Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
02/02/2015
THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, REGULAR SESSION TO BE HELD AT THE HAROLD E. GETTY COUNCIL CHAMBERS Monday, February 2, 2015 5:30 PM 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. At the chair/presider's discretion, you may address an item on the current agenda by stepping to the podium, and after recognition by the chair/presider, state your name, address and group affiliation (if appropriate) and speak clearly into the microphone. 2. You may speak one (1) time per item for a maximum of five (5) minutes as long as you have registered with the City Clerk's office no later than 4:00 p.m. on the day of the Council Meeting. If not registered with the City Clerk's office you may speak one (1) time per item for a maximum of three (3) minutes. 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. 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. You may speak one (1) time per item for a maximum of five (5) minutes as long as you have registered with the City Clerk's office no later than 4:00 p.m. on the day of the Council Meeting. If not registered with the City Clerk's office 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. 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 4:00 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. Page 1 of 107 Roll Call. Moment of Silence. Pledge of Allegiance Kent Shankle, Director of Cultural & Arts Commission Agenda, as proposed or amended. Minutes of January 26, 2015, Regular Session, as proposed. 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. Resolution preliminarily approving specifications, bid documents, etc., and setting date of bid opening as March 5, 2015 and the date of public hearing as March 9, 2015 for parking management services, and instruct City Clerk to publish notice of specifications, bid document, etc. and taking of bids. Submitted By: Suzy Schares, City Clerk/HR Director 3. Resolution preliminarily approving specifications, bid documents, etc., and setting date of bid opening as February 26, 2015 and the date of public hearing as March 2, 2015 for the Riverfront Sports Park #748 Field Lighting Project, and instruct City Clerk to publish notice of specifications, bid document, etc. and taking of bids. Submitted By: Travis Nichols, Facilities/Project Manager 4. Resolution approving the request of Sidik Dautovic for tax exemptions on the construction of an addition to a single family home valued at $38,000 for the property located at 1856 Forest Ave., and located within the Consolidated Urban Revitalization Area (CURA). Submitted By: Noel Anderson, Community Planning & Development Director 5. Resolution approving the request of Steve & Roxanne Droste for tax exemptions on the construction of an addition to a single family home and pole building valued at $325,000 for the property located at 1445 Arbor Ln., and located within the Consolidated Urban Revitalization Area (CURA). Submitted By: Noel Anderson, Community Planning & Development Director 6. Resolution approving the request of Brian Kennett for tax exemptions on the construction of a new twin home valued at $125,750 for property located at 1964 Redtail Dr., and located in the City Limits Urban Revitalization Area (CLURA). Submitted By: Noel Anderson, Community Planning & Development Director 7. Resolution approving the request of Marcus Pratt for tax exemptions on the construction of a new single family home valued at $279,000 for property located at 3410 Marigold Dr., and located in the City Limits Urban Revitalization Area (CLURA). Submitted By: Noel Anderson, Community Planning & Development Director 8. Resolution approving the request of David Pitz for tax exemptions on the construction of a new single family home valued at $380,000 for property located at 1775 Falcon Ridge, and located in the City Limits Urban Revitalization Area Page 2 of 107 (CLURA). Submitted By: Noel Anderson, Community Planning & Development Director 9. Resolution approving the request of Jarad Askren & Kristin A. Kazynski for tax exemptions on the construction of a new twin home valued at $174,500 for property located at 4125 Mourning Dove Dr., and located in the City Limits Urban Revitalization Area (CLURA). Submitted By: Noel Anderson, Community Planning & Development Director B. Motion to approve the following: 1. TRAVEL REQUESTS a. Lt. Al Carrier Class/Meeting: 2015 Iowa Employment Conference Destination: Altoona, IA Dates: 4/22/15 - 4/23/15 Amount not to exceed: $420.00 b. Sgt. A. Farmer & P.O. B. Walter Class/Meeting: CDR Operators/CDR Analysis and Applications Class Destination: Nashville, TN Dates: 3/22/15 - 3/28/15 Amount not to exceed: $2,920.00 c. Lt. Greg Fangman Class/Meeting: Police Staff and Command School Destination: Marshalltown, IA Dates: 10/5/15 - 2/12/16 Amount not to exceed: $11,240.00 d. Mohammad Elahi, Traffic Engineer Class/Meeting: Systems Engineering for Signal Systems Including Adaptive Control Destination: Ames, IA Dates: 2/25/15 - 2/26/15 Amount not to exceed: $210.00 e. Jason Hernandez & David Meiser, Medical Officers Class/Meeting: EMS Today Conference 2015 Destination: Baltimore, MD Dates: 2/25/15 - 3/1/15 Amount not to exceed: $2,840.40 2. LIQUOR LICENSES a. Dollar General #7136, 66 E. Tower Park Drive Class: C Beer, B Wine Renewal Application Includes Sunday Expiration Date: 2/29/16 b. BH Club, 910 West 5th Street Class: C Liquor Renewal Application Includes Sunday Expiration Date: 1/12/16 c. The Times Sports Bar & Grill, 213 E. 5th Street Class: C Liquor New Application Includes Sunday Page 3 of 107 Expiration Date: 1/25/16 d. Dollar General #4698, 2935 Logan Avenue Class: C Beer, B Wine Renewal Application Includes Sunday Expiration Date: 2/29/16 3. APPOINTMENTS a. Candy Streed Board/Commission: Main Street Waterloo Redevelopment Authority Expiration Date: 12/31/16 New Appointment b. John Molseed Board/Commission: Main Street Waterloo Redevelopment Authority Expiration Date: 12/31/16 New Appointment c. John Hayes Board/Commission: Main Street Waterloo Redevelopment Authority Expiration Date: 12/31/15 Re -Appointment d. Mike Butler Board/Commission: Main Street Waterloo Redevelopment Authority Expiration Date: 12/31/15 Re -Appointment e. Steve Sinnott Board/Commission: Main Street Waterloo Redevelopment Authority Expiration Date: 12/31/17 Re -Appointment f. Andy Abbott Board/Commission: Main Street Waterloo Redevelopment Authority Expiration Date: 12/31/17 New Appointment g. Shaylin Girsch Board/Commission: Main Street Waterloo Redevelopment Authority Expiration Date: 12/31/17 Re -Appointment h. Richard Jaacks Board/Commission: Design Review Board Expiration Date: 2/2/18 New Appointment i. M. Brad Condon Board/Commission: Board of Adjustment Expiration Date: 2/2/20 Page 4 of 107 New Appointment Sherry) Newton Board/Commission: Main Street Waterloo Redevelopment Authority Expiration Date: 12/31/15 Re -Appointment 4. Motion to approve Iowa Retail Cigarette/Tobacco/NicotineNapor Permit application for F & S Stores LLC dba New Star, 315 Fletcher Avenue. RESOLUTIONS 2. Resolution approving award of contract to Municipal Pipe Tool Company, LLC of Hudson, Iowa for the Sanitary Sewer Improvements for FY2015 Phase II-CIP Pipe Lining Project, Contract No. 876 in the amount of $1,471,353.90. Submitted By: Larry Smith, Waste Management Services Superintendent 3. Resolution approving Convention & Visitors Bureau (CVB) Board recommendations for funding of hotel -motel tax mini -grant application for the Waterloo Community Playhouse/Black Hawk Children's Theater in the amount of $2,430 and for the Faith Basketball Academy/Mid-America Youth Basketball Tournament in the amount of $2,011. Submitted By: Aaron Buzza, Executive Director of Waterloo Convention & Visitors Bureau 4. Resolution approving Agreement with Iowa Department of Transportation for use of city streets to detour Highway 218 traffic using IA 21 to E. San Marnan Drive to 1380/218 from mid-August to mid-September, 2015 in conjunction with the Highway 218 Resurfacing Project from north of Marigold Drive to 1380; and authorize Mayor to execute said document. Submitted By: Dennis Gentz, PE, Assistant City Engineer 5. Resolution approving Spill Prevention, Control, and Countermeasure Plan Development Agreement for Public Works Campus facilities in the amount not to exceed $3,500.00; and authorize Mayor and City Clerk to execute said documents. Submitted By: Phillip Schuppert, Storm Water Specialist 6. Resolution approving Housing Enterprise Zone Program Agreement No. 14-HEZ- 180 with Iowa Department of Economic Development and JSA Development, LLC for the rehabilitation of 8 housing units, located at 320-322 E. 4th Street within Enterprise Zone boundaries; and authorize Mayor to execute said document. Submitted By: Noel Anderson, Community Planning & Development Director 7. Resolution approving request by Otto and Kim Maclin of Anacapa Associates, LLC to cancel development agreement and rescind Resolution No. 2014-919 for the sale of 506 Reed Street. Submitted By: Noel Anderson, Community Planning & Development Director 8. Resolution approving extension of Purchase and Sale Agreement with Flowers Baking Co. of Waterloo, LLC to allow for completion of the Phase I and Phase II environmental work; and authorize the Mayor and City Clerk to execute any necessary documents. Submitted By: Noel Anderson, Community Planning & Development Director 9. Resolution supporting the application by Black Hawk Contracting & Development Co. for the Iowa Workforce Housing Tax Incentives Program to construct 28 new housing units Page 5 of 107 in Waterloo. Submitted By: Noel Anderson, Community Planning & Development Director OTHER COUNCIL BUSINESS 10. Motion to approve Change Order No. 1 in the amount of $1,497.00 to Don Gardner Construction of Waterloo, Iowa in conjunction with the Waterloo Public Library Restroom Renovation; and authorize Mayor to execute said document. Submitted By: Craig Clark Building Official/Maintenance Administrator ORAL PRESENTATIONS ADJOURNMENT Motion to adjourn. Suzy Schares, CMC City Clerk/Human Resource Director MEETINGS 4:30 p.m. Council Work Session, Harold E. Getty Council Chambers 4:55 p.m. Boards and Commissions Committee, Harold E. Getty Council Chambers 5:00 p.m. Human Resources Committee, Harold E. Getty Council Chambers 5:10 p.m. Finance Committee, Harold E. Getty Council Chambers PUBLIC INFORMATION 1. Waterloo Housing Authority Board meeting minutes of January 15, 2015 on file in the City Clerk's office. Page 6 of 107 City of Waterloo Finance Committee Open Invoice Report For February 02 2015 Approval Finance Committee Accounts Payable Open Invoice Report Total As of Friday, January 3o, 2015 EFT Transactions: Bankers Trust-Techworks Friday Total 725,473.53 Add: Black Hawk County Emergency Mgmt-services Jan -Jun 2015 563,903.79 161,569.74 46,776.37 Subtotal - as of Monday, February 02, 2015 772,249.90 Workers Compensation Issued by TPA Housing Authority Housing Assistance EFT's Housing Authority Housing Assistance EFT's Add credit from 01/26/15 -Truck Country 3,345.47 1,563.00 56.79 Bill Payment Total - Monday, February 02, 2015 777,215.16 I. OVERVIEW City of Waterloo Request For Proposals PARKING MANAGEMENT SERVICES The City of Waterloo is seeking proposals from qualified parking management firms to manage, operate and maintain all on -street parking, four (4) surface parking facilities and four (4) structured parking facilities along with any future facilities. Through this RFP the City also desires to improve the delivery of parking services to the downtown core and general public. II. EXISTING PARKING SYSTEM AND OPERATING DYNAMICS A. On -street parking: Within downtown, there are 830 on -street parking meters with time zone restrictions of $0.50 per hour and a 30 -minute minimum. B. Off-street parking: the City has four (4) surface parking lots (see Exhibit A) that consist of leased and metered stalls. There are 10 -hour meters at $0.25 per hour and 2 to 4 -hour meters at $.50 per hour. The City also has two (2) structured parking facilities (see Exhibit A) with leased stalls ranging from $35 to $55 per month along with two (2) structured parking facilities (see Exhibit A) which have ticket-in/cashiers-out systems with a rate of $1 for the first hour and $0.50 per hour after that. C. Parking fines: Parking overtime fines are $10 within 30 days or $15 thereafter. Current operation of parking enforcement is done by PEOs using hand written tickets and on -foot patrol. III. SCOPE OF SERVICES and SUBMITTAL REQUIREMENTS A. General: The intent of the RFP is to assess and evaluate each respondent's capabilities and the proposed approach and methodology. Each respondent must address each of the following items: 1. Cover Letter — a letter signed by a principal or authorized representative whom can make legally binding commitments on behalf of the entity. 2. Experience — A profile of the respondents experience and history respective to the general scope of services outlined below, including references. 3. Plans and Proposals — Submit a narrative description for the following items: a. Management Plan: A proposed management plan to include: staffing, accounting and logistics. The management plan should include a base monthly management fee and any alternative pricing/costs. b. Operations Plan: Describe in detail the proposed operations plan for the system and each individual facility. This should include an operating proposal generally consistent with existing conditions (as -is) and an alternative proposal that would incorporate technology upgrades (upgrade). Other items that should be addressed in the Operations Plan: Technology — The City would like to explore options and costs associated with transitioning to and integrating multi -space pay systems into the appropriate facilities. Additionally, the City would like to explore options and costs for signage/wayfinding upgrades and a web -based permitting/payment system. ii. Monthly and Hourly Permit System — Note that the existing system will accommodate hourly parking in certain lots where attendants are present and monthly parking and permit issuance is handled manually, inclusive of billing and collections. The `upgrade' plan should include a system that allows customers to pay with credit or debit cards and should explore a web -based permitting system. iii. Validation Program (hourly) — The City would like to explore options to be able to validate parking. iv. Enforcement — In addition to development of an enforcement plan for off- street facilities and on -street enforcement. v. Security — Operator will be responsible for recommending, supervising and providing security for the City Facilities twenty-four (24) hours per day, seven (7) days per week, fifty-two (52) weeks per year, with costs of said security being charged as an operating expense. City shall be responsible for reviewing the recommendations of the Operator on security levels and for determining the level of security in the facilities. vi Equipment — All existing equipment (gates, ticket spitters, attendant booths, etc.) are owned by the City. Under an `upgrade' scenario, the City is open to exploring other arrangements for the necessary technology and improvements. vii. Data Collection and Monitoring — The City has recognized the need for a continual and consistent data management program to track both on -street and off-street parking space utilization. Under an `as -is' scenario, the City will be pursuing manual counts within the off-street facilities on a quarterly basis. In terms of an `upgrade' scenario, the City seeks the ability to more closely monitor and collect data on space utilization and peak periods. viii. Maintenance and Utilities — As generally outlined below. Contractor Responsibilities: - Service and repairs for all parking facility equipment (gates, ticket spitters, etc.) - Snow removal to occur within 48 hours - Sand and salt (as needed) in winter months - Striping (at least once per year) - Sweeping — Twice per year or as necessary - Cleaning — This includes any windows, stairwells, lobbies, signage or any areas or amenities within the facility, as needed. - Landscaping and trash removal (both within the facility and adjacent boulevards) — Weekly - Monitoring lights, signs, mechanically operated doors, security equipment, floor and roof drainage systems, ventilation equipment, carbon monoxide detectors, sump pumps, floor drains, etc. — Daily - Comprehensive General Liability Insurance for injuries to or death of any person or damage to or loss of property arising out of or in any way relating to the condition and/or operation of the Facilities in amounts of not less than $500,000 combined single limit coverage with $1,000,000 umbrella policy and property damage. City Responsibilities: - Utilities and related services and cost (electricity, heat, water, etc.) - Elevator maintenance, building improvement and general building repairs light bulbs, etc. - Hauling of snow will be done by City of Waterloo. c. Transition and Implementation Plan: A detailed transition plan should be submitted to include a schedule for implementation for both scenarios (as -is and upgrade). The `upgrade' scenario should include a proposal to transition facilities to a technology solution. As part of the `upgrade' proposal, at minimum, the following is expected in addition to a breakdown of estimated costs. Assistance with selection of new equipment; ii. Assistance with bidding; iii. Construction management for implementation and installation; iv. Facility management during construction activity. d. Facilities Improvement Plan: As part of the Operations Plan or as part of this sub -heading, describe any improvements that need to be made as a result of the proposed management and operations plan. e. Recommendation Plan: Describe any improvements or system modifications that your company would propose in order to improve facilities and/or the operating performance of the system. Any suggested improvements or modifications should be clearly described and if applicable, estimated costs should be included. IV. RFP SCHEDULE AND PROCESS A. Submittal: Proposals will be accepted up until 1:00 p.m. on March 5, 2015. Proposals should be directed to the following address: City of Waterloo Attention: City Clerk's Office 715 Mulberry Street Waterloo IA 50703 B. Schedule of Dates: Pre -Proposal Meeting and Facility Tour Deadline for Proposal Submission Public Hearing Review Proposals Interviews / Contract Negotiation City Council Approval Contract Start Date February 18, 2015 at 1:00 p.m. March 5, 2015 at 1:00 p.m. March 9, 2015 at 5:30 p.m. Week of March 16th Last two weeks of March April July 1,2015 C. Pre -Proposal Meeting and Facility Tour: Prior to the proposal submission deadline, the City will schedule and conduct a pre -proposal meeting and facility tour for any interested parties. This meeting will take place on February 17th at 1:00 p.m. on the 2nd floor of City Hall. The pre -proposal meeting will include an opportunity for questions and answers. D. Selection Committee: The City of Waterloo staff and appointed committee members will review and make recommendation to the Building and Grounds Committee for the RFP. Final review and any contract approval will be completed by the City Council. E. Criteria: It is the City's intent to contract with one (1) firm to provide Parking Management Services as set forth herein. The City of Waterloo intends to award the service contract to the firm which best meets the City's needs. The City seeks the firm that will provide the most beneficial opportunity to improve management, customer service and the financial performance of the on and off-street parking system. Respondents may be asked to provide additional information. The following criteria shall apply: 1. Experience and Qualifications of the Operator a. Experience managing municipal / public parking systems b. Experience upgrading systems to utilize technology (multi -space pay systems in particular or other similar solutions) c. Experience coordinating construction, bidding and implementation of improvements 2. Operator Approach / Methodology a. Management Plan, Operations Plan, Transition Plan and Improvement Plan — and overall comprehensiveness in terms of an approach that will accommodate parking system enhancements and improve the delivery of parking services in the downtown core with consideration to operating costs and system revenues. 3. Cost of Services V. RFP TERMS / CONDITIONS A. The City reserves the right to reject any or all proposals. Any agreement or contract resulting from the acceptance of a proposal shall be on forms either supplied by or approved by the City and shall contain, as a minimum, applicable provisions of the Request for Proposals and any City requirements for agreements and contracts. The City reserves the right to negotiate any part of the Contractors RFP that best suits the need of the City. VI. CONTRACT TERMS A. The City is contemplating a contract for a term of three (3) years with an option to extend. VII. EXHIBITS Exhibit A - Parking lot and ramp map locations VIII. DOCUMENTS AND ADDITIONAL INFORMATION 2008 Parking Study upon request AECOM Parking Repairs Summary Report 2012 PROJECT MANUAL FOR: RIVERFRONT SPORTS PARK #7-#8 FIELD LIGHTING PROJECT City of Waterloo, Department of Leisure Services Waterloo, Iowa CONTRACT DOCUMENTS CONTACT PERSON: Travis Nichols, Facilities/Project Manager Waterloo Leisure Services (319) 291-4370 Travis.nicholsc waterloo-ia.orq TABLE OF CONTENTS Notice to Bidders Instruction to Bidders General Conditions Bid Specifications Bid Form StateStatement Bidder'sQualifications ment of V(�.7cA��v..n�ev� Bid Bond Non -collusion Affidavit of Prime Bidder Non -collusion Affidavit of Subcontractor Equal opportunity Clause Added Attachments: MBEIWBE Certified contractor Guide for the City of Waterloo MBE/WBE Business Enterprise Pre -Bid Contact Information Musco Lighting Installation Instructions and Light Locations Section 3 Clause CITY OF WATERLOO, IOWA LEISURE SERVICES COMMISSION NOTICE OF PUBLIC HEARING On Proposed Specifications and the NOTICE TO BIDDERS RIVERFRONT SPORTS PARK #7-#8 FIELD LIGHTING PROJECT NON -MANDATORY PRE-BID CONFERENCE 10:00 a.m., February 17, 2015 at Leisure Services Office, 1101 Campbell Ave, Waterloo, Iowa RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in City Hall, Waterloo, Iowa, on Thursday, February 26, 2015 until 1:00 p.m., for the RIVERFRONT SPORTS PARK #7- #8 FIELD LIGHTING PROJECT. OPENING OF BIDS All proposals received for RIVERFRONT SPORTS PARK #7-#8 FIELD LIGHTING PROJECT will be opened in the First Floor Conference Room in City Hall, Waterloo, Iowa on Thursday, February 26, 2015, at 1:00p.m., and the proposals will be referred to the Waterloo Leisure Services Commission for recommendation of award. PUBLIC HEARING Notice is hereby given that the Waterloo City Council will conduct a public hearing on the proposed Specifications and Form of Contract for the RIVERFRONT SPORTS PARK #7-#8 FIELD LIGHTING PROJECT at 5:30 p.m. on Monday, March 2, 2015. The hearing will be held in the Council Chambers in Waterloo City Hall. The contract documents are on file in the City Clerk's office, 715 Mulberry St. and the Waterloo Leisure Services Commission office, 1101 Campbell Ave., Waterloo, Iowa, for public examination. Any person interested may file written objection with the City Clerk before the date set for the hearing or appear and make objection at the meeting. SCOPE OF WORK The Contractor shall provide all labor and materials necessary for the RIVERFRONT SPORTS PARK #7-#8 FIELD LIGHTING PROJECT in accordance with these plans and specifications. CONTRACT PERIOD The work shall be completed no later than October 31, 2015. PROPOSALS SUBMITTED All bids must be submitted on forms supplied by the Waterloo Leisure Services Commission. BID SECURITY REQUIRED All bids must be accompanied, in a separate envelope, by a certified or cashier's check drawn on an Iowa bank chartered under the laws of the United States, or a certified share draft drawn on a Credit Union in Iowa chartered under the laws of the United States, or a bid bond payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft, or bid bond will be held as security that the Bidder will enter into a Contract for the construction work and will furnish the required bonds, and in case the successful bidder shall fail or refuse to enter into the Contract and furnish the required bonds, the bid security may be retained by said City as agreed liquidated damages. If Bid Bond is used, it must be signed by both the bidder and the surety or the surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. CONTRACT AWARD The City shall award the Contract to the responsible Bidder(s) whose bid, conforming to the Specifications, is most advantageous to the City and the Waterloo Leisure Services Commission; price and other factors considered. The intention is not to award the contract at the time of bid opening, but to award the contract after review of bids and bidder information by the City and Waterloo Leisure Services Commission such that the award is made within thirty (30) days after bid opening. The City reserves the right to waive any and all parts of a specific bid. BOND The successful Bidder shall furnish a Performance and Payment Bond, within ten (10) days after notification of acceptance of the bid, in an amount equal to one hundred percent (100%) of the contract price. The Bond is to be issued by a responsible surety approved by the City Council and shall guarantee the faithful performance of the contract and the terms and conditions therein contained and shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims of any kind caused by the operation of the Contractor. AFFIRMATIVE ACTION PROGRAM The successful Bidder and any subcontractors will be required to execute and have approved an Affirmative Action Program or Update before beginning work on the project, if they have been awarded an aggregate of $10,000 in City projects during the current calendar year. METHOD OF PAYMENT TO CONTRACTOR The Contractor will be paid against monthly estimates of the work completed and work approved by the Leisure Services staff. Final payment will be made thirty one (31) days after completion of the work and acceptance by the Waterloo Leisure Services staff. Before final payment is made for said work, vouchers showing that all subcontractors and workmen and all persons furnishing materials have been fully paid for such materials and labor will be required. Published pursuant to the provision of Division VI of Chapter 384 the City Code of Iowa and upon order of the City Council of said Waterloo, Iowa, on the day of , 2015. City of Waterloo, Iowa, Suzy Schares, City Clerk CITY OF WATERLOO, IOWA Waterloo Leisure Services INSTRUCTION TO BIDDERS I. EXPLANATIONS TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the Notice to Bidders, Plans, Specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before submission of their bids. Any interpretation made will be in the form of an amendment of the Notice to Bidders, Plans, Specifications, etc., and will be furnished to all prospective bidders, Its receipt by the bidder must be acknowledged in the space provided on the Proposal Form or by letter or telegram received before the time set for opening of bids. Oral explanations or instructions given before the award of the contract will not be binding. II. PROPOSALS SUBMITTED All bids must be submitted on forms supplied by the Waterloo Leisure Services. Before submitting a bid, each bidder shall carefully examine the drawings (if any), read the specifications and all other contract documents and visit the site of the work. Each bidder shall be fully informed, prior to the bidding, as to all existing conditions and limitations under which the work is to be performed and shall include in this bid a sum to cover the cost of all items necessary to perform the work as set forth in the contract documents. No allowance will be made to any bidder because of lack of such examination or knowledge. The submission of a bid shall be construed as conclusive evidence that the bidder has made such examination. The bidder's attention is directed to the fact that all applicable state laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over the project shall apply to the Contract throughout and they shall be deemed to be included in the Contract the same as though herein written out in full. III. LATE BIDS AND MODIFICATIONS OR WITHDRAWALS Bids and modifications or withdrawals thereof received at the office designated in the Notice to Bidders after the exact time set for closing of bids will not be considered. However, a modification which is received from an otherwise successful bidder, and which makes the terms of the bid more favorable to the City, will be considered at any time it is received and may thereafter be accepted. Bids may be withdrawn by written or telegraphic request received from bidders prior to the time set for closing of bids. IV. PUBLIC OPENING OF BIDS Bids will be publicly opened at the specified time and place for opening in the Notice to Bidders. Their content will be made public for the information of bidders and others interested who may be present either in person or by representative. V. COLLUSIVE AGREEMENTS A. Each bidder submitting a bid shall execute and include with the bid, a Non -Collusion Affidavit in the form herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any bid submitted. B. Each bidder submitting a bid shall have each proposed subcontractor, if any, execute and include with the bid, a Non -Collusion Affidavit in the form herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any bid submitted. Before executing any subcontract, the successful bidder shall submit the name of any proposed subcontractor for approval by the City. VI. MBE/WBE CONTRACT COMPLIANCE PROGRAM/SUBCONTRACTING The program proposes numerical projections regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as Subcontractors, vendors and suppliers in performance of contracts awarded by the City of Waterloo, Iowa. A goal of at least 10 percent (10%) for MBE participation on all City funded construction projects that are estimated at $50,000.00 or more. A goal of at least two percent (2%) for WBE participation on all City funded construction projects that are estimated at $50,000.00 or more. Any project funded in part or in total with federal funds shall follow the respective agencies contract compliance program and goals. The Prime contractor shall make "good -faith efforts" to meet the contract Compliance MBE/WBE goals. The MBE/WBE subcontractors, suppliers or vendors must provide the Prime Contractor a reasonably competitive price for the service being rendered. For more information contact City of Waterloo Contract Compliance: Rudy D. Jones, Director Community Development Board 620 Mulberry Street Suite 202 Waterloo, Iowa 50703 (319) 291-4429 VII. EMPLOYMENT AND BUSINESS OPPORTUNITY (SECTION 3/ HUD ACT OF 19681 To the greatest extent feasible, suppliers, subcontractors, and low income workers owning businesses or living in the Waterloo area must be given priority in supplying materials, bidding for subcontract work, or applying for employment by the contractor on this project. Opportunities for training and for employment arising in connection with this project shall to the greatest extent feasible be made available to lower income persons residing in the project area. The Contract area is the City of Waterloo. The City of Waterloo will require the contractor to document his efforts in securing lower income workers living in the project area and in purchasing supplies from, and awarding subcontracts to, businesses owned by persons residing in the project area. See Section 3 Clause attachment for more information. IX. STATEMENT OF BIDDER'S QUALIFICATIONS Each Bidder shall, upon request of the Waterloo Leisure Services, submit on the form furnished a statement of the Bidder's qualifications, his/her experience record in completing the type of project proposed, and equipment available for the work contemplated; and when requested, a detailed financial statement. The Waterloo Leisure Services shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform obligations under the Contract; and the Bidder shall furnish the Waterloo Leisure Services all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available evidence or information does not satisfy the Waterloo Leisure Services that the Bidder is qualified to carry out properly the terms of the Contract. X. EXECUTION OF AGREEMENT, BOND, AND CERTIFICATE OF INSURANCE A. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful bidder shall execute and deliver to the City, an agreement in the form included in the contract documents in such number of copies as the City, may require. B. Having satisfied all conditions of award as set forth elsewhere in these documents, the suut ful bidder shall, within the period specified in paragraph "A" above, furnish a surety bond in a penal sum not less than the amount of the contract as awarded, as security for the faithful performance of the contract and the terms and conditions therein contained and shall guarantee the prompt payment of all persons, firms, or corporations to whom the contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him/her in performing the work. The bond shall protect and save harmless the City and Waterloo Leisure Services from claims and damages of any kind caused by the operations of the contractor and shall also guarantee the maintenance of the contract improvements for the period stated in the Notice of Hearing from and after completion of said improvements and their acceptance by the City and the Waterloo Leisure Services. Such bond shall be in the same form as that included in the contract documents and shall bear the same date as, or a date subsequent to that of the agreement. The current Power of Attorney for the person who signs for any surety company shall be attached to such bond. C. The successful bidder shall, within the period specified in paragraph "A" above, furnish a certificate of insurance for approval in amounts of not less than the amounts specified in the General Conditions. The certificate of insurance shall be furnished in such number of copies as the City of Waterloo may require. The City of Waterloo shall be named as an "Additional Named Insured." The contractor shall similarly submit his subcontractor's certificates of insurance in the amounts for approval before each commences work. The contractor shall carry or require that there be Worker's Compensation insurance for all his employees and those of his subcontractors engaged in work at the site, in accordance with State Worker's Compensation Laws. D. The failure of the successful bidder to execute such agreement and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City, may grant, based upon reasons determined sufficient by the City, may either award the contract to the next lowest responsible bidder or re -advertise for bids, and may charge against the bidder the difference between the amount of the bid and the amount for which a contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the bid guaranty. If a more favorable bid is received by re -advertising, the defaulting bidder shall have no claim against the City or Waterloo Leisure Services for a refund. CITY OF WATERLOO, IOWA Waterloo Leisure Services GENERAL CONDITIONS Definitions Whenever used in any of the Contract Documents, these terms shall be defined as follows: Contract - means the Contract or Agreement executed by and between the City Of Waterloo and the Contractor. Owner or Local Public Agency (LPA) - means the Waterloo Leisure Services. Contractor - means the person, firm or corporation entering into the Contract with The City of Waterloo, to construct' and install the improvements described in the Specifications and shown on the Plans or Drawings. Contract Documents - means and shall include the following: Executed Contract Or Agreement, Addenda (if any), Invitation for Bids, Instructions to Bidders, Signed Copy of Bid, General Conditions, Special Conditions, Specifications, and Plans or Drawings. Superintendence by Contractor Except where the Contractor is an individual and gives personal superintendence to the work, the Contractor shall provide a competent superintendent, satisfactory to the Waterloo Leisure Services/City of Waterloo, on the work site at all times during working hours with full authority of the Contractor. The Contractor shall also provide an adequate staff to properly coordinate and expedite the work. The Contractor shall lay out and be responsible for all work executed under this Contract. The Contractor shall verify all figures and elevations before proceeding with the work and will be held responsible for any error resulting from failure to do so. Other Contracts The City of Waterloo may award or may have awarded other Contracts for additional work, and the Contractor shall cooperate fully with other Contractors, by scheduling work under this Contract with that to be performed under other Contracts as may be directed by the Waterloo Leisure Services/City of Waterloo. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other Contractor as scheduled. Fitting and Coordination of the Work The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all Subcontractors engaged upon this Contract. The Contractor shall be prepared to guarantee to each Subcontractor the locations and measurements which they may require for the fitting of their work to all surrounding work. Care of Work The Contractor shall be responsible for all damages to person or property that occur as a result of negligence in connection with the execution of work and shall be reasonable for the proper care and protection of all materials delivered and work performed until completion and final acceptance by the Waterloo Leisure Services, The Contractor shall provide sufficient security, both day and night, including weekends and holidays, from the time the work is commenced until final completion and acceptance, except when work being performed does not require protection. The Contractor shall be responsible for any loss of work, materials, equipment or time due to acts of any person on the project site. Therefore it is the responsibility of the Contractor to determine when security is needed. The Contractor shall avoid damage to existing sidewalks, streets, curbs, pavements, structures, and utilities except those which are to be replaced or removed. Any damage caused by the Contractor's operation shall be completely repaired at no expense to the Owner. General Requirements The Contractor shall be responsible for being informed as to all existing conditions and limitations under which the work is to be performed. No extra allowance will be made because of lack of such examination or knowledge. The Contractor shall not disturb existing walks, drives, parking areas, trees, shrubs, or turf areas outside the limits of the project. If disturbed, these items shall be replaced by the Contractor at no cost to the Owner. Trees and shrubs located in or near the project area shall be protected by the Contractor from damage by workers and construction equipment during time of construction. The City Forester will determine the extent of protection necessary for the trees. Permits and Codes The Contractor shall secure from the appropriate departments of the local government, at no charge, the required building, electrical, plumbing and heating permits. The Contractor shall give all notices required by, and comply with all applicable municipal and state laws, ordinances and codes. Liability Insurance The Contractor shall carry liability insurance which shall save the City harmless and protect the public and any person from injury sustained by the reason of the prosecution of the work or the handling or storing of materials therefore, and said Contractor shall also carry insurance which shall meet the requirements of the Iowa Worker's Compensation Law. Before the work shall be started on this contract, the Contractor shall furnish the City Clerk/Finance Manager with proper affidavit or affidavits executed by representatives of duly qualified insurance companies, evidencing that said insurance company or companies have issued liability insurance policies, effective during the life of the contract, or for a period of at least ten (10) days following the filing of written notice of cancellation, protecting the public and any person from injuries or damages sustained by reason of carrying on the work involved in the contract. The affidavit shall specifically evidence the following forms of insurance protection: a. Public liability insurance covering all operations performed by persons directly employed by the Contractor. b. Public liability insurance covering all operations performed by any subcontractor to whom a portion of the work may have been assigned. c. Public liability insurance covering all work upon the project performed by any independent contractor working under the direction of either the principal contractor or a subcontractor. d. Motor vehicle bodily injury liability insurance and property damage liability insurance on all motor vehicles employed on the work, whether owned by the contractor or by other persons, firms, or corporations. e. The minimum protection shall be as follows: Comprehensive General Liability Insurance Bodily Injury (including wrongful death) Aggregate, Products and Completed Operations Property Damage Comp. Auto Bodily Injury Property Damage $2,000,000.00 per person $2,000,000.00 $2,000,000.00 per accident $2,000,000.00 per person $2,000,000.00 per occurrence The Contractor shall have the City of Waterloo, Iowa, named as an "Additional Named Insured" in the amount of $2,000,000.00 liability for bodily injury (including wrongful death) and property damage. A certificate or a policy, if requested, shall be filed with the Owner. THE CITY OF WATERLOO IS TAX EXEMPT. All certificates and/or policies of insurance furnished by the Contractor to be filed with the City Clerk/Finance Manager shall include the name and address of the agency issuing the same. It shall be required that the City Clerk/Finance Manager be notified by registered mail of the cancellation or expiration of the above insurance. Removal of Debris, Cleaning, Etc. The Contractor shall periodically, or as directed during the progress of the work, remove and legally dispose of all surplus excavated material and debris, and keep the project area reasonably clean. Upon completion of the work the Contractor shall remove all temporary construction facilities, debris and unused materials provided for the work and put the whole site of the work in a neat and clean condition. CITY OF WATERLOO LEISURE SERVICES COMMISSION RIVERFRONT SPORTS PARK #7-#8 FIELD LIGHTING PROJECT SPECIFICATIONS The Contractor shall perform all work required and furnish all labor, materials, equipment, tools, transportation and supplies necessary to complete the work at Riverfront Sports Park #7 and #8, located at the intersection of Park Road and Fairview Avenue, in accordance with International Building Code and any applicable code and local ordinances. Should any misunderstanding arise as to the intent or meaning of the plans or specifications, the decision of the City shall be final and conclusive. SCOPE OF WORK: Interested parties must provide and install a pre -selected, pre -aimed, pre -wired, fully functional Musco lighting system. This system will consist of eight light assemblies to include footings, poles and pre -assembled luminaires. Underground electrical and switchgear is to be supplied under a separate contract. A. Manufacturer's Instructions: Written instructions for the installation of the sports lighting equipment shall be provided by the manufacturer. The contractor shall review the instructions prior to beginning installation and review any areas of concern with the manufacturer.(See Attached Instructions) B. Installation of Equipment: Contractor shall install lighting equipment per manufacturer's stated requirements to ensure lighting performance is achieved. C. Manufacturer Representative: A qualified representative from Musco Lighting shall be available to provide installation guidance if required by the contractor. D. Handling of Equipment: The lighting equipment shall be handled in an appropriate manner to ensure safe installation and prevent damage to the equipment. Repair or replacement of damaged component shall be the responsibility of the installing contractor. E. Rigging: Use the appropriate rated web fabric slings to lift components into position. Chains or cables shall not be allowed due to potential failure and damage to components. Selected Lighting System Musco Light Structure Green TM System delivered to the site • (8) Pre -cast concrete bases with integrated grounding • (8) Galvanized steel poles • Electrical component enclosures • Pole length wire harness • (32) Factory -aimed and assembled luminaires • Control Link® Control & Monitoring System for flexible control and solid management of the lighting system • Lighting Contactors sized for 480 Volt three phase Warranty • Guaranteed constant light levels of 50 foot-candles infield, 30 foot-candles outfield for 25 years • One group re -lamp at the end of the lamps' rated life, 5000 hours • Musco Constant 25TM product assurance and warranty program that eliminates 100% of maintenance costs for 25 years, including labor and materials Musco Lighting Representative Jason Shillig P.O. Box 260 2107 Stewart Rd. Muscatine, Iowa 52761 1.800.754.1205 ext. 4724 Jason.shillig@musco.com START DATE Work must commence within 45 days of signed contract. COMPLETION DATE All work shall be completed by OCTOBER 31, 2015 GUARANTEE The Contractor shall guarantee all material and equipment furnished and installed by him for a period of one year after final acceptance by the Leisure Services Commission. Should any defects arise as a result of defective workmanship or materials within the guarantee period, the Contractor shall make the necessary corrections at own expense. ALL WORK TO MEET ALL CITY OF WATERLOO BUILDING CODES. The City of Waterloo reserves the right to reject any and/or all bids. The Contractor is responsible for obtaining permits and the performance of all work according to the City of Waterloo Codes. Permits will be at no charge. If you have any questions, please contact Travis Nichols, Facilities/Project Manager, at 291-4370. BIDDER: CITY OF WATERLOO, IOWA WATERLOO LEISURE SERVICES COMMISSION BID FORM For RIVERFRONT SPORTS PARK #748 FIELD LIGHTING PROJECT ADDRESS: COMPANY NAME PHONE: ( ) 1. The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the following partners: having been familiarized with the existing conditions on the project area affecting the cost of the work, and with all the Contract Documents now on file in the offices of the City Clerk, City Hall, Waterloo, Iowa, and the Waterloo Leisure Services Commission, 1101 Campbell Ave., Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, and services, including utility and transportation services required to complete the proposed RIVERFRONT SPORTS PARK #748 FIELD LIGHTING PROJECT in accordance with the contract documents and for the total price for work in place for the following amount: TOTAL BID PRICE: dollars ($ ) 2. In submitting this bid, the Bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of acceptance of this Bid is mailed or delivered to the undersigned within thirty (30) days after Bid Opening, of at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of insurance within ten (10) days after the agreement is presented for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 3. Security in the sum of dollars ($ ) In the form of , is submitted herewith in accordance with NOTICE TO BIDDERS. 4 Attached is a Non -Collusion Affidavit of Prime Contractor. 5. The Bidder is prepared to submit a financial and experience statement upon request. 6. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EDO, within ten (10) days of notification that the bid submitted is lowest and acceptable. 7. The Bidder has received the following Addendum or Addenda: Addendum No. Date: / / / / / / 8. The Bidder shall list the MBE/WBE subcontractors, amount of subcontracts and bid items listed on the City of Waterloo Minority and /or Women Business Pre-bid Contract Information Form submitted with this Bid Form. The apparent low bidder shall submit a list of all other subcontractor(s) to be used on this project to the City of Waterloo by 5:00 p.m. the business day following the day bids on this project are due along with the Non -collusion Affidavits of ALL Subcontractor(s). The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons. a) The City of Waterloo does not approve the subcontractors. b) The subcontractors submit in writing that they cannot fulfill their subcontracts 9. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 10. The bidder has attached all applicable forms. 11. The owner reserves the right to select alternatives, delete line items, and/or to reduce quantities prior to the Award of Contract due to budgetary limitations. CONTACT PERSON: Please Print PHONE: SIGNED: DATE: / / (To be submitted by the Bidder only upon request of the City of Waterloo, Iowa.) STATEMENT OF BIDDER'S QUALIFICATIONS All questions shall be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information desired. 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for the contract. 12. Experience in construction work similar in importance to the project. 13. Background and experience of the principal members of your organization,including the officers. 14. Credit available: $ 15. Give Bank reference: 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated this day of , 20 Name of Bidder By: Title: State of ) ) ss County of ) , being duly sworn deposes and says that she/he is of Name of Organization and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of , 20 Notary Public My commission will expire , 20 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal and As Surety are held and firmly bound unto the City of Waterloo, Iowa, hereinafter called "OWNER". In the penal sum dollars ($ ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the _day of , 20, for NOW, THEREFORE, a) If said Bid shall be rejected, or in the alternate, b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of , A.D. 20 (Title) Witness (Seal) Principal By (Seal) Surety By Witness Attorney -In -Fact NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) County of ) , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signature Title Subscribed and sworn to before me this Day of , 20= Signature Title My commission expires COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of ) County of ) , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of hereinafter referred to as the "Subcontractor"; 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to , contract pertaining to the RIVERFRONT SPORTS PARK #7-#8 FIELD LIGHTING PROJECT in Waterloo, Black Hawk County, Iowa; 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; 5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signature Title Subscribed and sworn to before me this Day of , 20_ Signature Title My commission expires EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractor, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship. 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program — Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. Signed: Appropriate Official Title Date MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: Project: Letting Date: NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Date: SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-9145. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Perry Goodman, Contract Compliance Officer, for assistance at (319) 291-9145. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Dates Dates Dollar Amount Proposed to Subcontractors Contacted Yes/No Contacted Yes/No be Subcontracted (Form CCO-4) Rev. 06-20-02 City of Waterloo, Iowa MBE/WBE CONTRACT COMPLIANCE PROGRAM FOR THE CITY OF WATERLOO, IOWA (As amended 08-08-2002) MBE/WBE CONTRACT COMPLIANCE PROGRAM FOR THE CITY OF WATERLOO, IOWA - 2002 PURPOSE The purpose of the Contract Compliance Program (hereinafter called Program) is to act as an impetus for increasing the participation of minority and women disadvantaged business enterprise (MBE/WBE) in City awarded construction contracts. The Program does not propose to eliminate any bonafide contractor or subcontractor from bidding on City contracts, but it will hopefully serve as a needed stimulus to help local MBE/WBE's grow and eventually become mainstream contractors and subcontractors. This Contract Compliance Program does not propose to include any set-aside or quotas, but only flexible goals where "good -faith efforts" are required by the contractor to use MBE/WBE subcontractors. This Program shall not eliminate the need for contractors to continue their "good -faith efforts" in using MBE/WBE subcontractors on City contracts estimated at less than $50,000. The City of Waterloo will make every effort to reduce in-house construction and maintenance work that would be more cost effectively performed by the private sector and, thus, would allow additional bidding opportunities for MBE/WBE firms. The City Contract Compliance Officer shall be advised of all City of Waterloo awarded construction contracts. DEFINITIONS Goals: A flexible numerically expressed objective which contractors are required to make "good -faith efforts." The key to the requirement is to make documented efforts. Goals are neither set -a -sides nor a device to achieve proportional representation or equal results. Numerical goals do not create set -a -sides for specific groups, nor are they designed to achieve proportional representation or equal results. Rather, the goal - setting process in affirmative action planning is used to target and measure the effectiveness of affirmative action efforts to eradicate and prevent discrimination. Quota: A flat numerical requirement that the contractor is required to meet in order to obtain the benefit or be in compliance. The numerical goal component of affirmative action programs is not designed to be, nor may it properly or lawfully be interpreted as, permitting unlawful preferential treatment and quotas with respect to persons of any race, color, religion, sex, or national origin. The regulations at 41 CFR 60- 2.12(a), 60-2.15 and 60-2.30, specifically prohibit discrimination and the use of goals and quotas. (U.S. Department of Labor) Set -Aside: An arrangement in which a particular contract is reserved for competition solely among minority business enterprise. Contractor: 2 As used in this document means contractor, subcontractor, supplier, vendor, and professional service provider. Minority Business Enterprise (MBE) Any business which is at least 51% owned by one or more minorities and whose management and daily business operations are controlled by one or more such individuals and is on the current State Unified Certification List, or were listed on the City of Waterloo Certified MBE/WBE Contractors list as of Julyl, 2002 Women Business Enterprise (WBE): Any business which is at least 51% owned by one or more women and whose management and daily business operations are controlled by one or more such individuals and is on the current State Unified Certification List or were on the City of Waterloo Certified MBE/WBE Contractors list as of July 1, 2002 Minority: Any person or persons who are considered as socially and economically disadvantaged because of their identity as a group member without regard to their individual qualities. The groups include: Black American, Hispanic American, Native Americans, Eskimos, Aleuts, and Asian -Pacific Americans. 13 C.F.R. 124-1.1(c)(3)(ii)(1983). Lowest Responsible Bidder: Bidder who has offered the lowest bid and who has exhibited skill relative to the type of work bid on, judgment, financial responsibility, and evidence of working with the Affirmative Action Employment Program and the Contract Compliance Program. Broker: One buying or selling for others on commission or other fee basis without maintaining a warehouse or other similar inventory storage facility. Mayor's Advisory Committee: Mayor's Advisory Committee for Minority, Female, and Disadvantaged Business Enterprise. Good Faith Efforts: The successful bidder shall be selected on the basis of having submitted the lowest responsible bid. The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so by the following: 1. The Prime Contractor met the project goal - No Action necessary 3 2. If the Prime Contractor failed to meet the goal, they must submit documentation of good faith efforts. CONTRACT COMPLIANCE PROGRAM/SUBCONTRACTING The program proposes numerical projections or goals regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as subcontractors in the performance of contracts awarded by the City of Waterloo, Iowa. A goal of at least 10% for MBE participation on all City funded construction projects that are estimated at $50,000 or more and projects under $50,000 where applicable at the Contract Compliance Officer's discretion. There is at least 2% WBE goal on City funded projects. Any project which is funded solely or in part with Federal funds shall follow the respective agencies contract compliance program and goals. Any project which is funded solely or in part with State funds shall follow the respective agencies contract compliance program and goals. The City of Waterloo Contract Compliance Program is for City awarded construction contracts only. The prime contractor shall make "good -faith efforts" to meet the Contract Compliance MBE/WBE goals. The MBE/WBE subcontracts must provide the prime contractor a reasonably competitive price for the service being rendered or the contractor is not required to accept the bid. Administrative Reconsideration As part of this reconsideration, the bidder will have the opportunity to provide written documentation or arguments concerning the issue of whether they made adequate good faith efforts to meet the goals. The bidder will have the opportunity to meet in person with the City of Waterloo's Administrative Reconsideration Committee to discuss the issue of whether they made adequate good faith efforts. The Administrative Reconsideration Committee will forward a written decision on reconsideration to the Mayor and City Council, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. Documentation required will include but is not limited to the following: * Making portions of the work available for MBE/WBE subcontracting * Evidence of negotiating with MBE/WBE firms * MBE/WBE quotes obtained and non-MBE/WBE quotes used * Reasons agreements were not reached * Follow-up after initial solicitations * Efforts to assist in obtaining equipment, supplies and materials (at competitive prices), bonding, lines of credit, insurance, etc. * Evidence of past compliance or non-compliance by same contractor The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. 4 RESPONSIBILITIES I. City of Waterloo A. The City Contract Compliance Officer has the responsibility to assure the City's compliance with Federal, State and Municipal regulations. B. The City Contract Compliance Officer is responsible for maintaining a current directory of certified firms. Certification of MBE/WBE/DBE contractors is through the Iowa Department of Transportation and its Unified Certification Program. Only firms certified based on guidelines prescribed in 49 CFR Part 26 and provisions of this agreement, shall be recognized as certified by the City of Waterloo. C. The City Contract Compliance Officer is responsible for making available a list of future project information notices to MBE/WBE firms. D. The City Contract Compliance Officer shall send notices to appropriate MBE/WBE firms in the directory of each bid solicitation with opening date. E. The City Contract Compliance Officer will receive MBE/WBE Letter(s) of Intent to Bid and within two (2) business days forward the complete list of MBE/WBE bidders who submitted a Letter of Intent to Bid to prime contractors. II. Prime Contractors In order to be in compliance with the guidelines of this program, the prime contractor must show good -faith efforts in following the MBE/WBE Contract Compliance Program. Good -faith efforts include, but are not limited to, the following: A. Prime contractors shall send solicitation letters (Form CCO-3) to appropriate MBE/WBE (those certified in directory prepared by City Contract Compliance Officer) at least seven (7) working days prior to bid date. Letters should identify specific items to be subcontracted. A minimum of three (3) disadvantaged business contacts must be made and documented, if there are at least three disadvantaged businesses offering services in the area to be subcontracted (See City of Waterloo MBE/WBE Certification List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If the Prime Contractor submits a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the MBE/WBE/DBE Certifications from another government agency. B. If a prime contract bidder is unable to identify MBE/WBE firms to perform portions of the work, the City Contract Compliance Officer should be contacted for assistance immediately. C. Prime contract bidders may solicit MBE/WBE proposals by telephone or personal interviews, but all such contacts shall be confirmed by Certified Mail, or subcontract bid request forms (Form CCO-2). D. If any MBE/WBE business submitting bids is not selected for subcontract award, documentation must accompany the "MBE/WBE Business Enterprise Pre -Bid Contact Information Form" (Form CCO-4 and CCO-4A) on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or non-responsive. 5 c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by prime. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. III. MBE/WBE Firms A. MBE/WBE firms shall be certified by the Iowa Department of Transportation as owners and controllers of their respective businesses, or were listed on the City of Waterloo Certified MBE/WBE Contractors list as of July 1, 2002 B. MBE/WBE firms must perform the work on the project; they cannot act as a broker by subcontracting the work out to others. C. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If sufficient Letters of Intent to Bid are not received by the City Contract Compliance Officer seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and a MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. NONCOMPLIANCE OF CONTRACTORS A. Noncompliance exists when the contractor's actions are not consistent with the requirements of the Contract Compliance Program in the areas of employment and subcontracting. B. A bidder's failure to show good -faith efforts to meet project goals or a failure to use certified MBE/WBE firms may be grounds for finding its bid not responsible. C. The Contract Compliance Officer shall submit to City Council his/her recommendation on any non-compliant contract in writing. NOTICE TO PROCEED Notice to proceed on any project with goals will not be issued until City Contract Compliance Officer determines the lowest responsible bidder has used good -faith efforts to comply with this Compliance Program and the bid was responsive. 6 CONCLUSION This program repeals or revises all sections of previous Waterloo Contract Compliance Programs. 7 CONTRACT COMPLIANCE FORM INDEX (as of 07-08-2002) Form CCO-1, Contract Compliance Policy This is the Current Contract Compliance Program for the City of Waterloo and must be adhered to for any City of Waterloo contracts over $50,000, funded solely with City funds. Form CCO-2, Subcontractors Bid Request Form This form acknowledges that the Prime Contractor has contacted potential MBE/WBE subcontractors. This form is initiated and signed by the Prime Contractor then signed by the MBE/WBE subcontractor and returned to the Prime contractor by the MBE/WBE contractor. Form CCO-3, - Letter to be used when soliciting for Subcontractor Quotes This is a sample letter from the Prime Contractor to Subcontractors soliciting bids for various contract items. Form CCO-4, Pre -Bid Contact Information Form This form and the accompanying Form CCO-4A, must be completed and submitted with the Prime Contractor's Bid. Certification of Prime Contractor Regarding MBE/WBE Unavailability If any MBE/WBE's submitting bids are not selected for subcontract award, documentation must accompany Form CCO-4. Form CCO-4A, Pre -Bid Contact Information Instructions Detailed instructions on how Form CCO-4 should be completed and the responsibilities of the Prime Contractor and the Subcontractor. Form CCO- 5, Letter of Intent to Bid from MBE/WBE Contractor Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If sufficient scope letters are not received by the City Contract Compliance Officer seven (7) days prior to bid opening, goals on subject project will be reduced accordingly. This form is completed and signed by the MBE/WBE. Form CCO-6, Final MBE/WBE Participation Amounts Upon Completion and Finalization of the project, the Prime Contractor must submit this form with their final documents. It shall be filled out and signed by the Prime Contractor on the project. If project goals are not met, a detailed report must accompany this form prior to release of retainage. 8 CERTIFIED MBE / WBE CONTRACTORS CITY OF WATERLOO, IOWA CONTRACT COMPLIANCE OFFICE Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, Iowa 50703 City WEB Site: www.ci.waterloo.ia.us Contract Compliance WEB Site for listing updates: http://www.cityofwaterlooiowa.com/contractcompliance Contact: Rudy Jones, Community Development Director Email: rude. iones(awaterloo-ia.org Phone: (319) 291-4429 Fax: (319) 291-4431 MBE/WBE Certified Contractors List Page 1 of 4 CERTIFIED MBE CONTRACTORS CARTER ELECTRIC 725 Adams Street Waterloo, IA 50703 Phone: (319) 232-9808 Pager: (319) 235-4021 Contact: Derrick Carter Specializing in: ELECTRICAL CONTRACTOR CULPEPPER ELECTRIC 1731 Cottage Grove Avenue Waterloo, IA 50707 Phone: (319) 235-0885 Fax: (319) 236-8177 Contact: Martin Culpepper Certified: City of Waterloo Certified MBE, Licensed Electrician Specializing in: ELECTRICAL CONTRACTOR DANIELS HOME IMPROVEMENT 339 Albany Street Waterloo, IA 50703 Phone: (319) 961-1659 Contact: Sammy Daniels Specializing in: ALL TYPES OF CONCRETE FLATWORK, POURED WALLS—ALL TYPES, FOOTINGS, LIGHT DEMOLITION D.C. CORPORATION 426 Beech Street Waterloo, IA 50703 Phone: (319) 493-3225 FAX: (319) 236-0515 Contact: Terry Phillips Certified: City of Waterloo Certified MBE, Iowa DOT, TSB Certified Specializing in: COMMERCL4L AND RESIDENTIAL DEMOLITION, CONCRETE PAVING, DRIVEWAYS, TRUCKING (ALL TYPES), GENERAL CONSTRUCTION MBE/WBE Certified Contractors List Page 2 of 4 GREER'S WORKS 2003 Plainview Street Waterloo, IA 50703 Phone: (319) 233-4701 Contact: Willie Greer Specializing in: DRIVEWAYS, SIDEWALKS, CARPENTRY, ROOFING, GENERAL CONSTRUCTION OLD GREER'S WORKS 2309 Springview Street Waterloo, IA 50707 Phone: (319) 233-2150 Contact: David L. Greer, Sr. Specializing in: ROOFING & GENERAL CONSTRUCTION QUICK CONSTRUCTION 217 Bates Street Waterloo, IA 50703 Phone: (319) 215-4166 Contact: Leroy Harrington Specializing in: ALL TYPES OF CONCRETE FLATWORK AND GENERAL CONSTRUCTION CERTIFIED WBE CONTRACTORS ATLAS PAINTING, INC.* 911 Sycamore Street P.O. BOX 65 Waterloo, IA 50704 Phone: (319) 232-9164 Specializing in: MBE/WBE Certified Contractors List Page 3 of 4 COMMERCIAL AND INDUSTRIAL PAINTING PETERMAN & HAES CARPET ONE* 4003 University Avenue Waterloo, IA 50701 Phone : (319) 233-6131 FAX: (319) 233-6133 email: JR11486@cfu.net Certified: City of Waterloo WBE Contact : Carol Reese Specializing in: FLOOR COVERING WATCO CONSTRUCTION, INC.* 2920 Texas Street Waterloo, IA 50702 Phone : (319) 233-7481 Certified: City of Waterloo WBE Contact : Patricia J. Kimball Specializing in: STORM SEWER, INLETS, DRAIN TILE, WATER MAIN, SANITARY SEWER, INTAKE STRUCTURES * DENOTES WOMEN BUSINESS ENTERPRISE MBE/WBE Certified Contractors List Page 4 of 4 Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD -assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. . B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative or workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance.with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the awardoof contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). GUIDANCE ON SECTION 3 (Refer to 24 CFR Part 135 for complete information) WHAT IS SECTION 3? Section 3 of the Housing and Urban Development Act of 1968 (Section 3), as amended by the Section 915 of the Housing and Community Development Act of 1992, requires that economic opportunities generated by HUD financial assistance for housing and community development programs be targeted toward low- and very low- income persons. In effect, this means: 0 Whenever HUD assistance generates opportunities for employment or contracting, Public and Indian Housing Authorities, state and local grantees, and other recipients of HUD housing assistance funds must, to the greatest extent feasible, provide these opportunities to low- and very low-income persons and to businesses owned by or employing low- and very low-income persons. ❑ The Section 3 requirements apply to job training, employment, contracting and subcontracting and other economic opportunities arising from assistance provided for construction, reconstruction, conversion, or rehabilitation (including lead-based paint hazard reduction and abatement) of housing, other buildings, or improvements assisted with housing or community development assistance, including HOME. 0 Section 3 applies to: ›- projects for which HUD's share of project costs exceeds $200,000; and > contracts and subcontracts awarded on projects for which HUD's share or project costs exceeds $200,000, and the contract or subcontract exceeds $100,000. 0 Recipients whose projects do not fall under Section 3 are nonetheless encouraged to comply with the Section 3 preference requirements. o Recipients and their contractors and subcontractors must show preferences for giving training and employment opportunities to low-income persons, to the greatest extent feasible. They should show priority considerations for hiring low-income persons as follows: (1) Low-income persons residing in the service area or neighborhood in which the project is located. (2) Participants in HUD Youthbuild programs. • (3) if project is assisted under the McKinney Act, homeless persons in the project area of the project. (4) Other Section 3 residents. Again, the persons hired should be qualified to perform the work required. 0 Recipients and their contractors and subcontractors must direct their efforts to award Section 3 business concerns, to the greatest extent feasible, to Section 3 business concerns in the following preference order: (1) Section 3 businesses that operate in the project area. -2- (2) Entities that carry out Youthbuild programs. (3) Other Section 3 business concerns. The business must be able to demonstrate that it can successfully perform under the terms and conditions of the proposed contract. In addition, these requirements do not restrict competition to only businesses meeting one of the priorities, nor do they authorize set -asides. COMPLIANCE AND RECORDKEEPING ❑ Numerical goals for meeting the greatest extent feasible requirement: >- For training and employment opportunities resulting from Section 3 -covered housing assistance, a commitment to employ 10% of the aggregate number of new hires each year over the duration of the Section 3 project. For training and employment opportunities resulting from Section 3 -covered community development assistance, a commitment to employ 30% of the aggregate number of new hires for a one-year period. >- For contracts awarded in connection with Section 3 -covered projects, a commitment to award at least 10% of the total dollar amount of contracts for building trades work and at least 30% of the total dollar amount of all other Section 3 -covered contracts. 0 All recipients of assistance must: > Amend their employment and procurement policies to comply with Section 3. >- Include the Section 3 clause is covered contracts and subcontracts. Document their best efforts to comply with Section 3 and their success at hiring low-income persons. > Monitor their own compliance and the compliance of their contractors and subcontractors. • > Provide annual reports to the Assistant Secretary for Fair Housing and Equal Opportunity as requested. 0 Recipient must maintain the following records: >- The good faith efforts made to make low-income persons aware of the positions, and to encourage and facilitate their application. > The number and dollar value of all contracts awarded to businesses and, in particular, Section 3 businesses during the fiscal year. .A description of the best efforts made to award contracts to Section 3 businesses. The mechanisms by which they ensured that contractors and subcontractors complied with the Section 3 preferences for training, employment, and contract awarding. 0 The Assistant Secretary for Fair Housing and Equal Opportunity will conduct periodic compliance reviews. -3- INF 0 Softball 1 Irregular 183' A4 fE 35' SCALE IN FEET 1 : 100 0' 100' 200' Softball 2 Irregular Pole location(s) • dimensions are relative to 0,0 reference point(s) Name: 162526 Location: EQUIPMENT LAYOUT INCLUDES: Softball 1 • Softball 2 Electrical System Requirements: Refer to Amperage Draw Chart and/or the "Musco Control System Summary" for electrical sizing. Installation Requirements: Results assume +/- 3% nominal voltage at line side of the ballast and structures located within 3 feet (1m) of design locations. IN LE. LUMINAIRE AMPERAGE. DRAW CHART Ballast Specifications Line Amperage Per Luminaire (.90 min power factor) (max draw) Single Phase Voltage 208 220 240 277 347 380 480 (60) (60) (60)ll (60) (60) (60) (60). 1500 watt MZ - 8.6 8.3 7.5 6,5 5.1 4.7 3.7 EN INEERED DESIGN By: Joel Stout File # / Date: 162526 19 -Jan -15 Not to be reproduced in whole or part without the written consent of Musco Sports Lighting, LLC. 01981, 2015 Musco Sports Lighting, LLC. EQUIPMENT LAYOUT Installation Instructions: Light -Structure Green' Lighting System Fast, trouble-free installation with 5 Easy PiecesTM approach to system design O O Poletop Luminaire Assembly Wire Harness Galvanized Steel Pole Electrical Components Enclosure ® Precast Concrete Base We Make It Happen, 01991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 Installation Instructions: Light -Structure Green Lighting System Table of Contents 0000 must®. 2 Before You Begin Safety Information 3 About These Instructions 3 Standard Tools/Supplies Checklist 4 Electrical System Requirements 5 Components Matching and Labeling 5 Documents We Provide 6 Unloading Instructions 7 Installation Procedure Precast Concrete Base 8 Galvanized Steel Pole and Poletop Luminaire Assembly 11 Electrical Components Enclosure 13 Wire Harness 15 Luminaire Attachment 16 Pole Setting and Alignment 17 Connecting to Underground Wiring 22 Supplemental Instructions for Optional Features or Special Situations Provided with your project as needed Painted Pole Special Requirements A Bolt -on Crossarms B Separating Steel Pole Sections C-1 Separating Steel Pole from Concrete Base C-2 Auxiliary Bracket D Platform, Climbing Steps, and Safety Cable E Climbing Steps and Safety Cable F Luminaire Special Assembly G Momentary Power Interruption Luminaire (MPI) H External Lightning Grounding 1 01991, 2012 Musco Sports Lighting, LLC • M-1001-enU5.14 www.musco.com • lighting@musco.com Installation Instructions: Light -Structure Green Lighting System Before You Begin Safety Information Electrical Safety Guidelines Use extreme caution near overhead power lines or underground utilities. Observe all safety precautions for high-voltage equipment. Only qualified personnel may perform wiring. Follow all applicable building and electrical codes. General Safety Guidelines Follow proper safety procedures during installation. Installers must wear the appropriate personal protective equipment including: • Hard hat • Steel -toed shoes • Leather work gloves • Eye protection Locate all underground utilities prior to digging. All tools and equipment supplied by Musco are designed for specific use as described in these instructions. Do not use them in any other manner. Do not alter structural members in any way, such as bending, welding, or drilling, without prior authorization from Musco. About These Instructions These instructions give basic assembly procedures for the Light -Structure Green lighting system. They are not a comprehensive guide to all possible situations. Direct any questions to Musco at +1-800-825-6020 or call your local representative. Throughout this manual note these important symbols: The safety alert symbol alerts you of situations that require care and caution to avoid serious personal injury. The stop and check symbol signals you to stop and verify conditions before proceeding. The contact Musco symbol appears in special situations where you may need to contact Musco for further information. 0000 must®. 0 The go -to arrow indicates a branch in a procedure for special situations. In the case of optional equipment, the instructions may be in another document. U The tip symbol points out advice that makes installation easier. fifit, This symbol identifies recyclable materials. 01991, 2012 Musco Sports Lighting, LLC • M-1001-enU5-14 www.musco.com • lighting@musco.com 3 Installation Instructions: Light -Structure Green '°' Lighting System Before You Begin Standard Tools/Supplies Checklist Refer to any supplemental instructions provided for additional tools required. Contractor/installer supplied tools Function Page Hammer, pry -bar, banding cutters Water pump Two 11/2 ton chain -type come-alongs Large Phillips -head screwdriver Standard screwdriver Electrical fish tape, electrician's tape Spray paint, chalk, or flags Chalk or pencil 10 ft (3m) stepladder or small line truck Unloading equipment Removing water from base holes (as needed) Jacking pole sections together Tightening captive screws to seal enclosure to pole hub Tightening distribution lugs, 45 A disconnect switch Feeding wire harness through pole Marking points to sight in aiming Making alignment marks Connecting supply wires to electrical enclosure 9 11, 21 14 22,23 15 17 21 22, 23 Musco supplied tools Function Page Wooden base wedges Level with shim for base taper Steel bar inch hex key inch wrench Dishwashing liquid (original Dawn® brand) Wooden shipping blocks '/,6 inch ratcheting combination wrench Pole rotator kit Steel chain 5 mm hex key 33/6 inch hex key /,6 inch hex key Setting base Plumbing base Setting base, seating pole on base Attaching handhole covers on base and steel pole Tightening poletop set screw, pole cap fastener, and electrical components enclosure hanger bolt Lubricating pole slip -fit connections Elevating pole sections off ground during assembly Tightening captive bolts to secure luminaire assembly Guiding pole onto base, pole alignment Setting pole on base Landing primary feed wires on 125 A disconnect switch Attaching grounding conductors inside electrical enclosure Attaching grounding conductors inside pole at handhole 11,17 11 16 17, 19, 20 21 23 22, 23 23 Machinery needed Function Page Crane or forklift with nylon strapping and 8 ft (2.5 rn) sling (sized to weight of base) Auger Load -rated crane, nylon slings, and shackles Unloading materials, setting bases Boring holes for bases Setting poles Documents You Need ❑ Musco Foundation and Pole Assembly Drawing ❑ Field Aiming Diagram ❑ Alternate foundation design (optional, as needed) ❑ Control System Summary If you do not have all of these documents, contact Musco at +1-800-825-6020 or call your local representative. 4 ©1991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com Installation Instructions: Light -Structure Green Lighting System Before You Begin Electrical System Requirements While the majority of the Light -Structure Green lighting system can be assembled by non-professionals, a qualified electrician must handle the electrical supply installation and hook-up in accordance with national, state, and local codes. Your electrician should review this information before installation begins. The electrician is generally required to provide these items: • Service entrance • Main power disconnect and distribution panel(s) • Supply wiring and equipment grounding conductors Ensure supply wiring is rated for 90 °C. Review the label inside the electrical components enclosure door and Control System Summary for voltage and phase requirements. Always dispose of lamps and other electronic waste in accordance with all applicable laws and regulations. Other features that may affect the wiring supply requirements for this project include: • Lighting contactor cabinets — refer to the supplemental installation instructions and the Musco Control System Summary. • Control -Link® system — refer to the supplemental installation instructions and Musco Control System Summary. • Auxiliary bracket option — customer supplies all wiring for auxiliary components. • Momentary Power Interruption (MPI) luminaire — refer to the supplemental installation instructions Volunteer Installation Have a qualified electrician review and complete the following: • Create electrical system design — prior to installation. • Provide and install trenching, supply wiring, and conduit. • Complete all steps from Connecting to Supply Wiring section. • Test complete lighting system. Components Matching and Labeling Pole locations are identified by a pole ID (Al, A2, B1, B2, etc.) on the Field Aiming Diagram. These IDs are also marked on the individual components: • Poletop luminaire assemblies and luminaire shipping cartons • Wire harnesses • Electrical components enclosures • Galvanized steel pole sections • Precast concrete bases Precast concrete base Galvanized steel pole section(s) 0 0000 musco. Electrical components enclosure - Luminaire Poletop fitter // Wire harness ©1991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com 5 Installation Instructions: Light -Structure Green Lighting System Before You Begin Documents We Provide Field Aiming Diagram The field aiming diagram is your map for locating all poles on your project. It gives this information: • Pole locations on the field • Pole ID for each pole • Luminaire ID for each luminaire • Field origin for coordinate measuring • Common aiming point for all poles, or individual aiming points for each pole • Pole height Control System Summary Projects with a control system include a control system summary. It gives this information: • Control system diagram and details • Contactors and cabinets • Lighting circuits • Voltage, phase, and frequency information • Full load current for each circuit Musco Foundation and Pole Assembly Drawing This drawing provides information related to the installation of the foundation and the galvanized steel pole. • Pole weight • Precast concrete base weight • Hole depth and diameter • Concrete backfill quantities • Pole section minimum overlaps Note: Foundation details are omitted on projects with alternate foundation designs. Alternate Foundation Design Some poles on a project may require an alternative foundation design.This stamped drawing provides construction details of the alternative design.This document supersedes all other foundation information. °COO m ■ ■ ■casco. 6 POLE FOUNDATION SCHEDULE PRECAST BASE *FUMIGATION POLE IDEMiFICANOU .. ply, •. [LESION NOTES ©1991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com Installation Instructions: Light -Structure Green Lighting System Before You Begin Unloading Instructions A typical shipment includes precast concrete bases, galvanized steel poles, electrical components enclosures, wire harnesses, and poletop luminaire assemblies with luminaires. ®For ease of installation, set all matched components by the proper pole location as noted on the Field Aiming Diagram. Tools/Materials Needed ❑ Crane with nylon web sling or forklift (load rated) ❑ Hammer ❑ Pry bar O Banding cutters Warning Crushing hazard. Product is heavy and may roll. Do not cut shipping bands or remove blocking from concrete bases or poles until they are supported by unloading equipment. Use proper pick-up procedures as defined within the following regulations when lifting concrete bases and poles: OSHA 1926.251; OSHA 1910.178; OSHA 1910.180; and ANSI A10.42-200. Balance point may not be at midpoint of base or pole. • Check bill of lading to verify you have all materials. • Inspect all materials for shipping damage. • Store electrical components enclosures in a dry location or cover with tarp until ready to install. Painted poles require special handling, see Instructions: Painted Pole Special Requirements. If additional information is needed, contact Musco's shipping department at +1-800-756-1205 or call your local Musco representative. El Save wooden shipping blocks to use during pole assembly. Please recycle. Luminaires, wire harnesses, and other components are shipped in recyclable cardboard packaging. mUSCO. 01991, 2012 Musco Sports Lighting, LLC M-1001-enUS-14 www.musco.com • lighting@musco.com 7 Installation Instructions: Light -Structure Green- Lighting System Precast Concrete Base Overview The precast concrete base is set directly into the ground, backfilled with concrete, and allowed to cure for 12 to 24 hours. The base is designed for easy slip -fit connection to the galvanized steel pole. The remaining components — steel pole, poletop luminaire assembly, electrical components enclosure, and wire harness —are assembled as a unit and set onto the base. The base includes an integrated lightning ground system. Tools/Materials Needed Musco Supplied ❑ Field Aiming Diagram ❑ Musco Foundation and Pole Assembly Drawing or alternate foundation design U Steel bar ❑ Wooden base wedges O Level with shim for tapered base ❑ 5/32 inch hex key Installation Procedure Verify pole ID on concrete base matches pole location on Field Aiming Diagram. For options on poor soil conditions, alternative installation methods, or if there are any issues with pole locations given, contact Musco at +1-800-825-6020 or call your local representative. Your project engineer's name and extension appear on Field Aiming Diagram. Note: Use only project -specific foundation designs as detailed on Musco Foundation and Pole Assembly Drawing or alternate foundation design plan. v 0 Mark pole locations per Field Aiming Diagram. Excavate holes to size and depth given on Musco Foundation and Pole Assembly Drawing or alternate foundation design. Warning Fall hazard Cover holes or install fencing for fall safety. 0000 musCO. 8 Contractor Supplied O Conduit for underground wiring O Concrete backfill ❑ Water pump (as needed) Wireway Pole ID Tapered — upper section for slip -fit Lifting hole Finished grade Top of concrete backfill Pole grounding connector Handhole, above grade Conduit adapter plate Wire access hole, below grade Integrated grounding electrode ®1991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com Installation Instructions: Light -Structure Green Lighting System Precast Concrete Base ®Sling and lower base into hole. Orient wire access hole to accommodate incoming supply wiring. Snip banding and remove tab protectors. ICI Plumb base and wedge into position. Use supplied level with shim on upper end against base. Shim accommodates taper of base. Top of base is beveled: keep level at least 6 inches (1 S0 mm) from top when plumbing. Remove any water from hole to avoid weakening foundation. Water in hole during concrete pour can cause hollow center of base to fill with concrete. Backfill with concrete per Musco Foundation and Pole Assembly Drawing or alternate foundation design. If backfilling with concrete to finished grade, be sure to maintain wire access. CCOO musco. Lifting hole Shim Concrete base Wedges (3) Handhole, above grade 6 in (150 mm) min. Level ®1991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com 9 Installation Instructions: Light -Structure Green Lighting System Precast Concrete Base v Have your electrician install all underground conduit and wiring, including equipment grounding conductor. Route wires up through base to handhole. Conduit adapter plates with knockouts are provided. You may also install wiring after standing pole. Backfill and compact to finished grade as necessary. 0000 mvsc®s 10 Equipment grounding conductor Compacted fill Concrete Supply wiring -- To contactor 01991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com Installation Instructions: Light -Structure Green'" Lighting System Galvanized Steel Pole and Poletop Luminaire Assembly Overview The galvanized steel pole and poletop luminaire assembly are designed to slip -fit together. Jacking ears on each pole section provide attachment points to pull pole sections together. The Musco Foundation and Pole Assembly Drawing gives minimum overlap specifications for each pole section. Tools/Materials Needed Musco Supplied ❑ Wooden shipping blocks ❑ Musco Foundation and Pole Assembly Drawing ❑ 9/S6 inch wrench ❑ Dishwashing liquid (original Dawn® brand) Assembly Procedure Verify pole ID on each steel pole section matches pole location on Field Aiming Diagram. Pole ID is stenciled on inside bottom end and outside top end of each section. flLay out all pole sections and poletop luminaire assembly in sequence. Ensure all weldmarks face same direction. Weldmarks represent field side of pole. Orient electrical components enclosure hub up. ® Use shipping blocks as necessary to support pole sections during assembly. ©Lubricate top of each steel pole section with supplied dishwashing liquid. © Align jacking ears. Using two 11/2 ton come-alongs, pull sections together evenly until tight. Ensure minimum overlap per Musco Foundation and Pole Assembly Drawing. Repeat for all sections. CCOO museo. Contractor Supplied 0 Two 1'/2 ton chain -type come-alongs Come -along 1Y ton ©1991, 2012 Musco Sports Lighting, LLC • M -1001 -en US -14 www.musco.com • lighting@musco.com 11 Installation Instructions: Light -Structure Green Lighting System Galvanized Steel Pole and Poletop Luminaire Assembly 4 Tighten set screw using 9/16 inch wrench. ElRemove protective cover from pole alignment device. If pole has bolt -on crossarms, proceed with Installation Instructions: Bolt -on Crossarm. If pole has auxiliary equipment, proceed with Installation Instructions: Auxiliary Bracket. 0000 musco. 12 Pole alignment device Weldmark Op Welded crossarm configuration Bolt -on crossarm configuration (reference) Pole ID label Protective cover Set screw 9/s in et991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com •lighting@musco.com Installation Instructions: Light -Structure Green Lighting System Electrical Components Enclosure Overview The electrical components enclosure is factory -wired and tested. Built-in hardware allows for easy attachment to the galvanized steel pole. Quick -connect plug -ins assure trouble-free connection to the poletop luminaire assembly via the wire harness. Tools/Materials Needed Musco Supplied ❑ 9/16 inch wrench O 3Ae inch hex key Contractor Supplied ❑ Phillips -head screwdriver ❑ Standard screwdriver Assembly Procedure Verify pole ID on electrical components enclosure matches pole location on Field Aiming Diagram. Caution Electrical components enclosures are heavy. Electrical components enclosure may weigh up to 225 lb (102 kg). Lift carefully with two people to avoid injury. 0000 musCO. Pole identification label (on front) Hanger with bolt —Wire access hole with captive screws (behind) Ballast wire access hole 01991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com 13 Installation Instructions: Light -Structure Greene" Lighting System Electrical Components Enclosure 0 Mount bottom enclosure on pole. Align wire access hole with hub. Tighten captive screws using Phillips -head screwdriver. Tighten hanger bolt with 9A6 inch wrench. Mount middle and/or top enclosures. Align access hole with hub and slide box onto hanger bracket. Tighten hanger bolt with 9A6 inch wrench. Only qualified personnel may perform wiring. Route wires as shown in step 3, but leave the final connections for your electrician. See section Connecting to Underground Wiring. ©Route all power leads, equipment grounding conductor, and enclosure harnesses to bottom enclosure. Repeat steps 1 — 3 for each stack. 0000 museo. 14 Pole ID label Access hole Hub Captive screws Cd Power leads (brown, orange, yellow) Enclosure harness (black, blue/white) Hanger bracket Hanger bolt 9/16 in Hub Wire access hole Ballast wire access Equipment grounding conductor (green/yellow) 01991, 2012 Musco Sports Lighting, LLC • M -1001 -en US -14 www.musco.com • lighting@musco.com Installation Instructions: Light -Structure Green Lighting System Wire Harness Overview The factory -built wire harness connects the electrical components enclosure to the poletop luminaire assembly. Tools/Materials Needed Musco Supplied ❑ 5/a2 inch hex key ❑ 9/6 inch wrench Contractor Supplied ❑ Fish tape O Electrician's tape Assembly Procedure Verify pole ID on wire harness matches pole location on Field Aiming Diagram. flRemove handhole covers using 5/32 inch hex key. Remove polecap using 9/16 inch wrench. O Fish all pole wire harnesses between poletop and appropriate electrical components enclosure(s). Use lower handhole to access enclosure hubs. Ensure protective sleeve extends through access hub and tuck harnesses behind subpanel. Attach support grips at poletop and midpole (if present). Mate quick -connectors at poletop and inside electrical 4 components enclosure(s). Match luminaire IDs. Note: When installing bolt -on crossarms, each crossarm has a separate harness. There is one additional spade connector for pole alignment beam. In Replace handhole covers and polecap. 0000 musCO. Handhole 0 5/s2 in Polecap fastener 9/16 in Quick connectors (match luminaire ID's) Wire support grip Mid-pole wire support grip (present in taller poles) Pole harness with protective sleeve Quick connectors (match luminaire ID's) Subpanel Electrical components enclosure ©1991, 2012 Musco ports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com 15 Installation Instructions: Light -Structure Green Lighting System Luminaire Attachment Overview Luminaires are factory built complete and shipped in individual cartons. They are aimed in the factory and ready for installation: Do not disassemble knuckle or lamp cone. Tools/Materials Needed Musco Supplied ❑ 7A6 inch ratcheting combination wrench Assembly Procedure Verify pole ID on luminaire cartons matches pole and location on Field Aiming Diagram. ®Remove orange protective caps from luminaire knuckle and mounting plate; discard. Note: Do not remove bags and cutters until after assembly. Match luminaire ID to crossarm and install luminaire onto mounting plate. Insert back of knuckle into mounting plate and pivot into position. Some luminaires require special assembly when placement interferes with adjacent luminaire or pole alignment beam. See Special Assembly Instructions attached to luminaire. ®Tighten captive mounting bolts. Torque must not exceed 20 ft•Ib (27 N•m). To avoid overtightening, use provided 7A6 inch combination wrench. See Installation Instructions: Platform, Climbing Steps, and Safety Cable or Installation Instructions: Climbing Steps and Safety Cable, if your project includes these items. 0000 mUSCO. 16 Pole ID Luminaire ID Orange protective cap Luminaire ID Pole ID Mounting plate Back of knuckle Plastic wrap Captive mounting bolts 7/,, in 01991, 2012 Musco Sports Lighting, LLC M-1001-enUS-14 www.musco.com • lighting@musco.com Installation Instructions: Light -Structure Green Lighting System Pole Setting and Alignment Overview All luminaires are factory aimed to their exact position on the field. To ensure the proper pole orientation, a simple -to -use pole alignment beam completes the precision field aiming. The pole alignment beam is attached in the factory to each pole or to one luminaire on each pole. Tools/Materials Needed Musco Supplied ❑ Field Aiming Diagram ❑ Steel chain ❑ Steel bar ❑ Pole rotator kit ❑ Safety cutter (for removal of luminaire bag) ❑ Dishwashing liquid (original Dawn® brand) Installation Procedure Verify pole ID matches precast concrete base and pole location on Field Aiming Diagram. Mark aiming point(s) on field using Field Aiming Diagram. Poles may have individual aiming points or may all be aimed to a common point. ®Lubricate concrete base with provided dishwashing liquid. 0 Attach pole rotator clamp approximately 12 inches (300 mm) above bottom of pole. Wrap strap around pole and cinch tightly. Caution Risk of injury or property damage. Rotator bar can swing with force as pole is lifted. Do not install until you are ready to lower pole onto base (step 8). 0000 Musco. Contractor Supplied ❑ Chalk or pencil ❑ Load -rated shackles as required ❑ Load -rated nylon slings as required ❑ Spray paint, chalk, or flags (to mark aiming points on field) ❑ Two 11/2 ton chain -type come-alongs a��e ry le If 1 t 4 N7 F2 o o m o2BEWA©m FI2 2 0 0 20 0 9 ID 20 0 0 0 4 0 I] I] 6 0 0 F4 MMMMMTiemee � F3 444 0 0 0 L e61 l='i# Zrrm 01991, 2012 Musco Sports Lighting, LLC • M-1001-enU5-14 www.musco.com • lighting@musco.com 17 Installation Instructions: Light -Structure Green"' Lighting System Pole Setting and Alignment 0 Remove plastic wrap from luminaires using provided safety cutter. Do not use knife. Cutter is attached to one luminaire for each pole. Ensure visor latches remain secure when removing plastic. Turn on alignment beam and check. Pole -mounted device has toggle switch inside electrical components enclosure. Luminaire-mounted device has rotary switch on device. Warning Improper rigging can cause pole sections to separate and fall. Follow these instructions carefully. Do not choke pole or lift from crossarms. Sling pole using this recommended method (see illustration). You must lift pole from lowest section. Friction between assembled sections will not hold pole together when lifting. To keep pole upright when lifting, ensure cradle point is above pole center of gravity. Ensure cradle point is free and will not cinch around pole or snag on hardware or components during lifting. INCORRECT CORRECT Attach each eye of short sling to crane hook Short sling Long sling CRADLE POINT Feed short sling through eyes of long slings and loop under pole to form cradle point. Ensure cradle point is free and will not cinch around pole or snag on hardware or components during lifting. Cradle point must be above pole assembly center of gravity. ATTACHMENT POINT Attach long slings to lowest jacking ears using load -rated shackles. Lowest jacking ears carry entire weight of pole. All slings must be rated for complete pole weight. Refer to Musco Foundation Design and Pole Assembly Drawing. Warning Crushing hazard. Pole can rotate with force, causing injury. Do not stand under pole when lifting. Steady pole with two people holding crossarms. Allow pole to safely rotate around when it is high enough for crossarms and electrical components enclosures to clear the ground. 0000 musto. 18 ©1991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com Installation Instructions: Light -Structure Green'" Lighting System Pole Setting and Alignment ®Lift pole. Use care to avoid dragging bottom of pole. Keep crane head below crossarms. Watch for these signs to ensure you are lifting pole properly: • Short sling slides freely up the pole and long slings tighten. • Top of pole rises first. • Short sling does not choke or snag on pole. Lowest jacking ears carry entire weight of pole. When pole is suspended, insert rotator bar to clamp and turn to lock in place. Guide pole into position over base using rotator bar and lower onto base. Do not allow pole to seat on base until it is properly aimed (step 9). Pole should rotate with reasonable force applied to bar, but not freely. Warning Pinching hazard Keep hands clear when setting pole on concrete base. 0000 must®. 01991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com 19 Installation Instructions: Light -Structure Green Lighting System Pole Setting and Alignment Align pole using alignment beam. Device projects a narrow vertical beam of light that is only visible when you are aligned with it. This step requires two people. Person A: Stand on field aiming point and look at pole alignment device. It is mounted below lowest crossarm or attached to a luminaire. Walk parallel to crossarms until you see beam. Signal person B to rotate pole left or right until beam aligns with aiming point. Beam may be visible, however when pole is aligned, you will see a bright flash as you stand directly on aiming point. Person B: Following direction from person A, rotate pole left or right until it is aligned. Person A Aiming point / Pole // alignment / beam Person B Warning Laser radiation hazard Pole alignment beam is safe for viewing at a distance of three feet (one meter) or more. Do not look into beam from closer than three feet (one meter). Do not use binoculars, camera, or telescope to view beam from any distance. Locator beam is a class 2M laser device. Wavelength: 635-660 nm, Laser power for classification: <1 mW continuous, divergence: <1.5 mrad x 1 rad. Using alignment beam in a manner other than as described here may result in hazardous exposure. Do not modify, dismantle, or attempt to repair. OCOO musto. 20 ©1991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com Installation Instructions: Light -Structure Green'" Lighting System Pole Setting and Alignment 10 m O Once pole is aligned, mark thin vertical plumb-line on pole and concrete base. Use mark to verify alignment is maintained while lowering pole (step 11) and jacking onto base (step 12). Lower pole into position. Hold pole rotator bar to maintain alignment until pole seats on base. Remove rotator bar and clamp. Insert provided steel bar through base. Wrap provided chain around base below steel bar. Attach two 11/2 ton come-alongs to jacking ears. To avoid twisting, attach come-alongs to provided chain directly below jacking ears. If ears align parallel with steel bar, do not use chain. Pull pole down onto base, keeping marks aligned. Ensure minimum overlap per Musco Foundation and Pole Assembly Drawing. If pole seats out of alignment, contact Musco to request separating tools. See Installation Instructions: Separating Steel Pole from Concrete Base. If pole has climbing steps and safety cable, see Installation Instructions: Platform, Climbing Steps, and Safety Cable or Installation Instructions: Climbing Steps and Safety Cable for cable tensioning instructions. musCO. Lower steel pole section Come -along 1% ton Jacking ear Alignment marks Concrete base Chain Steel bar 01991, 2012 Musco Sports Lighting, LLC • M-1001-enUS-14 www.musco.com • lighting@musco.com 21 PROJECT MANUAL FOR: RIVERFRONT SPORTS PARK #7-#8 FIELD LIGHTING PROJECT City of Waterloo, Department of Leisure Services Waterloo, Iowa CONTRACT DOCUMENTS CONTACT PERSON: Travis Nichols, Facilities/Project Manager Waterloo Leisure Services (319) 291-4370 Travis.nichols(a,waterloo-ia.orq NOTICE OF PUBLIC HEARING page 1 of 1 TABLE OF CONTENTS Notice to Bidders Instruction to Bidders General Conditions Bid Specifications Bid Form Statement of Bidder's Qualifications Bid Bond Non -collusion Affidavit of Prime Bidder Non -collusion Affidavit of Subcontractor Equal opportunity Clause Added Attachments: MBE/WBE Certified contractor Guide for the City of Waterloo MBE/WBE Business Enterprise Pre -Bid Contact Information Musco Lighting Installation Instructions NOTICE OF PUBLIC HEARING page 1 of 1 CITY OF WATERLOO, IOWA LEISURE SERVICES COMMISSION NOTICE OF PUBLIC HEARING On Proposed Specifications and the NOTICE TO BIDDERS RIVERFRONT SPORTS PARK #748 FIELD LIGHTING PROJECT NON -MANDATORY PRE-BID CONFERENCE 10:00 a.m., February 17, 2015 at Leisure Services Office, 1101 Campbell Ave, Waterloo, Iowa RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in City Hall, Waterloo, Iowa, on Thursday, February 26, 2015 until 1:00 p.m., for the RIVERFRONT SPORTS PARK #7- #8 FIELD LIGHTING PROJECT. OPENING OF BIDS All proposals received for RIVERFRONT SPORTS PARK #748 FIELD LIGHTING PROJECT will be opened in the First Floor Conference Room in City Hall, Waterloo, Iowa on Thursday, February 26, 2015, at 1:00p.m., and the proposals will be referred to the Waterloo Leisure Services Commission for recommendation of award. PUBLIC HEARING Notice is hereby given that the Waterloo City Council will conduct a public hearing on the proposed Specifications and Form of Contract for the RIVERFRONT SPORTS PARK #748 FIELD LIGHTING PROJECT at 5:30 p.m. on Monday, March 2, 2015. The hearing will be held in the Council Chambers in Waterloo City Hall. The contract documents are on file in the City Clerk's office, 715 Mulberry St. and the Waterloo Leisure Services Commission office, 1101 Campbell Ave., Waterloo, Iowa, for public examination. Any person interested may file written objection with the City Clerk before the date set for the hearing or appear and make objection at the meeting. SCOPE OF WORK The Contractor shall provide all labor and materials necessary for the RIVERFRONT SPORTS PARK #7-#8 FIELD LIGHTING PROJECT in accordance with these plans and specifications. CONTRACT PERIOD The work shall be completed no later than October 31, 2015. PROPOSALS SUBMITTED All bids must be submitted on forms supplied by the Waterloo Leisure Services Commission. NOTICE OF PUBLIC HEARING page 1 of 1 BID SECURITY REQUIRED All bids must be accompanied, in a separate envelope, by a certified or cashier's check drawn on an Iowa bank chartered under the laws of the United States, or a certified share draft drawn on a Credit Union in Iowa chartered under the laws of the United States, or a bid bond payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft, or bid bond will be held as security that the Bidder will enter into a Contract for the construction work and will furnish the required bonds, and in case the successful bidder shall fail or refuse to enter into the Contract and furnish the required bonds, the bid security may be retained by said City as agreed liquidated damages. If Bid Bond is used, it must be signed by both the bidder and the surety or the surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. CONTRACT AWARD The City shall award the Contract to the responsible Bidder(s) whose bid, conforming to the Specifications, is most advantageous to the City and the Waterloo Leisure Services Commission; price and other factors considered. The intention is not to award the contract at the time of bid opening, but to award the contract after review of bids and bidder information by the City and Waterloo Leisure Services Commission such that the award is made within thirty (30) days after bid opening. The City reserves the right to waive any and all parts of a specific bid. BOND The successful Bidder shall furnish a Performance and Payment Bond, within ten (10) days after notification of acceptance of the bid, in an amount equal to one hundred percent (100%) of the contract price. The Bond is to be issued by a responsible surety approved by the City Council and shall guarantee the faithful performance of the contract and the terms and conditions therein contained and shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims of any kind caused by the operation of the Contractor. AFFIRMATIVE ACTION PROGRAM The successful Bidder and any subcontractors will be required to execute and have approved an Affirmative Action Program or Update before beginning work on the project, if they have been awarded an aggregate of $10,000 in City projects during the current calendar year. METHOD OF PAYMENT TO CONTRACTOR The Contractor will be paid against monthly estimates of the work completed and work approved by the Leisure Services staff. Final payment will be made thirty one (31) days after completion of the work and acceptance by the Waterloo Leisure Services staff. Before final payment is made for said work, vouchers showing that all subcontractors and workmen and all persons furnishing materials have been fully paid for such materials and labor will be required. Published pursuant to the provision of Division VI of Chapter 384 the City Code of Iowa and upon order of the City Council of said Waterloo, Iowa, on the day of , 2015. City of Waterloo, Iowa, Suzy Schares, City Clerk NOTICE OF PUBLIC HEARING page 1 of 1 CITY OF WATERLOO, IOWA Waterloo Leisure Services INSTRUCTION TO BIDDERS I. EXPLANATIONS TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the Notice to Bidders, Plans, Specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before submission of their bids. Any interpretation made will be in the form of an amendment of the Notice to Bidders, Plans, Specifications, etc., and will be furnished to all prospective bidders. Its receipt by the bidder must be acknowledged in the space provided on the Proposal Form or by letter or telegram received before the time set for opening of bids. Oral explanations or instructions given before the award of the contract will not be binding. II. PROPOSALS SUBMITTED All bids must be submitted on forms supplied by the Waterloo Leisure Services. Before submitting a bid, each bidder shall carefully examine the drawings (if any), read the specifications and all other contract documents and visit the site of the work. Each bidder shall be fully informed, prior to the bidding, as to all existing conditions and limitations under which the work is to be performed and shall include in this bid a sum to cover the cost of all items necessary to perform the work as set forth in the contract documents. No allowance will be made to any bidder because of lack of such examination or knowledge. The submission of a bid shall be construed as conclusive evidence that the bidder has made such examination. The bidder's attention is directed to the fact that all applicable state laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over the project shall apply to the Contract throughout and they shall be deemed to be included in the Contract the same as though herein written out in full. III. LATE BIDS AND MODIFICATIONS OR WITHDRAWALS Bids and modifications or withdrawals thereof received at the office designated in the Notice to Bidders after the exact time set for closing of bids will not be considered. However, a modification which is received from an otherwise successful bidder, and which makes the terms of the bid more favorable to the City, will be considered at any time it is received and may thereafter be accepted. Bids may be withdrawn by written or telegraphic request received from bidders prior to the time set for closing of bids. IV. PUBLIC OPENING OF BIDS Bids will be publicly opened at the specified time and place for opening in the Notice to Bidders. Their content will be made public for the information of bidders and others interested who may be present either in person or by representative. V. COLLUSIVE AGREEMENTS A. Each bidder submitting a bid shall execute and include with the bid, a Non -Collusion NOTICE OF PUBLIC HEARING page 1 of 1 Affidavit in the form herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any bid submitted. B. Each bidder submitting a bid shall have each proposed subcontractor, if any, execute and include with the bid, a Non -Collusion Affidavit in the form herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any bid submitted. Before executing any subcontract, the successful bidder shall submit the name of any proposed subcontractor for approval by the City. VI. MBE/WBE CONTRACT COMPLIANCE PROGRAM/SUBCONTRACTING The program proposes numerical projections regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as Subcontractors, vendors and suppliers in performance of contracts awarded by the City of Waterloo, Iowa. A goal of at least 10 percent (10%) for MBE participation on all City funded construction projects that are estimated at $50,000.00 or more. A goal of at least two percent (2%) for WBE participation on all City funded construction projects that are estimated at $50,000.00 or more. Any project funded in part or in total with federal funds shall follow the respective agencies contract compliance program and goals. The Prime contractor shall make "good -faith efforts" to meet the contract Compliance MBE/WBE goals. The MBE/WBE subcontractors, suppliers or vendors must provide the Prime Contractor a reasonably competitive price for the service being rendered. For more information contact City of Waterloo Contract Compliance: Rudy D. Jones, Director Community Development Board 620 Mulberry Street Suite 202 Waterloo, Iowa 50703 (319) 291-4429 VII. EMPLOYMENT AND BUSINESS OPPORTUNITY (SECTION 3/ HUD ACT OF 1968) To the greatest extent feasible, suppliers, subcontractors, and low income workers owning businesses or living in the Waterloo area must be given priority in supplying materials, bidding for subcontract work, or applying for employment by the contractor on this project. Opportunities for training and for employment arising in connection with this project shall to the greatest extent feasible be made available to lower income persons residing in the project area. The Contract area is the City of Waterloo. The City of Waterloo will require the contractor to document his efforts in securing lower income workers living in the project area and in purchasing supplies from, and awarding subcontracts to, businesses owned by persons residing in the project area. See Section 3 Clause attachment for more information. IX. STATEMENT OF BIDDER'S QUALIFICATIONS Each Bidder shall, upon request of the Waterloo Leisure Services, submit on the form furnished a statement of the Bidder's qualifications, his/her experience record in completing the type of project proposed, and equipment available for the work contemplated; and when requested, a detailed financial statement. The Waterloo Leisure Services shall have the right to take such steps as it deems NOTICE OF PUBLIC HEARING page 1 of 1 necessary to determine the ability of the Bidder to perform obligations under the Contract; and the Bidder shall furnish the Waterloo Leisure Services all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available evidence or information does not satisfy the Waterloo Leisure Services that the Bidder is qualified to carry out properly the terms of the Contract. X. EXECUTION OF AGREEMENT, BOND, AND CERTIFICATE OF INSURANCE A. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful bidder shall execute and deliver to the City, an agreement in the form included in the contract documents in such number of copies as the City, may require. B. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful bidder shall, within the period specified in paragraph "A" above, furnish a surety bond in a penal sum not less than the amount of the contract as awarded, as security for the faithful performance of the contract and the terms and conditions therein contained and shall guarantee the prompt payment of all persons, firms, or corporations to whom the contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him/her in performing the work. The bond shall protect and save harmless the City and Waterloo Leisure Services from claims and damages of any kind caused by the operations of the contractor and shall also guarantee the maintenance of the contract improvements for the period stated in the Notice of Hearing from and after completion of said improvements and their acceptance by the City and the Waterloo Leisure Services. Such bond shall be in the same form as that included in the contract documents and shall bear the same date as, or a date subsequent to that of the agreement. The current Power of Attorney for the person who signs for any surety company shall be attached to such bond. C. The successful bidder shall, within the period specified in paragraph "A" above, furnish a certificate of insurance for approval in amounts of not less than the amounts specified in the General Conditions. The certificate of insurance shall be furnished in such number of copies as the City of Waterloo may require. The City of Waterloo shall be named as an "Additional Named Insured." The contractor shall similarly submit his subcontractor's certificates of insurance in the amounts for approval before each commences work. The contractor shall carry or require that there be Worker's Compensation insurance for all his employees and those of his subcontractors engaged in work at the site, in accordance with State Worker's Compensation Laws. D. The failure of the successful bidder to execute such agreement and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City, may grant, based upon reasons determined sufficient by the City, may either award the contract to the next lowest responsible bidder or re -advertise for bids, and may charge against the bidder the difference between the amount of the bid and the amount for which a contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the bid guaranty. If a more favorable bid is received by re -advertising, the defaulting bidder shall have no claim against the City or Waterloo Leisure Services for a refund. NOTICE OF PUBLIC HEARING page 1 of 1 CITY OF WATERLOO, IOWA Waterloo Leisure Services GENERAL CONDITIONS Definitions Whenever used in any of the Contract Documents, these terms shall be defined as follows: Contract - means the Contract or Agreement executed by and between the City Of Waterloo and the Contractor. Owner or Local Public Agency (LPA) - means the Waterloo Leisure Services. Contractor - means the person, firm or corporation entering into the Contract with The City of Waterloo, to construct and install the improvements described in the Specifications and shown on the Plans or Drawings. Contract Documents - means and shall include the following: Executed Contract Or Agreement, Addenda (if any), Invitation for Bids, Instructions to Bidders, Signed Copy of Bid, General Conditions, Special Conditions, Specifications, and Plans or Drawings. Superintendence by Contractor Except where the Contractor is an individual and gives personal superintendence to the work, the Contractor shall provide a competent superintendent, satisfactory to the Waterloo Leisure Services/City of Waterloo, on the work site at all times during working hours with full authority of the Contractor. The Contractor shall also provide an adequate staff to properly coordinate and expedite the work. The Contractor shall lay out and be responsible for all work executed under this Contract. The Contractor shall verify all figures and elevations before proceeding with the work and will be held responsible for any error resulting from failure to do so. Other Contracts The City of Waterloo may award or may have awarded other Contracts for additional work, and the Contractor shall cooperate fully with other Contractors, by scheduling work under this Contract with that to be performed under other Contracts as may be directed by the Waterloo Leisure Services/City of Waterloo. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other Contractor as scheduled. Fitting and Coordination of the Work The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all Subcontractors engaged upon this Contract. The Contractor shall be prepared to guarantee to each Subcontractor the locations and measurements which they may require for the fitting of their work to all surrounding work. NOTICE OF PUBLIC HEARING page 1 of 1 Care of Work The Contractor shall be responsible for all damages to person or property that occur as a result of negligence in connection with the execution of work and shall be reasonable for the proper care and protection of all materials delivered and work performed until completion and final acceptance by the Waterloo Leisure Services. The Contractor shall provide sufficient security, both day and night, including weekends and holidays, from the time the work is commenced until final completion and acceptance, except when work being performed does not require protection. The Contractor shall be responsible for any loss of work, materials, equipment or time due to acts of any person on the project site. Therefore it is the responsibility of the Contractor to determine when security is needed. The Contractor shall avoid damage to existing sidewalks, streets, curbs, pavements, structures, and utilities except those which are to be replaced or removed. Any damage caused by the Contractor's operation shall be completely repaired at no expense to the Owner. General Requirements The Contractor shall be responsible for being informed as to all existing conditions and limitations under which the work is to be performed. No extra allowance will be made because of lack of such examination or knowledge. The Contractor shall not disturb existing walks, drives, parking areas, trees, shrubs, or turf areas outside the limits of the project. If disturbed, these items shall be replaced by the Contractor at no cost to the Owner. Trees and shrubs located in or near the project area shall be protected by the Contractor from damage by workers and construction equipment during time of construction. The City Forester will determine the extent of protection necessary for the trees. Permits and Codes The Contractor shall secure from the appropriate departments of the local government, at no charge, the required building, electrical, plumbing and heating permits. The Contractor shall give all notices required by, and comply with all applicable municipal and state laws, ordinances and codes. Liability Insurance The Contractor shall carry liability insurance which shall save the City harmless and protect the public and any person from injury sustained by the reason of the prosecution of the work or the handling or storing of materials therefore, and said Contractor shall also carry insurance which shall meet the requirements of the Iowa Worker's Compensation Law. NOTICE OF PUBLIC HEARING page 1 of 1 Before the work shall be started on this contract, the Contractor shall furnish the City Clerk/Finance Manager with proper affidavit or affidavits executed by representatives of duly qualified insurance companies, evidencing that said insurance company or companies have issued liability insurance policies, effective during the life of the contract, or for a period of at least ten (10) days following the filing of written notice of cancellation, protecting the public and any person from injuries or damages sustained by reason of carrying on the work involved in the contract. The affidavit shall specifically evidence the following forms of insurance protection: a. Public liability insurance covering all operations performed by persons directly employed by the Contractor. b. Public liability insurance covering all operations performed by any subcontractor to whom a portion of the work may have been assigned. c. Public liability insurance covering all work upon the project performed by any independent contractor working under the direction of either the principal contractor or a subcontractor. d. Motor vehicle bodily injury liability insurance and property damage liability insurance on all motor vehicles employed on the work, whether owned by the contractor or by other persons, firms, or corporations. e. The minimum protection shall be as follows: Comprehensive General Liability Insurance Bodily Injury (including wrongful death) Aggregate, Products and Completed Operations Property Damage Comp. Auto Bodily Injury Property Damage $2,000,000.00 per person $2,000,000.00 $2,000,000.00 per accident $2,000,000.00 per person $2,000,000.00 per occurrence The Contractor shall have the City of Waterloo, Iowa, named as an "Additional Named Insured" in the amount of $2,000,000.00 liability for bodily injury (including wrongful death) and property damage. A certificate or a policy, if requested, shall be filed with the Owner. THE CITY OF WATERLOO IS TAX EXEMPT. All certificates and/or policies of insurance furnished by the Contractor to be filed with the City Clerk/Finance Manager shall include the name and address of the agency issuing the same. It shall be required that the City Clerk/Finance Manager be notified by registered mail of the cancellation or expiration of the above insurance. Removal of Debris, Cleaning, Etc. The Contractor shall periodically, or as directed during the progress of the work, remove and legally dispose of all surplus excavated material and debris, and keep the project area reasonably clean. Upon completion of the work the Contractor shall remove all temporary construction facilities, debris and unused materials provided for the work and put the whole site of the work in a neat and clean condition. NOTICE OF PUBLIC HEARING page 1 of 1 CITY OF WATERLOO LEISURE SERVICES COMMISSION RIVERFRONT SPORTS PARK #748 FIELD LIGHTING PROJECT SPECIFICATIONS The Contractor shall perform all work required and furnish all labor, materials, equipment, tools, transportation and supplies necessary to complete the work at Danes Complex, located on Movilla Street, in accordance with International Building Code and any applicable code and local ordinances. Should any misunderstanding arise as to the intent or meaning of the plans or specifications, the decision of the City shall be final and conclusive. SCOPE OF WORK: Interested parties must provide and install a pre -selected, pre -aimed, pre -wired, fully functional Musco lighting system. This system will consist of eight light assemblies to include footings, poles and pre -assembled luminaires. Underground electrical and switchgear is to be supplied under a separate contract. A. Manufacturer's Instructions: Written instructions for the installation of the sports lighting equipment shall be provided by the manufacturer. The contractor shall review the instructions prior to beginning installation and review any areas of concern with the manufacturer.(See Attached Instructions) B. Installation of Equipment: Contractor shall install lighting equipment per manufacturer's stated requirements to ensure lighting performance is achieved. C. Manufacturer Representative: A qualified representative from Musco Lighting shall be available to provide installation guidance if required by the contractor. D. Handling of Equipment: The lighting equipment shall be handled in an appropriate manner to ensure safe installation and prevent damage to the equipment. Repair or replacement of damaged component shall be the responsibility of the installing contractor. E. Rigging: Use the appropriate rated web fabric slings to lift components into position. Chains or cables shall not be allowed due to potential failure and damage to components. Selected Lighting System Musco Light Structure Green TM System delivered to the site • (8) Pre -cast concrete bases with integrated grounding • (8) Galvanized steel poles • Electrical component enclosures • Pole length wire harness • (32) Factory -aimed and assembled luminaires NOTICE OF PUBLIC HEARING page 1 of 1 • Control Link® Control & Monitoring System for flexible control and solid management of the lighting system • Lighting Contactors sized for 480 Volt three phase Warranty • Guaranteed constant light levels of 50 foot-candles infield, 30 foot-candles outfield for 25 years • One group re -lamp at the end of the lamps' rated life, 5000 hours • Musco Constant 2STM product assurance and warranty program that eliminates 100% of maintenance costs for 25 years, including labor and materials Musco Lighting Representative Jason Shillig P.O. Box 260 2107 Stewart Rd. Muscatine, Iowa 52761 1.800.754.1205 ext. 4724 Jason.shillig@musco.com START DATE Work must commence within 45 days of signed contract. COMPLETION DATE All work shall be completed by OCTOBER 31, 2015 GUARANTEE The Contractor shall guarantee all material and equipment furnished and installed by him for a period of one year after final acceptance by the Leisure Services Commission. Should any defects arise as a result of defective workmanship or materials within the guarantee period, the Contractor shall make the necessary corrections at own expense. ALL WORK TO MEET ALL CITY OF WATERLOO BUILDING CODES. The City of Waterloo reserves the right to reject any and/or all bids. The Contractor is responsible for obtaining permits and the performance of all work according to the City of Waterloo Codes. Permits will be at no charge. If you have any questions, please contact Travis Nichols, Facilities/Project Manager, at 291-4370. NOTICE OF PUBLIC HEARING page 1 of 1 BIDDER: CITY OF WATERLOO, IOWA WATERLOO LEISURE SERVICES COMMISSION BID FORM For RIVERFRONT SPORTS PARK #748 FIELD LIGHTING PROJECT ADDRESS: COMPANY NAME PHONE: ( 1. The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the following partners: having been familiarized with the existing conditions on the project area affecting the cost of the work, and with all the Contract Documents now on file in the offices of the City Clerk, City Hall, Waterloo, Iowa, and the Waterloo Leisure Services Commission, 1101 Campbell Ave., Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, and services, including utility and transportation services required to complete the proposed RIVERFRONT SPORTS PARK #748 FIELD LIGHTING PROJECT in accordance with the contract documents and for the total price for work in place for the following amount: TOTAL BID PRICE: dollars ($ 2. In submitting this bid, the Bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of acceptance of this Bid is mailed or delivered to the undersigned within thirty (30) days after Bid Opening, of at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of insurance within ten (10) days after the agreement is presented for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 3. Security in the sum of dollars ($ In the form of , is submitted herewith in accordance with NOTICE TO BIDDERS. 4 Attached is a Non -Collusion Affidavit of Prime Contractor. 5. The Bidder is prepared to submit a financial and experience statement upon request. NOTICE OF PUBLIC HEARING page 1 of 1 6. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 7. The Bidder has received the following Addendum or Addenda: Addendum No. Date: / / 8. The Bidder shall list the MBE/WBE subcontractors, amount of subcontracts and bid items listed on the City of Waterloo Minority and /or Women Business Pre-bid Contract Information Form submitted with this Bid Form. The apparent low bidder shall submit a list of all other subcontractor(s) to be used on this project to the City of Waterloo by 5:00 p.m. the business day following the day bids on this project are due along with the Non -collusion Affidavits of ALL Subcontractor(s). The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons. a) The City of Waterloo does not approve the subcontractors. b) The subcontractors submit in writing that they cannot fulfill their subcontracts 9. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 10. The bidder has attached all applicable forms. 11. The owner reserves the right to select alternatives, delete line items, and/or to reduce quantities prior to the Award of Contract due to budgetary limitations. CONTACT PERSON: PHONE: Please Print SIGNED: DATE: / / NOTICE OF PUBLIC HEARING page 1 of 1 (To be submitted by the Bidder only upon request of the City of Waterloo, Iowa.) STATEMENT OF BIDDER'S QUALIFICATIONS All questions shall be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information desired. 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for the contract. 12. Experience in construction work similar in importance to the project. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: $ 15. Give Bank reference: 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. NOTICE OF PUBLIC HEARING page 1 of 1 Dated this day of , 20 Name of Bidder By: Title: State of ) ) ss County of ) , being duly sworn deposes and says that she/he is of Name of Organization and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of , 20 Notary Public My commission will expire , 20 NOTICE OF PUBLIC HEARING page 1 of 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal and As Surety are held and firmly bound unto the City of Waterloo, Iowa, hereinafter called "OWNER". In the penal sum dollars ($ ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the day of , 20 , for NOW, THEREFORE, a) If said Bid shall be rejected, or in the alternate, b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of , A.D. 20 (Title) Witness (Seal) Principal By (Seal) Surety By Witness Attorney -In -Fact NOTICE OF PUBLIC HEARING page 1 of 1 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of County of , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; , the 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signature Title Subscribed and sworn to before me this Day of , 20 . Signature Title My commission expires NOTICE OF PUBLIC HEARING page 1 of 1 COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of County of , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of hereinafter referred to as the "Subcontractor"; 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to , contract pertaining to the RIVERFRONT SPORTS PARK #748 FIELD LIGHTING PROJECT in Waterloo, Black Hawk County, Iowa; 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; 5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signature Title Subscribed and sworn to before me this Day of , 20 . Signature Title My commission expires NOTICE OF PUBLIC HEARING page 1 of 1 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractor, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship. 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program — Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. NOTICE OF PUBLIC HEARING page 1 of 1 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. Signed: Appropriate Official Title Date NOTICE OF PUBLIC HEARING page 1 of 1 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2015-77 RESOLUTION PRELIMINARILY APPROVING REQUEST FOR PROPOSALS DOCUMENT, SPECIFICATIONS, FORM OF CONTRACT, ETC., IN CONJUNCTION WITH PARKING MANAGEMENT SERVICES FOR THE CITY OF WATERLOO AND FIXING THE DATE AND PLACE OF HEARING ON SAID SERVICES, AS MARCH 9, 2015, AT 5:30 P.M., IN HAROLD E. GETTY COUNCIL CHAMBERS, CITY HALL, WATERLOO, IOWA WITH THE TAKING OF BIDS THEREFORE, AND INSTRUCTING THE CITY CLERK TO PUBLISH THE NOTICE OF HEARING. WHEREAS, the City Council of the City of Waterloo, Iowa, heretofore instructed the City Clerk of said City to prepare proposed Request for Proposals document, specifications, form of contract, etc., in conjunction with Parking Management Services for the City of Waterloo, Iowa, and WHEREAS, said City Clerk did file said Request for Proposals document, specifications, form of contract, etc., in conjunction with Parking Management Services for the City of Waterloo. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, AS FOLLOWS: Section 1. That said Request for Proposals document, specifications, form of contract, etc., in conjunction with Parking Management Services for the City of Waterloo, Iowa, be, and the same are hereby, preliminarily approved as filed. Section 2. That the Council of the City of Waterloo, Iowa, shall meet in the Harold E. Getty Council Chambers City Hall, in the City of Waterloo, Iowa, at 5:30 p.m. on the 9th day of March, 2015, for the purpose of holding a public hearing on proposed Request for Proposals document, specifications, form of contract, etc., in conjunction with Parking Management Services for the City of Waterloo, Iowa, with the taking of bids therefore. Section 3. That the City Clerk is hereby directed to publish notice- of the time and place of said hearing in the Waterloo Courier. PASED`_AND ADOPTED this 2nd day ATTEST: - f February, 2015. Ernest Suzy S hares, CMC City C erk ark, Mayor Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2015-78 RESOLUTION PRELIMINARILY APPROVING REQUEST FOR PROPOSALS DOCUMENT, SPECIFICATIONS, FORM OF CONTRACT, ETC., IN CONJUNCTION WITH THE RIVERFRONT SPORTS PARK #7-#8 FIELD LIGHTING PROJECT FOR THE CITY OF WATERLOO AND FIXING THE DATE AND PLACE OF HEARING ON SAID PROJECT, AS MARCH 2, 2015, AT 5:30 P.M., IN HAROLD E. GETTY COUNCIL CHAMBERS, CITY HALL, WATERLOO, IOWA WITH THE TAKING OF BIDS THEREFORE, AND INSTRUCTING THE CITY CLERK TO PUBLISH THE NOTICE OF HEARING. WHEREAS, the City Council of the City of Waterloo, Iowa, heretofore instructed the Facilities/Project Manager for Leisure Services of said City to prepare proposed Request for Proposals document, specifications, form of contract, etc., in conjunction with the Riverfront Sports Park #7-#8 Field Lighting Project for the City of Waterloo, Iowa, and WHEREAS, said Facilities/Project Manager for Leisure Services did file said Request for Proposals document, specifications, form of contract, etc., in conjunction with the Riverfront Sports Park #7-#8 Field Lighting Project for the City of Waterloo. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, AS FOLLOWS: Section 1. That said Request for Proposals document, specifications, form of contract, etc., in conjunction with the Riverfront Sports Park #7-#8 Field Lighting Project for the City of Waterloo, Iowa, be, and the same are hereby, preliminarily approved as filed. Section 2. That the Council of the City of Waterloo, Iowa, shall meet in the Harold E. Getty Council Chambers, City Hall, in the City of Waterloo, Iowa, at 5:30 p.m. on the 2nd day of March, 2015, for the purpose of holding a public hearing on proposed Request for Proposals document, specifications, form of contract, etc., in conjunction with the Riverfront Sports Park #7-#8 Field Lighting Project for the City of Waterloo, Iowa, with the taking of bids therefore. Section 3. That the City Clerk is hereby directed to publish notice of the time and place of said hearing in the Waterloo COUr'ie r . `.PASSED AND ADOPTED this 2nd day of February, 2015. 77 - • ATTEST: Ernest G. Clar Suzy Scares, CMC City Clerk , Mayor Clerk, City of Waterloo, Carol Nemmers, Deputy City (319) 291-4323. Prepared by Waterloo, IA 50703, 711 M 5 Mulberry Street, RESOLUTION NO. 2015-79 RESOLUTION APPROVING APPLICATION WITH SIDIK FOR TAX EXEMPTIONS FOR CONSTRUCTION THE DAUTOVIC OF AN ADDITION TO A SINGLE FAMILY HOME VALUED AT $38,000.00 FE OR PROPERTY IN LOCATED AT 1856FOREST REVITALIZATION AREA CONSOLIDATED BLACK HAWK (CUBA), IN THE CITY OF WATERLOO, COUNTY, IOWA. Dautovic has submitted an application dated WHEREAS,Sidik Council of the City of Waterloo, January 21, 2015 to the City Iowa, requesting to receive tax exemptions for the construction an additionsingle family home valued at $38,000.00 for of property located to a pred at 1856 Forest Avenue, more fully describeas follows: three (293) in "Kenwood Lot No. Two Hundred Ninety- Iowa Park" in the City of Waterloo, ments, restrictions, covenants, Subject to ease ordinances and limited access provisions of record; WHEREAS, said property is located within the Waterloo, designated Consolidated Urban Revitalization Area (Cou n)cil of the City of as previously established by the Waterloo, Iowa, and WHEREAS, the construction of an addition respecting said property is in conformance with the Consolidated Urban Revitalization Area (CUBA) Plan as officially adopted by the City Council for the City of Waterloo, Iowa, and WHEREAS, the construction of an addition on said property was made during the time s insetch forth suchineConsol d ted ments are 1gUrban ible for the tax exemption Revitalization Area (CUBA) Plan as adopted by the City Council of the City of Waterlooado ted by and hea Legislature forth oflthe Statethe bof Revitalization Act as p Iowa and signed by the Governor of the State of Iowa, and WHEREAS, said applicant is requesting the following 10 -year partial exemption schedule: and, For the first year For the second year For the third year For the fourth year For the fifth year For the sixth year For the seventh year For the eighth year For the ninth year For the tenth year 80% 70% 60% 50% 40% 40% 30% 30% 20% 200 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, that said application is hereby approved and the City Clerk is hereby authorized and directed to forward said application and a copy of this resolution to the Assessor. Resolution No. 2015-79 Page 2 PASSED AND ADOPTED this 2nd day of February, 2015. Y di Ernest G. Clark, Mayor ATTEST: C uzy tichares, CM City Clerk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2015-80 RESOLUTION APPROVING APPLICATION WITH STEVE AND ROXANNE DROSTE FOR TAX EXEMPTIONS FOR THE CONSTRUCTION OF AN ADDITION TO A SINGLE FAMILY HOME AND POLE BUILDING VALUED AT $325,000.00 FOR PROPERTY LOCATED AT 1445 ARBOR LANE IN THE CONSOLIDATED URBAN REVITALIZATION AREA (CURA), IN THE CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. WHEREAS, Steve and Roxanne Droste have submitted an application dated January 26, 2015 to the City Council of the City of Waterloo, Iowa, requesting to receive tax exemptions for the construction of an addition to a single family home and pole building valued at $325,000.00 for property located at 1445 Arbor Lane, more fully described as follows: The East One-half of the Southeast Quarter of the Northwest Quarter of Section No. 29; The Southwest Quarter of the Southeast Quarter of the Northwest Quarter of Section No. 29; except the West 25 feet of the South 9 acres thereof; and The South 1 acre of the Northwest Quarter of the Southeast Quarter of the Northwest Quarter of Section No. 29, all in Township No. 89 North, Range No. 12 West of the 5th P.M., in the City of Waterloo, Black Hawk County, Iowa; except that part of the Southeast Quarter of the Northwest Quarter of Section No. 29 described as follows: Beginning at the East line of Bishop Avenue, Waterloo, Iowa, and the North line of the South one acre of the Northwest Quarter of the Southeast Quarter of the Northwest Quarter of said Section No. 29, thence 300.0 feet East along said North line of said one acre; thence 140.0 feet South parallel with the East line of Bishop Avenue; thence 300.0 feet West parallel with the North line of said one acre to the East line of Bishop Avenue; thence 140.0 feet North to the point of beginning. AND, EXCEPT Part of the Southwest Quarter of the Southeast Quarter of the Northwest Quarter, Section 29, Township 89 North, Range 12 West, of the 5th P.M., in the City of Waterloo, Black Hawk County, State of Iowa. Beginning at the intersection point of the Southerly line of Northwest Quarter of said Section and the Easterly right of way line of Bishop Avenue, a 50 foot public right of way; thence North 00°00'00" East 590.13 feet along the Easterly right of way line Bishop Avenue to a point 74.19 feet South of the intersection point of the Northerly line of the Southwest Quarter, of the Southeast Quarter, of the Northwest Quarter of said Section and the Easterly right of way line of Bishop Avenue; thence South 89°45'30" East 73.00 feet along a line parallel to the Northerly line of the Southwest Quarter, of the Southeast Quarter, of the Northwest Quarter of said Section to the Centerline of a 80 feet Resolution No. 2015-80 Page 2 wide Sanitary Sewer and Storm Sewer Easement, recorded in Easement Book 4, Page 106, in the Black Hawk County Recorders Office; thence South 69°32'06" East 114.21 feet along said centerline; thence South 00°00'00" West 550.57 feet along a line parallel to the Easterly right of way line of Bishop Avenue to a point on the Southerly line of Northwest Quarter of said Section; thence North 89°47'06" West 180.00 feet along the Southerly line of Northwest Quarter of said Section to the point beginning, containing 104,084.23 square feet or 2.349 acres; and, WHEREAS, said property is located within the designated Consolidated Urban Revitalization Area (CURA) in Waterloo, Iowa, as previously established by the City Council of the City of Waterloo, Iowa, and WHEREAS, the construction of an addition to a single family home and pole building respecting said property is in conformance with the Consolidated Urban Revitalization Area (CURA) Plan as officially adopted by the City Council for the City of Waterloo, Iowa, and WHEREAS, the construction of an addition to a single family home and pole building on said property was made during the time in which such improvements are eligible for the tax exemption as set forth in the Consolidated Urban Revitalization Area (CURA) Plan as adopted by the City Council of the City of Waterloo, Iowa, and as set forth in the Urban Revitalization Act as adopted by the Legislature of the State of Iowa and signed by the Governor of the State of Iowa, and WHEREAS, said applicant is requesting the following 10 -year partial exemption schedule: For the first year 80% For the second year 70% For the third year 60% For the fourth year 50% For the fifth year 40% For the sixth year 40% For the seventh year 30% For the eighth year 30% For the ninth year 20% For the tenth year 20% NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, that said application is hereby approved and the City Clerk is hereby authorized and directed to forward said application and a copy of this resolution to the Assessor. FPSSED AND ADOPTED this 2nd day of February, 2015. ATTEST: Suzy Sc ares, CMC City Cl rk nest G. Clark, Mayor Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, 319-291-4323. RESOLUTION NO. 2015-81 RESOLUTION APPROVING APPLICATION WITH BRIAN KENNETT FOR TAX EXEMPTIONS ON THE CONSTRUCTION OF A NEW TWIN HOME VALUED AT $125,750 FOR PROPERTY LOCATED AT 1964 RED TAIL DRIVE IN THE CITY LIMITS URBAN REVITALIZATION AREA (CLURA), IN THE CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. WHEREAS, Brian Kennett has submitted an application dated January 23, 2015 to the City Council of the City of Waterloo, Iowa, requesting to receive tax exemptions for the construction of a new twin home valued at $125,750 for property located at 1964 Red Tail Drive, more fully described as follows: Lot 11 in Audubon Park Sixth Addition, Waterloo, Black Hawk County, Iowa. Subject to covenants, restrictions, ordinances, easements, and limited access provisions of records; and, WHEREAS, said property is located within the designated City Limits Urban Revitalization Area (CLURA) in Waterloo, Iowa, as previously established by the City Council of the City of Waterloo, Iowa, and WHEREAS, the new construction project respecting said property is in conformance with the City Limits Urban Revitalization Area (CLURA) Plan as officially adopted by the City Council for the City of Waterloo, Iowa, and WHEREAS, the new construction on said property was made during the time in which such improvements are eligible for the tax exemption as set forth in the City Limits Urban Revitalization Area (CLURA) Plan as adopted by the City Council of the City of Waterloo, Iowa, and as set forth in the Urban Revitalization Act as adopted by the Legislature of the State of Iowa and signed by the Governor of the State of Iowa, and WHEREAS, said applicant is requesting the following three- year exemption schedule: For the first year For the second year For the third year 100% 100% 100% NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, that said application is hereby approved and the City Clerk is hereby authorized and directed to forward said application and a copy of this resolution to the Assessor. Resolution No. 2015-81 Page 2 PASSED AND ADOPTED this 2nd day of February, 2015. ATTEST: Suzy Scare , CMC City Cl rk 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. 2015-82 RESOLUTION APPROVING APPLICATION WITH MARCUS PRATT FOR TAX EXEMPTIONS ON THE CONSTRUCTION OF A NEW SINGLE FAMILY HOME VALUED AT $279,000 FOR PROPERTY LOCATED AT 3410 MARIGOLD DRIVE IN THE CITY LIMITS URBAN REVITALIZATION AREA (CLURA), IN THE CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. WHEREAS, Marcus Pratt has submitted an application dated January 24, 2015 to the City Council of the City of Waterloo, Iowa, requesting to receive tax exemptions for the construction of a new single family home valued at $279,000 for property located at 3410 Marigold Drive, more fully described as follows: Cedar Hills Tract S, Waterloo, Black Hawk County, Iowa; and, WHEREAS, said property is located within the designated City Limits Urban Revitalization Area (CLURA) in Waterloo, Iowa, as previously established by the City Council of the City of Waterloo, Iowa, and WHEREAS, the new construction project respecting said property is in conformance with the City Limits Urban Revitalization Area (CLURA) Plan as officially adopted by the City Council for the City of Waterloo, Iowa, and WHEREAS, the new construction on said property was made during the time in which such improvements are eligible for the tax exemption as set forth in the City Limits Urban Revitalization Area (CLURA) Plan as adopted by the City Council of the City of Waterloo, Iowa, and as set forth in the Urban Revitalization Act as adopted by the Legislature of the State of Iowa and signed by the Governor of the State of Iowa, and WHEREAS, said applicant is requesting the following three- year exemption schedule: For the first year For the second year For the third year 100% 100% 100% NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, that said application is hereby approved and the City Clerk is hereby authorized and directed to forward said application and a copy of this resolution to the Assessor. PASSED AND ADOPTED this 2nd day of February, 2015. ATTEST: �l uzy Sc ares, MC City Cl rk rnest . Clark, Mayor Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, 319-291-4323. RESOLUTION NO. 2015-83 RESOLUTION APPROVING APPLICATION WITH DAVID PITZ FOR TAX EXEMPTIONS ON THE CONSTRUCTION OF A NEW SINGLE FAMILY HOME VALUED AT $380,000 FOR PROPERTY LOCATED AT 1775 FALCON RIDGE IN THE CITY LIMITS URBAN REVITALIZATION AREA (CLURA), IN THE CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. WHEREAS, David Pitz has submitted an application dated January 26, 2015 to the City Council of the City of Waterloo, Iowa, requesting to receive tax exemptions for the construction of a new single family home valued at $380,000 for property located at 1775 Falcon Ridge, more fully described as follows: Lot 10, Audubon Heights Second Addition, Waterloo, Black Hawk County, Iowa; and, WHEREAS, said property is located within the designated City Limits Urban Revitalization Area (CLURA) in Waterloo, Iowa, as previously established by the City Council of the City of Waterloo, Iowa, and WHEREAS, the new construction project respecting said property is in conformance with the City Limits Urban Revitalization Area (CLURA) Plan as officially adopted by the City Council for the City of Waterloo, Iowa, and WHEREAS, the new construction on said property was made during the time in which such improvements are eligible for the tax exemption as set forth in the City Limits Urban Revitalization Area (CLURA) Plan as adopted by the City Council of the City of Waterloo, Iowa, and as set forth in the Urban Revitalization Act as adopted by the Legislature of the State of Iowa and signed by the Governor of the State of Iowa, and WHEREAS, said applicant is requesting the following three- year exemption schedule: For the first year For the second year For the third year 100% 100% 100% NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, that said application is hereby approved and the..rity Clerk is hereby authorized and directed to forward said application and a copy of this resolution to the Assessor. PASSED ANn ADOPTED this 2nd day of February, 2015. Ernest G. Clark, Mayor ATTES`I`: Suzy Shares, CMC City Cl-rk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, 319-291-4323. RESOLUTION NO. 2015-84 RESOLUTION APPROVING APPLICATION WITH JARAD ASKREN AND KRISTIN A. KAZYNSKI FOR TAX EXEMPTIONS ON THE CONSTRUCTION OF A NEW TWIN HOME VALUED AT $174,500 FOR PROPERTY LOCATED AT 4125 MOURNING DOVE DRIVE IN THE CITY LIMITS URBAN REVITALIZATION AREA (CLURA), IN THE CITY OF WATERLOO, BLACK HAWK COUNTY, IOWA. WHEREAS, Jarad Askren and Kristin A. Kazynski have submitted an application dated January 23, 2015 to the City Council of the City of Waterloo, Iowa, requesting to receive tax exemptions for the construction of a new twin home valued at $174,500 for property located at 4125 Mourning Dove Drive, more fully described as follows: Unit 4125 Mourning Dove Drive and the undivided interest in the common elements appurtenant to said unit, in Crossroads, A Condominium, pursuant to the declaration recorded July 29, 2013, as Doc. #2014- 02198, as subsequently amended, being laid out on Lots 51 through 62 and 128 through 140 in Crossroads Estates Replat No. 1, Waterloo, Black Hawk County, Iowa; and, WHEREAS, said property is located within the designated City Limits Urban Revitalization Area (CLURA) in Waterloo, Iowa, as previously established by the City Council of the City of Waterloo, Iowa, and WHEREAS, the new construction project respecting said property is in conformance with the City Limits Urban Revitalization Area (CLURA) Plan as officially adopted by the City Council for the City of Waterloo, Iowa, and WHEREAS, the new construction on said property was made during the time in which such improvements are eligible for the tax exemption as set forth in the City Limits Urban Revitalization Area (CLURA) Plan as adopted by the City Council of the City of Waterloo, Iowa, and as set forth in the Urban Revitalization Act as adopted by the Legislature of the State of Iowa and signed by the Governor of the State of Iowa, and WHEREAS, said applicant is requesting the following three- year exemption schedule: For the first year For the second year For the third year 100% 100% 100% NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, that said application is hereby approved and the City Clerk is hereby authorized and directed to forward said application and a copy of this resolution to the Assessor. Resolution No. 2015-84 Page 2 PASSED AND ADOPTED this 2nd day of February, 2015. /i/e A7V Ernest G. Clark, Mayor ATTEST: Suzy S hares, CM City •lerk Sent over 011314 TRAVEL REQUEST CITY OF WATERLOO NAME(S) AND POSITION(S): Jason Hernandez, Medical Officer David Meiser- Medical Officer DATE: FINANCE DEPT. LINE ITEM USED FY 21) "BUDGETED EXPENDED YTD THIS REQUEST LEFT AFTER THIS REQUEST DATG STAFF ONLY £'/b %i /old /3 Gv) ' f 6 tl` 7 77,...) January 7, 2015 NAME OF CLASS / MEETING: EMS Today Conference 2015 DEPARTURE DATE: February 2, 2015 PURPOSE OF TRAVEL: RETURN DATE: March 1, 2025 DESTINATION: Baltimore, MID DEPARTURE POINT IF NOT WATERLOO: 62,Acv. DATE(S) OF MEETING: February 25- March 1, 2015 Attend EMS Today Conference 2015. WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL: x COST $ YES NO METHOD OF TRAVEL: CITY VEHICLE X AIRFARE PRIVATE VEHICLE t DEPARTING FROM: �� �e(�1C\S ESTIMATE OF COST: 596.00 LODGING 320.00 MEALS 1050.00 REGISTRATION 874.40 MILEAGE/FUEL TOTAL FOR ALL: $ 2,840.40 TAXI PARKING AIRFARE MISC/TOLLS BUDGET LINE ITEM: 010-12-1410-1346 x GRANT REIMBURSABLE YES NO x REQUIRED CERTIFICATION YES NO TOTAL: $ 1,420.20 PER PERSON I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE AND IS NECESSARY AND BENEFICIAL TO THE CITYs2 TERL DEPARTMENT H D —13 --ad DATE I APPROVE THIS TRAVEL REQUEST MAYOR DATE customer Details I American Airlines Reservations Information On AA.com American Airlines Find Flights Flight +'ave l c r Plan Travel trip ,^. Waterloo to Baltimore 2 Adults Wednesday February 25, 2015 — Sunday March 1, 2015 American Airlines 2930 Operated by Envoy Air As American Eagle American Airlines 4251 Operated by Republic Airlines As American Eagle Flight Ame30rican35 Airlines Operated by Envoy Air As American Eagle American Airlines 3039 Operated by Envoy Air As American Eagle View Fare Rules Depart Arrive Home Login Travel Information Waterloo (ALO) Chicago (ORD) February 25, 2015 06:52 AM Travel Time : 1 h 33 m Cabin Class s Economy Seat unassigned elec a February 25, 2015 08:25 AM Booking Code S Plane Type ER4 Chicago (ORD) Baltimore (BWI) February 25, 2015 08:55 AM Travel Time : 1 h 54 m Cabin Class : Economy Seat unassigned Depart Baltimore (BWI) March 1, 2015 06:11 PM Travel Time 2 h 29 m Cabin Class : Economy Seat unassigned February 25, 2015 11:49 AM Booking Code S Plane Type E75 Arrive Chicago (ORD) March 1, 2015 07:40 PM Soaking Code W Plane Type : ER4 Chicago (ORD) Waterloo (ALO) March 1, 2015 08:10 PM Travel Time : 1 h 1 i m Cabin Class : Economy Seat s unassigned March 1, 2015 09:21 PM Booking Code . W Plane Type : ER4 English Page 1 of 3 Search aa.com AAdvantage i/poe ■ Flights not on American Airlines, American Eagle, orAmericanConnectione are on a request basis d only Fares and availability are subject to change. • In order to comply with federal security regulations, we may provide government agencies access to data you disclose to us. ■ If you choose to pay using a U K -billed credit card or U.K.-billed PayPal account, a processing fee of £4.50 per ticket may apply. Payments with debit cards are exempt from this fee. ■ Optional Services and Carrier Charges t include, but are not limited to. items such as checked or carry -on baggage. seat selection and seat upgrades. ■ First/Business Fares may be an Instant Upgrade and therefore subject to restrictions. Flight Information Questions? g. Earn 40,000 bonus miles, up to $100 in statement credits, and your first checked bag free"! Learn More t Passenger Details ® Please enter all passenger names as they appear on the passengers government -issued photo identification. More Details TSA Privacy Notice 'Required in Your Trip Price: $874.40 USD Baggage and Optional Charges g Fare Amount Adult 2 x ;364 Tri . O r tions Choice Essential $729 30 Taxes & Carrier -Imposed Fees Taxes 5145.10 USD Carrier -Imposed Fees $0.00 USD Price and Tax Information Flight Subtotal $874.40 USD Your Trip Price: $874.40 USD Baggage and Optional Charges Lam' Your Trip Price: Statement Credit $874.40 USD • $100.00 USD 0 $774.40 USD https://www.aa.com/reservation/processPriceScheduleLowestReturnSelection.do 1/7/2015 EMS Today 2015 - Compass Reservation System® Page 3 of 4 Departure No Preference Floor No Preference Rollaway No Preference r Elevator No Preference Refrigerator No Preference Sofa Sleeper No Preference Pursuant to the Americans with Disabilities Act, I require specific aids or services during my visit. Visual Frequent Guest Number Room Shares First name: Last name: Email: Audio Mobile I agree to the hotel policies Baltimore Harbor Hotel (Formerly Sheraton City Center) Double Occupancy View hotel policies » 1 Reservations (4 Room Nights) _.............. ..... $516.00 https://compass.onpeak.com/e/43PMT15/0 1/7/2015 LMS Today 2015 - Compass Reservation System® Taxes & Fees $80.00 Estimated Total 0+ $596.00 ••■■••• Amount Charged Today $0.00 Guarantee $149.00 Page 4 of 4 https://compass.onpeak.com/e/43PMT15/0 1/7/2015 Dear: I would like to attend the EMS Today: The JEMS Conference & Exposition taking place Feb 25-28 2015 at the Baltimore Convention Center in Baltimore, MD. Based on the educational and networking opportunities over the three main conference days, I feel this investment in my professional development will be a benefit for our entire team. EMS Today is produced by the Journal of Emergency Medicine Services (JEMS), the leader in EMS education for over 30 years. While attending EMS Today 2015 I will have the opportunity to: • Attend sessions presented by the industry's leading experts and focused on the future of EMS and earn 20+CEH credits before the March 315` annual NREMT cut-off date. • Source hundreds of manufacturers showcasing the latest technology, products and services to make our job safer & more efficient. • Network with peers to share insights and ideas while also engaging with EMS professionals from all over the world who may be facing similar challenges or who have best practice solutions. I understand that budgets are still tight, but I would be able to save and take advantage of these exclusive discounts: ❑ Discounted Hotel Rates: When I book through the EMS Today Housing Bureau (before Feb 11, 2015), all hotels are within walking distance of the convention center, so I won't need taxis or shuttles. ❑ Restaurant Discounts: I just need to show my badge at participating restaurants; there are many affordable restaurants near the convention center. 0 Affordable Travel: Public Transportation is easy and cheap to use to get around Baltimore and to/from the airport. ❑ 1 -Year subscription to JEMS (a $44 value, included in registration fee) ❑ Group Discounts: Register a group of 5 or 10 and save $500 or $1,000 respectively. I am requesting approval for the conference fee and have included a breakdown of the different options (exhibit hall pass is included in conference registration): Conference Fees: Early Prices (Before Jan 19) Regular Prices (After Jan 19) Gold Passport 3 -Day $440 $525 Silver Passport 2 -Day $320 $390 One -Day Only $205 $280 After reviewing the agenda, I plan to attend the following educational sessions, which align with our top priorities: 1) 2) 3) I am also going to visit and gather information on the companies listed below, which we can then review and evaluate after the event: 1) 2) 3) Upon my return, I will be able to share my experience, what I learned and whom I met, with other team members, including the physical educational materials that I bring back to help advance our team. I hope you agree that participation in EMS Today: The JEMS Conference & Exposition will not only benefit me, but also other team members. If so, please let me know as I would like to sign up today. Thank you for your consideration. EMS Today is produced by the Journal of Emergency Medicine Services (JEMS), a leader in EMS education for over 30 years. The 2015 conference will have several national and international speakers presenting on several topics relevant to Waterloo Fire Rescue EMS operations and delivery of progressive, evidence based, prehospital patient care. By sending Medical officers Jason Hernandez and Dave Meiser they will, in effect, be bringing home the latest trends and updated practices from around country. Both officers frequently teach continuing education classes for both the fire department and the police department. They will have an opportunity to hear and speak to members of the "Eagles group," medical directors from the country's most populous cities' Emergency Medical Services departments. Members of the group will be speaking on current challenges and solutions to problems that have effected their departments as well as any new patient care trends they have adopted. Of course they will take advantage of the many networking opportunities to discuss common challenges faced here at Waterloo Fire Rescue with others from around the country to include patient care, billing, quality assurance, training and patient care reporting. TRAVEL REQUEST CITY OF WATERLOO FINANCE DEPT. STAFF ONLY LINE ITEM USED I I 7/,V /34t5.- rtr% FY. i `) BUDGETED ;26,0d EXPENDED YTD 6,6-7 THIS REQUEST &/O LEFT AFTER THIS `r REQUEST /105 DATE 7";?w Original - Clerk/Finance Copy - Department NAME(S) AND POSITION(S): Mohammad Elahi, Traffic Engineer DATE: January 27, 2015 NAME OF CLASS / MEETING: Systems Engineering for Signal Systems including Adaptive Control DESTINATION: Ames, Iowa DEPARTURE POINT IF NOT WATERLOO: DEPARTURE DATE: RETURN DATE: DATE(S) OF MEETING: February 25, 2015 February 26, 2015 February 25 & 26, 2015 PURPOSE OF TRAVEL/TRAINING: Assist transportation professionals to identify the needs for improved traffic operations and utilize systems engineering principles for the implementation of traffic signal operational improvements. WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL: X COST $ YES NO METHOD OF TRAVEL: XX CITY VEHICLE AIRFARE DEPARTING FROM: PRIVATE VEHICLE ESTIMATE OF COST: $120.00 LODGING TAXI 70.00 MEALS PARKING 0.00 REGISTRATION AIRFARE 20.00 MILEAGE/FUEL MISC/TOLLS TOTAL FOR ALL: $ 210.00 BUDGET LINE ITEM: 266-17-7120-1345 X GRANT REIMBURSABLE YES NO X REQUIRED CERTIFICATION YES NO TOTAL: $ 210.00 PER PERSON I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE AND IS NECESSARY AND BENEFICIAL TO THE CITY OF WATERLOO I APPROVE THIS TRAVEL REQUEST MAYOR c'14-,// DATE DATE K:\Shared Goodies\Forms\Travel Request Form January 2010 TRAVEL REQUEST CITY OF WATERLOO FINANCE DEPT. LINE ITEM USED EXPENDED YTD THIS REQUEST LEFT AFTER THIS REQUEST DATE Original - Clerk/Finance STAFF ONLY 010-11-1100-1346 FY _2015_ BUDGETED006 Nce s23- /9 106 ?,?)‘4,1 % 'il.2' (i/5 Copy - Department NAME(S) AND POSITION(S): Lt. Al Carrier DATE: January 22nd, 2015 NAME OF CLASS / MEETING: 2015 Iowa Employment Conference DESTINATION: Altoona, Iowa DEPARTURE POINT IF NOT WATERLOO: DEPARTURE DATE: April 22nd, 2015 Return Date: April 23'd , 2015 DATE(S) OF MEETING: April 22nd -23rd , 2015 PURPOSE OF TRAVEL: Captain Krogh is requesting authorization to send Lt. Al Carrier to the 2015 Iowa Employment Conference in Altoona, Iowa. During this conference, they will cover new/updated industry laws, trends, news and practices. The conference will also give L.t Carrier the opportunity to network and share experience and knowledge with other professionals to create new opportunities for success in his current assignment. Lt. Carrier will also have an opportunity to meet with vendors who are offering products that augment current and existing practices. Lt. Carrier is currently working in the Administrative Division and is assigned to Internal Affairs. WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL: x COST $ YES NO METHOD OF TRAVEL: CITY VEHICLE x PRIVATE VEHICLE AIRFARE DEPARTING FROM: ESTIMATE OF COST: $125.00 LODGING $60.00 MEALS $235.00 REGISTRATION $.00 MILEAGE/FUEL TOTAL FOR ALL: $ 420.00 Rental car PARKING AIRFARE MISCITOLLS BUDGET LINE ITEM: x GRANT REIMBURSABLE YES NO x REQUIRED CERTIFICATION YES NO TOTAL: $ 420.00 PER PERSON I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE AND IS NECESSARY AND BENEFICIAL TO THE CITY OF WATERLOO } 11 DEPARTMENT HEAD MAYOR I APPROVE THIS TRAVEL REQUEST DATE DATE TRAVEL REQUEST CITY OF WATERLOO FINANCE DEPT. STAFF ONLY LINE ITEM USED FY _2015 BUDGETED EXPENDED YTD THIS REQUEST LEFT AFTER THIS REQUEST DATE Original - Clerk/Finance 010-11-1100-1346 351)06 4q/lam -7/1? Copy - Department NAME(S) AND POSITION(S): Sgt. A. Farmer & P.O. B. Walter DATE: January 22nd, 2015 NAME OF CLASS / MEETING: CDR Operators/CDR Analysis and Applications Class DESTINATION: Nashville, Tennessee DEPARTURE POINT IF NOT WATERLOO: DEPARTURE DATE: March 22nd, 2015 Return Date: March 28th, 2015 DATE(S) OF MEETING: March 23-27, 2015 PURPOSE OF TRAVEL: Captain Mohlis is requesting authorization to send Sgt. Farmer and P.O. Brad Walter to CDR (Crash Data Retrieval System) Operators Class and CDR Analysis and applications class in Nashville, Tennessee. Both of these classes are needed for certification and are offered at the same time at a reduced cost if taken together. CDR certification is vital in the reconstruction of fatal and serious personal Injury accidents that Waterloo Police Department handles... The class will teach officers how to use the Crash Data Retrieval System, seize the data, interpret the data, utilize the data in reconstruction and testify in court to such data. Currently Sgt. Farmer and P.O. Walter work the majority of the departments fatal and serious injury accidents and the CDR certification and knowledge has become a necessity in accident reconstruction. A city vehicle will be needed for the travel to this training. WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL: x COST $ YES NO METHOD OF TRAVEL: X CITY VEHICLE AIRFARE DEPARTING FROM: PRIVATE VEHICLE ESTIMATE OF COST: $750.00 LODGING $570.00 MEALS $1300.00 REGISTRATION $300.00 MILEAGE/FUEL TOTAL FOR ALL: $ 2920.00 Rental car PARKING AIRFARE MISC/TOLLS BUDGET LINE ITEM: x GRANT REIMBURSABLE YES NO x REQUIRED CERTIFICATION YES NO TOTAL: $ 1460.00 PER PERSON I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE AND IS NECESSARY AND BENEFICIAL TO THE CITY OF WATERLOO I APPROVE THIS TRAVEL REQUEST M YOR DATE DATE TRAVEL REQUEST CITY OF WATERLOO FINANCE DEPT. LINE ITEM USED' FY _2015 BUDGETED EXPENDED YTD THIS REQUEST LEFT AFTER THIS REQUEST NAME(S) AND POSITION(S): Lt. Greg Fangman DATE: DATE Original - Clerk/Finance January 16th, 2015 STAFF ONLY 10-11-1150-1512-11TRI DF J i3 'i 6,6 s Copy - Department NAME OF CLASS / MEETING: DESTINATION: Marshalltown, Iowa Police Staff and Command School DEPARTURE DATE: October 5th 2015 DEPARTURE POINT IF NOT WATERLOO: Return Date: February 12th, 2016 DATE(S) OF MEETING: Oct. 5th, 2015 thru Feb 12th, 2016 PURPOSE OF TRAVEL: Captain Leibold is requesting authorization to send Lt. Greg Fangman to Police Staff and Command School that is being put on by Northwestern University, in Marshalltown, Iowa. This training will be on a rotating schedule of two weeks of class and two weeks off, starting on Oct. 5th, 2015 and ending Feb. 12th, 2016. This class covers a wide variety of topics to include Budgeting, Contemporary Policing, Decision making and problem solving, Employee relations, Evaluation of Products and Services, Executive Image, Grant writing, Human Recourses, Leadership and Management, Media Relations, Organizational Behavior, Planning and Polices, Project Management, Resource Allocation, Statistics and Traffic. This course is a dynamic police management program designed to prepare todays progressive public safety managers for senior command positions. Currently, Lt. Fangman is a supervisor in the investigations division. At this time, we are requesting to pay the registration of $3900.00 out of the FY2015 budget and lodging, meals and fuel out of the FY2016 budget. A city vehicle will be needed for the travel to this training. WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL: x COST $ YES NO METHOD OF TRAVEL: X CITY VEHICLE AIRFARE DEPARTING FROM: PRIVATE VEHICLE ESTIMATE OF COST: $5000.00 LODGING $1940.00 MEALS $3900.00 REGISTRATION $400.00 MILEAGE/FUEL TOTAL FOR ALL: $ 11240.00 Rental car PARKING AIRFARE MISC/TOLLS BUDGET LINE ITEM: lu.,ifoi, G 2iit'L- x GRANT REIMBURSABLE `16-5. YES NO x REQUIRED CERTIFICATION YES NO TOTAL: $ 11240.00 PER PERSON I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE AND IS NECESSARY AND BENEFICIAL TO THE CITY OF WATERLOO LIM DEPARTMENT HEA I APPROVE THIS TRAVEL REQUEST MA OR DATE DATE CITY OF WATERLOO, IOWA CITY CLERK AND FINANCE DEPARTMENT 715 Mulberry Street • Waterloo, IA 50703 • (319) 291-4323 Fax (319) 291-4571 TO: Finance Committee C: Mayor Clark DATE: January 28, 2015 FROM: Michelle Weidner, Chief Financial Officer- 1 RE: Travel Request for Police Staff and Command School Please note that the police department is requesting a waiver of the travel policy to allow them to pay for hotel stays and meals in Marshalltown, Iowa for the Police Staff and Command School. The travel policy doesn't authorize hotel stays unless the class is more than 125 miles away. Typically, for a class in Marshalltown, the city would only pay for driving a city vehicle (fueled at the city pumps) and lunch if not provided by the class. If you have any questions, please contact me. CITY WEBSITE: www.cityofwaterlooiowa.com WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2015-85 RESOLUTION APPROVING RECOMMENDATION OF AWARD OF CONTRACT TO MUNICIPAL PIPE TOOL COMPANY, LLC OF HUDSON, IOWA, IN CONJUNCTION WITH FY 2015 PHASE II - CIP PIPE LINING PROJECT, CONTRACT NO. 876, IN THE AMOUNT OF $1,471,353.90. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA: That the Contract with Municipal Pipe Tool Company, LLC of Hudson, Iowa, in the amount of $1,471,353.90, in conjunction with FY 2015 Phase II - CIP Pipe Lining Project, Contract No. 876, described in the plans and specifications heretofore adopted by this Council for said project with Resolution No. 2015-64 after public hearing on January 26, 2015 on published notice required by law, be and is hereby awarded, the same being the apparent lowest bid for said project. The Mayor and City Clerk are hereby directed to execute contract with the said contractor for the said improvements, said contract not to be binding on the City until approved by this Council. PAZSEQ ANT) ADOPTED this 2nd day of February, 2015. ATTEST: hares, C C erk Ernest G. Clark, ayor Council Communication City Council Meeting: February 2, 2015 Prepared: January 28, 2015 Dept. Head Signature: Number of Attachments: SUBJECT: Mini -Grant Approval Submitted by: Aaron Buzza Recommended City Council Action: Approve CVB Board recommendations for funding of the following hotel -motel mini grant applications: *Waterloo Community Playhouse - $2,430 *Faith Basketball Academy/Midamerica Youth Basketball Tournament -$2,011 Summary Statement: The CVB Board has reviewed these applications and the recommended funding corresponds to the scored percentage. The WCP request was for $3,000 and the percentage was 81% leading to the $2430 recommendation. The Faith Basketball request was $2,800 and the score percentage was 72%, leading to the $2,011 recommendation. Expenditure Required: $4,441 Source of Funds: Hotel -motel tax grant funding Policy Issue: None Alternative: Do not fund GRANT REVIEW — Mini Grant Organization: Waterloo Community Playhouse/Black Hawk Children's Theater Project(s) Overview: The Waterloo Community Playhouse has been selected as a host of the AACTFest performing arts festival. This event draws community theaters from around Iowa to showcase their performances and performers. The performances are open to the public and are judged by a panel of theater experts. Historically the event has drawn as many as 10 teams (150+ people), plus support crew, from around Iowa to compete. It also will draw spectators from around the state, as well. The grant funds will assist with advertising, facility rental and the cost of the judges. Summary of Use of Funds: Funding for advertising, facility rental and the cost of judges are all fundable costs. Summary & How Application Relates to Goals: Goal 1: Drive overnight stays in Waterloo The event should drive as many as 60 rooms for up to two nights. The total could be greater, based on where the teams come from and how many spectators spend the night, as well. They've also projected their room use based on four people per room, so it could easily be greater than the 60 they've reserved if teams have fewer people per room, too. Goal 2: Support & reward active partners who serve/drive visitors to Waterloo This is an event that will be largely visitor -based. The WCP will enter a team in the competition, and Cedar Falls may as well, but every other entry will come from a community theater outside of Black Hawk County. The Playhouse also drives visitors to Waterloo throughout the year. The past three years, their out -of - county attendance has averaged nearly 9,500 people. Goal 3: Support organizations and activities that have a positive impact on Waterloo The Playhouse/Children's Theater has an extremely positive impact on the community. They offer high quality theater performances throughout the year and involvement for community members in those performances. WCP/BHCT has been part of the Waterloo community since 1916. Goal 4: Provide seed money for new ideas/projects While not new entirely, this is the first time in more than two decades Waterloo has hosted this event. It was last held in Waterloo more than 20 years ago. Goal 5: Provide assistance in marketing outside Black Hawk County Much of the marketing will focus on the areas represented by the theaters entered. Some of the marketing will occur within the Waterloo area, allowing residents and regular patrons to experience this competition, but quite a bit of the focus will be on bringing visitors from other areas of the state to support their local theaters and performers. WCP/BHCT Walker Building 224 Commercial Street Waterloo, IA 50701 Business Office: 319.235.0367 o Costume Shop: 319.232.4932 ® Box Office: 319.291.4494 January 2, 2015 Mr. Aaron Buzza Waterloo Conventions & Visitors Bureau 500 Jefferson St. Waterloo, IA 50701 Re Application for AACTFest theatrical performance festival Dear Aaron, We are very excited to host the Iowa AACTFest theatrical performance competition schedule for April 10th and 11th 2015. We see this as an opportunity to provide hospitality to our peers traveling to Waterloo to compete in this state competition of non-profit theatre companies from throughout Iowa. It also provides an opportunity for us to introduce our guests to the various services, venues and amenities available in Waterloo. Thank you for your time and consideration of financial support. If you have questions, comments or suggestions regarding the event or the application, please feel free to contact me anytime. I can be reached through the business office or via my cell phone 319-240-3139. On with the show! -7J1 an Robertson Development Director Waterloo Community Playhouse/Black Hawk Children's Theatre WCP/BHCT is a not-for-profit tax-exempt corporation under the provisions of Section 501(c)(3) of the Internal Revenue Code. Your contribution is tax deductible as allowed by law. Waterloo Hotel -Motel Tax Grant application, FY 2014 Waterloo Hotel -Motel Tax Year -Round (Mini) Grant Application Entire application MUST be typed and every question must be answered fully Total Request: $3,000 Total Project Cost $10,700 Contact Information Name of organization Waterloo Community Playhouse/Black Hawk Children's Theatre Check payable to (if different than above) FEIN Number 42-6018117 Name & Date of project/event AACTFest, April 10-11, 2015 Contact person Jon Robertson or Constance Grimm Address 224 Commercial St. City Waterloo State IA Zip 50702 Phone number 319-235-0367 Email ion@wcpbhct.org or constance@wcpbhct.org Organization web address www.wcpbhct.org 1. Organizational/Background Information a. What is the mission of your organization? To provide high quality theatre productions, entertainment and education for the cultural and creative enrichment of the Northeast Iowa Community. b. How does your organization benefit the community? Involvement in the performing art is just one of many creative outlets our organization can offer the citizens of NE Iowa. For youth, involvement offers a non-traditional classroom education experience. Through expression, they gain knowledge who they are and what they can accomplish. As in sport, they also learn the values of discipline, teamwork and responsibility. c. How long has your organization been in existence? The Waterloo Community Playhouse was established in 1916. d. How many staff members and/or volunteers are involved with the organization? The staff consists of 6 full time, 4 part time employees and over 800 volunteers annually. e. Is a member of the Waterloo City Council on your Board of Directors? NO 4 Waterloo Hotel -Motel Tax Grant application, FY 2014 f. How does your organization market outside of Black Hawk County? • Advertising/Marketing — print ads in newspapers, tourism guides, and programs of other theatres; radio ads; TV interviews and ads; ticket giveaways; electronic event calendars, social media channels (Facebook, Twitter, YouTube, ConstantContact) • Direct Mail — bimonthly Callboard newsletter, postcards • Printed Materials—season brochures, show posters, playbills g. Has your organization/business received hotel -motel tax grants previously? YES, through partner funding each of the last two years, the money was applied to the marketing budget to promote our shows during each season. h. Have hotel -motel tax grants been received for this project previously? NO i. Please attach Proof of Liability Insurance, Board/Management information, IRS Documentation. See Attached Exhibit A for Liability insurance Exhibit B for Board/Management information Exhibit C for IRS documentation 2. In what manner have you effectively supported or participated with the Waterloo CVB in the last 12 months? Examples include tradeshows, co-op marketing, event bids, etc. As one of the cornerstone cultural organizations, WCP/BHCT has been a partner organization with the CVB. We supply information and pictures to the CVB to help promote the exciting things happening in downtown Waterloo. Our productions have been utilized as the entertainment portion for tour group packages. We utilize our shows and special events to encourage more tourism through partnership agreements and cross -promotions. 3. Project/Event Information a. Please describe the project and specify the goals for the project. Community theatres from across the state will travel to Waterloo to compete in the AACTFest performing arts festival. Hosting this event will complement our goal of creating interest and participation in the performing arts to the community of NE Iowa. b. Please describe the mechanism for measuring the success of the project goals. The success of the project will depend on the number of teams entered and the quality of the performances. A panel of three adjudicators, with a wide range of theatrical training, experience and skills will provide constructive feedback in a supportive manner. Ticket sales and participation of volunteers will also be measured and compared to historical data. c. For profit entities only: N/A d. For capital projects only: N/A 4. Is this a new project or idea? WCP/BHCT has not hosted AACTFest in over 20 years. 5 Waterloo Hotel -Motel Tax Grant application, FY 2014 As a state-wide event, it draws teams of performers and their support crews from various areas of Iowa, 6. What are expectations for attendance? 170 a. How many people do you expect from outside of Black Hawk County? We are expecting approximately 155 people. Two years ago, the event drew over 100 people, including actors and support crew from 6 communities across the state. Early projections indicate that we can expect at least 10 teams to compete this year and we are therefore projecting 150 people will be competing, plus at least 5 other festival officials who will also come from outside of the area. b. Please describe the specific mechanism for tracking attendance. The actors and their crew are required to check in before the competition. All other attendees will be tracked through our electronic ticketing system. 7. What are your expectations for hotel room use in Waterloo? We have secured arrangements for up to 60 rooms hotels in Waterloo. This estimate is based on a room occupancy of 4 people. 8. Please describe your marketing efforts. a. What specific marketing will you be doing outside of Black Hawk County? We will invest in print/direct mail and social media advertising to promote the event outside of our local market. 9. How does this project have a positive and lasting impact on Waterloo? Along with tourism and dollars for merchants, AACTFest will help create and support the efforts to bolster the reputation of the community as a "destination." Festival activities will include meals, social gatherings, entertainment, and an awards gala. Each activity will provide opportunities to showcase the attractions our city has to offer. Each team entered will receive a packet of materials which includes information about area attractions, restaurants, etc. It is our goal for Waterloo to be recognized as having a vibrant downtown entertainment district and other desirable amenities for tourists. 10. Please fill out the attached budget information (attached Excel file), and provide the following budget snapshot. a. Total Income: Our goal is to generate a minimum of $15,450.00 b. Total Expense: $10,700.00 c. Net Profit (Loss) for the event: $4,750.00 d. Please describe how the requested grant money fits into the overall project. How will the funds be used, and does this grant have a profound impact on your ability to host this event? Grant funds will be used to cover the expenses of advertising, marketing materials, facility rentals and the expense of bringing in three adjudicators. Without grant support, we would be unable to commit to hosting this event. The expense of bringing in outside adjudicators from other states would be cost prohibitive. The number of participants are only projections at this point. Regardless of the number of teams who enter, we are still required to bring in three adjudicators. Grant funds will also ensure that 6 Waterloo Hotel -Motel Tax Grant application, FY 2014 teams who enter, we are still required to bring in three adjudicators. Grant funds will also ensure that we can provide a quality experience for all of the guests coming from outside of the county for this competition. e. How will profit (if applicable) be used by the project/organization/business? Profit from this event will be used to supplement the ongoing educational activities and community performances provided by WCP/BHCT. Additional Information Are there additional details that should be known by the CVB Board of Directors or Waterloo City Council? No Acknowledgment and Signature I have reviewed this Application for Grant Funds from the City of Waterloo and Waterloo Convention and Visitors Bureau. To the best of my knowledge, the information contained in this application and its attachments is accurate and complete. The Hotel -Motel Tax Grant funds are reimbursement funds for project funding already spent, and are to be used for the express purpose as stated in the Grant Application. I, the undersigned, know full and well that if this program/project does not transpire, recommendation by the Waterloo Convention and Visitors Bureau Board of Directors for funding will be withdrawn. My organization will be responsible for refunding any portion of grant funds already received or for covering the costs for portions of the project that are non -fundable or not stated herein. Signature of Applicant 12/31/2014 Date 7 Income: List all income expected for the project. Round dollar figures to the nearest dollars. Please note if income from grants/sponsors has been secured or if funds are still pending. Income Source Income/In-Kind (please note if cash or in-kind) Source Pending or Secured Projections Entry Fees/Admissions/Registrations $11,000.00 Cash Pending Participants ----> 110 Fee Per participant $ 100.00 Advertising $200.00 r Cash Pending $100 $300 Sponsorships $0.00 $200 $50 $50 $100 Grants (please specify) $2,850.00 Hotel/Motel Pending $125 Team/ Community Theatre Entry Fee $500.00 Cash Pending Teams ----> 10 Fee Per Team $ 50.00 Ticket Sales $150.00 Cash Pending Audience ticket sales --> 30 Ticket Fee $ 5.00 Awards Ceremony/Gala Event $750.00 Cash Pending Guests ---> $2,500 30 Ticket Fee $ 25.00 Decorations & Signage $100 $100 Transportation (shuttle during event) $500 $500 Workshop room rentals $500 $500 Total Income $15,450.00 170 Expenses: Provide an itemized list of all expenses, including both fundable and non -fundable items Note which fundable expenses will be met by the Hotel -Motel Tax Grant. Cash and in-kind match funds must be 50% of the total project cost or greater. Expenses should include items like the following: Travel expenses, bid/guarantee fees, registration costs, facility rental, equipment rental, design costs, capital expenses (please specify each), safety and security costs, medical services, salaries, professional services (legal, accounting, etc.), prizes (cash and other), marketing and advertising, insurance, honoariums, speaker's fees, hotel rooms, food & beverage, postage, phone, utilities, printing, other (please specify). Please note that this list includes examples that are both fundable and non -fundable. Refer to the list on pages 2 & 3 for the complete list of fundable and non -fundable. Expense Description Expense Total H -M Grant Request Cash Match In -Kind Match Radio Advertising $0 Printed Material $500 $100 $100 $300 Social Media Advertising $200 $50 $50 $100 Postage $250 $125 $125 Facility Rent for Gala $150 $75 $75 Meals for Cast, Crew and Gala $5,000 $4,000 $1,000 Adjudicators (lodging, travel, honorarium) $3,500 $2,500 $1,000 Decorations & Signage $100 $100 Transportation (shuttle during event) $500 $500 Workshop room rentals $500 $500 Totals $10,700.00 $2,850,00 $5,275.00 $2,575.00 Income: List all income expected for the project. Round dollar figures to the nearest dollars Please note if income from grants/sponsors has been secured or if funds are still pending Income Source Income/In-Kind (please note if cash or in-kind) Source Pending/Secured Entry Fees 60 teams $165 per team 8910 Teams pending Advertising 500 cash match Sponsorships 500 in-kind match Union Mission Church 300 Union Church pending Tommorrow Leader 500 Tommorrow Leaders pending Area churches 500 Area Churches pending Admissions 4500 Gym Facility pending concession 400 Union Church pending Total Income 15610 Expenses: Provide an itemized list of all expenses, including both fundable and non -fundable items Note which fundable expense will be met by the Hotel -Motel Tax Grant. Cash and in-kind match funds must be 50% of the total project cost or greater. Expenses should include items like the following: Travel expenses, bid/guarantee fees, registration costs, facility rental, equipment renta design costs, capital expenses (please specify each), safety and security costs, medical services, salaries, professional services (legal, accounting, etc., prizes (cash and other), marketing and advertising, insurance, honoariums, speaker's fees, hotel rooms, food & beverage, postage, phone utilities, printing, other (please specify). Please note that this list includes examples that are both fundable and non fundable. Refer to the lb on pages 2 & 3 for the complete list of fundable and non fundable. Expense Description Expense Total H -M Grant Request Cash Match In -Kind Match Facility Rentals 4100 H -M Grant Request officals 4,800 cash match insurance 500 in-kind match medals 500 cash match postage 200 cash match concession 600 cash match t -shirts 250 cash match Totals 10950 0 0 0 GRANT REVIEW — Event/Capital Grant Application Organization: Faith Basketball Academy Project(s) Overview: Faith Basketball Academy is a local organization that is working with Mid-America Youth Basketball to put on a tournament for youth of the area and throughout the Midwest. Mid- America is an organization that has been around for more than 20 years and we've visited with them in the past about hosting tournaments. They like to have a local group to actually own and operate the tournament, and Faith Basketball gives them the structure/sanctioning/promotion they need. This event has been held once previously in Waterloo, though the outcome was not as great as planners had hoped due to weather problems forcing a change in date. They did bring 2,500 total participants and spectators for that event, however. This event will be held in late January/early February and use Highland Elementary, Carver and Bunger Middle Schools and the Cedar Valley SportsPlex. Summary of Use of Funds: Funds will be used to assist in paying for the use of the gym space. Rental of space is a fundable expense, and the rental costs are less than 50% of the total budget. Summary & How Application Relates to Goals: Goal 1: Drive overnight stays in Waterloo The event does have an opportunity to draw visitors from around the region and country. MAYB has an extensive, nationwide mailing list that allows for tournament promotions. The challenge with the 2015 winter event, however, is that it is occurring the same weekend as the UNI Overseas Recruiting Fair. Rooms are already at a premium. I have asked the planners at Faith Basketball about a possible date change, certainly going forward, but also even for 2015. They are going to be adding another tournament in the summer, which will be a great addition to the community and I'm hopeful we can help them find dates that work well for them and for Waterloo. Goal 2: Support & reward active partners who serve/drive visitors to Waterloo People are going to visit for the tournament. The winter tournaments are for 3rd through 8th grade students, which typically leads to many more spectators. Our economic impact calculator uses 2.7 people per room when it calculates youth amateur events, where adult amateur is 1.9. Goal 3: Support organizations and activities that have a positive impact on Waterloo Faith Basketball is filling a need that we'd previously identified: a group working with MidAmerica Youth Basketball to host tournaments. They've completed one event and already have this, and a summer tournament, planned. With quality venues at our schools and the Cedar Valley SportsPlex, we have a great opportunity to bring more events and more visitors to Waterloo. Goal 4: Provide seed money for new ideas/projects While not a new event, this is just the second time Faith Basketball has planned this tournament. Goal 5: Provide assistance in marketing outside Black Hawk County MYAB has an extensive, national, mailing list/email distribution system and their website advertises every one of their sanctioned events. While Faith Basketball isn't using grant funds to pay for advertising for the tournament, their partnership with MYAB gives them as much marketing power as the paid media we might be able to help them buy. Waterloo Hotel -Motel Tax Grant application Waterloo Hotel -Motel Tax Year -Round (Mini) Grant Application Entire application MUST be typed and every question must be answered fully Total Request: $2,800 Total Project Cost $10,700 Contact Information Name of organization: Faith Basketball Academy Check payable to (if different than above) Faith Basketball Academy FEIN Number: 90-0876534 Name & Date of project/event: Saturday January 31St and Sunday February ft, 2015 Contact person: Anthony Thomas Address: 1910 City View Street City _Waterloo State Iowa Zip 50707 Phone number: 319-961-6314 Email: athomasbasketball@yahoo.com Organization web address: mayb@mayb.com 1. Organizational/Background Information a. What is the mission of your organization? Mid America Youth Basketball wishes to offer a quality tournament to teams; providing them with as many games as possible. We offer a three game guarantee. However, we would like to offer our team's pool play and then bracket play. Providing certified referees will also give participating teams a greater trust in our program. We believe that a combination of many games, good officials, quality awards and good customer service equals a successful tournament. Mission Faith Basketball Academy' philosophy is that young people will be able to participate in society and go through life challenges better if they follow basic biblical principles and understand their spiritual purpose. Basketball will be the entertainment piece that will be used to help build a spiritual growth in our athletes we serve. b. How does your organization benefit the community? The tournament will provide organized sport options to help our youth in their overall development. It will provide a competitive atmosphere for coaches, players, and parents. It will create outside business for local businesses and be entertainment for the Cedar Valley. c. How long has your organization been in existence? The Faith Basketball Academy was established in July of 2012. Mid America Youth Basketball origination has been in existence for 20 plus years. 1 Waterloo Hotel -Motel Tax Grant application d. How many staff members and/or volunteers are involved with the organization? We will have 3 to 4 staff and volunteers at each gymnasium that we will be occupying. Our locations will be Highland Elementary, George Washington Carver Intermediate, Bunger Intermediate, and The Sports Plex. e. Is a member of the Waterloo City Council on your Board of Directors? If yes, please list. No. f. How does your organization market outside of Black Hawk County? The tournament is marketed to over 20,000 teams across the United States on the Mid America Youth Basketball website. By going to mayb@mayb.com they can get all tournament information. Teams will be e-mailed about tournament also. Passing out fliers at other tournaments and church location. g. Has your organization/business received hotel -motel tax grants previously? If so, please provide a list of projects. In 2012 for a Mid America Basketball Tournament h. Have hotel -motel tax grants been received for this project previously? If so, please provide a copy of the completed project evaluation form(s) that were turned in for reimbursement. i. Please attach Proof of Liability Insurance, Board/Management information, IRS Documentation. 2. In what manner have you effectively supported or participated with the the Waterloo CVB in the last 12 months? Examples include tradeshows, co-op marketing, event bids, etc. N/A 3. Project/Event Information a. Please describe the project and specify the goals for the project. The project is a basketball tournament for third through eighth grade boys and girls. We will promote and expose the athletes to an organized and competitive basketball tournament. Continuing to engage the Cedar Valley athletes in positive activities to enhance their development self-esteem, team work, cultural diversity and sportsmanship. b. Please describe the mechanism for measuring the success of the project goals. We would like to create an atmosphere that promotes the Cedar Valley as a great community to be a part of. The number of teams that register for the event in the Cedar Valley will be our measurement of success. Tournament evaluations completed by a Mid America Youth basketball regional director that will reflect high quality and professionalism for everyone involved including staff and volunteers. C. For profit entities only: Please describe how this project is different from your normal business and how this ties into your normal business. How is this project tourism -related? N/A d. For capital projects only: Please describe how this ties into your organization's mission, and how the project is tourism -related. How will this project allow you to draw additional people to Waterloo? N/A 2 Waterloo Hotel -Motel Tax Grant application 4. Is this a new project or idea? If yes, please explain how this proposal explores a new idea, new direction, is innovative or is a new project? N/A 5. How does this event bring people to Waterloo from outside Black Hawk County? Mid America Youth Basketball is based out of Kansas. In the past, teams from have participated in Mid America Youth Basketball tournaments from Nebraska, Oklahoma, Illinois, Texas, Kansas, Missouri, Arkansas, Colorado and Iowa. There is the potential for teams from these states and from across the state of Iowa travel to the Cedar Valley for a tournament. Mid-America Youth basketball organization has over 20,000 contacts of boys and girls teams in their database. 6. What are expectations for attendance? a. How many people do you expect from outside of Black Hawk County? Our last tournament attracted 2,500 people from the Cedar Valley, surrounding areas and out of state. Because of the success of the 2012 winter MAYB tournament, in addition to the 2015 winter tournament we have scheduled a summer 2015 MAYB tournament which will take place in July. b. Please describe the specific mechanism for tracking attendance. Team registrations and wrist bands sold for admission will be used to track attendance 7. What are your expectations for hotel room use in Waterloo? Our organization plan to block rooms at hotels around the Cedar Valley and post on the Mid America Youth Basketball website available hotels. Also we will use the United Basketball league Web page to promote where teams can stay as well. 8. Please describe your marketing efforts. a. What specific marketing will you be doing outside of Black Hawk County? Website, flyers, and mailing lists will be used to market. 9. How does this project have a positive and lasting impact on Waterloo? It will give the youth from the Cedar Valley the opportunity to compete against other teams from outside the area. Visitors will have the opportunity to experience the cultural diversity, the art, museums and the history of the Cedar Valley. The success of this tournament could possibly lead to more tournaments on an even larger scale in the future. An identified goal is to bring a sanctioned International Basketball tournament to the area seeking to involve not only youth but adults as participants. We would offer opportunities for economically disadvantaged youth to be able to participate in this tournament to promote self-sufficiency, self-esteem and a sense of community involvement. 10. Please fill out the attached budget information (attached Excel file), and provide the following budget snapshot. a. Total Income: b. Total Expense: c. Net Profit (Loss) for the event: d. please describes how the requested grant money fits into the overall project. How will the funds be used, and does this grant have a profound impact on your ability to host this event? 3 Waterloo Hotel -Motel Tax Grant application This event has been hosted before. With the Sports Plex being built being able to host tournament at a modern facility will help attract more teams and give us the capability of hosting a large tournament in the Cedar Valley Area. The funds used will be for facility rental and quality officials these are two areas needed to run a successful tournament. e. How will profit (if applicable) be used by the project/organization/business? Profits will be used to run multiple youth tournaments and help fund other youth activities during the summer months. Additional Information Are there additional details that should be known by the CVB Board of Directors or Waterloo City Council? Acknowledgment and Signature I have reviewed this Application for Grant Funds from the City of Waterloo and Waterloo Convention and Visitors Bureau. To the best of my knowledge, the information contained in this application and its attachments is accurate and complete. The Hotel -Motel Tax Grant funds are reimbursement funds for project funding already spent, and are to be used for the express purpose as stated in the Grant Application. I, the undersigned, know full and well that if this program/project does not transpire, recommendation by the Waterloo Convention and Visitors Bureau Board of Directors for funding will be withdrawn. My organization will be responsible for refunding any portion of grant funds already received or for covering the costs for portions of the project that are non -fundable or not stated herein. Anthony Thomas Signature of Applicant 11/10/14 Date 4 Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2015-86 RESOLUTION APPROVING WATERLOO CONVENTION AND VISITORS BUREAU BOARD RECOMMENDATIONS FOR HOTEL/MOTEL TAX MINI -GRANT FUNDING FOR WATERLOO COMMUNITY PLAYHOUSE/BLACK HAWK CHILDREN'S THEATER AND FAITH BASKETBALL ACADEMY/MID-AMERICA YOUTH BASKETBALL TOURNAMENT. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the recommendations from the Waterloo Convention and Visitors Bureau Board for hotel/motel tax mini -grant funding for the Waterloo Community Playhouse/Black Hawk Children's Theater in the amount of $2,430.00 and for the Faith Basketball Academy/Mid- America Youth Basketball Tournament in the amount of $2,011.00, be and the same are hereby approved. PASSED AND ADOPTED this 2nd day of February, 2015. -c Ernest G. Clark, Mayor ATTEST:- Suzy Sc ares, CMC City Cl-rk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2015-87 RESOLUTION APPROVING AGREEMENT FOR DOT - INITIATED DETOUR OF PRIMARY HIGHWAYS ONTO LOCAL ROADS WITH IOWA DEPARTMENT OF TRANSPORTATION AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Agreement for DOT -Initiated Detour of Primary Highways onto Local Road dated February 2, 2015, for use of City streets to detour Highway 218 traffic using IA 21 to East San Marnan Drive to 1380/218, from mid-August to mid-September, 2015, in conjunction with the Highway 218 Resurfacing Project from north of Marigold Drive to 1380, by and between the Iowa Department of Transportation and the City of Waterloo, Iowa, be and the same is hereby approved, and the Mayor authorized to execute the same in behalf of the City of Waterloo, Iowa. PASSED AND ADOPTED this 2nd day of February, 2015. Ernest G. Clark, Mayor ATTEST: Suzy Sc ares, CMC City Cl-rk Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2015-88 RESOLUTION APPROVING SPILL PREVENTION, CONTROL, AND COUNTERMEASURE PLAN AGREEMENT WITH WATERSMITH ENGINEERING OF CEDAR RAPIDS, IOWA AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Spill Prevention, Control, and Countermeasure Plan Agreement dated February 2, 2015, in an amount not to exceed $3,500.00, for the Public Works Campus facilities, by and between Watersmith Engineering of Cedar Rapids, 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, Towa. PASSED ANI) ADOPTED this 2nd day of February, 2015. ATTEST: - O Suzy Sc ares, CMC City Cl rk Ernes G. Clark, Mayor Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2015-89 RESOLUTION APPROVING HOUSING ENTERPRISE ZONE PROGRAM AGREEMENT #14-HEZ-180 WITH IOWA ECONOMIC DEVELOPMENT AUTHORITY AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the Housing Enterprise Zone Program Agreement #14-HEZ-180 dated February 2, 2015, in conjunction with the rehabilitation of eight (8) housing units located at 320-322 East 4th Street in the Waterloo EZ -8B enterprise zone, by and between Iowa Economic Development Authority, JSA Development, LLC and the City of Waterloo, Iowa, be and the same is hereby approved, and the Mayor authorized to execute the same in behalf of the City of Waterloo, Iowa. PASSED AND ADOPTED this 2nd day of February, 2015. ATTEST: Suzy Sc ares, CMC City Cl•rk r est G. Clark, Mayor Prepared by Carol Nemmers, Deputy City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. RESOLUTION NO. 2015-90 RESOLUTION APPROVING FIRST AMENDMENT TO PURCHASE AND SALE AGREEMENT WITH FLOWERS BAKING CO. OF WATERLOO, LLC AND DIRECTING EXECUTION OF SAID AGREEMENT BY MAYOR. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the First Amendment to Purchase and Sale Agreement dated February 2, 2015, to allow for completion of the Phase I and Phase II environmental work, by and between Flowers Baking Co. of Waterloo, LLC and the City of Waterloo, Iowa, be and the same is hereby approved, and the Mayor authorized to execute the same in behalf of the City of Waterloo, Iowa. PASSED AND ADOPTED this 2nd day of February, 2015. ATTEST: t CC i_,4, Suzy Sares, CMC City Clerk 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. 2015-91 RESOLUTION SUPPORTING THE APPLICATION BY BLACK HAWK CONTRACTING AND DEVELOPMENT INC. OF WATERLOO, IOWA FOR THE IOWA WORKFORCE HOUSING TAX INCENTIVES PROGRAM. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF WATERLOO, IOWA, that the City of Waterloo supports the application by Black Hawk Contracting and Development Inc. for the Iowa Workforce Housing Tax Incentives Program to construct 28 new housing units in Waterloo, .:Iowa. PASSED AND ADOPTED this 2nd day of February, 2015. Erni G. Clark, Mayor ATTEST: 1 Suzy S ares, CMC City Clark Payment voucher prepared by: Pauline Clos: osson CITY OF WATERLOO 9002 PAYMENT VOUCHER A020215 January n26, 2015 Vendor Name Address City & State Department: Engineering AE COM Grant/Project Code # ************************************* Invoice Date Invoice No. Qty/Unit Amount Description G.L. Distribution 1/21/15 Special Instructions 37503797 Est # 5 $3,199.12 Detension Basin Mod on Dry Run Creek CLOMR/LOMR Development for Hwy 20 Est No 5 City Contract # 842 8/3014 thru 1/16/15 TOTAL $3,199.12 1/26/15 .0/1.0t) Submitted By Date Approved By An Equal Opportunity/Affirmative Action Employer 409-07-5300-2103 501 Sycamore Street, Suite 222 • Waterloo, Iowa 50703 • (319)232-6531 • Fax: (319) 232-0271 ACOM Invoice To: Mr. Eric Thorson City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Invoice Date: January 21, 2015 Project Number: 60322218 Invoice No: 37503797 Your Authorization: Professional Service Agreement Dated May 12, 2014 CLOMR/LOMR Development for Highway 20 Detention Basin Modifications on Dry Run Creek Progress Billing: August 30, 2014 through January 16, 2015 Classification Hours Amount Senior Professional 1.00 $223.45 Project Professional 0.00 0.00 Staff Professional 120.00 13,933.92 Professional 0.00 0.00 CAD/GIS Operator 0.00 0.00 Senior Technician 0.00 0.00 Technician 0.00 0.00 Project Support 4.75 367.19 Direct Expenses 19.54 Total Costs to Date $14,544.10 Less Previous Billing 11,344.98 TOTAL AMOUNT DUE $3,199.12 C4` Remit to: AECOM Technical Services, Inc • 1178 Paysphere Circle • Chicago, IL 60674 Prepared by Pauline Closson CITY OF WATERLOO 9002 PAYMENT VOUCHER A020215 January 26, 2015 Vendor AECOM Address City & State Vendor: 5419 Department: Engineering Grant/Project Code# Invoice Date Invoice # Qty/Unit Amount Description G.L. Distribution 1/2/15 3753799 $ 2,575.25 11th Street Bridge Joint Repairs 413-07-7400-2161 Dec. 13, 201gthru Jan.16, 2015 Special Instructions: r 2;(..,0)(1-i)1 Submitted By Total $ 2,575.25 01/26/15 Date Approved By: Date An Equal Opportunity/Affirmative Action Employer ACOM Invoice To: Mr. Eric Thorson City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 222 • Waterloo, Iowa 50703 • (319)232-6531 • Fax: (319) 232-0271 Invoice Date: January 21, 2015 Project Number: 60334228 Invoice No: 37503799 Your Authorization: Professional Service Agreement Dated September 22, 2014 11th Street Bridge Joint Repairs Waterloo, Iowa Progress Billing: December 13, 2014 through January 16, 2015 Classification Hours Amount Senior Professional 0.00 Project Professional 48.00 Staff Professional 0.00 Professional 25.00 CAD/GIS Operator 0.00 Senior Technician 0.00 Technician 0.00 Project Support 1.50 Direct Expenses Total Costs to Date Less Previous Billing TOTAL AMOUNT DUE $0.00 7,179.77 0.00 1,613.85 0.00 0.00 0.00 115.95 9.59 $8,919.16 / 6,343.91 $2,575.25 V' Ok-o IM4./ L<4 -e_ 261/S Remit to: AECOM Technical Services, Inc • 1178 Paysphere Circle • Chicago, IL 60674 CITY OF WATERLOO PAYMENT VOUCHER January 26, 2015 9002 A020215 Vendor 7922 Department Engineering Vendor Name Snyder & Associates Grant/Project Code # 07LTF 5007 Address City & State Invoice Date ************************************* Invoice No. Qty/Unit Amount Description G.L. Distribution 1/16/15 1•10.0951.01A-32 $24,848.47 Wloo Stormwater Lift Station Hollywood C CDBG 409-07-5300-2103 1/16/15 110.0951.01B-30 $1,910.44 Design services Cedar Bend CDBG 409-07-5300-2103 1/16/15 110.0951.01C-30 $345.00 Design Services Fletcher Ave CDBG 409-07-5300-2103 TOTAL 27,103.91 Speci I Instruct ons 1/26/15 Submitted By DateApproved By Date An Equal Opportunity/Affirmative Action Employer ENGINEERS & PLANNERS SNYDER & ASSOCIATES INC. IOWA I MISSOURI I NEBRASKA I SOUTH DAKOTA I WISCONSIN Jamie Knutson City of Waterloo 715 Mulberry Street Waterloo, IA 50703-5783 Project INVOICE FOR PROFESSIONAL SERVICES Invoice No: 110.0951.01A Waterloo Stormwater Lift Stations - Hollywood Professional Services through December 31, 2014 January 16, 2015 110.0951.01A- 32 Basic Services Billings to Date Total Prior Current 273,750.00 273,750.00 0.00 Phase Subtotal 0.00 Construction Services Principal Engineer Engineer VI Project Manager V Engineer I Technician VII Technician V Total Services Design Engineers, PC 12/11/2014 Design Engineers, PC 11/14 Terracon Consultants 12/18/2014 Terracon Consultants 11/14 12/30/2014 Terracon Consultants thru 12/27/14 Total Consultants Mileage @ .56 Travel Fleet Mileage Fleet Mileage Total Expenses Total Units Hours Rate Amount 23.00 154.00 3,542.00 13.50 118.00 1,593.00 3.00 110.00 330.00 30.00 69.00 2,070.00 5.25 79.00 414.75 178.50 66.00 11,781.00 253.25 460.0 mi. @ 0.56 90.0 mi. @0.56 150.00 624.00 1,150.50 1,924.50 922.32 1,962.90 2,885.22 257.60 50.40 308.00 19,730.75 1,924.50 2,885.22 308.00 REMIT TO: 2727 SW Snyder Blvd. I P.O. Box 1159 I Ankeny, IA 50023-0974 p: 515-964-2020 f: 515-964-7938 email: ar@snyder-associates.com I Federal E.I.N. 42-1379015 Project 110.0951.01A Waterloo-StrmwtrLiftStaHllywd Invoice 32 Billings to Date Total Prior Current 67,558.66 42,710.19 24,848.47 Phase Subtotal $24,848.47 Billings to Date Snyder & Associates, Inc. Amount Due this Invoice $24,848.47 Total Prior Current 341,308.66 316,460.19 24,848.47 Adam Bullerman 64( 7b Per Page 2 REMIT TO: 2727 SW Snyder Blvd. P.O. Box 1159 I Ankeny, IA 50023-0974 p: 515-964-2020 I f: 515-964-7938 I email: ar@snyder-associates.com Federal E.I.N. 42-1379015 ENGINEERS & PLANNERS SNYDER & ASSOCIATES INC. IOWA I MISSOURI I NEBRASKA I SOUTH DAKOTA I WISCONSIN Jamie Knutson City of Waterloo 715 Mulberry Street Waterloo, IA 50703-5783 Project 110.0951.01B INVOICE FOR PROFESSIONAL SERVICES Invoice No: Waterloo Stormwater Lift Stations - Cedar Bend Professional Services through December 31, 2014 January 16, 2015 110.0951.O1B-30 Basic Services Billings to Date Total Prior 271,845.68 271,845.68 Current 0.00 Phase Subtotal 0.00 Construction Services Engineer VI Technician VII Technician V Total Services Mileage @ .56 Total Expenses Fleet Mileage Total Units Billings to Date Hours 9.50 4.00 4.00 17.50 Rate 118.00 79.00 66.00 92.0 mi. @0.56 Total Prior 19, 527.79 17, 617.35 Current 1,910.44 Phase Subtotal Amount 1,121.00 316.00 264.00 157.92 157.92 51.52 51.52 1,701.00 157.92 51.52 $1,910.44 Billings to Date Snyder & Associates, Inc. Total Prior 291,373.47 289,463.03 Adam Bullerman Amount Due this Invoice Current 1,910.44 $1,910.44 REMIT TO: 2727 SW Snyder Blvd. I P.O. Box 1159 I Ankeny, IA 50023-0974 p: 515-964-2020 I f: 515-964-7938 I email: ar@snyder-associates.com I Federal E.I.N. 42-1379015 ENGINEERS & PLANNERS SNYDER & ASSOCIATES INC. IOWA 1 MISSOURI I NEBRASKA I SOUTH DAKOTA I WISCONSIN Jamie Knutson City of Waterloo 715 Mulberry Street Waterloo, IA 50703-5783 Project INVOICE FOR PROFESSIONAL SERVICES Invoice No: 110.0951.01C Waterloo Stormwater Lift Stations - Fletcher Avenue Professional Services through December 31, 2014 January 16, 2015 110.0951.010-30 Basic Services Billings to Date Total Prior Current 144,491.36 144,491.36 0.00 Phase Subtotal 0.00 Construction Services Engineer I Total Services Billings to Date Total 10,177.28 Prior 9,832.28 Hours Rate Amount 5.00 69.00 345.00 5.00 Current 345.00 345.00 Phase Subtotal $345.00 Billings to Date Snyder & Associates, Inc. Amount Due this Invoice $345.00 Total Prior Current 154,668.64 154,323.64 345.00 Adam Bullerman REMIT TO: 2727 SW Snyder Blvd. I P.O. Box 1159 I Ankeny, IA 50023-0974 p: 515-964-2020 I f: 515-964-7938 I email: ar@snyder-associates.com I Federal E.I.N. 42-1379015 Prepared by Pauline c January 23, 2015 Vendor Ricklefs Excavating LTD Address 12836 Buffalo Rd City & State Anamosa, la Ciuty & State ************************************* Invoice Date Invoice No. Qty/Unit Amount Description Batch No. Keyed By: Engineering Department Grant/Project Code 1/22/15 EST # 4 $ 10,089.47 Orange School Sanitary Sewer Extension City Contract No. 816 EST # 4 Services thru 11/1/14 - 1/15/15 Total $ 10,089.47 Special Instructions: 9002 A020215 G/L Distribution 609-14-5230-2163 A1A MA-) 1/23/15 Submitted y Date Approved By: Date An Equal Opportunity/Affirmative Action Employer F.Y. 2014 Orange School Sanitary Sewer Extension Contract 816 Waterloo, Iowa Letting Date: December 2, 2013 Contract Date: December 19, 2013 Contract Completion Date: August 1, 2014 PAYMENT REQUEST NO.4 Final Qtys Construction Period: 11-01-14 thru 01/15/15 TO: Jamie Knutson City of Waterloo 715 Mulberry St. Waterloo, IA 50703 Contractor: RIcklefs Excavating Ltd. 12536 Buffalo Rd. Anamosa, IA 52205 PAGE 1 OF 2 DATE: 01/15/2015 1. Original Contract Sum $273,405.00 2. Net Change by Change or Extra Work Order $9,795.50 (7000 & 8000 Items, Net Contract Adjustment) 3. Contract Sum To Date = $283,200.50 (Line 1, + 2.) 4. Total Completed To Date Page 2 $276,150.50 5. Total To Date Retained - (5%) Page 2 - $13,807.53 6. Total To Date Earned Less Retainage Page 2 = $262,342.97 $252,253.50 7. Less Previous Payment Requests 1 thru 3 1. Contract Items $252,253.50 2. Retainage Release $0.00 *8. Payment Due This Request Page 2 1. Contract Items $10,089.47 2. Retainage Release $0.00 9. % of Contract Dollars Completed To Date 97.51% * REMIT TO: RICKLEFS EXCAVATING LTD. ` Recommended For Approval: 40(44-4---' DATE : U / % --79 /J William J. la--eneyne Claassen Engineering and Surveying, Inc. ir APPROVED BY: 4/V �� $10,089.47 ACCEPTE Jamie Knutson RICKLEFS EXCAVATING DATE: DATE : C L — l Q — `S EXCEPTIONS TAKEN: DATE : THE COURIER • www.wcfcourier.com BUSINESS / MARKETS Half of households spend all income • Many Americans dip into savings, debt every year. WASHINGTON (AP) — The Federal Reserve has declared economic growth "sol- id!' But several new reports show most Americans are treading along a dangerous financial tightrope, where one slip could be devastat- ing. Nearly half of U.S. house- holds — 47 percent — say they spend all of their in- come, go into debt or dip into savings to meet their annual expenses, according to an analysis of Fed survey data released Thursday by the Pew Charitable Trusts. "They could not withstand a serious financial emergen- cy;' said Diana Elliott, a Pew research manager who co - wrote the analysis. "That really is the contrast to the macroeconomic story" of a recovering economy. "Macro indicators tell us a lot, but they don't tell us what is specifically happen- ing within families;' she said. If a typical middle-class household had to weather a period of joblessness with- out any income, they would exhaust their available sav- ings within 21 days, the anal- ysis found. If that same fam- ily also cashed in all their re- tirement investments to get by, they would burn through those assets within four months. Nor is there much flexibil- ity in family budgets. Amer- icans are devoting more of their income to housing, health careand personal in- surance and pensions since 1984. After adjusting for infla- tion, their average annual expenses have risen 6 per- cent to $51,105 during that period. Their earnings have largely been flat for three decades — increasing only when factoring in govern- ment "transfers" such as tax cuts and Social Security checks. The household numbers contrast sharply with broad- er economic indicators that tell a more upbeat story. Ac- cording to those figures, the U.S. economy has roared back to life in recent months after muddling its way out of the Great Recession over the past seven years. LIVING PAGE El POWERFUL Center for the Arts display explores symbols of Haitian Voudou culture CEDAR VA ROI RAGBRAI overnight SUNDAY J U WATERLOO www.wcfcourier.com CEDAI Deere idles 565 in Waterloo /D2 7 F.Y. 2014 Orange School Sanitary Sewer Extension Contract 816 Waterloo, Iowa Letting Date: December 2, 2013 Contract Date: December 19, 2013 - Contract Completion Date: August 1, 2014 PAYMENT REQUEST NO.4 Final Qtys Construction Period: 11-01.14 thru 01/15/15 TO: Jamie Knutson City of Waterloo 715 Mulberry St. Waterloo, IA 50703 Contractor: Ricklefs Excavating Ltd. 12536 Buffalo Rd. Anamosa, IA 52205 PAGE 2 OF 2 DATE: 01/15/2015 Item Item Contract I Authorized I + or - "Non -Par I Total To Date Previously Allowed I Allowed This Period No, DESCRIPTION Status Quantity I Quantity I Unit Unit Price I 100% TIE) Quantity $ Amount Quantity $ Amount I Quantity $ Amount 101 ADJUST EXISTING MANHOLE TOP F 1 I 1.00 I EACH I $300.00 I 100.00% I 0.00 1.00 $300.00 1.00 $300.00 I 0.00 102 SANITARY SEW ER MANHOLE, F 16 I 16.00 I EACH I $2,900.00 100.00% I 0,00 I 16.00 $46,400.00 16.00 $46,400.00 I 0.00 STANDARD WATER -TIGHT 48 -IN DIA. 103 TAP AND COLLAR EXISTING F I 1 I 1,00 I EACH I $700.00 I 100.00% i 0.00 I 1.00 $700.00 1.00 SANITARY SEWER MANHOLE 104 SANITARY SEWER, 8 -IN DIA., PVC TRUSS PIPE 105 SANITARY SEWER, 10 -IN DIA., PVC TRUSS PIPE 106 SANITARY SEWER, 15 -IN DIA., PVC TRUSS PIPE 107 SANITARY SEWER, 18 -IN DIA., PVC TRUSS PIPE F F F 108 WELDED STEEL CASED CROSSING, F HWY 21, COMPLETE $700.00 $0.00 $0.00 0.00 $0.00 ,155 I 1155.00 I LF $21.00 I 100.00% I 0.00 I 1,155.00 $24,255.00 1,155.00 $24,255.00 I - 0.00 $0.00 331 I 331.00 I LF I $24.00 I 100.00% I 0.00 I 331.00 $7,944.00 331.00 $7,944.00 I 0.00 $0.00 2,379 I 2379.00 I LF I $34.00 100.00% I 0.00 2,379.00 $80,886.00 2,379.00. $80,886.00 I 0.00 $0.00 1,038 I 1038.00 I LF $40.00 I 100.00% I 0,00 I 1,038.00 $41,520.00 1,038.00 $41,520.00 I 0.00 $0.00 1 I 1.00 I LS I $50,000.00 I 100.00% I 0.00 1.00 $50,000.00 1.00 $50,000.00 I 0.00 $0.00 109 HAMMOND AVE. CROSSING, F 1 I 1.00 LS I $5,000.00 I 100.00% I 0.00 I 1.00 $5,000.00 1.00 $5,000.00 I 0.00 $0.00 COMPLETE 201 TRAFFIC CONTROL F I 1 I 1.00 I LS I $1,500.00 I 100.00% I 0.00 1.00 $1,500.00 1.00 $1,500.00 0.00 $0.00 202 MAINTENANCE BOND, 2 -YEAR F 1 I 1.00 I LS I $3,000.00 I 100.00% I 0.00 I 1.00 $3,000.00 0.00 $0.00 I 1.00 $3,000.00 203 EROSION CONTROL SILT FENCE F 4,500 I 4500.00 I LF $1.50 ( 0.00% I 0.00 I 0.00 $0.00 0.00 $0.00 I 0.00 $0.00 204 SEED, FERTILIZE AND MULCH (IDOT F 6.5 I 6.50 I ACRES I $700.00 I 100.00% I 0.00 I 6.50 $4,550.00 6.50 $4,550.00 I 0.00 $0.00 RURAL MIX) 205 CONSTRUCTION ACCESS, HAMMOND AVE, ONE EACH 206 CONSTRUCTION ACCESS, HWY 21, TWO EACH Al FOUNDATION MATERIAL A2 REPLACE EXISTING FIELD DRAIN TILE CROSSING, 3" TO 8" DIA. A3 REPLACE EXISTING FIELD DRAIN TILE CROSSING, 10" TO 15" DIA. F F F F 1 I 1.00 I LS I $300.00 I 100.00% I 0.00 1.00 $300.00 1.00 $300.00 1 I 1,00 I LS I $300.00 0.00% I 0.00 I 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 1 I 1.00 I TONS $23.00 I 3350.00% I 0.00 I 33.50 $770.50 0.00 $0.00 I 33.50 1 I 1.00 I EACH $425.00 I 1900.00% I 0.00 I 19.00 1 I 1.00 I EACH I $475.00 *- DENOTES CONTRACT ITEM QUANTITY ADJUSTMENT BY WORK CHANGE ORDER. "F" and/or "FF" in ITEM STATUS column denotes "FINAL" Item quantity. 200.00% I 0.00 $8,075.00 4.00 $1,700.00 I 15.00 2.00 $950.00 1.00 $475.00 $770.50 $6,375.00 1.00 $475.00 SUBTOTAL -THIS SHEET ONLY $276,150.50 PREVIOUSLY $265,530.00 THIS PERIOD $10,620.50 LESS RETAINAGE @ 5% $13,807.53 Prey. Retained $13,276.50 Retain This Period $531.03 EARNED LESS RETAINAGE $262,342.97 LESS PREVIOUS PAYMENTS $252,253.50 PAYMENT DUE THIS REQUEST $10,089.47