Loading...
HomeMy WebLinkAbout11/12/2013THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, REGULAR SESSION TO BE HELD AT THE CITY HALL COUNCIL CHAMBERS, 5:30 P.M. TUESDAY, NOVEMBER 12, "2013 CITY OF WATERLOO GOALS 1. Support economic development efforts that attract, retain and create quality Jobs resulting in a diverse economic base and increased population. 2. Continue to support implementation of the Downtown Master Plan. 3. Facilitate and promote the development of housing options to meet the needs of current and future Waterloo citizens. 4. Develop a customer -centered service delivery approach. 5. Seek additional opportunities to share services and resources with other government entities. 6. Collaborate with statewide elected officials to reduce the burden on local property taxes. 7. Address the changing public workforce needs in Waterloo. 8. Enhance and protect a diverse, family-oriented community where neighborhoods are safe and well maintained. 9. Enhance the quality of place opportunities for the citizens of our community. General Rules for Public Participation 1. Although not required by city code of ordinances, oral presentations may be allowed at the chair/presider's (usually the Mayor or Mayor Pro Tem) discretion. The "oral presentations" section of the agenda is your opportunity to address items not on the agenda. A speaker may speak to one (1) issue per meeting for a maximum of three (3) minutes. Official action cannot be taken by the Council at that time, but may be placed on a future agenda or referred to the appropriate department. 2. At the chair/presider's discretion, you may address an item on the current agenda by stepping to the podium, and after recognition by the chair/presider, state your name, address and group affiliation (f 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. November 12, 2013 Roll Call. Moment of Silence. Pledge of Allegiance: Eric Thorson, City Engineer. Agenda, as proposed or amended. Minutes of November 4, 2013, Regular Session, as proposed. Page 2 1. Consent Agenda: (The following items will be acted upon by voice vote on a single motion without separate discussion, unless someone from the council or public requests that a specific item be considered separately.) a. Resolution to approve the following: 1. Bills Payment, Finance Committee Invoice Summary Report, a copy of which is on file in the office of the City Clerk. 2. Request of Iowa Department of Transportation for a variance of the Noise Ordinance to allow contractors to perform work during the evening and night when traffic along I-380/Hwy 218 is reduced for the 1-380 Resurfacing Project from River Forest Road to Mitchell Avenue, for the period of April 1, 2014 to November 30, 2014. Submitted by Jeff Bales, Associate Engineer 3. Request of Ann Wood for a concrete driveway to be located at 130 Longview Drive, together with recommendation of approval of City Engineer. Submitted by Eric Thorson, P.E., City Engineer 4. Request of Rainbow Farms, Inc. (Craig E. Sage) for an asphalt driveway to be located at 830 West Big Rock Road, together with recommendation of approval of City Engineer. Submitted by Eric Thorson, P.E., City Engineer b. Motion to approve the following: 1. Travel Requests Name & Title of Amount Personnel Class/ Meeting Destination Date(s) not to exceed Matt Chesmore, 16 -Hour Des Moines, 12/ 1/2013- $885.00 Rehab and Inspector/ Risk IA 12/3/2013 Relocation Assessor Specialist Refresher Course vember 12, 2013 2. Page 3 Safety Services Protection Order New 12/ 10/2013- $2,666.00 Director Trelka and Practice for Prosecutors and Orleans, LA 12/ 13/2013 9/30/14 Investigator Law Enforcement B Wine, C Beer, E Liquor Renewal 7/14/14 Stacy Hesse Training CLiquor New 11/11/14 3. Recommendation of appointment of Robert Ettinger to the position of Recreation Supervisor effective November 13, 2013. Submitted by Paul Huting, Leisure Services Director 4. Recommendation of appointment of Mark Gallagher to the position of Recreation Service Manager effective November 13, 2013. Submitted by Paul Huting, Leisure Services Director 5. 6. 7. Approved Beer, Liquor, and Wine Applications Name & Address of Business Class New or Renewal Expiration Date Includes Sunday Holiday Inn Express 2127 La Porte Road Special C Liquor (Beer/ Wine) Renewal 9/30/14 X Kwik Stop #3 1104 Washington Street B Wine, C Beer, E Liquor Renewal 7/14/14 X Club Venue 120 Sumner Street CLiquor New 11/11/14 Cigarette Permit Application 8. Family Dollar Stores of IA, Inc. #10944, 2206 Kimball Avenue PUBLIC HEARINGS 2. Request for Proposal for Demolition and Site Clearance Services (no regulated asbestos -containing materials) for 1001 Linden Street 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 Community Planning & Development Director for review. Submitted by Noel Anderson, Community Planning & Development Director November 12, 2013 Page 4 3. Request for Proposal for Asbestos Abatement for 217-219 Jefferson Street and 300 West 3rd Street 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 Community Planning & Development Director for review. Submitted by Noel Anderson, Community Planning & Development Director 4. Rental of Three (3) Motor Graders to Support Snow Operations 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 specifications, bid document, etc. Resolution authorizing to proceed. Motion to receive and file and instruct City Clerk to open and read bids and refer to Public Works Director for review. Submitted by Mark Rice, Public Works Director 5. South Hills Drainage Improvements 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 Leisure Services Director for review. Submitted by JB Bolger, Golf & Downtown Area Maintenance Manager 6. No Name Creek Interceptor Sewer, Contract No. 849 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 Waste Management Services Superintendent for review. Submitted by Larry N. Smith, Waste Management Services Superintendent November 12, 2013 RESOLUTIONS Page 5 7. Resolution approving Supplemental Agreement No. 1 with AECOM Technical Services, Inc. of Waterloo, Iowa for construction -related services, in an amount not to exceed $75,800.00, in conjunction with the No Name Creek Interceptor Sewer, Contract No. 849; and authorize Mayor to execute said document. Submitted by Larry N. Smith, Waste Management Services Superintendent 8. Resolution approving Supplemental Agreement No. 1 with AECOM Technical Services, Inc. of Waterloo, Iowa for construction -related services, in an amount not to exceed $65,500.00, in conjunction with the La Porte Road Pumping Station and Force Main, Contract No. 847; and authorize Mayor to execute said document. Submitted by Larry N. Smith, Waste Management Services Superintendent 9. Resolution approving and accepting the Bureau of Justice (BJA) funding for a Bulletproof Vest Partnership grant, in the amount of $3,278.12, with a 50 percent match, and authorize the Police Department to purchase replacement bulletproof vests. Submitted by Dan Troika, Director of Safety Services 10. Resolution approving Design and Professional Service Agreement with Modus of Waterloo, Iowa, in the amount of $5,200.00, for design work, contract documents, bidding assistance, submittal reviews and on-site meetings with construction personnel in conjunction with the Waterloo Public Library New Security Camera System project. Submitted by Craig Clark, Building Official/Maintenance Administrator 11. Resolution approving Policy for Healthy Vending Nutrition Options in Municipal Buildings and Public Parks in accordance with guidelines set forth for the Waterloo Blue Zones Initiative. Submitted by Paul Huting, Leisure Services Director 12. Resolution approving Policy for Healthy Food and Beverages at City Sponsored Youth Sporting Events in accordance with guidelines set forth for the Waterloo Blue Zones Initiative. Submitted by Paul Huting, Leisure Services Director 13. Resolution approving recommendation of award of contract to K & W Electric Inc. of Cedar Falls, Iowa in the amount of $87,987.00; and approving the Contract, Bonds, and Certificate of Insurance for the FY2014 Danes Complex Lighting Project; and authorize Mayor and City Clerk to execute said documents. Submitted by Travis Nichols, Facilities Manager November 12, 2013 Page 6 14. Resolution approving recommendation of award of bid to Pierce Manufacturing Inc. of Appleton, Wisconsin, in the amount of $508,584.00, for the Purchase of One (1) Triple Combination Pumper Fire Truck. Submitted by Pat Treloar, Chief of Fire Services 15. Motion approving Change Order No. 21 for a net decrease of $18,280.64 for adjustments from field changes on plan quantity bid items for work performed by Peterson Contractors, Inc. of Reinbeck, Iowa, for the F.Y. 2010 River Renaissance Lower Plaza, Contract No. 763; and authorize Mayor and City Clerk to execute said document Submitted by Jamie Knutson, P.E., Associate Engineer 16. Resolution approving Completion of Project and Recommendation of Acceptance of Work performed by Peterson Contractors, Inc. of Reinbeck, Iowa at a total cost of $3,433,275.46, in conjunction with F.Y. 2010 River Renaissance Lower Plaza, Contract No. 763. Submitted by Eric Thorson, P.E., City Engineer 17. Resolution approving Preconstruction Agreement with Iowa Department of Transportation for primary road improvements in conjunction with 1-380 Resurfacing Project from River Forest Road to Mitchell Avenue; and authorize Mayor and City Clerk to execute said document. Submitted by Jeff Ba/es, Associate Engineer 18. Resolution approving Contract, Bonds and Certificates of Insurance with Peterson Contractors, Inc. of Reinbeck, Iowa, in the amount of $177,636.50, for the F.Y. 2014 4th Street Bridge Slope Protection and Riverwall Repairs, Contract No. 855; and authorize Mayor and City Clerk to execute said document. Submitted by Jeff Bales, Associate Engineer 19. Resolution approving contract for health insurance and prescription services for a premium of $820,982.00 with Wellmark Blue Cross Blue Shield for stop loss fees plus administrative fees of $23.50 per month per employee for health insurance administration and $1.00 per month per employee for PBM beginning January 1, 2014 and ending June 30, 2014 and terminating the PBM contract with Express Scripts effective January 1, 2014. Submitted by Suzy Schares, City Clerk/HR Director 20. Resolution approving amended contract with Delta Dental to administer the employee dental health care benefit plan, including administrative and claim services at a cost of $3.80 per employee per month. Submitted by Suzy Schares, City Clerk/HR Director November 12, 2013 Page 7 21. Resolution approving installation of 100 watt HPS street light on existing wood pole located at 3405 West 4th Street; and authorize City Clerk to notify MidAmerican Energy. Submitted by Sandie Greco, Traffic Operations Superintendent 22. Resolution approving installation of six (6) LED decorative street lights on San Marnan Drive between Galactic Drive and West 4th Street; and authorize City Clerk to notify MidAmerican Energy. Submitted by Sandie Greco, Traffic Operations Superintendent 23. Resolution setting date of hearing as November 25, 2013 to approve Real Estate Purchase Agreement with R & S Commercial LLC and R & S Rental LLC (SJ Construction) of Waterloo, Iowa for the sale of City -owned land located at East 9th and Sycamore Streets in the amount of $1.00 with up to $2,000.00 in closing costs; and instruct City Clerk to publish notice. Submitted by Noel Anderson, Community Planning & Development Director 24. Resolution setting date of hearing as November 25, 2013 to approve Development Agreement with Black Hawk Contracting and Development to authorize the sale and conveyance of a portion of City -owned property for $1.00 along Lafayette Street near its intersection with East 3rd Street, for the construction of six (6) townhouse dwellings; and instruct City Clerk to publish notice. Submitted by Noel Anderson, Community Planning & Development Director 25. Resolution setting date of hearing as December 9, 2013 to receive and open bid proposals for the sale of City -owned property located at 506 Reed Street, with a minimum bid proposal of $5,000.00 with a Development Agreement; and instruct City Clerk to publish notice. Submitted by Noel Anderson, Community Planning and Development Director OTHER COUNCIL BUSINESS 26. Request for Proposal for Sherwood Gate Acquisition and Installation Services Motion to instruct Community Planning & Development Director to prepare specifications, bid document, form of contract, etc. Motion to receive and file specifications, bid document, form of contract, etc. Resolution preliminarily approving specifications, bid document, form of contract, etc. Resolution setting date of hearing and bid opening as December 2, 2013; and instruct City Clerk to publish notice of specifications, bid document, form of contract, etc. Submitted by Noel Anderson, Community Planning & Development Director November 12, 2013 Page 8 27. F.Y. 2014 Orange School Sanitary Sewer Extension, Contract No. 816 Motion to instruct City Engineer 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 December 2, 2013; and instruct City Clerk to publish notice of plans, specifications, form of contract, etc. Submitted by Jamie Knutson, P.E., Associate Engineer 28. Motion approving Change Order No. 4 for a net increase of $56,216.34 for resurfacing the parking lots across from the Cedar Valley SportsPlex for work performed by Aspro, Inc. of Waterloo, Iowa, for the F.Y. 2013 Asphalt Overlay Program, Contract No. 833; and authorize Mayor and City Clerk to execute said document. Submitted by Jamie Knutson, P.E., Associate Engineer 29. Motion approving change order for a net increase of $9,215.76 for the purchase of additional furnishings for the Cedar Valley SportsPlex with Kirk Gross Company of Waterloo, Iowa. Submitted by Mark Gallagher, Sports Manager ORAL PRESENTATIONS Motion to receive and file oral comments. ADJOURNMENT Motion to adjourn. Suzy Schares City Clerk MEETINGS Tuesday, November 12, 2013 4:40 p.m. - Building and Grounds Committee, Council Chambers 5:10 p.m. - Finance Committee, Council Chambers November 12, 2013 Page 9 PUBLIC INFORMATION 1. Communication from Waterloo Cultural & Arts Director on the resignation of Johanna Kramer -Weston, effective November 5, 2013 with recommendation of approval of payout of $304.12 for unused benefits. CONTRACT PAYMENT SCHEDULE 1. F.Y. 2012 Geraldine Road Extension, Contract No. 821 Pay estimate No. 9 to Benton's Sand & Gravel, Inc. in the total amount due of $8,059.08. 2. Waterloo Stormwater Lift Stations, Contract No. 831 Pay estimate No. 5 to Story Construction in the total amount due of $532,776.21. 3. F.Y. 2012 Street Reconstruction Program, Contract No. 819 Pay estimate No. 27 to Aspro, Inc. in the total amount due of $35,038.56. 4. F. Y. 2013 Street Reconstruction Program, Contract No. 832 Pay estimate No. 11 to Aspro, Inc. in the total amount due of $813, 700.88. 5. F. Y. 2013 Asphalt Overlay Program, Contract No. 833 Pay estimate No. 10 to Aspro, Inc. in the total amount due of $19,353.28. 6. F.Y. 2013 Blowers Creek Cunette Repairs, Contract No. 845 Pay estimate No. 6 to Stickfort Construction in the total amount due of $20,085.58. 7. West Shaulis Road/Ansborough Avenue, Supplemental #2 Pay estimate No. 17 to Croell & Subsidiaries, Inc. in the total amount due of $102,679.41. 8. F.Y. 2014 Sidewalk Repair Assessment Program - Zone 3, Contract No. 852 Pay estimate No. 3 to B & B Builders & Supply in the total amount due of $33,569.21. 9. 4th Street Bridge and Wall Repairs, Contract No. 855 Pay estimate No. 5 to AECOM in the total amount due of $628.59. 10. Universitu Avenue, U.S. 63 to Waterloo City Limits - Evaluation of Proposed Transfer of Jurisdiction Pay to AECOM in the total amount due of $4,161.96. 11. Storm Water Lift Stations - Westfield Avenue, Virden Creek and Vinton Pay to Stanley Consultants Inc. in the total amount due of $22,307.75. 12. U.S. Highway 63 Improvements - Newell Street to Donald Street, Contract No. 790 Pay estimate No. 8 to AECOM in the total amount due of $5, 309.15. DD 2a. DD Amended Council Agenda Items Council Meeting Tuesday, November 12, 2013 Travel Requests Name & Title of Amount Personnel Class/ Meeting Destination Date(s) not to exceed Mayor Buck National League Seattle, WA 11/ 13/ 13 - $975.00 Clark of Cities Annual 11/ 16/ 13 Meeting 9. Bonds November 4, 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, November 4, 2013. Mayor Ernest G. Clark in the Chair. Roll Call: Cole, Getty, Jones, Greenwood, Schmitt, Welper, Hart. Moment of Silence. Pledge of Allegiance: Craig Clark, Building Official/Maintenance Administrator. 141794 - Hart/Schmitt that the Agenda, as amended, changing date on item #1.b.4 to 2/8/14 and deleting item #14, for the Regular Session on Monday, November 4, 2013, at 5:30 p.m., be accepted and approved. Voice vote -Ayes: Seven. Motion carried. 141795 - Hart/Schmitt that the Minutes, as proposed, for the Regular Session on Monday, October 28, 2013, at 5:30 p.m., be accepted and approved. Voice vote -Ayes: Seven. Motion carried. CONSENT AGENDA 141796 - Hart/Schmitt that the following items on the consent agenda be received, placed on file and approved: a. Resolutions to approve the following: 1. Resolution approving Finance Committee Invoice Summary Report, dated November 4, 2013, in the amount of $2,304,671.47, a copy of which is on file in the City Clerk's office, together with recommendation of approval of the Finance Committee. Resolution adopted and upon approval by Mayor assigned No. 2013-883. 2. Resolution approving Request of Brian Rooff and Molly Plunkett for tax exemptions on improvements totaling $250,000.00 for property located at 2135 Ashland Avenue and located in the Consolidated Urban Revitalization Area (CURA). Resolution adopted and upon approval by Mayor assigned No. 2013-884. 3. Resolution approving Request of Maida Druzanovic for tax exemptions on improvements totaling $269,000.00 for property located at 5669 Summerland Drive and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-885. 4. Resolution approving Request of Cody and Janina Funk for tax exemptions on improvements totaling $350,000.00 for property located at 4730 West 4th Street and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-886. 5. Resolution approving Request of Samira and Mirzet Porcic for tax exemptions on improvements totaling $180,000.00 for property located at 5836 Summerland Drive and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-887. 6. Resolution approving Request of Samir Kantarevic for tax exemptions on improvements totaling $180,000.00 for property located at 5842 Summerland Drive and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-888. 7. Resolution approving Request of John Patin for tax exemptions on improvements totaling $162,500.00 for property located at 1306 Pintail Drive and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-889. November 4, 2013 Page 2 8. Resolution approving Request of LG Companies, LLC for tax exemptions on improvements totaling $260,000.00 for property located at 4854 Yellowstone Road and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-890. 9. Resolution approving Request of Benjamin Sullivan for tax exemptions on improvements totaling $310,000.00 for property located at 4756 Yellowstone Drive and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-891. 10. Resolution approving Request of Hajrudin Kantarevic for tax exemptions on improvements totaling $175,000.00 for property located at 1934 Red Tail Drive and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-892. 11. Resolution approving Request of William Dekarske for tax exemptions on improvements totaling $80,000.00 for property located at 4164 Mourning Dove Drive and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-893. 12. Resolution approving Request of Brent Williams for tax exemptions on improvements totaling $127,000.00 for property located at 1521-1523 Black Hawk Road and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-894. 13. Resolution approving Request of Iowa Heartland Habitat for Humanity for tax exemptions on improvements totaling $80,000.00 for property located at 3908 Memory Lane and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-895. 14. Resolution approving Request of Iowa Heartland Habitat for Humanity for tax exemptions on improvements totaling $80,000.00 for property located at 3862 Memory Lane and located in the City Limits Urban Revitalization Area (CLURA). Resolution adopted and upon approval by Mayor assigned No. 2013-896. b. Motion to approve the following: 1. 2. 3. 4. Travel Requests Name & Title of Personnel Class/Meeting Destination Date(s) Amount not to exceed Jason Hernandez, IEMSA Conference Des Moines, 11/8/13- $528.03 Medical Officer IA 11/10/13 Approximately 15 part time positions to be hired at Cedar Software training on Max Enterprise registration software Waterloo, IA 11/18/13- 11/19/13 $1,000.00 Valley SportsPlex Nancy Gulick, NCDA 2014 Winter Washington, 01/21/14- $2,360.00 Community Legislative and D. C. 01/25/14 Development Policy Meeting Coordinator Brian Baker, Chief HVAC Inspector and State of Iowa Plumbing Code, Industry and Cedar Falls, IA 2/8/2014 $240.00 Bob Osgood, Safety Chief Plumbing Inspector November 4, 2013 5. 6. 7. 8. Page 3 Approved Beer, Liquor, and Wine Applications Name & Address of Business Class New or Renewal Expiration Date Includes Sunday Tokyo Japanese Steakhouse, Inc. 126 E. Ridgeway Avenue C Liquor Renewal 2-13-14 X Kwik Star #380 506 W. 9th Street C Beer Renewal 11-18-14 X Five Star Snacks & Liquor 437 Sullivan Street E Liquor, B Wine, C Beer Renewal 7-21-14 X Hurricane Grill & Wings 2027 Crossroads Boulevard C Liquor, Outdoor Service New 10-1-14 X Roll call vote -Ayes: Seven. Motion carried. PUBLIC HEARINGS 141797 - Greenwood/Schmitt that proof of publication of notice of public hearing on La Porte Road Pumping Station and Force Main, Contract No. 847, be received and placed on file. Voice vote -Ayes: Seven. Motion carried. 141798 - This being the time and place of public hearing, the Mayor called for written and oral objections and there were none. Greenwood/Schmitt that the hearing be closed. Voice vote -Ayes: Seven. Motion carried. 141799 - Greenwood/Schmitt that "Resolution confirming approval of plans, specifications, form of contract, etc. in conjunction with the La Porte Road Pumping Station and Force Main, Contract No. 847", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-897. 141800- Greenwood/Schmitt that "Resolution ordering construction in conjunction with La Porte Road Pumping Station and Force Main, Contract No. 847", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-898. 141801 - Greenwood/Schmitt to receive and file and instruct City Clerk to open and read bids and refer to Waste Management Superintendent for review: Bidder Bid Security Bid Amount Baker Concrete & Excavating 2203 E Bremer Ave. P.O. Box 277 Waverly, IA 50677 5% $648,907.00 Dave Schmitt Construction Co. Inc. 250 50th Ave. S.W. Cedar Rapids, IA 52404 5% $447,679.45 Denver Underground & Grading Inc. 2046 260th Street Denver, IA 50622 5% $487,757.00 Holland Contracting 1400 South 4th St. Forest City, IA 50436 5% $837,323.00 November 4, 2013 Peterson Contractors Inc. Box A Reinbeck, IA 50669 5% $964,143.00 Ricklefs Excavating, Inc. 12536 buffalo Road Anamosa, IA 52205 5% $352,134.00 Stickfort Construction P.O. Box 447 Hudson, IA 50643 5% $576,585.85 Top Grade Excavating Inc. P.O. Box 356 971 9th Ave NW Farley, IA 52046 5 $509, 950.50 Tschiggfrie Excavating P.O. Box 3280 425 Julien Dubuque Drive Dubuque, IA 52003 5% $680,626.35 Voice vote -Ayes: Seven. Motion carried. 141802 - Schmitt/Welper Page 4 that proof of publication of notice of public hearing on FY2014 Dane Complex Lighting Project, be received and placed on file. Voice vote -Ayes: Seven. Motion carried. 141803 - This being the time and place of public hearing, the Mayor called for written and oral objections and there were none. Schmitt/Welper that the hearing be closed. Voice vote -Ayes: Seven. Motion carried. 141804 - Schmitt/Welper that "Resolution confirming approval of plans, specifications, form of contract, etc. in conjunction with the FY2014 Dane Complex Lighting Project", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-899. 141805 - Schmitt/Welper that "Resolution ordering construction in conjunction with FY2014 Dane Complex Lighting Project", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-900. 141806 - Schmitt/Welper to receive and file and instruct City Clerk to open and read bids and refer to Leisure Services Director for review: Bidder Bid Security Bid Amount KW Electric P.O. Box 967 Cedar Falls, Inc. IA 50613 5% $87,987.00 Mr. Jones questioned the amount of match needed due to having a $72,000.00 grant. Paul Huting, Director of Leisure Services, noted that bond money will be used for the remainder. The balance of the bond money will be used for a scoreboard. Bids were sent to 5 or 6 contractors but only 1 bid was received. Voice vote -Ayes: Seven. Motion carried. 141807 - Getty/Welper that proof of publication of notice of public hearing on Rezone from 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 November 4, 2013 Page 5 existing truck repair shop, be received and placed on file. Voice vote -Ayes: Seven. Motion carried. 141808 - This being the time and place of public hearing, the Mayor called for written and oral objections and there were none. Getty/Welper that the hearing be closed. Voice vote -Ayes: Seven. Motion carried. 141809 - Getty/Welper 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: Seven. Motion carried. 141810 - Getty/Welper to receive, file, consider and pass for the first time an Ordinance 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. Roll Call vote -Ayes: Seven. Motion carried. 141811 - Getty/Welper that rules requiring ordinances to be considered and voted for passage at two prior meetings be suspended. Roll Call vote -Ayes: Seven. Motion carried. 141812 - Getty/Welper that "Ordinance 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" be considered and passed for the second and third times and the ordinance be adopted. Roll call vote -Ayes: Seven. Ordinance adopted and upon approval by Mayor assigned No. 5188. RESOLUTIONS 141813 - Cole/Welper that "Resolution approving recommendation of award of contract to Peterson Contractors, Inc. of Reinbeck, Iowa, in the amount of $177,636.50, for the F.Y. 2014 4th Street Bridge Slope Protection and Riverwall Repairs, Contract No. 855; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-901. 141814 - Cole/Welper that "Resolution approving Supplemental Agreement No. 2 with AECOM Technical Services, Inc., in an amount not to exceed $24,600.00, for professional services during the construction phase for F.Y. 2014 4th Street Bridge Slope Protection and Riverwall Repairs, Contract No. 855; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-902. 141815 - Cole/Welper that "Resolution approving reapplication and renewal of Iowa Department of Natural Resources MS4 Permit, in the amount of $1,250.00, for storm sewer discharge; and authorize Mayor to execute said document", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-903. 141816 - Greenwood/Schmitt that "Resolution approving Professional Services Agreement with Ament, Inc. of Cedar Rapids, Iowa, in an amount not to exceed $19,100.00, for preliminary survey and engineering services in connection with Safe Routes to School Irving Elementary Traffic Signal Project at West 5th Street and Baltimore Street; and authorize Mayor to execute said document", be adopted. Roll call vote -Ayes: Seven. November 4, 2013 Page 6 Mr. Jones questioned if the $19,000 was included in the $92,000 grant. Sandie Greco, Traffic Operations Director stated that the $19,100.00 is included in the grant. Mr. Schmitt questioned where stop signs will be located. Sandie Greco, Traffic Operations Director stated that the plan was to eliminate the stop sign and only have signals. Resolution adopted and upon approval by Mayor assigned No. 2013-904. 141817 - Greenwood/Schmitt that "Resolution approving Memorandum of Land Lease Agreement and Land Lease Agreement between Board of Park Commissioners of the City of Waterloo and Waterloo MSA LP d/b/a Verizon Wireless for Verizon to lease land at Byrnes Park for $800.00 per month for 5 years for the construction of a free standing cellular tower; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-905. 141818 - Greenwood/Schmitt that "Resolution approving Release of Reversionary Rights document for the June 25, 2007 Development Agreement with Leondorf LLC to allow businesses along the southern side of San Marnan Drive to not have a lien or cloud of title on their property in abstract continuations, documents, etc.; and authorize Mayor and City Clerk to execute said document", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-906. 141819 - Schmitt/Welper that "Resolution setting date of hearing as November 18, 2013 to approve request by Iowa Development Enterprises for a site plan amendment to the "R -3,R -P" Planned Multiple Residence District, to allow for the construction of 6 twin homes on approximately 1.68 acres of land generally located at the intersection of Mills Lane and Dysart Road; and instruct City Clerk to publish notice", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-907. 141820 - Schmitt/Welper that "Resolution setting date of hearing as November 18, 2013 to approve request by Iowa Development Enterprises for a site plan amendment to the "R -3,R -P" Planned Multiple Residence District, to allow for the construction of 1 twin home and 2 single-family homes on approximately 0.8 acres of land generally located along the south side of Summerland Drive, adjacent to 5732 Summerland Drive; and instruct City Clerk to publish notice", be adopted. Roll call vote - Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-908. 141821 - Schmitt/Welper that "Resolution setting date of hearing as November 18, 2013 to approve request by Iowa Development Enterprises for a site plan amendment to the "R -1,R -P" Planned Residence District, to allow for the construction of 5 single-family homes on approximately 3 acres of land generally located north of the intersection of Burton Avenue and West Donald Street at the former Van Eaton School site; and instruct City Clerk to publish notice", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-909. ORDINANCES 141822 - Welper/Hart that "an Ordinance amending the 2008 Traffic Code by adding Subsection (145a) 5850 Kimball Avenue -Activated Hybrid Beacons to Section 540, Obedience to Official Traffic -Control Devices in conjunction with Activated Hybrid Beacons - 5850 Kimball Avenue", be received, placed on file, considered and passed for the first time. Roll call vote -Ayes: Seven. Motion carried. November 4, 2013 Page 7 141823 - Welper/Hart that rules requiring ordinances to be considered and voted for passage at two prior meetings be suspended. Roll call vote -Ayes: Seven. Motion carried. 141824 - Welper/Hart that "an Ordinance amending the 2008 Traffic Code by adding Subsection (145a) 5850 Kimball Avenue -Activated Hybrid Beacons to Section 540, Obedience to Official Traffic -Control Devices in conjunction with Activated Hybrid Beacons - 5850 Kimball Avenue", be considered and passed for the second and third times and adopted. Roll call vote -Ayes: Seven. Mr. Getty clarified that this does not include cameras. Ordinance adopted and upon approval by Mayor assigned No. 5189. OTHER COUNCIL BUSINESS 141825 - Hart/Greenwood to instruct Community Planning & Development Director to prepare plans, specifications, form of contract, etc. in conjunction with Demolition and Site Clearance Services (no regulated asbestos -containing materials) for 1001 Linden Street, be approved. Voice vote -Ayes: Seven. Motion carried. 141826 - Hart/Greenwood that specifications, bid document, etc. in conjunction with Demolition and Site Clearance Services (no regulated asbestos -containing materials) for 1001 Linden Street, be received and placed on file. Voice vote -Ayes: Seven. Motion carried. 141827 - Hart/Greenwood that "Resolution preliminarily approving plans, specifications, form of contract, etc.in conjunction with Demolition and Site Clearance Services (no regulated asbestos -containing materials) for 1001 Linden Street", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-910. 141828 - Hart/Greenwood that "Resolution setting date of hearing and bid opening as November 12, 2013; and instruct City Clerk to publish notice of plans, specifications, form of contract, etc. in conjunction with Demolition and Site Clearance Services (no regulated asbestos -containing materials) for 1001 Linden Street", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-911. 141829 - Hart/Greenwood to instruct Community Planning & Development Director to prepare plans, specifications, form of contract, etc. in conjunction with Asbestos Abatement for 217-219 Jefferson Street and 300 W. 3rd Street, be approved. Voice vote - Ayes: Seven. Motion carried. 141830 - Hart/Greenwood that plans, specifications, form of contract, etc. in conjunction with Asbestos Abatement for 217-219 Jefferson Street and 300 W. 3rd Street, be received and placed on file. Voice vote -Ayes: Seven. Motion carried. 141831 - Hart/Greenwood that "Resolution preliminarily approving plans, specifications, form of contract, etc. in conjunction with Asbestos Abatement for 217-219 Jefferson Street and 300 W. 3rd Street", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-912. 141832 - Hart/Greenwood that "Resolution setting date of hearing and bid opening as November 12, 2013; and instruct City Clerk to publish notice of plans, specifications, form of contract, etc. in conjunction with Asbestos Abatement for 217-219 Jefferson Street and 300 W. 3rd Street", be adopted. Roll call vote -Ayes: Seven. November 4, 2013 Page 8 Resolution adopted and upon approval by Mayor assigned No. 2013-913. 141833 - Hart/Greenwood to instruct Community Planning & Development Director to prepare plans, specifications, form of contract, etc. in conjunction with Asbestos Survey Services for properties located at 1423 Hawthorne Avenue, 223 Independence Avenue, 927 Mullan Avenue, 421 Almond Street, 425 Almond Street, 928 Mulberry Street, 408 Saxon Street, 420 Dawson Street, 426 Cherry Street, 134 Dearborn Avenue, 717 Vinton Street, 67 Franklin Street, 520 Cottage Street, 120 Smith Street, 820 Fowler Street, 1013 Lincoln Street, 409 State Street, 100 Blackwood Avenue, 3137 Independence Avenue, 2375 Independence Avenue, 4012 Leversee Road and 210 Clay Street, be approved. Voice vote -Ayes: Seven. Motion carried. 141834 - Hart/Greenwood that plans, specifications, form of contract, etc. in conjunction with Asbestos Survey Services for properties located at 1423 Hawthorne Avenue, 223 Independence Avenue, 927 Mullan Avenue, 421 Almond Street, 425 Almond Street, 928 Mulberry Street, 408 Saxon Street, 420 Dawson Street, 426 Cherry Street, 134 Dearborn Avenue, 717 Vinton Street, 67 Franklin Street, 520 Cottage Street, 120 Smith Street, 820 Fowler Street, 1013 Lincoln Street, 409 State Street, 100 Blackwood Avenue, 3137 Independence Avenue, 2375 Independence Avenue, 4012 Leversee Road and 210 Clay Street be received and placed on file. Voice vote - Ayes: Seven. Motion carried. 141835 - Hart/Greenwood that "Resolution preliminarily approving plans, specifications, form of contract, etc. in conjunction with Asbestos Survey Services for properties located at 1423 Hawthorne Avenue, 223 Independence Avenue, 927 Mullan Avenue, 421 Almond Street, 425 Almond Street, 928 Mulberry Street, 408 Saxon Street, 420 Dawson Street, 426 Cherry Street, 134 Dearborn Avenue, 717 Vinton Street, 67 Franklin Street, 520 Cottage Street, 120 Smith Street, 820 Fowler Street, 1013 Lincoln Street, 409 State Street, 100 Blackwood Avenue, 3137 Independence Avenue, 2375 Independence Avenue, 4012 Leversee Road and 210 Clay Street", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-914. 141836 - Hart/Greenwood that "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. in conjunction with Asbestos Survey Services for properties located at 1423 Hawthorne Avenue, 223 Independence Avenue, 927 Mullan Avenue, 421 Almond Street, 425 Almond Street, 928 Mulberry Street, 408 Saxon Street, 420 Dawson Street, 426 Cherry Street, 134 Dearborn Avenue, 717 Vinton Street, 67 Franklin Street, 520 Cottage Street, 120 Smith Street, 820 Fowler Street, 1013 Lincoln Street, 409 State Street, 100 Blackwood Avenue, 3137 Independence Avenue, 2375 Independence Avenue, 4012 Leversee Road and 210 Clay Street", be adopted. Roll call vote -Ayes: Seven. Resolution adopted and upon approval by Mayor assigned No. 2013-914a. ORAL PRESENTATIONS Paul Huting, Leisure Services Director, stated that Build our Ballpark organization is contributing $10,000.00 to the lighting project. Mr. Schmitt encouraged everyone to get out and vote tomorrow. 141837 - Hart/Cole that the above oral comments be received and placed on file. Voice vote -Ayes: Seven. Motion carried. 141838 - Hart/Cole that the Council adjourn at 6:00 p.m. Voice vote -Ayes: Seven. Motion carried. Suzy Schares City Clerk 2,371,260.42 I City of Waterloo Finance Committee Open Invoice Report As of Friday, November 08, 2013 For November 12, 2013 Approval Finance Committee Accounts Payable Open Invoice Report Total As of Friday, November o8, 2013 EFT Transactions: 1, 557, 559.54 813,700.88 'Subtotal Workers Compensation Issued by TPA Gross Payroll Housing Authority Housing Assistance EFT's Housing Authority Housing Assistance EFT's 17,399.02 3,771.59 Payment to Council members or related entities: $ $o.00 2,392,431.03 -f�''ty of Waterloo °'Bill Payments Bill Date 11/12/2013 Banking Date 11/13/2013 Prepared by: RH Journal Number 568 Fund Amount Fund 010 384,867.87 010 101 28,277.00 101 200 0.00 200 205 893,710.43 205 224 48,625.73 224 266 43,931.56 266 283 27,074.62 283 290 645,530.05 290 291 34,064.83 291 407 4,502.00 407 409 20,085.57 409 410 14,980.00 410 411 1,925.62 411 412 35,060.62 412 413 48,026.08 413 423 0.00 423 424 0.00 424 426 5,437.65 426 520 101,031.70 520 521 941.69 521 525 31,112.40 525 609 0.00 609 610 0.00 610 900 4,075.00 900 WAR 2,371,260.42 1 1 1 1 2 1 3 1 1 4 4 4 4 4 4 6 Amount for formula $ 384,867.87 26,277.00 0.00 893,710.43 48,625.73 43,931.56 27,074.62 645,530.05 34,064.83 4,502.00 20,085.57 14,980.00 1,925.62 35,060.62 48,026.08 0.00 0.00 5,437.65 101,031.70 941.69 31,112.40 0.00 0.00 4,075.00 2,371,260.42 juornal total 4,742,520.84 $ 4,742,520.84 1 $ 2,069,006/9 WAR formula (2,371,260.42) 2 49,62513 3 27,074 62 Approved check total 2,371,260.42 4 124,579.69 5 101,973.39 6 0.00 Bank Acct (RB)OVRNT (RB) CD BG (USB)HOUSE V (RB)GOB (RB)SEW w/d amount 2,069,006.79 48,625.73 ban 'ng J j 27,074.62 ,42 S To: (RB) ACCTS PYBL 124,579.89 /ennok 101,973.39 " U/, $ 2,371,260.42 111313 11/13/2013 forms bill banking net.xlsx tilaak.(iy $ 2,371,260.42 2$/TRANSFER REQUE p_ Prepared bg/Date C/ ., ...":i •'/FROM.ACCOUNT' :../. TO ACCOUNT... .. ' , . .. . AMOUNT ' ( ,)4 i1 G'Fc (CJ G) d r/W 3 7 3 7 7, ASON1 -ce . ; J2 //—/ 7a714-C--ace 2 -/3 v T� 3-4r- CITY OF WATERLOO Council Communication City Council Meeting: November 12, 2013 Prepared: November 5, 2013 Dept. Head Signature: Eric Thorson # of Attachments: SUBJECT: DOT 1.380 RESURFACING PROJECT RIVER FOREST ROAD TO MITCHELL AVENUE VARIANCE TO NOISE ORDINANCE Submitted by: Jeff Bales, Associate Engineer Recommended City Council Action: Approve variance to City Code - Chapter 5, Noise Control, to allow DOT's contractor to perform work during the evening and night when traffic along the I.380/Hwy 218 is reduced. The variance will be in effect from April 1, 2014 until completion of project (estimated fall of 2014) or November 30, 2014. It should be recognized that work would take place sometime during the 2014 construction season, and is estimated to last only 80 to 100 working days with a possible late start date in July. Summary Statement The DOT is trying to reduce the impacts to traffic and it is recommended that the HMA resurfacing take place during the nighttime hours. I.380 carries approximately 29,700 vehicles per day with 4,160 being trucks. The Iowa Department of Transportation desires to have its contractor perform some of the work during the evening and night when traffic along I.380 is reduced. Expenditure Required N/A Source of Funds N/A Policy Issue N/A Alternative N/A Background Information: The Iowa Department of Transportation is actively developing plans to rehabilitate I.380 from River Forest Road northerly to Mitchell Avenue in Waterloo. The project is scheduled to be let January 22, 2014 for construction in the 2014 season. The project includes patching and resurfacing of 4 -inches of hot mixed asphalt (HMA). In addition, there will be improvements to bridge approaches and guardrail. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-916 RESOLUTION GRANTING REQUEST OF IOWA DEPARTMENT OF TRANSPORTATION, FOR VARIANCE TO NOISE ORDINANCE, ORDINANCE NO. 3094. WHEREAS, the Iowa Department of Transportation is requesting a variance to the Noise Ordinance to allow contractors to perform work during the evening and night when traffic along I-380/Hwy 218 is reduced, effective April 1, 2014 until completion of the project (estimated fall of 2014) or November 30, 2014, and WHEREAS, said work will exceed the limits of the Noise Ordinance, Ordinance No. 3094, and WHEREAS, said Iowa Department of Transportation has made formal application for a variance to allow contractors to perform work during the evening and night when traffic along I-380/Hwy 218 is reduced, effective April 1, 2014 until completion of the project (estimated fall of 2014) or November 30, 2014. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the request of the Iowa Department of Transportation, for a variance to Ordinance No. 3094, Noise Ordinance, to allow contractors to perform work during the evening and night when traffic along I-380/Hwy 218 is reduced, effective April 1, 2014 until completion of the project (estimated fall of 2014) or November 30, 2014, be and the same hereby granted. PASSED AND ADOPTED this 12th day of November, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Sch.res, CMC City Clerk CITY OF WATERLOO Council Communication City Council Meeting: November 12, 2013 Prepared: November 5 2013 Dept. Head Signature: Eric Thorson PE., City Engineer # of Attachments: 1 SUBJECT: REQUEST BY ANN WOOD FOR A CONCRE 1 E DRIVEWAY TO BE LOCATED AT 130 LONGVIEW DRIVE Submitted by: Eric Thorson, P.E., City Engineer Recommended City Council Action: I have reviewed this request and recommend its approval subject to the following provisions: 1. Work to be performed by an approved and bonded contractor. 2. A permit is to be obtained from the office of the City Engineer prior to construction. 3. All work shall be performed under the supervision of the City Engineer and at no cost to the City of Waterloo. $7.00 cash for the purpose of recording this waiver and a copy of the legal description have been provided to the City Clerk's office. Summary Statement Attached is a request from ANN WOOD for construction of a concrete driveway and placing a driveway or sidewalk on City right of way on an unimproved street, to be located at 130 LONGVIEW DRIVE Expenditure Required None Source of Funds None Policy Issue N/A Alternative None Background Information: This is a waiver of the City's Standard Specifications for Driveway Construction. It requires Council approval so that it can be recorded to the property, so that the waiver requirements run with the property ownership. Legal Description: MIDWAY IN CASTLE HILL LOT NO 2 IN BLAKES MINOR PLAT AS RECORDED 319 MISC 248 AND LAID OUT ON THE S 264.77 FT OF LOTS 21 AND 22 WAIVER Date: 0/3 Honorable Mayor and City Council City Hall Waterloo, IA 50703 Council Persons: I hereby request a waiver to the driveway and sidewalk specifications for the construction of a �U/? �— driveway or sidewalk located at (concrete or asphalt) 0 l— c/."1 , --7 (Address) This waiver is needed because of: special surface texture (i.e., exposed aggregate, brick stamped pattern, paving brick) to be used on the concrete approach. elimination of the sidewalk section due to the inability to meet requirements of the driveway and sidewalk policy, paragraph 1. asphalt driveway with the elimination of the sidewalk section. placing a driveway or sidewalk on City right of way on an unimproved street. Other: I agree to the following: 1. To remove and replace this driveway to an official elevation at no additional expense to the City of Waterloo at such time that sidewalk is constructed. 2. To remove and replace the private driveway, as needed, to an official elevation at no additional expense to the City of Waterloo at such time that curb and gutter is constructed. 3. To pay for any additional expenses for the replacement of any such textured driveway or sidewalk that has been removed for any City of Waterloo project. 4. To employ a bonded contractor who shall obtain a permit from the office of the City Engineer. 5. To have the driveway constructed according to the specifications and policies of the City Engineer and under his supervision. 6. This waiver is for this property only. Attached herewith is a payment in the amount of seven dollars ($7.00) for the purpose of recording this agreement. Respectfully submitted, 77-i) 11 V. Printed Name of Property Owner Signature of Property Owner PAYMENT DATE 11/06/2013 COLLECTION STATION COUNTER 1 RECEIVED FROM ANN WOOD DESCRIPTION DRIVEWAY/SIDEWALK PAYMENT CODE City of Waterloo 715 Mulberry St Waterloo, IA 50703 (319) 291-4323 RECE PT DESCRIPTION CLERK RECORDING&PUBLICATN 3492 DRIVEWAY/SIDEWALK RECORDING FEE 010-03-8400 3492 Recording & Publication Fees $7.00 Total Cash Total Check Total Charge Total Other Total Remitted Change Total Received $7.00 $0.00 $0.00 $0.00 $7.00 $0.00 $7.00 BATCH NO. 2014-05000808 RECEIPT NO. 2014-00007381 CASHIER Ella Ellis TRANSACTION AMOUNT $7.00 Printed by: Ella Ellis Total Amount: $7.00 Page 1 of 1 11/06/2013 03:53:59 PM Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-917 RESOLUTION GRANTING PERMISSION TO ANN WOOD FOR A WAIVER FOR A CONCRETE DRIVEWAY TO BE LOCATED AT 130 LONGVIEW DRIVE, AND AUTHORIZING CONSTRUCTION OF A CONCRETE DRIVEWAY AND PLACING A DRIVEWAY OR SIDEWALK ON CITY RIGHT-OF-WAY ON AN UNIMPROVED STREET. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA: WHEREAS, the City Engineer has made written application to the City Council asking that Ann Wood be authorized and permitted to construct a concrete driveway and place a driveway or sidewalk on city right-of-way on an unimproved street to be located at 130 Longview Drive, and legally described as follows: Midway in Castle Hill Lot No. 2 in Blakes Minor recorded 319 Miscellaneous 248 and laid out South 264.77 feet of Lots 21 and 22, all in the Waterloo, Black Hawk County, Iowa; and Plat as on the City of WHEREAS, it is the sense of the Council of the City of Waterloo, Iowa, that said request should be granted. NOW, THEREFORE, BE IT FURTHER RESOLVED that permission is hereby granted to Ann Wood to construct a concrete driveway and place a driveway or sidewalk on city right-of-way on an unimproved street to be located at 130 Longview Drive, subject to the following conditions: 1. Work to be performed by an approved and bonded contractor. 2. A permit is to be obtained from the office of the City Engineer prior to construction. 3. All work shall be performed under the supervision the City Engineer and at no cost to the City Waterloo. of of BE IT FURTHER RESOLVED that the City Clerk is authorized and directed to forward a certified copy of this resolution to the Black Hawk County Recorder for recording and the Black Hawk County Auditor for filing in order that this said action may become a matter of official County Record. PASSED AND ADOPTED this 12th day.f November, 2013. ATTEST: P uzy S. ares, CMC City Clerk C1/, k Ernest G. lar , Mayor Resolution No. 2013-917 Page 2 CERTIFICATE I, Suzy Schares, City Clerk of the City of Waterloo, Iowa, do hereby certify that the preceding is a true and complete copy of Resolution No. 2013-917, as passed and adopted by the Council of the City of Waterloo, Iowa, on the 12th day of November, 2013. Witness my hand and seal of office this 12th day of November, 2013. Cat-e•ii-q[Lr_st-r, SEAL Suzy Sc: CITY OF WATERLOO Council Communication City Council Meeting: November 12 2013 Prepared: November 5, 2013 Dept. Head Signature: Eric Thorson, PE., City Engineer # of Attachments: 1 SUBJECT: REQUEST BY RAINBOW FARMS, INC. (CRAIG E. SAGE) FOR AN ASPHALT DRIVEWAY TO BE LOCATED AT 830 W BIG ROCK ROAD Submitted by: Eric Thorson, P.E., City Engineer Recommended City Council Action: I have reviewed this request and recommend its approval subject to the following provisions: 1. Work to be performed by an approved and bonded contractor. 2. A permit is to be obtained from the office of the City Engineer prior to construction. 3. All work shall be performed under the supervision of the City Engineer and at no cost to the City of Waterloo. $7.00 cash for the purpose of recording this waiver and a copy of the legal description have been provided to the City Clerk's office. Summary Statement Attached is a request from RAINBOW FARMS, INC. (CRAIG E. SAGE) for construction of an asphalt driveway and placing a driveway or sidewalk on City right of way on an unimproved street, to be located at 830 W BIG ROCK ROAD. Expenditure Required None Source of Funds None Policy Issue N/A Alternative None Background Information: This is a waiver of the City's Standard Specifications for Driveway Construction. It requires Council approval so that it can be recorded to the property, so that the waiver requirements run with the property ownership. Legal Description: SW SW EXC BEG AT A PT 265' N OF SE COR TH W 500' TH N 740' THE 300' TH N 195' TH SELY TO APT ON E LINE THAT IS 1010' N OF SE COR TH S ALONG E LINE TO PT OF BEG SEC 35 T 90 R 13 EXC RD WAIVER AVM -a/6 Date: .O-2- 2013 Honorable Mayor and City Council City Hall Waterloo, IA 50703 Council Persons: I hereby request a waiver to the driveway and sidewalk specifications for the construction of a 4,__F,14 L -"T driveway or sidewalk located at (concrete or asphalt) S3o izo A-1% (Address) This waiver is needed because of: special surface texture (i.e., exposed aggregate, brick stamped pattern, paving brick) to be used on the concrete approach. elimination of the sidewalk section due to the inability to meet requirements of the—driveway and sidewalk policy, paragraph 1. "V �asphalt driveway with the elimination of the sidewalk section. 1/ placing a driveway or sidewalk on City right of way on an unimproved street. 7 143 Other: I agree to the following: 1. To remove and replace- this driveway to an official elevation at no additional expense to the City of Waterloo at such time that sidewalk is constructed. 2. To remove and replace the private driveway, as needed, to an official elevation at no additional expense to the City of Waterloo at such time that curb and gutter is constructed. 3. To pay for any additional expenses for the replacement of any such textured driveway or sidewalk that has been removed for any City of Waterloo project. 4. To employ a bonded contractor who shall obtain a permit from the office of the City Engineer. 5. To have the driveway constructed according to the specifications and policies of the City Engineer and under his supervision. 6. This waiver is for this property only. Attached herewith is a payment in the amount of seven dollars ($7.00) for the purpose of recording this agreement. Respectfully submitted, Rea A F i nA51-5Ytc Lir E.!6( Printed Name of Property Owner idatkaL Signature of Property Owner PAYMENT DATE 11/06/2013 , COLLECTION STATION COUNTER 1 RECEIVED FROM RAINBOW FARMS, INC. -CRAIG SAGE DESCRIPTION DRIVEWAY/SIDEWALK PAYMENT CODE City of Waterloo 715 Mulberry St Waterloo, IA 50703 (319) 291-4323 RECEIPT DESCRIPTION CLERK RECORDING&PUBLICATN 3492 DRIVEWAY/SIDEWALK RECORDING FEE 010-03-8400 3492 Recording & Publication Fees $7.00 Total Cash Total Check Total Charge Total Other Total Remitted Change Total Received $0.00 $7.00 $0.00 $0.00 $7.00 $0.00 $7.00 BATCH NO. 2014-05000808 RECEIPT NO. 2014-00007380 CASHIER Ella Ellis TRANSACTION AMOUNT $7.00 Printed by: Ella Ellis Total Amount: $7.00 Page 1 of 1 11/06/2013 03:52:59 PM Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-918 RESOLUTION GRANTING PERMISSION TO RAINBOW FARMS, INC. (CRAIG E. SAGE) FOR A WAIVER FOR AN ASPHALT DRIVEWAY TO BE LOCATED AT 830 W. BIG ROCK ROAD, AND AUTHORIZING CONSTRUCTION OF AN ASPHALT DRIVEWAY AND PLACING A DRIVEWAY OR SIDEWALK ON CITY RIGHT-OF-WAY ON AN UNIMPROVED STREET. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA: WHEREAS, the City Engineer has made written application to the City Council asking that Rainbow Farms, Inc. (Craig E. Sage) be authorized and permitted to construct an asphalt driveway and place a driveway or sidewalk on city right-of-way on an unimproved street to be located at 830 W. Big Rock Road, and legally described as follows: Southwest Southwest except beginning at a point 265 feet North of the Southeast corner; thence West 500 feet; thence North 740 feet; thence East 300 feet; thence North 195 feet; thence Southeasterly to a point on the East line that is 1010 feet North of the Southeast corner; thence South along the East line to the point of beginning Section 35 Township 90 Range 13 except road, all in the City of Waterloo, Black Hawk County, Iowa; and WHEREAS, it is the sense of the Council of the City of Waterloo, Iowa, that said request should be granted. NOW, THEREFORE, BE IT FURTHER RESOLVED that permission is hereby granted to Rainbow Farms, Inc. (Craig E. Sage) to construct an asphalt driveway and place a driveway or sidewalk on city right-of-way on an unimproved street to be located at 830 W. Big Rock Road, subject to the following conditions: 1. Work to be performed by an approved and bonded contractor. 2. A permit is to be obtained from the office of the City Engineer prior to construction. 3. All work shall be performed under the supervision of the City Engineer and at no cost to the City of Waterloo. BE IT FURTHER RESOLVED that the City Clerk is authorized and directed to forward a certified copy of this resolution to the Black Hawk County Recorder for recording and the Black Hawk County Auditor for filing in order that this said action may become a matter of official County Record. Resolution No. 2013-918 Page 2 PASSED AND ADOPTED this 12th day of November, 2013. Ernes�ClarMayor r Y ATTEST: uzy Sch res, CMC City Cle k CERTIFICATE I, Suzy Schares, City Clerk of the City of Waterloo, Iowa, do hereby certify that the preceding is a true and complete copy of Resolution No. 2013-918, as passed and adopted by the Council of the City of Waterloo, Iowa, on the 12th day of November, 2013. Witness my hand and seal of office this 12th day of November, 2013. SEAL Suzy Sc ares, CMC City Cl rk TRAVEL EL QUES T CITY OF WATERLOO FINANCE bEPT. LINE ITEM USED FY _201 "L BUDGETED EXPENDED YTD THIS REQUEST LEFT AFTER THIS REQUEST BATE STAFF= ONLY 010-11-1150-1346 11 GRA" TRNG ' tti •(5 9-0-06.0-o 10-2)1i-0- NAME(S) AND POSITION(S): Director Dan Trelka & Inv. Stacy Hesse DATE: 1-7 '"-r'- October 30, 2013 NAME OF CLASS l MEETING: Protection Order Practice for Prosecutors and Law Enforcement Training DESTINATION: New Orleans, Louisiana DEPARTURE POINT IF NOT WATERLOO: DEPARTURE DATE: December 10, 2013 Return Date: December 13,2013 DATE(S) OF MEETING: December 11-12,2013 PURPOSE OF TRAVEL: Director Trelka is requesting authorization for Inv. Stacy Hesse and himself to attend the Protection Order Practice for Prosecutors and Law Enforcement Training December 11-12,2013, in New Orleans, Louisiana. This 2 -day seminar presents Officers with valuable information necessary to prosecute Offenders in violations of protection orders and stalking charges. The cost's associated with this training will be reimbursed out of a grant by the Iowa Accountability Program through the State Courts Administrator's Office. The only cost to the city will be the difference in meals per diem allowed by the grant and our travel policy. WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL: YES x COST $ NO METHOD OF TRAVEL: XX CITY VEHICLE AIRFARE DEPARTING FROM: PRIVATE VEHICLE ESTIMATE OF COST: $900.00 LODGING $466.00 MEALS $100.00 TAXI PARKING $0.00 REGISTRATION $1200.00 AIRFARE $0.00 MILEAGE/FUEL MISC/TOLLS TOTAL FOR ALL: $ 2666.00 BUDGET LINE ITEM: )O( GRANT REIMBURSABLE YES NO x REQUIRED CERTIFICATION YES NO TOTAL: $ 1333.00 PER PERSON I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE AND IS NECESSARY AND BENEFICIAL TO THE CITY OF WATERLOO DEPARTMENT HEAD )b DATE I APPROVE THIS TRAVEL REQUEST MAY6R DATE CITY OF WATERLOO Council Communication City Council Meeting: 11/12/13 Prepared: 11/4/13 Dept. Head Signatur # of Attachments: SUBJECT: Appointment of Robert Ettinger to the position of Recreation Supervisor Submitted by: Paul Huting, Leisure Services Director Recommended City Council Action: Approve appointment of Robert Etringer to the position of Recreation Supervisor from the current Civil Service list. This appointment would become effective November 13, 2013. Summary Statement: This appointment is for a newly created position as part of reorganization for the Cedar Valley SportsPlex. The existing position of Sports Programmer (currently held by Mr. Ettinger) will be eliminated. The Human Resources Committee approved filling this position at their August 19, 2013 meeting. Expenditure Required: Ongoing for salary and benefits. Source of Funds: Position is budgeted in the current operating budget. Policy Issue: NA Alternative: NA Background Information: This vacant position needs to be filled in order to properly manage the Cedar Valley SportsPlex and Leisure Services sports and recreation programs. Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward I 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 HUMAN RESOURCES DEPARTMENT 620 Mulberry Street • Waterloo, IA 50703 • (319) 291-4303 Fax (319) 291-4569 October;25, 2013 TO: Honorable Mayor & City Council We, the members of the Civil Service Commission, certify the following list of applicants, who are eligible based upon the examination process as set forth by the Civil Service Commission for the appointment to the position of Recreation Supervisor for the City of Waterloo, Iowa Leisure Services Department. List shall exhaust upon appointment. Respectfully submitted, Tim Luce CERTIFIED LIST Robert Etringer Date CS LIST RECREATION SUPERVISOR 13 GLEMIE & /07)5// ohn Blitsch Date j1if�s e � Date CITY WEBSITE: wtwt.cityofwaterlooiowa.com WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer CITY OF WATERLOO Council Communication City Council Meeting: 11/12/13 Prepared: 11/4/13 Dept. Head Signature: # of Attachments: SUBJECT: Appointment of Mark Gallagher to the position of Recreation Service Manager Submitted by: Paul Huting, Leisure Services Director Recommended City Council Action: Approve appointment of Mark Gallagher to the position of Recreation Services Manager from the current Civil Service list. This appointment would become effective November 13, 2013. Summary Statement: This appointment is for a newly created position as part of reorganization for the Cedar Valley SportsPlex. The existing position of Sports Manager (currently held by Mr. Gallagher) will be eliminated. The Human Resources Committee approved filling this position at their August 19, 2013 meeting. Expenditure Required: Ongoing for salary and benefits. Source of Funds: Position is budgeted in the current operating budget. Policy Issue: NA Alternative: NA Background Information: This vacant position needs to be filled in order to properly manage the Cedar Valley SportsPlex and Leisure Services sports and recreation programs. Mayor BUCK CLARK CITY' OF WATERLOO IOWA HUMAN RESOURCES DEPARTMENT 620 Mulberry Street • Waterloo, IA 50703 • (319) 291-4303 Fax (319) 291-4569 October 25, 2013 COUNCIL TO: Honorable Mayor & City Council MEMBERS DAVID JONES Ward I 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 We, the members of the Civil Service Commission, certify the following list of applicants, who are eligible based upon the examination process as set forth by the Civil Service Commission for the appointment to the position of Recreation Services Manager for the City of Waterloo, Iowa Leisure Services Department. List shall exhaust upon appointment. Respectfully submitted, Tim Luce CERTIFIED LIST Mark Gallagher Date CS LIST RECREATION SERVICES MANAGER 13 -/y//1 A L /op 5 / /3 hn Blitsch Date Date CITY WEBSI I'b: www.cityofwaterIo0iowa.com WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer BONDS FOR COUNCIL APPROVAL November 12, 2013 RIGHT OF WAY CONSTRUCTION BOND (EXPIRES 4/30/14) AMOUNT: $5,000.00 354-031-496 LANSING BROS. CONSTRUCTION CO., INC. LUXEMBURG, IOWA Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward I CAROLYN COLE Wanly. HAROLD GETTY Ward 3 QUENTIN HART Ward 4 RON YELPER Ward 5 BOB GREENWOOD At -Large STEVE SCHMITT At -Large ERLD WA COMMUNITY PLANNING AND DEVELOPMENT 715 Mulberry Street • Waterloo, Iowa 50703-5783 • (319) 291-4366 Fax (319) 291-4262 . NOEL C. ANDERSON, Community Planning & DerelopmentDirector Council Communication City Council Meeting: November 4, 2013 ,r' Prepared: October 29, 2013 Dept. Head Signature: 4�✓_ # of Attachments: SUBJECT: Request to preliminarily approve plans, specifications, form of contract, etc., set a date of public hearing for November 12, 2013, and publish an official notice pertinent to the taking of bids and request to receive and open the proposals for the Request for Proposal for Demolition and Site Clearance Services (no regulated asbestos -containing materials) for 1001 Linden Street. Submitted by: Noel Anderson, Community Planning & Development Director Recommended City Council Action: Preliminary approval of the plans, specifications, forms of contract, etc. and set a date of hearing and bid opening as November 12, 2013. Summary Statement: The property at 1001 Glenwood was the former Omega Cabinets Company located adjacent to the new Public Works Building at 625 Glenwood. The remaining property will be used for purposes relating to the Public Works Building. Expenditure Required: to be determined Source of Funds: G.O. Nuisance abatement Policy Issue: Nuisance abatement/Public Works Building Alternative: N/A Background Information: cc: Noel Anderson, Community Planning 6L Development Director Aric Schroeder, City Planner CITY WEBSITE: wwwci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Request for Proposal for Demolition and Site Clearance Services Ino regulated asbestos -containing materials) for 1001 Linden Street November 12, 2013 Bid Tab Estimate: $25,000.00 Bid Security Required Bidder Bid Security Bid Amount Benton's Sand & Gravel, Inc. 905 Center Street 5% $38,350.00 Cedar Falls, IA 50613 Frickson Bros. Excavating 737 Colleen Ave $1,820.00 $36,400.00 Evansdale, IA 50707 Kelly Demolition & Excavating, LLC P.O. Box 209 5% $66,700.00 1100 W. Mount Vernon Road Mount Vernon, IA 52314 Larson Construction Co. Inc. P.O. Box 112 a 600 17th Street S.E. 5 /o $110,000.00 Independence, IA 50644 Lehman Trucking & Excavating, Inc. 1422 Ashland Ave 5% $37,900.00 Waterloo, IA 50703 Peterson Contractors Inc. Box A 5% $43,400.00 Reinbeck, IA 50669-0155 Stickfort Construction P.O. Box 447 Hudson, IA 50643 5% $31,650.00 Request for Proposal for Demolition and Site Clearance Services Ino regulated asbestos -containing materials) for 1001 Linden Street November 12, 2013 Bid Tab Estimate: $25,000.00 Bid Security Required Bidder Bid Security Bid Amount Benton's Sand & Gravel, Inc. 905 Center Street Cedar Falls, IA 50613 %% 57% �G 7 C� C Ct1 O/ J Frickson Bros. Excavating 737 Colleen Ave Evansdale, IA 50707 1 S ,P Ci, Co f ) 1/ OC cc Kelly Demolition & Excavating, LLC P.O. Box 209 1100 W. Mount Vernon Road Mount Vernon, IA 52314 <7C-9 C, ?9 Larson Construction Co. Inc. P.O. Box 1 th/ 600 17 Stree et S.E. Independence, IA 50644 h� / i/p � Chi / 1 Lehman Trucking & Excavating, Inc. 1422 Ashland Ave Waterloo, IA 50703 c 769 i ? cir , c U Peterson Contractors Inc. Box A Reinbeck, IA 50669-0155 l,(,,f.)/]7 7 �, c e 4/0z,,, Stickfort Construction P.O. Box 447 Hudson, IA 50643 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-919 RESOLUTION CONFIRMING APPROVAL OF REQUEST FOR PROPOSAL DOCUMENT, PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATE OF COST, ETC., IN CONJUNCTION WITH DEMOLITION AND SITE CLEARANCE SERVICES (NO REGULATED ASBESTOS - CONTAINING MATERIALS) FOR PROPERTY LOCATED AT 1001 LINDEN STREET. WHEREAS, the City Council of the City of Waterloo, Iowa, heretofore instructed the Community Planning & Development Director of said City to prepare proposed Request for Proposal document, plans, specifications, form of contract, estimate of cost, etc., in conjunction with Demolition and Site Clearance Services (no regulated asbestos -containing materials) for property located at 1001 Linden Street, in the City of Waterloo, Iowa, and WHEREAS, said Community Planning & Development Director did file said preliminary Request for Proposal document, plans, specifications, form of contract, estimate of cost, etc. in conjunction with Demolition and Site Clearance Services (no regulated asbestos -containing materials) for property located at 1001 Linden Street, which were preliminarily approved by Resolution No. 2013-910 on November 4, 2013, and WHEREAS, a public hearing, upon notice, was held on November 12, 2013. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that said proposed Request for Proposal document, plans, specifications, form of contract, estimate of cost, etc. in conjunction with Demolition and Site Clearance Services (no regulated asbestos -containing materials) for property located at 1001 Linden Street, in the City of Waterloo, Iowa, be, and the same are hereby, approved as filed. PASSED AND ADOPTED this 12thda of November, 2013. 'W4 1, nest G. Clark, 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. RESOLUTION NO. 2013-920 RESOLUTION ORDERING CONSTRUCTION IN CONJUNCTION WITH DEMOLITION AND SITE CLEARANCE SERVICES (NO REGULATED ASBESTOS -CONTAINING MATERIALS) FOR PROPERTY LOCATED AT 1001 LINDEN STREET. WHEREAS, by Resolution No. 2013-919, Request for Proposal document, plans, specifications, form of contract, etc., in conjunction with Demolition and Site Clearance Services (no regulated asbestos -containing materials) for property located at 1001 Linden Street, in the City of Waterloo, Iowa, have been approved and adopted by this Council after the public hearing on November 12, 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 12th day of November, 2013. ATTEST: Suzy Sc ares, CMC City Clerk rnest G. Clark, Mayor Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward 1 CAROLYN COLE TVard 2 HAROLD GETTY Ward 3 QUENTIN HART Ward 4 RON WELPER Ward 5 BOB GREENWOOD At -Large STEVE SCHMITT At -Large CITY OF W AT E R :<<..a IN A COMMUNITY PLANNING AND DEVELOPMENT T15 Mulberry Street • Waterloo, Iowa 50703-5783 • (319) 291-43t36 Fax (319) 291-4262 NOEL C. ANDERSON, Community Planning & Development Director Council Communication City Council Meeting: November 4, 20(3 Prepared: October 29, 2013 Dept. Head Signature: # of Attachments: SUBJECT: Request to preliminarily approve plans, specifications, form of contract, etc., set a date of public hearing for November 12, 2013, and publish an official notice pertinent to the taking of bids and request to receive and open the proposals for the Request for Proposal for asbestos abatement for 217.219 Jefferson Street and 300 W. 3rd Street. Submitted by: Noel Anderson, Community Planning & Development Director Recommended City Council Action: Preliminary approval of the plans, specifications, forms of contract, etc. and set a date of hearing and bid opening as November 12, 2013. Summary Statement: These properties are located in the area where the Cedar Valley Sport Plex parking lot is to be built. Expenditure Required: to be determined Source of Funds: G.O. Policy issue: Cedar Valley Sports-Plex Alternative: N/A Background Information: cc:Noel Anderson, Community Planning & Development Director Aric Schroeder, City Planner CITY WEBSITE: wwwci.waterlooaa.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Request for Proposal for Asbestos Abatement for 217-219 Jefferson Street and 300 West 3rd Street November 12, 2013 Bid Tab Estimate: $30,000.00 Bid Security Required Bidder Bid Security Bid Amount Abatement Specialties LLC 1814E Avenue NE Cedar Rapids, IA 52402 5% $54,200.00 Active Theunal Concepts 2805 Stonegate Ct. Hiawatha, IA 52233 5% $43,948.00 Advanced Environmental Testing and Abatement, Inc. 803 Ricker Street Waterloo, IA 50703 5% $48,845.00 New Horizons Enterprises, LLC 1201 D Street Lincoln, NE 68502 5% $45,500.00 Request for Proposal for Asbestos Abatement for 217-219 Jefferson Street and 300 West 3rd Street November 12, 2013 Bid Tab Estimate: $30,000.00 Bid Security Required Bidder Bid Security Bid Amount Abatement Specialties LLC 1814 E Avenue NE Cedar Rapids, IA 52402 4 2') I 7 ,1 Go ,0-0 Active Thermal Concepts 2805 Stonegate Ct. Hiawatha, IA 52233 6-2; '13, q L/ g, 6-L-9 Advanced Environmental Testing and Abatement, Inc. 803 Ricker Street Waterloo, IA 50703 �j L' ii c ce7 New Horizons Enterprises, LLC 1201 D Street Lincoln, NE 68502 17 X 1--/K d K c , / Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-921 RESOLUTION CONFIRMING APPROVAL OF REQUEST FOR PROPOSAL DOCUMENT, PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATE OF COST, ETC., IN CONJUNCTION WITH ASBESTOS ABATEMENT FOR PROPERTIES LOCATED AT 217-219 JEFFERSON STREET AND 300 WEST 3RD STREET. WHEREAS, the City Council of the City of Waterloo, Iowa, heretofore instructed the Community Planning & Development Director of said City to prepare proposed Request for Proposal document, plans, specifications, form of contract, estimate of cost, etc., in conjunction with Asbestos Abatement for properties located at 217-219 Jefferson Street and 300 West 3rd Street, in the City of Waterloo, Iowa, and WHEREAS, said Community Planning & Development Director did file said preliminary Request for Proposal document, plans, specifications, form of contract, estimate of cost, etc. in conjunction with Asbestos Abatement for properties located at 217-219 Jefferson Street and 300 West 3rd Street, which were preliminarily approved by Resolution No. 2013-912 on November 4, 2013, and WHEREAS, a public hearing, upon notice, was held on November 12, 2013. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that said proposed Request for Proposal document, plans, specifications, form of contract, estimate of cost, etc. in conjunction with Asbestos Abatement for properties located at 217-219 Jefferson Street and 300 West 3rd Street, in the City of Waterloo, Iowa, be, and the same are hereby, approved as filed. PASSED AND ADOPTED this 12th day_ f November, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Sch res, CMC City Cle k Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-922 RESOLUTION ORDERING CONSTRUCTION IN CONJUNCTION WITH ASBESTOS ABATEMENT FOR PROPERTIES LOCATED AT 217-219 JEFFERSON STREET AND 300 WEST 3RD STREET. WHEREAS, by Resolution No. 2013-921, Request for Proposal document, plans, specifications, form of contract, etc., in conjunction with Asbestos Abatement for properties located at 217-219 Jefferson Street and 300 West 3rd Street, in the City of Waterloo, Iowa, have been approved and adopted by this Council after the public hearing on November 12, 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 12th day of November, 2013. �Lc Ernest G. Clark, Mayor ATTEST: Suzy Scha es, CMC City Cler CITY OF WATERLOO Council Communication City Council Meeting: October 21, 2013 Prepared: October 15, 2013 Dept. Head Signature: - # of Attachments: SUBJECT: Submitted by: 14e601` 7114_01 ,)--6)3 Request to set date of hearing for the rental of Three (3) Motor Graders to support snow operations Mark Rice, Public Works Director Recommended City Council Action: Approval Summary Statement: Rental of three (3) additional motor graders to support snow operations Expenditure Required: Estimated $5500 per month, per unit Source of Funds: Road Use Tax Fund Policy Issue: NA Alternative: NA Background Information: Request the City Council adopt resolutions to preliminarily approve the request for the bid document and specifications for the rental of three (3) motor graders to support snow operations and instruct the City Clerk to publish notice of hearing on bid document, specifications etc, as November 12, 2013. Rental of Three 13) Motor Graders to Support Snow Operations November 12, 2013 Bid Tab Estimate: $5,500.00 per month, per unit Bid Security Not Required Bidder Bid Security Bid Amount Murphy Tractor & Equipment Co. P.O. Box 2520 Waterloo, IA 50704-2520 $45,000.00 per unit Rental of Three (3) Motor Graders to Support Snow Operations November 12, 2013 Bid Tab Estimate: $5,500.00 per month, per unit Bid Security Not Required Bidder Bid Security Bid Amount Murphy Tractor & Equipment Co. P.O. Box 2520 Waterloo, IA 50704-2520 Z,/c:-0. ,-,0 Via' t'ir' Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-923 RESOLUTION CONFIRMING APPROVAL OF SPECIFICATIONS, BID DOCUMENT, FORM OF CONTRACT, ESTIMATE OF COST, ETC., IN CONJUNCTION WITH THE RENTAL OF THREE (3) MOTOR GRADERS TO SUPPORT SNOW OPERATIONS. WHEREAS, the City Council of the City of Waterloo, Iowa, heretofore instructed the Public Works Director of said City to prepare proposed specifications, bid document, form of contract, estimate of cost, etc., for the Rental of Three (3) Motor Graders to Support Snow Operations, in the City of Waterloo, Iowa, and WHEREAS, said Public Works Director did file said preliminary specifications, bid document, form of contract, estimate of cost, etc. for the Rental of Three (3) Motor Graders to Support Snow Operations, which were preliminarily approved by Resolution No. 2013-862 on October 21, 2013, and WHEREAS, a public hearing, upon notice, was held on November 12, 2013. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that said proposed specifications, bid document, form of contract, estimate of cost, etc. for the Rental of Three (3) Motor Graders to Support Snow Operations, in the City of Waterloo, Iowa, be, and the same are hereby, approved as filed. PASSED AND ADOPTED this 12th day of November, 2013. Ernest G. Clark, ayor ATTEST: Suzy Scha(res, CMC City Cler Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-924 RESOLUTION AUTHORIZING TO PROCEED IN CONJUNCTION WITH THE RENTAL OF THREE (3) MOTOR GRADERS TO SUPPORT SNOW OPERATIONS. WHEREAS, by Resolution No. 2013-923, specifications, bid document, form of contract, estimate of cost, etc., in conjunction with the Rental of Three (3) Motor Graders to Support Snow Operations, in the City of Waterloo, Iowa, have been approved and adopted by this Council after the public hearing on November 12, 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 rental proceed in accordance with said specifications. PASSED AND ADOPTED this 12th day of November, 2013. Ernest G. Clark, ATTEST: uzy Sc reCLE s, CM City C1e k Mayor CITY OF WATERLOO Council Communication City Council Meeting: 10/28/13 Prepared: 10 22 13 Dept. Head Signa 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. South Hills Drainage Improvements November 12, 2013 Bid Tab Estimate: $150,000.00 Bid Security Required Bidder Bid Security Bid Amount Baker Concrete & Excavating 2203 E Bremer Ave P.O. Box 277 Waverly, IA 50677 5%$132,469.80 Denver Underground & Grading, Inc. 2046 260th Street Denver, IA 50622 5% $152,492.00 Peterson Contractors Inc. Box A Reinbeck, IA 50669-0155 5% $129,485.85 Reilly Construction Co., Inc. P.O. Box 99 110 Main Street Ossian, IA 52161 5% $171,397.00 Ricklefs Excavating, Ltd. 12536 Buffalo Road Anamosa, IA 52205 5% $155,388.50 Stickfort Construction P.O. Box 447 Hudson, IA 50643 5% $139,177.50 Vieth Construction Corp 6419 Nordic Dr. Cedar Falls, IA 50613 5% $119,000.00 South Hills Drainage Improvements November 12, 2013 Bid Tab Estimate: $150,000.00 Bid Security Required Bidder Bid Security Bid Amount Baker Concrete & Excavating 2203E Bremer Ave P.O. Box 277 Waverly, IA 50677 (70 / 3; V6?. 90 � Denver Underground & Grading, Inc. 2046 260th Street Denver, IA 50622 7o / D y`` O'er Peterson Contractors Inc. BoxA Reinbeck, IA 50669-0155 .77 %72e l-f4S 5c Reilly Construction Co., Inc. P.O. Box 99 110 Main Street Ossian, IA 52161 7° / 7/ 3 % 7 Ricklefs Excavating, Ltd. 12536 Buffalo Road..4.'- Anamosa, IA 52205 70 / � 9.9 -Cc' Stickfort Construction P.O. Box 447 Hudson, IA 50643 � 70 / 3f / 77 / Vieth Construction Corp 6419 Nordic Dr. Cedar Falls, IA 50613 S %O // 7; c_,O, at, Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-925 RESOLUTION CONFIRMING APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATE OF COST, ETC., IN CONJUNCTION WITH THE SOUTH HILLS DRAINAGE IMPROVEMENTS. 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, in the City of Waterloo, Iowa, and WHEREAS, said Leisure Services Director did file said preliminary plans, specifications, form of contract, estimate of cost, etc. in conjunction with the South Hills Drainage Improvements, which were preliminarily approved by Resolution No. 2013-879 on October 28, 2013, and WHEREAS, a public hearing, upon notice, was held on November 12, 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 South Hills Drainage Improvements, in the City of Waterloo, Iowa, be, and the same are hereby, approved as filed. PASSED AND ADOPTED this 12th day of November, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Sch_res, CMC City Cle k Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-926 RESOLUTION ORDERING CONSTRUCTION IN CONJUNCTION WITH THE SOUTH HILLS DRAINAGE IMPROVEMENTS. WHEREAS, by Resolution No. 2013-925, plans, specifications, form of contract, etc., in conjunction with the South Hills Drainage Improvements, in the City of Waterloo, Iowa, have been approved and adopted by this Council after the public hearing on November 12, 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 12th day of November, 2013. ATTEST: <\ I CkrIAAID uzy Scha es,CMC � City Cler rnest G. Clark, Mayor mayor BUCK CLARK COUNCIL MEMBERS 066064066606406460• DAVID JONES Ward I CAROLYN COLE Ward 2 HAROLD GETTY Ward 3 QUENTIN HART Ward RON WELPER Ward 5 BOB GREEN WOOD .fit -Lange STEVE SCHMITT :41 -Larne CITY OF WATERLOO, IOWA WASTE MANAGEMENT SERVICES 3505 EASTON AVE. WATERLOO, IA 50702 (319) 291-4553 FAX (319) 291-4523 LARRY N. SMITH SUPERINTENDENT Council. Communication City Council Meeting: 10/14/2013 Prepared: 10/08/2013 Dept. Head Signature: # of Attachments: SUBJECT: No Name Creek Interceptor Sewer City Contract # 849 Submitted by: Larry Smith, WMS Superintendent Recommended City Council Action: Requesting Council to adopt resolutions approving the revised plans, specifications, form of contract etc., on the No Name Creek Interceptor Sewer City Contract #849 and to instruct the City Clerk to publish notice of hearing on plans specification, etc., the taking of bids, and to set date of hearing and bid opening as November 12, 2013. Summary Statement: This Pollution Prevention Plan is for the construction of the No Name Creek Interceptor Sewer located along Broadway Street and between Broadway Street and Airline Highway in Waterloo, Iowa. This Pollution Prevention Plan (PPP) covers approximately 8.2 acres with an estimated 8.2 acres being disturbed. Expenditure Required: Estimated $750,000.00 Source of Funds: Sewer Bonds Policy Issue: Alternative: Background Information: WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer No Name Creek Interceptor Sewer, Contract No. 849 November 12, 2013 Bid Tab Estimate: $750,000.00 Bid Security Required Bidder Bid Security Bid Amount Holland Contracting 1400 South 4th St. Forest City, IA 50436 5% $2,704,675.00 J & K Contracting, LLC 1307 E. Lincoln Way Ames, IA 50010 5% $869,679.00 Minger Construction, Inc. P.O. Box 236 Chanhassen, MN 55317 5% $1,480,920.90 Peterson Contractors Inc. Box A Reinbeck, IA 50669-0155 5% $1,378,335.00 Ricklefs Excavating, Ltd. 12536 Buffalo Road Anamosa, IA 52205 5% $1,375,776.50 Tschiggftie Excavating P.O. Box 3280 425 Julien Dubuque Drive Dubuque, IA 52003 5% $2,870,022.85 No Name Creek Interceptor Sewer, Contract No. 849 November 12, 2013 Bid Tab Estimate: $750,000.00 Bid Security Required Bidder Bid Security Bid Amount Holland Contracting 1400 South 4th St. Forest City, IA 50436 7 7 C➢ y 7 c J & K Contracting, LLC 1307 E. Lincoln Way Ames, IA 50010 �0 6`. ‘' 7y c't/'% Minger Construction, Inc. P.O.Box236 Chanhassen, MN 55317 a� /G? J / 12/ 62 9;;2, %O Peterson Contractors Inc. BoxA Reinbeck, IA 50669-0155 712 / 3TC 3 % / Ricklefs Excavating, Ltd. 12536 Buffalo Road Anamosa, IA 52205 7o / 3 7�' 77O,6 J' Tschiggfrie Excavating P.O. Box 3280 425 Julien Dubuque Drive Dubuque, IA 52003 Z1 70 °., j Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-927 RESOLUTION CONFIRMING APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATED COST, ETC., IN CONJUNCTION WITH THE NO NAME CREEK INTERCEPTOR SEWER, CONTRACT NO. 849. WHEREAS, the City Council of the City of Waterloo, Iowa, heretofore instructed the Superintendent of Waste Management Services of said City to prepare proposed plans, specifications, form of contract, etc., for the No Name Creek Interceptor Sewer, Contract No. 849, in the City of Waterloo, Iowa, and WHEREAS, said Superintendent of Waste Management Services did file said preliminary plans, specifications, form of contract, etc., for the No Name Creek Interceptor Sewer, Contract No. 849, which were preliminarily approved by Resolution No. 2013-838 on October 14, 2013, and WHEREAS, a public hearing, upon notice, was held on November 12, 2013. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that said proposed plans, specifications, form of contract, etc., for the No Name Creek Interceptor Sewer, Contract No. 849, in the City of Waterloo, Iowa, be, and the same are hereby, approved as filed. PASSED AND ADOPTED this 12th day of November, 2013. 6,16e/ Ernest G. Clark, Mayor ATTEST: Suzy Sch res, CMC City Cle Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-928 RESOLUTION ORDERING CONSTRUCTION IN CONJUNCTION WITH THE NO NAME CREEK INTERCEPTOR SEWER, CONTRACT NO. 849. WHEREAS, by Resolution No. 2013-927, plans, specifications, form of contract, estimate of cost, etc., in conjunction with the No Name Creek Interceptor Sewer, Contract No. 849, in the City of Waterloo, Iowa, have been approved and adopted by this Council after the public hearing on November 12, 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 12th day of November, 2013. Ernest G. Clark, Mayor ATTEST: uzy Scha es, CMC City Cler Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Ward 1 CAROLYN COLE Ward HAROLD GETTY Ward QUENTIN HART ri'nrd I RON WELDER Ward 5 BOB GREENWOOD Ar -Large STEVE SCHMITT Al -Large CITY OF WA' l+'RI,OOA WASH MANAC EM ENT SERV i(.'i�;ti 3505 EAS T ON AVE_. 1A/A1I EI$.l)O, IA 50/02 (319) 231-1553 FAX CI ft) 251-5.923 LARRY N. SMITH SUPERINTENDENT Council Communication City Council Meeting: 11/12/2013 Prepared: 11/6/2013 Dept. Head Signature: 64/ f1 # of Attachments: 2 SUBJECT: Supplemental Agreement No. 1- No Name Creek Interceptor Sewer City Contract No. 849 Submitted by: Larry N. Smith, WMS Superintendent Recommended City Council Action: Approval of Supplemental Agreement No. 1 for construction related services for the No Name Creek Interceptor Sewer project and amend the original Professional Service Agreement dated December 10, 2012. Summary Statement: A Professional Service Agreement was entered into by the City of Waterloo and AECOM Technical Services Inc. dated December 10, 2012 for design and bidding assistance for No Name Creek Sanitary Interceptor Sewer and now wishes to enter into Supplemental Agreement No. 1 for construction related services for the project. Expenditure Required: Estimated $75,800.00 Source of Funds: Sewer Bonds Policy Issue: Alternative: Background Information: 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. 2013-929 RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT NO. 1 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. 1 dated November 12, 2013, at a cost not to exceed $75,800.00, for construction -related services in conjunction with the No Name Creek Interceptor Sewer, Contract No. 849, 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 12th day of November, 2013. r`nest G. Clark, Mayor ATTEST: Suzy Scha4es, CMC City Cler Mayor BUCK CLARK COUNCIL MEMBERS DAVID JONES Wan? I CAROLYN COLE Word 2 HAROLD GETTY Ward 3 QUENTIN HART Ward 4 RON WEEPER Ward 5 13013 GREENWOOD At -Large STEVE SCHMITT 4t -Large C'Y OF WATER! A WASTV VIAINA( EIVIENT SERV ICICS :3505 EASTON AVE. WATERLOO, IA 507112 (319) 291-4553 FAX (319) 291-4923 LARRY N. SMITH SUPERINTENDENT Council Communication City Council Meeting: 11/12/2013 Prepared: 11/6/2013 Dept. Head Signature: i/ # of Attachments: 2 SUBJECT: Supplemental Agreement No. 1 - La Porte Road Pump Station and Force Main City Contract No. 847 Submitted by: Larry N. Smith, WMS Superintendent Recommended City Council Action: Approval of supplemental Agreement No. 1 for construction related services for the La Porte Road Pump Station and Force Main project and amend the original Professional Service Agreement dated October 15, 2012. Summary Statement: A Professional Service Agreement was entered into by the City of Waterloo and AECOM Technical Services Inc. dated October 15, 2012 for design and bidding services for a new (replacement) pumping station and new force main to serve the existing Southview Estates and Cedar Hills developments and future development along La Porte Road in South Waterloo. Expenditure Required: Estimated $65,500.00 Source of Funds: Policy Issue: Alternative: Background Information: WE'RE WORKING FOR YOU! An Equal Oppor)unity/ABim,allve Action Employer Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-930 RESOLUTION APPROVING SUPPLEMENTAL AGREEMENT NO. 1 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. 1 dated November 12, 2013, at a cost not to exceed $65,500.00, for construction -related services in conjunction with the La Porte Road Pumping Station and Force Main, Contract No. 847, 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 12th day of November, 2013. ATTEST: 0 Ernest G. Clark, �ayor Suzy Scares, CMC City Clerk CITY OF WA 1'ERLOO Council Communication City Council Meeting: 11/11/2013 Prepared: 10/31/2013 Dept. Head Signature: Dan Trelka, Director of Safety Services # of Attachments: none SUBJECT: Council approval and acceptance of the BTA funding for bulletproof vest partnership grant in the amount of $3278.12 and authorize the police department to purchase replacement bulletproof vests. Submitted by: Dan Trelka, Director of Safety Services Recommended City Council Action: Accept and approve the funds for the purchase of bulletproof vests partnership that is received from the Bureau of Justice with a fifty percent match and authorize the department to purchase replacement vests. Summary Statement: This is a grant the police department receives to purchase bulletproof vests for the officers of the department. This requires a fifty percent match that the department has budgeted. Expenditure Required: Fifty percent of purchase Source of Funds: General Obligation Bonds Policy Issue: None Alternative: None Background Information: Bulletproof vests are rated for a five year wear limit. These funds are utilized to replace those vests that have reached their five year limit. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-931 RESOLUTION APPROVING AND ACCEPTING A BULLETPROOF VEST PARTNERSHIP GRANT WITH THE DEPARTMENT OF JUSTICE, BUREAU OF JUSTICE ASSISTANCE. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Bulletproof Vest Partnership Grant dated November 12, 2013, in the amount of $3,278.12, with a required 50 percent match, to purchase replacement bulletproof vests for the officers of the Police Department, by and between the Department of Justice, Bureau of Justice Assistance, and the City of Waterloo, Iowa, be and the same is hereby approved. PASSED AND ADOPTED this 12th day of November, 2013. Ernest G. Clark, Mayor ATTEST: zy Sch.: res, CMC City Clerk CITY OF WATERLOO Council Communication City Council Meeting: November 12, 2013 Prepared: November 1, 2013 Dept. Head Signature: # of Attachments: SUBJECT: Waterloo Public Library New Security Camera System Submitted by: Craig Clark - Building Official/Maintenance Administrator Recommended City Council Action: Approve Design and Professional Service Agreement with Modus in the amount of $5,200.00 for design work, contract documents, bidding assistance, submittal reviews and on-site meetings with construction personnel related to the Waterloo Public Library New Security Camera System project. Summary Statement Expenditure Required $ 5,200.00 Source of Funds 410-22-3100-2152 Background Information: 10-31-13 Craig Clark City of Waterloo Inspection Department. 715 Mulberry St. Waterloo, IA 50703 Subject: Waterloo Public Library security camera system upgrade, Waterloo, IA. Dear Craig: I am pleased to offer you this engineering service proposal for the above-mentioned project. This proposal includes design development, contract documents, bidding assistance, submittal reviews and on-site meetings with construction personnel as required to clarify issues of design. This proposal does not include the following services: • As -built CAD drawing creation • Distribution and document reproduction expenses For the above referenced services our total fee will be $5,200. Additional services, as approved and requested, shall be provided at our hourly rates. MODUS Errors and Omissions Policy shall be deemed a part of this Agreement. The ALA B101 (2007) Standard Form of Agreement Between Owner and Architect shall be deemed a part of this letter. Sincerely, Michael I. Brocka, P.E. MJB/wlh If you are in agreement, please sign this letter and return a copy to our office. This will serve as our written contrac SIGNATURE 11 j 14 I j DATE Page I oft WWW.MODUS-ENG.CCM WATERLOO 2 14 EAST 4T" STREET WATERLOO, IA 50703 TEL 319.235.0650 DES MOINES 171 7 INGERSOLL AVENUE DES MOINES, IA 50309 TEL 5 15.251 .7280 IOWA CITY 118 EAST COLLEGE STREET IOWA CITY, IA 52240 TEL 31 9.248.4600 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-932 RESOLUTION APPROVING DESIGN AND PROFESSIONAL SERVICE AGREEMENT WITH MODUS ENGINEERING 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 Design and Professional Service Agreement dated November 12, 2013, in the amount of $5,200.00, for design work, contract documents, bidding assistance, submittal reviews and on- site meetings with construction personnel in conjunction with the Waterloo Public Library New Security Camera System Project, by and between MODUS Engineering 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 12th day of November, 2013. rnest G. Clark, Mayor ATTEST: City Cle k CITY OF WATERLOO Council Communication City Council Meeting: 11/12/13 Prepared: 11/5/13 Dept. Head Signature: PH # of Attachments: 1 SUBJECT: Submitted by: POLICY FOR HEALTHY VENDING Paul HutinLeisure Services Director Recommended City Council Action: Pass resolution adopting Policy for Healthy Vending Nutrition Options. The Policy statement is attached for your review. Summary Statement: This policy states that vending machines in City of Waterloo recreation centers and parks will offer a minimum of 50% "green or yellow" foods or beverages as determined by the Nutrition Environment Survey -Vending (NEMS -V) guidelines to occur no later than September 30, 2013. Expenditure Required: NA Source of Funds: Policy Issue: Approval of this policy will be in accordance with guidelines set forth for the Waterloo Blue Zones Initiative. Alternative: N/A Background Information: Blue Zones Nutrition Committee members met multiple times with Young Arena staff, Leisure Services Sports staff, and vending suppliers to arrive at the policy statement. Healthy Vending Standards in Municipal Buildings and Public Parks Overview Set nutrition standards for food and beverages available in government -run or regulated after-school programs, recreation centers, parks, and child care facilities (which includes limiting access to calorie -dense, nutrient -poor foods). City governments can serve as leaders and role models by adopting and enforcing policies to promote healthy food choices in public places. Doing so sends the message to children and adults alike that healthy eating is important, and reduces the charge that limited availability of healthier food and beverage options is a barrier to healthy eating. CITY OF WATERLOO — FINAL POLICY DRAFT PURPOSE: A person's risk for heart disease, cancer, and stroke is greatly impacted by what they eat, such as foods that are high in sodium, fat, and sugar. WHEREAS, The City of Waterloo is committed to the health of the public, and seeks to create an environment which promotes healthy food choices. It is the intent of the City of Waterloo to establish nutrition standards for vending machines at city -sponsored recreation centers and parks. WHEREAS, The City of Waterloo is committed to personal and community health. WHEREAS, The City of Waterloo is committed to providing healthy food and beverage vending choices for the public at city -sponsored recreation centers and parks, now; THEREFORE LET IT BE RESOLVED that vending machines in City of Waterloo recreation centers and parks will offer a minimum of 50% "green or yellow" foods or beverages as determined by the Nutrition Environment Survey -Vending (NEMS -V) guidelines to occur no later than September 30, 2013. Carrie Lewis From: PAUL HUTING Sent: Tuesday, November 05, 2013 10:10 AM To: SUZY SCHARES; CAROL FAILOR; Carrie Lewis Cc: Sue Beach (Sue.Beach@healthways.com); CHRIS DOLAN; MARK GALLAGHER Subject: Council Items for Food and Beverage Attachments: CitysponsoredSportingWaterlool.docx; Counci12o13HealthyVendingPolicylI.docx; CouncilHealthyFood Events.docx; Healthy Vending Standards WIool.docx Suzy, Attached are Council forms and policy statements for two Council agenda items for the November 12 meeting. These policies were adopted earlier this year (in April) but they need to be modified since the current Blue Zones standard is 50% healthy choices (rather than the previously adopted 30%). Thanks, Park diatiscg. Leisure Services Director City of Waterloo, Iowa 1101 Campbell Avenue 50701 (319) 291-4370 1 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-933 RESOLUTION ADOPTING POLICY FOR HEALTHY VENDING NUTRITION OPTIONS FOR RECREATION CENTERS AND PARKS IN ACCORDANCE WITH GUIDELINES SET FORTH FOR THE WATERLOO BLUE ZONES INITIATIVES FOR THE CITY OF WATERLOO, IOWA. WHEREAS, a person's risk for heart disease, cancer, and stroke is greatly impacted by what they eat, such as foods that are high in sodium, fat, and sugar, and WHEREAS, the City of Waterloo is committed to the health of the public, and seeks to create an environment which promotes healthy food choices. It is the intent of the City of Waterloo to establish nutrition standards for vending machines at city - sponsored recreation centers and parks, and WHEREAS, the City of Waterloo is committed to personal and community health, and WHEREAS, the City of Waterloo is committed to providing healthy food and beverage vending choices for the public at city - sponsored recreation centers and parks. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that vending machines in the City of Waterloo recreation centers and parks will offer a minimum of 50 percent "green or yellow" foods or beverages as determined by the Nutrition Environment Survey -Vending (NEMS -V) guidelines to occur no later than September 30, 2013. PASSED AND ADOPTED this 12th day of November, 2013. ,y A/ rnest G. Clark, Mayor ATTEST: (ka i Carol Nemm'er Deputy City Clerk CITY OF WA I ERLOO Council Communication City Council Meeting: 11/12/13 Prepared: 11/5/13 Dept. Head Signature: PH # of Attachments: 1 SUBJECT: POLICY FOR HEALTHY FOOD AND BEVERAGES AT EVENTS Submitted by: Paul Huting Leisure Services Director Recommended City Council Action: Pass resolution adopting Policy for Healthy Food and Beverages at City Sponsored Youth Sporting Events. The Policy statement is attached for your review. Summary Statement: This policy states that a minimum of 50% of the food, beverages & snacks authorized for sale at city -sponsored youth sporting events throughout the City of Waterloo, shall be healthier options as outline in the Nutritional Content Standards defined in the Healthy Kids Act. Expenditure Required: NA Source of Funds: NA Policy Issue: Approval of this policy will be in accordance with guidelines set forth for the Waterloo Blue Zones Initiative. Alternative: N/A Background Information: Blue Zones Nutrition Committee members met multiple times with Young Arena staff, Leisure Services Sports staff, and local food/beverage suppliers to arrive at the policy statement. Healthy Food and Beverage Policy at City Sponsored Youth Sporting Events Create a policy supporting provision of healthy food and beverages and prohibiting low -nutrient, energy -dense foods and beverages prior to, during, or after city sponsored youth sporting events. Examples of low -nutrient, energy -dense foods include: salty/high-fat chips, high-fat baked goods, desserts, and sugar -sweetened beverages. City facilities that serve youth can influence the dietary choices that children make while participating in youth programs or utilizing youth facilities, by limiting the number and variety CITY OF WATERLOO — FINAL POLICY DRAFT WHEREAS, the City of Waterloo has a strong interest in providing an all-encompassing environment that is conducive to the health of children, which leads to better school attendance, improved behavior, lower incidence of illness, and increased attention, creativity, and academic achievement. Therefore, it is the intent of the City of Waterloo to establish nutrition standards for foods and beverages offered at city -sponsored youth sporting events. WHEREAS, The City of Waterloo is committed to personal and community health. WHEREAS, The City of Waterloo is committed to providing healthy food and beverage choices for the public at city -sponsored youth sporting events. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF WATERLOO HEREBY RESOLVES AS FOLLOWS: That a minimum of 50% of the food, beverages & snacks authorized for sale at city -sponsored youth sporting events throughout the City of Waterloo, shall provide healthier options to youth and residents in the following manner: a. Effective July 1, 2009, the State of Iowa Legislature implemented the 'Healthy Kids Act' in all Iowa elementary, middle, and high schools mandating all snack food and beverages on campus to meet specific content requirements. b. Effective immediately in the City of Waterloo, the Nutritional Content Standards defined in the Healthy Kids Act will be implemented in a minimum of 50% of foods and beverages offered at city -sponsored youth sporting events to occur no later than September 30, 2013. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-934 RESOLUTION ADOPTING POLICY FOR HEALTHY FOOD AND BEVERAGES AT CITY SPONSORED YOUTH SPORTING EVENTS IN ACCORDANCE WITH GUIDELINES SET FORTH FOR THE WATERLOO BLUE ZONES INITIATIVES FOR THE CITY OF WATERLOO, IOWA. WHEREAS, the City of Waterloo has a strong interest in providing an all-encompassing environment that is conducive to the health of children, which leads to better school attendance, improved behavior, lower incidence of illness, and increased attention, creativity, and academic achievement. Therefore, it is the intent of the City of Waterloo to establish nutrition standards for foods and beverages offered at city -sponsored youth sporting events, and WHEREAS, the City of Waterloo is committed to personal and community health, and WHEREAS, the City of Waterloo is committed to providing healthy food and beverage choices for the public at city - sponsored youth sporting events. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that a minimum of 50 percent of the food, beverages and snacks authorized for sale at city -sponsored youth sporting events throughout the City of Waterloo, shall provide healthier options to youth and residents in the following manner: a. Effective July 1, 2009, the State of Iowa Legislature implemented the "Healthy Kids Act" in all Iowa elementary, middle, and high schools mandating all snack food and beverages on campus to meet specific content requirements. b. Effective immediately in the City of Waterloo, the Nutritional Content Standards defined in the Healthy Kids Act will be implemented in a minimum of 50 percent of foods and beverages offered at city -sponsored youth sporting events to occur no later than September 30, 2013. PASSED AND ADOPTED this 12th day of November, 2013. nest G. Clark, - ayor ATTEST: akhot-Dtwoo-- Carol Nemmers Deputy City Clerk CITY OF WATERLOO Council Communication City Council Meeting: November 12, 2013 Prepared: November 6, 2013 Dept. Head Signature: PH # of Attachments: SUBJECT: FY 2014 Danes Complex Lighting Project Submitted by: Travis Nichols, Facilities Manager Recommended City Council Action: Request Council award and adopt resolution transmitting Contracts, Bonds and Certificates of Insurance for K&W Electric Inc. of Cedar Falls, Iowa for FY 2014 Danes Complex Lighting Project , Danes Baseball Complex, Movilla Street, Waterloo, and approve and authorize the Mayor to sign Contract between City of Waterloo and K&W Electric Inc. Summary Statement: This project provides installation of light poles, footings and field lights on diamond #3 at Danes Complex, Movilla Street, Waterloo Iowa. Expenditure Required: $87,987.00.00 Source of Funds: $72,000 Black Hawk County Gaming Association Grant and $15,987.00 general obligation bonds. Policy Issue: Alternative: Background Information: BHCGA awarded $72,000 for this project on August, 19, 2013. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-935 RESOLUTION APPROVING RECOMMENDATION OF AWARD OF CONTRACT TO K & W ELECTRIC, INC. OF CEDAR FALLS, IOWA, IN THE AMOUNT OF $87,987.00, AND APPROVING CONTRACT, BONDS AND CERTIFICATE OF INSURANCE IN CONJUNCTION WITH THE FY 2014 DANES COMPLEX LIGHTING PORJECT. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA: That the Contract, Bonds and Certificate of Insurance with K & W Electric, Inc. of Cedar Falls, Iowa, in the amount of $87,987.00, in conjunction with the FY 2014 Danes Complex Lighting Project, described in the plans and specifications heretofore adopted by this Council for said project in Resolution No. 2013-899, after public hearing on November 4, 2013 on published notice required by law, be and is hereby accepted, the same being the lowest bid received for said work. The Mayor and City Clerk are hereby directed to execute contract with the said contractor for the construction of said improvements, said contract not to be binding on the City until approved by this Council. PASSED AND ADOPTED this 12th day of November, 2013. ATTEST: Suzy City Clerk CMC A4LfL 1-474, Ernest G. Clark, Mayor CITY OF WATERLOO Council Communication City Council Meeting: November 12, 2013 Prepared: November 6, 2013 Dept. Head Signature of 7ta-_"` # of Attachments: SUBJECT: Recommendation- Award of Bid to Pierce Manufacturing Inc. for the purchase of (1) Triple Combination Pumper in an amount not to exceed $508,584.00 Submitted by: Pat Treloar, Chief of Fire Services Recommended City Council Action: Approval Summary Statement- Award of Bid to Pierce Manufacturing Inc. Expenditure Required: $508,584.00 Source of Funds: 411-12-1400-2117 Policy: N/A Alternative: N/A Background Information: It is my recommendation that the bid from Pierce Manufacturing Inc. in an amount not to exceed $508,584.00 be accepted. Bids received were: Pierce Manufacturing Inc. ( Appleton, Wisconsin) $508,584.00 Custom Fire Apparatus Inc. (Osceola, Wisconsin) $528,677.00 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-936 RESOLUTION APPROVING RECOMMENDATION OF AWARD OF BID TO PIERCE MANUFACTURING, INC. OF APPLETON, WISCONSIN, IN CONJUNCTION WITH THE PURCHASE OF ONE (1) TRIPLE COMBINATION PUMPER FIRE TRUCK, IN THE AMOUNT OF $508,584.00. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA: That the bid of Pierce Manufacturing Inc. of Appleton, Wisconsin, in the amount of $508,584.00, in conjunction with the Purchase of One (1) Triple Combination Pumper Fire Truck described in the specifications heretofore adopted by this Council for said purchase with Resolution No. 2013-816, after public hearing on October 14, 2013 on published notice required by law, be and is hereby accepted. PASSED AND ADOPTED this 12th day of November, 2013. ATTEST: zy Sc City Cl ares, CMC rk leede- 441 Ernest G. Clark, Mayor CITY OF WA I'ERLOO Council Communication City Council Meeting: November 12, 2013 Prepared: November 5, 2013 Dept. Head Signature: Eric Thorson, City Engineer # of Attachments: SUBJECT: F.Y. 2010 RIVER RENAISSANCE LOWER PLAZA CONTRACT NO. 763 ACCEPTANCE OF PROJECT Submitted by: Eric Thorson, P.E., City Engineer Recommended City Council Action: It is recommended that this project be accepted. Summary Statement: I report that PEIERSON CONTRACTORS, INC., of Reinbeck, Iowa, has completed the F.Y. 2010 RIVER RENAISSANCE LOWER PLAZA, Contract No. 763 in accordance with the plans and specifications. The total cost of the contract was $3,433,275.46. Expenditure Required Source of Funds Vision Iowa, G.O. Bonds 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. 2013-937 RESOLUTION APPROVING THE RECOMMENDATION OF ACCEPTANCE AS TO WORK AND MATERIALS FURNISHED BY PETERSON CONTRACTORS, INC. OF REINBECK IOWA, IN CONJUNCTION WITH THE F.Y. 2010 RIVER RENAISSANCE LOWER PLAZA, CONTRACT NO. 763, AND ACCEPTING THE WORK. WHEREAS, Peterson Contractors, Inc. of Reinbeck, Iowa, has under contract with the City of Waterloo, Iowa, furnished certain materials and performed labor at a total cost of $3,433,275.46 in conjunction with the F.Y. 2010 River Renaissance Lower Plaza, Contract No. 763, 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 12th day of November, 2013. rnest G. Clark, Mayor ATTEST: Suzy Scha es, CMC City Cler CITY OF WATERLOO Council Communication City Council Meeting: November 12, 2013 Prepared: November 5, 2013 Dept. Head Signature: Eric Thorson # of Attachments: SUBJECT: 1-380 RESURFACING PROJECT IMX-380.7(110)68-02-07 RIVER FOREST ROAD TO MITCHELL AVENUE PRECONSTRUCTION AGREEMENT WITH IOWA DOT Submitted by: Teff Bales, Associate Engineer Recommended City Council Action: Approve Preconstruction Agreement with the Iowa Depaitunent of Transportation for primary road improvements on I-380 from River Forest Road to Mitchell Avenue and authorize Mayor to sign and enter into said agreement. Summary Statement The DOT will design, let, and inspect construction of hot mix asphalt resurfacing on I-380 from River Forest Road to Mitchell Avenue. The City will upgrade six video detection cameras and replace existing loop detectors with video detection cameras at an estimated cost of $39,600. The DOT will reimburse the City for this work. Expenditure Required $39,600 Source of Funds Iowa Department of Transportation Primary Road Funds Policy Issue N/A Alternative N/A Background Information: The Iowa Department of Transportation is actively developing plans to rehabilitate I-380 from River Forest Road northerly to Mitchell Avenue in Waterloo. The project is scheduled to be let January 22, 2014 for construction in the 2014 season. The project includes patching and resurfacing of 4 -inches of hot mixed asphalt (HMA). In addition, there will be improvements to bridge approaches and guardrail. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-938 RESOLUTION APPROVING PRECONSTRUCTION AGREEMENT WITH IOWA DEPARTMENT OF TRANSPORTATION AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Preconstruction Agreement dated November 12, 2013, for primary road improvements on I-380 from River Forest Road to Mitchell Avenue, by and between the Iowa Department of Transportation and the City of Waterloo, Iowa, be and the same is hereby approved, and the Mayor and City Clerk authorized to execute the same in behalf of the City of Waterloo, Iowa. PASSED AND ADOPTED this 12th day of November, 2013. Ernest G. Clark, Mayor ATTEST: Scha es, CMC City Cler CITY OF WATERLOO Council Communication City Council Meeting: November 12, 2013 Prepared: November 5, 2013 Dept. Head Signature: Eric Thorson, PE., City Engineer # of Attachments: SUBJECT: F.Y. 2014 4Th STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIRS CON TRACT, BONDS AND CERTIFICATES OF INSURANCE PETERSON CONTRACTORS, INC. Contract No. 855 Submitted by: Jeff Bales, Associate Engineer Recommended City Council Action: Approval and signatures of Contracts, Bonds, Certificate of Insurance for the F.Y. 2014 4TH STREET BRIDGE SLOPE PRO 1 ECTION AND RIVERWALL REPAIRS, Contract No. 855. Please return two (2) executed copies to this office for distribution. Summary Statement Transmitted herewith are three (3) copies of each of the Contract, Bond and Certificate of Insurance on the F.Y. 2014 4Th STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIRS, Contract No. 855, for approval and signatures of City officials. The contract is with PETERSON CON TRACTORS, INC., of Reinbeck, Iowa in the amount of $177,636.50. Expenditure Required $177,636.50 Source of Funds G.O. Bonds Policy Issue N/A Alternative None Background Information: 3[aaTO A;TD owo 'saapubS Azn (7'1707 --,-�; •ETOZ 'aaquleAoN ;o App u4zT sTu4 a3ldOUY (INV aassVd -s;uawnoop pTps aqnoaxa og pazTaou;np Agaaau aap 3[aaTo A4To pup aoApN aq; pup 'panoaddp Agaaau aap aures au; pup 'aq 'uoaaaq; Aqaans SP 'gnoTgoauuoo 'paog4a2H go poTaauzr ;o Aupduroo A;cans pup A;Tpnspo saaTa.npal Aq paubTs ;opa;uoo pias ;o aoupurao;aad Tn;u;Tpg au; ao; puoq buTAupdux000p au; u;TM aaq;aboa. 'STOZ 'aaguranoN ;o App u4ZT auq ;0 SP 3[aaTO AgT3 a1-14 Pup aoAp au; Aq pmol 'ooTa;pM ;o A. au; ;o ;Tpgaq uo paubzs 'OS'9S9'LLT$ Jo gunowp au; uT 'SSg •oM gopa;uoo 'saTpda'd TTpMaaAT2i pup uoTgoagoad adoTS abpTag 4aaE S ugf, f7TOZ 'A'3 auk. ao; 'pMoI '3[0aquTag ;o •oui 'sao;opa;uoo uosaa qad u4TM 400.141200 eq; TpuZ =XMOI '00'I2i'3LKM 30 AZIO E14,1 30 'IloNnoo 3HZ Ag Q3n'IOS32i II 3g •SIN3N0000 QIVS glno2x3 os 2i0XVN gHI JNIZIEOHI V CNV 'O3'989'LLT$ 30 INOONY 3HI NI 'SS8 'ON Z3VUZNO0 'S2ilTdd2d 'I'IKM2i'3nId ' (INV NOII03Z02id 3d0IS 2OQI2ig ZHH2iIS HSt f7TOZ 'A'3 HHI HIIM N01,101\1=00 NI 'rdMOI '}iO2ENIaE 30 ' 3NI ISEOIOVILINO0 NOS2iHI3d HIIM 3ONK2inSNI '10 3IFZOI.II2i30 (INV ' SQNOg ' ZOKHINO0 JNIA02iddYi NOIIn'IOSH2i 686-ETOZ 'ON NOIun'Ios32i 'CZEI7-T6Z (6T£) 'SOLOS Yl 'ooTaa;pM ';aaa;s AlagTnTni STL 'ooTaaTEM ;o ' TO '31a0T3 A4To Aqndec 'saauzuzaM ToapO Aq paapdaad CITY OF WATERLOO Council Communication City Council Meeting: November 12, 2013 Prepared: November 6 2013 Dept. Head Signature: Suzy Schares # of Attachments: SUBJECT: Renewal of Stop Loss Health Insurance Submitted by: Suzy Schares, City Clerk Recommended City Council Action: Resolution approving contract for health insurance and prescription services for a premium of $820,982.00 with Wellmark Blue Cross Blue Shield for stop loss fees plus administrative fees of $23.50 per month per employee for health insurance administration and $1.00 per month per employee for PBM beginning January 1, 2014 and ending June 30, 2014 and terminating the PBM contract with Express Scripts effective January 1, 2014. Summary Statement: Approval of the premium is done on a yearly basis will be reviewed in the spring for renewal in July. Expenditure Required: estimated total annual administrative fees $1,010,024.00 including annual stop -loss premium. Source of Funds Policy Issue Alternative Background Information: Due to the closure of First Administrators and the health care reform this modification is necessary and should result in a net decrease of overall health care costs to the City. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-940 RESOLUTION APPROVING CONTRACT WITH WELLMARK BLUE CROSS BLUE SHIELD AND DIRECTING EXECUTION OF SAID CONTRACT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the contract dated November 12, 2013, for health insurance and prescription services for a premium of $820,982.00 for stop loss fees plus administrative fees of $23.50 per month per employee for health insurance administration, and $1.00 per month per employee for PBM beginning January 1, 2014 and ending June 30, 2014 and terminating the PBM contract with Express Scripts effective January 1, 2014, by and between Wellmark Blue Cross Blue Shield 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 12th day of November, 2013. ATTEST: z'yS he ales , CMC City Clerk Ernest G. Clark, Mayor Council Communication Council Meeting: November 12, 2013 Prepared: November 6, 2013 Dept. Head Signature: Suzy Schares # of Attachments: SUBJECT: Delta Dental Submitted by: Suzy Schares, City Clerk Recommended City Council Action: Resolution approving amended contract with Delta Dental to administer the employee dental health care benefit plan, including administrative and claim services at a cost of $3.80 per employee per month. Summary Statement Expenditure Required: $3.80 per employee per month Source of Funds: General Fund Policy Issue Alternative Background Information: This amendment does not result in an increase in administrative costs. The benefits are being modified to meet industry and health care reform standards. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-941 RESOLUTION APPROVING AMENDED CONTRACT WITH DELTA DENTAL OF IOWA AND DIRECTING EXECUTION OF SAID CONTRACT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the contract dated November 12, 2013, to administer the employee dental health care benefit plan, including administrative and claim services at a cost of $3.80 per employee per month, for the period of January 1, 2014 through June 30, 2014, by and between Delta Dental of 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 12th day of November, 2013. e‘,,,e/ Ernest G. Clark, Mayor ATTEST: zy Sc res, CMC City Cle k CITY OF WATERLOO Council Communication City Council Meeting: November 12, 2013 Prepared: November 5, 013 Dept. Head Signature:/ # of Attachments: (_ SUBJECT: Installation of 100 watt HPS on an existing wood pole 3405 W. 4th Street Submitted by: Sandie Greco, Traffic Operations Superintendent Recommended City Council Action: Approve Resolution for installation of streetlight Summary Statement: Residents have requested a street light in area due to vandalism and dumping of debris. Expenditure Required: $6.22 per month Source of Funds: Road Use Tax Fund Policy Issue Alternative Background Information: Driving this area during daylight and evening hours, there is a tendency for suspicious activity because of the dark area in question. My recommendation is to install a 100 watt HPS on an existing wood pole at the above mentioned address. Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-942 RESOLUTION AUTHORIZING THE INSTALLATION OF STREET LIGHT IN THE CITY OF WATERLOO, IOWA. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that one (1) 100 -watt HPS street light be installed on an existing wood pole located at 3405 West 4th Street. BE IT FURTHER RESOLVED that the City Clerk be, and she is hereby ordered to certify a copy of this resolution to MidAmerican Energy Company of Waterloo, Iowa. PASSED AND ADOPTED this 12th day of November, 2013. Ernest G. Clark, Mayor ATTEST: buzy Sch res, CMC City Clerk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-943 RESOLUTION AUTHORIZING THE INSTALLATION OF STREET LIGHTS IN THE CITY OF WATERLOO, IOWA. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that six (6) LED decorative street lights be installed on San Marnan Drive between Galactic Drive and West 4th Street. BE IT FURTHER RESOLVED that the City Clerk be, and she is hereby ordered to certify a copy of this resolution to MidAmerican Energy Company of Waterloo, Iowa. PASSED AND ADOPTED this 12th day of November, 2013. Ernest G. Clark, Mayor ATTEST: Suzy Sch es, CMC City Cler Mayor BUCK CLARK 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: November 25, 2013 Prepared: November 6, 2013 Dept. Head Signature: Noel Anderson, Community Planning & Development Director # of Attachments: 1 COUNCIL SUBJECT: 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 SCHMI'I T At -Large Set date of hearing for Real Estate Purchase Agreement between R & S Commercial LLC and R& S Rental LLC and City of Waterloo for the sale of City -owned land for $1.00, in connection with Development Agreement. Submitted by: Noel Anderson, Community Planning & Development Director Recommended City Council Action: Set the date of hearing for approval of the Real Estate Purchase Agreement, authorizing the sale of land for $1.00, plus up to $2,000 in closing costs. Summary Statement: As you may recall, the City of Waterloo is working with R & S Commercial LLC and R & S Rental LLC (SJ Construction) for the relocation and expansion of SJ Construction and the potential relocation of a home on the block at the northwest corner of East 91h and Sycamore. The approved Development Agreement would convey lots to SJ Construction in the Rath area for their new warehouse and office, as well as a potential lot, acquired by 657A, for house relocation. This project would help create new commercial development over $240,000 in new taxable value, as well as work for infill neighborhood development to the area. Expenditure Required: Up to $2,000 in closing costs for legal work. Source of Funds: general fund, TIF cash, and bonds Policy Issue: Economic Development within the City of Waterloo. Alternative: NA Background Information: The City is seeing some great new residential investment in this neighborhood, and this project works to help create new lots for new residential development, as well as helping an existing Waterloo business expands in the former Rath area. CITY WEBSITE: www.ci.watcrIoo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer CAROL FAILOR From: Carrie Lewis Sent: Thursday, November 14, 2013 3:58 PM To: CAROL FAILOR Subject: FW: Legal Descriptions Hi Carol, Noel emailed the legal descriptions we needed. Did you want me to go ahead and finish typing those? -Carrie From: NOEL ANDERSON Sent: Thursday, November 14, 2013 3:52 PM To: Carrie Lewis Cc: ARIC SCHROEDER Subject: RE: Legal Descriptions Aric, Carrie — the legal descriptions are listed in the documents as Exhibits. I have pulled them and listed below for ease here. Thanks, Noel Real Estate Purchase Agreement with R & S Commercial LLC and R & S Rental LLC EXHIBIT "A" Legal Description of the City Property MORNING SIDE ADDITION LOT 22, 23, 24, AND 25 BLOCK 1, CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. Exhibit "B" Legal description of City residential property ORIGINAL PLAT WATERLOO EAST LOT 6 BLOCK 23, CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. 1 Exhibit "C" Legal description of Company property ORIGINAL PLAT WATERLOO EAST LOTS 8 AND 9 BLOCK 18, CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. 2 Prepared by Noel Anderson 715 Mulberry Street Waterloo, Iowa 50703 (319) 291,4366 DEVELOPMENT AGREEMENT This Development Agreement (the "Agreement") is made and entered into this day of , 2013, by and between R & S Commercial LLC (the "Company"), Steven J. Santomauro and Rachel M. Santomauro, husband and wife (the "Company Principals"), and the City of Waterloo, Iowa (the "City"). WHEREAS, City considers economic development within the City a benefit to the community and is willing for the total good and welfare of the community to provide financial incentives so as to encourage that goal, and WHEREAS, Company is willing and able to purchase real property and to develop a commercial building on property (the "Property") located in the Amended Rath Urban Renewal and Redevelopment Plan Area, which Property shall be specifically identified and legally described hereafter by addendum to this Agreement. NOW, THEREFORE, in consideration of the mutual covenants hereinafter contained, Company and City agree as follows: 1. Sale of Property; Improvements. Within three (3) years from the date of this Agreement, on a date to be determined hereafter by the mutual consent of the parties (the "Closing"), the City shall convey the Property to Company for the sum of $1.00. After conveyance, Company shall construct a commercial building consisting of approximately 5,200 square feet and related improvements (the "Improvements") on the Property. The Improvements are to be constructed in accordance with all applicable City, State, and Federal building codes and be in compliance with all applicable City ordinances and other applicable law. It is contemplated that the Improvements should have an estimated total project cost of $ 300,000. The Property, the Improvements, and all site preparation and development -related work to make the Property usable for Company's purposes as contemplated by this Agreement are collectively referred to as the "Project". The Sale of Property shall follow this agreement by a Purchase Agreement for city -owned land as specified in Exhibit "A" between the City of Waterloo and R & S Commercial LLC. Land also specified for potential development in Exhibit "B" shall be deeded to R & S Rental Properties LLC by a separate Purchase Agreement, as described in Section 2 below. 2. Purchase of Company Property. Company and/or Company Principals are the owners of real property located in Block 18, Original Plat on the East Side of the Cedar River, Waterloo, Iowa, consisting of assessor parcels 8913-25-137-010, 8913- 25-137-011, and 8913-25-137-012, 8913-25-137-013 (collectively, the "Company Property"), legally described as set forth in Exhibit "C attached hereto. Within sixty (60) days following Company's completion of the Improvements, the City will purchase the Company Property from Company and Company Principals for the sum of $169,000, which has been determined by a certified real estate appraiser in the State of Iowa. Company shall have salvage rights to purchased property, including option to relocate buildings to city -owned land parcels, in accordance with city regulations for such relocations. The empty residential lot, in Exhibit "B" would allow for potential relocation of 1025 Sycamore Street, for infill development, at full expense of Company. 3. Construction; Reversion. The parties agree that Company's commitment to construct the Improvements in timely fashion constitutes a material inducement for the City to convey the Property to Company and that without said commitment City will not convey the Property. Company must obtain a building permit and begin construction within four (4) months from the date of Closing. If, after the expiration of four (4) months from the date of Closing, Company has not begun in good faith the construction of the building described above upon the Property, the title to the Property will revert to City. If construction has not begun at the end of said four-month period, but the development of the Project is still imminent, the City Council may, but shall not be required to, grant an extension of time for the construction of the Improvements. If development has commenced within the twenty-four (24) month period and is stopped and/or delayed as a result of an act of God, war, civil disturbance, court order, labor dispute, fire, or other cause beyond the reasonable control of Company, the requirement that construction is to be completed within twenty- four (24) months shall be tolled for a period of time equal to the period of such stoppage or delay, and thereafter if construction is not completed within the allowed period of extension the title to the Property shall revert to the City. In the event that title to the Property shall revert to the City pursuant to the provisions of this Section, Company agrees that it shall, at its own expense, promptly execute all documents or take such other actions as the City may reasonably request to effectuate said reversion, and Company further agrees that it shall indemnify and hold harmless the City with respect to any demand, claim, or cause of action by, or on behalf of, Company or any third party regarding any damage, or injury made, suffered, or incurred as a result of, or in connection with this Agreement, the Improvements, or any legal work, plans, drawings, soil borings, partial construction work, or other activities undertaken by third parties at Company's request or direction. The provisions of this Section 3 shall survive the closing of City's sale of the Property to Company and shall not be merged into the deed. The same timelines shall apply to the relocation of 1025 Sycamore Street, commencing at the completion of new industrial buildings. 4. Minimum Assessment Agreement. Company acknowledges and agrees 2 that it will pay when due all taxes and assessments, general or special, and all other charges whatsoever levied upon or assessed or placed against the Redevelopment Site. Company further agrees that prior to the date set forth in Section 2 of Exhibit "D" it will not cause a reduction in the taxable valuation for the Redevelopment Site, which shall be fixed for assessment purposes, below the amount of $252,510 ("Minimum Actual Value"), through: (i) willful destruction of the Redevelopment Site, the Improvements, or any part of either; (ii) a request to the assessor of Black Hawk County; or (iii) any proceedings, whether administrative , legal, or equitable, with any administrative body or court within the City, Black Hawk County, the State of Iowa, or the federal government. Company agrees to sign said attached Exhibit "D" at the closing. 4. Other Development Incentives and Commitments. Because the Property is located in a designated Consolidated Urban Revitalization Area (CURA), the Property is eligible for tax exemption consistent with and to the extent provided for in Iowa law, provided that Company meets all requirements to qualify for such exemption. 5. Deeds. The City shall convey or cause to be conveyed fee simple title to the Property by special warranty deed, free and clear of all encumbrances except: (a) easements, conditions, and restrictions of record which do not, in Company's opinion, interfere with Company's proposed use; (b) current and future real property taxes and assessments subject to the agreements made herein; (c) general utility and right-of-way easements serving the Property; and (d) restrictions imposed by the City zoning ordinances and other applicable law. Company and/or Company Principals shall convey or cause to be conveyed fee simple title to the Company Property by warranty deed, free and clear of all encumbrances except: (a) easements, conditions, and restrictions of record which do not, in Company's opinion, interfere with Company's proposed use; (b) current and future real property taxes and assessments subject to the agreements made herein; (c) general utility and right-of-way easements serving the Property; and (d) restrictions imposed by the City zoning ordinances and other applicable law. 5.1. Abstracting. No less than fourteen (14) days prior to the anticipated date of conveyance of its respective property, a party shall, at its own expense, deliver to the other party an updated abstract of title. If title is unmarketable or subject to matters not acceptable to the recipient, the conveying party shall remedy or remove such objectionable matters in timely fashion following written notice of such objections from the other party. 6. Representations and Warranties of City. City hereby represents and warrants as follows: 3 A. City is not prohibited from consummating the transactions contemplated in this Agreement by any law, regulation, agreement, instrument, restriction, order or judgment. 7. Representations and Warranties of Company. Company hereby represents and warrants as follows: A. Company is not prohibited from consummating the transactions contemplated in this Agreement by any law, regulation, agreement, instrument, restriction, order or judgment. B. Company is duly organized, validly existing, and in good standing under the laws of the state of its organization and is duly qualified and in good standing under the laws of the State of Iowa. C. Company has full right, title, and authority to execute and perform this Agreement and to consummate all of the transactions contemplated herein, and each person who executes and delivers this Agreement and all documents to be delivered to City hereunder is and shall be authorized to do so on behalf of Company. 8. Representations and Warranties of Company Principals. Company Principals, and each of them, hereby represent and warrant as follows: A. Company Principals are not prohibited from consummating the transactions contemplated in this Agreement by any law, regulation, agreement, instrument, restriction, order or judgment. 9. No Joint Venture. Nothing in this Agreement shall, or shall be deemed or construed to, create or constitute any joint venture, partnership, agency, employment, or any other relationship between the City and Company nor to create any liability for one party with respect to the liabilities or obligations of the other party or any other person. 10. Notices. Any notice under this Agreement shall be in writing and shall be delivered in person, by overnight delivery service, by United States registered or certified mail, postage prepaid, or by facsimile (with an additional copy delivered by one of the foregoing means), and addressed: (a) if to City, at 715 Mulberry Street, Waterloo, Iowa 50703, facsimile number 319-291-4571, Attention: Mayor, with copies to the City Attorney and City Planner. (b) if to Company, to SJ Construction Inc., at 1027 Sycamore Street, Waterloo, Iowa 50703, Attention: Steven J. Santomauro. Delivery of notice shall be deemed to occur (i) on the date of delivery when delivered in person, (H) one (1) business day following deposit for overnight delivery to an overnight 4 delivery service which guarantees next day delivery, (Hi) three (3) business days following the date of deposit if mailed by United States registered or certified mail, postage prepaid, or (iv) when transmitted by facsimile so long as the sender obtains written electronic confirmation from the sending facsimile machine that such transmission was successful. 11. Amendment, Modification, and Waiver. No amendment, modification, or waiver of any condition, provision, or term of this Agreement shall be valid or of any effect unless made in writing, signed by the party or parties to be bound or by its duly authorized representative, and specifying with particularity the extent and nature of the amendment, modification, or waiver. Any waiver by any party of any default by another party shall not affect or impair any rights arising from any subsequent default. 12. Severability. Each provision, section, sentence, clause, phrase, and word of this Agreement is intended to be severable. If any portion of this Agreement shall be deemed invalid or unenforceable, whether in whole or in part, the offending provision or part thereof shall be deemed severed from this Agreement and the remaining provisions of this Agreement shall not be affected thereby and shall continue in full force and effect. If, for any reason, a court finds that any portion of this Agreement is invalid or unenforceable as written, but that by limiting such provision or portion thereof it would become valid and enforceable, then such provision or portion thereof shall be deemed to be written, and shall be construed and enforced, as so limited. 13. Captions. All captions, headings, or titles in the paragraphs or sections of this Agreement are inserted only as a matter of convenience and/or reference, and they shall in no way be construed as limiting, extending, or describing either the scope or intent of this Agreement or of any provisions hereof. 14. Binding Effect. This Agreement shall be binding and shall inure to the benefit of the parties and their respective successors, assigns, and legal representatives. 15. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original and all of which, taken together, shall constitute one and the same instrument. 16. Entire Agreement. This Agreement, together with the Minimum Assessment Agreement attached hereto as Exhibit "C", constitutes the entire agreement of the parties and supersedes all prior or contemporaneous negotiations, discussions, understandings, or agreements, whether oral or written, with respect to the subject matter hereof. 17. Time of Essence. Time is of the essence of this Agreement. IN WITNESS WHEREOF, the parties have executed this Development Agreement as of the date first written above. 5 R & S COMMERCIAL LLC By: Steven J. Santomauro, President CITY OF WATERLOO, IOWA By: Attest: Ernest G. Clark, Mayor Suzy Schares, City Clerk 6 EXHIBIT "A" Legal Description of the City Property MORNING SIDE ADDITION LOT 22, 23, 24, AND 25 BLOCK 1, CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. 7 Exhibit "B" Legal description of City residential property ORIGINAL PLAT WATERLOO EAST LOT 6 BLOCK 23, CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. 8 Exhibit "C" Legal description of Company property ORIGINAL PLAT WATERLOO EAST LOTS 8 AND 9 BLOCK 18, CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. 9 EXHIBIT "D" MINIMUM ASSESSMENT AGREEMENT THIS MINIMUM ASSESSMENT AGREEMENT, dated as of this day of , 2013, by and among the CITY OF WATERLOO, IOWA, ("City"), R & S Commercial LLC ("Developer"), and the COUNTY ASSESSOR of the City of Waterloo, Iowa ("Assessor"). WITNESSETH: WHEREAS, on or before the date hereof the City and Developer have entered into a Development Agreement (the "Agreement") regarding certain real property located in the City; and WHEREAS, it is contemplated that pursuant to said Agreement, the Developer will undertake the development of an area ("Project") within the City and within the "Downtown" Renewal and Redevelopment Plan area. WHEREAS, pursuant to Iowa Code section 403.6, as amended, the City and the Developer desire to establish a minimum actual value for the land and building thereon pursuant to the Agreement and applicable only to the development, which shall be effective upon substantial completion of the development and from then until this Agreement is terminated pursuant to the terms herein and which is intended to reflect the minimum actual value of the land and building as to the development only; and WHEREAS, the City and the Assessor have reviewed the preliminary plans and specifications for the improvements which it is contemplated will be erected as a part of the development; NOW, THEREFORE, the parties to this Minimum Assessment Agreement, in consideration of the promises, covenants and agreements made by each other, do hereby agree as follows: 1. Upon substantial completion of renovations by the Developer on the property described in Exhibit "A" attached hereto, the minimum actual taxable value which shall be fixed for assessment purposes for the land and improvements to be constructed thereon by the Developer as a part of the development shall not be less than $252,510 ("Minimum Actual Value") until termination of this Agreement. The parties hereto agree the construction of the improvements have been substantially completed on or before December 1, 2014. 2. The Minimum Actual Value herein established shall be of no further force and effect and this Minimum Assessment Agreement shall terminate on December 31, 10 2019. Nothing herein shall be deemed to waive the Developer's rights under Iowa Code section 403.6, as amended, to contest that portion of any actual value assignment made by the Assessor in excess of the Minimum Actual Value established herein. In no event, however, shall the Developer seek or cause the reduction of the actual value assigned below the Minimum Actual Value established herein during the term of this Agreement. The City shall not unreasonably withhold its consent to permit the Developer to contest its taxable valuations in full, commencing with the assessment of January 1, 2020. 3. This Agreement shall be promptly recorded by the City with the Recorder of Black Hawk County, Iowa. The City paying all costs of recording. 4. Neither the preambles nor provisions of this Agreement are intended to, or shall be construed as, modifying the terms of the Development Agreement. 5. This Minimum Assessment Agreement shall inure to the benefit of and be binding upon the successors and assigns of the parties, including but not limited to future owners of the Project property. City of Waterloo, Iowa R & S Commercial LLC By: By: Ernest G. Clark, Mayor Steve Santomauro, President Attest: Suzy Schares, City Clerk STATE OF IOWA ) ss. COUNTY OF BLACK HAWK 11 On this day of , 2013, before me a Notary Public in and for the State of Iowa, personally appeared Ernest G. Clark and Suzy Schares, to me personally known, who being duly sworn, did say that they are the Mayor and City Clerk, respectively of the City of Waterloo, Iowa, a Municipal corporation, created and existing under the laws of the State of Iowa, and that the seal affixed to the foregoing instrument is the seal of said municipal corporation, and that said instrument was signed and sealed on behalf of said municipal corporation by authority and resolution of its City Council, and said Mayor and City Clerk acknowledged said instrument to be the free act and deed of said municipal corporation by it and by them voluntarily executed. STATE OF IOWA ) ss. COUNTY OF BLACK HAWK Notary Public Subscribed and sworn to before me on , 2013, by Steve Santomauro as President of R & S Commercial LLC. Notary Public 12 CERTIFICATION OF ASSESSOR The undersigned, having reviewed the plans and specifications for the improvements to be constructed and the market value assigned to the land upon which the improvements are to be constructed for the development, and being of the opinion that the minimum market value contained in the foregoing Minimum Assessment Agreement appears reasonable, hereby certifies as follows: The undersigned Assessor, being legally responsible for the assessment of the property subject to the development, upon completion of improvements to be made on it and in accordance with the Minimum Assessment Agreement, certifies that the actual value assigned to such land, building and equipment upon completion of the development shall not be less than Two Hundred Fifty Two Thousand Five Hundred Ten Dollars ($252,510.00). STATE OF IOWA ) ss. COUNTY OF BLACK HAWK Assessor for Black Hawk County, Iowa Date Subscribed and sworn to before me on , 2013, by Assessor for Black Hawk County, Iowa. 13 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-944 RESOLUTION FIXING THE TIME AND PLACE OF HEARING AND NOTICE TO BE GIVEN ON THE PROPOSED DEVELOPMENT AGREEMENT WITH R & S COMMERCIAL LLC AND R & S RENTAL LLC (SJ CONSTRUCTION) FOR THE SALE OF CITY -OWNED LAND LOCATED AT EAST 9TH STREET AND SYCAMORE STREET FOR $1.00, PLUS COSTS, FOR THE RELOCATION AND EXPANSION OF SJ CONSTRUCTION AND THE POTENTIAL RELOCATION OF A HOME ON THE BLOCK, AS NOVEMBER 25, 2013, AT 5:30 P.M. IN CITY HALL COUNCIL CHAMBERS, WATERLOO, IOWA AND INSTRUCTING THE CITY CLERK TO PUBLISH THE NOTICE OF HEARING. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, AS FOLLOWS: Section 1. That the Council of the City of Waterloo, Iowa shall meet at City Hall Council Chambers in the City of Waterloo, Iowa at 5:30 p.m. on the 25th day of November, 2013, for the purpose of considering and acting upon a proposed Development Agreement with R & S Commercial LLC and R & S Rental LLC (SJ Construction) for the sale of City -owned land located at East 9th Street and Sycamore Street for $1.00, plus costs, for the relocation and expansion of SJ Construction and the potential relocation of a home on the block, and legally described as follows: Legal Description of City Property Morning Side Addition Lot 22, 23, 24, and 25 Block 1, City of Waterloo, Black Hawk County, Iowa. Legal Description of City Residential Property Original Plat Waterloo East Lot 6 Block 23, City of Waterloo, Black Hawk County, Iowa. Legal Description of Company Property Original Plat Waterloo East Lots 8 and 9 Block 18, City of Waterloo, Black Hawk County, Iowa. Section 2. That the City Clerk is hereby directed to publish notice of the time and place of said hearing in the Waterloo Courier. PASSED AND ADOPTED this 12th day of November, 2013. nest G. Clark, Mayor ATTEST: Suzy Sc ares, CMC City Clerk Mayor BUCK CLARK COUNCIL MEMBERS ...Y.UY 000000000O00 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: November 12, 20 Prepared: November 6, 2013 Dept. Head Signature: # of Attachments: SUBJECT: Request to set a date of public hearing as November 25, 2013 to enter into a development agreement with Black Hawk Contracting and Development to authorize the sale and conveyance of a portion of City owned property for $1.00 along Lafayette Street near its intersection with East 3rd Street, for the construction of 6 townhouse dwellings. Submitted by: Noel Anderson, Community Planning & Development Director Recommended City Council Action: Approval of request Summary Statement: Transmitted herewith is a request to set a date of public hearing as November 25, 2013 to enter into a development agreement with Black Hawk Contracting and Development to authorize the sale and conveyance of City owned property for $1.00 along Lafayette Street, near its intersection with East 3rd Street, for the construction of 6 townhouse dwellings. The property in question has served as a city -owned parking lot with little to no leasing for its location. As you are aware, Black Hawk Contracting and Development has been actively redeveloping this. area, and has built 5 new homes on East 8th Street, and 3 new homes on Lafayette Street near East 8th, for the City of Waterloo. Black Hawk Contracting & Development is also actively working to build new townhome units on Lafayette and East 7th Street. Therefore, we would ask that the City Council set a date of public hearing as November 25, 2013, and publish and official notice pertinent to the request to sell and convey the area described herein. Expenditure Required. None. Source of Funds: N/A Policy Issue: Sale of City Property CITY WEBSITE: www.ci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Alternative: Background Information: Black Hawk Contracting and Development has been actively redeveloping land near Downtown Waterloo with new housing opportunities. This project will work ion conformance with the Downtown Master Plan goal of bring additional residential development in and near Downtown Waterloo. Cc: Aric Schroeder, City Planner --file-- Development Agreement with Black Hawk Contracting & Development Exhibit "A" Legal Descriptions — Properties to be Conveyed ORIGINAL PLAT WATERLOO EAST LOT 8 BLOCK 31 LOT 9 BLOCK 31, ALL IN THE CITY OF WATERLOO, BLACK HAWK COUNTY, STATE OF IOWA. Noel Anderson Community Planning & Development Director City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Phone 319.291.4366 Fax: 319.291.4262 Cell: 319.290.6357 "To the world you may be one person, but to one person you may be the world."- Heather Cortez From: Carrie Lewis Sent: Tuesday, November 12, 2013 11:11 AM To: NOEL ANDERSON Cc: ARIC SCHROEDER Subject: Legal Descriptions Good Morning Noel, I need the legal descriptions for the Real Estate Purchase Agreement with R & S Commercial LLC and R & S Rental LLC (Si Construction), the Development Agreement with Black Hawk Contracting and Development, and for the Sale of City -owned property located at 506 Reed Street. All of these are for tonight's council meeting, November 12tH Thanks! Carrie Lewis Administrative Assistant City Clerks Office City of Waterloo 715 Mulberry St. Waterloo, IA 50703 319-291-4323 Ext. 3000 3 Prepared by: Noel Anderson, City of Waterloo Planning and Zoning, 715 Mulberry St, Waterloo, IA 50703 DEVELOPMENT AGREEMENT This Agreement is made and entered into this day of 2013 by and between Black Hawk Contracting and Development Co., hereafter called "Company", and the City of Waterloo, Iowa, hereinafter called "City". WHEREAS, City considers economic development within the City a benefit to the community and is willing for the total good and welfare of the community to sell city - owned property not needed for current or future public purposes so as to encourage that goal, and WHEREAS, Company is willing and able to construct five (5) residential townhouse dwellings, valued at approximately $150 000.00 each, on property owned by the City (the "Property"), generally described as a parking lot on parcel 8913-24-353- 002, and legally described on attached Exhibit "A". WHEREAS, said construction of five (5) residential townhouse dwellings, as shown on attached Exhibit "B", shall be completed by phasing described in Number 2 below, with all units completed by December 31, 2016, of this signed and executed Development Agreement by Company, and said permit(s) for the first phase of construction shall be taken out within four (4) months of approval of the Agreement and conveyance. NOW, THEREFORE, IN CONSIDERATION OF THE MUTUAL COVENANTS HEREINAFTER CONTAINED, Developer and City agree as follows: 1. Sale of Property; Title. Subject to the terms hereof, City shall convey the property, or cause it to be conveyed, to Company for the sum of $1.00 (the "Purchase Price"). Conveyance shall be quit claim deed, free and clear of all encumbrances arising by or through City, except: (a) easement, conditions and restrictions of record which do not, in Company's opinion, interfere with Company's proposed use; (b) current and future real estate real property taxes and assessments subject to the agreements made herein; (c) general utility and right-of-way easements serving the Property; and (d) restrictions imposed by the City zoning ordinances and other applicable law. City shall have no duty to convey title to Company until Company delivers to City reasonable and satisfactory proof of financial ability to undertake and carry on the Project (defined below), which may take the form of a lending commitment letter. Company shall, at its own expense, prepare an updated abstract of title, or in lieu thereof Company may, at its own expense, obtain whatever form of title evidence it desires. If title is unmarketable or subject to matters not acceptable to Company, and if City does no remedy or remove such objectionable matters in timely fashion following written notice of such objections from Company, Company may terminate this Agreement. City shall provide any title documents it has in its possession, including any abstracts, to assist in title preparation. 2. Improvements by Company. Company agrees to and shall construct five (5) residential townhouse dwellings, with each unit valued at approximately $150,000.00 each, on Property, and take out necessary permit(s) — in accordance with phasing plan below -- within a four-month period, from the date of this agreement. Said residential townhouse dwellings shall be constructed in accordance with all applicable City, State, and Federal building codes, be in compliance with all applicable city ordinances, and with design features and density as noted in Exhibit B (which includes building elevations, floor plans, and site plan). Phasing plan: 2 units under construction four (4) months from approval of this agreement. 2 units under construction one (1) year from approval of this agreement. 1 unit under construction two (2) years from approval of this agreement. The Property, the Improvements, and all site preparation and development - related work to make the Property usable for Company's purpose as contemplated by this Agreement are collectively referred to as the "Project". 3. Timeliness of Construction. The parties agree that Company's commitment to undertake the Project and to construct the Improvements in a timely manner constitutes a material inducement for the City to convey the Property, or to cause the Property to be conveyed, to Company and that without said commitment would not do so. Measured from the date the Property is deeded to Company, Company must obtain a building permit(s) and begin construction on said houses. If Company has not, in good faith, begun the construction of any phase of the Improvements on the schedule stated above, then title to the Property shall revert to the City, except as provided in this Agreement; provided, however, that if construction has not begun, but the development of the Project is still imminent, the City Council may, but shall not be required to, consent to an extension of time for the construction of the Improvements, and if an extension is granted but construction of the Improvements has not begun within such extended period, then the title to the Property shall revert to the City after the end of said extended period. If Company determines at any time that the Project is not economically feasible, then after giving thirty (30) days' advance written notice to City, Company may convey the Property to City, and thereupon neither party shall have any further obligation under this Agreement except as expressly provided. If development has commenced within the required period of any extended period and is stopped and/or delayed as a result of an act of God, war, civil disturbance, court order, labor dispute, fire, or other cause beyond the reasonable control of Company, the requirement that construction of any phase or of the entire Project shall be tolled for a period of time equal to the period of such stoppage or delay, and thereafter if construction is not completed within the allowed period of extension then title to the Property shall revert to the City. 4. Platting and Release. Company may, in consultation with City, plat the Property if reasonably necessary for purposes of the Project. As nearly as reasonably possible, the area platted for each phase shall correspond with the description of the phase area stated in Section 2 above, or shall be comprised of a roughly equivalent area as measured in square feet. In connection with any sale by Company of that part of the Property corresponding with a completed phase of Improvements, City agrees to release such part of the Property from the conditions and restrictions set forth in this Agreement. A release of any such part of the Property shall not affect the continued effectiveness and enforceability of this Agreement as to any part of the Property that is not specifically released. 5. Reverter to Title; Indemnity. Title shall not revert to City as to any phase of Improvements that has been substantially completed. In the event of any reverter of title, Company agrees that it shall, at its own expense, promptly execute all documents, including but not limited to a special warranty deed, or take such other actions as the City may reasonably request to effectuate said reverter and to deliver to City title to the Property that is free and clear of any lien, claim, or encumbrance arising by or through Company. Company shall pay in full, so as to discharge or satisfy, all liens, claims, charges, and encumbrances on or against the Property. If Company fails to deliver such documents, including but not limited to a special warranty deed, to City within thirty (30) days of written demand by City, then City shall be authorized to execute, on Company's behalf and as its attorney-in-fact, the special warranty deed required by this Section 4, and for such limited purpose Company does hereby constitute and appoint City as its attorney-in-fact. Company further agrees that it shall indemnify City and hold it harmless with respect to any demand, claim, cause of action, damage, or injury made, suffered, or incurred as a result of or in connection with the Project, Company's failure to carry on or complete same, or any lien, claim, charge, or encumbrance on or against the Property of any type or nature whatsoever that attaches to the Property by virtue of Company's ownership of same. If City files suit to enforce the terms of this Agreement and prevails in such suit, then Company shall be liable for all legal expenses, including but not limited to reasonable attorneys' fees. Company's duties of indemnity pursuant to this Section 5 shall survive the expiration, termination or cancellation of this Agreement for any reason. 6. No Encumbrances; Limited Exception. Until completion of the Improvements, Company agrees that it shall not create, incur, or suffer to exist any lien, encumbrance, mortgage, security interest, or charge on the Property, other than such mortgage or mortgages as may be reasonably necessary to finance Company's completion of the Improvements and of which Company notifies City in advance of Company's execution of any such mortgage. Company may not mortgage the Property or any part thereof for any purpose except in connection with financing of the Improvements. 7. Water and Sewer. Company shall be responsible for extending water and sewer service to any location on the Property and for payment associated with connection fees. 8. Representations and Warranties of City. City hereby represents and warrants as follows: A. City is not prohibited from consummating the transaction contemplated in this Agreement by any law, regulation, agreement, instrument, restriction, order or judgment. B. Each person who executes and delivers this Agreement and all documents to be delivered hereunder is and shall be authorized to do on behalf of City. 9. Representations and Warranties of Company. Company hereby represents and warrants as follows: A. Company is not prohibited from consummating this transaction contemplated in this Agreement by a law, regulation, agreement, instrument, restriction, order or judgment. B. Company is duly organized, validly existing, and in good standing under the laws of the state of its organization and is duly qualified and in good standing under the laws of the State of Iowa. C. Company has full right, title, and authority to execute and perform this Agreement and to consummate all of the transactions contemplated herein, and each person who executes and delivers this Agreement and all documents to be delivered to City hereunder is and shall be authorized to do so on behalf of Company. 10. No Assignment or Conveyance. Company agrees that it will not sell, convey, assign or otherwise transfer its interest in the Property prior to completion of the Project, whether in whole or in part, to any other person or entity without the prior written consent of the City. Reasonable grounds for the City to withhold its consent shall include but are not limited to the inability of the proposed transferee to demonstrate to the City's satisfaction that it has the financial ability to observe all of the terms to be performed by Company under this agreement. 11. Materiality of Company's Promises, Covenants, Representations and Warranties. Each and every promise, covenant, representation, and warranty set forth in this Agreement on the part of Company to be performed is a material term of this Agreement, and each and every promise, covenant, representation, and warranty constitutes a material inducement for City to enter this Agreement. Company acknowledges that without such promises, covenants, representations, and warranties, City would not have entered this Agreement. Upon breach of any promise or covenant, or in the event of the incorrectness or falsity of any representation or warranty, City may, at its sole option and in addition to any other right or remedy available to it, terminate this Agreement and declare it null and void. 12. Notices. Any notice under this Agreement shall be in writing and shall be delivered in person, by overnight air courier service, by United States registered or certified mail, postage prepaid, or facsimile (with and additional copy delivered by one of the foregoing means), and addressed: For the City: Mayor Ernest G. Clark City Hall 715 Mulberry Street Waterloo, Iowa 50703 With copy to Community Planning & Development Director For Developer: John R. Rooff III Black Hawk Contracting and Development Co. 1509 Commercial Street Waterloo, Iowa 50702 Delivery of notice shall be deemed to occur (i) on the date of delivery when delivered in person, (ii) one (1) business day following deposit for overnight delivery to an overnight air courier service which guarantees next day delivery, (iii) three (3) business days following the date of deposit if mailed by United States registered or certified mail, postage prepaid, or (iv) when transmitted by facsimile so long as the sender obtains written electronic confirmation from the sending facsimile machine that such transmission was successful: A party may change the address for giving notice by any method set forth in this section. 13. No Joint Venture. Nothing in this agreement shall, or shall be deemed or construed to, create or constitute any joint venture, partnership, agency, employment, or any other relationship between the City and Company nor to create any liability for one party with respect to the liabilities or obligations of the other party or any other person. 14. Amendment, Modification, and Waiver. No amendment, modification, or waiver of any condition, provision, or term of this Agreement shall be valid or of any effect unless made in writing, signed by the party or parties to be bound or by the duly authorized representative of same, and specifying with particularity the extent and nature of the amendment, modification, or waiver. Any waiver by any party of any default by another party shall not affect or impair any rights arising from any subsequent default. 15. Severability. Each provision, section, sentence, clause, phrase, and word of this Agreement shall be deemed invalid or unenforceable, whether in whole or in part, the offending provision or part thereof shall be deemed severed from this Agreement and the remaining provisions of this Agreement shall not be affected thereby and shall continue in full force and effect. If, for any reason, a court finds that any portion of the Agreement is invalid or unenforceable as written, but that by limiting such provision or portion thereof it would become valid and enforceable, then such provision or portion thereof shall be deemed to be written, and shall be construed and enforced, as so limited. 16. Captions. All captions, headings, or titles in the paragraphs or sections of this Agreement are inserted only as matter of convenience and/or reference, and they shall in no way be construed as limiting, extending, or describing either the scope or intent of this Agreement or of any provisions hereof. 17. Binding Effect. This agreement shall be binding and shall inure to the benefit of the parties and their respective successors, assigns, and legal representatives. 18. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original and all of which, taken together, shall constitute one and the same instrument. 19. Entire Agreement. This Agreement, together with the exhibits attached hereto, constitutes the entire agreement of the -parties and supersedes all prior or contemporaneous negotiations, discussions, understandings, or agreements, whether oral or written, with respect to the subject matter hereof. 20. Time of Essence. Time is of the essence of this Agreement. IN WITNESS WHEREOF, the parties have executed this Development Agreement by their duly authorized representatives as of the date first set forth above. BLACK HAWK CONTRACTING AND DEVELOPMENT By: John R. Rooff III, Developer Date CITY OF WATERLOO, IOWA By: Ernest G. Clark, Mayor Date ATTEST: Suzy Schares, City Clerk Date PERSONAL GUARANTY. The undersigned, being either an office, shareholder, manager, or member of Company, hereby agree for themselves and their heirs, personal representatives, and assigns, to unconditionally guarantee to City, its successors and assigns, the full and prompt performance by Company, it successors and assigns, of all promises and covenants on the part of Company to be performed pursuant to the foregoing Agreement, including but not limited to the duties of indemnity set forth therein. Liability of guarantors hereunder is joint and several. Exhibit "A" Legal Descriptions - Properties to be Conveyed ORIGINAL PLAT WATERLOO EAST LOT 8 BLOCK 31 LOT 9 BLOCK 31, ALL IN THE CITY OF WATERLOO, BLACK HAWK COUNTY, STATE OF IOWA. Exhibit "B" See building plans and sketches attached hereto Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-945 RESOLUTION FIXING THE TIME AND PLACE OF HEARING AND NOTICE TO BE GIVEN ON THE PROPOSED DEVELOPMENT AGREEMENT WITH BLACK HAWK CONTRACTING AND DEVELOPMENT, INC. TO SELL AND CONVEY FOR $1.00, PLUS COSTS, A PORTION OF CITY -OWNED PROPERTY ALONG LAFAYETTE STREET NEAR ITS INTERSECTION WITH EAST 3RD STREET, FOR THE CONSTRUCTION OF SIX (6) TOWNHOUSE DWELLINGS, AS NOVEMBER 25, 2013, AT 5:30 P.M. IN CITY HALL COUNCIL CHAMBERS, WATERLOO, IOWA AND INSTRUCTING THE CITY CLERK TO PUBLISH THE NOTICE OF HEARING. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, AS FOLLOWS: Section 1. That the Council of the City of Waterloo, Iowa shall meet at City Hall Council Chambers in the City of Waterloo, Iowa at 5:30 p.m. on the 25th day of November, 2013, for the purpose of considering and acting upon a proposed Development Agreement with Black Hawk Contracting and Development, Inc. to sell and convey for $1.00, plus costs, a portion of City -owned property along Lafayette Street near its intersection with East 3r Street, for the construction of six (6) townhouse dwellings, and legally described as follows: Original Plat Waterloo East Lot 8 Block 31 Lot 9 Block 31, all in the City of Waterloo, Black Hawk County, State of Iowa. Section 2. That the City Clerk is hereby directed to publish notice of the time and place of said hearing in the Waterloo Courier. ATTE PASSED AND ADOPTED this 12th day of November, 2013. • y Sch-'res, C C City Cle k rnest 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 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: November 12, 20 3 Prepared: November 6, 2013 Dept. Head Signature: # of Attachments: 5 SUBJECT: Request to set a date of public hearing for December 2013. and publish an official notice pertinent to the taking of bids and request to receive and open the proposals for the sale of city owned property at 506 Reed Street for the minimum bid of $5,000 with Development Agreement. Submitted by: Noel Anderson -Community Planning and Development Director Recommended City_Council Action: To set a date of public hearing on the sale of a 657A property at 506 Reed Street for the minimum bid of $5,000 with Development Agreement and publish an official notice pertinent to the requested sale. Summary Statement: The property was acquired through 657A this winter 2012. The property has been inspected by staff and the building official and it was determined that the building appears to be in good shape for rehabilitation. There has been a great deal of interest in this property and staff expects to be able to select a qualified bidder to successfully rehabilitate the property to a standard that the city and surrounding neighborhood can be proud of. As you may remember the cities first sale of a 657A property under the new policy was at 261 Cottage Grove which occurred in 2011. The project was a success and will be generating approximately $2,000 in taxes per year once the CURA Abatement Program is complete. Expenditure Required: N/A Source of Funds: N/A Policy Issue: Dilapidated Housing/Infill Development Alternative Demolish and sell lot only CITY WEBSITE: www.ci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Background Information: The City of Waterloo has been working to address the state of disrepair of the property through out the city using Iowa Legislation (657A) that allows cities to take possession of dilapidated and abandoned homes. The City acquired the property in 2012 through Iowa Code 657 A. Staff has sold one other property under the new Sale of 657A property policy at 261 Cottage Grove. That process proved successful and staff would like to continue selling these properties that can reasonably be rehabbed to responsible citizens with the capabilities to complete the project in a timely manner and meet all necessary Building Codes as well as be an example for quality development in the neighborhoods that they are in. Printable Map Output Page 1 of 1 Black Hawk County Parcel Map Parcel ID: :913-14-428-014 Deed Holder: ITY OF WATERLOO Parcel Address: .06 REED ST, WATERLOO, IA 50703 - --pp i � h yat •— r/„ i � �.a• F �CZa i' ) t•: Legend ted parcaldlm hoapllalAtrial Photo e ! s �� ■ if •• if}.• 1sroadnomo_y , r" ,- Ili ;1�iFratures lis�p • -;at .w l'''''''.:::'' 'r�} •aNn.Pl. rl:ll.airport ` aL•r ,.8alr 41 Black Hawk Co. t parks_ parka hyping Baliroads L'-. ,y ' 114,1 }.. 3` '' t"ii .I'. ,; • i S T k. - .,Ir v, ,-- l ! C'• ,�,(�, �++i, {i rr - twaIE ( I � _a illy .r aT I I. 1- *..4,:;6.2:.1.,,....-7:: r 1wade r Y ^a��.4.' :. : ,rah „, Townships �.• Sactlona aPar -skis ,,.,• Rights-oI-Way Township fir ..ti '�"`l' � , 1' . ,a+f 'IL i i'' !II g• • r r .. ■• l - - I ; ai. 4 l4�. ! 1 �l ; a!�}a ;f' 1 501t ijj--`,• • . fi City Lingo rallroad_dim IMO_ rna roaddim OM . y , •.x • _ , . ...�yy i Via,'' —■ ' ' T, a. t =•a , ry "I�... �. .+�� }},, "'r�'�, ,✓t rD 1 •tl9 - p tl '• watemama_ .?' 11, +�� s2y'- i r tJti r y; �� a!�� rp `i ! y- - .•' r a A 6 1 I �.1yy.-,�"t �"-' �a�•� r. ��S !mac V llaw^ •+ry :7 a I •n I i . , fi7...s yi Lu t .it .' �i :.Cti7K'-.,�' • t •W. ARLINGTON ST..' 4:?.•-• 1110$11;T-'' u h. d as 7 51".;i r - ,. ,.. Il " _ .. [`� rltttt�.. _ i it e - iM i a,r • l�. F t 4,c: 46 •' f •of `� a .I tirr sit IA per "'. ' MaperadodwilhArcIMS. t W,� . _-� a.a_.. _ )r1; Inti �tjrl t., ,. •i', p , 1.11111161111111"7-712001 Copyright (C11992.2DD1CSRtlne.. 156fte - -- Black Hawk County, Iowa 316 East 5th Street aterloo, Iowa 50703-4774 Phone: (319) 833-3002 Fax: (319) 833-3070 E-mail: auditor a co.black-hawk.ia.us.ora Map Disclaimer: This map does not represent a survey. No liability is assumed for the • ccuracy of the data delineated herein, either expressed or implied by Black Hawk County, he Black Hawk County Assessor or their employees. This map is compiled from official records, including plats, surveys, recorded deeds, and contracts, and only contains information required for local government purposes. See the recorded documents for more • etailed lea al information. http://www2.co.black-hawk.ia.us/servlet/com.esri.esrimap.Esrimap?ServiceName=bhov&... 11/6/2013 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 8913-14-428-014 CITY OF WATERLOO CITY OF WATERLOO 715 MULBERRY ST CITY OWNED WATERLOO, IA 50703-0000 PDF No. Map Area Contract Buyer 6 NWTLO-06 11/23/1999 Property Address Current Recorded Transfer 506 REED ST WATERLOO, IA 50703-0000 Date Drawn Date Filed Recorded Document Type 5/31/2012 6/1/2012 2012 022385 D SALES BUILDING PERMIT Date AmountNUTC / Type Date Number Amount Reason 10/1/198715,000 SALE BY LENDING INSTITUTION 11/23/1999 WA 3012 600 Roof OF PROPERTY ACQUIRED AS RESULT OF ... - PRIOR 09 / Contract Dwelling ASSESSED VALUES/CREDITS Year Class 2013 E 100% Value Land Dwelling Building M/E otal Acres 6,130 26940 3 3 33,070 b Taxable Value Land Dwelling Building M/E Total 6,130 26,940 0 0 33,070 Year Class 2012 E 100% Value Land Dwelling Building M/E Total cres p,130 26,940 0 33,070 33,070 Land Taxable Value Land Dwelling Building M/E Total 6,130 26,940 0 0 33,070 Year Class 2011 R 100% Value Land DwellingBuddin I 9 M/E Total cres ro 6,130 26,940 p 0 33,070 Taxable Value Land Dwelling . Building M/E Total 3,111 13,673 0 0 16,784 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 I 40.61203 $0.00 $0.00 Nocorp 0 .J J 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-hawk.ia.us/website/bhmap/bhRepDet.asp?apn=891314428014 11/6/2013 Black Hawk County Detailed Parcel Report LEGAL Page 2 of 2 LITCHFIELD ADDITION LOT 2 BLK 5 LAND Basis Front Rear Side 1 Side 2 Lot Area Acres Front Foot 50 50 129 129 0 6450 0.148 Totals: Total Rooms Below Bedrooms Above jBedrooms Below 6 0 3 j0 6450 0.148 DWELLING CHARACTERISTICS Type Style Total Living Area Single -Family / Owne Occupied 1 Story Frame 1020 Year Built Area Heat AC Attic 1920 720 \Yes No 1/2 Finished Total Rooms Above Total Rooms Below Bedrooms Above jBedrooms Below 6 0 3 j0 Basement Basement Finished Area No Basement Floor Full 0 0 Foundation Flooring C Blk Carp / Vinyl Exterior Walls Interior Finish Alum Plas Roof Asph / Hip Non-Base-Floor/Wall Heating Pipeless Handfired Space Heaters 0 Addtions Year Built Style Area Basement (SF) No Basement (SF) Heat AC Attic 1920 1 Story Frame 48 0 0 Yes No 0 Plumbing Full Bath 1< Porch Style Area 1S Frame Enclosed 312 Deck Style Area Fbgls/Mtl Roof -Low 160 Concrete Patio -Med 160 Entry Status: Inspected http://www2.co.black-hawk.ia.us/website/bhmap/bhRepDet.asp?apn=891314428014 11/6/2013 Black Hawk County Building Sketches There is 1 building sketch of parcel 891314428014. Page 1 of 1 12 16 22 18 FR EP [312] 12 8 16 FR [48] 6 6 20 12 IS B A FR (MAIN) 34 [720] 26 24 8 20 FBGLS7MTL RF [160] RAISED CONIC PATIO [160] http://www2.co.black-hawk.ia.us/website/bhmap/bhParlmages.asp?apn=891314428014&a... 11/6/2013 Pictometry Online Page 1 of I 506 Reed Street Print Date: 11/06/2013 Image Date:04/20/2013 Level:Neighborhood http://pol.pictometry.com/en-us/app/print.php?title=506%20Reed%20Street&date_fmt=m/... 11/6/2013 , Pictometry Online Page 1 of 1 14 ,, p _ 1 i` t �; `a'4.y_0, • 1 M p .11' r tit �"' s ,. 1 506 Reed Street Print Date: 11/06/2013 Image Date:04/15/2013 Level:Neighborhood http://pol.pictometry.com/en-us/app/print.php?title=506%20Reed%20Street&date fmt=m/... 11/6/2013 CAROL FAILOR From: CHRIS WESTERN Sent: Thursday, November 14, 2013 10:11 AM To: CAROL FAILOR Cc: ARIC SCHROEDER, NOEL ANDERSON Subject: Legals Legal for 506 Reed Street is: Lot 2 in Block 5 in Litchfield Addition, to Waterloo Iowa Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-946 RESOLUTION FIXING THE TIME AND PLACE OF HEARING ON THE SALE OF CITY -OWNED PROPERTY LOCATED AT 506 REED STREET, IN THE CITY OF WATERLOO, WITH A MINIMUM BID PROPOSAL OF $5,000.00, AND THE TAKING OF PROPOSALS THEREFORE, AS DECEMBER 9, 2013, AT 5:30 P.M. AT CITY HALL COUNCIL CHAMBERS 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 9th day of December, 2013, for the purpose of holding a public hearing on the sale of City - owned property located at 506 Reed Street, in the City of Waterloo, with a minimum bid proposal of $5,000.00, and the taking of proposals 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 12th day of November, 2013. ATTEST: uzy Sdihares, CMC City Cl: rk 1 -ed 7ed 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 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 Council Communication City Council Meeting: 11/12/13 Prepared: 11/06/13 Dept. Head Signature: # of Attachments: 3 Lit SUBJECT: Request to preliminarily approve plans, specifications, form of contract, etc., set a date of public hearing, and publish an official notice pertinent to the taking of bids and request to receive and open the proposals for the Request for Proposal for Sherwood Gate Acquisition and Installation Services, and set the date of hearing and bid opening as December 2, 2013. Submitted by: Aric Schroeder, City Planner Recommended City Council Action: Preliminary approval of the plans, specifications, form of contract, etc., authorize the taking of bids and publication of notice, and set a date of hearing and bid opening as December 2, 2013. Summary Statement: This is a Request for Proposal (RFP) under our approved REAP Grant to acquire and install three gates in the Sherwood Park area. Expenditure Required: to be determined Source of Funds: REAP Grant (08GRT SHERWD) Policy Issue: Alternative: N/A Background Information: On 8/8/11 the City Council authorized the submittal of an application for a Resource Enhancement and Protection (REAP) Grant for Sherwood Park Recreation Area and Hartman Reserve Expansion. On 10/31/11 the City of Waterloo received official notice that the City was awarded funding under the program in accordance with the scope of work and budget that was included in our application that was submitted and approved by the IDNR. On 1/23/12 the City Council authorized the agreement between IDNR and the City of Waterloo, which has subsequently been executed. The total REAP grant budget is $193,400.00 and does not require a local match. CITY WEBSITE: wwwci.waterloo.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer The City of Waterloo recently completed the Hazard Mitigation Grant Program (HMGP) flood buyout project, which involved the acquisition and demolition of multiple properties in the Sherwood Park area. The City of Waterloo and the Black Hawk County Conservation Department are jointly working on a Sherwood Park Recreation Area and Hartman Reserve Expansion Master Plan detailing the proposed land use for the area. The City of Waterloo has recently taken action to vacate the streets in the Sherwood Park area, and to lease portions of the area to the Black Hawk County Conservation Board as an extension of the Hartman Reserve Nature Center. As part of the plan for the area, three locations were identified to place gates across the road to prevent public vehicular access. There are still some properties that are privately owned, and as part of the vacate of the streets, these owners were provided access easements and it was indicated that they would be provided keys to the gate. The streets will remain open to the public for pedestrian and bicycle access. The gates are being designed so that there are pedestrian openings along either side of the gates. The approved REAP grant included within the proposed scope of work the installation of the three gates. Installation of the gates will help to eliminate some of the illegal activity that occurs in the area. The City of Waterloo is seeking proposals for gate acquisition and installation in connection with the REAP grant project and have prepared a Request for Proposal (RFP) and Contract for Sherwood Gate Acquisition and Installation Services to install three gates with pedestrian openings an bollards to prevent public vehicular access to the area. The RFP also includes an Alternate 1 bid to install a trail head near the N Hackett Rd gate just north of the Trolley Trail Bridge. The alternate consists of additional bollards and a gravel parking area. The RFP provides all the proposal (bid) specifications, terms and conditions, as well as the scope of work and details on the method of evaluation. The RFP calls for a lump sum cost for each of the three gate sites, and a lump sum cost for the trail head Alternate 1 bid. Please find attached a copy of the Request for Proposal and Contract for Sherwood Gate Acquisition and Installation Services. The document will be available to interested bidders at the office of the Planning and Zoning Department after the City Council preliminarily approves the specifications, bid document, etc., and a date of hearing is set. The proposals would be due to the City Council, opened, and referred to staff for review and recommendation at the December 2, 2013 City Council meeting. cc: Noel Anderson, Community Planning & Development Director Shane Graham, Planner II Path: K:\USERS\ARILS\City of Waterloo\council letters\RFPs Bids Contracts and Agreements for Goods or Services \11-06-13 Council Communication for RFP and Contract for Shenvood Gate Acquisition and Installation Project.doc CITY OF WATERLOO, IOWA Request for Proposal November 2013 SHERWOOD GATE ACQUISITION AND INSTALLATION SERVICES REAP PROGRAM SHERWOOD PARK REC AREA & HARTMAN RESERVE NATURE CENTER ADDITIONS PROJECT City of Waterloo, Iowa Prepared by City of Waterloo Planning and Zoning Department SECTION I NOTICE OF REQUEST FOR PROPOSALS 1.0 Receipt and Opening of Proposals The City of Waterloo is seeking sealed proposals for the acquisition and installation of gates and barricades to be installed on roads in the Sherwood Park neighborhood in three locations. All proposals must be received in a sealed envelope in City Hall (date and time stamped) by Monday, December 2, 2013 at 4:00 p.m. (our clock), Central Time, in order to be considered. City Hall is located at 715 Mulberry St, Waterloo, Iowa. Proposals sent electronically or via facsimile will not be accepted. The mailing container or envelope shall be plainly marked on the outside with the notation 'SEALED RFP FOR SHERWOOD GATE ACQUISITION AND INSTALLATION SERVICES', and the name of the company submitting the proposal. 1.1 RFP Timeline Name of the Proposal: SHERWOOD GATE ACQUISITION AND INSTALLATION SERVICES Tuesday, November 12, 2013 Thursday, November 21, 2013 at 10:00 a.m., Central Time Monday, November 25, 2013 at 5:00 p.m., Central Time Monday, December 2, 2013 at 4:00 p.m., Central Time Date of Issuance: Date of Mandatory Walk-Thru: Deadline for Questions: Deadline for Proposal Submittal: Submit Sealed Proposal to: Address exactly as stated—) -. —> Method of Submittal: Contact Person, Title: E-mail Address: Phone/ Fax Numbers: SEALED RFP FOR SHERWOOD GATE ACQUISITION AND INSTALLATION SERVICES City Hall City Clerk's Office 715 Mulberry Street Waterloo, IA 50703 Mail or Overnight Delivery, In Person (No Electronic or Fax Submittals) Shane Graham, Planner II/Project Manager shane.grahamawaterloo-ia.org Phone: 319-291-4366 Fax: 319-291-4262 1.2 The City reserves the right to accept or reject any or all proposals and to waive any informalities or irregularities in proposals if such waiver does not substantially change the offer or provide a competitive advantage to any Proposer. The City reserves the right to defer acceptance of any proposal for a period not to exceed sixty (60) calendar days from the date of the deadline for receiving proposals. 1.3 The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the Proposer. Similarly, the City is not responsible for, and will not open, any proposal responses that are received later than the date and time stated above. Late proposals will be retained in the RFP file, unopened. No responsibility will be attached to any person for premature opening of a proposal not properly identified. RFP FOR SHERWOOD GATE ACQUISITION AND INSTALATION SERVICES — 2013 Page 2 of 9 1.4 A mandatory walk-thru will be held on Thursday, November 21, 2013 at 10:00 a.m. Proposals will not be accepted from Proposers that did not have a representative attend the walk-thru. Walk-thru attendees shall meet on North Hackett Road just north of the Trolley Trail Bridge located just north of Grand Boulevard. During the walk-thru the exact location of gates and bollards shall be reviewed as well as other specification of the RFP. 1.5 Proposals will be opened on Monday, December 2, 2013, at 5:30 pm (our clock) Central Time in City Hall, 715 Mulberry Street, Waterloo. The main purpose of this opening is to reveal the name(s) of the Proposer(s), not to serve as a forum for determining the awarded proposal(s). 1.6 Proposals will be evaluated promptly after opening. After an award is made, a proposal summary will be made available. Proposal results will not be given over the telephone. Proposals may be withdrawn anytime prior to the scheduled closing time for receipt of proposals; no proposal may be modified or withdrawn for a period of sixty (60) calendar days thereafter. 1.7 This project is totally or partially funded by the Department of Natural Resources Resource Enhancement and Protection (REAP) Fund. Site monitor(s) may be present to observe and monitor procedures at the worksite(s). SECTION II INSTRUCTIONS TO PROPOSERS 2.0 The Proposal shall include the attached Exhibit "C" signature page, Exhibit "D" bid tabulation pages, properly completed, Exhibit "H" bidder suspension and debarment certification, and a bid guarantee as provided in 2.2.1 below. A company representative who is authorized to bind the company shall sign on behalf of the company to indicate to the City that you have read all provisions of the RFP and agree to all terms and conditions, except as provided in paragraph 2.4 below. By making a Proposal, the Proposer represents that they have examined the subject properties. Any questions about the meaning or intent of the specifications must be submitted by the Deadline for Questions listed above. The City of Waterloo reserves the right to reject any or all proposals, and to accept in whole or in part, the proposal, which, in the judgment of the proposal evaluators, is the most responsive and responsible proposal. 2.1 With respect to all insurance coverages specified in Exhibit "G" attached hereto, the successful Proposer must provide one or more certificates of coverage in the minimum amounts required and maintain such coverage in force at all times during the term of the contract. 2.2 Bonds 2.2.1 A bid guarantee from each Proposer equivalent to five percent (5%) of the bid price is required. The bid guarantee shall consist of a firm commitment, such as a bid bond, certified check, or other negotiable instrument acceptable to the City, as assurance that the Proposer will, upon acceptance of its bid, execute such contractual documents as may be required within the time specified. 2.2.2 Successful Proposer will be required to furnish bond in an amount equal to one hundred percent (100%) of the contract price and shall be issued by a responsible surety acceptable to the City. The bond shall guarantee the faithful performance of the contract and the terms and conditions therein contained, shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims and damages of any kind arising out of the performance of this contract. 2.3 This Request for Proposal does not commit the City to make an award, nor will the City pay any costs incurred in the preparation and submission of proposals, or costs incurred in making necessary studies for the preparation of proposals. RFP FOR SHERWOOD GATE ACQUISITION AND INSTALATION SERVICES —2013 Page 3 of 9 2.4 Important Exceptions to Contract Documents - The Proposer shall clearly state in the submitted proposal any exceptions to, or deviations from, the minimum proposal requirements, and any exceptions to the terms and conditions of this RFP. Such exceptions or deviations will be considered in evaluating the proposals. Any exceptions should be noted on the Signature Page. Proposers are cautioned that exceptions taken to this RFP may cause their proposal to be rejected. No additional exceptions shall be allowed after submittal of a proposal. 2.5 Incomplete Information - Failure to complete or provide any of the information requested in this RFP, including references, and/or additional information as indicated, may result in disqualification by reason of "non responsiveness". SECTION III SPECIAL TERMS AND CONDITIONS 3.0 Term of Contract 3.0.1 The initial term of the contract shall be for three (3) months, anticipated to be (December 16, 2013) to (March 15, 2014). 3.0.2 The City and the Contractor may renew the original contract for two (2) month time periods by mutual agreement. 3.0.3 A contract shall be approved by the City Council and signed by the Mayor. Each section contained herein, any addenda and the response (Proposal) from the successful bidder shall also be incorporated by reference into the resulting contract. 3.0.4 No price escalation will be allowed during the initial term of the contract. If it is mutually decided to renew beyond the initial period and the Contractor requests a price increase, the Contractor shall provide documentation on the requested increase. The City reserves the right to accept or reject price increases, to negotiate more favorable terms, or to terminate (or allow to expire) without cost, the future performance of the contract. 3.0.5 The total actual expenses shall not exceed the amount allowed by the project contract, including any renewal extensions thereof, unless amended by written agreement. 3.1 Agreement Forms 3.1.1 After award, the Proposer will be required to enter into a written contract with the City that is substantially in the form attached hereto as Exhibit "B". 3.1.2 Contract Provisions 3.1.2.1 Termination for Cause. In the event that Contractor defaults in the performance or observance of any covenant, agreement or obligation set forth in the contract, and if such default remains uncured for a period of seven (7) days after notice thereof shall have been given by City to Contractor (or for a period of fourteen (14) days after such notice if such default is curable but requires acts to be done or conditions to be remedied which, by their nature, cannot be done or remedied within such 7 -day period and thereafter Contractor fails to diligently and continuously prosecute the same to completion within such 14 -day period), then City may declare that Contractor is in default under the contract. 3.1.2.2 Termination for Convenience. The contract may be terminated at any time, in whole or in part, upon the mutual written agreement of the parties. City may also choose to terminate the contract at any time by delivering to Contractor 10 -days' advance written notice of intent to terminate. RFP FOR SHERWOOD GATE ACQUISITION AND INSTALATION SERVICES — 2013 Page 4 of 9 3.1.2.3 Remedies default as of the folio 3.1.2.3.1 3.1.2.3.2 3.1.2.3.3 3.1.2.3.4 3.1.2.3.5 3.1.2.3.6 . If Contractor is in default of the contract and has not cured said set forth in Section 3.1.2.1 above, the City may take any one or more wing steps, at its option: by mandamus or other suit, action or proceeding at law or in equity, require Contractor to perform its obligations and covenants under the contract, or enjoin any acts or things which may be unlawful or in violation of the rights of the City under the contract, or obtain damages caused to the City by any such default; have access to and inspect, examine and make copies of all books and records of Contractor which pertain to the project; declare a default of the contract, make no further disbursements, and demand immediate repayment from Contractor of any funds previously disbursed under the contract; terminate the contract by delivering to Contractor a written notice of termination; and/or take whatever other action at law or in equity may be necessary or desirable to enforce the obligations and covenants of Contractor under the contract, including but not limited to the recovery of funds. No delay in enforcing the provisions hereof as to any breach or violation shall impair, damage or waive the right of City to enforce the same or to obtain relief against or recover for the continuation or repetition of such breach or violation or any similar breach or violation thereof at any later time or times. In the event that City prevails against Contractor in a suit or other enforcement action under the contract, Contractor agrees to pay the reasonable attorneys' fees and expenses incurred by City. 3.2 Terms of Payment 3.2.1 Services authorized under this contract shall be submitted as "lump sum" after services are delivered and accepted and will be paid upon receipt of an original invoice within sixty (60) days. The City, at its sole discretion and without waiving any claims or rights, may allow for partial payment for the work included on an invoice for which all services have not been delivered and/or accepted. 3.2.2 For accounting purposes, all invoices shall contain a sufficient level of detail regarding all services provided and allowable expenses incurred. 3.2.3 All invoices and supporting documentation shall be submitted via US mail to: City of Waterloo Planning and Zoning Department, attn: REAP Gate Project, 715 Mulberry Street, Waterloo, IA 50703. 3.2.4 City has the right, at its discretion, to deny payment for any work by any Contractor if the total actual expenses exceed the amount allowed by the project contract, including any renewal extensions thereof. The Contractor is not obligated to continue performance of services under this Agreement or otherwise incur costs in excess of the total actual expense allowed unless an amendment to the contract is approved, and the City notifies the Contractor, in a written amendment, of the City's acceptance of the revised total actual expense allowed. 3.2.5 All work is to be done in strict compliance with this RFP and Gate Specifications attached as Exhibit "A". The City may withhold payment for reasons including, but not limited to, the following: unsatisfactory job performance or progress, defective work, disputed work, failure to comply with material provisions of the contract, third party claims filed or reasonable evidence that a claim will be filed or other reasonable cause. RFP FOR SHERWOOD GATE ACQUISITION AND INSTALATION SERVICES — 2013 Page 5 of 9 SECTION IV SERVICE REQUIREMENTS 4.0 Background The City of Waterloo, Iowa, is seeking proposals for the acquisition and installation of gates and barricades (bollards) at three locations in the Sherwood Park neighborhood, including (1) a gate across North Hackett Road just north of the Trolley Trail Bridge, just north of Grand Boulevard, (2) a gate across Greenwood Avenue easterly of the Highway 218 bridge over Greenwood Avenue and the Cedar River, and (3) a gate across Greenwood Avenue southeasterly of Greenhill Road. The Contract is part of the REAP Sherwood Park Rec Area & Hartman Reserve Nature Center Additions Project. 4.1 Scope of Work The City of Waterloo is seeking a qualified contractor to acquire and install three gates and associated barricades (bollards) in accordance with these specifications, including the Gate Specifications attached as Exhibit "A". The Proposer understands and agrees that acquisition and installation of the gates and associated barricades in the most expeditious manner possible is of the utmost importance and it will make every effort to complete all requirements of the contract in the shortest time possible, consistent with a high quality of workmanship. The services to be performed under the contract shall consist of the work described in the separate "Gate Specifications" document (attached Exhibit "A") and shall be performed according to the standards set forth therein and herein. Any reference in this RFP to "this specification" shall include such Gate Specifications. Proposer shall be responsible to familiarize itself with the specifications and to make a personal examination of the job site(s) and the physical conditions that may affect its bidding and performance under the contract. Any work that is performed that is not in compliance with this specification will be at the sole expense of the Contractor and will not be reimbursed by the City. The Proposer understands that it will be solely responsible for any liability, fees, fines, claims, etc., which may arise from its handling of materials or activities not covered by the scope of work or not in compliance with this specification. 4.2 Silence of Specifications — Commercially accepted practices shall apply to any detail not covered in this specification and to any omission of this specification. Any omission or question of interpretation of this specification that affects the performance or integrity of the service being offered shall be addressed in writing and submitted with the Proposal. SECTION V METHOD OF EVALUATION 5.0 Contract Award - Any contract award(s) made by the City of Waterloo is subject to prior approval by the City of Waterloo City Council. Award of contract shall be made to the most responsible and responsive proposal from a Company whose proposal offers the greatest value to the City with regard to the criteria detailed and the specifications set forth herein. The City may select a Proposer based on an "all or none" proposal, on individual responses, or as is otherwise deemed to be in the best interest of the City. 5.1 Proposal Evaluation Criteria - In general, the proposals will be evaluated based on, but not limited to, the general evaluation criteria stated below and the completeness, clarity and RFP FOR SHERWOOD GATE ACQUISITION AND INSTALATION SERVICES - 2013 Page 6 of 9 content of the proposal. The following is a partial list of the criteria that may be used in our determination of company responsibility and responsiveness: 5.1.1 Qualifications and Experience 5.1.1.1 Years of experience of key personnel 5.1.1.2 Feedback from references 5.1.1.3 City's past experience with the Proposer 5.1.2 Cost Effectiveness 5.1.3 Company Responsiveness to RFP 5.1.3.1 Total scope of services offered 5.1.3.2 Responses to overall proposal and compliance with submission guidelines 5.1.3.3 Proposal presentation (completeness, organization, appearance, etc.) 5.2 Financial terms will not be the sole determining factor in the award. To determine the award the City will use a proposal evaluation method that will enable the City to award a contract to the Proposer offering services and experience that represents the best overall value to the City. 5.3 Proposal Evaluation Procedures - Proposals will be evaluated by the "Proposal Evaluation Criteria" as listed above. 5.3.1 Each proposal will be evaluated based on the evaluator's experience and judgment of how well the proposal addresses the City's requirements. Each prospective company is assured that any proposal submitted will be evaluated using the best available information and without any forgone conclusions. 5.3.2 Consideration will also be given to solicited written clarification provided during the evaluation process and input from staff or other persons judged to have useful expertise that should be considered in a responsible, fair assessment of the relative merits of each proposal. 5.4 A Proposer's submission of a proposal constitutes its acceptance of this evaluation technique and its recognition and acceptance that subjective judgments will be used by the evaluators in the evaluation. 5.5 Following the evaluation process, the award process is as follows: 5.5.1 The evaluators shall determine which Proposer has submitted the best proposal using the criteria set forth above, and make its recommendation to the City Council. 5.5.2 The City Council considers a resolution awarding the contract and authorizing the Mayor to execute the contract on behalf of the City. Note, no contract shall be deemed to be created and exist unless and until the City Council adopts a resolution awarding the contract and authorizes the Mayor to sign the contract. 5.5.3 The Mayor executes the contract. SECTION VI FINANCIAL AND NON-FINANCIAL PROPOSAL 6.0 Financial Proposal: This portion of the proposal shall include ONLY the proposed cost of the goods and services to be provided (including all expenses). 6.1 Pricing shall be submitted in the bid tabulation format required by the City (Exhibit "D") and shall be inclusive of all expenses of any type or nature, including but not limited to costs of supplies, materials, subcontractors or other third parties, permit fees, landfill fees, transportation and delivery charges, and out-of-pocket expenses of any type or nature. RFP FOR SHERWOOD GATE ACQUISITION AND INSTALATION SERVICES —2013 Page 7 of 9 6.2 Non -Financial Proposal: This portion of the proposal may be organized in a format determined by the Proposer, but should include all materials of the proposal relating to the goods and services proposed, specifications, requirements, warranty, detailed construction plan/timeline, experience, qualifications of key proposed personnel and other information of a non-financial nature. Provide a list of each proposed staff member with name, title, and description of work they would perform. 6.3 The Proposer shall list by name the principal or project manager in its company who will have direct and continued responsibility for the goods and services provided to the City. This person will serve as the Contractor's first point -of -contact on all matters dealing with services and the handling of day-to-day activities through the planning and implementation process. Provide background and qualifications, highlighting experience with similar projects and demonstrating ways the Proposer provides a high quality of customer service. 6.4 Proposer shall not make use of any subcontractors for the project unless such subcontractor has been approved in advance by the City, in the exercise of the City's sole discretion. Proposer shall submit such information about any proposed subcontractor as the City may reasonably request. SECTION VII GENERAL TERMS AND CONDITIONS 1. LANGUAGE, WORDS USED INTERCHANGEABLY - The word CITY refers to the CITY OF WATERLOO, IOWA throughout these Instructions and Terms and Conditions. Similarly, PROPOSER refers to the person or company submitting an offer to sell its goods or services to the CITY, and CONTRACTOR refers to the successful bidder. 2. PROPOSER QUALIFICATIONS - No Proposal shall be accepted from, and no contract will be awarded to, any person, firm or corporation that is in arrears to the City upon debt or contract, that is a defaulter, as surety or otherwise, upon any obligation to the City, or that is deemed irresponsible or unreliable by the City. If requested, Proposers shall be required to submit satisfactory evidence that they have a practical knowledge of the particular supply/service proposal and that they have the necessary financial resources to provide the proposed supply/service as described in this Request for Proposal. 3. SPECIFICATION DEVIATIONS BY THE PROPOSER/ OFFEROR - Any deviation from this specification MUST be noted in detail, and submitted in writing in the Proposal. Completed specifications should be attached for any substitutions offered, or when amplifications are desirable or necessary. The absence of the specification deviation statement and accompanying specifications will hold the Proposer strictly accountable to the specifications as written herein. Failure to submit this document of specification deviation, if applicable, shall be grounds for rejection of the item when offered for delivery. If specifications or descriptive papers are submitted with Proposals, the Proposer's name should be clearly shown on each document. 4. COLLUSIVE PROPOSAL - The Proposer certifies that the proposal submitted by said Proposer is made without any previous understanding, agreement or connection with any person, firm, or corporation making a proposal for the same contract, without prior knowledge of competitive prices, and it is, in all respects, fair, without outside control, collusion, fraud or otherwise illegal action. 5. SPECIFICATION CHANGES, ADDITIONS AND DELETIONS - All changes in Proposal documents shall be through written addendum. Verbal information obtained otherwise will NOT be considered in awarding of Proposals. 6. PROPOSAL CHANGES - Proposals, amendments thereto, or withdrawal requests received after the time advertised for Proposal opening, will be void regardless of when they were mailed. 7. HOLD HARMLESS AGREEMENT - The Contractor agrees to protect, defend, indemnify and hold harmless the City of Waterloo, its officials, officers, employees and agents, the US Government, FEMA, State of Iowa, their agencies and agents, from any and all claims and damages of every kind and nature made, rendered or incurred by or in behalf of every person or company whatsoever, including the parties hereto and their employees that may arise, occur, or grow out of any acts, actions, work or other activity done by the Contractor, its employees, subcontractors or any independent contractors working under the direction of either the Contractor or subcontractor in the performance of the contract. 8. PROPOSAL REJECTION OR PARTIAL ACCEP- TANCE - The City reserves the right to reject any or all Proposals. The City further reserves the right to waive RFP FOR SHERWOOD GATE ACQUISITION AND INSTALATION SERVICES — 2013 Page 8 of 9 technicalities and formalities in Proposals, as well as to accept in whole or in part such Proposals where it is deemed advisable in protection of the best interests of the City. 9. PROPOSAL CURRENCY/LANGUAGE - All proposal prices shall be shown in US Dollars ($). All prices must remain firm for the duration of the contract regardless of the exchange rate. All proposal responses must be submitted in English. 10. PAYMENTS - Payments will be made for all goods/services delivered, inspected and accepted within 60 days after acceptance and on receipt of an original invoice. 11. MODIFICATION, ADDENDA & INTERPRETATIONS - Any apparent inconsistencies, or any matter requiring explanation or interpretation, must be inquired into by the Proposer in writing at least 7 days prior to the time set for the Proposal opening. Any and all such interpretations or modifications will be in the form of written addenda. All addenda shall become part of the contract documents and shall be acknowledged and dated on the signature page. 12. LAWS AND REGULATIONS - All applicable State of Iowa and federal laws, ordinances, licenses and regulations of a governmental body having jurisdiction shall apply to the award throughout as the case may be, and are incorporated herein by reference. 13. SUBCONTRACTING - No portion of this Proposal may be subcontracted without the prior written approval by the City. 14. ELECTRONIC SUBMITTAL - Telegraphic and/or proposal offers sent by electronic devices (e.g. facsimile machines) are not acceptable and will be rejected upon receipt. Proposers will be expected to allow adequate time for delivery of their proposal either by airfreight, postal service, or other means. 15. CANCELLATION - Either party may cancel the contract in the event that a petition, either voluntary or involuntary, is filed to declare the other party bankrupt or insolvent or in the event that such party makes an assignment for the benefit of creditors. 16. ASSIGNMENT - Proposer shall not assign the contract or any monies to become due thereunder without the prior written consent of the City. Any assignment or attempt at assignment made without such consent of the City shall be void. 17. EQUAL OPPORTUNITY - The successful Proposer agrees not to refuse to hire, discharge, promote, demote, or otherwise discriminate in matters of compensation against any person otherwise qualified solely because of age, race, color, religion, sex, sexual orientation, gender identity, marital status, national origin, citizenship status, disability, or veteran status. 18. TAXES - The City of Waterloo is exempt from sales tax and certain other use taxes. Any charges for taxes from which the City is exempt will be deducted from invoices before payment is made. 19. PROPOSAL INFORMATION IS PUBLIC — All documents submitted with any proposal and the proposal shall become public documents and subject to Iowa Code Chapter 22, which is otherwise known as the "Iowa Open Records Law". By submitting any document to the City of Waterloo in connection with a proposal, the submitting party recognizes this and waives any claim against the City of Waterloo and any of its officials, officers and employees relating to the release of any document or information submitted. Each submitting party shall hold the City of Waterloo and its officials, officers and employees harmless from any claims arising from the release of any document or information made available to the City of Waterloo arising from any proposal opportunity. RFP FOR SHERWOOD GATE ACQUISITION AND INSTALATION SERVICES — 2013 Page 9 of 9 EXHIBIT "A" CITY OF WATERLOO SPECIFICATIONS FOR GATES AND GATE INSTALLATION REAP GRANT SHERWOOD PARK REC AREA & HARTMAN RESERVE NATURE CENTER ADDITIONS PROJECT PART 1- GENERAL 1.01 CITY REPRESENTATIVES The City's Representatives for this project are: Shane Graham, Planner II/Project Manager, and Aric Schroeder, City Planner. 1.02 DESCRIPTION OF WORK Unless directed otherwise in the Contract Documents or by the Project Manager, the Contractor shall: A. Acquire the gates as specified in section 2.02 below and all necessary parts and related components needed for installation of the gates and installation of pedestrian posts and barricades (bollards). B. Install the gates, posts and barricades (bollards) as specified in section 2.03 below. C. Acquire and install additional barricades (bollards) and a gravel parking area as specified in section 2.02 and 2.03 below if the City of Waterloo accepts the Alternate 1Bid Tabulation or Alternate 2 Bid Tabulation. D. Perform any site clearance and grading needed for gate, post, barricade (bollard) or parking lot installation (sod clearing and general grading for the parking lot shall be performed by City staff prior to the Contractor's work if the City of Waterloo accepts the Alternate 1 Bid Tabulation or Alternate 2 Bid Tabulation. E. Perform any site cleanup and restoration upon project completion. 1.03 PROTECTION OF THE PUBLIC AND PROPERTIES A. Littering Streets 1. The Contractor shall be responsible for removing any debris or mud from any street, alley or right-of-way resulting from the execution of the project work. Any cost incurred by the City in cleaning up any litter or mud shall be charged to the Contractor and be deducted from funds due for the work. 2. Littering, whether at the work sites or elsewhere, shall not be permitted. 3. All waste materials shall be promptly removed from the site. B. Street Closure 1. If it should become necessary to close any roads during installation of a gate, it shall be the Contractor's responsibility to place adequate barricades and warning signs as required by the City. C. Protection of the Public by the Contractor. The Contractor shall ensure that all work sites are secure and prevent access to the public, including but not limited to cuts or excavations in the roadway or any other excavation or post holes. D. Noise Pollution: All construction equipment used in conjunction with this project shall be in good repair and adequately muffled. The Contractor shall comply with any noise pollution requirements of the City. E. Reserved F. Requirements for the Reduction of Fire Hazards 1. Fire Extinguishing Equipment: The Contractor shall be responsible for having and maintaining the correct type and class of fire extinguisher on site. When a cutting torch or other equipment that might cause a fire is being used, a fire extinguisher shall be placed close at hand for instant use. 2. Fires: No fires of any kinds will be permitted in the work area. 3. Hydrants: No material obstructions or debris shall be placed or allowed to accumulate within fifteen feet of any fire hydrant. All fire hydrants shall be accessible at all times. G. Protection of Public Utilities: The Contractor shall not damage existing fire hydrants, street lights, traffic signals, power poles, telephone poles, fire alarm boxes, wire cables, pole guys, underground utilities, or other appurtenances in the vicinity of the work sites. The Contractor shall pay to repair or replace any damaged utilities. The Contractor shall pay for temporary relocation of utilities, which are relocated at the Contractor's request for its convenience. H. Protection of Adjacent Property 1. The Contractor shall not damage or cause to be damaged any structures, parking lots, drives, streets, sidewalks, utilities, lawns or any other property adjacent to the work site(s). The Contractor shall pay to repair or replace any such damage. 2. The Contractor shall restore existing agricultural drain tiles or roadway subdrains that are cut or removed, including drainable backfill, to original condition. Repairs shall be subject to approval by the property owner where applicable, and by the City's Representative. 1.04 RISK OF LOSS A. The Contractor shall accept the site in its present condition and shall inspect the site for conditions that will affect the ability to perform the required scope of work. The City 2 assumes no responsibility for the condition of the property within the work area, or the condition of the property before or after the solicitation for proposals. No adjustment of proposal price or allowance for any change in conditions that occur after the acceptance of the lowest responsible, responsive proposal will be allowed. B. The Contractor acknowledges and understands that any disposal, removal, transportation or pick-up of any materials not covered under the scope of work shall be at the sole risk of the Contractor. The Contractor understands that it will be solely responsible for any liability, fees, fines, claims, etc. which may arise from its handling of materials not covered by the scope of the work. 1.05 RESERVED 1.06 PAYMENT A. Gate Acquisition and Installation Work: The Contractor shall be paid the lump sum price for gate, barricade, and related materials acquisition and installation at each site as indicated in the Contract Documents and as approved by the City, and this payment will be full compensation. B. Incidental Items: At its sole expense, the Contractor shall provide and pay for all materials, labor, tools, equipment, transportation, temporary construction, charges, levies, fees, permits and other expenses necessary to complete this work according to the plans and specifications. PART 2 -EXECUTION 2.01 SCHEDULE The Contractor shall complete the Project in an expeditious manner after being notified by the City with a Notice to Proceed. The Contractor shall be responsible for providing the City's Representative with a minimum of one business day advance notification prior to commencing any Contract work. This will include initial commencement and commencement after more than a two business day stoppage of work. The Contractor does hereby expressly acknowledge and agree that time is of the essence of the Contract, and, thus, failure by the Contractor to timely render and perform services hereunder shall constitute a material breach of the Contract. 2.02 GATE AND BARRICADE ACQUISITION The Contractor shall secure and provide the following materials for gate, pedestrian opening, and barricade installation, and trail head construction: A. Three barrier gates constructed from 2 inch hot dipped galvanized 20 weight pipe to fit 11 foot 6 inch openings. Welds and joints to be cold galvanized. See attached Exhibit "F-1" and "F-2" for drawings on design and dimensions. Gates shall include: 1. Hinge, latch and pedestrian posts (4 posts per gate) shall be 4 inch hot dipped galvanized 40 weight pipe with post caps imbedded in 3000# concrete (see attached Exhibit "F-1" and "F-2"). 3 2. Gatekeeper post (1 post per gate) shall be 1 5/8 inch hot dipped galvanized 40 weight pipe imbedded in 3000# concrete (see attached Exhibit "F-1" and "F-2"). 3. All postholes shall be a minimum of 4 times the diameter of the pipe being installed and to a depth of 42 inches. 4. Gate hinges shall be Master Halco Bulldog Industrial Hinges # MH -15674 or equal equivalent approved by the City of Waterloo. 5. Gatekeeper latch shall be Master Halco Duckbill Gatekeeper # MH -159-4 or equal equivalent approved by the City of Waterloo. 6. 5/16 hot dipped galvanized chain shall be welded to latch post and barrier gate to provide ability to secure gate with padlock. 7. 2 inch wide OSHA approved exterior reflective tape shall be applied to both sides of gates and posts (5 posts per gate) at a minimum of a 12 inch repeating pattern. B. A total of 24 bollards are required as part of the base bid, 7 bollards for the Hackett Rd gate, 4 bollards for the Greenwood Avenue east of Highway 218 gate, and 13 bollards for the Greenwood Avenue southeast of Greenhill Rd gate. Bollards shall be rough sawn 8" x 8" x 7' .60 PCF pressure treated southern yellow pine. Bollards shall be set in 16 inch diameter by approximately 48 inch depth holes filled with existing soil and tamped in place with a mechanical tamp. C. As part of Alternate 1 (part of the Trail Head Alternate), if said Alternate is accepted by the City of Waterloo, 50 additional bollards are required. Bollards shall be rough sawn 8" x 8" x7' .60 PCF pressure treated southern yellow pine. Bollards shall be set in 16 inch diameter by approximately 48 inch depth holes filled with existing soil and tamped in place with a mechanical tamp. D. As part of Alternate 2 (part of the Trail Head Alternate), if said Alternate is accepted by the City of Waterloo, gravel for a parking area is required and shall consist of 35 cubic yards of a 3" diameter road stone (Macadam) to be used as a base and 45 cubic yards of a '/<" diameter road stone (Class A). Adjustments to quantities will be handled through change order amendments to the Contract. 2.03 GATE AND BARRICADE INSTALLATION The Contractor shall install the gates, posts, barricades and trail head as follows: A. One gate shall be installed across North Hackett Road just north of the Trolley Trail Bridge (arch bridge) located north of Grand Boulevard as follows: 1. The general location of the gate shall be as shown on the attached Exhibit "E-1". The exact location of the gate, gate posts and pedestrian opening posts will be discussed and marked at the mandatory pre-bid on-site walk thru. 2. The hinge post shall be located on the westerly side of N Hackett Rd and the latch post on the easterly side, with the gate generally centered in the middle of the road. The gatekeeper post shall be located approximately 2 feet north of the hinge post. 3. Pedestrian posts shall be installed so as to leave a 40 inch wide opening for pedestrian access between the pedestrian post and the hinge post and a 40 inch wide opening for pedestrian access between the pedestrian post and the latch post. 4 4. All five posts (hinge, latch, gatekeeper and two pedestrian) will be placed within the roadway. The roadway shall be cut or augured for the required footing holes, and cement poured level with the roadway surface. Any damage to the street shall be repaired. B. One gate shall be installed across Greenwood Avenue approximately 150' southeasterly of the Highway 218 bridge over Greenwood Avenue and the Cedar River as follows: 1. The general location of the gate is as shown on the attached Exhibit "E-2". The exact location of the gate, gate posts and pedestrian opening posts will be discussed and marked at the mandatory pre-bid on-site walk thru. 2. The hinge post shall be located on the southwesterly side of Greenwood Ave (highway side) and the latch post on the northeasterly side (river side), with the gate generally centered in the middle of the road. The gatekeeper post shall be located approximately 2 feet northwesterly of the hinge post. 3. Pedestrian posts shall be installed so as to leave a 40 inch wide opening for pedestrian access between the pedestrian post and the hinge post and a 40 inch wide opening for pedestrian access between the pedestrian post and the latch post. 4. All five posts (hinge, latch, gatekeeper and two pedestrian) will be placed within the roadway. The roadway shall be cut or augured for the required footing holes, and cement poured level with the roadway surface. Any damage to the street shall be repaired. C. One gate shall be installed across Greenwood Avenue southeasterly of Greenhill Road as follows: 1. The general location of the gate is as shown on the attached Exhibit "E-3". The exact location of the gate, gate posts and pedestrian opening posts will be discussed and marked at the mandatory pre-bid on-site walk thru. 2. The hinge post shall be located on the northeasterly side of Greenwood Ave (river side) and the latch post on the southwesterly side (highway side), with the gate generally centered in the middle of the asphalt portion of the road. The gatekeeper post shall be located approximately 2 feet southeasterly of the hinge post. 3. Pedestrian posts shall be installed so as to leave a 40 inch wide opening for pedestrian access between the pedestrian post and the hinge post and a 40 inch wide opening for pedestrian access between the pedestrian post and the latch post. 4. All five posts (hinge, latch, gatekeeper and two pedestrian) will be placed within the roadway. The roadway shall be cut or augured for the required footing holes, and cement poured level with the roadway surface. Any damage to the street will be repaired. D. Bollards shall be spaced at 4 foot on center maximum intervals at locations as generally shown on the attached Exhibits "E-1", "E-2", and "E-3". The exact location of the bollards shall be discussed at the mandatory pre-bid on-site walk thru. One of the bollards required for the Greenwood Avenue southeasterly of Greenhill Road gate will be located within a paved (P.C.C) shoulder of the roadway. The roadway shall be cut or augured and the bollard set in an approximately 48 inch depth hole filled with existing soil and tamped in place with a mechanical tamp. A minimum of 6 inches of cement 5 shall be poured level with the roadway surface. It is anticipated that all other bollards will be located outside of the roadway; however the City does not have knowledge of sub -surface materials that may affect the auguring of post holes. E. As part of Alternate 1 (part of the Trail Head Alternate), if said Alternate is accepted by the City of Waterloo, the additional bollards shall be spaced at 4 foot on center maximum intervals in locations as generally shown on the attached Exhibit "E-4". The exact location of the bollards shall be discussed at the mandatory pre-bid on-site walk-thru. F. As part of Alternate 2 (part of the Trail Head Alternate), if said Alternate is accepted by the City of Waterloo, the Contractor shall spread and level a gravel parking area with sufficient slope for proper drainage. This area will have the sod cleared and the site generally graded by City staff prior to the Contractor's work. The 3" diameter road stone shall be laid to a depth of 2" for a base, and the 3/4" diameter road stone shall be laid to a depth of 3" over the base. The base and finish layers shall be separately rolled. The general area to be graveled is shown on the attached Exhibit "E-4". The exact location of the area to be graveled shall be discussed at the mandatory pre-bid on-site walk thru. 2.04 SAFETY AND FENCING A. Safety: The Contractor shall comply with all applicable current federal, state and local safety and health regulations. B. Safety Fencing: The Contractor shall have available for placement safety fencing to secure any unsafe areas around the work site, including any debris or excavations not immediately removed, and shall prevent pedestrian access to the work site. Any fencing used, including all related materials, shall be considered incidental to the project work. The safety fence shall remain in place until the safety hazard is removed from the site and all holes or excavated areas are backfilled. The fencing material shall remain the property of the Contractor. C. Safety Techniques: The Contractor shall employ good safety techniques, which include, but are not limited to keeping personnel at a safe distance from construction activities and equipment. Contractor shall be responsible for providing protective gear and equipment to its agents and employees and for ensuring their proper utilization. 2.05 AUTHORIZED WORKERS Only the Contractor and its employees are allowed to perform any work required under the Contract. 2.06 DAILY CLEAN UP OF RIGHT-OF-WAY AND PRIVATE PROPERTY At the end of each workday, the Contractor shall clean sidewalks, streets, and private property of any debris caused by the demolition operation. 2.07 EQUIPMENT 6 A. The Contractor shall be equipped with the normal tools of the trade and shall furnish all labor, tools, and other items necessary for and incidental to executing and completing all required work. B. All equipment and vehicles utilized by the Contractor shall meet all the requirements of federal, state and local regulations, including, without limitation, all US DOT, Iowa DOT and safety regulations, and are subject to approval of the City. All loads must be secured and tailgates must be used on all loads. Trucks shall carry a supply of absorbent to be used to pickup any oil spilled from loading or hauling vehicles. 2.08 PRICING This is a unit price, lump sum contract; all bids, bid components and bid tabulations are on a "not to exceed" basis Change orders, additions, deletions and any other changes in the scope of work, will take the form of written amendments mutually agreed to by Contractor and City. In the case of mathematical errors, transposition of figures and the like, actual bid tabulation totals will take precedence over summary bid figures. 2.09 ESTIMATED QUANTITIES The City does not guarantee any materials quantities under this Contract. Actual quantities, whether lesser or greater than estimated by the Contractor, will not affect the process or price bid by Contractor and accepted by City. The Contractor is to indicate on each bid tabulation sheet their estimated quantities of all material. Payment will be made based on these quantities regardless of the actual amounts involved. Should any misunderstanding arise as to the intent or meaning of the plans or specifications, the decision of the City is final and conclusive. 2.10 PROPERTY DAMAGE The Contractor shall be responsible for all damages to public and private property. The Contractor shall be responsible for having at least one person of authority and responsibility at the job site, and shall keep a report of all damage. If public or private property is damaged by the Contractor and is not repaired in a timely manner as determined by the City, the City has the option of having the damage repaired at the Contractor's expense to be reimbursed to the City, withheld from future payments of the Contractor, or paid from the performance bond. 7 EXHIBIT "B" CONTRACT FOR SHERWOOD GATE ACQUISITION AND INSTALLATION SERVICES This Contract for Sherwood Gate Acquisition and Installation Services (the "Contract") is entered into as of , 2013, by and between the City of Waterloo, Iowa ("City") and ("Contractor"). In consideration of the mutual promises exchanged herein, the parties agree as follows: 1. Services. For a period of three (3) months after the date of this Contract, subject to extension upon the mutual written agreement of the parties, the Contractor agrees to furnish all supervision, technical personnel, labor, materials, tools, machinery, services, and perform and substantially complete all work within the time period stated in the specifications after receipt of Notice to Proceed with respect to a given property or set of properties. Work to be performed includes all work described in the Contract Documents (defined below). Contractor shall provide the above goods and services at the cost set forth in Contractor's RFP response. Contractor will be paid lump sum for all goods provided and services performed and accepted. Contractor's request for payment for services authorized under this Contract will be paid within sixty (60) days after receipt of an original invoice and after such goods and services are delivered and accepted. Contractor will be paid for all items satisfactorily completed. Such payment will be full compensation for all work performed, for all permits, licenses, inspections, for complying with all laws, rules, regulations and ordinances, including safety, and for furnishing all materials, equipment and labor to complete the work, in accordance with the specifications. 2. Contract Documents. The following documents (collectively, the "Contract Documents") are hereby incorporated by reference as though set forth herein in full: a. Request for Proposal and all attachments therein b. Addenda c. Response (Proposal) from the Contractor, including Bid Tabulation d. Specifications for Gates and Gate Installation e. Signature Page f Insurance Requirements In the event of conflict between the provisions of the Contract Documents and this Contract, the provisions of this Contract shall prevail. 2.1 Contract Limits. Total actual expenses allowed by the project Contract, including any renewal extensions of the Contract, shall not exceed $ as provided in the Bid Tabulation that is part of Contractor's RFP Response referenced in Section 2.c above, except by written amendment as provided herein. Contract does/does not include expenses for Alternate 1 Bid Tabulation. Contract does/does not include expenses for Alternate 2 Bid Tabulation. 3. Approval. Timing of Work. Contractor shall not begin work until after the Contract has been approved by the city council and the Contractor has been issued a Notice to Proceed. The work shall commence within ten (10) days after the City has issued a Notice to Proceed. 4. Performance Bond. Contractor will be required to furnish bond in an amount equal to one hundred percent (100%) of the contract price and shall be issued by a responsible surety acceptable to the City. The bond shall guarantee the faithful performance of the contract and the terms and conditions therein contained, shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims and damages of any kind arising out of the performance of this contract. 5. Reserved. 6. Indemnity. Except as to any negligence of City, its officials, officers, employees or agents, in the performance of any duty under this Contract, and to the extent not covered by insurance maintained by Contractor, Contractor agrees to defend and indemnify US Government, FEMA, State of Iowa, and City, the officials, officers, employees, agencies and agents of each, and to hold same harmless, from and against any and all claims, demands, causes of action, losses, costs, or liabilities whatsoever, including but limited to reasonable attorneys' fees and expenses, arising from or in connection with the acts or omissions of Contractor in providing the goods and services contemplated by this Contract. This will include but is not limited to actions or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operation under this Contract, whether by itself or by any subcontractor or anyone directly or indirectly employed by any of them. Contractor is not and shall not be deemed an agent or employee of the City. 7. Property Damage. Contractor shall be responsible for all damage to public or private property. Contractor shall have one responsible person at the job site at all times when project activities are undertaken. Contractor shall keep a report of all damage If public or private property is damaged by Contractor and is not repaired in a timely manner as determined by City, City has the option of having the damage repaired at the Contractor's expense, to be reimbursed to the City or withheld from future payments to Contractor hereunder. 8. Default; Termination for Cause. In the event that Contractor defaults in the performance or observance of any covenant, agreement or obligation set forth in this Contract, and if such default remains uncured for a period of seven (7) days after notice thereof shall have been given by City to Contractor (or for a period of fourteen (14) days after such notice if such default is curable but requires acts to be done or conditions to be remedied which, by their nature, cannot be done or remedied within such 7 -day period and thereafter Contractor fails to diligently and continuously prosecute the same to completion within such 14 -day period), then City may declare that Contractor is in default hereunder and may take any one or more of the following steps, at its option: a. by mandamus or other suit, action or proceeding at law or in equity, require Contractor to perform its obligations and covenants hereunder, or enjoin any acts or things which may be unlawful or in violation of the rights of the City hereunder, or obtain damages caused to the City by any such default; 2 b. have access to and inspect, examine and make copies of all books and records of Contractor which pertain to the project; c. declare a default of this Contract, make no further disbursements, and demand immediate repayment from Contractor of any funds previously disbursed under this Contract; d. terminate this Contract by delivery to Contractor of written notice of termination; and/or e. take whatever other action at law or in equity may be necessary or desirable to enforce the obligations and covenants of Contractor hereunder, including but not limited to the recovery of funds. No delay in enforcing the provisions hereof as to any breach or violation shall impair, damage or waive the right of City to enforce the same or to obtain relief against or recover for the continuation or repetition of such breach or violation or any similar breach or violation thereof at any later time or times. In the event that City prevails against Contractor in a suit or other enforcement action hereunder, Contractor agrees to pay the reasonable attorneys' fees and expenses incurred by City. 9. Termination for Convenience. This Contract may be terminated at any time, in whole or in part, upon the mutual written agreement of the parties. City may also choose to terminate this Contract at any time by delivering to Contractor 10 -days' advance written notice of intent to terminate. 10. Non -Assignable Duties. Contractor may not assign its duties hereunder without the prior written consent of City. 11. Independent Contractor. Contractor is an independent contractor and is not an employee, servant, agent, partner, or joint venturer of City. Contractor has no power or authority to enter into contracts or agreements on behalf of City. City shall determine the work to be done by Contractor, but Contractor shall determine the legal means by which it performs the work specified by City. City is not responsible for withholding, and shall not withhold, FICA or taxes of any kind from any payments which it owes Contractor. Neither Contractor nor its employees, if any, shall be entitled to receive any benefits which employees of City are entitled to receive and shall not be entitled to workers' compensation, unemployment compensation, medical insurance, life insurance, pension, or any benefits of any type or nature whatsoever on account of their work for City. Contractor shall be solely responsible for compensating its employees, if any. 12. Anti -Discrimination. During the performance of this Contract, Contractor, for itself, its assignees and successors in interest, agrees to comply with the anti -discrimination laws of the State of Iowa, as contained in Chapters 19B and 551 of the Code of Iowa, which are herein incorporated by reference and made a part of this Contract. 13. Severability. In the event any provision of this Contract, together with the Contract Documents, is held invalid, illegal, or unenforceable, whether in whole or in part, the 3 remaining provisions of this Contract shall not be affected thereby and shall continue in full force and effect. If, for any reason, a court finds that any provision of this Contract is invalid, illegal, or unenforceable as written, but that by limiting such provision it would become valid, legal, and enforceable, then such provision shall be deemed to be written and shall be construed and enforced as so limited. 14. General Terms. This Contract, together with the Contract Documents, constitutes the entire agreement between the parties pertaining to the subject matter hereof. This Contract may not be modified or amended except pursuant to the mutual written agreement of the parties. This Contract is binding on the parties and the heirs, personal representatives, successor and assigns of each. Time is of the essence in the performance of the terms hereof. IN WITNESS WHEREOF, the parties have executed this Contract for Sherwood Gate Acquisition and Installation Services as of the date first set forth above. CITY OF WATERLOO, IOWA By: Ernest G. Clark, Mayor [Contractor] Attest: Suzy Schares, City Clerk 4 EXHIBIT "C" SIGNATURE PAGE The undersigned Proposer/Bidder, having examined these documents and having full knowledge of the condition under which the work described herein must be performed, hereby proposes that they will fulfill the obligations contained herein in accordance with all instructions, terms, conditions, and specifications set forth; and that they will furnish all required services and pay all incidental costs in strict conformity with these documents for the stated process as payment in full. Our bid, consisting of the total of the tabulated amounts submitted for each bid tab EXCLUDING Alternate 1 bid tab and Alternate 2 bid tab is, not to exceed: Our bid, consisting of the total of the tabulated amounts for JUST Alternate 1 bid tab and Alternate 2 bid tab is, not to exceed: Alternate 1: $ Alternate 2: $ Our bid, consisting of the total of the tabulated amounts submitted for each bid tab INCLUDING Alternate 1 bid tab and Alternate 2 bid tab is, not to exceed: $ The correct summation of actual bid tabulation figures will supersede any amounts shown on this page. Submitting Firm: Address: City: State. Zip: Authorized Representative (print) Authorized Representative Signature Date : Email: Phone: Fax: EXCEPTIONS/DEVIATIONS to this Request for Proposal shall be listed in writing on an attached document provided by the Bidder. Please be as specific as possible. Please check one: Our company has no exceptions/deviations. Our company does have exceptions/deviations which are listed on an attached document. FIRM PRICING. Offered prices shall remain firm for a minimum of sixty (60) days after the due date of this solicitation unless indicated otherwise. Accepted prices shall remain firm for the duration of the contract. ADDENDA (It is the Bidder's responsibility to check for issuance of any addenda). The authorized representative herby acknowledges receipt of the following addenda: Addenda Number Date Addenda Number Date Addenda Number Date Addenda Number Date We choose not to bid at this time but would like to be considered for future requests for bid. EXHIBIT "D" BID TABULATION — (1) North Hackett Road Gate Having examined the specifications with related documents and the sites of the proposed work, and being familiar with all of the conditions surrounding the work of the proposed project, including availability of equipment and labor, Contractor hereby proposes to perform in accordance with this Request for Proposal, and at the prices stated. These prices shall cover all expenses incurred in performing the work required under the Contract Documents, of which this Request for Proposal is a part. Contractor agrees to commence work under this contract on a date to be specified in a written "Notice to Proceed" of the City and to fully complete the work in the contractual period of time allotted. Any amendment(s) to the scope of work will take the form of written amendment(s). The estimated quantities the Contractor has indicated below do not necessarily reflect the actual quantities of debris that will be moved as part of this Contract. The estimated quantities will be used solely to assist the City in its evaluation of the bids for award of a Contract, if one is to be made. The Contractor acknowledges that no representation or guarantee is made by the City or its agents as to the actual amount of each type of debris to be moved, or the total amount of debris to be moved. The Contractor shall pay all tipping fees and disposal costs and the tipping fees shall be included in the unit prices submitted on the Bid Submittal Form. Contractor agrees to complete the project as described in accordance with the specifications and other information included in the contract documents for the following prices: PRICING SHALL INCLUDE ALL APPLICABLE TIPPING FEES OR DISPOSAL FEES. ITEM NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT PRICE (Written) UNIT PRICE (Numeric) PRICE EXTENSION (Numeric) 1.0 Gate Materials total. Total cost for all materials acquired. Proposers are encouraged to provide additional detail to break out the lump sum amount. (Includes gate, posts, hinges, latches, etc.). Lump Sum Lump Sum Lump Sum $ 2.0 Gate Installation (labor) total. Total cost to deliver and install said gate, including all labor, use of tools, equipment, etc. (includes gate, posts, hinges, latches, etc.). Hours $ $ Dollars Per Hour Per Hour 3.0 Bollard Materials total. Total cost for all materials acquired. Proposers are encouraged to provide additional detail to break out the lump sum amount. 7 bollards are required for this site. Lump Sum Lump Sum Lump Sum $ 4.0 Bollard Installation (labor) total. Total cost to deliver and install said bollards, including all labor, use of tools, equipment, etc. Hours $ $ Dollars Per Hour Per Hour THIS BID TABULATION IS FOR THIS SITE: North Hackett Road Gate TOTAL BID PRICE NOT TO EXCEED: $ (NUMERIC) $ (WRITTEN) CONTRACTOR: Company Name By: Authorized Representative Signature EXHIBIT "D" BID TABULATION — (2) Greenwood Avenue at Highway 218 Gate Having examined the spec cations with related documents and the sites of the proposed work, and being familiar with all of the conditions surrounding the work of the proposed project, including availability of equipment and labor, Contractor hereby proposes to perform in accordance with this Request for Proposal, and at the prices stated. These prices shall cover all expenses incurred in performing the work required under the Contract Documents, of which this Request for Proposal is a part. Contractor agrees to commence work under this contract on a date to be specified in a written "Notice to Proceed" of the City and to fully complete the work in the contractual period of time allotted. Any amendment(s) to the scope of work will take the form of written amendment(s). The estimated quantities the Contractor has indicated below do not necessarily reflect the actual quantities of debris that will be moved as part of this Contract. The estimated quantities will be used solely to assist the City in its evaluation of the bids for award of a Contract, if one is to be made. The Contractor acknowledges that no representation or guarantee is made by the City or its agents as to the actual amount of each type of debris to be moved, or the total amount of debris to be moved. The Contractor shall pay all tipping fees and disposal costs and the tipping fees shall be included in the unit prices submitted on the Bid Submittal Form. Contractor agrees to complete the project as described in accordance with the specifications and other information included in the contract documents for the following prices: PRICING SHALL INCLUDE ALL APPLICABLE TIPPING FEES OR DISPOSAL FEES. ITEM NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT PRICE (Written) UNIT PRICE (Numeric) PRICE EXTENSION (Numeric) 1.0 Gate Materials total. Total cost for all materials acquired. Proposers are encouraged to provide additional detail to break out the lump sum amount. (Includes gate, posts, hinges, latches, etc.). Lump Sum Lump Sum Lump Sum $ 2.0 Gate Installation (labor) total. Total cost to deliver and install said gate, including all labor, use of tools, equipment, etc. (includes gate, posts, hinges, latches, etc.). Hours $ $ Dollars Per Hour Per Hour 3.0 Bollard Materials total. Total cost for all materials acquired. Proposers are encouraged to provide additional detail to break out the lump sum amount. 4 bollards are required for this site. Lump Sum Lump Sum Lump Sum $ 4.0 Bollard Installation (labor) total. Total cost to deliver and install said bollards, including all labor, use of tools, equipment, etc. Hours $ $ Dollars Per Hour Per Hour THIS BID TABULATION IS FOR THIS SITE: Greenwood Avenue at Highway 218 Gate TOTAL BID PRICE NOT TO EXCEED: $ (NUMERIC) $ (WRITTEN) CONTRACTOR: Company Name By: Authorized Representative Signature EXHIBIT "D" BID TABULATION — (3) Greenwood Avenue at Greenhill Road Gate Having examined the specifications with related documents and the sites of the proposed work, and being familiar with all of the conditions surrounding the work of the proposed project, including availability of equipment and labor, Contractor hereby proposes to perform in accordance with this Request for Proposal, and at the prices stated. These prices shall cover all expenses incurred in performing the work required under the Contract Documents, of which this Request for Proposal is a part. Contractor agrees to commence work under this contract on a date to be specified in a written "Notice to Proceed" of the City and to fully complete the work in the contractual period of time allotted. Any amendment(s) to the scope of work will take the form of written amendment(s). The estimated quantities the Contractor has indicated below do not necessarily reflect the actual quantities of debris that will be moved as part of this Contract. The estimated quantities will be used solely to assist the City in its evaluation of the bids for award of a Contract, if one is to be made. The Contractor acknowledges that no representation or guarantee is made by the City or its agents as to the actual amount of each type of debris to be moved, or the total amount of debris to be moved. The Contractor shall pay all tipping fees and disposal costs and the tipping fees shall be included in the unit prices submitted on the Bid Submittal Form. Contractor agrees to complete the project as described in accordance with the specifications and other information included in the contract documents for the following prices: PRICING SHALL INCLUDE ALL APPLICABLE TIPPING FEES OR DISPOSAL FEES. ITEM NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT PRICE (Written) UNIT PRICE (Numeric) PRICE EXTENSION (Numeric) 1.0 Gate Materials total. Total cost for all materials acquired. Proposers are encouraged to provide additional detail to break out the lump sum amount. (Includes gate, posts, hinges, latches, etc.). Lump Sum Lump Sum Lump Sum $ 2.0 Gate Installation (labor) total. Total cost to deliver and install said gate, including all labor, use of tools, equipment, etc. (includes gate, posts, hinges, latches, etc.). Hours $ $ Dollars Per Hour Per Hour 3.0 Bollard Materials total. Total cost for all materials acquired. Proposers are encouraged to provide additional detail to break out the lump sum amount. 13 bollards are required for this site. Lump Sum Lump Sum Lump Sum $ 4.0 Bollard Installation (labor) total. Total cost to deliver and install said bollards, including all labor, use of tools, equipment, etc. Hours $ $ Dollars Per Hour Per Hour THIS BID TABULATION IS FOR THIS SITE: Greenwood Avenue at Greenhill Road Gate TOTAL BID PRICE NOT TO EXCEED: $ (NUMERIC) $ (WRITTEN) CONTRACTOR: Company Name By: Authorized Representative Signature EXHIBIT "D" BID TABULATION — (4) N Hackett Rd Trail Head Alternate —Alternate 1 Having examined the specifications with related documents and the sites of the proposed work, and being familiar with all of the conditions surrounding the work of the proposed project, including availability of equipment and labor, Contractor hereby proposes to perform in accordance with this Request for Proposal, and at the prices stated. These prices shall cover all expenses incurred in performing the work required under the Contract Documents, of which this Request for Proposal is a part. Contractor agrees to commence work under this contract on a date to be specified in a written "Notice to Proceed" of the City and to fully complete the work in the contractual period of time allotted. Any amendment(s) to the scope of work will take the form of written amendment(s). The estimated quantities the Contractor has indicated below do not necessarily reflect the actual quantities of debris that will be moved as part of this Contract. The estimated quantities will be used solely to assist the City in its evaluation of the bids for award of a Contract, if one is to be made. The Contractor acknowledges that no representation or guarantee is made by the City or its agents as to the actual amount of each type of debris to be moved, or the total amount of debris to be moved. The Contractor shall pay all tipping fees and disposal costs and the tipping fees shall be included in the unit prices submitted on the Bid Submittal Form. Contractor agrees to complete the project as described in accordance with the specifications and other information included in the contract documents for the following prices: PRICING SHALL INCLUDE ALL APPLICABLE TIPPING FEES OR DISPOSAL FEES. ITEM NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT PRICE (Written) UNIT PRICE (Numeric) PRICE EXTENSION (Numeric) 1.0 Bollard Materials total. Total cost for all materials acquired. Proposers are encouraged to provide additional detail to break out the lump sum amount. 50 bollards are required for this site. Lump Sum Lump Sum Lump Sum $ 2.0 Bollard Installation (labor) total. Total cost to deliver and install said bollards, including all labor, use of tools, equipment, etc. Hours $ $ Dollars Per Hour Per Hour THIS BID TABULATION IS FOR THIS SITE: N Hackett Rd Trail Head adjacent to N Hackett Rd Gate — Bollards for Parking Area TOTAL BID PRICE NOT TO EXCEED: $ (NUMERIC) $ (WRITTEN) CONTRACTOR: By: Authorized Representative Company Name EXHIBIT "D" BID TABULATION — (5) N Hackett Rd Trail Head Alternate — Alternate 2 Having examined the specifications with related documents and the sites of the proposed work, and being familiar with all of the conditions surrounding the work of the proposed project, including availability of equipment and labor, Contractor hereby proposes to perform in accordance with this Request for Proposal, and at the prices stated. These prices shall cover all expenses incurred in performing the work required under the Contract Documents, of which this Request for Proposal is a part. Contractor agrees to commence work under this contract on a date to be specified in a written "Notice to Proceed" of the City and to fully complete the work in the contractual period of time allotted. Any amendment(s) to the scope of work will take the form of written amendment(s). The estimated quantities the Contractor has indicated below do not necessarily reflect the actual quantities of debris that will be moved as part of this Contract. The estimated quantities will be used solely to assist the City in its evaluation of the bids for award of a Contract, if one is to be made. The Contractor acknowledges that no representation or guarantee is made by the City or its agents as to the actual amount of each type of debris to be moved, or the total amount of debris to be moved. The Contractor shall pay all tipping fees and disposal costs and the tipping fees shall be included in the unit prices submitted on the Bid Submittal Form. Contractor agrees to complete the project as described in accordance with the specifications and other information included in the contract documents for the following prices: PRICING SHALL INCLUDE ALL APPLICABLE TIPPING FEES OR DISPOSAL FEES. ITEM NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT PRICE (Written) UNIT PRICE (Numeric) PRICE EXTENSION (Numeric) 1.0 Road Stone Materials total. Total cost for all materials acquired. Proposers are encouraged to provide additional detail to break out the lump sum amount. 35 cubic yards of 3" road stone (Macadam) and 45 cubic yards of %" road stone (Class A) required. Lump Sum Lump Sum Lump Sum $ 2.0 Road Stone Installation (labor) total. Total cost to deliver and install said road stone, including all labor, use of tools, equipment, etc. (includes separate rolling of the base layer and finish layer). Hours $ $ Dollars Per Hour Per Hour THIS BID TABULATION IS FOR THIS SITE: N Hackett Rd Trail Head adjacent to N Hackett Rd Gate — Parking Area TOTAL BID PRICE NOT TO EXCEED: $ (NUMERIC) $ (WRITTEN) CONTRACTOR: Company Name By: Authorized Representative Location of Gate Exhibit "E-1" N Hackett Rd Gate GrandlBlvd S4"Pedestrian Openings GatekeeperPost Pedostnan Post 7 Bollards Latch Post C,-,34,1e41,1 anae41a 20 10 0 20 40 Feet Cedar RiveI Greenw oaa'A ve Exhibit "E-2" Greenwood Ave East of Hwy 218 Gate 4..11011•.4 Doi 10 0 20 40 Feet Pedestrian Post A Exhibit "E-3" Greenwood Ave Southeast of Greenhill Rd Gate J. a er 13 Bollards • , w 3s �. Sw�-� • • • •a 40" Pedestrian Openings s • • Pedestrian Post Hinge Post Gatekeeper Post Pedestrian Post .» S N A Exhibit "E-4" N Hackett Rd Trail Head Alternate 40" Podestnan Openinos Hinge Post Y � 11'6" Gate Latch Post 50 Bollards Note: Gate, 4 gate/pedestrian posts and 7 bollards are to be included in the base bid, not the alternate 20 10 20 40 Feet Gate Detail Exhibit F-1 agrEa Luc &i VD/04W H w • • It otis 10 4 ° G/kLV�r It AJC I(2f1 l r� a C�fu6C LAT(� ?Dlic Exhibit F-2 15; &Lummo 46 wk►GN7 )St 7"--- .t :tang' EXHIBIT "G" INSURANCE REQUIREMENTS Contractor, at its own expense, shall procure and maintain the following insurance so as to cover all risk which shall arise directly or indirectly from the contractor's obligations and activities. 1. Workers Compensation and Employers Liability Insurance meeting the requirements of the Iowa Workers Compensation Law covering all of the contractor's employees carrying out their work. 2. General Liability Insurance with limits of liability of at least $1,000,000 per occurrence for Bodily Injury and Property Damage. At a minimum, coverage for Premises, Operations, Products and Completed Operations shall be included. This coverage shall protect the public or any person from injury or property damages sustained by reason of the contractor or its employees carrying out their work. 3. Automobile Liability Insurance with either a combined limit of at least $1,000,000 per occurrence for bodily injury and property damage without sub -limits or split limits of at least $1,000,000 for bodily injury per person per occurrence and $1,000,000 for property damage per occurrence. Coverage shall include all owned, hired, and non -owned motor vehicles used in the performance of work by the contractor or its employees. Subcontractors. In the case of any work sublet, the contractor shall require subcontractors and independent contractors working under the direction of either the contractor or a subcontractor to carry and maintain the same workers compensation and liability insurance required of the contractor. Qualifying insurance. Policies shall be issued by insurers who are authorized to do business in the State of Iowa. All policies shall be occurrence form and not claims made form. The contractor shall be responsible for deductibles and self-insured retentions in the contractor's insurance policies. Additional Insured. The City of Waterloo, Iowa, its officers and employees, shall be named as additional insured on the contractor's, subcontractor's, and independent contractor's liability insurance policies and certificates of insurance. This provision does not apply to workers compensation insurance. Certificate of Insurance Requirements 1. "The City of Waterloo, Iowa, its officers and employees" shall be designated as additional insureds. 2. The minimum liability limits required by the City are $1,000,000. This must be occurrence form liability coverage. 3. The following address must appear in the Certificate Holder section: City of Waterloo, Iowa, 715 Mulberry Street, Waterloo, IA 50703. 4. Certificate of Insurance must be provided to the City prior to starting the project and before a permit will be issued. Certificates may be sent by email, fax, mail, or delivery. 5. Contractor shall provide the City with a renewal certificate of insurance 30 days prior to policy expiration dates. EXHIBIT "H" BIDDER SUSPENSION AND DEBARMENT REQUIREMENTS In response to federal law concerning suspension and debarment and in accordance with OMB Guidance in 2 CFR Part 180 and Executive Orders 12549 and 12689, all federally funded projects shall be performed by a qualified bidder. The qualified bidder has been further defined as follows: To be a qualified bidder, the person, corporation, partnership, or firm shall not have been suspended and disbarred from procurement for the Federal Government. The contractor shall provide the City with a certification that he is a qualified bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Bidder Suspension and Debarment Certification" is included below. 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. BIDDER SUSPENSION AND DEBARMENT CERTIFICATION Project Name: Sherwood Gate Acquisition and Installation Services Date of Bid Opening: , 2013 To be a "qualified bidder", from the time the bid or proposal is submitted until award of the contract, and thereafter during the term of the contract if the bidder is awarded the contract, the person, corporation, partnership or firm shall not have been, nor shall it be, debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. The undersigned hereby certifies that the bidder (proposer) identified in this certification is a "qualified bidder" as defined above, and the bidder hereby agrees to notify the City of Waterloo immediately if the bidder's status as a "qualified bidder" changes after the date hereof. Company Name: DUNS Number: (Data Universal Numbering System Number assigned by Dun & Bradstreet) Corporate Officer: Title: Date: Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-947 RESOLUTION PRELIMINARILY APPROVING THE REQUEST FOR PROPOSAL DOCUMENT, PLANS, SPECIFICATIONS, FORM OF CONTRACT, ETC., IN CONJUNCTION WITH SHERWOOD GATE ACQUISITION AND INSTALLATION SERVICES. WHEREAS, the City Council of the City of Waterloo, Iowa, heretofore instructed the Community Planning & Development Director of said City to prepare proposed Request for Proposal document, plans, specifications, form of contract, etc., in conjunction with Sherwood Gate Acquisition and Installation Services, in the City of Waterloo, Iowa, and WHEREAS, said Community Planning & Development Director did file said Request for Proposal document, plans, specifications, form of contract, etc., in conjunction with Sherwood Gate Acquisition and Installation Services. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that said proposed Request for Proposal document, plans, specifications, form of contract, etc., in conjunction with Sherwood Gate Acquisition and Installation Services, in the City of Waterloo, Iowa, be, and the same are hereby, preliminarily approved as filed. PASSED AND ADOPTED this 12th day of November, 2013. ATTEST: y Sch res, MC City Clerk rnest G. Clark, Mayor Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-948 RESOLUTION FIXING THE TIME AND PLACE OF HEARING ON PROPOSED REQUEST FOR PROPOSAL DOCUMENT, PLANS, SPECIFICATIONS, FORM OF CONTRACT, ETC., IN CONJUNCTION WITH SHERWOOD GATE ACQUISITION AND INSTALLATION SERVICES, IN THE CITY OF WATERLOO AS DECEMBER 2, 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 2nd day of December, 2013, for the purpose of holding a public hearing on proposed Request for Proposal document, plans, specifications, form of contract, etc., in conjunction with Sherwood Gate Acquisition and Installation Services, 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 12th day of November, 2013. Erist G. Cla k, Mayor d4, ATTEST: uzy Sc ares, CMC City Cl rk CITY OF WATERLOO Council Communication City Council Meeting: November 12, 2013 Prepared: November 5, 2013 Dept. Head Signature: Eric Thorson, PE., City Engineer # of Attachments: SUBJECT: F.Y. 2014 ORANGE SCHOOL SANITARY SEWER EXTENSION CONTRACT NO. 816 Submitted by: Jamie Knutson, PE, Associate Engineer Recommended City Council Action: It is recommended that Council approve these documents, set December 2, 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 F.Y. 2014 ORANGE SCHOOL SANITARY SEWER EXTENSION, Contract No. 816, as prepared by Wayne Claassen Engineering and Surveying, Inc. Expenditure Required To Be Determined Source of Funds Sewer Bonds Policy Issue N/A Alternative None Background Information: Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-949 RESOLUTION PRELIMINARILY APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, ESTIMATE OF COST, ETC., IN CONJUNCTION WITH THE F.Y. 2014 ORANGE SCHOOL SANITARY SEWER EXTENSION, CONTRACT NO. 816. 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 Orange School Sanitary Sewer Extension, Contract No. 816, in the City of Waterloo, Iowa, and WHEREAS, said City Engineer did file said plans, specifications, form of contract, estimate of cost, etc., in conjunction with the F.Y. 2014 Orange School Sanitary Sewer Extension, Contract No. 816. 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 Orange School Sanitary Sewer Extension, Contract No. 816, in the City of Waterloo, Iowa, be, and the same are hereby, preliminarily approved as filed. PASSED AND ADOPTED this 12th day of November, 2013. ATTEST: 1 Suzy Schares, CMC City Clerk 44.W Ernest G. Clark, Mayor Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2013-950 RESOLUTION FIXING THE TIME AND PLACE OF HEARING ON PROPOSED PLANS, SPECIFICATIONS, FORM OF CONTRACT, ETC., IN CONJUNCTION WITH THE F.Y. 2014 ORANGE SCHOOL SANITARY SEWER EXTENSION, CONTRACT NO. 816, IN THE CITY OF WATERLOO AS DECEMBER 2, 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 211d day of December, 2013, for the purpose of holding a public hearing on proposed plans, specifications, form of contract, etc., in conjunction with the F.Y. 2014 Orange School Sanitary Sewer Extension, Contract No. 816, 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 12th day of November, 2013. ATTEST: uzy S res, CMC City Cl rk Ai_ t, nest G. Clark, N1-ayor RESOLUTION NO. 2013-951 WAS INCORRECTLY USED FOR A MOTION APPROVING A CHANGE ORDER. RESOLUTION NO. 2013-952 WAS INCORRECTLY USED FOR A MOTION APPROVING A CHANGE ORDER. CITY OF WATERLOO Council Communication Council Meeting: 11/12/13 Prepared: 11/5/13 Dept. Head Signature: PH # of Attachments: SUBJECT: Cedar Valley SportsPlex Furnishings Submitted by: Mark Gallagher, Sports Manager Recommended City Council Action: Approve a change order to the contract with a total increase of $9,215.76 Summary Statement: This project provides for all furnishings at the Cedar Valley SportsPlex. Kirk Gross was chosen by staff for providing the equipment that will best fulfill the needs at the new facility. This includes the addition of a check in cubicle in the main entrance and additional tables and chairs for the upstairs lounge area. Expenditure Required: Original Contract $87,787.99 Change Order $9 215.76 $97,003.75 Source of Funds: Funding would be provided from the gift from the Estate of Carlton & Thelma Winter. Policy Issue: NA Alternative: NA Background Information: Original Council approval on 7/15/2013 CITY OF WATERLOO, IOWA CITY HALL 715 MULBERRY STREET 50703 Today's Date: 11/5/2013 last paid date .... ............. Effective Date: 11/5/2013 Employment Date: 3/25/2008 To: City Council Members Re: Notice of Severance Department Waterloo Cultural & Arts Department Job Title/Classification Public Program Coordinator This is to report that the employment of Johanna Kramer -Weston with the City of Waterloo has been severed by reason of: FJ Retired Disability Related ❑ No ❑ Yes Resigned Termination Other In accordance with City Policy, it is requested to allow payment which consists of the following: Less overused sick hours Comments: Approved by Benefits Total Hours (x) Hourly Rate Total Payout Vacation -Accrued 70 $ 17.63 $ 1,234.10 Vacation -Current $ - Usable Sick Leave (x) 25% $ - Frozen Sick Leave (x) 60% $ - Personal Hours 11.25 $ 17.63 $ 198.34 Comp Time Pay $ - Itinsehve= -64 $ 17.63 $ (1,128.32) Other Pay $ - Total Payment $ 304.12 Human Resourc Routing: Original to Human Resources by Department Human Resources will forward original to City Clerk Clerk's Office will forward copy of approved form to Council Agenda Date: ! (I 121 13 0 Accruals (Copy in Personnel File) Department and Human Resources ❑Status 0-9 Date //-S -�15 Date , 13 Updated 6/28/11 An Equal Opportunity/Affirmative Action Employer 0 w (D :suogons}sul leioads co 0 co coo co 0 CO w m 17 N r CD Cn m ;k o w 0) w CO CD A CO N CO Av, 0 0 o w N N o (O (T O O O v -1 J 0 0 0 0 o N N 0 o WW a;ep aoionul 0 D < • a 3 QO o Z FS w FIC 3 CD o W o a In F- * ° O o (D o .1v m m m - = * _ w a Dm go 0 m of'-, w m 0 C * D 3 0 C o 0 0 CD co 0Do0 w v m 3 O O (D (D uogngpIsia UJ () 0 a (D 4* o m J H 5 7.1 m CI a D N(O 2403 ' 4 4 JagwanoN Voucher Prepared by Pauline C -< l) Rm Z HO 0 0 C 0> m m r 0 0 D o 0 W N RENTON%5050M 0 GRAVEL INC. 505 CEN1EP ST. CHAP FALLS, IA 50613 PAY ESTIMATE09005071EPETP14040 GERALDINE 01010 EXTEN51ON. COMPACT NO. 117.1 7117'815552273-9041F Man%19.2017 WATEN 00, IOWA 200. (395001 NBMOSSUIPn0N ODIVISION 1 DIVISION I PARRPATNG TOTAL OVaNTOT 0020COST Ort MS Po100075 DIVISIOX 11111 PERIOD PARIgPAONG 011/1910/4 PARRo9wnN TO -DATE oos000 PMTIOPAlING F00NA[Y QUANTITY 1-57AL ACTUAL COST 107 -AL AEPJAt IAR110PAPNG TOTAt CS %OF6T.9595 OOAMnYPARRaPAT„6 ONO. NOR58mInm0MzP pm51oN 1- 14013111011411145 .. 12101050On 50AMIIGAND GRUBBING AC Oss 0 005 5700.00 3105004 00 005 000 OAS 51.050.0 m 51.05000 300% 111010425771 500111110550911.5004.040EREPAIA ry 0 1,250 572.70 5035050 ODDPW 115000 0001,150.07 $28550,00 W SN,55eN 070 00/0/00101. CLASS 10.004011074 AND BORROW m 5430 $39 499000.00 0.00 5,93010 5$3000 300,093.00 OW 335,444.00 4 L 000030 ANp SPREAD 10 yls 34.07 5300.01 7000 12.00 s 2105.0415015 TOPSOIL s01CO15 0 00 Sixz 52 01%50 m idiom 0.07 1000 $yelzs0 5i,e)u0 E 310)055100 COMPACTION wmINOf)000000OFrOm[wna0. 191011A04uREANO 5300 $6563.)0 0.00 O0.50 007 00a $00 5 COMPACTION 0.10 977 p 5100.00 000m 50.00 5000 1%00i100 W MAMMAS 5000510-1Y M\i1aUl90LYMF0.GRID 3,))I 3,774 55.25 0 000 000 3.1740 56,0140 $6.00330 00 0000 Il0 �74� MODIFIED 5 5 1000 77.003 51510350 3 3,))300 $3083350 000 $b913m 1005 p ER410045E6-INd s011041900%IP 0 510000 011..51 om 0 33 Ov 591050 520000 Im% Iv 14/00/03030 001w1N 031000 0M.ORM/250611.111 1AEFEPpv[MFM, 61333 CIASt10uu811M,)-INCH 54 0 $E6W 363]]100 3133 3,30)33 3°00 S 0300005 000 591.10050 14300/40140 41/10711.02001611,3010.014.1V/S1NIW00 001100 51 z01Po $100 Im 32,39500 31.12000 0005 t3 3435040/39 95140%59.510 WFR5W<01,30-INd 00 3 34 53165° 05),00000 Gm m 00 313300.00 50310000 04 435-0351000 IMA0E,5W570 EGCwjI 03150° $501.00 510,400.00 Suw.35 m% f 11 0115 011010111, 00/441111017141, curN DM- ;195 ; 55 5535.55 040 000 - 56.515.00 575)100 100E 790%0770115 STOW INOUII0471779q 7 5)500 V 110PM10w000MWIY A41µ100xd00, R@, 11751110,50.1504010. 0 107 533.15 3340300 00 W° 5300307 51,46350 IOWA 10 7503.0114224 BO 0000 9711561169701011491741.01/1.111010.90, 401 05700GM7m'M Ta0'Xd10, 00, 100010055114,00-10 0019 0 55030 5145)50 000 e)sm 010.19130 $14)6300 v9 15030114730 W,, GONTROL0W,17EaeNm. w.lmmIM55110..3wNd 0U. 54su 51359900 0.05 16600 000 Sll,199m 54,100.00 ID 0007007500 N@OI M03 SF 50° 5)60.8 000 9600 0J 540300 540600 L 51070 0.67910000 5Y w 60 4000 540500 00 0000m 1400.00 Swz.ro 3l 0006vuPERMANE310 0IOCAR0RMAH0M MAO000500F0OROANSNOi ] v $400.00 $38500 000 000 1400 DO 548.0 401116,01110,47010110019119/11050111105470111 WOVENwUEFneRKv/sRp POSTS 100010 393 335 $.00 53,3)000 095 51.31507 51,3038 F xs zsz 84950030 00100Ixd 1Mf300ATION - La 1 1 $350° 31500.00 Om 51$0.8 54$0'.8 3073 25595-991.9003 ¶0E rt 1 5}00000 5]KO.m 000 5110.000000 518730 1005 f01NG 005 569507 5513.75 vPo 104 07000 m 51.01150 70514 3634300 M 40 2400 5000° $3.7008 50038 0490315 304 304 33.110.00 59,000.00 5711300 59,59507 MK 11 07 00040036020 14 IE65.01000 001m06400108T11Ox61U08ve1 S 130 54.80605 53130.00 11,31000 -f 6999010 STORM WATER POLLUTION FAN IMPLENEMATuv 1 51,50000 51$8➢0 5;5000 $e$00m 750 2602001010 000500roN O400400N5E0140110054 eA $00.8 5)500 00000 5000 508 31 15999999020 3144Nd0040510NF50RMCE MATE0U11840FLC1 TON a 43 0 340 $15.00 50100.00 0.8 000 14000 Om ]W.00 51.100 aDO 52,10000 1020 10% i 2599.9940010 0117 0NEARWIN30 50 5004 5159030 31600 S,3mW 5000 15.00130 51.09).2010047 i 3 59 39 999 011 100 OOup 15 0 1 1 31300.0 5320000 O.m 0° 007 708 $038,8 340000 1071 F TOTAL C0NS)RK0ION COST 00726E /IXCOAWORP030101 001;10.00 3162,330.50 56}97,20 516703903 NONE 001170 .444* uV0010 . Imx*Mn*IO 010&040.00IFm�1NEEu MANGE 00.0547/ EXTRA WORC000005 SUBTOTAL LESS R0T0I0AGE 13%1 $000 5000 TOTAL PNM TO DATE 5361$33x9 56,107.10 $16091303 1000% COMPLETE TO GATE 70160y3e 10.00 $10,607.40 90.00 53119.29 74,30030513339 5000 $24,46039 5 P095;55 0000 794,959-51 542$3366 SM.Po 541391:00 E\C 570.05107 54,266 51.047 °20 5 55 23,1 14 91136)1 $1115.7i 1300:0,17523.7: Som 010022 0700036L�yyhea4;51 \\\0 s Lq zrz 50, �y; g NdvIVv a• 5000 $2023403 70.00 5010 76,19700 77670903 1155 PREVIOUS E5TIMATE5, Pay 4v 61 5336106010005000400-017010.01 1695 02150014115- Pay 00.X3 30550000000mm00• PayLESS PREVIOUS OS65 ESTIMATE -Pay130.00 LEO ro050317MATES-Pay Ertn 1/551007101063111.715 -Fay 10.01 AMOUNT DUE 1110 PAY¢nm5T1 \ o 1f 4/_ /0-7/ ri 4- Are co Voucher Prepared by Pauline C November 5, 2013 Vendor Name Story Construction Address 300 South Street City & State Ames, IA 50010 Invoice Date CITY OF WATERLOO PAYMENT VOUCHER Vendor No Department: Engineering Grant/Project Code # Engineering Batch NO. Keyed by: Invoice No. Qty/Unit Amount Description GL Distribution Waterloo Stormwater Lift Stations Contract # 831 11/1/13 Est# 5 $532,776.21 Westfield, Vinton, Virden Creek Period to: 10/31/13 Est No. 5 Spec Instructions Linu )12 Submitted By 100% Reimburseable Gary Iverson @ INRCOG is requesting Reimbursement TOTAL 532,776.21 290-07-5300-2171 11/5/13 Date Approved By An Equal Opportunity/Affirmative Action Employer 9002 Al11113 A Document G7021t Application and Certificate for Payment -1992 ude{el0 s �� (Stec 3/7.q% �12rk,j 7. r� TO OWNER: City of -Waterloo 715 Mulberry Street Waterloo. IA 50703 FROM CONTRACTOR: Story Construction' Co. 300 South Bell Avenue Ames, IA 50010 PROJECT: VIA ARCHITECT: Waterloo Stormwater Waterloo, Iowa id Stations APPLICATION NO: 005 PERIOD TO: CONTRACT FOR: General Construction CONTRACT DATE: PROJECT NOS: / 3617 / Distribution to: OWNER: ARCHITECT: CONTRACTOR: FIELD: OTHER: CONTRACTOR'S APPLICATION FOR PAYMENT Application is made for payment, as shown below. in connection with. the Contract. Continuation Sheet, AlA Document 0703, is attached. 1. ORIGINAL CONTRACT SUM $ 3.115:000.00 2. NET CHANGE BY CHANGE ORDERS $ 19,998.00 3. CONTRACT SUM TO DATE (Line 1 t2) $ 3,134,998.00 4. TOTAL COMPLETED & STORED TO DATE (Column G on 0703) ............$ 1,576.512.79 5. RETAINAGE: a. 5 % of Completed Work (Column D8- Eon 0703) $ 69,959.61 b. 5 % of Stored Material (Column. F on 0703) $ 8.866:03 Total Retainage (Lines 5a+Sb or Total in Column 1 of 0703) $ 78-825.64 6. TOTAL EARNED LESS RETAINAGE $ 1,497,687 15 (Line 4 Less Line 5 Total) 7, LESS PREVIOUS CERTIFICATES FOR PAYMENT S 964,910.94 (Line 6 from prior Certificate) 8. CURRENT PAYMENT DUE 9. BALANCE TO FINISH, INCLUDING RETAINAGE (lane 3 less Line 6) I$ 1,637.310.85 The undersigned Contractor certifies that to the best of the Contractor's knowledge, information and belief the Work covered by this Application for Payment has been completed in accordance with the Contract Documents, that all amounts have been paid by the Contractor for Work for which previous Certificate' for Payment were issued and payments received from the Owner, and that current paymery sho herein is now dui! CONTRACTOR' {ef By: °O 144// CS---,, { Date: / ! ' If State of: to la or County oft for Subscribed and sworn to before me this r h' day of ntr cLT., , tO/ Notary Public Ji G;jt: My Commissionkxpires: a6 -- ARCHITECT'S CERT! IC TE FOR PAYMENT In accordance with the Contract Documents, based on on-site observations and the data comprising this application, the Architect certifies to the Owner that to the best of the Architect's knowledge, informationand beliefthe Work has progressed as indicated, the quality ofihe Work is in accordance with the Contract Documents, and the Contractor is entitled to payment of the AMOUNT 532,776.211 CERTIFIED. AMOUNT CERTIFIED $ 532,776,21 6TH k,/ (Attach explanation alamouni certified differs:front the amount applied. Initial all figures on this 'Sr" Application and on rise Comtinaalion Siteei I/rat are changed to conform twitlr.the anlotnat certified.) ARCHITECT: �ti r By: This Certificate is not negotiable. The AMOUNT CERTIFIED is payable only to the Contractor named herein. Issuance, payment and acceptance of payment are without prejudice to any rights of the Owner or Contractor under this Contract. CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS Total changes approved in previous months, by Owner $ 71,858.00 $ 8,095.00 Totalapproved this Month $ 16,235.00$ 0.00 TOTALS $ 28,093.00 $ 8.095.00 NET CHANGES bt Change Order' $ 19,998.00 Date: 1 November 2013 AIA Document G702174— 1992, Copyright® 1953, 1963, 1965, 1971, 1978, 1981 and 1992 by The American Institute of Architects. All rights reserved. WARNING: This AlA" Document is protected by U.S. Copyright Lau and intcmationa1 Treaties. Unauthorized reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:15:40 on 11/01/2013 under Order No.6130096422 1 which expires on 01/3.0/2014, and is not for resale, User Notes: — (784182019) Prepared by: Pauline C November 5, 2013 Vendor Address City & State Aspro *********«.******************«.**** Invoice Date Invoice No. 11/01/13 Est # 27 Qty/Unit Total Special Instructions: Submitted By Amount CITY OF, WATERLOO PAYMENT VOUCHER Vendor No. Department Engineering Department Grant/Project Code # Description $35,038.56 F.Y 2012 Street Reconstruction Cont 819 0.00 Sewer - Bond Funds 10/15 - 10-28/13 $35,038.56 11/5/13 Date Approved By: 9002 A111113 Batch No. Keyed By: G/L Distribution 205-07-7500-2165 520-14-5200-2165 408-07-7500-2165 F.Y. 2012 STREET RECONSTRUCTION PROGRAM - CONTRACT NO. 819 PARTIAL PAY ESTIMATE NO. 27- PERIOD: OCTOBER 15- OCTOBER 28, 2013 2000 BLOCK 1700 & 3000 1200 & 1400 BID ITEM DESCRIPTION UNIT ASPRO DAWSON KERN LAFAYETTE MAYNARD MITCHELL QTY NINTH, W. QTY RIDGEWAY, E. QTY SHUKEI QTY UNIV. F. RD QTY HAMMOND QTY RIDGEWAY, E DIY MAYNARD INTS. OW TOTAL TOTAL QTY $ UNIT 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 0.0 138.1 $8,203.14 2 3 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 1552 0.0 0.0 0,0 155.2 $7,527.20 MISC. HMA, 1 1/2", 3M S 1/2", 75% CR TON $205.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0,0 0.0 0.0 $0.00 4 REMOVE AND REPLACE MISC. 9" HMA SY $121.50 0.0 0.0 0.D 0.0 0.0 0.0 0,0 00 0.0 28.3 60.2 0.0 88.5 $10,752.75 5 REMOVE AND REPLACE MISC. 10.5"HMA _m LF LF SY $143a_000 $55.00 0.0 $53.00 0.0 $60.00 30,1 0.0 D.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0. 0.0 0.0 0.0 0t 0.0 0.0 0.0 _ 14.0 0.0 0.0 0,0 0.0 61.6 0.0 0.0 0,0 0.0 0.0 Ian 61.6 $3,388.00 0.0 WOO 30.1 $1,806.00 6 REMOVE AND REPLACE MISC. CURB AND GUTTER, 24" X 9" PCC, C 6A REMOVE AND REPLACE MISC. CURB AND GUTTER, 24"X6"PCC ,C 7 REMOVE AND REPLACE MISC, 6" PCC, C-4 8 REMOVE AND REPLACE MISC. 4" HMA OVER 7" PCC, M-4 SY SY $126.50 0.0 $42.25 0,0 0.0 0.0 93.3 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 $0.00 93.3 $3,941.93 9 REMOVE/REPLACE MISC, SEALCOAT W/ 2" HMA 10 ACC DRIVEWAY APPROACH TON $165.00 4.2 0.0 3.5 0.0 0.0 0.0 21.5 0,0 0.0 6.9 0.0 0.0 36.1 $5,956.50 . 11 DRIVEWAY APPROACH AND S/W, 7" PCC, C-4 ® SY $41.50 0.0 $40.50 78.0 0.0 60,9 0.0 258.1 0.0 0.0 -0.0 00 0.0 545.8 244.0 36.4 0.0 107.1 0:0 722.0 0.0 0.0 0,0 0.0 0,0 244.0 $10,126,00 12 DRIVEWAY APPROACH AND S/W,6"PCC, C-4 0.0 1808.3 $73,236.15 13 DRIVEWAY APPROACH AND Sm, 5" PCC, C-4 ' SY $39.75 437,5 136,9 51,3 103.2 613.4 212,8 0.0 0.0 127.7 146.6 0.0 166.5 0.0 0.0 0.0 0,0 1997.9 $79,416.53 NCB 34, 35 68 716.1 $30,004.59 14 SIDEWALK, 4" PCC, C-4 SY $38.65 2 22.9 203 4 0.0 9.8 292.8 0.0 0,0 30.1 15 PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4 SY $41.90 _ _ 172,4 72.2 255,9 0.0 0.0 275,6 0.0 0.0 0.0 0.0 0.0 16 PEDESTRIAN RAMP DETECTABLE WARNING SURFACE SF $34.50 192.0 96,0 348.0 0.0 0.0 360.0 0,0 0.0 0.0 0.0 0.0 0.0 996.0 $34,362.00 17 CONCRETE PAVEMENT REMOVAL SY $4.15 0,0 2104.0 14410,6 2301.0 2388.2 9398.1 2343.7 1262.7 9963,6 14215 1407.7 0,0 47001,1 $195,054.57 18 ASPHALT PAVEMENT REMOVAL SY $4.15 8872.3 0,0 0.0 0,0 0.0 0.0 0,0 00 0.0 0.0 0.0 0.0 8872,3 $36,820.05 19 SIDEWALK AND DRIVEWAY REMOVAL SY $4.15 1006,4 338.3 963,6 157.1 602.2 1670,8 407.4 29.5 1099,4 139.5 182.4 3.3 6599,9 $27,369.59 20 SAW CUT LF $4.25 233.0 0,0 488.5 236.0 106.0 149.0 270.0 0.0 403.0 0,0 320,0 0.0 2205.5 $9,373.38 21 GEOGRID SY $4.50 0,0 465.0 0,0 1144.0 0,0 231.1 2665.6 0.0 5050,1 975.0 0.0 0,0 10530,8 $47,388.60 22 WOVEN GEOTEXTILE SY $4.50 0.0 0,0 0.0 1240,4 2565.0 1005.0 0,0 0.0 3428.3 0.0 0.0 0.0 8238.7 $37,074.15 23 _ MODIFIED SUBBASE TON $21.00 4904,92 1115.85 8246.02 7594.54 1904.59 8222.79 1860.77 782.92 6699,62 554.85 1137.79 0,00 37024.66 $777,517.86 24 SPECIAL BACKFILL SUBBASE TON $19.25 0.0 0.0 42.8 0,0 0.0 0,0 0,0 0.0 841.34 0.00 0.0 0.0 884.15 $17,019.89 25 RECYLED ASPHALT PAVING TON $48.00 0.00 0.00 34.03 0.00 0,00 0.00 30.62 0.00 0.00 0.00 0.00 0,00 64.65 $3,103.20 26 ROADSTONE, 3/4" TON $48.00 20.26 0.00 27.33 0.00 0.00 27.85 0.00 0.00 25.69 0.00 3.64 0.00 104.77 $5,028.96 27 DRAIN TILE, 6" LF $9.90 5092.0 1236.0 3697.0 1294.0 1706.0 3828.0 0.0 530,0 854,0 0.0 0,0 0,0 18237,0 $180,546.30 28 DRAIN TILE, 4" LF $8.45 0,0 . 50,0 30.0 1312,0 1698.0 263.0 4434.0 104,0 807.0 0.0 9516.0 $80,410.20 29 DRAIN TILE STUB, 4" LF $18.40 420.0 88.0 175.0 35.0 170,0 115.0 0.0 0,0 45.0 _ 0.0 0,0 0.0 1048.0 $19,283.20 30 DRAIN TILE TAP AND COLLAR EACH $200.00 2.0 0.0 2.0 0.0 3.0 2.0 2.0 11.0 0.0 0,0 S f 22 0 $4,400.00 31 RF -19C, INLET OUTLETDETAIIRODENT GUARD) EACH EACH $105.00 39,0 $510.00 0.0 14.0 0,0 12,0 3.0 8.0 0.0 2.0 1.0 24,0 0.0 6.0 0.0 2.0 0.0 13.0 0.0 2.0 0.0 7.0 1 0 0.0 0.0 129.0 $13545.00 5.0 $2,550.00 32 CONVERT WATER VALVE MANHOLE TO ROADBOX 33 WATER SERVICE CORPORATION, 3/4" EACH $42.00 0,0 0.0 1,0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 $42.00 34 WATER SERVICE CURB STOP, 314" EACH $150.00 00 0,0 12.0 0.0 2.0 0.0 00 0,0 0.0 0.0 0,0 0.0 14,0 $2,100.00 35 WATER SERVICE PAVE BOX, 3/4" EACH $150.00 0,0 0.0 14,0 0.0 2.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 16.0 $2,400.00 36 COPPER WATER SERVICE, 3/4" LF $21,95 0.0 0,0 368.0 0.0. 63.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 431 0 $9,460.45 37 WATER SERVICE CORPORATION, 1" EACH $50.00 0,0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 $0.00 38 WATER SERVICE CURB STOP, 1" EACH $200.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0,0 0.0 0,0 $0.00 39 WATER SERVICE PAVE BOX, 1" EACH $200.00 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 40 COPPER WATER SERVICE, 1" LF $23.50 0.0 0,0 00 0.0 0.0 0.0 0,0 0;0 0.0 0.0 0.0 0,0 0,0 $0.00 41 WATER SERVICE KILL EACH $375.00 L0 0.0 3.0 0.0 0.0 0.0 00 0.0 0.0 0.0 0.0 0.0 4.0 $1,500.00 42 WATER SERVICE TAP, 3/4" OR 1" EACH $110.00 0.0 0,0 2.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 2,0 $220.00 - 43 44 LOWER WATER SERVICE, 3/4" OR 1" EACH $750.00 1 0 0.0 0,0 0.0 9.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 10.0 $7,500.00 UNDERGROUND INVESTIGATION -WATER EACH $325.00 2.0 0,0 5.0 0.0 9.0 0.0 00 0,0 2.0 0.0 1.0 0.0 19,0 $6,175.00 45 TOPSOIL, 4" SY $16.75 1300,0 288.0 1202.7 151.5 425.0 1490,0 0.0 222.0 7468.0 267,0 196.0 40.0 7050.2 $118,090.85 46 HYDROSEED SY $3,00 0.0 0.0 812.7 0.0 0,0 1550.1 0.0 0,0 0.04 0,00 0,0 0.0 0.02 0.00 1963.1 0.0 0.12 0.00 0.0 0.0F 0.05 0.00 0.0 0.0 0.05 0.00 0.0 0.0 0,00 0.00 4325,9 5951.2 0.98 1.00 $12,977.70 $61,892.48 $65,562.00 $370.00 47 TOPSOIL REMOVAL FROM PARKING, EARTHWORK SY $10.40 837,5 0.0 1938.7 0.0 0.0 3175.0 46 CONSTRUCTION SURVEY LS LS $66,900.00 0.12 $370.00 1.00 0.05 0.00 0.25 0.00 0.03 0.00 0.05 0.00 0.20 0.00 2002 ADDITIONAL CONSTRUCTION SURVEY 49 TRAFFIC CONTROL LS $57,000.00 0.12 0.05 0.25 0.05 0.05 0.20 0.04 0,02 0,12 0.05 0.05 0,00 1.00 $57,000.00 50 DETOUR ROUTE - W. 9th ST. LS $2,000.00 0.0 $2,000.00 0.0 0.0 0.0 0,0 0.0 1.0 0.0 _ 0.0 0.0 0.0 0.0 0.0 1.0 $2,000.00 51 DETOUR ROUTE-HAMMOND AVE. LS 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 1.0 0.0 0,0 1.0 $2,000.00 52 DETOUR ROUTE -E. MITCHELL AVE. LS $2,000.00 0.0 0,0 0.0 0.0 1.0 00 0,0 0.0 0.0 0,0 0.0 0.0 1.0 $2,000.00 _ 53 DETOUR ROUTE - E, RIDGEWAY AVE, LS $2,000.00 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 1.0 $2,000.00 54 DETOUR ROUTE- SAGER AVE, L5 $2,00000 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 1.0 0.0 0.0 0.0 1.0 $2,000.00 55 PAINTED PAVEMENT MARKING, WATER BASED STA $50.00 3,42 $75.00 0.0 0.00 0.0 55,08 28.0 0.00 0.0 0.00 0.0 12.10 0.0 0.00 0.0 0.00 0.0 2,54 0.0 15.34 0.0 17.20 2.0 0.00 0.0 105.68 300 $5,284.00 $2,250.00 56 PAVEMENT MARKING, SYMBOL OR LEGEND EACH 57 JRAILROAD PROTECTIVE INSURANCE, ETC. LS $16,100.00 1 0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0,0 0.0 0.0 00 1.0 $16,100.00 TOTAL BASE BID - DIVISION I SECTION I $2,140,287.87 Page - 1 F.Y. 2012 STREET RECONSTRUCTION PROGRAM - CONTRACT NO. 819 PARTIAL PAY ESTIMATE N0.27 - PERIOD: OCTOBER 15 - OCTOBER 28, 201 _ ..1 2000 BLOCK 1700 & 3000 1200 & 1400 UNIT ASPRO DAWSON KERN LAFAYETTE MAYNARD MITCHELL NINTH, W. RIDGEWAY, E. SHUKEI UNIV. F. RD HAMMOND RIDGEWAY, E MAYNARD INTS. TOTAL TOTAL DIVISION I BASE BID - SECTION II UNIT $ QTY QTY QTY QTY QTY QTY on QTY QTY QTY QTY QTY QTY $ 58 STORM SEWER, 2000D, 48" LF $152.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 59 ST0RM SEWER, 2000D, 36" LF $74.00 0.0 00 0.0 0.0 0.0 379.0 _ 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 379.0 386,5 10.0 $28,046.00 $25,122,50 $579.00 60 STORM SEWER, 2000D, 30" LF $65.00 0.0 0.0 0.0 0.0 0.0 386.5 0.0 0.0 60A STORM SEWER, 20000, 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 61 STORM SEWER, 20000, 24" LF $54.55 38.0 0.0 0,0 0.0 508.0 728.5 0.0 0.0 0.0 0.0 0,0 0.0 0.0 674.5 0.0 $36,793.98 $0.00 62 STORM SEWER, 2000D, 21" LF $49.70 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 63 ST0RM SEWER, 2000D, 18" LF $40.70 0.0 16.0 18,5 0.0 323.0 834,0 47.0 0.0 0,0 33.0 00 0.0 1,2715 $51,750.05 64 STORM SEWER, 2000D, 15" LF $36,65 0.0 0.0 26.0 0,0 0.0 144.5 0,0 0.0 0.0 0.0 0.0 0.0 0.0 170.5 2,331,0 $6,248.83 $81,934.65 $0.00 65 STORM SEWER, 20000, 12" LF $35.15 1263.0 217,0 389.5 20.0 18.0 314,0 0.0 0.0 45.0 27.0 37,5 66 FLARED END SECTION, 18" RCP W/ 3 TIED JOINTS EACH $1,395.00 0.0 0.0 0.0 0,D 00 0.0 0.0 0.0 0.0 0,0 0.0 0,0 0.0 67 STORM MANHOLE, TYPE A, 48" EACH $3,395.00 6.0 6,0 3.0 0.0 2,0 11 0 0.0 0.0 0,0 1.0 4.0 0.0 33,0 $112,035.00 68 STORM MANHOLE, TYPE A, 60" EACH $4,250.00 0.0 0.0 0.0 00 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 ST0RM 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 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 0.0 0.0 72 REMOVE EXISTING STRUCTURE EACH $525.00 29.0 15.0 24.0 3.D 0.0 29.0 0.0 0.0 1.0 3.0 10.0 0.0 114.0 $59,850.00 72A REMOVE STORM SEWER PIPE LESS THAN 36" EACH $8.50 667,0 0.0 0.0 0.0 0,0 2.0 1179.0 6.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 .0.0 0,0 0.0 0.0 0,0 1,846.0 46.0 19.0 $15,691.00 $92,000.00 $56,905.00 73 TYPE E -1-C INLET EACH $2,000.00 19.0 11.0 4,0 3.0 74 TYPE E -2-C INLET EACH $2,995.00 0,0 0.0 0.0 1.0 0.0 11.0 2.0 0.0 0.0 0.0 5.0 0.0 75 TYPE E -3-C INLET EACH $3,995.00 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 7.0 11.0 $27,965.00 $18,205.00 76 TYPE E -1-C INLET, USE EXISTING CASTING EACH $1,655.00 0,0 0.0 11.0 0.0 0,0 0.0 0.0 0,0 0.0 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 0.0 0.0 0.0 $0.00 78 MODIFIED TYPE E -I -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 79 MODIFIED TYPE E -1-C INLET, USE EXISTING CASTING EACH $3,350.00 0.0 0,0 10 0.0 0.0 0,0 0.0 0.0 0,0 0.0 0.0 0,0 1.0 $3,350.00 $4,250.00 80 REM/REPL INLET BOXOUT, E -1-C EACH $850.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3.0 2.0 0.0 0.0 5.0 81 REM/REPL INLET BOXOUT, E -2-C EACH $950.00 0.0 0,0 0.0 0.0 0,0 0,0 0.0 0.0 1.0 0.0 0.0 0.0 7,0 $950.00 82 REM/REPL INLET BOXOUT & TOP, MODIFIED E -1-C EACH $2,750.00 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 $0.00 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 7O 1.0 0.0 0.0 0.0 0.0 0,0 0.0 7,0 1.0 $12,250.00 $2,325.00 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 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 3.0 0.0 0.0 0.0 0.0 3.0 7.0 $7,425.00 $8,925.00 85 TAP AND COLLAR STRUCTURE OR PIPE EACH $1,275.00 0.0 0.0 4,0 0.0 0.0 2.0 1.0 0.0 0.0 0,0 0.0 86 INSULATE EXISTING COPPER WATER SERVICE LS $200.00 0,0 0.0 0.0 0,0 0,0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0,0 $0.00 87 IN UNE CHECK VALVE FOR 36" RCP, 20000; FURNISH AND INSTALL LS $10,899.00 0.0 0.0 0.0 0.0 0.0 1,0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 $10,899.00 88 STORM WATER PROTECTION FOR STRUCTURES EACH $332.88 49.0 24.0 5.0 0,0 2.0 24.0 0.0 2,0 13.0 2.0 0.0 10 122,0 $40,611.36 TOTAL BASE BID - DIVISION I SECTION II $754,531.36 BID ITEM DESCRIPTION UNIT ASPRO DAWSON KERN LAFAYETTE MAYNARD MITCHELL NINTH, W. RIDGEWAY, E. SHUKEI UNIV. F. RD HAMMOND RIDGEWAY, E. MAYNARD INTS. TOTAL TOTAL DIVISION I BASE BID - SECTION III UNIT $ QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY $ 89 RECONSTRUCT SANITARY SEWER, 24" LF $90.00 0.0 0.0 0.0 0.0 0.0 824,5 0.0 0.0 0.0 00 0.0 0.0 824.5 $74,205.00 90 RECONSTRUCT SANITARY SEWER, 21" LF $110.00 0.0 0.0 0.0 0,0 0.0 222.5 0.0 0.0 0.0 0.0 0.0 0.0 222.5 $24,475.00 91 RECONSTRUCT SANITARY SEWER, 18" LF $78.50 0.0 0.0 572.0 0.0 0.0 1346.0 0.0 0.0 00 0.0 0.0 0,0 1918.0 $150,563.00 92 RECONSTRUCT SANITARY SEWER, 15" LF $73,00 676.0 48.0 0.0 0,0 0.0 121.0 0.0 0.0 0.0 0.0 0.0 0.0 845.0 $61,685.00 93 RECONSTRUCT SANITARY SEWER, 12" LF $69.00 1726.0 51.0 74.0 0.0 0.0 765.5 0.0 0.0 0.0 0.0 0.0 0,0 2616.5 $180,538.50 94 RECONSTRUCT SANITARY SEWER, 10" LF $123.00 124.0 0.0 99.3 0.0 0.0 98.5 0,0 0.0 0.0 0.0 00 0.0 321.8 $39,581.40 95 RECONSTRUCT SANITARY SEWER, 8" LF $105.00 0.0 0,0 195.0 0.0 0.0 138,0 0.0 0.0 0,0 0.0 0.0 0.0 333.0 $34,965.00 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 0.0 0.0 0.0 0.0 0.0 1,050.8 $8,931.80 96 CIPP SANITARY SEWER, 36" LF $125.00 0.0 0.0 403.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 403.4 $50,425.00 97 CIPP SANITARY SEWER, 30" LF $180.00 0,0 0.0 66.7 0,0 0.0 0.0 0,0 0.0 0.0 0.0 0,0 0.0 66,7 $12,006.00 98 CIPP SANITARY SEWER, 20" LF $90.00 0.0 0.0 1041.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1041.4 $93,726.00 98A CIPP SANITARY SEWER, 18" LF $86.00 0,0 0.0 821.1 0,0 0.0 0.0 0.0 00 0.0 0.0 0.0 0.0 821.1 $70,614.60 99 CIPP SANITARY SEWER, 12" LF $39.00 0.0 0.0 4140 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 414.0 $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 2019.0 $87,826.50 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 0.0 0.0 0.0 0.0 0.0 27,0 $108,000.00 100B 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 0.0 00 0.0 0,0 653.3 $39,195.00 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 0.0 0.0 0.0 28.0 $53,060.00 101 STANDARD SANITARY MANHOLE, 4B" 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 0,0 28.0 $121,800.00 102 STANDARD SANITARY MANHOLE, 60" EACH $6,300.00 0.0 0.0 0.0 0.0 0.0 1.0 00 0.0 0.0 0.0 0,0 0.0 1,0 $6,300.00 703 SANITARY MANHOLE REHABILITATION $300.00 0.0 0.0 171.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 111.1 $33,330.00 104 FURNISH AND INSTALL RUBBER CHIMNEY SEAL $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 $0.00 105 REMOVE EXISTING STRUCTURE, SANITARY MANHOLE $300.00 10.0 1.D 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 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 $0.00 106 TRACE SANITARY SEWER SERVICE EACH $400.00 0.0 0.0 15.0 0.0 0,0 0.0 0.0 0,0 0.0 0.0 0.0 0,0 15.0 $6,000.00 107 DYE TEST INVESTIGATION EACH $175.00 3.0 0.0 4.0 0.0 0.0 9.0 00 0.0 0.0 0.0 0.0 0.0 16,0 $2,800.00 108 UNDERGROUND INVESTIGATION -SANITARY $410.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 -00 0.0 $0.00 3001 SANITARY MANHOLE REHABILITATION - USE STRONG SEAL MS2C EACH x$45.00) $400.00 0.0 0.0 0.0 0.0 80.9 3.0 0.0 0,0 0.0 0.0 0,0 0.0 00 0.0 0.0 00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 80.9 3.0 ($3,640.50), $1,200.00 4001 SANITARY SEWER SERVICE REINSTATEMENT Pa 1AL BASE BID - DIVISION I SECTION III $1,283,033.30 F.Y. 2012 STREET RECONSTRUCTION PROGRAM --- CONTRACT NO. 819 - PARTIAL PAY ESTIMATE NO. 27 -- PERIOD: OCTOBER 15 - OCTOBER 28 2013 UNIT ASPRO DAWSON KERN LAFAYETTE QTY MAYNARD QTY MITCHELL QTY NINTH, W. QTY RIDGEWAY, E. QTY SHUKEI OD' UNIV. F. RD DIY HAMMOND QTY RIDGEWAY, E OTY MAYNARD INTS. QTY TOTAL QTY DIVISION I BASE BID - SECTION IV - MAYNARD INTERSECTIONS UNIT $ QTY one _ 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 0.01 0.0 0.0 0.0 0,0 0,0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0,0 0.0 0.0 0,0 71.1 87.3 71.1 87.3 $319.95 $6,547.50 111 MISC. PCC PAVEMENT 10", C-4 SY $75.00 112 REMOVE RA -3 TOP, CONST TOP WITH FRAME AND GRATE LS $5,395.00 0,0 0.0 0.0 0.0 0.0 (Mt 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0,0 0.0 0.0 0,0 0.0 0,0 0,0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0,0 0.0 0,0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0,0 0.0 00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 27.5 8.0 1.0 0.0 20,0 0.0 1.0 1.0 27.5 8,0 10 OD 20.0 0.0 1.0 $5,395.00 $2,750.00 $276.00 $2,500.00 $0.00 $335.00 $0.00 $2,500.00 521,422.88 113 SIDEWALK. PCC, 6" 5Y $100.00 114 DETECTABLE WARNING SURFACE SF $34.50 COI 0.01 0.01 0.01 0.01 0.0 0.0 0.0 0.0 0.0 0,0 0.0 1 115 EXCAVATION/GRADING LS $2,500.00 116 MODIFIED SUBBASE TON $21.00 117 TOPSOIL, 4" SY $16.75. 118 HYOROSEEDING SY $3.00 119 TRAFFIC CONTROL LS $2,500.00 TOTAL BASE BID - DIVISION I SECTION IV 1 2000 BLOCK 1700 & 3000 1200 & 1400 BID ITEM DESCRIPTION UNIT ENGR. EST DAWSONI QTY KERN UT? LAFAYETTE Dry MAYNARD an I MITCHELL QTY NINTH, W. QTY 'RIDGEWAY E. on, SHUKEI QTY UNIV. F. RD QTY HAMMOND QTY RIDGEWAY, E QTY MAYNARD INTS. QTY TOTAL QTY TOTAL $ ALTERNATE A UNIT $ 1A 2" HMA 1M S1/2" 60% CR SY $10.50 7700.0 1822.0 0,0 1237.0 0.0 0.0 0.0 1106.5 0.0 0.0 0,0 0.0 11865.8 $124,590.90 2A 21/2`, HMA 1M 13/4", 60% CR . - - SY $11.40 7700,01 7700.01 0.0 1822.0 1822.0 0,0 0.0 1237M 0.0 0.0 1237.0 0.0 13104,0 0.0 2007.9 0,0 0.0 8209.8 0.0 1106,8 0.0( 1106.8 1965.7 0.0 0.0 0.0 8758.2 0,0 0.0 1203.3 0,0 0.0 3724.1 0.0 0,0 0,0 11865,8 11855.8 38976.0 $135,270.12 $141,203.02 $417,043.20 3A 3" HMA /MB ow, 60%CR 5Y $11.90 4A 2", HMA 3M S 1/2", 75% CR SY $10.70 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 5354,849.33 6A 5 1/2", HMA 3M 13/4", 75% CR SY $25.50 0.0 0,0 4982.01 0.0 0,0 1280.5 13104.0 0.0 0.0 0.0 1968.7 0.0 0M 1203.3 1241.1 0,0 17517.1 $446,686.05 7A 3", HMA 3M H 3/4", 75% CR 5Y $12.05 13104,0 0.0 001 20079 600.0 0.0 8209.8 0.0 . 1968.7 0.0 0,0 700.0 8758.2 0.0 1203.3 1241.1 0.1 0.0 0.0 0.0 36493.0 7562.6 $439,740.65 $93,398.11 eA CURB AND GUTTER. PCC, C-4, 24" WIDE 71/2" THICK LF $12.35 9A CURB AND GUTTER, PCC, C-4, 24" WIDE, 9" THICK LF $14.20 0.0 0.01 1.0 0.0 0.0 0.0 0.0 5895.0 0.0 0.0 1681.0 0.0 0,0 0.0 0.0 4920,0 0,0 0.0 0.0 1750.0 0.0 0.0 0.0 0.0 5347,0 0.0 0.0 0.0 OM 824.51 776.0 0.0 0.0 0.0 0.0 0.D 11948.0 9245.5 1.0 $169,661.60 $140,993.88 $3,500,00 10A CURB AND GUTTER, PCC, C-4, 24" WIDE, 10.5" THICK LF $15.25 11A SPEED HUMP. PER DETAIL LS $3,500.00 12A RAILROAD CROSSING APPROACH, HMA DETAIL 5Y $65.00 38,0 0,0 0,0 0,0 0,0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 38.0 $2,470.00 13A COLD WEATHER CONCRETE PROTECTION 5Y $3.50 0.01 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 0.61 0.0 0.0 0.0 484.61 0.0 0.0 0.0 0.0 0.0 545.1 368.7 0.0 0.0 0.0 0.0 0.0 0.0 141.8 0.0 0.0J 2483.0 0,0 0.0 1171.5 2851.7 $4,393.13 $17,110.20 15A PAVEMENT SCARIFICATION SY $6.00 16A PAVEMENT SAMPLES AND TESTING LS $2,500.00 0.12 0.05 0.25 0.05 0.05 0.20 0.04 0.02 0.12 0.05 0.05 0.00 1.00 $2,500.00 17A EXCAVATION CY $10.50 2235.0 600,0 1 2580.0 688.2 877,0 3191,0 1121.0 335.2 2575,6 342.0 473.71 0.0 15018.7 $157,696.35 $2,651,779.58 TOTAL ALTERNATE A 1 DIVISION I BASE BID- SECTI NS I AND II+ ALTERNATE A $5,546.598.81 DIVISION II- WATER MAIN ASPRO EST. 1 QTY QTY QTY ESTIMATED DIVISION II (WATER MAIN) $189,631.70 ITEM DESCRIPTION UNIT UNIT$ QTY I 495.01 1 120.01 THIS EST 0.0 0,0 PREV. PAID 515.0 1,287.0 TO DATE 515,0 1287.0 TOTAL COST 536.307,50 $67 567.50 I SUBTOTAL LESS 5% RETAINAGE SUBTOTAL $5,736 230.51 $286 811.53 55,449,418.95 1 Ductile iron wafer main, 12 -Inch dia., Class 52 L.F. $70.50 2 Ductile Iron water main, 6 -inch dia., Class 52 L.F. $52.50 3 Ductile iron wafer main removal L,F. $11.00 902.01 0.0 708:0 0.0 1.0 4.0 1.0 1.0 2.0 708,0 0.0 1.0 4.0 1.0 1.0 2.0 57788.00 $0.00 $2,335.00 $6,060.00 $690.00 $610.00 $720.00 - LESS AMOUNT AMOUNT DUE DIVISION I- SECTION LESS 5% RETAINAGE SUBTOTAL PREVIOUSLY PAID THIS ESTIMATE FROM LOCAL III OPTION FUNDS I 1 $5,414,380.43 $35,038.56 $1,283,033.30 $64,151.67 $1,218,881.64 4 Gale valve and box, 12 -inch dia. EACH $2,720.00 1.01 1.01 4.0 1.0 1.0 2.0 0.o 0.0 0,0 0.0 0,0 0.0 5 Gale valve and box, 10 -inch dia. EACH $2,335.00 6 Gale valve and box, 6 -Inch die, EACH 51,515,00 7 8 Tee, 12 -inch X 10 -Inch dia, locking EACH $690.00 Tee, 12 -inch X6 -inch dia. Locking EACH $610.00 9 Tee, 6 -inch X 6 -Inch dia. EACH $360.00 10 Bend, 12 -inch dia., any degree EACH $38000 4.0 1,0 4.0 0.0 0.0 0.0 ' 3.0 0.0 14.0 0.0 3,0 0.0 14.0 0.0 $1,140.00 $0.00 $3,080.00 $0.00 - LESS AMOUNT PREVIOUSLY PAID AMOUNT DUE THIS ESTIMATE FROM SEWER DIVISION I- SECTION IV 1 FUNDS I $1,218,881.64 $0.00 $21,422.88 11 Bend, 10 -Inch dia. any degree EACH $325.00 12 Bend, 6 -Inch die., any degree EACH $220,00 13 Sleeve, 12 -inch dia. EACH $365.00 1,0 0.0 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 Lpigeve, 6 -inch dia. I EACH $250M0 3.0 0.0 6.0 6.0 $1,500.00 SUBTOTAL I 16 Megalugs, 12 -inch dia, IEACHI $175.00 10.0 5.0 26.0 0.0 0.0 0.0 100 0.0 45.0 2,0 10,0 0.0 45.0 2.0 $1,750,00 $0.00 $5,850.00 $440.00 LESS AMOUNT PREVIOUSLY PAID I AMOUNT DUE THIS ESTIMATE FROM BOND Al FUNDS $20,351.73 $20,351.73 $0.00 17 Megalugs, 10 -Inch dia, 1 EACH I $17500 18 Megalugs, 6 -inch dia. EACH I $130.00 19 Cap or Plug, 12 -inch dia. EACH I $220:00 2.0 0,0 20 Concrete blocking EACH I $35000 12.0 6,0 0M 0,0 9M 9.0 $3,150.00 i. f' €ter' 21 Hydrant removal EACH I $700.00 6.0 6.0 $4 200.00 22 Hydrant assembly 1 EACH I $4,355.00 6.01 0.0 6.0 298.0 6,0 298,0 $26,130.00 $6 153.70 1 APPROV.a =Y ASP INC•, .grad --n.4.,,,.- - - f ' 1% - DAT #117/24 23 Temporary PVC water main I L.F. $20.65 432.0 0.0 Removal of temporary PVC surface wafer main EACH $1 545,00 2.0 0.0 1.0 1.0 $1,545.00 •- / W /ir // 7 /.• connections to ductile iron water main I APP '(u 0 BY: CI - OF WATERLOO,10' A DATE 25 3/4" Short side water service I EACH $1,150.00 3,01 0,0 2.01 0,0 3,0 2.0 3.0 2,0 $3 450.00 $3,500.00 TOTAL DIVISION II I $189,631.70 26 3/4" Lon• aide water service ' EACH $1,750.00 27 1 1/4" Shod side water service EACH $1 750.00 1.01 0.0 1.0 1.0 $1 750.00 LESS 5% RETAINAGE $9,481.591 ;, y` _-ip 28 2" Wafer service to 2046 E. Ridgeway '- EACH $3,245.00 1.01 0,0 1,01 00 I 1.0 0,0 1.0 0.0 $3 245.00 $0.00 $189 631.70 SUBTOTAL I LESS AMOUNT PREV, PD 'AMOUNT DUE THIS EST $150,150.12 $180,150.12- $000 I ri.y fj °•'1 " Pag9-3 Offsets, MJxMJ, 6 Inch dia, EACH $815.00 TOTALDIVISIONII 1 Prepared by: Pauline C November 5, 2013 Vendor Address City & State Aspro ************************************* Invoice Date Invoice No. 11/01/13 Special Instructions: Est # 11 Qty/Unit Submitted By CITY OF WATERLOO PAYMENT VOUCHER Total Amount Description $784,209.85 0.00 22,379.63 7,111.40 $813,700.88 11/11/13 Batch No. Keyed By: Engineering Department Grant/Project Code # Contract 832 Est No.11 F.Y. Street Reconstruction Program Storm Water Fee Funds Sewer Funds Storm Sewer Bond Funds Change Order # 5 Sport Plex Date Approved By: 9002 A111113 G/L Distribution 205-07-7500-2165 521-07-5300-2162 520-14-5200-2163 409-07-5300-2162 413-08-5150-1396 F.Y. 2013 STREET RECONSTRUCTION PROGRAM- CONTRACT NO. 832 ��� ASPRO UNIT $ ALABAR ON CHARLES W ELEVENTH, W. QW FOREST QW PAY ESTIMATE NO. 11- PAY PERIOD: OCTOBER 15 - OCTOBER 28, 2013 �- W HATHORNE QTY HILLSIDE QTY LAFAYETTE QTY MAY ARD QTY PARK LANE W ROSEBUD QTY CAMPBELL FAIRVIEW BID ITEM DESCRIPTION UNIV. AVE. FR ALLEY ALLEY TOTAL TOTAL QW QTY QTY CITY $ DIVISION -I BASE BID -SECTION I O 2 CONSTRUCT, MAINTAIN, REMOVE TEMPORARY ACCESS AND RE $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 0.0 95.0 $5,643.00 MISC.HMA ,3",1MS1/2",60%CR $48.50 0.0 0.0 0.0 0,0 0.0 0.0 15.9 0.0 0.0 0.0 363.8 0,0 0,0 379,7 $18415.45 3 4 REMOVE AND REPLACE MISC. 6" PCC, C-4 M SY SY SY SY • SY SY SY $101.25 $80.00 $130.85 $135.75 $135.75 $42.25 $165.00 $44.00 $43.25 $42.00 $45.40 $34.00 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 0.0 118.1 0,0 0.0 0.0 95.4 0.0 0.0 213.5 $21,616.88 0.0 0.0 0.0 0.0 0.0 0.0 0.0 ' 457.2 49.5 76,7 122.0 0,0 0.0 0.0 0.0 0,0 0.0 51.4 266.7 26.1 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 165.1 83.3 46.9 88.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 30.0 511,5 68.5 71.1 127.4 126.0 0.0 0,0 0.0 0,0 0,0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.O 0.0 0.0 28.8 317.4 298.9 20.0 26.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 188.2 49.4 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 606.5 ' ' . 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0,0 0.0 0,0 0,0 0.0 0.0 0.0 0.0 30.0 1,198.2 1,463.1 578,3 271.0 362.0 $0.00 $0.00 $0.00 $0.00 - $0.00 $4,950.00 $52 720.80 $63 279.08 5 REMOVE AND REPLACE MISC. 4" HMA OVER 6" PCC, M-4 6 REMOVE AND REPLACE MISC. 4.5" HMA OVER 6" PCC, C-4 7 REMOVE AND REPLACE MISC. 4.5" HMA OVER 7"PCC, M-4 8 REMOVE/REPLACE MISC. SEALCOAT W/ 2" HMA 9 ACC DRIVEWAY APPROACH 70 DRIVEWAY APPROACH AND S/W, 6" PCC, C-4 1 12 DRIVEWAY APPROACH AND SAN, 5" PCO, C-4 SIDEWALK, 4" PCC, C-4 $24,288.60 $12,303.40 $12 308.00 13 PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4 74 PEDESTRIAN RAMP DETECTABLE WARNING SURFACE SF 15 MISCELLANEOUS CONCRETE ® $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 ® ® LF $4.25 $4.25 $4.25 $6.00 $4.25 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0,0 4627.7 0.0 665.6 50,1 300.0 1658.0 0.0 302.1 14.0 50.0 5149.7 0.0 336.5 55.9 0.0 0.0 0.0 0.0 9857.0 0.0 794.3 79.2 0.0 0,0 0.0 0,0 4.4 6000.8 704.2 14.8 2474.1 0.0 214.8 0.0 9508.5 0.0 604.9 2.8 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 33,279.4 6,000.8 $141 437,45 $25,503.40 17 18 4=11.11SY 3,622.4 216.8 $15395.20 $1 300.80 19 20 0.0 0.0 95.0 0.0 246.0 0.0 165,0 27.0 903.5 0.0 0.0 1,786.5 $7,592.63 ® 22 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 17,527.7 $78 874.65 WOVEN GEOTEXTILE SY $4.50 0.0 0.0 0.00 3252.8 3359,23 0.0 898.91 0.0 3253.33 0.0 0.00 0,0 4877.50 0.0 0.00 0.0 2254.53 2616.6 1908.49 0.0 7336,36 0,0 0.00 0.0 0.00 5,869.4 23888,35 $26,412.30 $525,543.70 23 MODIFIED SUBBASE TON $22.00 0,00 24 RECYLED ASPHALT PAVING TON TON $48.00 $48.00 0.0 0,00 0.0 0.00 0.0 2,57 0.0 0.00 0.0 4.32 0.0 0.00 0.0 3.06 0.0 000 0.0 0.00 0.0 0,00 0.0 8.74 0.0 0.00 0,0 0.00 0.0 18.69 $0.00 $897.12 25 ROADSTONE, 3/4" 26 DRAIN TILE, 6" LF $9.90 0.0 0.0 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 $117,503.10 27 DRAIN TILE, 4" LF ® $8.45 $19.40 $200.00 0.0 0.0 0.0 0.0 0,0 0.0 306.0 110.0 0.0 95,0 0,0 25,0 160.0 7.0 0.0 0.0 0,0 890.0 135.0 0.0 0.0 0.0 133.0 104.0 3.0 0.0 135.0 5217.0 0.0 6.0 0.0 0,0 0,0 0.0 0.0 6,571.0 739.0 $55,524.95 $14,336.60 28 DRAIN TILE STUB, 4" o.b 18.0 $3 600.00 30 RF -19C, INLET OUTLET DETAIL (RODENT GUARD EACH $105.00 0,0 0.0 4,0 4.0 0.0 0.0 30.0 0,0 15.0 10.0 9.0 - 0.0 0.0 72.0 $7,56000 37 CONVERT WATER MD $510.00 0,0 0.0 2.0 1.0 3.0 0.0 3,0 0.0 0.0 1.0 0.0 0.0 0.0 10.0 $5,100.00 32 EACH $49.00 0.0 0.0 00 0.0 0,0 0.0 2.0 0.0 0.0 0,0 0.0 0.0 0,0 2,0 $98.00 33 EACH EACH $150.00 $150.00 0.0 0,0 0,0 0.0 0.0 0,0 2,0 2.0 1.0 1,0 0.0 0.0 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 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0,0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 9.0 9.0 147.0 0.0 0.0 $1,350.00 $1,350.00 $3,226.65 $0.00 $0.00 34 WATER SERVICE PAVE BOX, 3/4" 35 COPPER WATER SERVICE, 3/4" ® EACH EACH $21.95 $52.00 $200.00 0.0 0,0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 30,0 0.0 0,0 20.0 0.0 0.0 36 WATER SERVICE CORPORATION, 1" 37 WATER SERVICE CURB STOP, 1" 38 WATER SERVICE PAVE BOX, 1" EACH LF $200.00 $23.50 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0,0 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 $0.00 $0.00 39 COPPER WATER SERVICE, 1" 40 WATER SERVICE. KILL EACH EACH $375.00 $110.00 0,0 0.0 0.0 0.0 1.0 . 0.0 0,0 0.0 0.0 ' 0,0 0.0 0.0 13.0 - 1.0 0.0 ' 0.0 0.0 0.0 1.0 0,0 0.0 0.0 0.0 0.0 0,0 0.0 15,0 CO $5,625.00 $110.00 47 WATER SERVICE TAP, 3/4" OR 1" . 42 EACH $750.00 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 3.0 $2,250.00 43 UNDERGROUND INVESTIGATION -WATER EACH SY SY ® ® $325.00 $16.75 $3.00 $10.40 $58,000.00 0.0 '0.0 0,0 0.0 0.0000 0.0 0,0 0.0 0.0 0.0000 1.0 256.9 0,0 0.0 0.0770 0.0 0,0 0.0 0.0 0.0410 11.0 0.0 0.0 0.0 0.0950 0.0 0.0 0.0 0.0 0.0000 3.0 544.4 0.0 1047.7 0.1830 0,0 0.0 0.0 0.0 0.0000 1.0 0,0 6030.2 0.0_ 0,1500 0.0 0.0 0,0 0.0 0.0680 0.0 820,0 0.0 0.0 0.0900 0.0 0,0 0.0 0,0 0,0000 0.0 0.0 0.0 0.0 0.0180 16,0 1,621.3 6,030,2 1,047.7 0.7220 $5,200.00 $27,156.78 $18 090.60 $10,896.08 $41,876.00 44 TOPSOIL, 4" 45 HYDROSEED 46 TOPSOIL REMOVAL FROM PARKING, EARTHWORK 47 CONSTRUCTION SURVEY 48 LS $55,000.00 0.0000 0.0000 0,1000 0.0400 0,0500 0.0000 0.1900 0,0000 0.1700 0,0500 0.1500 0.0000 0.0000 0,7500 $41,250.00 49 LS $3,000.00 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 1.0 $3000.00 50 DETOUR ROUTE- LAFAYETTE ST. LS $3,000.00 0.00 0.00 0.00 0.00 0,00 0.00 0.0 0.000 0.0 0.65 0.0 63.815 13,0 0,00 0.0 0,000 0.0 0.00 1.0 0.000 0,0 0.00 0.0 0,000 0.0 0.00 0,0 3.230 1,0 0.00 0.0 0.000 0,0 0.00 0.0 0,000 0.0 0.65 1.0 67,045 14.0 $1,950.00 $1,500.00 $3,352.25 $3,640.00 ®DETOUR ROUTE - PARK LANE LS STA EACH $1,500.00 $50.00 $260.00 0.0 0.000 0.0 0,0 0.000 0.0 0.0 0.000 0.0 0.0 0.000 0.0 0.0 0.000 0.0 52 PAINTED PAVEMENT MARKING, WATER BASED 53 PAVEMENT MARKING, SYMBOL OR LEGEND 53A CLEARING AND GRUBBI $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 $7,325.00 538 S.Y. $4.00 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 $268.00 TOTAL BASE BID - DIVISION I SECTION I $1,422,127.45 Page -1 F.Y. 2013 STREET RECONSTRUCTION PROGRAM -- CONTRACT NO. 832 PAY ESTIMATE NO. 11- PAY PERIOD: OCTOBER 15- OCTOBER 28, 2013 CAMPBELL FAIRVIEW 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 II UNIT $ QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY Ory QTY QTY QTY $ 54 STORM SEWER, 2000D, 30" LF $67.05 0.0 0.0 0.0 0.0 0.0 0,0 298.0 0.0 0.0 0,0 _ 0 0 0.0 0.0 0.0 0.0 0.0 0,0 298.0 . 0.0 0.0 674.0 358 0 $19,980.90 $0.00 $0.00 $27,431.80 55 STORM SEWER, 2000D, 24" LF LF $54.55 $49.70 0_0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0:0 36.0 0.0 0.0 0.0 0.0 0.0 0.0 0 0 56 STORM SEWER, 20000, 21" 0.0 0.0 0.0 0.0 5.0 0.0 0.0 0.0 515.0 0,0 0.0 0.0 0.0 57 STORM SEWER, 20000, 18" LF $40.70 0.0 0.0 0.0 118,0 58 STORM SEWER, 2000D, 15" LF LE $36,65 $35.15 0.0 0.0 0.0 0.0 0.0 24.0 18.0 0.0 47.0 0.0 ns 5 00 22.0 94n 5 59 STORM SEWER, 2000D, 12" 142.0 0.0 598.0 0.0 91.5 _ 252.0 14.0 0.0 0.0 0.0 0.0 1,121.5 476.0 $13120.70 $39,420.73 $41 293.00 60 STORM SEWER. 2000D, 36" x 23" ARCH LF $86.75 0.0 0.0 0.0 0.0 0.0 0.0 476.0 0.0 0.0 0.0 0.0 61 STORM SEWER, TRUSS, 8" LF $36.05 _ 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0,0 0.0 0.0 0.0 $0.00 62 STORM MANHOLE, TYPE A, 48" EACH $3,595.00 0.0 0.0 0.0 1.0 4.0 0.0 3.0 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 9.0 1.0 7.0 $32 355.00 $6,500.00 $31500.00 63 STORM MANHOLE, TYPE A, 72" EACH $6,500.00 0.0 0.0 0.0 0,0 0.0 0.0 4.0 0.0 0.0 1.0 3.0 0.0 0.0 0,0 0.0 64 SW -402 RECTANGULAR STORM MANHOLE $4,500.00 0.0 0.0 0.0 65 SW -402 RECTANGULAR -STORM MANHOLE, MODIFIED EACH $4,500.00 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 2.0 0.0 0.0 0.0 0.0 0.0 2.0 3.0 0.0 0.0 0.0 0.0 0.0 0.0 4,0 3.0 $18,000.00 $10 725.00 66 SW -507 SINGLE OPEN -THROAT CURB INTAKE, SMALL BOX EACH $3,575.00 0.0 0.0 0.0 67 SW -509 DOUBLE OPEN -THROAT CURB INTAKE, SMALL BOX EACH EACH LF $4,500.00 $1,900.00 $439.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 " 0.0 0.0 0.0 0.0 0.0 . 0.0 0.0 0.0 0.0 0.0 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 0.0 0.0 0.0 0.0 0.0 0.0 00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 3.0 1,395.0 661.0 $0.00 $5,700.00 $612,405.00 $325 212.00 68 SW -512 CIRCULAR AREA INTAKE CASE 1, WITH SW -604 TYPE 69 RCB, PRECAST, 7' X 3' - 70 RCB, PRECAST, 7' X4' LF $492.00 0.0 0.0 0.0 71 WING WALL CUT OUT FOR 7'X4' RCB LS EACH $5,000.00 $1,675.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 1.0 5.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 5.0 $5,000.00 $8 375.00 72 STORM MANHOLE ACCESS INTO RCB 73 REMOVE EXISTING STRUCTURE EACH $525.00 0,0 0.0 2.0 3,0 0.0 0.0 0.0 7.0 0.0 0.0 0.0 6.0 0.0 TO 3.0 0.0 0.0 0.0 0.0 28.0 0.0 $14,700.00 $0.00 74 REMOVE STORM SEWER PIPE LESS THAN 36" m ® EACH $9.00 $20.00 $2,200.00 0.0 0.0 0.0 0.0 0.0 0.0 0,0 75 REMOVE STORM SEWER PIPE, 42" 0.0 0.0 0.0 0.0 0.0 0.0 0.0 80.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 80,0 20.0 14.0 0.0 4,0 4.0 $1,600.00 $44,000.00 $43,330.00 $0.00 $11,580.00 $4,024.00 76 TYPE E -1-C INLET 0.0 0.0 0.0 2.0 0.0 15.0 0.0 0.0 1.0 2.0 77 TYPE E -2-C INLET EACH $3,095.00 0.0 0.0 2.0 2.0 0.0 0,0 1.0 0.0 3.0 3.0 3,0 78 TYPE E -1-C INLET, USE EXISTING CASTING EACH $1,800.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 3.0 0.0 0.0 0.0 0.0 79 TYPE E -2-C INLET, USE EXISTING CASTING EACH $2,895.00 0.0 0.0 0.0 0.0 80 REM/REPL INLET BOXOUT, E -1-C EACH $1,006.00 0.0 0.0 0.0 0.0 1,0 0.0 0.0 0.0 0.0 0.0 3.0 81 REM/REPL INLET BOXOUT & TOP, MODIFIED E -1-C 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 82 REM/REPL INSERT AND TOP, RA -3 EACH EACH $2,450.00 $2,875.00 0.0 0.0 0.0 0.0 0.0 0.0 2.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 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 2.0 2.0 1.0 1,0 2.0 0.0 $4,900.00 $5,750.00 $3,225.00 $3,600.00 $2,550.00 $0.00 83 REM/REPL INSERT AND TOP, K-1 84 REM/REPL INSERT AND TOP, K-2 EACH EACH $3,225.00 $3,600.00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 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 0.0 0.0 0.0 0.0 0.0 0.0 0.0 85 REM/REPL INSERT AND TOP, K-3 86 TAP AND COLLAR STRUCTURE OR PIPE EACH $1,275.00 0.0 87 INSULATE EXISTING COPPER WATER SERVICE EACH $200.00 0.0 0.0 0.0 0.0 0.0 0.0 _ 0.0 0.0 0.0 88 SLOPE PROTECTION, PCC, 6" SY $59.00 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0,0 24.0 0.0 0.0 24.5 6.0 1.0 0.0 3.0 0.0 0.0 6.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 24,5 39.0 10 $1,445.50 $12,982.32 $4,838.35 89 STORM WATER PROTECTION FOR STRUCTURES EACH $332.88 0.0 0.0 0.0 0.0 2001 LOWER 6"WATER MAIN EACH $4,838.35 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTAL BASE BID - DIVISION I SECTION II CAMPBELL FAIRVIEW $1,355,544.30 BID ITEM DESCRIPTION UNIT 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 UNIT $ QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY $ 90 RECONSTRUCT SANITARY SEWER, 36" LF $165.00 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 91 RECONSTRUCT SANITARY SEWER, 30" LF $150.00 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 33.0 50.0 474.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 39.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 33.0 50.0 1,184.0 1,449.5 $4,950:00 $3900.00 $81,696.00 $94217.50 92 RECONSTRUCT SANITARY SEWER, 15" LF $78.00 0.0 0.0 0.0 93 RECONSTRUCT SANITARY SEWER, 12" LF LF $69.00 $65.00 0.0 0.0 0.0 0.0 0.0 710.0 94 RECONSTRUCT SANITARY SEWER, 10" 0.0 0.0 0.0 647.0 0.0 763.5 95 RECONSTRUCT SANITARY SEWER, 8" LF LF $55.00 $65.00 0.0 0.0 0,0 0.0 1396.5 0.0 459.0 0.0 0,0 0.0 0.0 0.0 580.5 0.0 0.0 0.0 0.0 29:0 784.0 0.0 466.5 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 3,220.0 29.0 3,313.0 17.0 1.0 0.0 $177,100.00 $1,885.00 $147,428.50 $73,950.00 $4,550.00 $0.00 96 REMOVE AND REPLACE SANITARY SEWER, 8" 97 SANITARY SEWER SERVICE, 6" LF $44.50 0.0 0.0 660.5 269.0 925.0 0.0 855.0 0.0 137.0 98 STANDARD SANITARY MANHOLE, 48" EACH $4,350.00 0.0 0.0 4.0 2.0 0.0 3.0 0.0 0.0 0.0 5.0 0.0 0.0 0.0 0.0 0.0 3.0 0.0 0.0 0.0 98A STANDARD SANITARY DROP MANHOLE, 48" EACH $4,550.00 0.0 0.0 1.0 99 STANDARD SANITARY DROP MANHOLE, 60" EACH $6,300.00 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 99A STANDARD SANITARY MANHOLE, 60" EACH $5,825.00 0.0 0.0 0.0 0.0 0.0 0.0 1.0 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 1.0 20,0 2.0 $5,825.00 $13,000.00 $800.00 100 REMOVE EXISTING STRUCTURE, SANITARY MANHOLE EACH1 EACH $650.00 $400.00 0.0 0.0 0.0 5.0 2.0 3.0 1.0 0.0 0.0 7.0 1.0 0.0 0.0 101 TRACE SANITARY SEWER SERVICE 0.0 0.0 0.0 102 DYE TEST INVESTIGATION EACH $175.00 0.0 0.0 1.0 1.0 5,0 0.0 5.0 0.0 2.0 2.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 16.0 0.0 $2,800.00 $0.00 103 UNDERGROUND INVESTIGATION -SANITARY EACH $410.00 _ 00 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1001 SANITARY SEWER SERVICE, 8", C-900, W/ COLLAR REMOVAL EACH $2,871.00 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 2,871.00 1002 SANITARY SEWER SERVICE, 8", C-900 SLEEVE EACH $176.00 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 7.0 $1,232.00 1003 SANITARY SEWER SERVICE, 4", SDR 23.5, RELOCATE EACH EACH $1,328.63 $701.80 0.0 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 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 1.0 $1, 328.63 $701.80 1004 TEMPORARY SANITARY STORM CONNECTION 3001 LOWER EXISTING 8" SANITARY SEWER MAIN 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 00 1.0 $2,589.87 TOTAL BASE BID - DIVISION I SECTION III $620,825.30 age - F.Y. 2013 STREET RECONSTRUCTION PROGRAM - CONTRACT NO. 832 PAY ESTIMATE NO. 11- PAY PERIOD: OCTOBER 15- OCTOBER 28, 2013 CAMPBELL FAIRVIEW UNIT ASPRO ALABAR CHARLES ELEVENTH, W. FOREST HAWTHORNE HILLSIDE LAFAYETTE MAYNARD PARK LANE ROSEBUD UNIV. AVE, FR ALLEY ALLEY TOTAL DIVISION I BASE BID - SECTION IV - STORM SEWER IN ALLEYS _ UNIT $ LF $4.25 QTY QTY QTY QTY QTY 0.0 QTY _ 0,0 QTY 0.0 QTY 0,0 QTY 0.0 QTY 0.0 QTY QTY 0.0 00 QTY 0.0 pry 0.0 704 SAWING 0.0 0.0 0.0 0.0 $0.00 705 SIDEWALK AND DRIVEWAY REMOVAL SY $6.00 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 $0.00 $0.00 706 REMOVE AND REPLACE MISC. 3" HMA OVER 6" PCC, M-4 SY $125.00 0.0 0.0 0,0 0.0 0.0 0,0 707 ALLEY OR DRIVEWAY APPROACH AND 6" PCC, C-4 $90.00 0.0 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0.0 00 0.0 0.0 0.0 1.0 128.0 130.0 7,77 0.0 0.0 0.0 1.0 128.0 130.0 7.77 0.0 $0.00 $0.00 $2500.00 $4 601.60 108 STORM MANHOLE, TYPE A, 48" $3,595.00 0.0 • • 0,0 0.0 0.0 0,0 109 SW -511 RECTANGULAR AREA INTAKE $2,500.00 0.0 0.0 0.0 0.0 0.0 0.0 110 STORM SEWER, 2000D, 12" $35.95 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 0.0 0,0 0.0 0.0 0.0 0,00 111 EXCAVATION/GRADING SY $8.00 0.0 0.0 0.0 0.0 0.0 $1 040.00 $372,96 $0.00 112 RECYLED ASPHALT PAVING TON $48.00 0.0 0.0 0.0 0.0 0.0 0.0 113 TRAFFIC CONTROL LS $1 500.00 0.0 0.0 0.0 0,0 0.0 0,0 0.0 0.0 0.0 0.0 0,0 0.0 TOTAL BASE BID - DIVISION I SECTION IV $8,514.56 TOTAL BASE BID - $3,407,011.61 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 ALTERNATE A - UNIT $ QTY QTY CM QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY $ 2",HMA 1M S 1/2", 60% CR SY $10,70 0.0 0.0 0.0 0.0 3282.0 0.0 0.0 0.0 0.0 8504,2 0,0 0.0 0,0 0.0 0.0 0.0 0.0 5011.9 2065.3 2065.3 2065,3 0.0 0.0 0.0 0.0 0.0 0.0 0.0 8348.2 0.0 0.0 0.0 0.0 0.0 5,347. 5,347.3 5,347.3 24,192.0 14,050.1 10,881.9 24,932,0 4,840.0 6,831.5 6,783.0 976.0 1,010.7 0,0 57,216.11 $61 493.95 2A 2 1/2", HMA 1M 1 3/4", 60% CR SY $11.50 0.0 0.0 0.0 0.0 3282.0 3282.0 0.0 0,0 0.0 3A 3", HMA 1M B 3/4", 60% CR Ma $13.55 SY $10.75 0,0 0.0 0.0 0.0 0.0 0.0 $72,455.92 $260 064.00 $266,249.40 $281 297.12 $339075.20 4A 2", HMA 3M S 1/2", 75% CR 2327.7 0.0 0.0 5A 4", HMA 3M 13/4", 75% CR SY $18.95 0.0 0.0 0.0 0.0 0.0 0.0 0.0 8504.2 8504.2 0.0 0,0 0.0 0,0 0.0 5701.9 0.0 5701.9 0,0 0,0 0.0 0,0 1778.0 8348,2 0.0 0.0 0.0 6348.2 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 6A 5912", HMA 3M 13/4", 75% CR SY $25.85 0.0 0.0 2377.7 0.0 0.0 0.0 7A 3", HMA 3M B 3/4", 75% CR SY $13.60 0.0 0.0 2377.7 0.0 0.0 0.0 0.0 BA CURB AND GUTTER, PCC, C-4, 24" WIDE, 71/2" THICK LF $12.75 0.0 0.0 0.0 1177.0 1885.0 $61 710.00 9A CURB AND GUTTER, PCC, C-4, 24" WIDE, 9" THICK $14.25 OA 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 2351.0 0.0 370.2 475,3 0.0 0.0 0.0 0.0 4480.5 9.8 0.0 0,0 0,0 0.0 0.0 0,0 $97,348.88 $105,136.50 t0A CURB AND GUTTER, PCC, C-4, 24" WIDE, 10.5" THICK $15.50 0.0 0.0 2813.0 0.0 0.0 0.0 11A COLD WEATHER CONCRETE PROTECTION SY $3.60 SY $4.00 0.0 0.0 0.0 0,0 0,0 273.8 605.8 261.6 0.0 0.0 0.0 0.0 $3 513.60 $4,042.80 12A LIN SEED OIL TREATMENT 13A PAVEMENT SAMPLES AND TESTING LS $3,500.00 0.0 0.0 0,0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 14A EXCAVATION CY $10.50 0.0 0,0 1034.0 855.5 1260.1 0.0 2726.6 0.0 2788.5 937.1 3149.8 0.0 0.0 12,751.6 $133891.80 =TOTAL $7 783495.26 DIVISION II- WATER MAIN N II -WATER ASPRO QTY QTY TOTAL -� - ITEM DESCRIPTION UNIT UNIT $ THIS EST PREVIOUS QTY TO DATE TOTAL COST 1 AWWA Standard C909 PVC, 6 inch dia L.F. $42.50 0.0 0.0 0,0 $0.00 2 Ductile iron water main, 6 -inch tlia., Class 52 L.F. $52.50 140.0 410,0 550.0 $28,875.00 3 Ductile iron water main removal L.F. $11.00 140,0 0.0 140,0 $1,540.00 4 Tapping sleeve, valve antl box, 6 on -6 inch dia. EACH $3,695.00 0.0 1.0 1.0 $3,695.00 _ 5 Tapping sleeve, valve and box, 12 on 6 inch tlia. EACH $3,895.00 0.0 1.0 1.0 $3,895.00 6 Gate valve and box, 6 -inch dia. EACH $1,370.00 0.0 0.0 0.0 $0.00 7 Gale valve antl box, 4 -inch tlia. EACH $1,370.00 0.0 0.0 0.0 $0.00 8 Cross, 6 inch x 6 inch tlia. EACH $500.00 0.0 0,0 0.0 $0.00 - 9 10 Tee, 6 -inch X ia,, a tlia. Bend, 6 -inch tlia., any degree EACH $230.00 EACH $230.00 0,0 0.0 0.0 $0.00 1.0 7.0 8.0 $7,840.00 17 Sleeve, ch tlia. EACH $250.00 1.0 1.0 2.0 $500.00 - - 12 Reducer, 8 inch x 4 inch dia EACH $300.00 0.0 0.0 _ 0,0 $0.00 -�-= 13. dia. EACH $130.00 0.0 11.0 13.0 $1,690.00 ib Ca. or Flu., 6-inchn Cs•ll removed EACH $180.00 0.0 0.0. 0.0 $0.00 15 and plug with 2 inch mom. for flushing EACH $575.00 EACH $355.00 0.0 0,0 0.0 4.0 0.0 0,0 $0.00 $1,775.00$0 16 17 llomove Concrete Hydrant Hydrant removal removal• EACH $700.00 0.0 0.0 0.0 $0.00 18 Hydrant assembly EACH $4,795.00 0,0 1.0 1.0 $4,795.00 20 Removraal PVC water main L.F. $20.65 0.0 0.0 0.0 $0.00 20 Removalnof surfacewater main EACH $1,545.00 0.0 0.0 0.0 $0.00 ntcmporaryuVC cot side w s vie Iron water main 22 3/4 Short r service $1,150.00 0.0 0.0 0.0 $2,3$0.00 22 side water 3/4" Long sitlewater service EACH $1,250.00 0.0 0.0 0.0 $0.00 23 1" Short side water service EACH $1,250.00 0.0 0.0 0.0 $0.00 24 1" Long side water service EACH $2,250.00 0.0 0.0 0.0 $0.00 25 1 1/2" Short side water service EACH $2,000.00 0.0 0,0 0,0 $0.00 26 Traffic control-Ansborough at Univ Av. Fr, Rd. LS $2,500.00 0.0 1.0 1,0 $2,500.00 27 28 Pavement Rem. And Repl: Ansborough at Univ. Av. Fr. Rd. SY $100.00 0.0 79,0 79.0 $7,900.00 TOTAL DIVISION II $61,305.00 Traffic control -Wisner and W. 6th LS $1,000.00 0.0 0.0 0.0 $0.00 LESS 5% RETAINAGE PREVIOUSLY PAID $3,065.25 58,239.75 $46,569.00 29 Pavement Rem. And Repl.-Wisner and W. 6th SY $100.00 0.0 0.0 0.0 $0.00 SUBTOTAL 7 LESS AMOUNT 30 Hydroseed- Wisner, W. 6th, Loretta and Easley SY $3.00 0,0 0.0 0,0 $0.00 31 = _,: Ggi Asphalt Paving TON $48.00 0 0 0.0 0.0 $0.00 AMOUNT DUE THIS ESTIMATE $11,670.75 TOTAL DIVISION II $61,305.00 1 F.Y. 2013 STREET RECONSTRUCTION PROGRAM --- CONTRACT NO. 832 I PAY ESTIMATE NO. 11- PAY PERIOD: OCTOBER -15 -OCTOBER 28, 2013 I 1 DIVISION I TOTAL BASE BID SECTIONS I AND II +ALTERNATE A DIVISION II (WATER MAIN) .$4,527,167.01 $67,305.00 DIVISION ITOTAL BASE BID SECTIONS 1 AND II + ALTERNATE A+ DIVISION II $4,582472.01 $500,000.00 $4,082,472.01 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 1$204,123.60 SUBTOTAL 1 $3,878,348.40 $3,094,138,56 LESS AMOUNT PREVIOUSLY PAID I AMOUNT DUE THIS ESTIMATE FROM LOCAL OPTION FUNDS 8784,209.85 DIVISION I SECTION II BID ITEMS 69-72 (STORM WATER FEE UP TO $500.000 $500000.00 $25,000.00 $475,000.00$2 LESS 5% RETAINAGE ON BID ITEMS 69-72 (UP TO $25,000.00) SUBTOTAL (UP TO $475,000.00) LESS AMOUNT PREVIOUSLY PAID $475,000.00 AMOUNT DUE THIS ESTIMATE FROM STORM WATER FEE FUNDS $0.00 DIVISION I SECTION III $620,825.30 LESS 5% RETAINAGE $31,041.27 SUBTOTAL $589,784.04 LESS AMOUNT PREVIOUSLY PAID $567,404.41 AMOUNT DUE THIS ESTIMATE FROM SEWER FUNDS -- $22,379.63 DIVISION I SECTION IV $8,514.56 LESS5%RETAINAGE . $425.73 SUBTOTAL $8,088.83 LESS AMOUNT PREVIOUSLY PAID --- $8,088.83 AMOUNT DUE THIS ESTIMATE FROM STORM SEWER BOND FUN S $000 ASPRO CHANGE ORDER NO. 5 -SPORTS PLEX UNIT UNITS CITY COST 5081 CONCRETE PAVING REMOVAL SY $4.25 1268.40 $5,390.70 5002 SIDEWALK REMOVAL i SY $4.25 66.40 $282.20 5003 SAW CUT LF $4.25 90.00 $382.50 5004 REMOVE EXISTING STRUCTURE EACH $528.00 2.0 $1,056.00 TOTAL CHANGE ORDER NO.5 - $7,771.40 AMOUNT DUE THIS ESTIMATE FROM BOND FUNDS $7,111.40 (NO RETAINAGE) /"1 24 ! / .4 ' / , /, -71 ,/i7 X 1.f IS /L ;n, /J//4/..1 APPROVED • /Air" IN SID ISS__ -D `2P" .4241 //9.!9 T00,10 / . APPRO CITY OF A J DATE 1—_ Page -4 Prepared by: Pauline C November 5, 2013 Vendor Address City & State Invoice Date 11/01/13 Aspro Special Instructions: Invoice # 10 Qty/Unit CITY OF WATERLOO PAYMENT VOUCHER Vendor # Engineering Department Grant/Project Code # Amount Description 2013 Asphalt Overlay Program $17,317.10 Contract No. 833 Est No 10 $2,036.18 Parking Lot @ Sport Plex Total $19,353.28 10/7/13 Submitted By Date Approved By: 9002 A111113 Batch No. Keyed By: G/L Distribution 205-07-7500-2165 413-07-4180-2180 ict 3 n.mumniwtoxriturnaant p.munk•lo anmucnn -`.2- I— =I 1 „,._, ____ .. fl . ;seas, . ,.. -..a, anaw ..,,..Tai ...,.., M „ , pop, pp. , a, „ ,„, ala a. aa .0,,,,, i WM1111. Tara an. ..„„___ Petteeen I I _r , , tafla laTreelee 1,}M1 nI mnne "''''"'"E"?` It"-Erssew_a_ so a a ees.nee,eas„,esss, a Inn.= oo al:. ,s os 's flan 0.sos..inosis, a " ' '',1° .•;.s. 4OVAR13009µR 101AR0130ezaZFO a p.ir= a, IIIM b. op fl. co a. a ow . ..ara, FAcu o. =MI " . a a. a. a a a a a a • II " ____„0 „.., a, _ rueLes511011 EA°1 • a a a .. 0. a RO I DO I a 00 a e a . OD a 00 1 pp " a .:0 j " pp pp ir. „„,s OPROVERMIREftWeeellYRIDerr Rea} " a a " " " pp .° " 1 a •• a MS a •• " " " "1 neatorOsgratg Re IRO, I 00 a le a a a "POa a a " v a a 00 a a30ICe "LI ' "" " 1”• °. Do 0 a a a 00 o ta a "' 1 ' "• wat tos,ssswes a 0 00 197/1 3 __RnIn ssse_esswennsces„„.,,Thaeseces, muse: iso so I a a a I „s is!, MilM a . a oo o a moo , „„ „ewes _ „ oo as -seam so j • i a so wo a a ° I oo I so k.een e. se so .ms.seessea,sness„.- so 0. a a na e „so rei„o „ . a a oo a a issso 5 ses smo, _ a. AM,RMACENT411, M4 0.1p :__ 410 lie aa •1111=1111111 a . a a. .. a 00 00 a .a I a a a a. a. I .„ ...,,,,...........,...„.„„:„. TE,, a, !MIIIIIIIIMITINIMr111 , 1,„„,.....,„,,,,....„„„.....-. a. MIWIpp 0„, ... .., , a. pp aPP I pp I poop paa ,„ Pa2.p p taw ............,,,,„„amaaaaa,,,,.. pap, • , ... i „.,aa, pp apI I ., pppp IIIMMW 0 ao wa : a J.. „a I .., SMII pp op ! I „a a a a pp spa releATF_ a. "i " i ea, I „„ eia pp ppIpp I a a a a "" a 00 PP PP o Pp OS 0 a „ a eppp •e " to I 0D5 I a„ WIIIIIIn . a a a. a a. 1 . a i a I .° , „a irinra so a a a I no „ o 9 pp fl a so a . I so , a n .wsm`tavr,”1.3n" MIppa a a pp so I so a es a os a so a a a p a so a ala ' ceser„,„ „.,,,,,esss-..„, poqp pp a a es I a a a I a a " " a a °° a " a pp pp Pp ,,,,,esse,Th.ssis,,sas ,Thep P0004 pp pp °° 35 PROMO!! Men. a a '" " " a ." " a I a so p „ a " ' ”I" o__„„ 0 , a „ isoNTeepeA cerrn.mas nirMnI14"inn fla ala a I a 0 IrrnninIn' a °° ” • a a I a p.' pp .p pp flan a a a .s 3 .0. e.esoto TwsiccaNTR. Inn" "a"" I IS MIIIIIMIIIIIIIIMIS ow vas ow on go e„ go a. og Og In. s pa " "1"' n_on t•PaCS ana 111r= e. a „ Ia .. 00 a a a ap a, .a.,,a ..„,,,,,,-.1.0.„ „, „a . ia i .0 ap ala a i .. 1 a a 1 a I a a a I a 1 .0 a aa .p a a .p a i a a a a 1 . I .. I a I I a a ap a a ” a a a 0,, i a. .a a a a a. a a I a a I a pp pp papapapapapllptoppaappppoppppppap . .... a.,..„.. app 0 pp pp „,, „.....,....a ...wawa._ .p a a 0p a i a .. PP a . ioe a " pp111" " ' i""°1 ',ma ......,....a. aa„ a a 111111Stlf a i . MT= . 1 a ppa a n11111n6n1 .0 - , • ... I i I = ,, SIIIIIIII p , f MEN I I OTALCONBTRucTION e. a Ma I allIE ni I p -401011111 1111=1 i RETAILIAGE zinags-an I acifialEriSSEIM I I I SUBTOTAL i i I mrailarent....nriasigas s I I a morastnrarnararawannsis sim I mar=intanmene 5 555,55a allISEMI" affraCiartall1111aM1111111111flinum I =MI TOTAL Mr Eir i i I ESTWATE ti nrila i iI fi 1 ; F I IIIIIIM a I S IIIIIrMinal.11 I /i tn; =NM OREM A111•11 11111171W 1111 •WaIlill/f , IlltriltrlIWITINCI 1111111/AWSWalon Will11111111.11 ; Egg, ,, .1 , no NIL mons Ex; i ow s ma 1!:!• ; 11111111101111111111 1 " .. s " 116111 1 A flIP Vanillin, MIMS i ' 111111111•11111111111111CSIIIIIIIIIIIMIt ; 1 1 MOM / 1 aa11181111•11 lonlaue amparant Wanting ; SarnmiiimiallIl11111111 • asnapatrawinfain non_Maailielia M --affiirielliel iiirninii=ii i i Ma i it unrWiMileMINIII 1 NM alinE I ci as I ofw ict 3 Vouchers Prepared by Pauline C CITY OF WATERLOO PAYMENT VOUCHER November 5, 2013 Batch No. Keyed By: Vendor Stickfort Construction Department: Engineering Address Grant/Project Code# City & State ************************************* 9002 A111113 Invoice Date Qty/Unit Amount Description G/L Distribution 11/4/13 Est # 6 20,085.58 Blowers Creek Cunette repairs 409-07-5600-2171 City Contract No. 845 Special Instructions: Total $ 20,085.58 10/05/13 Submitted By Date Approved By: Date An Equal Opportunity/Affirmative Action Employer F.Y. 2013 BLOWERS CREEK CUNEITE REPLAIRS CONTRACT #845 ESTIMATE #6 BASE BID BID TOTAL STICKFORT STICKFORT ITEM DESCRIPTION. UNIT_ QUANTITY UNIT PRICE TOTAL EST 1 PCC PAVEMENT REMOVAL SY 1,554.30 $ 8.00 $ 12,434.40 2 CLEARING AND GRUBBING LS 1.00 $ 1,500,00 S 1,500.00 3 SALVAGE RIPRAP, STOCKPILE AND SPREAD LS 0.50 $ 1,500.00 S 750.00 4 EXCAVATION, CLASS 10 CY 8,798,50 $ 8.00 S 70,388.00 5 COMPACTION WITH M&D CY 6,577.10 $ 3,00 S 19,731.30 6 COMPACTION TESTING LS 1.00 $ 2,500.00 $ 2,500.00 7 PCC PAVEMENT, 6" SY 4,051.60 $ 44.00 S 178,270.40 8 ED JOINT LF 72.00 $ 11,00 $ 792.00 9 RT JOINT LF 399,00 $ 11,00 $ 4,389.00 10 COLD WEATHER PROTECTION SY 1,767.60 $ 2.00 5 3,535,20 11 ENGINEERING FABRIC SY - $ 10,00 $ 12 TOPSOIL CY 1,193,20 $ 1000- $ 11,932.00 13 INSTALL SILT FENCE LF 225.00 $ 4.00 $ 900.00 14 CLEAN SILT FENCE LF - $ 1.00 $ - 15 REMOVE SILT FENCE LF - $ 1.00 T - 16 SEEDING ACRE 3,56 $ 2,750,00 5 9,790.00 17 FERTILIZING ACRE 3.56 $ 330.00 $ 1,174.80 18 MULCHING ACRE 2,91 $ 1,155.00 5 3,361.05 19 ROII FD EROSION CONTROL PRODUCT SY 3,16000 $. 1,35 $ 4,266,00 20 SWPP MAINTENANCE, INSPECTION AND REPORTING LS 1.00 $ 2,500,00 $ 2,500.00 21 TRAFFIC CONTROL AND BARRICADING LS 1,00. $ 2,500,00 $ 2,500,00 1001 #4 BARS, 24" LONG @ 3' CENTERS EACH 1,400,00 $ 3.30 $ 4,620,00 1002 PUMPING CONRETE UNDER EXTISING SLAB CY 146.75 $ 209.00 $ 30,670.75 TOTAL BASE BID $ 366,004.90 ALTERNATE #1 BID TOTAL STICKFORT STICKFORT ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL EST. 1 PCC PAVEMENT REMOVAL SY 0,0 $ - S - 2 CLEARING AND GRUBBING LS 1,0 $ 1,500,00 $ 1,500.00 3 SALVAGE RIPRAP, STOCKPILE AND SPREAD LS 0.0 $ - $ - 4 EXCAVATION, CLASS IO CY 2613.4 $ 8.00 $ 20,907.20 5 COMPACTION WITH M&D CY 1567,5 $ 3.00 S 4,702,50 6 COMPACTION TESTING LS 1.0 $ 1,500.00 $ 1,500,00 7 PCC PAVEMENT, 6" SY 0,0 $ S - 8 ED JOINT LF 0.0 $ - $ - 9 RT JOINT LF 0,0 $ - $ 10 COLD WEATHER PROTECTION SY 0.0 5 S 11 ENGINEERING FABRIC SY 0.0 $ 10,00 $ 12 TOPSOIL CY 359,7 8 10.00 $ 3,597.00 13 INSTALL SILT FENCE LF 0.0 S - $ 14 CLEAN SILT FENCE LF 0,0 $ S 15 REMOVE SILT FENCE LF 0,0 $ - $ - 16 SEEDING ACRE 0.0 $ 2,750.00 $ - 17 FERTII DING ACRE 0.0 $ 330.00 5 - 18 MULCHING ACRE 0,0 $ 1,155,00 $ - 19 ROLLED EROSION CONTROL PRODUCT SY 0.0 $ 1.35 $ 20 SWPP MAINTENANCE, INSPECTION AND REPORTING LS 1.00 $ 1,500,00 $ 1,500,00 21 TRAFFIC CONTROL AND BARRICADING LS 1.00 $ 2,000.00 $ 2,000.00 TOTAL ALTERNATE #1 $ 35,706,70 STIC 1-k TICONST RUCTION �� OF WA EL u TOTAL CONSTRUCTION BASE BID + ALT #1 $ 401,711,60 LESS 5% RETAINAGE 5 SUBTOTAL S 401,711.60 LESS PREVIOUS ESTIMATE S 381,626,02 TOTAL THIS ESTIMATE $ 20,085.58 CITY OF WATERLOO PAYMENT VOUCHER November 11, 2013 Vendor No. Vendor Name Croell & Subsidiaries, Inc. Address 2010 Kenwood Ave City & State PO Box 363 New Hampton, IA 50639 Invoice Date ***********«..<.******************** Department: Engineering Grant/Project Code # 07STR(711) Invoice No. Qty/Unit Amount Description G/L Distribution 10/30/13 17 82,143.53 W Shaulis Rd/Ans Ave Est No. 17 290-07-7500-2165 20,535.88 Supplemental # 2 205-07-7500-2165 STP -U-81545(711)-70-07 Contract 784 Total $ 102,679.41 Special Instructions: �/Vie 11/5/13 Submitted By Date Approved By: Date An Equal Opportunity/Affirmative Action Employer 9002 A111113 MM KIRKHAM MICHAEL Arizona • Colorado Iowa + Kansas • Nebraska CONTRACTOR'S PROGRESS ESTIMATE NUMBER 17 PROJECT: West Shaulis Road / Ansborugh Avenue DATE: October 30, 2013 STP -U-8155(711)--70-07 OWNER: City of Waterloo, Iowa CONTRACT FOR: PCC Paving CONTRACTOR: Croell & Subsidiaries, Inc. 2010 Kenwood Ave. PO Box 363 New Hampton, IA 50659 www.kirkhazn.com ENG: Kirkham Michael Greg Cabalka, P.E. 11021 Aurora Avenue Urbandale, Iowa 50322 DOT CONTRACT DATE: February 16, 2012 DOT CONTRACT ID: 07-8155-711 *See attached schedule for quantities done to date. I have reviewed this estimate and it appears to be correct. id- KIRKHAM, ICHAEL & ASSOCIATES By: Approved: onstruction Engineer (Owne ,-, i 1;'0 Date: Date: /O -5d -3 11021 Aurora Avenue • Des Moines, IA 50322 • (515) 270-0848 • FAX (515) 270-1067 Division 1: City of Waterloo Division 2: Waterloo Water Works Project Total: Total Completed and Stored to Date: $2,658,360.69 $796,538.67 $3,454,899.36 Retained: (Maximum $30,000) $9,963.05 $20,036.95 $30,000.00 Previous Estimates: $2,545,718.23 $776,501.72 $3,322,219.95 Due Contractor This Estimate: _� /$102,679. 7$102,679.41 I have reviewed this estimate and it appears to be correct. id- KIRKHAM, ICHAEL & ASSOCIATES By: Approved: onstruction Engineer (Owne ,-, i 1;'0 Date: Date: /O -5d -3 11021 Aurora Avenue • Des Moines, IA 50322 • (515) 270-0848 • FAX (515) 270-1067 �^« a- y Y >:nBII«nX £ ae , 3 d8 8 v'I:.DFvGnYYF 3F8 "^1R % _ P�3i -'�S qJ 5 SnSa.JSa�V, _ 0 v. d e%d}3..s $4�F v^ y. '�.' £ yg 3 p&S^Ad.a "093 d£3 a55 ."G`V.G?Sd�yy i9 3 6' A S' yP'.• -A' A G 4 ?�3 -{ �SSe$a,€.€a%'s u xsyygg9 ,-•.g::1gn g99 asm�D$3frt$G% gg fi$$3 's'e gg % gg 2I%& �z <avev: g a$?g,$a$E€-a%8%s'?§C ..^- ^agg ggggE ;% _i ?; gg 35%gg€£ A §§gg% Td3 n+' ff388 .$g`9o§ x y.aa § .s E€% x% s2- o �9} a 4 m b dg_� % 4$s, 'E A?�:'"� SEtt$ -{' E°t ^dP 33 q ST 86§%} - g.. '].$n 82a'99a n $� a m=.d Yga �i3 � ].QT b,fi ad }EIIa-� a3^.n� -§ '#¢ n �Eg=S �a _ y a gist, S« : r$ s $°e3s5nSi= ^' i9 a%$& r a % %-2 = i d . 9S:'. i\ii M1� c 1 .a 2 - a AE__Yi --. 2 3£Yq 8 - _o E2q 32$A. I. S Pv $3 a£d2F.y'--i°.2 y- _ S 834 %9F5535 s¢� $ ;.digs S^ 3�'a3 o oo33i _4 i ] S.%_�##�8$?$b$$$S$48's 'a' :��=s - , a88888$8$$$'.$$°�$9:e48a38agt sya_a:--aigx 3 d z ."^. y.0 amu-q'e 9. e'S$$$eBEoE.-a.3$e4II5 a_£__g's '3a.. _..d •a6r $sa% s= a `e,- Sa Y 'o€:�i$o ^ ' �5555�-"B�� a= .� '„$� e, y ', b%„ °555: ��k,. 979 �' 9' �.i6 8 5'5555''555: 8888 ".ee ., CLEARINGS GRU®MG FRC/54E110, CLASS SR. ROWY6 505508 LE LMIES TORSOS ROMP SALVAGES SPREAD s E 4® ;4 „00 z GRAMMAR SHOULDERS, ME B _ SHOULDER CONSTRICTION FARINA 44 5 . °d 02Y 2 ✓6w gi 05 Na NOT MIX ASPHALT MIXTURE, COMMERCNL NI% ORCLLOE9 ASPHALT DRIERS AS PER RAN SURFACING DRIVEWAY, CIES ACRUSHED STEWS ¢e a <�� aQa4 5 3 . $� 5 PRECISE CONCRETE VOX CELVFAT, 1OIT. %5 FT. !PRECAST CONCRETE BOA CULVERT STPNGHS END SECTION IO FT. SIFT. _.._ ag���6-x:: GGp `zee a0u a38 g.. g_ ss -r"63 �k AC�r'o 5''� 0_0' �`CG &$&§&`3 22224 y 33 u 55 e2`aa3 .." w4 di ga �`' RECREATIONAL TML FORTLANO CEMFNS CONCRETE. 5 W. SPECIAL COMPACTION CF5 WGMOE FOR RECREATIONAL TMx za a w 82 95194900040REMOVALAIOREWSTALAIN IOP FENCE FIELD 15244195100 'POSTS WEOB- TYPE AIB SIGNS 4110/111 38 :8 z� �} : t„ PAVEMENTPAINTED MARRING, WEIERGORNE OR SELVEMRASEO TRAFFIC CONTROL MOSILWTION ATERMAIN TRENCHES OUCTILEIRON HPE IOWA EOM.._ WA -FERRARI ISMS CAIRO PPE, TREMCRLESS DUCTILE EMI PPE RIM, 101X. FITTINGS GYWEIGNT, DSCIILE RONPIE S -„ wg-x Suis a 5 .5 _a g ; u i SEEDING&EATLEING IRURAL1 I SILT FENCE I SILT FENCE FOR DITCH CIECHS REMOVALS ASEER RAH '• CULVERT.CCWCRETE EPA 90000.TRENCHL ESA 36 01.1314 MOBILIZATIONS, EROSION CONTROL & Bea r a Y g„ off` i„ I iFm ?o'mx 32s" - 58 gi.Q nY s9s a68:� R3 - =; e I- -`�e� e%a¢ gv Y £ - 2” CONCRETE, 16111. ERA A0e1BOSI OS G110 Valves, 1/A01104M s el 9?' ni 4u 1S sw ae MULCHiNO, W OOO CELLULOSE FIBER MOW $ 8 3 Sxa :xFr e r e e c P23"«R ^•8E6.^�. w3i 999"99Y 92e F-8 Y eXo_.o 2&&&R yaaoeva.vee TeY 986%rP& - i G 7962.55 :R.Sp%8 q`^n =en .%m2 FP« g 951 p yEn el4 FnaS8888858858885888 s "8n'R ...aye.n^.y ...::et 2££<_<_2%8: ae»_%=sesasP..9.. oaooa000aEa9e.,Eevaaaaaaaasaovaoo9ovoaaa000>aaaaaveeeevaovooo...___e_.emm_y....mmmm anss E$&89Rseal1.E$89e!egn 8&9X.3e8.9X8P8.P58B5ft%3XA3%3259$&89226$8^.PPO°?=XFA t L = c Vouchers Prepared by Pauline Closson , CITY OF WATERLOO 9002 PAYMENT VOUCHER A111113 November 5, 2013 Vendor No. Batch No. Vendor B & B Builders Departmen Engineering Department Address Grant/Project Code # City & State Ciuty & State ************************************* Invoice Date Invoice No. 11/1/13 Special Instructions: Amount Keyed By: Description G/L Distribution Contract No. 852 Est No 3 33,569.21 2013 SW Repair Assessment Program Zone 3 - 10/17 - 10/30/13 Total $ 33,569.21 J � 2( :C / iC f /1A ,YY 11/5/13 Submitted By Approved By: 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 #3 PERIOD: October 17 to October 30, 2013 BID ITEM ITEM DESCRIPTION UNIT CONTRALTO 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 8,858.8 3,684.5 12,543.3 $21,922.78. $74,632.64 2 REM/REP SIDEWALK, 5", PCC SF $ 6.60 3,171.1 $ 20,929.26 840.2 1,612.6 2,452.8 $10,643.16 $16,188.48 3 REM/REP SIDEWALK, 6", PCC SF $ 7.35 1,607.7 $ 11,816.60 - 680.5 237.0 917,5. $1,741.95 $6,743.63 4 WATER VALVE ADJUSTMENT EA $ 200.00 22.0 $ 4,400.00 7.0 3.0 9.0 $600.00 $1,800.00 5 CLEAN SIDEWALK EA $ 250.00 10.0 $ 2,500.00 5.0 1.0 ' 7.0 - $250.00 $1,750.00 6 SIDEWALK PATCH EA $ 75.00 30.0 $ 2,250.00 0.0 1.0 1.0 -.$75.00 $75.00 $ 127,088.55 1u - L4aII- V-) 3 B & B BUILDERS & SUPPLY DATE CITY 0 WATERLOO //—/—>3 DATE $35,232.89 $101,189.74 Sidewalk Repairs TOTAL TO DATE $101,189.74 LESS 5% RETAINAGE $5,059.49 SUBTOTAL $96,130.25 LESS AMOUNT PREVIOUSLY PAID $62,561.04 AMOUNT DUE THIS ESTIMATE $33,569.21 Vouchers Prepared by Pauline C CITY OF WATERLOO 9002 PAYMENT VOUCHER A111113 November 5, 2013 Batch No. Keyed By: Vendor AECOM Department: Engineering Address Grant/Project Code# City & State Invoice Date ******************.«**************** INV # Qty/Unit Amount Description G/L Distribution 10/31/13 37389473 628.59 City Contract # 855 Fourth Street Bridge & Wall Repair 8/3 - 10/25/13 Est # 5 412-07-7400-2161 Special Instructions: Total $ 628.59 11/05/13 Submitted By Date Approved By: Date An Equal Opportunity/Affirmative Action Employer ICOM 501 Sycamore Street, Suite 222 • Waterloo, Iowa 50703 • (319)232-6531 a Fax: (319) 232-0271 REVt6 Invoice AM; c.. Invoice To: Date: October 31, 2013 Mr. Eric Thorson Project Number: 60287085 City of Waterloo 715 Mulberry Street Invoice No: 37389473 Waterloo, Iowa 50703 Your Authorization: Professional Service Agreement Dated January 28, 2013 Fourth Street Bridge and Wall Repairs Waterloo, Iowa Final Billing: August 3, 2013 through October 25, 2013 Classification Hours Amount Senior Professional 23.00 Project Professional 22.00 Staff Professional 6.00 Professional 198.00 CAD/GIS Operator 133.00 Senior Technician 2.00 Technician 2.00 Project Support 10.25 Direct Expenses Total Costs to Date Maximum Per Agreement Less Previous Billing TOTAL AMOUNT DUE $5,519.60 2,730.64 600.30 17,800.20 10,138.22 191.40 140.65 780.48 6.96 $37,908.45 $37,500.00 36,871.41 7--$628.59 Remit to: AECOM Technical Services, Inc* 1178 Paysphere Circle ® Chicago, IL 60679 Voucher Prepared by Pauline C CITY OF WATERLOO . 9002 PAYMENT VOUCHER A111113 November 5, 2013 Department Vendor Name AECOM Grant/Project Code # Address - City & State Invoice Date ************************************* Invoice No. Qty/Unit Amount Description G.L. Distribution $4,161.96 University Ave, US 63 to W'loo City Limits 10/23/13 37386938 Evaluation of Proposed Tranfer of Jurisdiction 9/14 - 10/19/13 TOTAL $ 4,161.96 Special Instructions air J �� 11/5/13 Submitted5YDate Approved By An Equal Opportunity/Affirmative Action Employer 413-07-7500-2103 501 Sycamore Street, Suite 222 • Waterloo, Iowa 50703 • (319)232-6531 • Fax: (319) 232-027 £COM Invoice To: Mr. Eric Thorson City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 invoice C? CITY ENGINErno fl`qT?t Date: October 23, 2013 Project Number: 60305458 Invoice No: 37386938 Your Authorization: Professional Service Agreement Dated July 22, 2013 University Avenue, U.S. 63 to Waterloo City Limits Evaluation of Proposed Transfer of Jurisdiction Waterloo, Iowa Progress Billing: September 14, 2013 through October 18, 2013 Classification Hours Amount Senior Professional 24.00 Project Professional 0.00 Staff Professional 7.00 Professional 0.00 CAD/GIS Operator 13.00 Senior Technician 0.00 Technician 0.00 Project Support 1.50 Direct Expenses Total Costs to Date Less Previous Billing TOTAL AMOUNT DUE $5,604.98 $0.00 $658.53 $0.00 $1,063.70 $0.00 $0.00 $113.10 0.31 $7,440.62 3,278.66 $4,161.96 Remit to: AECOM Technical Services, Inc O 1178 Paysphere Circles Chicago, IL 60674 An Equal Opportunity/Affirmative Action Employer 0 O) 0 v m W H 0 H D r N W 0 J U t Z 0 H m Gary Iverson @ INRCOG is requesting Reimbursement algeasJngwla i %0014 0 CO W m O O tiOIZ-00E9-L0-06Z a;e0 aolonul 7 * O-` 'cn ' o N o * * N> N * D fD C * w C D) * 0 01 D * * ca (n o " O C D it m P NW it 0 C * 0 0 : + wi.* * 3 O C o00 O , m a v3 o o m S N = C) 0 a CD uoi;nqu;sio -TO qt r S 3 co (D S E I -0Z '9 JagwanoN HJEHOfOA 1N3L JAVd Voucher Prepared by Pauline C OO12i31VM 3O A110 Stanley Consultants INC 100 Court Avenue, Suite 300 Des Moines, IA 50309-2200 City of Waterloo 715 Mulberry Street Waterloo, IA 50703 Attention: Jamie Knutson, Associate Engineer For: Storm Water Lift Stations, Study & Design Phase Westfield Ave., Virden Creek and Vinton �LNGINELNING A IETTEL WOLIU October 29, 2013 Project No: 23209.01.00 Invoice No: 0162904 CITY CNCIitit E tC Professional Services from September 01, 2013 to September 28, 2013 Fee Billing Phase Percent Previous Current Fee Complete Earned Billing Billing Westfield Ave 317,333.00 100.00 317,333.00 317,333.00 0.00 Virden Creek 129,161.00 100.00 129,161.00 129,161.00 0.00 Vinton 150,593.00 100.00 150,593.00 150,593.00 0.00 Total Fee 597,087.00 597,087.00 597,087.00 0.00 Total Fee 0.00 Total this Project 0.00 For: Bidding Phase Billing Limits Current Total Billings 0.00 Limit Prior To -Date 11,194.10 11,194.10 Total this Project 0.00 11,194.10 For: Construction Phase Professional Personnel Hours Rate Amount BC -20 12.00 211.00 2,532.00 BC -16 .50 167.00 83,50 Project 23209.01.00 WaterlooStormWaterLiftStationsPrelimWork Invoice 0162904 BC -13 13.00 136.00 1,768.00 BC -09 152.00 97.00 14,744.00 BC -08 1.00 89.00 89.00 BC -03 1.00 51.00 51.00 BC -02 8.00 43.00 344.00 Totals 187.50 19,611.50 Total Labor Reimbursable Expenses Travel 924.00 Meals 107.40 Telephone 66.86 Expense Report Mileage 122.04 Total Reimbursables 1,220.30 Unit Billing Car Mileage - 2WD Color Copier - Muscatine Total Units 1,376.0 Miles @ 0.65 1.0 Copy @ 0.30 19,611.50 1,220.30 894.40 30 894.70 894.70 Billing Limits Current Prior To -Date Total Billings 21,726.50 121,931.15 143,657.65 Limit 353,956.00 Remaining 210,298.35 Total this Project $21,726.50 For: Subconsultant Fees SubConsultants Subconsultant 9/27/2013 Terracon Consultants Inc Total SubConsultants Billing Limits Current Total Billings 581.25 Limit Remaining Prior 2,325.00 581.25 581.25 To -Date 2,906.25 22,500.00 19,593.75 581.25 Total this Project $581.25 For: Stormwater Lift Stations Environmental Monitoring Billing Limits Current Total Billings 0.00 Limit Remaining Prior 4,977.51 To -Date 4,977.51 5,528.00 550.49 Total this Project 0.00 Page 2 Project 23209.01.00 WaterlooStormWaterLiftStationsPrelimWork Invoice 0162904 TOTAL THIS INVOICE If you have any questions regarding this invoice, please contact Dan Fullerton at 515-447-4408 or Amy at 563-264-6419. $22,307.75 Page 3 Storm Water Lift Station Sudy, Design, Bidding and Constructon Services Westfield Avenue, Virden Creek and Vinton/18th Street Waterloo, Iowa Summary Bidding and Construction Phase Compensation Subtotal Fee Current Prior To -Date Westfield $ 212,246.00 $ 11,153.88 $ 73,386.46 $ 84,540.34 Virden $ 57,886.00 $ - $ 9,517.71 $ 9,517.71 Vinton/18th $ 115,770.00 $ 11,153.87 $ 57,523.60 $ 68,677.47 Total Fee $ 385,902.00 $ 22,307.75 $ 95,617.61 $ 117,925.36 Voucher Prepared by Pauline C CITY OF WATERLOO 9002 PAYMENT VOUCHER A111113 November 5, 2013 Vendor Address City & State AECOM ************************************* Department Grant/Project Code # 07H63ENGR Invoice Date Invoice No. Qty/Unit Amount Description G.L. Distribution 10/31/13 8(37389427) Est # 8 Special Instructions $4,247.32 Cont 790 US Hwy 63 (Newell to Donald $1,061.83 On -Call Post Design Services) D. st # 8 9/28 -10/25/13 TOTAL 5,309.15 11/5/13 Date Approved By An Equal Opportunity/Affirmative Action Employer 290-07-7520-2103 411-07-7520-2103 501 Sycamore Street, Suite 222 O Waterloo, Iowa 50703 O (319)232.6531 O Fax: (319) 232-0271 A COM Date: October 31, 2013 Invoice No. 8 (37389427) Invoice Period Covered: 9/28/13 through 10/25/13 Consultant Job No. 60288257 Labor Dollars Overhead Direct Expenses Mileage Copier Miscellaneous Ritland+Kuiper Landscape Architects Robinson Engineering Co. Subtotal Subtotal Rounded Fixed Fee Authorized Contingency Total Authorized Amount Total Billed to Date Remaining Authorized Balance Unauthorized Contingency AECOM Contract Estimate $30,962.40 49,539.84 0.00 114.00 260.00 9,800.00 10,400.00 $101,076.24 $101,075.00 10,850.00 0.00 $ 111,925.00 67,071.60 $44,853.40 $8,800.00 Invoke City of Waterloo US Highway 63 Improvements Newell Street to Donald Street On -Call Post Design Services Client Contact Eric A. Thorson, P.E. Federal Project No. NHSX-63-6(69) -3H-07 Cumulative to Date $19,819.23 30,521.64 Current Period $1,686.46 2,597.14 20.34 0.00 205.10 1.18 12.50 0.00 5,132.50 467.50 4,816.00 0.00 $60,527.31 $4,752.28 6,544.29 556.87 , $67,071.60 $5,309.15 a Ll Jj Remit to: AECOM Technical Services, Inc O 1178 Paysphere Circle O Chicago, IL 60674