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.