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