUARD) CONVERT WATER VALVE MANHOLE TO ROADBOX EACH EACH EACH $105.00 $510.00 $49.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2.0 0.0 31 32 WATER SERVICE CORPORATION, 3/4" 33 WATER SERVICE CURB STOP, 3/4" WATER SERVICE PAVE BOX, 3/4" COPPER WATER SERVICE, 3/4" EACH EACH LF $150.00 $150.00 $21.95 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2.0 2.0 30.0 1.0 1.0 20.0 0.0 0.0 0.0 6.0 6.0 97.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.6 34 35 36 WATER SERVICE CORPORATION, 1" EACH $52.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 a0 0.0 0.0 0.0 0.0 37 WATER SERVICE CURB STOP, 1" EACH $200.00 a0 0.0 0.0 a0 a0 38 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 39 COPPER WATER SERVICE, 1" LF $23.50 0.0 0.0 0.0 0.0 0.0 010 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 40 WATER SERVICE KILL EACH $375.00 0.0 0.0 1.0 0.0 0.0 0.0 13.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 15.0 1.0 $5625.00 $110.00 41 WATER SERVICE TAP, 314" OR 1" EACH $71000 0.0 . 0.0 a0 0.0 a0 0.0 - 1.0 0.0 00 0.0 a0 0.0 42 LOWER WATER SERVICE, 3/4" OR 1" EACH $750.00 $325.00 0.0 0.0 0.0 0.0 . 0.0 1.0 a0 0.0 0.0 11.0 a0 0.0 3.0 3.0 0.0 0.0 0.0 1.0 0.01 0.0 a0 0.0 a0 0.0 a0 0.0 3.0 16.0 $2;250.00 $5200.00 43 UNDERGROUND INVESTIGATION -WATER EACH 44 TOPSOIL, 4" SY $16.75 0.0 0.0 256.9 0.0 0.0 0.0 0.0 0.0 0.0 0.0 467.4 0.0 0.0 0.0 0.0000 0.0000 0.0 000 0.0 0.0_ 0.0 0.0180 0.0000 0.0 0.00 724.3 6,030.2 423.0 0.6420 0.6300 1.0 0.65 $12,132.03 $18,090.60 $4399.20 $37,236.00 $34,650.00 $3 000.00 $1 950.00 45 HYDROSEED SY $3.00 0.0 0.0 0.0 0.0 0.0 0.0 A0 423.0 0.1830 0.0 0.0 0.0000 6030.2 0.0 0.0700 0.0 0.0 0.0680 0.0 0.0 0.0900 46 TOPSOIL REMOVAL FROM PARKING, EARTHWORK SY $10.40 0.0 0.0 0.0000 0.0 0.0770 0.0 0.0410 0.0 0.0950 0.0 0.0000 47 CONSTRUCTION SURVEY LS $58,000.00 0.0000 48 TRAFFIC CONTROL LS $55,000.00 0.0000 0.0000 0.1000 0.0400 0.0500 0.0000 0.1900 0.0000 0.0500 0.0500 0.1500 49 DETOUR ROUTE - W. 1115 ST. LS LS $3,000.00 $3,000.00 0.0 0.00 0.0 0.00 1.0 0.00 0.0 0.00 0.0 0.00 0.0 0.00 0.0 0.65 0.0 0.00 0.0 0.00 0.0 0.00 0.0 000 50 DETOUR ROUTE - LAFAYETTE ST. 51 DETOUR ROUTE - PARK LANE LS $1,500.00 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 1.0 $1500.00 $1,944.50 $2,340.00 52 PAINTED PAVEMENT MARKING, WATER BASED STA $50.00 0.00 0.00 0.00 0.00 0.00 0.00 0.0 38.89 9.0 0.00 0.0 0.00 0.0 0.00 0.0 0.00 0.0 0.00 0.0 0.00 0.0 38.89 9.0 53 PAVEMENT MARKING, SYMBOL OR LEGEND EACH $260.00 0.0 0.0 0.0 0.0 0.0 53A CLEARING AND GRUBBING UNITS $50.00 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 $268.00 53B ROLLED EROSION CONTROL PRODUCT S.Y. $400 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 67.0 0.0 0.0 0.0 0.0 67.0 TOTAL BASE BID - DIVISION I SECTION I $1,242 235.59 Page -1 F.Y. 2013 STREET RECONSTRUCTION PROGRAM - CONTRACT NO. 832 PAY ESTIMATE NO. 10- PAY PERIOD: OCTOBER 1 - OCTOBER 14, 2013 _- -- CAMPBELL FAIRVIEW UNIT LF LF ASPRO UNIT $ $67.05 $54.55 ALABAR QTY 0.0 0.0 CHARLES QTY 0.0 0.0 0.0 0.0 0.0 0.0 ELEVENTH, W. QTY 0.0 0.0 0.0 0.0 0.0 0.0 FOREST QTY 0.0 0.0 0.0 118.0 18.0 0.0 HAWTHORNE QTY 0.0 0.0 0.0 5.0 47.0 142.0 HILLSIDE QTY 0.0 0.0 0.0 0.0 0.0 0.0 LAFAYETTE QTY 56.0 0.0 0.0 515.0 239.5 598.0 MAYNARD QTY 0.0 0.0 0,0 0.0 0.0 0.0 PARK LANE QTY 0.0 0.0 0.0 0.0 22.0 91.5 ROSEBUD QTY 0.0 0.0 0.0 36.0 23.0 252.0 UNIV. AVE. FR ALLEY ALLEY TOTAL TOTAL QTY QTY QTY on, $ 0.0 0.0 0.0 56.0 $3,754.80 0.0 0.0 0.0 0.0 $0.00 0.0 0.0 0.0 0.0 $0.00 0.0 0.0 0.0 674.0 $27 431.80 8.5 0.0 0.0 358.0 $13,120.70 14.0 0.0 0.0 1,097.5 $38,577.13 DIVISION I BASE BID - SECTION iI 54 STORM SEWER, 2000D, 30" 55 STORM SEWER, 2000D, 24" 56 STORM SEWER, 2000D, 21" LF ® LF LF $49.70 $40.70 $36.65 $35.15 0.0 0.0 0.0 0.0 57 STORM SEWER, 2000D, 18" 58 STORM SEWER, 2000D, 15" 59 STORM SEWER, 2000D, 12" 60 STORM SEWER, 20000, 36" x 23" ARCH m ® $86.75 $36.05 $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 1.0 0.0 0.0 4.0 0.0 4.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 476.0 0.0 3.0 1.0 ' 3.0 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 1.0 0.0 0.0 2.0 0.0 0.0 0.0 476.0 $41 293.00 61 STORM SEWER, TRUSS, 8" 0.0 0.0 0.0 0.0 $0.00 0.0 0.0 0.0 9.0 $32 355.00 0.0 0,0 0.0 1.0 $6 500.00 0.0 0.0 0.0 7.0 $31 500.00 0.0 0.0 0.0 4.0 $18 000.00 62 STORM MANHOLE, TYPE A, 48" 63 STORM MANHOLE, TYPE A, 72" EACH EACH $6,500.00 $4,500.00 $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 0.0 _ 64 SW -402 RECTANGULAR STORM MANHOLE 65 SW -402 RECTANGULAR STORM MANHOLE, MODIFIED 66 SW -507 SINGLE OPEN -THROAT CURB INTAKE, SMALL BOX EACH EACH EACH LS EACH EACH LF $3,575.00 $4,500.00 $1,900.00 $439.00 $492.00 $5,000.00 $1,675.00 $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 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 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 0.0 0.0 0.0 - 0.0 0.0 0.0 0.0 0.0 0.0 0.0 - 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 7.0 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 1395.0 661.0 1.0 5.0 6.0 0.0 3.0 0.0 0.0 0.0 0.0 0.0 0.0 7.0 0.0 0.0 0.0 0.0 3.0 $10 725.00 0.0 0.0 0.0 0.0 $0.00 0.0 0.0 0.0 3.0 $5700.00 0.0 0.0 0.0 1,395.0 $612 40500 0.0 0.0 0.0 661.0 $325 212.00 0.0 0.0 0.0 1.0_ $5,000.00 0.0 0.0 0.0 5,0 $8 375.00 3.0 0.0 0.0 26.0 $13 650.00 0.0 0.0 0.0 0.0 $0.00 67 SW -509 DOUBLE OPEN -THROAT CURB INTAKE, SMALL BOX 68 SW -512 CIRCULAR AREA INTAKE CASE 1, WITH SW -604 TYPE 9 69 RCB, PRECAST, 7' X 3' 70 RCB, PRECAST, 7' X 4' 71 WING WALL CUT OUT FOR 7'X4' RCB 72 STORM MANHOLE ACCESS INTO RCB 73 REMOVE EXISTING STRUCTURE 74 REMOVE STORM SEWER PIPE LESS THAN 36" 75 REMOVE STORM SEWER PIPE, 42" LF EACH EACH $20.00 $2,200.00 $3,095.00 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 2.0 0.0 0.0 0.0 0.0 0.0 15.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 80.0 0.0 3.0 0.0 3.0 0.0 0.0 1.0 3.0 0.0 0.0 0.0 0.0 0.0 0.0 80.0 $1 600.00 2.0 0.0 0.0 20.0 $44,000.00 1.0 0.0 0.0 10.0 $30950.00 0.0 0.0 0.0 0.0 $0.00 0.0 0.0 0.0 4.0 $11 580.00 3.0 0.0 0.0 4.0 $4,024.00 76 TYPE E -1-C INLET TYPE E -2-C INLET 78 TYPE E -1-C INLET, USE EXISTING CASTING EACH EACH EACH $1,800.00 $2,895.00 $1,006.00 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 1.0 0.0 0.0 0.0 0.0 1.0 0.0 79 TYPE E -2-C INLET, USE EXISTING CASTING 80 REM/REPL INLET BOXOUT, E -1-C 81 EACH $2,950.00 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 REM/REPL INSERT AND TOP, RA -3 EACH EACH EACH $2,450.00 $2,875.00 $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 2.0 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 1.0 0.0 0.0 1.0 $2 450.00 0.0 0.0 0.0 2.0 $5,750.00 0.0 0.0 0.0 1.0 $3,225.00 REM/REPL INSERT AND TOP, K-1 84 REM/REPL INSERT AND TOP, K-2 85 REM/REPL INSERT AND TOP, K-3 EACH EACH $3,600.00 $1,275.00 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 2.0 0.0 0.0 0.0 0.0 0.0 1.0 $3 600.00 0.0 0.0 0.0 2.0 $2,550.00 86 TAP AND COLLAR STRUCTURE OR PIPE 87 INSULATE EXISTING COPPER WATER SERVICE EACH SY EACH EACH $200.00 $59.00 $332.88 $4,836.35 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 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 0.0 0.0 0.0 0.0 0.0 24.5 6.0 1.0 ==�=� 0.0 0.0 3.0 0.0 0.0 0.0 0.0 0.0 $0,00 0.0 0.0 0.0 24.5 $1 445.50 2.0 0.0 0.0 15.0 $4,993.20 0.0 0.0 0.0 1.0 $4 838.35 $1,314,605.48 CAMPBELL FAIRVIEW 88 SLOPE PROTECTION, PCC, 6" 89 STORM WATER PROTECTION FOR STRUCTURES 2001 LOWER 6' WATER MAIN TOTAL BASE BID - DIVISION I SECTION II BID ITEM DESCRIPTION ASPRO ALABAR CHARLES ELEVENTH, W. FOREST HAWTHORNE HILLSIDE LAFAYETTE MAYNARD PARK LANE ROSEBUD UNIV. AVE. FR ALLEY ALLEY TOTAL TOTAL DIVISION I BASE BID -SECTION III LF m LF UNIT $ $165.00 $150.00 $78.00 $69.00 QTY 0.0 0.0 0.0 0.0 QTY 0.0 0.0 0.0 0.0 QTY 0.0 0.0 0.0 0.0 QTY 0.0 0.0 0.0 0.0 QTY 0.0 0.0 0.0 710.0 QTY 0.0 0.0 0.0 0.0 CITY 0.0 0.0 0.0 474.0 QTY 0.0 0.0 0.0 0.0 QTY 0.0 0.0 0.0 0.0 QTY 0.0 0.0 0.0 0.0 OW OTT QTY QTY $ 0.0 0.0 0.0 0.0 $0.00 0.0 0.0 0.0 0.0 $0.00 0.0 - 0.0 0.0 0.0 $0.00 0.0 0.0 0.0 1,184.0 $81696.00 90 RECONSTRUCT SANITARY SEWER, 36" 91 RECONSTRUCT SANITARY SEWER, 30" 92 RECONSTRUCT SANITARY SEWER, 15" 93 RECONSTRUCT SANITARY SEWER, 12" 94 RECONSTRUCT SANITARY SEWER, 10" LF $65.00 $55.00 0.0 0.0 0.0 0.0 0.0 1396.5 0.0 459,0 647.0 0.0 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 1,449.5 $94,217.50 0.0 0.0 0.0 3,220.0 $177,100.00 RECONSTRUCT SANITARY SEWER, 8" REMOVE AND REPLACE SANITARY SEWER, 8" LF LF $65.00 $44.50 0,0 0.0 0.0 0.0 0.0 660.5 0.0 269.0 0.0 740.0 0.0 0.0 0.0 855,0 0,0 0.0 29.0 137.0 0.0 466.5 0.0 0.0 0.0 29.0 $1 885.00 0.0 0.0 0.0 3,128,0 $139,196.00 97 SANITARY SEWER SERVICE, 6" 98 STANDARD SANITARY MANHOLE, 48" EACH EACH EACH $4,350.00 $4,550.00 $6,300.00 0.0 0.0 0.0 0.0 0.0 0.0 4.0 1.0 0.0 2.0 0.0 0,0 3.0 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 0.0 3.0 0.0 0.0 0.0 0.0 0.0 17.0 $73 950.00 0.0 0.0 0.0 1.0 $4 550.00 0.0 0.0 0.0 0,0 $0.00 98A STANDARD SANITARY DROP MANHOLE, 48" 99 STANDARD SANITARY DROP MANHOLE, 60 99A STANDARD SANITARY MANHOLE, 60" EACH EACH EACH I EACH EACH $5,825.00 $650.00 $400.00 $175.00 $410.00 $2,871.08 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 5.0 0.0 1.0 0.0 0.0 0.0 2.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 3.0 1.0 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 6.0 1.0 5.0 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 2.0 0.0 1.0 7.0 1.0 0.0 0.0 3.0 0.0 2.0 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 19.0 $12 350.00 0.0 0.0 0.0 2.0 $800.00 0.0 0.0 0.0 16.0 $2800.00 0.0 0.0 0.0 0.0 50.00 0.0 0.0 0.0 1.0 $2,871.00 0.0 0,0 0.0 7.0 $1 232.00 0.0 0.0 0.0 1.0 $1 328.63 100 REMOVE EXISTING STRUCTURE, SANITARY MANHOLE 101 TRACE SANITARY SEWER SERVICE 102 DYE TEST INVESTIGATION 103 UNDERGROUND INVESTIGATION -SANITARY 1001 SANITARY SEWER SERVICE, 8", C-900, W/ COLLAR REMOVAL 1002 SANITARY SEWER SERVICE, B", C-900 SLEEVE EACH $176.00 0.0 0.0 0.0 0.0 0.0 1003 1004 SANITARY SEWER SERVICE, 4", SDR 23.5, RELOCATE TEMPORARY SANITARY STORM CONNECTION EACH EACH $1,328.63 $701.80 0,0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 $701.80 3001 LOWER EXISTING 8" SANITARY SEWER IGAIN EACH $2,589.87 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 1.0 $2 589.87 $597,267.80 TOTAL BASE BID - DIVISION I SECTION III age- F,Y. 2013 STREET RECONSTRUCTION PROGRAM -- CONTRACT NO. 832 --- PAY ESTIMATE NO. 10- PAY PERIOD: OCTOBER 1 - OCTOBER 14, 2013 CAMPBELL FAIRVIEW UNIT ASPRO ALABAR CHARLES ELEVENTH, W. FOREST HAWTHORNE HILLSIDE LAFAYETI'E MAYNARD PARK LANE ROSEBUD UNIV. AVE. FR ALLEY ALLEY TOTAL DIVISION I BASE BID - SECTION IV - STORM SEWER IN ALLEYS UNIT $ QTY QTY QTY QTY QTY QTY OP( QTY QTY CITY QTY QTY QTY OW 704 SAWING LF ® ® SY EACH a$2,50000 $4.25 $6.00 $125.00 $90.00 $3,595.00 $35.95 $8.00 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 0.0 0,0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0,0 0.0 0,0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0,0 0.0� HILLSIDE 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 LAFAYETTE 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 MAYNARD 0.0 0.0 0,0 0.0 0.0 0.0 0,0 0.0 0.0 _- PARK LANE 0.0 0,0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 � ROSEBUD 0.0 0.0 0.0 0.a 0.0 0.0 0,0 0.0 00 UNIV. AVE. FR 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,00 ��� - CAMPBELL ALLEY 0.0_ 0.0 0.0 0.0 0.0 1,0 128.0 130,0 7.77 0.0 0.0 0.0 0.0 0.0 1.0 128.0 130.0 7.77 $0.00 $0.00 $0.00 105 SIDEWALK AND DRIVEWAY REMOVAL 106 107 REMOVE AND REPLACE MISC, 3" HMA OVER 6" PCC, M-4 ALLEY OR DRIVEWAY APPROACH AND SAN, 6" PCC, C-4 $0.00 $0.00 $2 500.00 $4 601.60 $1 040.00 $372.96 108 STORM MANHOLE, TYPE A, 48" 109 SW -511 RECTANGULAR AREA INTAKE 710 STORM SEWER, 2000D, 12" ®EXCAVATION/GRADING 112 RECYLED ASPHALT PAVING Mil UNIT $48.00 $1.500.00 ASPRO 0.0 ALABAR 0,0 0.0 0.0 ELEVENTH, W. 0,0 FOREST 0.0 0.0 HAWTHORNE RAFFTOTALIC BASE BIDOL DIVISIONISECTION IV $8514.56 56 = TOTAL BASE BID CHARLES �- FAIRVIEW ALLEY TOTAL $3,162 623.43 BID ITEM TOTAL ALTERNATE A s��� SY SY SY SY SY LF UNIT $ $10.70 $11.50 $13.55 $10.75 $18.95 $25.85 $13.60 $12.75 QTY 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 QTY 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 CITY 0.0 0.0 0.0 1144.6 0.0 1144.6 1144.6 0.0 CITY 0,0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 QTY 3282.0 3282.0 3282.0 0.0 0.0 0,0 0.0 1885.0 QTY 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 CITY 0.0 0.0 0.0 5782.9 0.0 5782,9 5782.9 0.0 CITY 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 CITY ���■� 0.0 0.0 0.0 0.0 690.0 0,0 690.0 0.0 CITY 2065.3 2065.3 2065.3 0.0 0.0 0.0 0.0 1778.0 QTY 0.0 0.0 0.0 5259.3 5259,3 0.0 5259.3 0.0 QTY 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 QTY 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 CITY 5,347.3 5,347,3 5,347.3 12,186.8 5,949.3 6,927.5 12,876.8 3,663.0 $ $57 216.11 $61 493.95 $72 455.92 $131 008.10 $112,739.24 $179 075.88 $175,124.48 $46,703.25 IA 2", HMA 1M S 1/2", 60% CR 2A 21/2", HMA 1M 13/4", 60% CR 3A 3", HMA 1M B 3/4", 60% CR 4A 2", HMA 3M S 1/2", 75% CR 5A 4", HMA 3M 13/4", 75% CR 6A 51/2", HMA 3M I3/4", 75% CR 7A 3", HMA 3M 83/4",75%CR BA CURB AND GUTTER, PCC, C-4, 24" WIDE, 7 1/2" THICK 9A LF $14.25 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3970.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2351.0 0.0 0.0 475.3 0.0 0.0 0.0 0.0 0.0 0.0 4480.5 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 E0 0.0 0.0 0.0 6,831.5 5,551.0 0.0 475.3 0.0 $97 348.88 $86 040.50 $0.00 $1 901.20 $0.00 10A CURB AND GUTTER, PCC, C-4, 24" WIDE, 10.5" THICK LF ® SY ® $15.50 $3.60 $4.00 $3,500.00 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1581.0 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 11A COLD WEATHER CONCRETE PROTECTION 12A LINSEED OIL TREATMENT 13A PAVEMENT SAMPLES AND TESTING 14A m $10.50 0.0 0.0 1034.0 855.5 891.3 0.0 -� 2726.6 0.0 2788.5 937.1 3149.8 0.0 0.0 12,382.8 $130,019.40 $1151126.89 ASPRO _ TOTAL DIVISIONESCION MAIN UNIT L.F. UNIT$ $42.50 THIS ES 0,0 PREVIOUS 0.0 QTY TO DA TO 0.0 TOTAL COST $0.00 -� 7 DucWA C909 PVC, 6 inch dia AVVVVA Standard - iron Ductile Iron water main, 6-inchdia., Class 52 _ $52.50 0.0 410.0 410.0 $21,525.00 3 Ductile Iron water main removal L.F.. EACH EACH EACH $11.00 $3,695.00 $3,895.00 $1,555.00 0.0 0.0 0.0 0.0 0.0 1.0 1.0 0.0 0.0 1.0 1.0 0.0 $0.00 $3,695.00 $3,895.00 $0.00 -- 4 Tapping sleeve, valve and box, 6 on 6 inch dia. 5 6 Ga t •i va sleeve, valve and box, 12 on 6 inch dia. Gate valve and box, 6 -inch dia. 7 Catsn and box, 4 -inch dia. $ 500.00 0.0 0.0 0.0 $0.00 8 Cross,, 6 6 inch nch x 6 inch dia. EACH $500.00 0,0 0.0 0.0 $0.00 9 Tee, 6 -inch X 6 -inch dia. EACH $360.00 0.0 0.0 0.0 $0.00 10 EACH $230.00 0.0 7.0 7.0 $1,610.00 12 Sleeve, , dia. EACH EACH EACH $250.00 $300.00 $130.00 0,0 0.0 0.0 1.0 0.0 11.010.0 1.0 0.0 $250.00 $0.00 $1,430.00 --- 12 Reducer, 8 inch x 4 inch dia 8 inch _13 Cap dia. - - 74 .6n or Plu,-i dia. Cap or r vch$0. EACH $180.00 0.0 0.0 0.0 00 15 Install andd remove plug with 2 inch co •. for flushing EACH EACH EACH $575.00 $355.00 $700.00 0.0 0,0 0.0 0.0 4.0 0.0 0.0 4.0 0.0 $0.00 $1,420.00 $0.00 16 17 Concrete blocking Hydrantm 18 H drant assembly EACH $4,795.00 0.0 1.0 1.0 $4,795.00 19 ryPVCl TemporaryPVCter main L.F. $20.65 0.0 0.0 _ 0.0 $0.00 20 Removal of tem•orary PVC surface water main EACH EACH $1,545.00 $1,150.00 0.0 ---- 0.0 0.0 0.0 0.0 0.0 $0.00 $0.00 21 21 iron water main cot side w t to service 3/4" Short side water service 22 3/4" Long sidewaterwater service EACH EACH $1,750.00 $1,500.00 $2,250.00 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 $0.00 $0.00 --- 23 1" 1" Shortn.side water service 25 25 1" /2" •side watr service water 7 1/2" Short side service EACH $2,000.00 0.0 0.0 0.0 $0.00 26 Traffic control-Ansborou•h at Univ Av. Fr. Rd. LS $2,500.00 0.0 1.0 1.0 $2,500.00 27 Pavement Rem, And Re•I: Ansborough at Univ. Av. Fr. Rd. SY LS $100.00 $1,000.00 0.0 0.0 79.0 0.0 79.0 0.0 $7,900.00 $0.00 $0.00 $0.00 $0.00 $49,020,00 - TOTAL DIVISION II $49,020.00 28 Traffic control -Wisner and W. 6th - LESS 5% RETAINAGE SUBTOTAL LESS AMOUNT PREVIOUSLY PAID $2,451.00 $46,569.00 $46,569.00 29 Pavement Rem. And Repl.-Wisner and W. 6th ® SY TON $100.00 $3.00 $48.00 0.0 0,0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 - 30 31 H droseed- Wisner, W. 6th, Loretta and Easle del As•halt Paving TOTAL DIVISION II AMOUNT DUE THIS ESTIMATE $0.00 F.Y. 2013 STREET RECONSTRUCTION PROGRAM — CONTRACT NO. 832 I I PAY ESTIMATE NO. 10 - PAY PERIOD: OCTOBER 1 - OCTOBER 14, 2013 [� I DIVISION I TOTAL BASE BID SECTIONS I AND II +ALTERNATE A —_ -- _— -- $3 707,967.96 $49 020.00 $3756987.96 $500,000.00 $3,256,987.96 DIVISION II WATER MAIN DIVISION I TOTAL BASE DID SECTIONS I AND II + ALTERNATE A DIVISION II -- --- LESS BID ITEMS 69-72 (STORM WATER FEE UP TO $500 000.00 SUBTOTAL LESS 5% RETAINAGE ON BASE BID SECTIONS I AND II ALTERNATE A I $162849.40 $3,094,138.56 $2,854,959.44 SUBTOTAL AMOUNT DUE THIS ESTIMATE FROM LOCAL OPTION FUNDS -- -- $239179.12 DIVISION I SECTION II BID ITEMS 69-72 (STORM WATER FEE UP TIO $500,000) I $500 000.00 LESS 5% RETAINAGE ON BID ITEMS 69-72 (UP TO $25,000.00) I $25,000.00 SUBTOTAL (UP TO $475 000.00) I $475 000.00 LE SS AMOUNT PREVIOUSLY PAID $475,000.00 $0.00 AMOUNT DUE THIS ESTIMATE FROM STORM WATER FEE FUNDS DIVISION I SECTION III $ $29,863.39 $29,863.391 LESS 5% RETAINAGE SUBTOTAL $483,869.91 LESS AMOUNT PREVIOUSLY PAID I $$83,534.45 AMOUNT DUE THIS ESTIMATE FROM SEWER FUNDS � $83,534.45 I DIVISION I SECTION IV $8 514.56 LESS 5% RETAINAGE $425.73 I $8088.83 LESS AMOUNT PREVIOUSLY PAID ------ $8,088.83 , AMOUNT DUE THIS ES •IMATE FROM STORM SEWER BOND FUNDS $0.00 -. r - / 2'7/) t I % sw ` 7.1 s 4-4-1� '-9m VI MIdV !� APPROV@19.• Y"'• PRO. NC AND ,•.•' ID RIES DATEE f /•I' A � ars L APPR• ':CITY OFrRLO•,IOWA DATE I '! - Page- 4 Vouchers Prepared by Pauline Closson CITY OF WATERLOO 9002 PAYMENT VOUCHER A102813 October 21, 2013 Vendor No. Batch No. Vendor B & B Builders Departmen Engineering Department Address Grant/Project Code # City & State Ciuty & State ************************************* Invoice Date Invoice No. Amount Keyed By: Description G/L Distribution 10/21/13 10 Contract No. 852 Est No 10 19,653.14 2013 SW Repair Assessment Program Zone 3 - 10/3 thru 10/16/13 Total $ 19,653.14 Special Instructions: Acted g� Submitted y Approved By: 10/21/13 An Equal Opportunity/Affirmative Action Employer 010-07-7650-2164 F.Y. 2014 SIDEWALK REPAIR ASSESSMENT PROGRAM - ZONE 3 CONTRACT NO. 852 DIVISION I - SIDEWALK REPAIRS Pay Estimate #10 93 PERIOD: Septemb- - -- /5-3 -L3 IC -14- /3 BID ITEM ITEM DESCRIPTION UNIT CONTRACTO R UNIT PRICE ORIGINAL BID QUANTITY ORIGINAL BID PRICE PREVIOUS QUANTITY QUANTITY THIS PERIOD QUANTITY TO DATE TOTAL DUE THIS PERIOD ITEM TOTAL TO DATE 1 REM/REP SIDEWALK, 4", PCC SF $ 5.95 14,318.1 $ 85,192.70 5,667.8 3,182.2 8850.0';. :-$18,934.09. $52,657.50 2 REM/REP SIDEWALK, 5", PCC SF $ 6.60 3,171.1 $ 20,929.26 460.0 412.6 872.6 $2,723.16 $5,759.16 3 REM/REP SIDEWALK, 6", PCC SF $ 7.35 1,607.7 $ 11,816.60 615.7 32.4 648.1 `. ;$238.141 $4,763.54 4 WATER VALVE ADJUSTMENT EA $ 200.00 22.0 $ 4,400.00 3.0 4.0 70 $800.00 $1,400.00 5 CLEAN SIDEWALK EA $ 250.00 10.0 $ 2,500.00 4.0 1.0 50 $250.00 $1,250.00 6 SIDEWALK PATCH EA $ 75.00 30.0 $ 2,250.00 0.0 0.0 0.0 'R -7$0.00 $0.00 $ 127,088.55 B & B BUILDERS & SUPPLY /— Z(215 DATE /6-Z/-2 /3 CITY 51CF WATERLOO DATE I $22,945.39 Sidewalk Repairs $65,830.20 TOTAL TO DATE$65,830.20 LESS 5% RETAINAGE $3,291.51 SUBTOTAL $62,538.69 LESS AMOUNT PREVIOUSLY PAID $42,885.18 OVERPAID LAST PAY PERIOD DUE TO ROUNDING ERROR $0.37 AMOUNT DUE THIS ESTIMATE' $19,653.14 Prepared by: Pauline C CITY QF WATERLOO PAYMENT VOUCHER October 21, 2013 Vendor Name Kirkham Michael & Associates Address 11021 Aurora Avenue City & State Urbandale, la 50322-7902 Invoice Date _*******«.************************** Finance Dept Only Vendor No. Batch No. Keyed By Department: Engineering Grant/Project Code # 07STR Invoice No. Qty/Unit Amount Description 9002 A102813 G/L Distribution 10/17/13 784 4,934.14 W Shaulis City Contract 784 Est. 9 290-07-7500-2103 1,233.53 Supplemental # 3 DOT STP -U-8155(696)--70-07 205-07-7500-2103 7/6/13 - 8/30/13 Total $ 6,167.67 Special Instructions: 4“_) 1A(Innw 10/21/13 Date Submitted By Date Approved By: An Equal Opportunity/Affirmative Action Employer KirkhamiMichael & Associates I 02 Aurora Avenue Urbandale, Iowa 50322-7902 PROJECT} West Shaulis Road Extension, Waterloo Iowa - Supplemental #3 i INVOICE No,: 81650 PERIOD COVERED' 7/6/13 thru-8/30/ CONSULTANT JOB No.: 0611638 Dx11:: September t3, 2013 CITY INVOICE: 9 CITY CONTRACT No: 784 IOWA DOT JOB No.: STP -U-8155(696)--70-07 Contract Estimate Cumulative To Date Current Period Labor Dollars Overhead 195.62%) Salary Cosi $76,358,68 $149.372.85 5225.731.53 $85,195.68 $166,659.79 $251,855.47 $6,502.85 $12.720.88 $19,223.73 Direct Expenses: Printing, Postage Mileage Misc Materials Subtotal Direct Expenses $31,851.00 $32.89 $19,674.07 $7.906.40 $27,613.36 $0.00 $1,725,18 $682.26 $2,407.44 Subconsultants: (include cdntingency only if authorized) Terracon' $29,200.00 Authorized Contingency $0,00 Subtotal Subconsultants $29,200.00 Subtotal (rpunded) $286,782.53 KM Amount Over Contract Max KM Fixed Fee (12%) $27,087.78 KM AuthoSized Contigency $25,758.25 Total Authorized Amount (rounded) $339,628.56 Total Billed to Date Remaining Balance $24,976.50 $22,730.92 $0.00 $22,730.92 $0.00 $0.00 $0.00 $302,199.75 -$15,39722 $27,087.78 $761.75 $314,652.06 $314,652.06 $21,631.17 -$15,397.22 -$828.03 $761.75 $6,167.67 Unauthorized Contingency: Kirkham Michael Robinson, Engineering Company Terraconl Maximum Amount Payable $0.00 $0.00 52,610.00 $342.238.57 Payment Status Total Earned to Date: Less Previous Invoices: Total Amount Due: '/?J ,/ /.1.go s� $314,652.06'< $3084.39 $6,167.671 Voucher Prepared by Pauline C CITY OF WATERLOO 9003 PAYMENT VOUCHER A102813 October21, 2013 Vendor Name AECOM Address City & State *********** ***********....,«..<,*** Department Engineering Grant/Project Code # Invoice Date Invoice No. Qty/Unit Amount Description 10/16/13 37385166 $525.67 RR spur Line for Secor Investments LLC $525.67 CRS 6/29 - 10/11/13 TOTAL 1,051.34 Special Instructions , ,C/ �c %i e--1 10/21/03 Submitted By Date Approved By Date An Equal Opportunity/Affirmative Action Employer G.L. Distribution 290-08-6210-1358 426-08-6210-1358 501 Sycamore Street, Suite 222 • Waterloo, Iowa 50703 • (319)232-6531 • Fax: (319) 232-0271 CCOM Invoice To: Mr. Eric Thorson City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Date: October 16, 2013 Project Number: 60181718.2X Invoice No: 37385166 Your Authorization: Supplemental Agreement No. 1 Dated August 15, 2011 Railroad Spur Line for Secor Investments, LLC Construction Review Services City of Waterloo, Iowa Progress Billing: June 29, 2013 through October 11, 2013 Classification Hours Amount Senior Professional 17.50 $3,431.43 Project Professional 55.50 7,909.04 Staff Professional 0.00 0.00 CAD/GIS Operator 1.00 82.94 Senior Technician 102.00 9,230.01 Technician 37.00 2,763.86 Project Support 24.75 1,882.47 Direct Expenses 723.12 Total Costs to Date $26,022.87 Less Previous Billing 24,971.53 TOTAL AMOUNT DUE �G=5125-G7 V g Invoke 0 5-a-5.67 Remit to: AECOM Technical Services, Inc • 1178 Paysphere Circle • Chicago, IL 60674 Voucher Prepared by Pauline C CITY OF WATERLOO PAYMENT VOUCHER October 21, 2013 Vendor Name INRCOG Address 229 Park Avenue City & State Waterloo, IA 50703 ...,..,<.*****.«>„«**************** Department Engineering Grant/Project Code # 07LTF 5007 Invoice Date Invoice No.Qty/Unit Amount Description G.L. Distribution Administrative Services Corn 10/14/13 16704 $218.40 EDA Commericail Lift Station EDA 290-07-5300-2103 10/14/13 16705 $547.92 CDBG Commercial Lift Station CDBG 290-07-5300-2103 10/14/13 16485 $1,369.12 CDBG Residential Lift Station CDBG 290-07-5300-2103 September Expenses Special Instructions (Le_J TOTAL 2,135.44 10/21/13 Submitted By Date Approved By Date An Equal Opportunity/Affirmative Action Employer INRCOG Iowa Northland Regional Council Of Governments Sold To: Waterloo City Hall 715 Mulberry Street Waterloo, IA 50703 Iowa Northland Regional Council of Govts 229 E ParkAve Waterloo, IA 50703 Phone: 319 235-0311 Fax: 319 235-2891 Page: 1 Invoice Number: 16704 Invoice Date: 10/14/13 Due Date: 11/28/13 Customer ID: WATERLOO Item Code Description Quantity Unit Price Extended Amount September'13 Expenses - EDA Comm Lift Station 34300SALARY Salary & Fringe Benefits 34300ADMIN Allocated Administrative Services Please remit to: INRCOG 229 E Park Ave Waterloo, IA 50703 1.00 166.16 1.00 52.24 166.16 52.24 Item Total: 218.40 PLEASE PAY THIS AMOUNT: $ 218.40 o< K rtar INRCOG Iowa Northland Regional Council Of Governments Sold To: Waterloo City Hall 715 Mulberry Street Waterloo, IA 50703 Iowa Northland Regional Council of Govts 229 E ParkAve Waterloo, IA 50703 Phone: 319 235-0311 Fax: 319 235-2891 Page: 1 Invoice Number: 16705 Invoice Date: 10/14/13 Due Date: 11/28/13 Customer ID: WATERLOO Item Code Description Quantity Unit Price Extended Amount September '13 Expenses - CDBG Comm Lift Station 36300SALARY Salary & Fringe Benefits 36300ADMIN Allocated Administrative Services Please remit to: INRCOG 229 E Park Ave Waterloo, IA 50703 1.00 415.40 1.00 132.52 415.40 132.52 Item Total: 54792 PLEASE PAY THIS AMOUNT: $ 547.92 rite INRCOG Iowa Northland Regional Council Of Governments Sold To: Waterloo City Hall 715 Mulberry Street Waterloo, IA 50703 Iowa Northland Regional Council of Govts 229 E ParkAve Waterloo, IA 50703 Phone: 319 235-0311 Fax: 319 235-2891 Page: 1 Invoice Number: 16706 Invoice Date: 10/14/13 Due Date: 11/28/13 Customer ID: WATERLOO Item Code Description Quantity Unit Price Extended Amount September'13 Expenses - CDBG Residential Lift Station 37300SALARY Salary & Fringe Benefits 37300ADMIN Allocated Administrative Services Please remit to: INRCOG 229 E Park Ave Waterloo, IA 50703 1.00 1,038.50 1.00 330.62 1,038.50 330.62 Item Total: 1,369.12 PLEASE PAY THIS AMOUNT: $ 1,369.12 OK- F. Y. 2014 4th Street Bridge Slope Protection and Riverwall Repairs, Contract No. 855 October 28, 2013 Bid Tab Estimate: $396,078.00 Bid Security Required Bidder Bid Security Bid Amount Boulder Contracting, Inc. 25789 N Avenue Grundy Center, IA 50638 5% $293,163.00 Cramer and Associates, Inc. 3100 SW Brookside Dr. Grimes, IA 50111 5% $258,322.50 Jasper Construction Services, Inc. 928 N. 19th Ave E. Newton, IA 50208 o 5 /o $238,406.00 Mike Dolan Concrete & Masonry Inc. 1140 Fairchild St. Waterloo, IA 50703 o 5 /o $233,674.60 Peterson Contractors Inc. Box A Reinbeck, IA 50669-0155 5% $177,636.50 Ricklefs Excavating, Ltd. 12536 Buffalo Road Anamosa, IA 52205 5% $223,250.00 Taylor Construction, Inc. P.O. Box 110 5% $317,975.00 New Vienna, IA 52065 Vieth Construction Corp. 6419 Nordic Drive 5% $252,556.00 Cedar Falls, IA 50613 F.Y. 2014 4th Street Bridge Slope Protection and Riverwall Repairs, Contract No. 855 October 28, 2013 Bid Tab Estimate: $396,078.00 Bid Security Required Bidder Bid Security Bid Amount Boulder Contracting, Inc. 25789 N Avenue Grundy Center, IA 50638 R' J(94 % ) i3/ f 0, Cramer and Associates, Inc. 3100 SW Brookside Dr. Grimes, IA 50111 76.2) CJ 3:2)- " Jasper Construction Services, Inc. 928 N. 19`h Ave E. Newton, IA 50208 7( ` � X g 3 j 1f D , � Mike Dolan Concrete & Masonry Inc.2 1140 Fairchild St. Waterloo, IA 50703 (J 3� 6 %y BoxPeteArson Contractors Inc. Reinbeck, IA 50669-0155 O / 2 7, 34 co Ricklefs Excavating, Ltd. 12536 Buffalo Road Anamosa, IA 52205 5- 70 642.3 Sd U° Taylor Construction, Inc. P.O.Box110 New Vienna, IA 52065 7( 2 7 C77co Vieth Construction Corp. 6419 Nordic Drive Cedar Falls, IA 50613 f7. - . / F.Y. 2014 Bridge Deck Repairs and Overlay Program, Contract No. 777 October 28, 2013 Bid Tab Estimate: $1,612,040.53 Bid Security Required Bidder Bid Security Bid Amount Cramer and Associates, Inc. 3100 SW Brookside Dr. Grimes, IA 50111 5% $871,962.55 $291,220.00 Jasper Construction Services, Inc. 928 N. 19thAve E. Newton, IA 50208 5% $861,206.08 $382,226.25 PCiRoad 14123 42ndStreet NE St. Michael, MN 55376-9564 5% $993,680.65 $353,104.25 Wicks Construction Inc. 2201 State Hwy. 9 P.O. Box 428 Decorah, IA 52101-0428 ° 5 /o $1,425.000 F.Y. 2014 Bridge Deck Repairs and Overlag Program, Contract No. 777 October 28, 2013 Bid Tab Estimate: $1,612,040.53 Bid Security Required Bidder Bid Security Bid Amount Cramer and Associates, Inc. 3100 SW Brookside Dr. Grimes, IA 50111 5 cs� /O 7 // q6; Jasper Construction Services, Inc. 928 N. 19th Ave E. Newton, IA 50208 ,.�l 7 /�i '06.' OS PCiRoads 14123 42nd Street NE' St. Michael, MN 55376-9564 7° 993 OS(), 6c J�3 %O( Ac Wicks Construction Inc. 2201 State Hwy. 9 P.O. Box 428 Decorah, IA 52101-0428 ; 7° i 47`), rxtrO Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-786A RESOLUTION AUTHORIZING THE SALE AND CONVEYANCE OF CITY -OWNED PROPERTY GENERALLY DESCRIBED AS THE FORMER VAN EATON SCHOOL SITE, FOR $1.00, PLUS COSTS, AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AND DELIVER DEED FOR SAME. WHEREAS, the City of Waterloo, Iowa is the owner of real property in the City of Waterloo, Iowa, as described below, and WHEREAS, an offer to purchase said certain parcel of real property has been made by Iowa Development Enterprises LLC in the sum of $1.00, plus costs, and WHEREAS, a public hearing was held on October 7, 2013, at 5:30 p.m. in the Council Chambers in City Hall, Waterloo, Iowa, as provided by law, by the Council of the City of Waterloo, Iowa, on the proposal to sell and convey premises owned by the City of Waterloo, Iowa, to Iowa Development Enterprises LLC, and WHEREAS, it is the opinion of this Council that sale and conveyance should be made as proposed. NOW, THEREFORE, IT IS HEREBY RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, AS FOLLOWS: 1. The following described real property, as fully described in the published notice in the Waterloo Courier on October 3, 2013, is not presently needed and will not be needed in the foreseeable future for municipal purposes and its ownership is serving no municipal purpose, and 2. That the offer of Iowa Development Enterprises LLC to purchase real property for the sum of $1.00, and costs, be and it is hereby accepted in accordance with the Development Agreement for real property described below: Lot 2 in Block 2 of Replat West 4 of Cushman Heights, all in the City of Waterloo, Black Hawk County, Iowa. 3. That the City of Waterloo, Iowa convey said parcel of real property to Iowa Development Enterprises LLC by deed. 4. That the Mayor and City Clerk are hereby authorized to execute and deliver deed to Iowa Development Enterprises LLC. 5. That the original of said deed fully executed and acknowledged is hereby approved and confirmed by the Council. 6. That the City Clerk is authorized and directed to deliver said deed of conveyance to Iowa Development Enterprises LLC upon receipt in the sum of $1.00, and costs. Resolution No. 2013-786A Page 2 PASSED AND ADOPTED this 7th day of October, 2013. ATTEST: uzy Sc City Clerk es, CMC Er est G. Clark, Mayor Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-787 RESOLUTION APPROVING DEVELOPMENT AGREEMENT WITH IOWA DEVELOPMENT ENTERPRISES LLC OF WATERLOO, IOWA AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Development Agreement dated October 7, 2013, for the sale and conveyance of city -owned property generally described as the former Van Eaton School site for $1.00, plus costs, for the construction of five (5) new single family homes, by and between Iowa Development Enterprises LLC of Waterloo, Iowa 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 ATTEST: uzy Sch=res, CMC City Cle k 7th day of October, 2013. Ernest G. Clark, Mayor September 27, 2013 City of Waterloo Attn: City Clerk 715 Mulberry Street Waterloo, IA 50703 FIVE STAR SNOW TRAILS ASSOCIATION, INC 1314 Washington St, Cedar Falls, IA 50613-4153 Phone: 319-266-0445 0 Cell: 319-231-0819 0 email: damelick@cfu.net Enclosed for your consideration is the Application to the Iowa Department of Transportation (IDOT) for renewal of the permit to establish and sign a snowmobile trail within the right-of-way of state highways. A portion of that trail resides within the city limits of Waterloo. The IDOT requires that each affected city approve the application before being processed by the Department. Page 3A of the application has a block for the signature of the responsible individual representing Waterloo. PLEASE USE THIS PAGE FOR THE CITY SIGNATURE. DO NOT COMPLETE THE SIMILAR SECTION SHOWN ON PAGE 1 OF THE APPLICATION. Permits are issued for one season only and must be renewed each year. This application is the same as the one which was approved last year for the city of Waterloo except for the removal of items 17, 18, 19, 20, 21 as listed on the 2012 application due to temporary suspension of that section of the trail.. Items 1, 2 on page 4 and item #21 on page 5 are the only items which currently affect Waterloo. If you have any questions concerning the application and related paperwork, you may contact me at: 319-231-0819(Cell) or e-mail to: damelick@cfu.net I would appreciate it very much if city action could be taken at the October 7th Council meeting, if Council action is required. It is imperative that we get the application in the hands of the IDOT as soon as possible, so as to beat the freezing temperatures and first snowfall with installation of the signs along the trail. Please return the signed copy to me in the enclosed, "postage applied" envelope as soon as possible after action has been taken by city officials. Thank you for your assistance with this matter. Sincerely, 62-0/21 41gte4 Dick Melick Five Star Snow Trails Assoc., Inc Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-788A RESOLUTION APPROVING APPLICATION WITH IOWA DEPARTMENT OF TRANSPORTATION ON BEHALF OF FIVE STAR SNOW TRAILS ASSOCIATION, INC. AND DIRECTING EXECUTION OF SAID APPLICATION BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the application dated October 7, 2013, to establish and sign snowmobile trails within the right-of-way of state highways that reside within the city limits of Waterloo on behalf of Five Star Snow Trails Association, Inc., by and between the Iowa Department of Transportation and the City of Waterloo, Iowa, be and the same is hereby approved, and the Mayor authorized to execute the same in behalf of the City of Waterloo, Iowa. PASSED AND ADOPTED this 7th day of October, 2013. ATTEST: Suzy Sch City Cle res, CMC k tp nest G. Clark, Mayor Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-788A RESOLUTION APPROVING APPLICATION WITH IOWA DEPARTMENT OF TRANSPORTATION ON BEHALF OF FIVE STAR SNOW TRAILS ASSOCIATION, INC. AND DIRECTING EXECUTION OF SAID APPLICATION BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the application dated October 7, 2013, to establish and sign snowmobile trails within the right-of-way of state highways that reside within the city limits of Waterloo on behalf of Five Star Snow Trails Association, Inc., by and between the Iowa Department of Transportation and the City of Waterloo, Iowa, be and the same is hereby approved, and the Mayor authorized to execute the same in behalf of the City of Waterloo, Iowa. PASSED AND ADOPTED this 7th day of October, Ernest G. Clark, ATTEST: Suzy Sc res, CMC City Cl rk 2013. Mayor CITY OF WATERLOO Council Communication City Council Meeting: $eptErtper 23, 2$13 Prepared: September 18 2013 Dept. Head Signature: # of Attachments: 0 SUBJECT: Resolution approving recommendation to shred old documents. Submitted by: Suzy Schares, City Clerk Recommended City Council Action: Approve recommendation to shred old documents. Summary Statement: N/A Expenditure Required: $0 Source of Funds: N/A Policy Issue: N/A Alternative: N/A Background Information: Annual task.