Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Council Packet - 2/25/2019
THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, REGULAR SESSION TO BE HELD AT THE HAROLD E. GETTY COUNCIL CHAMBERS Monday, February 25, 2019 5:30 PM CITY OF WATERLOO GOALS 1. Support the creation of new, livable wage jobs through a balanced economic development approach of assisting existing businesses, fostering start-ups, attracting new employers and cultivating an adequate workforce. 2. Implement a Community Policing strategy that creates a safe environment in Waterloo. 3. Reduce the City's property tax levies through a responsible balance of cost reduction in City operations and increases in taxable property valuations to ensure that Waterloo is a competitive, affordable, and livable city. 4. Enhance the image of Waterloo and the City to residents and businesses inside and outside of the 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 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 depaitment. 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 233 Roll Call. Prayer or Moment of Silence Pledge of Allegiance Kelley Felchle, City Clerk Agenda, as proposed or amended. Minutes of February 18, 2019, Regular Session, as proposed. ORAL PRESENTATIONS Iowa Code Chapter 21 gives the public the right to attend council meetings but it does not require cities to allow public participation except during public hearings. The City of Waterloo encourages the public to participate during the Oral Presentations by following the rules listed on the front of the agenda. 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 approving cancellation of assessment for property located at 1481 Newell Street in the amount of $704.83, and authorize City Clerk to notify Black Hawk County Treasurer of said cancellation. Submitted By: Kelley Felchle, City Clerk 3. Resolution approving preliminary plans, specifications, form of contract, etc., setting the date of bid opening as March 28, 2019 and date of public hearing as April 1, 2019, in conjunction with the Fire Station No. 1 Roof Replacement Project, and instruct City Clerk to publish notice. Submitted By: Noel Anderson, Community Planning & Development Director 4. Resolution approving preliminary specifications, bid documents, etc., setting date of bid opening as March 28, 2019 and date of public hearing as April 1, 2019, in conjunction with the FY 2019 Lincoln Park Improvements Project, Contract No. 973, and instruct City Clerk to publish said notice. Submitted By: Travis Nichols, Facilities/Project Manager B. Motion to approve the following: 1. TRAVEL REQUESTS a. LeAnn Even, Deputy City Clerk Class/Meeting: Iowa Municipal Finance Officers Association Spring Page 2 of 233 Conference Destination: Des Moines, IA Dates: April 10-12, 2019 Amount not to exceed: $400 b. Christa Reuel, Artist Class/Meeting: Gallery Talk / Reception Destination: Waterloo, IA (from Goshen, IN) Dates: February 28 - Amount not to exceed: $205.00 March 2, 2019 2. LIQUOR LICENSES a. Kwik Star #722, 1214 Franklin Street *Ownership Update* Class: C Beer New Application Includes Sunday Expiration Date: 7/22/2019 b. Kwik Star #723, 707 Broadway Street *Ownership Update* Class: C Beer New Application Includes Sunday Expiration Date: 7/22/2019 c. Kwik Star #724, 1105 Cedar Bend Drive *Ownership Update* Class: C Beer New Application Includes Sunday Expiration Date: 7/22/2019 d. Kwik Star #1004, 111 E. Donald Street *Ownership Update* Class: C Beer New Application Includes Sunday Expiration Date: 10/22/2019 e. Knights of Pythias - Furgerson Lodge #5, 244 Ash Street *Ownership Update* Class: C Liquor w/Outdoor Service Renewal Application Includes Sunday Expiration Date: 9/16/2019 PUBLIC HEARINGS 2. Request by Dan Hillman on behalf of Gene Waltemeyer for a rezone of approximately 2.149 acres from "M-1" Light Industrial District and "M-2" Heavy Industrial District to "M-2" Heavy Industrial District for future redevelopment at 94-98 Vinton Street. Motion to receive and file proof of publication of notice of public hearing. HOLD HEARING - No comments on file. Motion to close hearing and receive and file oral and written comments and recommendation of approval of the Planning, Programming and Zoning Commission. Motion to receive, file, consider, and pass for the first time an Ordinance amending Ordinance No. 5079, as amended, City of Waterloo Zoning Ordinance, by amending the Official Zoning Map referred to in Section 10-4-4, approving a rezone of certain Page 3 of 233 property, located at 94-98 Vinton Street. Motion to suspend the rules. Motion to consider and pass for the second and third times and adopt said Ordinance. Submitted By: Noel Anderson, Community Planning & Development Director RESOLUTIONS 3. Resolution approving a Professional Services Agreement with AECOM Technical Services, in an amount not to exceed $49,500, in conjunction with the 2019 West 5th Street Parking Ramp and Commercial Street Parking Ramp Repairs, and authorize the Mayor to execute said document. Submitted By: Noel Anderson, Community Planning & Development Director 4. Resolution approving the assignment of rebates to Reese Properties, LLC in conjunction with a Development Agreement with Endeavors LTD, LLC, originally approved on July 29, 2015 for the property located at 2661 Geraldine Road, and authorize the Mayor and City Clerk to execute said agreement. Submitted By: Noel Anderson, Community Planning & Development Director 5. Resolution approving a Professional Services Agreement with RedZone Robotics, Inc. of Pittsburgh, Pennsylvania in the amount of $117,615, in conjunction with evaluation of approximately 20,622 feet of 48 inch - 60 inch Interceptor Sewer Pipes, and authorize the Mayor to execute said document. Submitted By: Steve Hoambrecker, Waste Management Services Director 6. Resolution approving a Professional Service Agreement with RJN located in Des Moines, Iowa in the amount of $19,955 for the evaluation of the East-West Interceptor Manholes, and authorize the Mayor to execute said document. Submitted By: Steve Hoambrecker, Waste Management Services Director 7. Resolution approving application with the Iowa Governor's Traffic Safety Bureau for a Highway Safety Program Grant for the period of October 1, 2019 to September 30, 2020. Submitted By: Dave Mohlis, Police Patrol Captain 8. Motion approving Final Quantity Summary for a net decrease of $54,273.41 for the FY 2017 Site Grading for Northeast Industrial Park, Contract No. 926, and authorize the Mayor and City Clerk to execute said document. Submitted By: Jeff Bales, Associate Engineer 9. Resolution approving Completion of Project and Recommendation of Acceptance of Work for work performed by Peterson Contractors, Inc., of Reinbeck, Iowa, at a total cost of $964,105.79, for the FY 2017 Site Grading for Northeast Industrial Park, Contract No. 926, and receive and file a two-year maintenance bond. Submitted By: Jamie Knutson, PE, City Engineer 10. Resolution approving award of bid to Boulder Contracting, LLC, of Grundy Center, Iowa, in the amount of $334,269, and approving the contract, bonds and certificate of insurance in conjunction with the FY 2019 Bridge Repairs, Dubuque Road over Page 4 of 233 Blowers Creek and Greenhill Road over Trolley Car Trail, Contract No. 959, and authorize the Mayor and City Clerk to execute said documents. Submitted By: Wayne Castle, PLS, PE, Associate Engineer ORDINANCES 11. Ordinance amending the the City of Waterloo code of Ordinances, by amending Title 5, Police Regulations, by adding a new Chapter 6, Chronic Nuisance Vehicles. Motion to receive, file, consider and pass for the first time an Ordinance amending the City of Waterloo Code of Ordinances by amending Title 5, Police Regulations, by adding a new Chapter 6, Chronic Nuisance Vehicles. Motion to suspend the rules. Motion to consider and pass for the second and third time and adopt said ordinance. Submitted By: Daniel J. Trelka, Chief of Police 12. Ordinance amending the City of Waterloo Code of Ordinances by amending Title 6, Motor Vehicles and Traffic, Chapter 1, Traffic Code, Section 4, Automated Traffic Enforcement. Motion to receive, file, consider and pass for the second time an Ordinance amending the City of Waterloo Code of Ordinances by amending Title 6, Motor Vehicles and Traffic, Chapter 1, Traffic Code, Section 4, Automated Traffic Enforcement. Motion to suspend the rules. Motion to consider and pass for the third time and adopt said ordinance. Submitted By: Daniel J. Trelka, Chief of Police ADJOURNMENT Motion to adjourn. Kelley Felchle City Clerk MEETINGS 3:45 p.m. Council Work Session, Harold E. Getty Council Chambers 5:10 p.m. Finance Committee, Harold E. Getty Council Chambers PUBLIC INFORMATION 1. Certified List for the position of Treatment Operations Foreman for the City of Waterloo, Iowa Waste Management Services Department, as certified by the Civil Service Commission on February 8, 2019. 2. Certified List for the position of Facilities Services Specialist for the City of Waterloo, Iowa Center for the Arts Department, as certified by the Civil Service Commission on February 8, 2019. 3. Community Development Board Meeting Minutes of January 2019. 4. Community Development Public Hearing Minutes of January 2019. Page 5 of 233 Page 6 of 233 CITY OF WATERLOO Council Communication Minutes of February 18, 2019, Regular Session, as proposed. City Council Meeting: 2/25/2019 Prepared: REVIEWERS: Department Reviewer Action D ate Clerk Office 11.10y, N alley Approved 2/ 1 9/20 1 9 1 18 >N4 ATTACHMENTS: Description Type Minutes of February 1. 8, 20 1. 9 .Regular Session. Backup Material. Submitted by: Submitted By: Page 7 of 233 February 18, 2019 The Council of the City of Waterloo, Iowa, met in Regular Session at Harold E. Getty Council Chambers, Waterloo, Iowa, at 5:30 p.m., on Monday, February 18, 2019. Mayor Quentin Hart in the Chair. Roll Call: Jacobs, Morrissey, Feuss, Klein, Amos, Schmitt, and Juon. Mr. Amos joined via telephone. Prayer or Moment of Silence. Pledge of Allegiance: Jerome Amos, Ward 4 Council Member 145868 - Juon/Schmitt that the Agenda, as proposed, for the Regular Session on Monday, February 18, 2019, at 5:30 p.m., be accepted and approved. Voice vote -Ayes: Seven. Motion carried. 145869 - Juon/Schmitt that the Minutes, as proposed, for the Regular Session on Monday, February 11, 2019, at 5:30 p.m., be accepted and approved. Voice vote -Ayes: Seven. Motion carried. ORAL PRESENTATIONS Myke Goings, 1203 W. 2nd Street, asked that the city revisit the snow removal policy to reduce the inches of accumulation from two to three inches to remove snow in residential areas. He thanked staff for plowing Sunday evening and commended an employee on special care he observed plowing around parked cars and helping a resident move their vehicle when it was stuck in the snow. Randy Bennett, Public Works Director, responded that it is currently three inches that prompts snow removal in residential areas. He also responded to concerns over the city's salting of roads and future snowfall. Jeri Thornsberry, 704 Sheridan, commended the Water Works and Public Works Department on their quick response and clean up for a water main break. David Dryer, 3145 W. 4th Street, requested that the council remember that city employees should not necessarily receive a raise when they ask for a raise and that city employees should only receive pay increases for a positive performance review. Mr. Morrissey questioned if preparations are being made for snow melt moving down river. Jamie Knutson, City Engineer, explained that he will have a webinar with the Army Corps Of Engineers later this week on the flooding outlook. 145870 - Juon/Schmitt that the above oral comments be received and placed on file. Voice vote -Ayes: Seven. Motion carried. CONSENT AGENDA 145871 - Juon/Schmitt February 18, 2019 1. 2. Page 2 Resolution adopted and upon approval by Mayor assigned No. 2019-92 3. Resolution setting date of public hearing as March 4, 2019 on the proposed issuance of not to exceed $10 million General Obligation Bonds, for essential corporate purposes, and instruct City Clerk to publish notice. Resolution adopted and upon approval by Mayor assigned No. 2019-93 4. Resolution approving preliminary plans, specifications, form of contract etc., setting date of bid opening as March 21, 2019 and date of public hearing as March 25, 2019, for the FY 2020 Complaint Mowing with Complaint Snow Removal contract, and instruct City Clerk to publish said notice. Resolution adopted and upon approval by Mayor assigned No. 2019-94 b. Motion to approve the following: a. b. c. d. a. b. c. d. e. Travel Requests Name & Title of Personnel Class/Meeting Destination Date(s) Amount not to Exceed Ethan Moeller, Facilities Specialist Pick up artwork for Ed Emberley Exhibit Essex, MA Feb. 24 - Mar. 1, 2019 $895 Jason Hernandez, Medical Supervisor *AMENDED* Emergency Response to Terrorism Ames, IA Jan 17 & 18, 2019 Jan 17 & 18, 2019 Officers Bovy, Herkelman, and Ehlers K-9 Narcotics Re- certification School Ft. Madison, IA Mar. 10-12, 2019 $1,534 Paul Huting, Leisure Services Director Iowa Park and Recreation Association Conference Des Moines, IA Mar. 25-28, 2019 $728.44 Approved Beer, Liquor, and Wine Applications Name & Address of Business Class New or Renewal Expiration Date Includes Sunday Babes Tap, 210 Division Street C Liquor Renewal 3/14/20 Elitte Cafe Bar, 1108 Jefferson Street C Liquor Renewal 2/7/20 x Hometown Foods, 1010 E. Mitchell Avenue B Wine / C Beer / E Liquor Renewal 3/9/20 x Hy -Vee Food & Drugstore #3, 1422 Flammang Drive B Wine / C Beer / E Liquor Renewal 2/8/20 x Hy -Vee Market Cafe' #3, 1422 Flammang Drive C Liquor/Catering Renewal 3/15/20 x February 18, 2019 3. Mayor Hart's recommendation of the following appointments: Page 3 Appointee Board/Commission Expiration Date New or Re -Appointment Blake Hamer Main Street Waterloo Redevelopment Authority 12/31/2019 New 4. Recommendation of appointment of Michiel Derifield, from the Civil Service list, to the position of Equipment Operator I in the Street Department, with a start date of February 25, 2019, subject to passing physical and drug test. 5. Recommendation of appointment of Brad Manahl, from the Civil Service list, to the position of Treatment Operations Foreman at the Waste Management Services Department, effective Tuesday February 19, 2019. 6. Recommendation of appointment of Amanda Wellhouse, from the Civil Service list, to the position of Facilities Services Specialist at the Waterloo Center for the Arts, effective February 19, 2019. Roll call vote -Ayes: Seven. Motion carried. PUBLIC HEARINGS 145872 - Schmitt/Juon that proof of publication of notice of public hearing on FY 2019 Bridge Repairs - Dubuque Road over Blowers Creek and Greenhill Road over Trolley Car Trail, Contract No. 959, as published in the Waterloo Courier on February 4, 2019, be received and placed on file. Voice vote -Ayes: Seven. Motion carried. This being the time and place of public hearing, the Mayor called for written and oral comments and there were none. 145873 - Schmitt/Morrissey that the hearing be closed and oral and written comments be received and placed on file. Voice vote -Ayes: Seven. Motion carried. 145874 - Schmitt/Morrissey that "Resolution confirming approval of plans, specifications, form of contract, etc.", be adopted. Roll -call vote -Ayes: Seven. Motion carried. Resolution adopted and upon approval by Mayor assigned No. 2019-95 145875 - Schmitt/Juon that "Resolution authorizing to proceed", be adopted. Roll -call vote -Ayes: Seven. Motion carried. Resolution adopted and upon approval by Mayor assigned No. 2019-96 February 18, 2019 Page 4 Minturn, Inc. Brooklyn, IA a 5 /a $544,750.00 Peterson Contractors, Inc. Reinbeck, IA 5% $525,915.50 Voice vote -Ayes: Seven. Motion carried. RESOLUTIONS 145877 - Morrissey/Juon that "Resolution approving a Real Estate Purchase Agreement with AMA Real Estate, LLC of Waterloo, Iowa, in the amount of $51.,000 plus up to $10,000 in closing costs, to acquire approximately 0.7 acres, and authorize the Mayor and City Clerk to execute said documents", be adopted. Roll call vote -Ayes: Seven. Motion carried. Noel Anderson, Community Planning and Development Director, provided an overview of the item. Resolution adopted and upon approval by Mayor assigned No. 2019-97 145878 - Morrissey/ Juon that "Resolution approving a Professional Services Agreement with VIA Rail Engineering of Maribel, Wisconsin, in an amount not to exceed $22,130, in conjunction with a Rail Yard Public Safety Improvement Study, and authorize the Mayor to execute said document", be adopted. Roll call vote -Ayes: Seven. Motion carried. Noel Anderson provided an overview of the item. Mayor Hart commented that he and several council members have had numerous complaints about the railroad blocking the intersections. This item will study options to improve safety and traffic around the rail yard. Resolution adopted and upon approval by Mayor assigned No. 2019-98 145879 - Morrissey/ Juon that "Resolution of support for the State of Iowa to fund the Iowa's Natural Resources and Outdoor Recreation Trust Fund", be adopted. Roll call vote -Ayes: Seven. Motion carried. Noel Anderson provided an overview of the item. Mr. Morrissey asked for clarification on a tax that was said to fund REAP. Paul Huting, Leisure Services Director, explained that this would fully fund REAP. He explained that the public voted for the tax but dollars have not been appropriated. Resolution adopted and upon approval by Mayor assigned No. 2019-99 145880 - Klein/Schmitt February 18, 2019 Page 5 conduct an Environmental Investigation, and authorize the Mayor to execute said document", be adopted. Roll call vote -Ayes: Seven. Motion carried. David Dryer, 3145 W. 4th Street, questioned where the site is located that has contamination. Noel Anderson provided an overview of the item. Resolution adopted and upon approval by Mayor assigned No. 2019-101 ORDINANCES 145882 - Schmitt/Morrissey that "an Ordinance amending the Code of Ordinances by amending the 2007 Code of Ordinances of the City of Waterloo, Iowa, by amending Section 4, Automated Traffic Enforcement, of Chapter 1, General Offenses, of Title 6, Police Regulations", be received, placed on file, considered and passed for the first time. Roll call vote -Ayes: Seven. Motion carried. Charla Kinney, 1127 Bourland, asked for clarification on the content of the ordinance. Dan Trelka, Chief of Police, explained that the proposed ordinance would allow the city to issue speeding tickets using red light cameras. David Dryer, 3145 W. 4th Street, requested an overview of how the funds are to be used. Dan Trelka explained that the funds were identified to be used for tax relief and will be held for two years. Mr. Morrissey questioned what happens to the habitual violators. Dan Trelka explained that he is bringing forth a new ordinance next week that will identify chronic nuisance vehicles. This ordinance will allow a consultation with officers and create penalties for habitual violations. Mayor Hart questioned if it is a chronic nuisance vehicle or motorist. Dan Trelka explained that it is a chronic nuisance vehicle not motorist. 145883 - Schmitt/Morrissey that rules requiring ordinances to be considered and voted for passage at two prior meetings be suspended. Roll call vote -Ayes: One. Nays: Six (Jacobs, Feuss, Klein, Amos, Schmitt, and Juon). Motion failed. 145884 - Morrissey/Schmitt that "an Ordinance amending Ordinance No. 5079, as amended, City of Waterloo Zoning Ordinance, by amending the Official Zoning Map referred to in Section 10-4-4, approving a rezone of certain property, located at 45 East Airline Highway", be received, placed on file, considered and passed for the second time. Roll call vote -Ayes: Seven. Motion carried. February 18, 2019 Page 6 property, located at 45 East Airline Highway", be considered and passed for the third time and adopted. Roll call vote -Ayes: Six. Nays: One (Klein). Motion carried. Ordinance adopted and upon approval by Mayor assigned No. 5483. 145887 - Feuss/Schmitt that "an Ordinance amending Ordinance No. 5079, as amended, the City of Waterloo Zoning Ordinance, regulating the sale of fireworks", be received, placed on file, considered and passed for the third time and adopted. Roll call vote -Ayes: Six. Nays: One (Jacobs). Motion carried. Todd Obadahl, 124 Amity Drive, asked that council postpone voting on the item, as he believes other businesses should have the ability to sell fireworks inside of a physical structure throughout the city. Mr. Morrissey provided an overview of prior discussion on the need for fireworks regulations to pass through the Planning and Zoning Commission to regulate restrictions on where fireworks can be sold. Ordinance adopted and upon approval by Mayor assigned No. 5484. 145888 - Schmitt/Morrissey that "an Ordinance amending the Code of Ordinances of the City of Waterloo, Iowa, by amending Section 13, Fireworks, of Chapter 2, General Offenses, of Title 5, Police Regulations", be considered and passed for the third time and adopted. Roll call vote -Ayes: Four. Nays: Three (Jacobs, Klein, and Juon). Motion carried. Jeri Thornsberry, 704 Sheridan Road, explained she does not support the ordinance and wants fireworks to be banned in Waterloo. Myke Goings, 1203 W. 2nd Street, commented on the negative effect of fireworks on those with PTSD and sensory issues and requested a ban on all aerial fireworks. Marcia Bundtchen, 1510 Lyon Avenue, commented that she does not support the ordinance and wants council to protect the safety of citizens of Waterloo and maintain the ban on fireworks. Charla Kinney, 1127 Bourland Avenue, explained that she does not support lifting the ban on fireworks. Matt Reiseter, Crossroads Fireworks, 2019 Crossroads Fireworks, explained that three days is a reasonable compromise for allowing law-abiding citizens shoot off fireworks. He stated that it is not likely that council will hear from all constituents but that several have voiced their opining on wanting a period to use fireworks. He further stated that his customers are sharing their opinions with their dollars by buying fireworks at his store. Mrs. Juon shared that she heard from 19 people who were in favor of fireworks and 20 were against. She stated that she would be voting in favor of a ban to fireworks. Mr. Morrissey stated that the ordinance is a compromise for those that want to use fireworks in a February 18, 2019 Page 7 Mr. Feuss expressed his wishes for a compromise between the two sides, and felt that punishing the many for the actions of the few was unfair. Mr. Schmitt commented that the issue was divisive, and also wished for a compromise, stating that the ban the city instituted last year did not solve the issue either. Mayor Hart commented that those who are affected most by fireworks cannot express their concerns. Ordinance adopted and upon approval by Mayor assigned No. 5485. OTHER COUNCIL BUSINESS 145889 - Morrissey/Schmitt that Change Order Number 2 in the amount of $112,777.01, to Price Industrial Electric, Inc., in conjunction with fiber optic installation and traffic adaptive system on San Marnan Drive, Kimball Avenue, W. 4th Street and a section of US Hwy. 218, Iowa DOT Project Number STP -A-8155(743)- -86-07, be received, placed on file and approved. Voice vote -Ayes: Seven. Motion carried. Todd Obadahl, 124 Amity Drive, questioned if the cost of the change order was associated with an incident with fiber optics that took place the previous year. Dave Zellhoefer, City Attorney, answered that Mr. Obadahl is referring to a separate matter unrelated to the change order. Regarding the matter referred to by Mr. Obadahl, the city is currently negotiating the terms of liability with Century Link and that the out of pocket costs may total approximately $12,000. Sandie Greco, Traffic Superintendent, provided an overview of the item. David Dryer, 3145 W. 4t'' Street, questioned what the initial cost of the contract was and the percentage increase to the total cost of contract. Sandie Greco, answered that the project is funded by a grant that the city paid $100,000 in match funds. The city now will pay an additional 15,000 to repair the damaged conduit. ADJOURNMENT 145890 - Morrissey/Juon that the Council adjourn at 6:54 p.m. Voice vote -Ayes: Seven. Motion carried. Kelley Felchle City Clerk CITY OF WATERLOO Council Communication Resolution approving cancellation of assessment for property located at 1481 Newell Street in the amount of $704.83, and authorize City Clerk to notify Black Hawk County Treasurer of said cancellation. City Council Meeting: 2/25/2019 Prepared: 2/15/2019 REVIEWERS: Department Reviewer Action Date Clerk Office Ndu u y Approved 2/5/2() ATTACHMENTS: Description D 1481 Newel Re( SUBJECT: Type Backup Maaiaa riiaa (1 A. N4 Resolution approving cancellation of assessment for property located at 1481 Newell Street in the amount of $704.83, and authorize City Clerk to notify Black Hawk County Treasurer of said cancellation. Submitted by: Submitted By: Kelley Felchle, City Clerk Recommended Action: Approve cancellation of assessment and any applicable county fees. Summary Statement: Property Assessments were for the prior owner. Assessments before county fees were as follows: Weed Removal - $359.30 Sewer - $162.65 Storm - $25.98 Garbage - $156.90 Page 15 of 233 02/08/2019 Waterloo City Clerk 715 Mulberry Street Waterloo, IA 50703 RE: Request for Property Liens Waived To Whom It May Concern: My name is Ed Dolan, and I own and operate Red Carpet Golf in Waterloo. I have lived in the North End of Waterloo my entire life and have invested a lot of capitol and time to make the community great. I recently acquired a piece of property adjacent to my home and business through Sherriff's Sale. The property address is 1481 Newell Street. Due to the condition of the house and land, my only option is to tear the house down and create a landscaped green space, which would be at my own expense. According to the Black Hawk County Treasurers Office, there are four liens totaling $777.83 against the property: • $391.30 for weed removal. • $179.65 sewer fee • $173.90 garbage fee • $32.98 storm water charge I am requesting to have these fees waived by the Waterloo City Council, and would appreciate it if the City Clerk's Office would put this request on the next Council Meeting's Agenda. A representative from Red Carpet Golf would be present at the meeting to answer any questions the Council Members may have. Please feel free to contact me at 319.415.4749 for any questions. Thank you in advance for your consideration. <_. _> Ed Dolan CC: Quentin Hart, Mayor of Waterloo Jerome Amos, 4th Ward Council Member Page 16 of 233 Black Hawk County Detailed Parcel Report Page 1 of 3 BLACK HAWK COUNTY REAL ESTATE ASSESSMENT AND TAX INFORMATION Parcel ID Deed Holder Tax Mail to Address $9'12-18-35'I-003 RED CARPET GOLF INC RED CARPET GOLF INC 1409 NEWELL ST WATERLOO, IA 50703-0000 PDF No. Map Area Contract Buyer 7 EWTLO-22 2/5/2019 Property Address Current Recorded Transfer 1481 NEWELL ST WATERLOO, IA 50703-3263 Date Drawn Date Filed Recorded Document Type 1/23/2019 1/25/2019 2019 011442 D SALES BUILDING PERMIT Date AmountNUTC 1 Type Date Number Amount Reason 9/10/2008120,000 Acres NORMAL ARMS -LENGTH TRANSACTION - PRIOR 091 Deed 2/5/2019 FC 0 Misc 6/17/2002 WA 0971 2,000 Porch Dwelling 55,216 ASSESSED VALUES/CREDITS Year Class 2018 R 100% Value Land Multi -Residential Land Dwelling Building Total Acres 15,170 0 97,010 0 112,180 0 Taxable Value Land Multi -Residential Land Dwelling 55,216 Building 0 Total 63,850 8,634 0 Year Class 2017 R .ems 100% Value Land Multi -Residential Land Dwelling Building Total Acres 15,170 097 . 010 . 0 112 180 0 Credits Military Exemption Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Agricultural Credit Family Farm Credit Y Taxable Value Land Multi -Residential Land Dwellin • Building Total 8,438 0 53,958 0 62,396 Year Class 2016 R 100% Value Land Multi -Residential Land Dwelling Building Total Acres 15,170 0 97,010 0 112,180 0 Credits Military Exemption Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Agricultural Credit Family Farm Credit Y Taxable Value Land Multi -Residential Land Dwelling Building Total 8,638 0 55,237 0 63,875 TAX INFORMATION ASSESSMENT YEAR 2017 PAYABLE 2018/2019 Tax District 940001 - WATERLOO Gross Value Taxable Value Military Exemption Levy Rate Gross Tax Net Tax Corp 112,180 62,396 0 40.0843 $2,501.10 $2,306.00 http://www2.co.black-hawk.ia.us/website/bhinap/bhRepDet.asp?apn-891218351003 P29R/21019f 233 Black Hawk County Detailed Parcel Report Page 2 of 3 Nocorp 0 Ag Credit $0.00 I Side 2 Homestead Credit Disabled Veteran Credit Property Tax Relief Credit Business Property Tax Credit Corp $194,41 $0.00 $0.00 $0.00 $0.00 Nocorp Totals: Total Rooms Below $0.00 Bedrooms Below 10 LEGAL UNPLATTED WL00 EAST COM AT PT ON N SIDE NEWELL ST 100 FT W OF E LINE SW SW SEC 18 T 89 R 12 TH N 280 FT W 150 FT S 280 FT E 150 FT TO BEG LAND Basis Front Rear Side 1 Side 2 Lot Area Acres Front Foot 150 150 280 280 0 42000 0.964 Totals: Total Rooms Below Bedrooms Above Bedrooms Below 10 0 42000 0.964 DWELLING CHARACTERISTICS Type Style Total Living Area Single-Famil / Owner Occu ied 2 Sto Frame 2508 Year Built Area Heat AC • ttic 1924 1010 No No Floor &Stairs Total Rooms Above Total Rooms Below Bedrooms Above Bedrooms Below 10 0 4 1 Basement Basement Finished Area No Basement Floor Full 0 0 Foundation Flooring C Bfk Car• 1 Tile Exterior Walls Interior Finish Stucco Plas Roof sph 1 Hip Non -Base FloorlWall Pi • eiess Handfired • ace Heaters Heating 0 ear Built St le rea Basement (SF) No Basement (SF) Heat C y the 1924 1 Story Frame :4 0 0 No No 0 ddtions 1924 1 Story Frame +4 0 0 No No 0 1924 1 Sto Frame +21 0 0 No No 0 1924 1 Sto Frame 15 0 0 No No 0 Plumbing 1 No Full ype Count < Desc Quantit Style Area Extras FR QUAR 21 Bathroom Fireplac • Story 1 Mason 1S 56 7 X 3 Porch Frame Open 15 Frame Open 21 Style , rea Deck Concrete Patio - Low , 67 GARAGES http://www2. co.black-hawk. ia.us/website/bhmap/bhRepDet.asp?apn-8912183 51003 BASEMENT STALLS PM23 Sof 233 Black Hawk County Detailed Parcel Report Year Built 1924 Style Att Frame Width Lenath Area Basement Qt s Ove Area AC 0 441 0 18 STUCCO [84] 18 STUCCO OP [56] 8 0 14 2 4 2 16 2S B A STUCCO (MAIN) (1010) 15 Frame STUCCO QUAR 18 STUCCO OAR (441] TUCCO [221] 18 STUCCO [24] 11 11 IS A STUCCO [15] 15 CONC PATIO [467] 34 13 Date Website Last Updated: 02/08/2019 FR QUAR [21] 18 STUCCO OP [21] 144 0 hap ://www2.co.black-hawk.ia.us/websiteibtimap/bfiRepD ct. asp?apn=891218351003 Page 3 of 3 None P2W5e/21)91f 233 CITY OF WATERLOO Council Communication Resolution approving preliminary plans, specifications, form of contract, etc., setting the date of bid opening as March 28, 2019 and date of public hearing as April 1, 2019, in conjunction with the Fire Station No. 1 Roof Replacement Project, and instruct City Clerk to publish notice. City Council Meeting: 2/25/2019 Prepared: 2/19/2019 SUBJECT: Submitted by: Resolution approving preliminary plans, specifications, form of contract, etc., setting the date of bid opening as March 28, 2019 and date of public hearing as April 1, 2019, in conjunction with the Fire Station No. 1 Roof Replacement Project, and instruct City Clerk to publish notice. Submitted By: Noel Anderson, Community Planning & Development Director Recommended Action: Approval ISG is preparing bid plans and specifications which will be on file in the City Clerk's office. Replacement of existing roofing material down to the roof deck. New insulation material to an R-30 value and new 90 mil rubber Summary Statement: roofing material. Repair of parapet walls and new capping material. New ship stairs to upper roof and new vertical stairs to another roof elevation section. Expenditure Required: Estimated expense of $210,000 Source of Funds: City Facilities GO Bonds Page 20 of 233 CITY OF WATERLOO Council Communication Resolution approving preliminary specifications, bid documents, etc., setting date of bid opening as March 28, 2019 and date of public hearing as April 1, 2019, in conjunction with the FY 2019 Lincoln Park Improvements Project, Contract No. 973, and instruct City Clerk to publish said notice. City Council Meeting: 2/25/2019 Prepared: 2/20/2019 REVIEWERS: Department Reviewer I..,eisure Serviees luulltin.t., Paul Clleuk Office Elven, p..ehnnn ATTACHMENTS: Description D 0.`onnstru.ction 1)aua;umid D Specifications D Cost Opinion SUBJECT: Submitted by: Recommended Action: Summary Statement: Expenditure Required: Source of Funds: Policy Issue: Action App11)ved A pp rowed Date 2/2,0/201.9 ... 2/2(/201.9 ... Type 1::3 ackuup oupr later all uulcu 1111 aterpall 0:43 A..I1 0:46 AM Resolution approving preliminary specifications, bid documents, etc., setting date of bid opening as March 28, 2019 and date of public hearing as April 1, 2019, in conjunction with the FY 2019 Lincoln Park Improvements Project, Contract No. 973, and instruct City Clerk to publish said notice. Submitted By: Travis Nichols, Facilities/Project Manager Approve the plans, specifications, etc. and taking of bids, and set the date of bid opening as March 28, 2019 and date of hearing as April 1, 2019 This project provides for improvements at Lincoln park to include sidewalks, interior plaza, signage, lighting, seating and electrical upgrades. $980,000 G.O. Bond Funds RJ McElroy Trust Black Hawk County Gaming Otto Schoitz Foundation $45,000 $125,000 $600,000 $200,000 Max and Helen Guernsey Foundation $10,000 $980,000 This project supports the City of Waterloo Strategic Plan, strategy 4.5 "Maintain City facilities that support quality of place" Page 21 of 233 PROJECT AREA CIL < < P LL.1 El Li E .. (...) J _ 0 C3 U N 0 _1 W CL ✓ ) a < 8 co o -o 0 0 E • co r--- 0 c -N w 0 0 o W CD DD r, CL 0 E(7-_)) (0 L 0 i:D i L_ > '",.. 0 0E 0 0 -- 1 --2 E 0 -0 0 0 0>.- 0 .......: ,D 0 -1-_- *6 ' 0 0 - 0..) .. ,?.. _ .- o x c 0 0 0 _0 0 0 0 El.. • (l, ,-, 0 • F -I •.1•1. 6' ,'''' S1011_101 3 2-0/ E-8/0 0>Z . W❑ �2a00Zo Z(7)(2-1 ¢ J H Q Z< Z a 2 H❑ H O 00=11W Q W m =[t EtW O Q 0 OHZ ❑ N O w W¢ ❑ J<C) }❑aJOW< oJ(nZ J1N ZD W W a.a'2 a¢¢ ¢CO(, ¢mmQaa0 N N N wW O W � z m H 0 Z w Q ¢ Z Z H H ¢ W W Z U 0 _J 0 W _ JU z- 2H W Q OZ 2p W O OH (DEW w 1 W c7ct ccn DI d= O zQ¢ WOZ O Q > 2 `� Y w H 2mi(n H¢ Z Z W Q Q J a w 0¢ Q OHO ¢ W w _ W O Z m H w 2 j H zw O U ¢ 0 Q❑ U W w 2 H z v Q m~ w U Q O❑ z LLDOY❑ H m iy Q Z a H Z 0<0w U Z_ U w 0 n 0_1_ HO z u rn z H 0 W H W 0 0 QQ D p Z cc p (n J W O w H ¢a pQUwo' ¢>OZw=H 10 -�(V Z�H W ��Z JN��=p w W Q ��mm� WO wQ Z❑waw¢ W H�ap0Qwct Z ("J°'¢Q W 2 wa W mJ �J(n2 QZ� W ¢20❑J 0 Hp2w0c ¢ Ua —w u) �) p �w �a w p Ocn �U��H� 0 0 pp Zavz w QWwZ O'"w0ziW ai O0anio U }UZ ¢wa WQwwmw¢aw�w Hoomww0O ow EtccHON¢H D(nzainWNJOO QWw �wma(n❑�H J (nZ JO 2H ❑C75N O a a0 E� wHU acn2� J<w21-0 ❑ OZH ¢— m z= zC3pwLLi z— WHWWzwp HzpDWzOaa ZHD Jcaa�cnw Q= w�2C�p�0~ �HJu�i�O� OZ aUQOa�� W J2zoo =pz�❑oOH >ap 2' I— <1 (� W Z w w 0❑❑ w0 O ¢ o U w 0 U} ❑ H H w J H w W J w w Z¢ W H¢ Q Cr O H cn z W EwujY O 0 Y� W OOO zl-bmW X00 O�<ZZDm W �HLtw ¢O JpU(nC7�ww � W >aa�Z ❑(nOccwww(nJ 00 Zz¢ wZ�I<LIQ W <> OW�Lu�Z0 a jC�O00O� zW0 Ow=w¢�O2 �ZZ0X00*'WW WQZ Ha0Z00�Q wW O�ZZ2220 =WQL❑Lci=�z IO§ wH}U1Ww❑ WOOW��i¢=° 0- 0 WZZO000 Ua O �- Z (n J- wpm}O❑�Z - W U� www W �O W Q Z U, U 2 ❑ O W W H H Q H r° -Ig - J U X W W J WZ ❑ _g¢ U� U �H(n�wWUcn YZZ�O-0= ¢ZW m ¢aw JH 2W¢ w�Z zi=zWwww p(nw¢J� X JJ❑O�� JHN JJQ 2�QCfl0 Cn W H JQ=HJHJ OH O(n0❑z❑00 Ua❑2 W WO W 0Z W �OH W W OwQ (cNJQJ(nQZZH a'am W 2wUZJ02 0 UXH§=zwH a(w Ow c�0 wwwO�pO= Oma¢=zOJw❑Lu z0�� 0cnmpQ�H W (n W U U (n Q a U J W w U O — I a w H J H H 1-0-1_ O -H - W 1_01_ (n W¢ Z- O w QU _w❑UW�a0 z<—nQpQWQ oww o F0HQ(wn QZwwWQa>UU 0°I -Lo WawmzWzH W W >H(nz W Uz(n, U W W �2U�❑ zct_ Zw7c.) W J W ��QJ W OaaJ ft L}L W W H ~ _JHw�� W ¢Hm oo00¢w00a 2-Xm¢z0Q JuW ❑QO2pw00 0X¢2❑z0❑z000 00<X w(0ZZOa0 2w a a U¢ 2> O U a H> w (n ¢ 0 2 ¢ m .. ❑ J r H> 0 0¢ U W H¢ 0¢ Z U H Z O O W z N s ccp J 0¢ 4 L (.6 r: 06 o r r N GENERAL NOTES: 0 m cc 0 0 0 W ❑OU u) z Fc›- 1.,_w w ❑ z w w ❑ _1 za W" z >Jm J O (n¢ Q Z _ ❑J¢a'u- wd� } >¢¢ccJ OW z¢ 0 QH ¢}zwE z>u_2 W a W u)cr w¢ ,Tc¢m a¢ wLL• ww w"O}a Lwu❑mwcK O¢o- wOJ W H E(nZH mZ HJ (n ¢❑ • ¢� _= H> W HW H J W ¢a(n H(nOZ(nHJJH wQZ .,a HU U)J2_�H ZJH� W W J(nZ❑p}QQIn Oct wl 1.,_w Z¢ ❑¢❑( ) W UJ❑�> mC)a>(n❑iwwm �� W 11 mJW OO ❑¢ =z❑pco Ow Ln9ioLuof OU p� >❑ccw0 ❑W �(j UE Hon p00w o- z¢wamz 0O=ZQOUcCO O Z w Hp<O Op W0zwwpO '0 ozwnOQ ¢ 0 Oa OH❑zz IYOZ UaO❑a W(ZzOW 0_1WWm} WWW 2LJ 1-1] Q>U cZ QLI (OpU()w OZz>�U ()(n2H W JQ}2 Z DCC O U Y O U m 0 e01_00_514 Q O(n0 pp HO Lw0 <OY JJZiXJ} ZWOZJ aOzW � 00 O��❑wQ p�zUnQ¢-b J��Wz<1wUdwa OOZ==Q aO=w7 OpzOQ wwpawWOww�0 zz Z Q�UOO�aZZpUOZUW W QpO}}c(n mQ J wO ',Luc) 0.(e W ��Wp¢ZInW()�W�Fozw O )QwWZW020❑0<»= JH QQ OQ0 Z0000 nU)H ¢U) ❑ 020n0 ❑UJUU❑ WOOZ 1�1—mU❑U¢¢ N M V LC) (O } U LL ❑ W W ct HO QWW ❑ LC >� O0) ca aU ow Hz 0W¢ 0 Q p (n Ww aw W0 mw J z ¢ } = Z w< ctEt 00 0-1 <0 cect HH Z Z 00 00 CONSTRUCTION ACTIVITIES WITHIN THE PARK. W 0 up W J a D❑O QQ, W Z m I O w Z=1-1. wOJ J 2 = 0 <0IY° U m 0 w HH H 0 U pH�z 0-WZO QQOz = W W 0 CCO H p O1Zp 0oO¢ H J D �C O z W ❑ OE wuj W H Z ., 2 X o w ',Jot m O Q < oZW 2 02 w H > JU O=O�a H W H 0 0 O 00zi U>-JOO Z J J LL ❑ O—¢OZ ( 0Ww¢ W°°=Q Z W U w z=<cCZ0(7m HO zu)0E o LLD' ❑ � Z O>0OOWO 0m01=ap 2 ❑ U W ccw Q_ w (n>H�J W Z O Z ❑ ¢ W O o O Z 2 a' OrU¢(nw 0 05 0 z< SO =OVHDOZ HUD❑HO m=H000 ❑ Z Z <D W0O<<H JUU�❑� ¢ W W a } Z H22(nZp WZOiom m W H ❑ ¢ (wn <LIJ=2(jww< (OHOctCC0 WO 0 O W WO (w 000 J(nwOZJ CPQZ00 Z�}QWZ OOa2WO z0❑ Qzwz OryJ¢ J O O Z Q W Q O CCO 2 LC2 CC W U (n Q (n W O ACTIVITIES. THE CONTRACTOR SHALL SUBMIT PHOTOGRAPHS OF ALL TREE N SISHIIHD V 3dV3 FRANKLIN STREET 2E' ocwo <aW X0_0 XJLU X��O wQ�O •c�� n a0 ZNI JaU Mi 4 rcilig4 Wa I 4 *?, Li I I a 1111,21 11•11 • • \ \ • • • • • Oz -= 010 w w▪ ❑ �> 1000 ▪ iya as Lu s • 0 ¢w o �w z J cC Qz 0 OU z 2Y ~ O CDSZ Um uJ z 00 z 0 V 0U wW H J W Z a 0 0 U • • \ / w� \ •\ • Z W Q E J L- aa'~ \\ 0m \ 0 \ 1- H •\ •\ W 1 7 1-00 Di MECHANICAL SYMBOLS LIST ELECTRICAL SYMBOLS LIST LUMINAIRES WIRING DEVICES MISCELLANEOUS PIPING SPECIALTIES POLE MOUNTED FIXTURE EXISTING LINE TO REMAIN EXISTING LINE TO BE REMOVED CC a CC 0 a a a a DOMESTIC COLD WATER LINE - CW MISCELLANEOUS MANHOLE COVER EXISTING - TO REMAIN ._,-_,-_ EXISTING LINE TO BE ABANDONED POINT OF NEW CONNECTION 0 LU Z Q a W • W CC m O 0 F H O 0 Z z x X � w w Lu J > • ce W Y U w a = 6 J W Z a 0 ¢ a 0 l� ..�T UNDERGROUND VAULT D JUNCTION BOX SWITCHES WALL SWITCH - SINGLE POLE H F 0 b a z z z 0 LU o 0 0 w a ce z O F U O 0 U 0 z o w O,re ch vxi w O z z a z z J • 0 OV Q W w LL W co co Q O w X zw Z Z 0 a ¢w ER LIGHT FIXTURE EX ELECTRICAL CABINET 0 :(5. >„,e4 �!x zQw I I W z 6 uJ X w ry O o J I ce W I 0 Z F z� 00 z z� z z O a 0 a w V 0 Xz 0 0Z ce z 0 QQ 0 PHOTOCELL w O DISTRIBUTION SURFACE -MOUNT PANEL NEMA 3R ELECTRICAL CABINET w Lu D J w SHEET INDEX MEP PARK DEMO PLAN in w z w Y ¢ a a Q W W W U a 0 0 0 m a a a a LU w w w w .-y N ti N M ti N N N M W W W W W W LIGHTING CONTROL SEQUENCE OF OPERATIONS l71 Q m U 0 W U- DESCRIPTION J J LLJ 0 O = Z 0 0 0 a U SEQUENCE NAME GENERAL NOTES: 1. COORDINATE PHOTOCELL LOCATION WITH DESIGN TEAM PRIOR TO ROUGH -IN. M 7 to 0 oJ O z mz ii 2 l0 n CO T ti ®e RICAL ;,,,I Iiiiii111III 111 ii11; I; N O m W EX YARD HYDRANT EX ELECTRICAL CABINET EX YARD HYDRANT III r 11000 FUTURE CAMERA POWER HANDHOLE BOX FIBER HANDHOLE BOX mim W m W O 71 - LU W Z 0 0 0 d CO W LU 0 MANHOLE DETAIL N LL u cb 0 N ,o,1 19',,11,1,17171717171717171717171717 """""1011' """""' "" "" '' """""1111111111111111:"' "lllllllllllllll"""lll"" "lllllllllllllllllllll 11 1111111111111 ''ioi� Ill //JJ1Jii ....r rlrrUir(�tlrf�aif�r � �pG�k✓g ..9£ 'W'"w188 ELECTRICAL CABINET GENERAL NOTES: °0 w F. o HW Wo iO Loi K 0 0 uiEJ, a O - ... LAZz EC,.. OJ HO Z i- w, W H. J H Q LL w= W ZLLV1U Z� W in LU m Z J H m a�y V E 7 Q Q Q HZHa QU =Z z W o EC oz = Z m UECW(AL90 _1 0z =Oz Q m W;4o to W K0 m W m'J -o 2U EC JW V O HH w Q J o W w H W= W _j=Fw Hce Q� d Z5 Z m QWF 0 zwZQ wotz 0P Z HHJ 01-"`" CL 1.0F UL w14", z'=x- ZpCWHJ __WL.t'F J _,9,,,# 2,±1 u(3 a�;V¢0ZZJJw/I.,.H •UVOCW mc.yzVr¢=cWH EtdJ0VZzCL FFFW w(WOJ¢ wuJUOO¢wJQ�J W W QQ LG d E -U Q!=n0Q N It W DEVICE B (TYPICAL OF 16) Y <w0 m TrOUUI H w w m ui= a U o W (� •--� Q N ce 0eQ W R = J 0 W H J H o w Z V W H Ha w u Q U D a a U oN K U Z w w W d mIImIImIImIImIImIImIIm LEE In J ce 1-1 1-1 N 0 0 co 0 U Ln Lu N N N 0 U z NEUTRAL GROUND 3/0 AWG #6 AWG 3/0 AWG #6 AWG 3/0 AWG #3 AWG Lu a O O LED LIGHT WITH TOGGLE SWITCH W HI Ie W OO Lu W • >3-1 <I HI HI IQI Q U_1 J Q Z \ll In � U N J C7 m m LL z JP=i J lL H W W U d z < a 0 O W O D d W H a o J CJ= OU UN Uz Z_ O U- Q Q V WON-,CCIQ Z } a Z O i 0 d U"00a D U d = v J z w a H U 0 z 2, H H W U J U g O W Q Q H H w w Q 0 w< c[ 0 ¢w UUOw OJ�O W N > w n d f>/1 > Y 0 0 m O ¢ Q .N.i in d¢ iVt ..t< ¢Q } w, z 0 W H Hma wCLw 0 n UUJ Y W U ¢ c >Q-wa 0 oN U m W m V 04 OVERRIDE m LA W d oLo_ u uro u u u u Ie I w Lu • m w w m w w w U J Z uPo Z 0w= CO MM O n-,4 r H w H Q' m O Lu = o J JUMW ti m Q 1(-"-19L±: O a W z WO F 0 w w0¢ U ¢ w woce ceHm o U %EXISTING FEEDS =0 w J(J V Ow O Ow JO U w mQ W a=Ud U a 0 n U ¢ Q U N 0-<< o¢ N W .-i .:(Lf. 0 H u OWH !!!!!W c OLULLJ 00 w W CC m H U W W~ m H CO w w0 ( U LNU0C7c}na' W O 0 Z = WzLLJ ow Q Z A) 0 W Q I m • MM HU '^OUm J H w m ' 000_, Q a= _ J H N W H ¢. U O J V= Q Q ... 0 -< nu U LL,N 00,yce,„ a'OMO J o v Uce 0- c H H W N Lu Q J H w¢< W u 0.‹, Hoce ,-,6.e w¢ F OU Dm a' Q.Z. cwn w Q = ce w O w K Vi Y a W 0 m H m W Wa' U 0 W HCCJH U D m m a w w 0 - w } w 0NU0&1a' W 0D,_1 u u u le Lu w • I I I I I I I I FIXTURE SA 10# THWN WIRE TO 20A RECEPTACLES - #12 GROUND WIRE Lu c� Lu0 H 0 I a I = I- I Z I I I 0 8# THWN WIRE TO 50A RECEPTACLE - #10 GROUND WIRE FACING TOWARDS SIDEWALK 1" BEVEL CUT TOP EDGE r J c u Q0 a u Li, 0_ LUce Lu X d 0 O N 104 .171. FACING AWAY FROM SIDEWALK Lu 0 0 0 Lu POLE FOUNDATION LIGHT POLE D z 0 N • Lel 1" PVC CONDUIT z (n p v) v) > w p p u 0 E 00o c[ c[ 0 u zw z0 -5 ei FIBER HANDHOLE NOTES: LO- o Lu LU Z w U_ m Q 0 0 z Z Ln OLn = (n J m W W _ __ CC p n O ? O F ML. • i. z Z v; °-_—(-4 m w a 3° a p a pyo o?�m ° � ~�Z • 2 J U W p IN O Z W W Ou L9 Q S W Q � cC Z w Z' �' w ▪ • w — Q w F Z J w d g w w Q O Y N m >> p w Q cwwr_ 2�w W w w OO'V) w�E up mai O=m Z w zwcc JIQ O W J pW cC Z J J a O p W Q W 2 uacJ a V p ��=¢vai¢(n�= O zgaaZ0(na(nz(nz6QWp��oaz� Jw,wH:wLW?pQzvp0=_ =OUg Q w cc0aow ¢�jw o F c np1 H z Z zaFJ VV(Wi)I—Qw w010 O'=:FC'Z'AU ¢pOpM('?0cUD=ww=a 0° —1N c[-Z0 Ct a-1 p?=_1 O V F v O I_1> O Z o o_,¢ ce a Q(n (n d <0 uH Q20 Dw 0 W PLUMBING FIXTURE SCHEDULE (k )0 /) 0< // Lu0 j 0 ce /( Ce Lu \) 0< )[ \>- \\ LuLiJce0 Lu 7- 0 -1 0 U j MATERIAL STAINLESS STEEL STAINLESS STEEL -1 w 0 O co 0 MANUFACTURER 2 0 UNIT TAG 1-4 7- ) 2 Lu Lu LU CO\ LU (u LIGHTING FIXTURE SCHEDULE MOUNTING 0 DESCRIPTION LIJ )\)0 gLL 0§\< LA }3§ (@\) §LU §($uJ j() \(\LUk )g§ 0 =-J #»/ /±§§2 %J§±6 (c) LULu Lu\\ < U, Lu 0=@=< = z§§� )(§/( /u,°0 2§)\§ ()§\ z( 2 § § 0 (9 J D 07,0\ eceu-< 0 [)�E» 0 - <zO— I— ce 55°§ a u0-< MODEL NUMBER MANUFACTURER (Lu0 0 ( ) BRANCH PANEL EB2 § te ) { \ / \ { 50A RECEPTACLE PARK DUPLEX PARK DUPLEX PARK DUPLEX 50A RECEPTACLE INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR 50A RECEP. INTERIOR 50A RECEP. INTERIOR 50A RECEP. Lu LLJ co CO LLI LLI LYJ CO LLI 1.0 CO LLI Lu LU Lu co co CO LLI Lu Lu Lu BRANCH PANEL EB1 Location: ELECTRICAL CABINET#1 Volts: 120/208 Single S.C.C.R. Rating: 42,000A Supply From: Phases: 1 Mains Type: MCB Mounting: SURFACE Wires: 3 Mains Rating: 200A Enclosure: TYPE 1 MCB Rating: 200A Available Isc: 39,279A SPD: NONE Notes: k6EE§§§k§§}j§jjjj§jj§§§§§§ ,!*m;,7ez=,§::=,2:=;944;@ Circuit Description PARK 50A RECEPTACLE PARK 50A RECEPTACLE PA- RK 50A RECEPTACLE IN- TERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR 50A RECEP. IN- TERIOR 50A RECEP. IN- TERIOR 50A RECEP. //'/'/'\\\//\\//'/'\' 0. ` / ? / _ _ , : _ : _ 0. /\//'\\\\\{{\\\/'{'/' k-000 0 0 0 0 0 0 0 0 0 0 0 0 0 Circuit Description PARK DUPLEX PARK DUPLEX PARK 50A RECEPTACLE PARK DUPLEX PARK DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR 50A RECEP. INTERIOR 50A RECEP. INTERIOR 50A RECEP. w \//\///\//// / / \//\UUJ \ CO v Z a 0 0. n 1- a a Fri C7 C7 C7 0 0 0 0 0 0 U 0 INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR 50A RECEP. INTERIOR 50A RECEP. INTERIOR 50A RECEP. N N V a 0 (/) 0 ceZ N X W W 0 N 0 0 O 2 LL Ci 0 J wa Jy O Z ITZ Load Classification 2 BRANCH PANEL EB3 Location: ELECTRICAL CABINET#3 Volts: 120/208 Wye S.C.C.R. Rating: 42,000A Supply From: Phases: 3 Mains Type: MCB Mounting: SURFACE Wires: 4 Mains Rating: 400A Enclosure: TYPE 1 MCB Rating: 400A Available Isc: 39,279A SPD: NONE Notes: ~U N V p co V 0 O N NV N 0 O M(0(0 W OV N Type Legend: N=NORMAL G=GFI M=MOTORIZED E=EXISTING ST=SHUNT TRIP A=ARC FAULT H=HANDLE LOCK Panel Totals 0.0 kVA 0.0 kVA a a 0 0 Notes: Circuit Description SPARE INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR 50A RECEP. INTERIOR 50A RECEP. Total Conn. Load: Total Est. Demand: Total Conn. Current: Total Est. Demand Current: d T 1- Z Z Z Z Z Z Z Z Z z a 0. F s 0 1 N <<<<<<<< 1 0 0 0 o 0 0 0 0 1 a 01 I. CI. M 1 1.-.,-,-< N 1 0 1 U > ao Estimated Demand 0 0 0 0 0 0 M 0 0 0 0 0 > a Demand Factor 0 0 Q O O o 0 0 > a 0 O Connected Load w 0 0 M I I - - N I N I N 1 41 I Total Load: Total Amps: a F s N 1 «<<<<<< 1 0 0 0 O O O O i o l a N < s Load Classification N F Z ZZZZZZZZ Z Z Circuit Description SPARE INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR 50A RECEP. INTERIOR 50A RECEP. INTERIOR 50A RECEP. 0 .- M ,n m N N N N N M M M M M BRANCH PANEL EB5 Available Ise: TYPE 1 0 0 INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR 50A RECEP. INTERIOR 50A RECEP. INTERIOR 50A RECEP. a. 0 0 INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR DUPLEX INTERIOR 50A RECEP. INTERIOR 50A RECEP. INTERIOR 50A RECEP. CO ! 0. Total Conn. Load: Total Est. Demand: Total Conn. Current: Total Est. Demand Current: Estimated Demand Demand Factor Connected Load ) 1 dM 9 at st 9 9 " ISOLATION at >>j>>> \>> >>> W • a st it i4 0 it IVOIdA1 .9 44 SCALE: 1/2"=1'-0 (24 a, c.) z K 0 0 0 SCALE: 3/4"=1'-0" • co ,5b 00 O O.1'47. I I. W.dW 4242\242 vyyyyy2222222yyyyy2y;<< �2yyyyg/22/ 2 2 2 2 22\27y�2222z »»2 yyyy�2v4vv»�v» v»v»vyA vvvrr y» 71-A 222�\\\\\\y,\ 22222v 6:9.'Y>JJJJ>>y>�:;-LYyg\2v'yv >>2i; /V,'<<‹<M %%yyyyy»»J>2>J>2>»»J>2>J>2»>»J>2> 96 yiyyYYYiiYyyYYi>> ',� 11 111 1 1 1 HI 2vvx 22222vvv222 v 111111 4422�2�2222 2;yyy2 111 222 .. vvv J»yyyyyyy> 22»>»yyyy, <2v22444\4\2, 22 22222 22 K24\2\2\2\2\2\>1>22' 24\2\2\2\24 > 22 '1111 2222' 1 »» cV12 yv2vvvvvvvv22222222. 2�J JJ JJi�J2222�22JJJ 22222222 22/4 0 vy :yF o222 5 > >>>>>»»» /z, ;;» y22\ft\yyyyy 22 \ yyy2;2;yyyyyyyy��yyyyy JJgggJ;, 221 >r2 ,?22�J2JJJJJ\>\>\22222\>>>\J\J\� m2222 JJ2JJJ2JJ2JJJJJJJ\2J22J2J22 vzyyJJ>>J2 O111 22/2.2- ;22\JJ\J;J\22;2\2;2;22,w..?22»2,»222222?>22 KKK >'2/222222 21,221:2222 J'_?,,W2\2,2,22222222:// i, %7,0///22JJJi� 2\222\2222222222)>>>A>222»2222, co co �'J\»»>\y Yyy27/\ %?\%%2\2\2\KK,* _� 1 i2 ^ > »� 222 4\42222222442>>>>>>2>2)11111 v�wJJJJ , , , , 0 1111111 g_ £ 1_„b-,£ 419111111111 O © DO O O �•> H 0 z SLOSlll- OCIV ]dH: %minimum1 11111 11 1111111 11 11111 11 1 111111 11mm NmimmmumimmAmomm mmmumumm IIIII 1111 II II Allum AAAIIAII II IIInimMiMmmum II IIIT UMW IMM 111111111111111111111111111111111111111111 11111111111111111 11111111111111111 1 0 A 124 w 0 (24 O O 111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111 W 11 111111111 111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111 1µA 1111111 M! III11111111111111 11 11111111IIII I 11 111111 1111111 �x0 .111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111 ddd: m FINISH GRADE -SLO O 0 U NOT TO SCALE • CONCRETE NOT TO SCALE COMPACTED SUBGRADE op MU H . :,.u-,,,,:1 ii".:,.;,; E BRICK PAVERS CONCRETE SLOSJJHOZid ]dd' 11 1/2" X 12" X 6-6" LONG SMOOTH CUT ANAMOSA LIMESTONE MORTAR JOINT (TYPICAL) H ƒ: / 12" X 6'-6" LONG SMOOTH CUT ANAMOSA LIMESTONE 0 d 1" CONTINUOUS CHAMFER ON CONCRETE FOOTING NAMOSA, IOWA 0. LiL; 1E L) z ENTRANCE 1:4 ELEVATION z ENTRANCE u H «2«wA:dV iN « « 03 « . } . . . ELEVATION z ENTRANCE u H «2«wA:dV W U V Q r� 5 �-mrt- w_wH_ w a Z ❑zw❑zo<w¢ of aoo O» V ¢LLa ��i mcn❑ Ztn fL�� o= O 200oo as w m 2 5' D O F H 01022 Q 0 ti tivwi� LI -2`)2 KF MFO t acn mV mma LL❑l Si0a11-10�1H Sdd' O > > > > * \/\>> ��� .. ... w C ,,,,,„ ec SI >>>Zti �>i>. ry, o o > o O J <. yN... Ty ia hl >>>>>� F > >0 iv > pp ,A >>>>> > > a ,A>>›, NI, a N w F z > z>>> >>>> > .., > > °'. >��� 9 ilk ilk »p" > ,>>> >gt a 412... it > „-,-, >/ m‹, 9 <0 i ixy� > �r ��� V it >> >> > > >z >> > A > >> >>i >>< >44 >' fgj „., q�wtyrl{{frYY i7�yph"�hlh� 311 c�555� Erf1�> � T >�>i2>rxt Irt#rf�i ri�i�i1l r� i> »rlZjilil! j �p����?t{�{t kJitit�ltf�tt�l.'�ri _. E,E,„.. 4a U N E „...„...) r,/-1. Si0a11-10�1H Sdd' 11IIIIII111111 erioo PROJECT MANUAL FOR: F.Y. 2019 Lincoln Park Improvements Waterloo, Iowa City of Waterloo Contract No. 973 FOR: City of Waterloo, Iowa 715 Mulberry Street Waterloo, Iowa 50703 DATE: February 20, 2019 PREPARED BY: RITLAN D+ KU 1 PER LANDSCAPE ARCHITECTS 501 SYCAMORE STREET - MEZZ. A WATERLOO, IOWA 50703 319-233-8090 www.ritlandkuiper.com Page 39 of 233 F.Y. 2019 LINCOLN PARK IMPROVEMENTS CONTRACT NO. 973 CONTRACT DOCUMENTS TABLE OF CONTENTS 1. NOTICE OF PUBLIC HEARING 2. NOTICE TO BIDDERS 3. INSTRUCTIONS TO BIDDERS 4. FORM OF BID OR PROPOSAL 5. SALES TAX EXEMPTION INFORMATION FORM 6. FORM OF BID BOND 7. NON -COLLUSION AFFIDAVITS 8. EQUAL OPPORTUNITY CLAUSE 9. TITLE VI CIVIL RIGHTS 10. BIDDER STATUS FORM 11. AFFIRMATIVE ACTION PROGRAM 12. POTENTIAL ITEMS OF WORK FOR MBE/WBE PARTICIPATION SUBCONTRACTOR'S BID REQUEST FORM, LETTER FORM FOR SUBCONTRACTOR QUOTES, MBE/WBE SCOPE LETTER, MBE AND/OR WBE PREBID CONTACT INFORMATION FORM 13. WATERLOO/CEDAR FALLS MINORITY AND WOMEN BUSINESSES ENTERPRISE CONSTRUCTION AND MAINTENANCE CONTRACTOR'S GUIDE 14. STATEMENT OF BIDDER'S QUALIFICATIONS 15. GENERAL SPECIAL PROVISIONS 16. GENERAL SPECIFICATIONS FOR CONSTRUCTION 17. SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION 18. FORM OF CONTRACT 19. FORM OF PERFORMANCE BOND 20. FORM OF PAYMENT BOND Page 40 of 233 21. SPECIAL PROVISIONS 09 70 48 LIMESTONE SIGNAGE 22 00 50 BASIC PLUMBING REQUIREMENTS 22 00 80 PLUMBING SCHEDULE OF VALUES 22 11 16 DOMESTIC PLUMBING PIPING 22 11 19 DOMESTIC PLUMBING SPECIALTIES 22 40 00 PLUMBING FIXTURES 26 00 50 BASIC ELECTRICAL REQUIREMENTS 26 00 51 PRE-BID SUBSTITUTION REQUEST FORM 26 00 80 ELECTRICAL SCHEDULE OF VALUES 26 00 90 MINOR ELECTRICAL DEMOLITION FOR REMODELING 26 05 19 ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26 05 33 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 24 16 PANELBOARDS 26 27 16 ELECTRICAL CABINETS AND ENCLOSURES 26 27 26 WIRING DEVICES 26 56 00 EXTERIOR LIGHTING 32 13 16 DECORATIVE CONCRETE PAVING 32 14 16 BRICK PAVERS 32 92 19 SEEDING Page 41 of 233 NOTICE OF PUBLIC HEARING On Proposed Plans, Specifications, Form of Contract, And Estimate of Cost For the FY 2019 LINCOLN PARK IMPROVEMENTS In the City of Waterloo, Iowa CONTRACT NO. 973 RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in the City Hall of the said City on the 28th day of March, 2019, until 1:00 p.m. for the construction of the F.Y. 2019 LINCOLN PARK IMPROVEMENTS, Contract No. 973, as described in detail in the plans and specifications now on file in the Office of the City Clerk. OPENING OF BIDS All proposals received will be opened in the First Floor Conference Room at City Hall, in the City of Waterloo, Iowa, on the 28th day of March 2019, at 1:00 p.m., and the proposals will be acted upon at such later time and place as may then be fixed by the City Council. PUBLIC HEARING Notice is hereby given that the Council of said City will conduct a public hearing on the proposed plans, specifications, form of contract, and estimate of cost for the construction of the above- described improvement project at 5:30 p.m. on the 1st day of April 2019, said hearing to be held in the Harold E. Getty Council Chambers in City Hall in said City. The proposed plans, specifications, form of contract, and estimate of cost for said improvements heretofore prepared by RITLAND+KUIPER Landscape Architects (herein referred to as "Engineer"), are now on file in the office of the City Clerk for public examination, and any person interested therein may file written objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto at the meeting above set forth. The NOTICE TO BIDDERS can be viewed at the following locations: 1) City of Waterloo web site at http://ci.waterloo.ia.us/ 2) Plan rooms: Master Builders of Iowa 221 Park Street, PO Box 695 Des Moines, IA 50303 McGraw Hill Construction Dodge 3315 Central Ave. Hot Springs, AR 71913 Reed Construction Data 30 Technology Parkway South, Ste. 500 Norcross, GA 30092 3) Plan Room Web sites: Master Builders of Iowa web site at www.mbionline.com Dodge Lead web site: http://dodgeprojects.construction.com/ Reed Const. Data Lead web site: http://www.cmdgroup.com/project-leads/ NOTICE OF HEARING CONTRACT NO. 973 paA)qgccf 42 of 233 SCOPE OF WORK This project involves the removal of all interior pavement, sunken plaza with steps, retaining walls, trees and vault, site amenities, and entrance signage. The improvements include a new central brick plaza and brick intersection corners, new stamped colored concrete sidewalks, the installation of 52 benches and 4 trash receptacles, the installation of 12 pedestrian light poles, improved electric, improved water lines, and the installation of dance chimes. Published pursuant to the provisions of Chapter 26 of the City Code of Iowa and upon order to the City Council of said Waterloo, Iowa, on the day of NOTICE OF HEARING CITY OF WATERLOO, IOWA BY: Kelley Felchle City Clerk CONTRACT NO. 973 paA)4g9 43 of 233 NOTICE TO BIDDERS For the Taking of Construction Bids for the FY 2019 LINCOLN PARK IMPROVEMENTS In the City of Waterloo, Iowa CONTRACT NO. 973 RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in the City Hall of the said City on the 28th day of March, 2019, until 1:00 p.m. for the construction of the F.Y. 2019 LINCOLN PARK IMPROVEMENTS, Contract No. 973, as described in detail in the plans and specifications now on file in the Office of the City Clerk. OPENING OF BIDS All proposals received will be opened in the First Floor Conference Room at City Hall, in the City of Waterloo, Iowa, on the 28th day of March 2019, at 1:00 p.m., and the proposals will be acted upon at such later time and place as may then be fixed by the City Council. PUBLIC HEARING Notice is hereby given that the Council of said City will conduct a public hearing on the proposed plans, specifications, form of contract, and estimate of cost for the construction of the above- described improvement project at 5:30 p.m. on the 1St day of April 2019, said hearing to be held in the Harold E. Getty Council Chambers in City Hall in said City. The proposed plans, specifications, form of contract, and estimate of cost for said improvements heretofore prepared by RITLAND+KUIPER Landscape Architects are now on file in the office of the City Clerk for public examination, and any person interested therein may file written objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto at the meeting above set forth. The NOTICE TO BIDDERS can be viewed at the following locations: SCOPE OF WORK This project involves the removal of all interior pavement, sunken plaza with steps, retaining walls, trees and vault, site amenities, and entrance signage. The improvements include a new central brick plaza and brick intersection corners, new stamped colored concrete sidewalks, the installation of 52 benches and 4 trash receptacles, the installation of 12 pedestrian light poles, improved electric, improved water lines, and the installation of dance chimes. BEGINNING AND COMPLETION DATES The work under the proposed contract shall be commenced after August 10, 2019. All items shall be completed on or before: Completion Date for all site construction except permanent seeding: November 15, 2019 Completion Date for seeding: May 1, 2020 METHOD OF PAYMENT TO CONTRACTOR The Contractor will be paid against bi-monthly estimates in cash on the basis of ninety-five percent (95%) of the work as it is completed and materials delivered and work approved. Final payment will be made thirty-one (31) days after completion of the work and acceptance by the Council. Before final payment is made, vouchers showing that all subcontractors and workmen and all persons furnishing materials have been fully paid for such materials and labor will be required unless the City is satisfied that material, men and laborers have been paid. NOTICE TO BIDDERS CONTRACT NO. 973 PaA)gw 44 of 233 The Contractor is hereby notified that if the City does not have cash on hand to pay monthly pay estimates, according to Chapter 384.57 of the Code of Iowa, payment may be made by anticipatory warrants issued bearing a rate of interest not exceeding that permitted by Chapter 74A, Code of Iowa. PLANS AND SPECIFICATIONS Plans and Specifications governing the construction of the proposed improvements have been prepared by RITLAND+KUIPER Landscape Architects and MODUS Engineering which plans and specifications and also the prior proceedings of the City Council referring to and defining said proposed improvements are hereby made a part of this notice, and the proposed contract by reference shall be executed in compliance therewith. Plans and Specifications are available from the Engineering Department on the second floor of City Hall upon the receipt of a $25.00 refundable deposit. Deposits will be refunded if the plans are returned in usable condition (i.e. generally free of highlights, ink markings, tears, stickers, water stains and soiling) to the Engineer's Office by the end of the 14th consecutive day after the project has been awarded. No deposits will be refunded for any requests or plans received after the 14th consecutive day, which includes plans returned via mail service. Plan holders are responsible for ascertaining when the project has been awarded. If the plan holder is the prime contractor or a subcontractor or supplier of the prime contractor that has been awarded the project, Plans and Specifications do not need to be returned to receive the deposit. The prime contractor must submit a list of his subcontractors and suppliers for the City_to verify eligibility for the refundable deposit. Upon award of project, the prime contractor, his subcontractors and suppliers shall be supplied with the needed number of plans and specifications at no additional cost. CONTRACT AWARD A contract will be awarded to the qualified bidder submitting the lowest bid. The City reserves the right to reject any or all bids, re -advertise for new bids, and to waive informalities in the bids submitted that might be in the best interest of the City. Bids may be held by the City of Waterloo, Iowa, for a period not to exceed thirty (30) days from the day of the opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the contract. By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced with the State of Iowa and preference will be given to local domestic labor in the construction of the improvement. PROPOSALS SUBMITTED The bidder shall submit bids on the items listed in the proposal. The bidder shall clearly write or type the unit bid price and the bid item extension (Unit Price x Estimated Qty) in numerals on the blanks provided. Should there be any discrepancy between the unit bid price and extension, the City of Waterloo shall consider the unit bid price as being the valid unit bid price. The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the Form of Bid or Proposal, which includes the Bid Item Number, Description, Unit, Estimated Quantity, Unit Bid Price, Total Bid Price and Total Bid. The computer-generated spreadsheet shall include all of the information listed in that portion of the Form of Bid or Proposal as well as bear the signature of the Prime Contractor submitting the bid. For the bidders who submit a computer- generated spreadsheet, the TOTAL BID (with alternates, if applicable) shall also be indicated in the space(s) provided on the Form of Bid or Proposal. NOTICE TO BIDDERS CONTRACT NO. 973 paA)Nc 45 of 233 BID SECURITY REQUIRED All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an Iowa bank, or a bank chartered under the laws of the United States, a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, or bid bond, (on the form furnished by the City) payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft or bid bond will be held as security that the Bidder will enter into a Contract for the construction of the work and will furnish the required bonds, and in case the successful Bidder shall fail or refuse to enter into the Contract and furnish the required bonds, his bid security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it must be signed by both the Bidder and the surety or surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. PERFORMANCE & PAYMENT BONDS The successful bidder will be required to furnish a "Performance Bond" and a "Payment Bond" within ten (10) days after forms are presented to him in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council and shall guarantee the faithful performance of the contract and the terms and conditions therein contained, and shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims of any kind caused by the operations of the contractor. MAINTENANCE BOND Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as "Maintenance Bond," and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. CONTRACT COMPLIANCE PROGRAM / SUBCONTRACTING The program proposes numerical projections regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as Subcontractors, vendors and suppliers in the performance of Contracts awarded by the City of Waterloo, Iowa. A goal of at least ten percent (10%) for MBE participation on all City funded construction projects that are estimated at $50,000.00 or more. A goal of at least two percent (2%) for WBE participation on all City funded construction projects that are estimated at $50,000.00 or more. Any project funded in part or in total with federal funds shall follow the respective agencies contract compliance program and goals. The Prime Contractor shall make "good -faith efforts" to meet the Contract Compliance MBE/WBE goals. The MBE/WBE subcontractors, suppliers or vendors must provide the Prime Contractor a reasonably competitive price for the service being rendered or the Contractor is not required to accept their bid. LIQUIDATED DAMAGES Time is an essential element of this contract. It is important that the work be diligently pursued to completion. If the work is not completed within the specified contract period, plus authorized extensions, the contractor shall pay to the City Liquidated Damages in the amount of five hundred dollars ($500.00) per day, for each day, as further described herein, in excess of the authorized time. Days beyond the specified completion date for which Liquidated Damages will be charged will be working days that the contractor does, or could have worked, from Monday through Saturday. Sundays will be counted only if work is performed. Partial working days will be considered as a full working day. Days not chargeable for Liquidated Damages will include rain days, Sunday if no work is done, and legal holidays. NOTICE TO BIDDERS CONTRACT NO. 973 paA)%g, 46 of 233 Working days will cease to be charged when only punch list items remain to be completed. Punch list items do not include contract bid items or approved change/extra work orders. When the Contractor believes the project to be substantially completed, a written notice stating the same shall be submitted to the Engineer and a request made for a Punch List. If the work under the Contract extends beyond the normal construction season for such work the Contractor shall submit to the Engineer in writing a request that working days counted toward the project be suspended until work is resumed the following construction season. This amount is not construed as a penalty. These damages are for the cost to the City of providing the required additional inspection, engineering and contract administration. PRE -CONSTRUCTION CONFERENCE Before the work is commenced on this contract, a conference shall be held for the purpose of discussing the contract. The conference shall be attended by the prime contractor, subcontractors and City Officials. BIDDER STATUS Attention of bidders is called to compliance with the provisions of the Resident Bidder/Non-Resident Bidder requirements. Each bidder submitting a bid shall execute and include with the bid, a Bidder Status Form in the form herein provided. Failure to submit a fully completed Bidder Status Form with the bid may result in the bid being deemed nonresponsive and rejected. SALES TAX EXEMPTION CERTIFICATES Contractors and approved subcontractors will be provided a Sales Tax Exemption Certification to purchase building materials or supplies in the performance of construction contracts let by the City of Waterloo. Posted pursuant to the provisions of Chapter 26 of the City Code of Iowa. NOTICE TO BIDDERS CITY OF WATERLOO, IOWA CONTRACT NO. 973 paA)w, 47 of 233 FORM OF BID OR PROPOSAL F.Y. 2019 LINCOLN PARK IMPROVEMENTS CONTRACT NO. 973 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2019 LINCOLN PARK IMPROVEMENTS, Contract No. 973, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2019 LINCOLN PARK IMPROVEMENTS CONTRACT NO. 973 BID ITEM DESCRIPTION UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 TRAFFIC CONTROL LS 1.00 $ $ 2 MOBILIZATION LS 1.00 $ $ 3 SILT FENCE, INSTALLATION, REMOVAL, CLEANOUT LF 1,298 $ $ 4 CONSTRUCTION FENCE LF 2,998 $ $ 5 REMOVALS, EXISTING PAVEMENT SY 1,879 $ $ 6 REMOVALS, SUNKEN PLAZA LS 1.00 $ $ 7 REMOVALS, LIGHTING EA 4 $ $ 8 EXCAVATION, CLASS 10 CY 3,280 $ $ 9 SITE GRADING LS 1.00 $ $ 10 IMPORTED CLEAN FILL CY 107 $ $ 11 IMPORTED TOP SOIL CY 143 $ $ FORM OF BID CONTRACT NO. 973 Page 1 of 5 Page 48 of 233 12 ELECTRICAL INSTALLATION LS 1 $ $ 13 PLUMBING & DRINKING FOUNTAIN INSTALLATION LS 1 $ $ 14 MODIFIED SUBBASE, COMPACTED SY 1,755 $ $ 15 PCC PAVEMENT, 6" SY 933 $ $ 16 CONCRETE CURB FOR BRICK LF 307 $ $ 17 BRICK PAVERS WITH CONCRETE BASE SF 3,321 $ $ 18 PCC, 6" CONCRETE - STAMPED/COLORED SF 1,286 $ $ 19 BENCHES EA 54 $ $ 20 WASTE RECEPTACLES EA 8 $ $ 21 ENTRANCE SIGNS EA 2 $ $ 22 FLOWER BASKETS FOR LIGHT POLES EA 16 $ $ 23 SHADE TREES EA 10 $ $ 24 TURFGRASS SEEDING SF 16,000 $ $ 25 DANCE CHIMES & INSTALLATION LS 1.00 $ $ TOTAL BID $ Bidder will complete the Work in accordance with the Contract Documents for the following prices. Items annotated as an ALTERNATE will be considered for inclusion in the contract at the discretion of the Owner BASE BID PROPOSAL: Bidder agrees to perform all the work described in the proposed Contract Documents and shown on the Drawings for the sum of Dollars ($ ). Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. ALTERNATE PROPOSAL(S): Alternate No. 1: If the Owner elects to proceed with Alternate No. 1, ADD the cost of the electrical contractor furnishing and installing electrical cabinet #4. Refer to the documents for additional information. FORM OF BID CONTRACT NO. 973 Page 2 of 5 Page 49 of 233 Add sum of: Dollars ($ )• Alternate No. 2: If the Owner elects to proceed with Alternate No. 2, ADD the cost of the electrical contractor furnishing and installing electrical cabinet #5. Refer to the documents for additional information. Plumbing contractor shall locate pedestal type hydrant as indicated in the documents. Add sum of: Dollars ($ )• Alternate No. 3: If the Owner elects to proceed with Alternate No. 3, ADD the cost of the electrical contractor furnishing and installing fiber handholes and associated conduit as indicated on the plans. Electrical contractor shall provide conduit from inside electrical cabinet #1 to power handhole near the center of the park as indicated on the plans. Refer to the documents for additional information. Add sum of: Dollars ($ )• Alternate No. 4: If the Owner elects to proceed with Alternate No. 4, DEDUCT the cost of the dance chimes, installation and 16 LF of concrete curb. ADD the cost of installing 30 SF brick pavers with concrete base in place of the dance chimes, as shown on the plans. Deduct sum of: Dollars ($ )• Add sum of: Dollars ($ )• Net Alternate Price ADD / DEDUCT (circle one) Total: FORM OF BID Dollars CONTRACT NO. 973 Page 3 of 5 Page 50 of 233 Alternate No. 5: If the Owner elects to proceed with Alternate No. 4, DEDUCT the cost stamped colored concrete and ADD the cost of PCC, 6" Concrete. Deduct sum of: Dollars ($ ). Add sum of: Dollars ($ Net Alternate Price ADD / DEDUCT (circle one) Total: Dollars 1. It is understood and agreed by the undersigned that OWNER reserves the unrestricted privilege to reject any or all of the foregoing prices which it may consider excessive or unreasonable. It is also understood that OWNER reserves the right to select any combination of Bid Items that are in the OWNER's best interest. 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of Dollars ($ ) in the form of submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. is 6. Attached hereto is a Resident Bidder Certification ( ), or Non -Resident Bidder Certification ( ). (Mark one.) 7. The bidder is prepared to submit a financial and experience statement upon request. FORM OF BID CONTRACT NO. 973 Page 4 of 5 Page 51 of 233 8. 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. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Su bcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. (Name of Bidder) (Date) BY: Title Official Address: (Including Zip Code): I.R.S. No. FORM OF BID CONTRACT NO. 973 Page 5 of 5 Page 52 of 233 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: ADDRESS: (Check One) PRIME SUBCONTRACTOR FEDERAL ID#: PROJECT NAME: PROJECT CONTRACT NO.: DESCRIPTION OF WORK: ❑ Brickwork ❑ Carpentry ❑ Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical Metal ❑ Excavation/Grading ❑ Flooring ❑ Heavy Construction ❑ Heating -Ventilating -Air Cond ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing -Siding -Sheet ❑ Windows ❑ Wrecking -Demolition ❑ Other (Please specify) Page 53 of 233 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 , 201 (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney-in-fact Page 54 of 233 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) )ss 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. (Signed) Title Subscribed and sworn to before me this day of , 201 . My commission expires Title Page 55 of 233 NON -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 ) ss: 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 project in (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed contract; and 5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of , 201 . Title My commission expires Page 56 of 233 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 contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program— Contract Compliance Provisions relative to Resolution No. 24664. EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 Page 57 of 233 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) EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 Page 58 of 233 TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non- discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. Page 59 of 233 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes 0 No ❑ Yes 0 No ❑ Yes 0 No ❑ Yes 0 No ❑ Yes 0 No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: Dates: Dates: / / to / / Address. City, State, Zip. / / to / / Address' City, State, Zip: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? LI Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Page 60 of 233 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes 0 No ❑ Yes 0 No ❑ Yes 0 No O Yes 0 No O Yes 0 No ❑ Yes 0 No ❑ Yes 0 No ❑ Yes 0 No ❑ Yes 0 No ❑ Yes 0 No ❑ Yes 0 No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) Page 61 of 233 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( ) General Contractor ) Subcontractor Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company Address of Company Zip Telephone Number ( ) Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) Name of Equal Employment Officer Name of Project Project Contract Number Estimated Construction Work Dates / Start Finish Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor Name of Subcontractor Subcontractor's Address Zip Subcontractor's Telephone Number ( ) Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) Name of Equal Employment Officer C. Remainder of program to be completed by party completing program, either Prime or Subcontractor. 1. The Owners and/or Principals of your company: Name Ethnic Address Position Sex Origin 1 Page 62 of 233 2. Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Type of Name Address Affiliation Degree II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E. will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION A. recognizes that the (Name of Company) effective application of a policy of merit employment involves more than just a policy statement, and (Name of Company) 2 Page 63 of 233 will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. B. will undertake the (Name of Company) following six (6) steps to improve our Affirmative Action Program: 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training, Upgrading and Promotional Opportunities. C. will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. D. will seek qualified minority, (Name of Company) female, and local group applicants for all job categories and will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility. E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. F. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority, female, and local group employees. G. will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. H. has taken the following (Name of Company) Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write -NONE") 1. 3 Page 64 of 233 2. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. 2. J. will require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non - minority contractors have adequate representation of minority, female and local persons in their total work force. K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. L. will keep records of (Name of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. M. Parity figures for companies located in Waterloo are as follows: Minority Parity = .08 (8%) N. Affirmative Action (Name of Company) Employment Goals: The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 201_, please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: Goals for Women: *Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and 5% or more for women. Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 201 . Note, that none of the goals are rigid or inflexible. They are targets that your -4 - Page 65 of 233 company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984- 142(4). CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) 5 Page 66 of 233 INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, By: Company Executive Date By: Equal Employment Opportunity Officer Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: 6 Page 67 of 233 DESCRIPTION OF JOB CATEGORIES 1. Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, or direct individual departments or special phases of the agency's operations or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers. 2. Professionals: Occupations which require specialized and theoretical knowledge which is usually required through college training or thorough work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and kindred workers. 3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post -secondary school education and through equivalent on-the-job training. Includes: computer programmers and operations, draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers, office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers. 5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on-the-job training programs. Includes: Mechanics and repairman, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. 6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. 7. Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and maintenance), photographic process workers, stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. 8. Laborers (unskilled): Workers in manual occupations which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers -7 - Page 68 of 233 and greasers, gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers performing lifing, digging, mixing, loading and pulling operations and kindred workers. 9. Apprentices: Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on-the-job): Production... persons in formal training for craftsmen when not trained under apprentice programs --operative laborer, and service occupations. White Collar... persons engaged in formal training for clerical, managerial, professional, technical, sales, office and clerical occupations. 8 Page 69 of 233 ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the F.Y. 2019 Lincoln Park Improvements, Contract No. 973, that have a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. BID ITEM DESCRIPTION UNIT EST. QTY. 1 TRAFFIC CONTROL LS 1.00 2 MOBILIZATION LS 1.00 3 SILT FENCE, INSTALLATION, REMOVAL LF 1,298 4 CONSTRUCTION FENCE LF 2,998 5 REMOVALS, EXISTING PAVEMENT SY 1,879 6 REMOVALS, SUNKEN PLAZA LS 1.00 7 REMOVALS, LIGHTING EA 4.00 8 EXCAVATION, CLASS 10 CY 3,280 9 SITE GRADING LS 1.00 10 IMPORTED CLEAN FILL CY 107 11 IMPORTED TOP SOIL CY 143 12 ELECTRICAL INSTALLATION LS 1.00 13 PLUMBING AND DRINKING FOUNTAIN INSTALLATION LS 1.00 14 MODIFIED SUBBASE, COMPACTED SY 1,755 15 PCC PAVEMENT, 6" SY 933 16 CONCRETE CURB FOR BRICK LF 307 17 BRICK PAVERS WITH CONCRETE BASE SF 3,321 18 PCC, 6" CONCRETE—STAMPED/COLORED SF 1,286 19 BENCHES EA 54 20 WASTE RECEPTACLES EA 8 21 ENTRANCE SIGNS EA 2 Page 70 of 233 22 FLOWER BASKETS FOR LIGHT POLES EA 16 23 SHADE TREES EA 10 24 TURFGRASS SEEDING SF 16,000 25 DANCE CHIMES & INSTALLATION EA 1 MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent (2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely. City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 Page 71 of 233 SUBCONTRACTOR'S BID REQUEST FORM PRIME BIDDER'S LETTERHEAD Contract No.: Letting Date: I, (subcontractor's name), hereby attest that I have been solicited for a bid on (project name) in the area of (description of work and bid item no.). (Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by (date) and (time). Subcontractor's Company Name Date Subcontractor's Signature Date Prime Bidder's Signature Page 72 of 233 LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES Subcontractor Company Name Address RE: Contract No.: Dear (Prime Contractor's Company Name) is presently soliciting for the following work in connection with the above referenced project. (Insert bid Item Nos. and Description of Work) (Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding your proposal must be turned in to this office by and (Date) (Time) Sincerely, (Prime Contractor's Representative) Form CCO. 3 (11/28/2001) Page 73 of 233 v p U) - U) N i W cn N u) U O N c O - Z ca -° O) > a) •— ( • (1) O Q O p Q N •c t c 0 m 0 -L U O p O ui WC 0 O> O Z 0 E Q LE c co 7 4 m N W 0 m 0 0 w co .- C ° �m 0)m O to ° a) • N a) ° c > a0i c° m w m 0° ca m W ca m O c O c L u_ Ct > U a m O w Qv>W c -�� a> z O -o c rj 2 o2 m Ohm 0 O O a)' OL op 2 Q c O�� O W > a) c a, O 0 co U as c co O t U) cnmw c> E o _c -c._ 0 0 o o o CU E as 0 >, c_c c as m� Z c°n��a -c � ..cE Z Z co 0a>css co co o �� �c� `o 0 �� � ca a°i> ° a o a La ( U a) O a +. a) co o as 3 � 2 �_ � cn o0 o o a? vi 0 0 ' o LE w vi- _ — U a) a) ao LLJ m o W• o O o m ° E U o Q Z W° cocN J~ W Q N N co O 0 0- -0 -O -O Y W •§ _C O " LE ca �— m0 o c N0 (n 7c W O �c � .3 a U u - .- p E W 5 0 CO -0 CD c .o � N Wre O 0 ��8 t ���� m -C) v� CC ui —�oQ ~ LL O N co •c 11 E vi 0 U �- N w W W W — o Z c`a� co 0 ° o Ems CCI m cam ° aco E> as 3 a W Z c ° z-� v� 0)E ai w 2m a 0 a> co �� i N0 0 o E 0 O•v-> m °ow c m co �w L 0 aU m NH o�p� �> �m�� o a) cama> ns°2� W Q � Q a> c > E w E g> c a> a�. c Z � a�> c w � �ia•� cam o a) E _z o ° c a> o o t) -13 o � N OC a> o a> c0z0 �a>m ���°a> ��' �oa> 0 o�a�'>a°> DO m o m ca c m > 0 ,,_c, ° >_ a•o� �o CCI LI- LEc Zca> �ca�a>E w •(T)� E35co o ca�Qo Z a) 'C U a) a) U c p O a) a) W c`a� cLa co N �� ° o ca m o o o a` �� >,-� c 63 Q o c°a o z� = EV c`a o p m O g- NrY �o 2 -r.) 0, Cs) Doo 0 mH c o E 0c -j °� 0 °p-0 �� c c° c° oY ° c Z as o a D Uo m a3 a>" c - m o m E U c o �Q o (1) o) cn>,.o c Waw �z� m oda c — cc - w c— 3 m m c C.) O u). m i c 0 N n3 o c co a) O a) p ca co v E o U D c..) u)•w� > ° v as o a> co a a> o a asQ �p a>Y� o c0 O 0 O Q' > N N caE U p co i p a) U a) c W o>� w� o-`— a> o U E co �O o a> m cn��� O U N to 7 U L U O >' O) .L E L E a) Q L O 0 IY CL 2 , o n_00-� ca a� cZ° v> a) — in ''ca°> LEO w��o c°a> = °oc= cU3a> >0E o_ -0 mo.cn>, c a>ca'a>�i ~ 3�ami° i/i o t) 72 �' co o wU -a -r.) a E U �U� a> a0 a> OU.(1)—, 0 o c ° U o c o o cQ p-=,}. a> = 0>0LL, L 8 E 2 zoa> mecca m°o �o�'a>—i—ic`�a ) _ - 9—u) -Ecca Qo c ° �� ww cn o o ca °� �O Q c ° 0 00 u> o -— O CE OC C3 CO CO ill}? a) cUV-0 o U th U vi 0 a a) p a) O +. m 0 a> a> O co O O O c O 0) o o z� c}n °�� m ° �� o•c o �m w �.� o cn U a°i a> o o co o 0 a wwam aci o a> aa' m `� L LJ --D c.� E o �o m u°,'c ,5'� �w �w a� �> °oa o� aU> o o N co �� 0 o —c moo 2. ° v i m m U a'op o O o � W W v E >.0 p � n O c 0 o W e ca o N U c c W O m 0 'c c O �. 0 0 U a m a> co a>0 2 c 0 �� cEt ° `m tU a>-cLu CD 'U N° Q O L c U)o LE L ca W U> (� U a) N a) m E 5 Eco 2 E o < co 0 I- o H a) o Lli c oa 2 d o 0 o CV o 0 0 cr.; -c ao) LI -5 W H o (q • Prime Contracto Form CCO-4A Rev. 07-08-02 Page 74 of 233 / E /� k\ 7 \ g o $ 2 \ %/ c 2 % \ \\ \± \\ f \ 2 0_ o W O §E \ m u_ 02 re 2 E _ °- p 0 L fE Z 2 ow W w 2E 2 CO L _ LC W _2 % CO E �. 7f 7) io CO I- / W2 �\ 03 O �2 U E_c W _ \\ co op R o 2 Lu Ce /\ a2 > 12] §e Ct E Ot <\ w o 2\ CO -c 22\ LU \/E(/gZoo Prime Contractor Name: / 0 ƒ 1— Contractor Signature: E \ ƒ 2 r 0 m g S 0 \ .> _ \ S / 3 to' 0 \ / L 0 % f< ;04E _* Ea / /2 % _ co / / g o 5 e / ia 0\ 6 o > > E 2 § = o c 0 o c 0 \\\ \f E.0 ° % t £ om 7E§ ƒ o m E ? 0 / > •- o o £ = 2 a = ± o = R Co §/ C/) -0 et a_� $§� B2 ) 7 = m 2 » =f c.§ry // E '- .g S _ e ocas:®% /� (7G E 1 ° _ / § o o E.§ § 3 % E f of - \E 2/ eIt' TD_ e& / \ 7 CO s = E.§ G . 0 7 0 �_> ®s //0 CD /\ /2/ // //\ \/t- f/ �2\ 2�� \\ R =� _\ \ / 7 e [ ) 7 \\ \\/ \\ 0 0 2 .[ / w m e\a E\3 bf Eu) o\o / [ >- 3LE# /\ w Ea g 5 b 2 b °E �>, /\ co m o 0 2 «LQ o22 \$ n55 >, L- £\ 0. E2 /E»\ \0 aiii 2 »f «I/ ',TCD \S ® 2 o o E 2% G= \ g $ o 5 / moo= o®G =c /E f <02 - Ek\/\S/ § -E • 2< o 2 o P =/ f c= _ > q -R2 \\\f \2 \/k §f$® % m m n ¥ L' 2 s 2 C W 0 m Ee W c Z 0 2 U) 2 0 Q 2 O u- 2 0 W -J CO 1- 1- U 1- 2 0 U W 0 W 1- 2 W u) u) W Z m ca W co W co 2 (Form CCO-4) Rev. 06-20-02 Page 75 of 233 CERTIFIED MBE / WBE CONTRACTORS CITY OF WATERLOO, IOWA City WEB Site: Contract Compliance WEB Site for listing updates: Contact: Email: Phone: Fax: w CONTRACT COMPLIANCE OFFICE Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, Iowa 50703 www.ci.waterloo.ia.us http://www.cityofwaterlooiowa.com/contractcompliance Rudy Jones, Community Development Director rudv.jones(iewaterloo-ia.org (319) 291-4429 (319) 291-4431 /01vll I0 00.a oulic,L1 �i�ur�x u , •Ic.o4'L ]I,� Page 76 of 233 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) 493-2542 FAX: (319) 236-0515 Contact: Terry Phillips Certified: City of Waterloo Certified MBE, Iowa DOT, TSB Certified Specializing in: COMMERCIAL AND RESIDENTIAL DEMOLITION, CONCRETE PAVING, DRIVEWAYS, TRUCKING (ALL TYPES), GENERAL CONSTRUCTION Mei /,00,000/o D 0 0 0.0 00 0°A0['-9 8 ,00 0 0000 d, 00 8°4 .,x,1, Il i';��,, a,,i tl V tl;li tl� V g,d. Page 77 of 233 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: Page 78 of 233 COMMERCIAL AND INDUSTRIAL PAINTING 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 I,N II P /''v OH fi 0"oh{ d {0{Hr.""d{"0r 0{ 00 I0"{" 1,"10"" 0_i4 Page 79 of 233 STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.) All questions must be answered, and the date given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, when incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for this contract. 12. Experience in construction work similar in importance to this project. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: $ 15. Give bank reference: 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated at , this day of 201 STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 1 OF 2 PAGES Page 80 of 233 State of ) ) ss: County of ) (Name of Bidder) By: Title: being duly sworn deposes and says that he is of (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of , 201 . Notary Public My commission expires STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 2 OF 2 PAGES Page 81 of 233 GENERAL SPECIAL PROVISIONS 1. SCOPE OF WORK The work covered by this contract consists of furnishing all labor, equipment, and materials and performing all operations, in connection with the F.Y. 2019 Lincoln Park Renovations, Contract No. 973, as shown on the contract drawings and in accordance with these specifications. The contract drawings, which accompany and form a part of this contract and specifications are dated February 20, 2019. They have the general title of F.Y. 2019 Lincoln Park Renovations, Contract No. 973. The drawings are numbered and separately entitled as follows: Sheet No. Description L-0.1 L-0.2 ME -1.1 ME -1.2 ME -2.1-2.3 ME -3.1-3.3 L-1.1 L-1.2 L-1.3 L-1.4-1.5 L-1.6 General Notes Demolition Plan MEP Park Demolition Plan MEP Park Plan MEP Details MEP Schedules Site Plan Plaza Plan & Details Intersection Corner Details Site Details Planting Plan The standard specifications of the City of Waterloo are to be used along with the special provisions described herein and shall be considered as part of the contract documents. 2. CONFLICTING SPECIFICATIONS All requirements of other specifications contained in the contract documents which conflict with the provisions of the special provisions will be considered void. 3. DUMPING AREAS Excess material resulting from construction operations shall be hauled to the County Landfill or other area secured by the Contractor and approved by the City Engineer. Rubble, rubbish, trees, brush, and other unsuitable backfill material, as designated by the City Engineer, shall be hauled to the County Landfill. All Landfill charges are to be considered incidental to the contract and are the responsibility of the Contractor. 4. CONSTRUCTION DAMAGE The Contractor shall exercise care during construction operations to ensure the safety and protection to existing features located near or within the limits of construction. Damage caused by negligence or poor workmanship, as determined by the Engineer, shall be considered the Contractor's responsibility. 5. REMOVED MATERIALS All materials removed as part of this Contract shall remain the property of the City unless the City determines that he materials are not salvageable and the City does not want to retain GENERAL SPECIAL PROVISIONS CONTRACT NO. 973 ownership of the materials. Materials designated in the field by the Engineer as nonsalvageable shall be hauled and disposed of by the Contractor at no cost to the City. All other materials shall be transported to locations as directed by the Engineer. No separate measurement or payment will be made for hauling or disposing of removed materials and it shall be considered incidental to applicable items. 6. OVERHAUL Overhaul will not be paid for "surplus material" obtained from any of the items of construction under this contract. The cost of overhaul will be considered as incidental to the items to which it applies. 7. MAILBOXES The Contractor shall notify the United States Postal Department of mailboxes, which interfere with any part of the work before removing them, and the Contractor will relocate them as required by the Postmaster. The removal and replacement of mailboxes will not be considered for direct payment, but will be considered incidental to the item to which it applies. 8. PAY ITEMS All pay items are listed in the proposal and shall include the purchase of all materials, delivery of these materials, and furnishing all labor, plant and miscellaneous work needed to make the item complete. All such cost shall be incidental to the proposed item to which it applies and shall not be considered for separate payment. 9. BREAKDOWN OF LUMP SUM CONTRACT PRICE ITEMS The Contractor shall, immediately upon execution and delivery of the contract, before the first estimate for payment is made, deliver to the City Engineer a detailed estimate giving a complete breakdown of the lump sum contract prices. The submitted breakdown shall be approved by the City Engineer prior to any payment of any lump sum price item. 10. PERMISSION TO HAUL OVER STREETS, RAILROADS AND HIGHWAYS The Contractor will be required to secure, from the proper authorities, permission or permit which may be required to haul over streets, highways, railroads or private property, and any hauling operations of the Contractor shall be subject to the requirements of such permits, permission, and to all applicable regulations, laws, and ordinances governing hauling and movement of equipment over streets, railroads, highways and private property. Any costs or inconvenience caused by obtaining any necessary permits or permission shall be considered completely covered by the price bid for the items in the proposal. 11. CONSTRUCTION SCHEDULING The Contractor shall coordinate the work under this contract with contractors performing work under other contracts which may be performed concurrently. The Contractor shall be responsible to notify the Police, Fire, Street and Engineering Departments of the closing and opening of streets. The Contractor shall commence work within ten (10) days after receipt of the "Notice to Proceed" and diligently execute the work of the contract to completion. GENERAL SPECIAL PROVISIONS CONTRACT NO. 973 PAO(88 ®4233 12. PRE -CONSTRUCTION CONFERENCE Before any work is started, the Contractor shall arrange with the City Engineer to hold a pre - construction conference to discuss problems and schedules of contracts. 13. UNDERGROUND UTILITIES It is the responsibility of the Contractor to obtain the location of gas lines, water lines, electric, telephone, and cable television cables or wires from the various utility companies and the City electrician before starting any excavation. The Contractor shall be responsible for any damage to any underground utilities. The Contractor shall expose those utilities indicated on the plans so that elevations may be determined before beginning construction. This work shall be considered incidental to other items of work. If the Contractor believes that additional costs have been incurred due to a utility being improperly located, the resolution of the additional costs incurred shall be made between the Contractor and the respective utility company. 14. TRAFFIC SIGNS AND STREET SIGNS The Contractor shall contact the City of Waterloo Traffic Operations Department to have any street sign that will be affected by construction removed and replaced when the work has been completed. 15. TRAFFIC CONTROL DURING CONSTRUCTION The Contractor shall, at his own expense and without further or other order, provide, erect and maintain, at all times during the progress and suspension of the work and until completion and final acceptance thereof, suitable and requisite barricades, signs or other adequate protection, as required by the latest edition of Part VI of the "Manual on Uniform Traffic Control Devices" and shall provide, keep and maintain such barricades, signs, etc., as may be required or as may be ordered by the Engineer, to ensure the safety of the public as well as those engaged on the work. All barricading plans shall be reviewed by the Engineer. The Contractor shall determine, provide and obtain approval from the City Engineer on all detour locations for all street closings, barricades and posting prior to construction. These shall meet requirements of the City Police Traffic Department. The Contractor shall notify the City Engineer's Office and the Police, Fire and Street Departments when the street is closed for construction. All barricading shall be in accordance with the latest edition of Part VI of the "Manual on Uniform Traffic Control Devices." Encapsulated lens sheeting is not required on this project. 16. GRADES, LINES, LEVELS AND SURVEYS All necessary grades, lines, levels and surveys shall be established and maintained by the Contractor. The Contractor shall verify all grades, lines, levels and dimensions as sown on the drawings, and he shall report any errors or inconsistencies in the same to the City Engineer before commencing work. 17. SAFETY OF WORKERS AND PUBLIC GENERAL SPECIAL PROVISIONS CONTRACT NO. 973 PA0134 b 33 The Contractor shall, at all times, take necessary precautions to protect the life and health of all persons employed on this project and the public. He shall provide necessary safety devices and safeguards in accordance with latest and best accident prevention practices. All such protection shall be furnished to employees without cost. No direct measurement of payment shall be made for this protection but shall be considered incidental to other items of work. The public shall be kept outside of any work area. 18. CONSTRUCTION EQUIPMENT FOR PORTLAND CEMENT CONCRETE PAVEMENT Section IX "Construction Equipment" of the "Specifications for Concrete Paving, Widening, and Curb and Gutter" of the Standard Specifications for Municipal Public Works Construction, City of Waterloo, Iowa, shall be amended as follows: Iowa Department of Transportation standard specification Section 2301.07 Construction Equipment For Portland Cement Concrete Pavement shall apply with the following exception to Section 2301.07.A.7.b Finishing Machine: The first sentence shall read as "A finishing machine will be required on all uniform width slabs ten (10) feet or more in width upon which a continuous line of forms more than one hundred fifty (150) feet in length may be set, except for intersections or otherwise approved by the Engineer." 19. WORKING ON SATURDAYS, SUNDAYS AND LEGAL HOLIDAYS The Contractor shall notify the Engineer in writing forty-eight (48) hours in advance if work on Saturday is planned. By noon the Friday before the planned Saturday work, the Contractor shall confirm the Saturday work schedule with the project inspector. Work on Sunday requires prior approval of the Engineer in accordance with the Waterloo Standard Specifications. The Contractor shall not work the following days in 2019 due to City holidays: September 2, and November 11. 20. TESTS AND INSPECTIONS (A) The CONSTRUCTOR shall schedule all required tests, approvals and inspections of the Work or portions thereof at appropriate times so as not to delay the progress of the Work or other work related to the Project. The CONSTRUCTOR shall give proper notice to all required parties of such tests, approvals and inspections. If feasible, the OWNER and Others may timely observe the tests at the normal place of testing. Except as provided in subsection 20(c), the OWNER shall bear all expenses associated with tests, inspections and approvals required by the Contract Documents, which, unless otherwise agreed to, shall be conducted by an independent testing laboratory or entity retained by the OWNER. Unless otherwise required by the Contract Documents, required certificates of testing, approval or inspection shall be secured by the CONSTRUCTOR and promptly delivered to the OWNER. (B) If the OWNER or appropriate authorities determine that tests, inspections or approvals in addition to those required by the Contract Documents will be necessary, the CONSTRUCTOR shall arrange for the procedures and give timely notice to the OWNER and Others who may observe the procedures. Costs of the additional tests, inspections or approvals are at the OWNER's expense except as provided in the subsection below. (C) If the procedures described in two subsections above indicate that portions of the Work fail to comply with the Contract Documents, the CONSTRUCTOR shall be responsible for costs of correction and retesting. GENERAL SPECIAL PROVISIONS CONTRACT NO. 973 PA0138 ® 4233 GENERAL SPECIFICATIONS FOR CONSTRUCTION CITY OF WATERLOO, IOWA Department of Engineering SECTION A - Definitions of Terms SECTION B - Scope of work SECTION C - Control of Materials and Work SECTION D - Procedure and Progress SECTION E - Measurements and Payments SECTION F - Legal Relations and Responsibility SECTION A - DEFINITIONS OF TERMS 1. CITY. The City of Waterloo, Iowa, which is the Party of the First Part of the accompanying contract, acting through its authorized representative. 2. COUNCIL. The duly elected Council of the City of Waterloo, Iowa. 3. ENGINEER. The City Engineer of Waterloo, Iowa, or his authorized representative. 4. INSPECTOR. The authorized representative of the Engineer, assigned to the detailed inspection of the work or materials therefor and to such other duties as may be delegated to him in these specifications. 5. CONTRACTOR. The Party of the Second Part in the accompanying contract for the improvement covered by these specifications, or his authorized representative. 6. SUBCONTRACTOR. Any person, firm, or corporation who has, with the approval of the Council, contracted with the Contractor to execute and perform in his stead all or any part of the contract. 7. BIDDER. Any individual, firm, or corporation submitting a proposal for all or a part of the work provided for in these specifications. 8. PROPOSAL GUARANTEE. The security designed in the Notice of Bidders or Proposal to be furnished by the bidder as a guarantee of good faith to enter into a contract and furnish an acceptable bond for the work contemplated if it be awarded him. 9. SURETY. The corporate body bound with and for the Contractor for the acceptable performance of the contract. 10. PROPOSAL. The written Proposal, submitted by the bidder in the prescribed manner and on the standard form, for the improvements covered by these specifications. 11. SPECIFICATIONS. The documents that set forth the manner in which the proposed work is to be accomplished which have been prepared by the Engineer and approved by the City Council, official copies of which are now on file with the City Clerk. GENERAL SPECS Page 1 of 15 Page 86 of 233 12. SPECIAL PROVISIONS. Clauses or memoranda not contained herein, applying to the contract of which these specifications are a part, which change or supplement these specifications. 13. CONTRACT. The agreement entered into between the City and the Contractor, setting forth the terms under which the work covered by the plans and specifications is to be performed. The contract includes all conditions, definitions, and instructions set forth in the official publications relating to the work, the official contract and specifications, the Proposal, official plans, and all supplemental agreements entered into by the parties to the contract. 14. NOTICE TO BIDDERS. The notice called attention of bidders to the time and place for receiving bids, containing a brief description of the work, and briefly setting forth the requirements and conditions for submission of Proposals. 15. INSTRUCTIONS TO BIDDERS. The clauses setting forth in detail the information relative to the proposed work and requirements for the submission of Proposals. 16. PLANS. The plans for the improvement covered by the specifications and approved by the Council, official copies of which are on file with the City Clerk. 17. CONTRACT BOND. The bond executed by the Contractor and his surety in favor of the City of Waterloo, Iowa, guaranteeing the complete execution of the contract in accordance with the plans and specifications, the payment of all debts pertaining to the work, and maintenance of the work as provided by law or by the specifications. 18. CONTRACT PERIOD. The period from the specified date for beginning the work to the specified date of completion, both dates inclusive. The contract period may be extended by the Council, as provided in these specifications, in which event the contract period includes the new date of completion. 19. OFFICIAL PUBLICATIONS. The official publications are the formal resolutions and notices relative to the proposed improvement that are required by law to be published in a prescribed manner and that have actually been published in accordance with the statutes relating thereto. Attention is directed to the fact that these official publications are by statute vested with all of the force and effect of contract obligations. 20. A.S.T.M. Abbreviation for American Society for Testing Materials. 21. WORK. The term "Work" of the Contractor and Subcontractor includes labor or materials or both, equipment, transportation, or other facilities necessary to complete the contract. 22. TIME. All time limits stated in the contract documents are of the essence in the contract. SECTION B - SCOPE OF WORK 1. CORRELATION AND INTENT OF DOCUMENTS. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the documents is to include all labor, materials, equipment, and transportation necessary for the proper execution of the work. Materials or work GENERAL SPECS Page 2 of 15 Page 87 of 233 described in words which, so applied, have a well-known technical or trade meaning shall be held to refer to such recognized standard. 2. DRAWINGS AND SPECIFICATIONS. Unless otherwise provided in the contract documents, the Engineer shall furnish to the Contractor, free of charge, all copies of drawings and specifications reasonably necessary for the execution of the work. The Contractor shall keep one (1) copy of all drawings and specifications on the work available to the Engineer and to his representatives. 3. CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature, character and location of the work, the conformance to the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can, in any way, affect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations herein contained. 4. REPORTING ERRORS AND DISCREPANCIES. If the Contractor, in the course of the work, finds any discrepancies between the plans and the physical conditions of the locality, or any errors of omission in plans or in the layout as given by said stakes and instructions, it shall be his duty to inform the Engineer immediately, in writing, and the Engineer shall promptly correct the same. 5. ALTERATION OR CORRECTION OF PLANS. The plans are made up from surveys that are presumably correct and represent the foreseen construction requirements. Any modification of the plans which may be required by the exigencies of the construction or any corrections made necessary because of errors in the original surveys, will be made by the Engineer. Should corrections or modifications of the plans or specifications require a different quality or class of work than that upon which the unit prices in the Proposal are based, or if the modifications or corrections are required in parts of the work partially completed and such modifications result in an increased cost to the Contractor, the amount to be paid for work resulting from such changes shall be agreed upon in writing at the time the changes are ordered and before the work is begun by the Contractor. No allowance will be made for anticipated profits on work not performed. 6. CHANGES IN THE WORK. The City, without invalidating the contract, may order extra work or make changes by altering, adding to, or deducting from the work, the contract sum being adjusted by agreement or arbitration before such changed work is undertaken. All such work shall be executed under the conditions of the original contract, except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. 7. INCREASED OR DECREASED QUANTITIES. The right is reserved without impairing the contract, to order the performance of such work of a class not contemplated in the Proposal or to increase or decrease the quantities as may be considered necessary to complete fully and satisfactorily the work included in the contract. However, when the work is completed without change in the plans, and the measured quantity of any item of work varies by more than twenty percent (20%) from the estimated quantity specified in the contract, an adjustment in price may be made for such item of work by agreement between the Engineer and the Contractor, subject to the approval of the City Council. Either party to the contract may request such an adjustment. GENERAL SPECS Page 3 of 15 Page 88 of 233 8. LANDS AND RIGHT OF WAY. The City shall provide the lands upon which the work under this contract is to be done, except that the Contractor shall provide land required for the erection of temporary construction facilities and storage of his material, together with the right of access to same. 9. CITY WATER. The Contractor shall be allowed to use City Water but before any water is used, he shall make application to the Waterloo Water Works for a temporary water connection from a fire hydrant or by some other connection method. Water usage will be charged at the rate for temporary water service. The rules, regulations, and water rates are available at the Waterloo Water Works offices at 325 Sycamore Street or their telephone number is 319-232-6280. 10. RIGHTS OF VARIOUS INTERESTS. Whenever work being done by the City's forces or by other Contractors is contiguous to work covered by this contract, the respective rights of the various interests involved shall be established by the Engineer to secure the completion of the various portions of the work in general harmony. 11. CLOSING STREETS TO TRAFFIC. The Engineer shall be the judge of how many streets or parts of streets it is necessary for the Contractor to close at any time and may refuse to permit the closing of additional streets until such of the work is finished and opened to traffic as he may direct. 12. OBSTRUCTION OF STREETS. The work is to be carried on in such manner as to obstruct the streets, highways, and alleys as little as possible. The Contractor shall carry on the different parts of the work so as to complete the whole, as nearly as practicable, at the same time. In doing the work, the Contractor shall follow the directions of the Engineer as to the place or places where work shall be started or be carried on and the direction in which it shall be done. 13. SHANTIES AND BUILDINGS. Shanties or other buildings shall not be erected in or upon any street, highway, or alley without permission of the Engineer. If such permission be granted, it may be upon any reasonable terms prescribed by the person or body granting such permission. 14. SANITARY CONVENIENCES. The Contractor shall furnish the necessary sanitary conveniences, properly secluded, for the laborers on the work, and these shall be maintained in a manner that will be inoffensive to the public. 15. CLEANING UP. The Contractor shall, as directed by the Engineer, remove from the City's property and from all public and private property, at his own expense, all temporary structures, rubbish, and waste materials resulting from his operations before work can be considered completed. The Contractor shall also renew or replace any and all fences, sidewalks, or other property damaged or disturbed by his work. 16. OMISSION OF PARTS OF GENERAL SPECIFICATIONS. Parts of the General Specifications deemed not to apply to some particular work may be omitted by special reference in other parts of the contract documents. SECTION C - CONTROL OF MATERIALS AND WORK 1. SUPERVISION AND INSPECTION. The Engineer shall have supervision of the construction provided for in this Contract and shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress on the work, and all questions regarding the GENERAL SPECS Page 4 of 15 Page 89 of 233 acceptable fulfillment of the terms of the Contract. Materials and construction work shall, at all times, be subject to the inspection of the Engineer or his representatives. The Contractor shall be held strictly to the true intent of these specifications as regards the quality of materials, workmanship, and the diligent prosecution of the work. The Engineer and his representatives shall, at all times, have access to the work wherever it is in preparation of progress, and the Contractor shall provide proper facilities for such access and for inspection. If the specifications, the Engineer's instructions, law ordinances, or any public authority require any work and/or materials to be especially tested or approved, the Contractor shall give the Engineer timely notice of readiness for inspection. If the inspection is to be made by authority other than the Engineer, the Contractor shall notify the engineer of the date fixed for inspection. Inspections by the Engineer will be promptly made and, where practicable, at the source of supply. If any work should be covered up without the approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination at the Contractor's expense. Re-examination of questioned work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work be found in accordance with the Contract, the City shall pay the cost of re-examination and replacement. If such work be found not in accordance with the Contract, the Contractor shall pay such cost unless he shall show that the defect in the work was caused by another Contractor, and, in that event, the City shall pay the cost. 2. AUTHORITIES AND DUTIES OF INSPECTORS. Inspectors may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed; also, to report whenever it appears that materials furnished and work performed by the Contractor fail to fulfill the requirements of the specifications and Contract, and to direct the attention of the Contractor to such failure or infringement; but such inspection shall not relieve the Contractor from any obligations to furnish acceptable materials or to provide completed construction that is satisfactory in every particular. In case of any dispute arising between the Inspector and the Contractor as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject materials or suspend the work until the question at issue can be referred to and decided by the Engineer. Inspectors are not authorized to revoke, alter, enlarge, relax, or release any requirements of these specifications. The Inspector shall, in no case, act as foreman or perform other duties for the Contractor, or interfere with the management of the work by the latter. 3. STATUS OF THE ENGINEER. The Engineer shall have general supervision and direction of the work. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. He shall also have authority to reject any work and/or materials which do not conform to the specifications, to direct the application of forces to any portion of the work as, in his judgment, is required, and to order the force increased or diminished, and to decide questions which arise in the execution of the work. 4. ENGINEER'S DECISIONS. The Engineer shall, within a reasonable time, make decisions on all claims of the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the contract documents. GENERAL SPECS Page 5 of 15 Page 90 of 233 All such decisions of the Engineer shall be final except as to the element of time and financial consideration involved, which, if no agreement in regard thereto is reached, shall be subject to arbitration. 5. STAKES AND INSTRUCTIONS. The Contractor shall provide reasonable and necessary opportunities and facilities for setting stakes and making measurements. The Contractor shall not furnish stakes or men to set them. He shall not proceed until he has received from the Engineer such stakes and instructions as may be necessary to the progress of the work. The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or careless destruction, he shall be charged with the resulting extra expense and shall be responsible for any mistakes that may be caused, by their loss or disturbance. 6. SUPERINTENDENCE. The Contractor shall keep on his work during its progress a competent superintendent and any necessary assistants, all satisfactory to the Engineer. The Superintendent shall not be changed except with the consent of the Engineer, unless the Superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The Superintendent shall represent the Contractor in his absence, and all directions given to him shall be as binding as if given to the Contractor. Important decisions shall be confirmed in writing to the Contractor. Other directions shall be so confirmed on written request in each case. The Contractor shall give efficient supervision to the work using his best skill and attention. He shall carefully study and compare all drawings, specifications, and other instructions, and shall report at once to the Engineer any error, inconsistency, or omission which he may discover. 7. REMOVAL OF UNAUTHORIZED WORK. Work done without lines and grade being give, work done beyond lines shown on the plans or as given, except as herein provided, or any extra or additional work done without authority, will be considered as unauthorized and at the expense of the Contractor and will not be paid for under the provisions of the Contract. Work so done may be ordered removed and replaced at the Contractor's expense. 8. REMOVAL OF DEFECTIVE MATERIALS OR WORK. The Contractor shall promptly remove from the premises all materials condemned by the Engineer as failing to conform to the Contract; whether incorporated in the work or not, and the Contractor shall promptly replace and re -execute his own work in accordance with the contract and without expense to the City, and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned work and materials within a reasonable time, fixed by written notice, the City may remove them and may store the material at the expense of the Contractor. If the Contractor does not pay the expense of such removal within a reasonable time thereafter, the City may, upon ten (10) days' written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs and expense that should have been borne by the Contractor; or, if the net proceeds of such sale are insufficient to pay the expenses of removal, the City may deduct the balance from any amounts due the Contractor. 9. MATERIALS, EQUIPMENT, APPLIANCES, AND FACILITIES. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, GENERAL SPECS Page 6 of 15 Page 91 of 233 tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the work. Materials shall be of the quality specified for each particular part of the work. Whenever, in construction of the work or in the manufacture of any article of appliance necessary for the construction or operation of the work, it is necessary to use any material that is not fully specified in these specifications, it shall be of good quality and shall meet with the approval of the Engineer. Any appliance that is necessary for the construction or operation of the work and is commonly recognized as a part of the work, shall be furnished by the Contractor as part of the work, whether or not it is specifically called for in the plans and specifications, and such appliance shall be of good quality and standard make and shall meet with the approval of the Engineer. 10. MATERIAL SAMPLES. Before the contract is awarded, the bidder may be required to furnish a statement of the origin, composition, and manufacture of any and all materials proposed for use in the performance of the Contract, together with samples of the material. These samples will be considered as representative and typical of the material to be obtained from any particular source. 11. CHARACTER OF WORKMEN AND EQUIPMENT. The Contractor shall employ competent and efficient workmen for every kind of work. Any person employed on the work who shall refuse or neglect to obey the directions of the engineer or Inspector, or who shall be deemed incompetent or disorderly, or who shall commit trespass upon public or private property in the vicinity of the work, shall be dismissed when the Engineer so orders, and shall not be re-employed unless express permission be given by the Engineer. The Contractor shall, at all times, enforce discipline and good order among his employees. The methods, equipment, and appliances used on the work, and the labor employed, shall be such as will produce a satisfactory quality of work and shall be adequate to complete the contract within the specified time limit. 12. HIRING CITY EMPLOYEES. The Contractor shall not employ and hire any of the City's employees without the permission of the Engineer. 13. LABOR. Local labor shall be given preferences so far as practicable. 14. THE CITY'S RIGHT TO DO WORK. If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this Contract, the City of Waterloo, after three (3) days' written notice to the Contractor may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor, provided, however, that the Engineer shall approve both such action and the amount charged to the Contractor. SECTION D - PROCEDURE AND PROGRESS 1. ORDER OF COMPLETION - USE OF COMPLETED PORTIONS. The Contractor shall complete any portion or portions of the work in such order or time as the Engineer may require. The City shall have the right to take possession of an use completed or partially completed portion of the work at any time, but such taking possession and use shall not be deemed an acceptance of work so taken or used, or any part thereof. If such prior use increases the cost of or delays the work, the Contractor GENERAL SPECS Page 7 of 15 Page 92 of 233 shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. 2. WEATHER. During stormy or inclement weather, all work shall be suspended, except such as can be done in an acceptable manner. Permission to work during freezing, stormy, or inclement weather shall in no way be construed as a release of the Contractor's responsibility regarding the quality of the finished work at such time. 3. SUNDAYS AND LEGAL HOLIDAYS. Except for such work as may be required to properly maintain or protect completed or partially completed construction or to maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the Engineer. 4. DELAYS AND EXTENSION OF TIME. If the Contractor be delayed in the completion of the work by an act of neglect of the City, or its employees; or by any other Contractor employed by the City; or by changes ordered in the work; or by strikes, lockouts, fire, unusual delays in transportation, unavoidable casualties, or any cause beyond the Contractor's control; or by delay authorized by the Engineer pending arbitration; or by any cause which the Engineer shall decide justifies the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide will compensate for such delay. No such extension shall be made for delay occurring more than thirty (30) days before claim therefor is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. This article does not exclude the recovery of damages for delay by either party under provisions in the contract documents. 5. TEMPORARY SUSPENSION OF WORK. The Engineer shall have authority to suspend the work, wholly or in part, for such period or periods of time as he may deem necessary, due to unsuitable weather or such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such time as is necessary due to the failure to the Contractor to carry out orders given or to perform any or all provisions of the Contract. 6. NOTICES - HOW SERVED. Any notice to be given by the City to the Contractor under this contract shall be deemed to be served if the same be delivered to the man in charge of any office used by the Contractor or his foreman or agent at or near the work, or deposited in the post office, postpaid, addressed to the Contractor at his last known place of business. 7. PROGRESS OF WORK. The progress of the work shall be such that, at the expiration of one-fourth (1/4) of the contract period, one-eighth (1/8) of the work shall be completed; at the expiration of one-half (1/2) of the contract period, three-eighths (3/8) of the work shall be completed; at the expiration of three-fourths (3/4) of the contract period, the work shall be three-fourths (3/4) completed, and the whole work shall be completed at the expiration of the contract period. If, at any time the above schedule is not being maintained, the Council may give written notice to the Contractor and his sureties that the specifications are not being complied with. Such notice shall state what action on the part of the Contractor is required to bring the work within the requirements of the specifications. If the Contractor fails, within ten (10) days, to proceed as directed in the said notice, then the Council shall have authority to annul this contract without process or action at law and take over the GENERAL SPECS Page 8 of 15 Page 93 of 233 prosecution and completion of the work, as provided under the article covering City's right to terminate contract. 8. CITY'S RIGHT TO TERMINATE CONTRACT. If the Contractor should be adjudged a bankrupt; or if he should make a general assignment for the benefit of this creditor; or if a Receiver should be appointed on account of his insolvency; or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough skilled workmen or proper materials; or if he should fail to make prompt payment to Subcontractors or for materials or labor; or if he should persistently disregard laws, ordinances, or the instructions of the Engineer; or if he should otherwise be guilty of a substantial violation of any provision of the contract, then the City, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other rights or remedy, and after giving the Contractor seven (7) days' written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method he may deem expedient. In such cases, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expenses of finishing the work, including compensation for additional managerial and administration services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided and the damage incurred through the Contractor's default shall be certified by the Engineer. 9. REMOVAL OF EQUIPMENT. In the case of annulment of this contract before completion, from any cause whatsoever, the Contractor, if notified to do so by the City; shall promptly remove any part or all of his equipment and supplies from the property of the City, failing which, the City shall have the right to remove such equipment and supplies at the expense of the Contractor. SECTION E - MEASUREMENTS AND PAYMENT 1. STANDARD OF MEASUREMENT. All work completed under the contract shall be measured by the Engineer according to the United States standard measures. 2. SCOPE OF PAYMENTS. The Engineer's measurements of quantities shall be the basis for final payment for the work performed under this Contract. After the work is completed, the Engineer will make measurements and computations of the number of units of each of the various items of work completed, and the Contractor will be paid for the actual amount of work performed at the rates specified in his Proposal. Before final settlement is made, the Council may require the Contractor to submit a list of all persons furnishing labor or materials, with evidence that such persons have been paid in full. Payment shall be made in the manner set forth in official publications and Council Proceedings relative thereto. 3. PAYMENT FOR EXTRA WORK. Such extra work as may have been ordered by the Engineer and performed by the Contractor shall be compensated for as provided herein. If work is to be done or materials are to be furnished by the Contractor which cannot properly be classified under unit prices included in the Proposal, the Contractor shall be paid therefor the actual reasonable cost of the labor and materials entering permanently in such work, plus fifteen percent (15%) of the cost thereof. In computing the labor cost on such extra work, the following items shall be included: GENERAL SPECS Page 9 of 15 Page 94 of 233 (a) Actual payroll expenditures for labor at the current rate therefor, and cost of materials. (b) Pay of foreman and timekeepers for actual time required on the extra work. (c) Liability insurance, prorated, for the extra work. Labor cost items on extra work shall be furnished in duplicate by the Contractor to the Inspector daily. The Inspector shall check the items, and if he finds them to be correct, he shall so certify on the statement of cost, returning one copy to the Contractor and filing one copy with the Engineer. The Engineer shall determine the cost of materials entering into extra work from the materials and receipted freight bills for the same. For any special machine, power tools, or equipment, including fuel and lubricants, but not including small hand tools, which may be deemed necessary or desirable to use, the Contractor shall be allowed a reasonable rental thereon, to be agreed upon in writing by the Engineer before such work is begun, and to which sum no percentage is to be added. The item of cost shall not include repairs or replacement of equipment or overhead expenses of any character. The fifteen percent (15%) allowed is considered to cover the use of hand tools and all overhead expenses except liability insurance. In no case will a claim for extra compensation be allowed unless the work upon which the claim is based has been ordered in writing, except as provided hereinafter. 4. CLAIMS FOR EXTRA COST. If the Contractor claims that any instructions, by drawings or otherwise, involved extra cost under this contract, he shall give the Engineer written notice thereof within ten (10) days after completion of the work. No such claim shall be valid unless so made. 5. CLAIMS FOR EXTRA COMPENSATION. If the Contractor deems that extra compensation is due him for work and/or materials that he considered is not clearly covered in the items for which he submitted unit prices in his bid and that were not ordered in writing by the Engineer as an extra s heretofore provided, the Contractor shall notify the Engineer, in writing, of his intention to make claim for extra compensation for work and/or material before starting construction. If such written notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost as defined herein, then the Contractor hereby agrees to waive the claim for extra compensation. Such notice to the engineer and the fact that the Engineer has kept account of cost as aforesaid, shall not in any way be construed as proving the validity of the claim, which must be passed upon by the Council. In the event that the Council finds the claim to be just, it shall be allowed and paid for as extra work as provided herein. 6. COMPLETION REPORT AND OBJECTIONS THERETO. Within ten (10) days after the full completion of the work to be done under this contract, the Engineer shall make a written statement of all the work done by the Contractor hereunder, stating the quantity of each item as found by him and including a statement of all credits for extra work and all credits or debits for changes, alterations, omissions, and defects, and shall forthwith deliver a copy of such statement to the Contractor. The Contractor shall compare such statement with his own records and shall then, in writing, either approve GENERAL SPECS Page 10 of 15 Page 95 of 233 such statement or point out any claimed errors or omissions. If any of such claims are found correct, the Engineer shall, within ten (10) days, prepare a new statement, a copy of which shall in like manner be delivered unto the Contractor. The Engineer will not file a formal completion report with the City until the Contractor has approved the same. If the figures of the Engineer and the Contractor cannot be reconciled, or there is a difference of opinion regarding some item or items, then such difference of opinion shall be submitted to arbitration as hereinafter provided, and the decision of the arbitrator or arbitrators shall be final, and the Engineer shall, within a period of five (5) days, file his completion report. Before action by the City Council upon such completion report, the Contractor shall also file a written statement of any claims he may have against the City, other than those shown by such completion report, growing out of this contract or the work done hereunder. The City shall retain ten percent (10%o) of the amount due the Contractor on the completion report for a period of thirty (30) days. If no claims are filed against the Contractor within thirty (30) days, the final ten percent (10%o) shall then be paid to the Contractor. 7. WAIVER. By the execution of this contract ,the Contractor agrees that any objections he may have to the statement of the amount of work done hereunder included by the Engineer in this completion report, and any claims of the Contractor against the City growing out of this contract and the work done hereunder which are not stated in writing in the manner and within the time provided in Article 6, Section E hereof, shall be waived, and no such claim shall thereafter be asserted against the City. SECTION F - LEGAL RELATIONS AND RESPONSIBILITIES 1. LAWS RELATING TO WORK. The Contractor is presumed to be familiar with all laws, ordinances, and regulations which may, in any manner, affect those engaged or employed upon the work or the materials or equipment used in or upon the work, and shall conduct the work so as not to conflict with such laws, ordinances, and regulations. 2. PROTECTION OF WORK AND PROPERTY. The Contractor for any part of the improvement shall be held responsible for the care of materials and of partially completed and completed work until final acceptance of the same by the Council. He will be required to make good at his own expense any damage which the work may sustain from any cause prior to the filing of the engineer's certificate of completion. He shall take all risk from floods and casualties of every description and make no charge for delay due to such cause. He may, however, be allowed a reasonable extension of time on account of such delays. He shall correct or make good at his own expense all damages to adjacent property due to the acts or negligence of his employees of the prosecution of his work, and save the City harmless therefor. The Contractor shall be held liable and responsible for all damages done to water, sewer, drain, or other underground pipes and structures, and to sidewalks and private property. 3. RESPONSIBILITY FOR ACCIDENTS. The Contractor shall assume full responsibility for all damages sustained by persons or property due to the carrying on of his work until final acceptance thereof, or until released by the Engineer in writing. 4. LIABILITY INSURANCE. The Contractor shall carry liability insurance which shall save the City harmless and protect the public and any person from injury GENERAL SPECS Page 11 of 15 Page 96 of 233 sustained by the reason of the prosecution of the work or the handling or storing of materials therefore, and said Contractor shall also carry liability insurance which shall meet the requirements of the Iowa Worker's Compensation Law. Before work shall be started on this contract, the Contractor shall furnish the City Clerk with proper affidavit or Affidavits executed by representatives of duly qualified insurance companies, evidencing that said insurance company or companies have issued liability insurance policies, effective during the life of the contract, or for a period of a least ten (10) days following the filing of written notice of cancellation, protecting the public and any person from injuries or damages sustained by reason of carrying on the work involved in the Contract. The affidavit shall specifically evidence the following forms of insurance protection: (a) Public liability insurance covering all operations performed by persons directly employed by the Contractor. (b) Public liability insurance covering all operations performed by any Subcontractor to whom a portion of the work may have been assigned. (c) Public liability insurance covering all work upon the project performed by any independent Contractor working under the direction of either the principal Contractor or a Subcontractor. (d) Motor vehicle bodily injury liability insurance and property damage liability insurance on all motor vehicles employed on the work, whether owned by the Contractor or by other persons, firms, or corporations. (e) The minimum protection shall be as follows: Comprehensive General Liability Insurance General Aggregate Limit Products—Completed Operations Aggregate Limit $ 2,000,000.00 $ 2, 000, 000.00 Each Occurrence Limit $ 2,000,000.00 Comprehensive Automobile Liability Insurance $ 1,000,000.00 The Contractor shall have the City of Waterloo, Iowa, named as an "Additional Named Insured". A certificate, or a policy if requested, shall be filed with the Owner. All certificates and/or policies of insurance furnished by the Contractor to be filed with the City Clerk shall include the name and address of the agency issuing the same. It shall also be required that the City Clerk be notified by registered mail of the cancellation or expiration of the above insurance. 5. BARRICADES AND SIGNS. The Contractor shall, at his own expense and without further or other order, provide, erect, and maintain, at all times during the progress and suspension of the work and until completion and final acceptance thereof, suitable and requisite barricades, signs, or other adequate protection, as required by the latest edition of the "Iowa Manual on Uniform Traffic Control Devices for Streets and Highways" and shall provide, keep, and maintain such barricades, signs, etc., as may be GENERAL SPECS Page 12 of 15 Page 97 of 233 required or as may be ordered by the City Engineer, to insure the safety of the public as well as those engaged on the work. All barricading plans shall be approved by the City Engineer. 6. ROYALTIES AND PATENTS. The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the City harmless from loss on account thereof, except that the City shall be responsible for all such loss when a particular process or the product of a particular manufacturer is specified. 7. PERMITS AND REGULATIONS. Permits and licenses of a temporary nature for the prosecution of the work shall be secured and paid for by the Contractor. Permits, license, and easements for permanent changes in existing facilities shall be secured and paid for by the City. 8. CLAIMS FOR DAMAGES. Any claim for damages arising under this Contract shall be made in writing to the party liable within a reasonable time of the first observance of such damage and no later than the time of final payment, except as expressly stipulated otherwise in the case of faulty work or materials, and shall be adjusted by agreement or arbitration. The Contractor shall be held for the payment of all just claims against him arising out of the prosecution of this contract, and his bond will not be released until such claims are paid for dismissed. 9. ASSIGNMENT OF CONTRACT. The Contractor shall not sell or assign the contract or sublet any portion of the work provided for therein without the written consent of the City Council. 10. SUBCONTRACTORS. The Contractor shall, as soon as practicable after the signature of the contract, notify the Engineer in writing of the names of the Subcontractors proposed for the work and shall not employ any that the Engineer may, within a reasonable time, object to as incompetent or unfit. The Contractor agrees that he is as fully responsible to the City for the acts and omission of his Subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Nothing contained in the contract documents shall create any contractual relation between any Subcontractor and the City. 11. ARBITRATION. All questions subject to arbitration under this Contract shall be submitted to arbitration at the choice of either party to the dispute. The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Engineer. The demand for arbitration shall be filed in writing with the Engineer, in the case of an appeal from his decision, within ten (10) days of its receipt, and in any other case, within a reasonable time after cause thereof, and in no case later than the time of final payment, except as otherwise expressly stipulated in the contract. If the Engineer fails to make a decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the part appealing. GENERAL SPECS Page 13 of 15 Page 98 of 233 No one shall be nominated or act as an arbitrator who is in any way financially interested in the contract or in the business affairs of either the City or the Contractor. The general procedure shall conform to the laws of the State of Iowa. Unless otherwise provided by such laws, the parties may agree upon one arbitrator; otherwise, there shall be three --one named in writing by each party to this contract to the other party, and the third chosen by these two arbitrators, or, if they fail to select a third within ten (10) days, then he shall be chosen by the Comptroller of the State of Iowa. Should either party refuse or neglect to supply the arbitrators with any papers or information demanded in writing, the arbitrators are empowered by both parties to proceed ex parte. If there be one arbitrator, his decision shall be binding; if three, the decision of any two shall be binding. Such decision shall be a condition precedent to any right of legal action, and, wherever permitted by law, it may be filed in Court to carry it into effect. The arbitrators, if they deem that the case demands it, are authorized to award to the party whose contention is sustained such sums as they shall deem proper for the time, expense, and trouble incident to the appeal, and, if the appeal was taken without reasonable cause, damages for delay, the arbitrators shall fix their own compensation unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbitrators must be in writing, and it shall not be open to objections on account of the form of proceeding or the award, unless otherwise provided by the laws of Iowa. In the event of such laws providing on any matter covered by this article otherwise than as hereinbefore specified, the method of procedure throughout and the legal effect of the award shall be wholly in accordance with the laws of the State of Iowa, it being intended hereby to lay down a principle of action to be followed, leaving its local application to be adopted to the legal requirements of the place in which the work is to be done. 12. PERFORMANCE AND PAYMENT BONDS. The Contractor shall, at the time of execution and delivery of this contract and before the taking effect of same, furnish and deliver to the City written bonds of indemnity to the amount required by law in form and substance, and with surety thereon satisfactory and acceptable to the City, to insure the faithful performance and payment by the Contractor of all the covenants and agreements on the part of the Contractor contained in this contract. These bonds shall remain in force and effect for the full amount of the Contract. 13. PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the provisions of the Contract or in exercising any power or authority granted him thereby, there shall be no liability upon the Engineer or his authorized assistants, either personally or as an official of the City, it being understood that in such matters he acts as the agent and representative of the City. 14. JURISDICTION. Any action in Court against the Contractor or sureties on his bond because of damages to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of the specifications, or on account of the failure of said Contractor to comply fully with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 15. TERMINATION OF RESPONSIBILITY. The Contract shall be considered as completed and the Contractor released from further obligations except as to the GENERAL SPECS Page 14 of 15 Page 99 of 233 requirements of his bond, after the work has been completed and finally accepted and final estimates have been allowed and the completion report of the engineer has been filed and approved by the Council. 16. CITY'S LEGAL RIGHTS. The City shall not be precluded by any measurements, estimate, or certificate made, either before or after the completion and acceptance of the work and payment therefor, from showing the true amount and character of the work performed and materials furnished by the Contractor, or from showing that any such measurement, estimate, or certificate is untrue or incorrectly made, or the work or materials do not, in fact, conform to the Contract. The City shall not be precluded, notwithstanding any such measurements, estimate, or certificate and payment in accordance therewith, from recovering from the Contractor and his surety such damages as it may sustain by reason of his failure to comply with the terms of the Contract. Neither the acceptance by the City or any of its representatives, nor any payment for or acceptance of the whole or any part of the work, nor any extension of time, nor any possession taken by the City, shall operate as a waiver on any portion of the contract or of any power herein reserved, or any right to damages herein provided. A waiver of any breach of the contract shall not be held to be a waiver of any other or subsequent breach. GENERAL SPECS Page 15 of 15 Page 100 of 233 SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION 1. SUBCONTRACTS The contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to require compliance by each subcontractor with the applicable provisions of the contract for the improvements embraced in this contract. 2. REVIEW BY THE CITY OF WATERLOO The City of Waterloo, its authorized representatives and agents, shall at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this contract, provided, however, that all instructions and approval with respect to the work will be given to the contractor only by the City of Waterloo through its authorized representative or agents. 3. INSPECTION a. The contractor shall furnish promptly all materials reasonably necessary for any tests, which may be required. All tests by the City of Waterloo will be performed in such manner as not to delay the work unnecessarily and will be made in accordance with the provisions of the Technical Specifications. b. Inspection of materials and appurtenances to be incorporated in the improvements embraced in this contract may be made at the place of production, manufacture or shipment, whenever the quantity justifies it, and such inspection and acceptance, unless otherwise stated in the Technical Specifications, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the inspection of materials as a whole or in part will be made at the project site. 4. WARRANTY OF TITLE No material, supplies, or equipment to be installed or furnished under this contract shall be purchased subject to any chattel mortgage or under a conditional sale, lease -purchase or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The contractor shall warrant good title to all materials, supplies, and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all improvements and appurtenances constructed or placed thereon by him to the City of Waterloo free from any claims, liens, or charges. Neither the contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this contract shall have any right to a lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph, however, shall defeat or impair the SUPPLEMENTAL GENERAL SPECIFICATIONS PAGE 1 OF 2 PAGES Page 101 of 233 right of persons furnishing materials or labor to recover under any bond given by the contractor for their protection or any rights under any law permitting such persons to look to funds due the contractor in the hands of the City of Waterloo. The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. SUPPLEMENTAL GENERAL SPECIFICATIONS PAGE 2 OF 2 PAGES Page 102 of 233 FORM OF CONTRACT CONTRACT FOR THE CONSTRUCTION OF F.Y. 2019 LINCOLN PARK IMPROVEMENTS CITY OF WATERLOO, IOWA CONTRACT NO. 973 This contract made and entered into this day of , 20_, by and between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to as City), and of (hereinafter referred to as Contractor), WITNESSETH: PAR. 1 PAR. 2 PAR. 3 PAR. 4 PAR. 5 PAR. 6 Contractor agrees to build and construct the F.Y. 2019 LINCOLN PARK IMPROVEMENTS, Contract No. 973, and furnish all necessary tools, equipment, materials,_ and labor necessary to do all the work called for in the plans and specifications in a workmanshiplike manner and for the prices set forth in Contractor's proposal, which was accepted by the City, and which is understood and agreed to be a part of this contract. It is understood and agreed that the resolution adopted by the City Council ordering the construction of the improvement, the Notice to Contractors as published, the Instruction to Bidders, the Form of Proposal, the Construction and Maintenance Bonds, the Council Proceedings relating to this matter, and the Plans and Specifications shall all be considered as forming a part of the contract the same as though they were each set out in said contract. The Contractor agrees to furnish at its own cost and expense, all necessary materials and labor for said work and to construct said improvements in a thorough, substantial, and workmanlike manner, and in strict accordance with the requirements of this contract, and of the plans and specifications made a part hereof by reference, and to the satisfaction and approval of the City and its engineer. The Contractor agrees to perform said work and install said improvements on the terms set out in bid or proposal to the City which has been accepted by the City and which is by reference made a part of this contract. The Contractor agrees to commence said work within ten (10) working days after receipt of "Notice to Proceed" and complete it on or before , unless an extension of time is granted in writing by the Council of the City. Should the Contractor fail to complete said improvements in strict accordance with the terms and conditions of this contract, or the plans and specifications therefor promptly by the date herein specified, the City may pay such additional sums as it may be required to pay by reason of the failure of said contractor and deduct any and all such sums from any amount then due the Contractor. FORM OF CONTRACT PAGE 1 OF 4 PAGES Page 103 of 233 PAR. 7 PAR. 8 PAR. 9 PAR. 10 PAR. 11 PAR. 12 PAR. 13 PAR. 14 The Contractor agrees to comply with and obey all ordinances of the City of Waterloo, Iowa, relating to the obstruction of streets and alleys, keeping open passage ways for water, traffic, and protecting any excavations in any street or alley, and maintaining proper and sufficient barricades with lights and signals during all hours of darkness, to see that the backfilling is properly done, and agrees to keep the City whole and defend any and all suits that may be brought against the City by reason of any injuries that may be sustained by any person or property allegedly caused by the Contractor, or his agents, while work is done pursuant to this agreement. The Contractor agrees that in the event a law suit is brought against the City for damages allegedly sustained by reason of any act, omission or negligence of the Contractor or its agents, or on account of any injuries allegedly sustained by reason of any obstruction, hole, depression or barrier placed or dug by the defendant or its agents, in the doing of the work herein contracted for, that it will defend said suit and save the City harmless therein, and in case judgment is rendered against the City, the Contractor agrees to pay the same promptly. The Contractor agrees to carry public liability insurance in a solvent company in a sufficient amount to protect the City and those who use the streets of the City. The City shall have the right to appoint one or more construction reviewers who shall review the progress of the work in detail; also, to make any test or any material to be used in such work. No material shall be used in any work until the same has first been approved by the construction reviewer. Such construction reviewer shall have full authority to pass judgment upon all materials and upon the manner of doing the work, and their judgment on rejecting any materials, substance, or manner of work shall be final unless it is revoked or modified by the City Engineer. Any material, which has been rejected by the construction reviewer, shall be at once removed from the line of work and shall not be again taken thereon or placed with the material proposed to be used without the written consent of the City Engineer. The Contractor shall maintain no cause of action against the City on account of delays and prosecution of work, but if said work is delayed by the City, the Contractor shall have such extra time for completion of the job as was lost by reason of the delay caused by the City. The Contractor agrees to pay punctually all just claims of labor, material, men, or subcontractors who shall perform labor or furnish materials entering into this improvement. It is agreed that the City need not pay the Contractor until all such claims are paid by the Contractor. It is agreed that the City shall not be liable for said labor, material, or men under this contract. The Contractor agrees to furnish the City, simultaneously with this contract, a bond on a form to be provided by the City in the amount provided by law as stated in the Notice to Bidders, which shall be for the benefit of the City, and any and all persons injured by the breach of any of the terms of this contract. Said bond shall be filed with the City Clerk and shall be subject to the approval of the City Council, and is by reference made a part of this contract. The Contractor agrees that should it abandon work under this contract or cease the prosecution thereof for a period of thirty (30) consecutive days without reasonable cause, and should it fail to proceed with said work within ten (10) days after a notice FORM OF CONTRACT PAGE 2 OF 4 PAGES Page 104 of 233 PAR. 15 to continue or carry it on has been mailed to it at the address given herein by the City, or after such notice has been served on it, then the City may proceed to complete said work, using any material, tools, or machinery found along said line of work, doing the work either by contract or as it may elect, and the Contractor and the sureties on its bond shall be liable to the City for the costs and expenses so paid out. Said costs shall be retained by the City from any compensation due, or to become due the Contractor, and may be recovered by the City in an action upon Contractor's bond. In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations, and conditions hereof, or contained in the various instruments made a part of this contract by reference, and upon completion and acceptance of said work, the City agrees to pay to the Contractor, in the manner set out in the Notice to Contractors, the amount of money due the Contractor for work performed and accepted, at the unit prices set out in the Contractor's proposal, which has been accepted by the City. PAR. 16 The total amount of the contract, based on the Engineer's estimates of quantities and the Contractor's unit bid prices, and for which 100% surety bond is required is PAR. 17 PAR. 18 PAR. 19 PAR. 20 PAR. 21 After the completion of said work, the Contractor agrees to remove all debris and clean up said streets, and to save the City harmless from any damage allegedly resulting from a failure to clean up and remove the debris or put the street back in a proper condition for travel. This contract is not divisible, but in the event of a conflict between this contract and the various instruments incorporated by reference, this contract shall govern. Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as "Maintenance Bond," and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. The Contractor shall maintain all work done hereunder in good order for the period of two (2) years from and after the date it is accepted by the Council of the City of Waterloo, Iowa. Said maintenance shall be made without expense to the City or the abutting property. In the event of the failure or default of the Contractor to remedy any or all defects appearing in said work within a period of two (2) years from the date of its acceptance by said Council, and after having been given ten (10) days notice so to do by registered letter deposited in the United States Post Office in said town, addressed to said contractor at the address herein given, then the City may proceed to remedy such defects. The costs and expenses thereof to be recovered from the Contractor and the sureties on its maintenance bond by an action brought in any court of competent jurisdiction. The Contractor shall give notice to said City by registered letter directed to the Mayor or City Clerk/Auditor thereof not more than four (4) and not less than three (3) months prior to the expiration of the term during which the Contractor is required to maintain said improvements, in good repair by the terms of its Contract. The liability of the Contractor and of the sureties on its bond for maintenance of the said improvements shall continue until three (3) months after such notice has been given to the City, and, in any event, until two (2) years after the acceptance of the work. FORM OF CONTRACT PAGE 3 OF 4 PAGES Page 105 of 233 CITY OF WATERLOO, IOWA Mayor City Clerk Contractor BY: Title: Approved by the City Council of the City of Waterloo, Iowa, this day of , 20_. ATTEST: , City Clerk Waterloo, Iowa FORM OF CONTRACT PAGE 4 OF 4 PAGES Page 106 of 233 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, of (the "Principal"), and of (the "Surety"), are held and firmly bound unto the City of Waterloo, Iowa (the "Obligee"), in the penal sum of Dollars ($ ), lawful money of the United States, for the payment of said sum in connection with a contract (the "Contract") dated on or about for the purpose of . The Contract is incorporated herein by reference as though fully set forth herein. Whenever the Principal shall be and is declared by the Obligee to be in default under the Contract, with the Obligee having performed its obligations in the Contract, then the Surety, acknowledging that time is of the essence, may promptly remedy the default, or shall promptly undertake to: 1. Complete the Contract in accordance with its terms and conditions; or 2. Obtain one or more bids for completing the Contract in accordance with its terms and conditions, and upon determination by the Surety of the lowest responsible bidder, or negotiated proposal, or, if the Obligee elects, upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, or negotiated proposal, arrange for a contract between such party and the Obligee. The Surety will make available as work progresses sufficient funds to pay the cost of completion less the balance of the Contract price. The cost of completion includes responsibilities of the Principal for correction of defective work and completion of the Contract, the Obligee's legal and design professional costs resulting directly from the Principal's default, and liquidated damages or actual damages if no liquidated damages are specified in the Contract. The term "balance of the Contract price" means the total amount payable by the Obligee to the Principal under the Contract and any amendments thereto, less the amount properly paid by the Obligee to the Principal; or 3. Determine the amount for which it is liable to the Obligee and pay the Obligee that amount as soon as practicable. In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and hold Obligee harmless from and against any and all costs of enforcement, including but not limited to reasonable attorneys' fees and expenses. Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent to each and all of the following matters, without notice: 1. To any extension of time to the Contract in which to perform the Contract. 2. To any change in the plans, specifications, or Contract when such change does not involve an increase of more than twenty percent (20%) of the total Contract price, and shall then be released only as to such excess increase. 3. That no provision of this bond or of any other contract shall be valid which limits to less than one (1) year from the time of the acceptance of the work the right to sue on this bond for defect in workmanship or material not discovered or known to the Obligee at the time such work was accepted. Performance Bond Page 1 of 2 Page 107 of 233 If the Principal performs the Contract, then this bond shall be null and void; otherwise it shall remain in full force and effect. In no event shall the Surety's total obligation exceed the penal amount of this bond. Terms used herein shall include, as appropriate, the singular or plural number, or the masculine, feminine or neuter gender. IN WITNESS WHEREOF, the undersigned Principal and Surety have executed this Performance Bond as of PRINCIPAL SURETY Name By: Title: Name By: Title: [attach Power of Attorney] NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. If this project includes Federal Funds, the following applies to the payment bond: IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. Performance Bond Page 2 of 2 Page 108 of 233 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, (Corporation, Partnership or Individual) and, (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars,($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of 20, a copy of which is hereto attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. Page 109 of 233 PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS HEREOF, this instrument is executed in counterparts, each one of (number) which shall be deemed an original, this the day of 20 ATTEST: (Principal) Secretary (SEAL) Principal By (s) (Address) Witness as to Principal (Address) Surety ATTEST: By Attorney -in -Fact Witness as to Surety (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. If this project includes Federal Funds, the following applies to the payment bond: IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. Page 110 of 233 SECTION 09 70 48 LIMESTONE SIGNAGE PART 1— GENERAL 1.01 SUMMARY A. Extent of limestone stonework as indicated on the plans including: 1. Providing and installing four new limestone signs. 1.02 QUALITY ASSURANCE A. Single -Source Responsibility for Stone: Obtain the limestone from a single quarry with resources to provide materials of consistent quality in appearance and physical properties, including the capacity to cut and finish material without delaying the progress of the work. B. Installer Qualifications: Engage an experienced Contractor who has completed stone work similar in material, design, and extent to that indicated and that has resulted in construction with a record of successful in-service performance. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's technical data for limestone, stonework accessories, and other manufactured products required. B. Shop Drawings: Submit cutting and setting drawings indicating sizes, dimensions, sections and profiles of stones; arrangement and provisions for jointing, supporting, anchoring, and bonding stonework; and details showing relationship with, attachment to, and reception of, related work. C. Graffiti control products. Submit manufacturer's technical data for product intended to minimize the effects of graffiti and other environmental factors for review. Product shall provide long-term protection with minimum maintenance required. 1.04 FIELD -CONSTRUCTED MOCK-UP A. Prepare mock-ups for the following types of dimension stonework. Purpose of mock-ups is further verification of selections made for color and finish under sample submittals and establishing standard of quality for aesthetic effects expected in completed work. Build mock-ups to comply with following requirements: 1. Mock-up for limestone work shall consist of the in-place installation of one limestone sign as detailed. 2. Notify Engineer one week in advance of the dates and times when the mock-up will be erected. 3. Mock-up will remain in place (if accepted) and will be held as the standard for judging the remaining stonework. 09 70 48 LIMESTONE Page 1 of 3 Page 111 of 233 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver masonry materials to project in undamaged condition. B. Store and handle stone and related materials to prevent their deterioration or damage due to moisture, temperature changes, contaminants, corrosion, breakage, chipping, or other causes. C. Do not use pinch or wrecking bars. D. Store stone on wood skids or pallets, covered with non -staining, waterproof membrane. Place and stack skids and stones to distribute weight evenly and to prevent breakage or cracking of stones. 1.06 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and ambient air to a minimum 40 degrees F prior to, during, and 48 hours after completion of work. B. At the end of working day, or during rainy weather, cover exposed stone work with non -staining waterproof coverings, securely anchored. C. Cold Weather Protection: Comply with the following requirements: Remove ice or snow formed on stonework beds by carefully applying heat until top surface is dry to the touch. PART 2— MATERIALS 2.01 LIMESTONE A. Provide matched blocks from a single quarry for each type, variety, color and quality of stone required. Extract blocks from a single bed of quarry stratum. 1. Limestone blocks shall be long, smooth cut Iowa Native Anamosa Dolomitic Limestone. Stone shall be 11-1/2 inches H x 12 inches W x 6-1/2 feet L as detailed in the drawings. B. Absorption (ASTM C97): 7-8% average C. Bulk Specific Gravity (ASTM C97): 2-2.5 average D. Density (ASTM C97): 130-135 lbs/cu. ft. E. Compressive Strength (ASTM C170): 10,000 psi min. F. Modulus of Rupture (ASTM C99): 1100 psi min. G. Flexural Strength (ASTM C880): 900 psi min. H. Type: Buff colored, select grade, with finish and size as defined on plans. 2.02 STONE FABRICATION A. General: Fabricate stonework in sizes and shapes required to comply with requirements indicated, including details on Plans and final shop drawings. B. Cut stones to produce pieces of thickness, size and shape indicated or required and within fabrication tolerances recommended by applicable stone association or, if none, stone source, for faces, edges, beds, and backs. C. Slope exposed top surfaces of stone and horizontal sill surfaces for natural wash. 09 70 48 LIMESTONE Page 1 of 3 Page 112 of 233 D. Carefully inspect finished stones at fabrication plant for compliance with requirements relative to qualities of appearance, material, and fabrication; replace defective stones with ones that do comply. 1. Grade and mark stones for overall uniform appearance when assembled in place. Natural variations in appearance are acceptable if installed stones match range of colors and other appearance characteristics represented in approved samples and field -constructed mock-ups. PART 3 — CONSTRUCTION 3.01 GENERAL A. Execute stonework by skilled mechanics and employ skilled stone fitters at the site to do necessary field cutting as stones are set. B. INSPECTION: Verify that support work and site conditions are ready to receive work of this Section. Verify that items built-in under other Sections are properly located and sized. Beginning of installation means acceptance of existing conditions and support work. C. PREPARATION: Establish layout. Protect from disturbance. Clean stone surfaces which have become dirty or stained prior to setting to remove soil, stains and foreign materials. Clean stones by thoroughly scrubbing stones with fiber brushes followed by a thorough drenching with clear water. Use only mild cleaning compounds that contain no caustic or harsh filler or abrasives. Do not use wire brushes or implements which can mark or damage exposed surfaces. 3.02 LIMESTONE INSTALLATION A. Erect stone in accordance with stone supplier's instructions. B. Place limestone blocks on concrete footing as per the Plans. 3.03 GRAFFITI CONTROL A. Contractor: shall provide all materials, labor and equipment to provide all exposed stone with two applications of Graffiti Control. B. Surface to be sealed must be clean and thoroughly dry. Surface and air temperatures should be at lease 50 degree at time of application and for 8 hours following. First application shall be at least 28 days after completion of actual stone work. C. Application shall be by brush, roller or airless spray, the surface should be flooded to the point of maximum absorption. Coverage will vary from 150 to 400 square feet per gallon under normal weather conditions coating will dry to touch in 50 minutes and dry hard in four hours. After 24 hours apply a second coat. Care shall be taken to ensure other finish surfaces and plantings in the area are not coated. PART 4 — MEASUREMENT AND PAYMENT 4.01 Measurement: The Engineer shall measure the number of limestone signs that are satisfactorily installed in accordance with the plans and this Special Provision, as required by the contract documents. 4.02 Payment: For each limestone sign installed and measured for payment, the Contractor shall be paid the contract unit price. This payment shall be full compensation for the limestone installed, including all sign lettering as shown on the plan details. 09 70 48 LIMESTONE Page 2 of 3 Page 113 of 233 SECTION 22 0050 BASIC PLUMBING REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Basic Plumbing Requirements specifically applicable to Mechanical Division Specification Sections. B. Division 22 Specification requirements also include, by reference, all Division 00 and 01 specification sections. This contractor is responsible to review these specification sections. Requirements of these specification sections are included as a part of this contract. 1.02 OWNER OCCUPANCY A. The owner will not occupy the premises during the construction period. 1.03 REGULATORY REQUIREMENTS A. This contractor shall give proper authorities all requisite notices relating to work in his charge, obtain official permits, licenses for temporary construction and pay proper fees for it. B. This contractor is to be solely answerable for and shall promptly make good all damage, injury or delay to other contractors, to neighboring premises or to persons or property of the public by himself, by his employees or through any operation under his charge, whether in the contract or extra work. C. No attempt has been made to reproduce in these specifications any of the rules or regulations contained in city, state or federal ordinances and codes pertaining to the work covered by these specifications that the contractor be thoroughly familiar with all such ordinances and codes. D. The fact that said various rules, regulations and ordinances are not repeated in this specification does not relieve the contractor of the responsibility of making the entire installation in accordance with the requirement of those authorities having jurisdiction. E. All work shall comply with the applicable recommendations of: 1. The Occupations Safety and Health Act (OSHA) 2. Current applicable city building codes. F. Plumbing: Conform to current plumbing code. G. Obtain permits and request inspections from authority having jurisdiction. H. Safe Drinking Water Act and Senate Bill S.3874: All products must meet the lead-free requirements of the SDWA and NSF/ANSI 372 certification. 1.04 PROJECT/SITE CONDITIONS A. Install work in locations shown on the drawings unless prevented by project conditions. B. Prepare drawings showing proposed rearrangement of work to meet project conditions, including changes to work specified in other sections. Obtain permission of owner and architect/engineer before proceeding. C. This contractor, before submitting his bid, shall visit the site of the project to familiarize himself with locations and conditions affecting his work. D. It is the intent of this specification that the contractor furnishes all labor and material required completing the installation as outlined in the drawings and specifications. No additions to the contract price shall be allowed due to the failure of this contractor to properly evaluate the effect of existing conditions on the work to be done under this contract. 1.05 SEQUENCING AND SCHEDULING A. This contractor shall arrange his work in order that it progresses along with the general construction of the building. B. This contractor shall be kept informed as to the work of other trades engaged in the project and shall execute his work in such a manner so as not to delay or interfere with progress of other contractors. 22 0050 BASIC PLUMBING REQUIREMENTS Page 1 of 5 Page 114 of 233 C. Where space for mechanical and electrical lines and piping is limited, it is imperative that all such trades coordinate their work so as to insure concealment in space provided. Where conflict exists, the engineer shall decide priority of space. If work is not properly coordinated, the engineer may require removal and relocation of work without additional compensation. 1.06 GUARANTEE A. This contractor shall guarantee all of the apparatus, materials, equipment furnished and labor installed under this contract for a period of one year after date of final acceptance, unless a longer period is specified. B. Neither final certificate of payment nor any provisions in the contract documents nor partial or complete occupancy of premises by owner shall constitute an acceptance for work not done in accordance with contract documents or relieve the contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. C. Should any defects arise as the result of defective workmanship or material within the guarantee period set forth, this contractor shall make the necessary correction at his own expense. 1.07 ENGINEER APPROVED EQUAL PRODUCTS A. When the engineer, at the request of the interested parties, including the contractor, supplier and manufacturer approved "engineer approved equal" products for this project, such products are approved on the assumption that they will equal or exceed the performance of the products specified. B. If such products do not do so after being installed on this project, this contractor shall replace or modify the particular product as necessary to equal the performance of the products specified at no expense to the owner, architect or engineer. C. Request for "engineer approved equal" products shall be received by the architect/engineer prior to the last addendum being issued. Requests for substitutions received after this date will not be considered. Substitution requests shall clearly state which products are being considered for substitution. Substitution requests shall include all pertinent product information needed to evaluate the substitution as an "equal". D. Similar products shall be all of the same manufacturers and style. There is no exception to this unless prior approval has been granted from engineer. 1.08 PROTECTION AND MAINTENANCE A. Where necessary to connect to any existing utility service, this contractor shall contact the owner and shall coordinate any service connection with the owner. B. This contractor shall protect existing equipment in finished areas from dirt, dust and damage as a result of his work. 1.09 DEMOLITION A. This contractor shall be responsible for the demolition and removal of all existing mechanical elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be relocated". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. 4. All elements to be removed are subject to the Owner's Right of Salvage. B. Preserve services to the existing facility. Extend/reroute/reconnect existing systems as required providing for the continued function of these systems. 1.10 CUTTING AND PATCHING A. This contractor shall do all cutting and patching necessary for the installation of his work. B. This contractor shall arrange for openings in the building as required for the installation of equipment furnished under this contract. 22 0050 BASIC PLUMBING REQUIREMENTS Page 2 of 5 Page 115 of 233 C. Where sewers must be extended or changed, patching with concrete will be done in the building. Patching shall be at both the top and bottom of sleeves where above grade. D. In areas where the integrity of new or existing fire separation assembly/wall is compromised by the work, contractor shall be responsible to patch and/or seal openings as necessary to maintain/return fire separation to rating as required by applicable codes. E. This contractor shall do all cutting and patching required for his work beyond the remodeled areas unless otherwise noted. All finish work shall include patching to match existing adjacent surfaces. Painting shall be by others. 1.11 CLEANING AND RUBBISH A. This contractor shall upon completion of his work, remove all rubbish and debris resulting from his operation and shall remove it from site at his own expense. B. In so far as his work is concerned, all equipment shall be cleaned and the premises left in first class condition. C. This contractor shall maintain the work area each day to prevent hazardous accumulation of waste from his work. 1.12 UTILITY COMPANY A. Any fees by the utility company are to be billed directly to the owner. 1.13 HAZARDOUS MATERIALS A. If the contractor stores any hazardous solvents or other materials on the site, he shall obtain copies of the safety data sheets for the materials and post them on the site. He shall inform the owner and all employed of any potential exposure to this material. B. At no time shall any product containing asbestos be incorporated into the work. 1. If asbestos materials are encountered, report to the owner. The owner will be responsible for asbestos removal. 1.14 RECORD DRAWINGS A. This contractor shall provide, at the conclusion of the project, one clean, non -torn, neat, and legible "as -built" set of drawings to the owner. These drawings shall show the routing of pipes, drawn in at scaled locations. A set of construction blue prints will be furnished for this work. B. All mechanical systems installed shall be shown on the "as -built" drawings. C. Refer to respective architectural specification section for additional information. D. This contractor shall update these drawings during the project at least every week. 1.15 REVIEW OF MATERIALS A. This contractor shall submit to the engineer for review one (1) electronic copy of a brochure giving a complete list of materials and equipment he proposes to furnish. The brochure shall contain complete information as to the make of equipment, type, size, capacities, dimensions and illustration. One of the returned copies shall be kept on the job at all times. B. Checking of submittal drawings by the engineer does not relieve the contractor of the responsibility for the accuracy of such drawings and for their conformity to drawings and specifications unless he notifies engineer in writing of such deviation at time such drawings are furnished. C. All submittals shall have the date marked on them when the contractor receives them from the supplier. Submittals shall be submitted through the contractor and shall not come direct from the supplier to the architect or engineer. D. This contractor shall mark the date and sign each set that he has checked each of them in their entirety before submitting to the engineer. Submittals that are not dated and signed by the contractor will not be accepted, or checked and will be marked "resubmit" and sent back to the contractor. 22 0050 BASIC PLUMBING REQUIREMENTS Page 3 of 5 Page 116 of 233 1.16 TEST OF SYSTEMS A. This contractor shall, before concealed, test all systems installed under this contract as called for in these specifications and as required by local codes. Tests shall be made in the presence of the engineer, local authorities or their duly authorized representative. Any defects discovered in testing shall be corrected and the tests repeated until all defects are eliminated. B. This contractor shall be held responsible for all damage resulting from defects in the system. C. At the conclusion of construction (before any covering up, painting or finishing) each element of the system shall be thoroughly tested against leakage with appropriate pressure tests as outlined herein and in appropriate sections of the specifications. All testing shall be hydrostatic unless permission is granted otherwise. 1. Water: 100 psi maintained 8 hours D. Fluid lines other than the above 1.5 times operating with a minimum pressure of 60 psig. E. No covering or backfilling of plumbing lines shall be done until inspected by the architect or local inspector. Test T's shall be provided on all waste and vent stacks 4'-6" above each floor as required for testing the plumbing system. F. After completion of installation, the systems shall be given tests under full operating conditions and pressures and all adjustments shall be made to make the system operative as required. All safety devices shall be tested for correct operation. 1.17 SCOPE OF WORK A. All work shall be performed by well-qualified and licensed mechanics with a thorough knowledge of the various systems involved in this building. It shall be this contractor's responsibility to see that his mechanics are familiar with all the various codes and tests applicable to this work. B. All equipment shall be new and of the type as specified by the engineer unless otherwise noted in these specifications or on the drawings to remain and or be reused. C. The intent of the drawings and specifications is for complete installation of the systems outlined in the drawings and specifications so that at the conclusion of construction the system will be turned over to the owner complete and ready for safe and efficient operation. D. This contractor shall be required to furnish and install all such items normally included on systems of this type, which, while not mentioned directly herein or on the drawings are obviously essential to the installation and operation of the system and which are normally furnished on quality installation of this type. The drawings and specifications cannot deal individually with the many minute items that may be required by the nature of the systems. E. If there is a discrepancy between the drawings and the specifications or within either document, the more stringent requirement shall be estimated unless brought to the engineer's attention and an addendum is issued for clarification. 1.18 VERIFICATION OF ELEVATION OF EXISTING LINES A. This contractor, before starting any new work, shall verify the elevations of all existing piping to which he must connect under this contract. He shall report any discrepancies between drawing elevations and actual elevations to the engineer before proceeding with the work. Failure of the contractor to do so shall make him liable for the cost of extra work involved. 1.19 DAILY HOUSEKEEPING A. At the end of each working day, this contractor shall remove all of his debris, rubbish, tools and surplus materials from the project work area. The work area shall be broom clean and left in a neat and orderly condition. The contractor for the removal of debris from the project shall not use the owner's waste disposal facility. B. At end of construction, all equipment shall be cleaned and the premises left in first class condition as far as this contractor's work is concerned. 22 0050 BASIC PLUMBING REQUIREMENTS Page 4 of 5 Page 117 of 233 1.20 CLEANING OF MECHANICAL SYSTEMS A. The mechanical contractor shall clean and passivate all plumbing systems. Flush systems with water until free from all sand, grit, gravel, oil, etc. Provide Babcock/Wilcox Millipore and biological testing on the flush water. The flush will be considered a success when the water exiting the system contains less than 100 ppb of total suspended solids and less than 100 RLUs. B. This contractor shall thoroughly clean all rust, grease, cement, etc., from all equipment and piping furnished and installed by him as required to leave surfaces suitable for finish painting. C. This contractor shall keep all pipes, waste lines, etc., plugged, drained or otherwise protected during construction. All items of mechanical equipment shall be suitably protected and upon completion of project shall be equal to new condition. 1.21 TRENCHING AND BACKFILLING A. Each contractor is responsible for their own individual trenching and backfilling unless otherwise noted in the drawings or addendum. B. All underground utilities, piping, etc shall be located exactly before digging. This contractor shall be held responsible for all damages caused by failure to do so. C. Any backfill shall be tamped and compacted to prevent future settling. The backfill shall be installed to a smooth and level grade and installed in accordance with local codes. D. All excess dirt shall be cleared from the area and disposed of as directed by the owner. E. Refer to architectural specification sections for additional requirements. 1.22 ALTERNATES A. Refer to General Specification Sections for alternate bid description. 1.23 DIGITAL MEDIA AGREEMENT A. Computer Aided Drafting (CAD) documents may be available to the contractor for some uses. Contact the engineer prior to bidding to determine what information is available to be transmitted to the contractor in digital form. B. When documents are determined to be available, and as requested by the contractor, they will be transmitted upon the completion and execution of the MODUS digital media agreement. A service fee for each document transmitted will be assessed to the contractor. Documents will be transmitted upon payment receipt. Current service fee is $100.00 per CAD sheet. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION 22 0050 BASIC PLUMBING REQUIREMENTS Page 5 of 5 Page 118 of 233 SECTION 22 0080 PLUMBING SCHEDULE OF VALUES PART 1 GENERAL 1.01 FORM COMPLETION A. The successful mechanical contractor shall complete this form in its entirety within 30 days of receipt of the signed contract from the general contractor, and submit directly to MODUS. B. This information is confidential and will not be disclosed to any individual outside of MODUS. Data collected will be used in evaluating pay applications. 1.02 OVERALL CONTRACT Basic Plumbing Bid Add or deduct accepted alternates, negotiated changes, or other modifications to the contract Total Plumbing Bid 1.03 SCHEDULE OF VALUES PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED $ $ $ Domestic Plumbing Piping - Material $ Domestic Plumbing Specialties - Material $ Plumbing Fixtures - Material $ Total Plumbing Bid (Sum of Schedule of Values) $ END OF SECTION 22 0080 PLUMBING SCHEDULE OF VALUES Page 1 of 1 Page 119 of 233 SECTION 22 1116 DOMESTIC PLUMBING PIPING PART 1 GENERAL 1.01 SECTION INCLUDES A. Water piping (below grade) B. Ball valves. 1.02 REFERENCES A. ASME B31.9 - Building Service Piping. B. ASME B16.18 - Cast Bronze Solder - Joint Pressure Fittings. C. ASME B16.22 - Wrought Copper and Bronze Solder -Joint Pressure Fittings. D. ASME B16.26 - Cast Bronze Fittings for Flared Copper Tubes. E. ASME B16.29 - Wrought Copper and Wrought Copper Alloy Solder -Joint Drainage Fittings - DWV. F. ASME B16.32 - Cast Copper Alloy Solder -Joint Fittings for Solvent Drainage Systems. G. ASTM A234 - Pipe Fittings of Wrought Copper Steel and Alloy Steel for Moderate and Elevated Temperatures. H. ASTM B32 - Solder Metal. I. ASTM B42 - Seamless Copper Pipe. J. ASTM B43 - Seamless Red Brass Pipe. K. ASTM B75 - Seamless Copper Tube. L. ASTM B88 - Seamless Copper Water Tube. M. ASTM B251 - Wrought Seamless Copper and Copper -Alloy Tube. N. ASTM B302 - Threadless Copper Pipe (TP). 0. ASTM B306 - Copper Drainage Tube (DWV). P. ASTM C14 - Concrete Sewer, Storm Drain and Culvert Pipe. Q. ASTM D2683 - Socket type Polyethylene fillings for outside diameter controlled polyethylene pipe. R. AWS A5.8 - Brazing Filler Metal. S. AWWA C651 - Disinfecting Water Mains. T. NSF/ANSI 61 - Drinking Water System Components - Health Effects. U. NSF/ANSI 372 - Drinking Water System Components - Lead Content. 1.03 SUBMITTALS A. Product Data: Provide data on pipe materials, pipe fittings, valves and accessories. Provide manufacturers catalog information. Indicate valve data and ratings. 1.04 PROJECT RECORD DOCUMENTS A. Record actual locations of valves. 1.05 OPERATION AND MAINTENANCE DATA A. Maintenance Data: Include installation instructions, spare parts list and exploded assembly views. 1.06 QUALITY ASSURANCE A. Perform work in accordance with the State of Iowa. B. Valves: Manufacturer's name and pressure rating marked on valve body. 22 1116 DOMESTIC PLUMBING PIPING Page 1 of 4 Page 120 of 233 C. Identify pipe with marking including size, material classification, specification, potable water certification and water pressure rating. D. Maintain one copy of each document on site. 1.07 REGULATORY REQUIREMENTS A. Perform work in accordance with local jurisdiction plumbing code. B. Conform to applicable code for installation of back flow prevention devices. C. Provide certificate of compliance from authority having jurisdiction indicating approval of installation of back flow prevention devices. D. Wetted surfaces of brass and bronze components shall contain <0.25% weighted average lead content (lead free) as defined by NSF/ANSI Standards 61 and 372. 1.08 DELIVERY, STORAGE AND PROTECTION A. Deliver, store, protect and handle products to site. B. Accept valves on site in shipping containers with labeling in place. Inspect for damage. C. Provide temporary protective coating on cast iron and steel valves. D. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation. E. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work and isolating parts of completed system. 1.09 ENVIRONMENTAL REQUIREMENTS A. Do not install underground piping when bedding is wet or frozen. PART2 PRODUCTS 2.01 WATER PIPING (BELOW GRADE) A. Copper Tubing: 1. ASTM B88, type #K, soft copper, piping less than three inches. 2. Fittings: None. 3. Joints: None. B. Copper Tubing: 1. ASTM B88, type #K, hard drawn, piping less than three inches. 2. Fittings: ASME B16.18, cast bronze. 3. Joints: AWS A5.8, BCuP silver braze. 2.02 BALL VALVES A. Up To and Including 2 Inches: Bronze full port, two piece body, stainless steel ball and stem. Teflon seats and stuffing box ring, lever handle, solder or threaded ends. 1. Manufacturer: a. Apollo #77LF b. Watts #B-6080-SS c. Milwaukee d. Engineer approved equal. PART 3 EXECUTION 3.01 PREPARATION A. Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe. B. Remove scale and dirt, on inside and outside, before assembly. C. Prepare piping connections to equipment with flanges or unions. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. 22 1116 DOMESTIC PLUMBING PIPING Page 2 of 4 Page 121 of 233 B. Provide non-conducting dielectric connections wherever jointing dissimilar metals. C. Group piping whenever practical at common elevations. D. Install piping to allow for expansion and contraction without stressing pipe, joints or connected equipment. E. Provide access where valves and fittings are not exposed. Coordinate size and location of access doors. F. Establish elevations of buried water service to ensure not less than six feet (6') of cover unless otherwise noted. G. Provide support for utility meters in accordance with requirements of utility companies. H. Prepare exposed, unfinished pipe, fittings, supports and accessories not pre-finished, ready for finish painting. I. Install valves with stems upright or horizontal, not inverted. J. Install water piping to ASME B31.9. K. Sleeve pipes passing through walls. L. Where static water pressure in the water supply piping exceeds 80 psi, a water pressure reducing valve preceded by a strainer shall be installed and the static pressure reduced to 80 psi or less. Pressure regulator(s) equal to or exceeding 1-1/2 inches shall not require a strainer. 3.03 APPLICATION A. Install unions downstream of valves and at equipment or apparatus connections. B. Install brass male adapters each side of valves in copper piped system. Solder adapters to pipe. 3.04 ERECTION TOLERANCES A. Establish invert elevations, slopes for drainage to 1/8 inch per foot 1% minimum. Maintain gradients. B. Slope water piping minimum 0.25% and arrange to drain at low points. 3.05 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Prior to starting work, verify system is complete, flush and clean. B. The plumbing contractor is to make sure sanitary sewer lines are running smooth by running a snake through the sanitary sewer lines prior turning the facility over to the owner. C. Ensure pH of water to be treated is between 7.4 and 7.6 by adding alkali (caustic soda or soda ash) or acid (hydrochloric). D. Inject disinfectant, free chlorine in liquid, powder or tablet form throughout system to obtain 50-to 80 mg/L residual. E. Bleed water from outlets to ensure distribution and test for disinfectant residual at minimum 15% of outlets. F. Maintain disinfectant in system for 24 hours. G. If final disinfectant residual tests less than 25 mg/L, repeat treatment. H. Flush disinfectant from system until residual equal to that of incoming water or 1.0 mg/L. I. Take samples no sooner than 24 hours after flushing from 10% of outlets and from water entry and analyze in accordance with AWWA C651. Submit written report to owner. J. Work in this section shall be by a pre-approved water treatment contractor. 3.06 TESTING A. Upon completion of a section or of the entire hot and cold water supply system, it shall be tested and proved tight under a water pressure not less than the working pressure under which it is to be used. 22 1116 DOMESTIC PLUMBING PIPING Page 3 of 4 Page 122 of 233 B. The water used for tests shall be obtained from a potable source of supply C. Except for plastic piping, a 50 psi air pressure shall be permitted to be substituted for the water test. D. In either method of test, the piping shall withstand the test without leaking for a period of not less than 15 minutes. 3.07 SERVICE CONNECTIONS A. Provide new water service complete with approved reduced pressure backflow preventer and water meter with by-pass valves and sand strainer. 1. Install service piping and valves as indicated on the site drawing. Provide thrust blocks at all changes in direction. Verify the local city requirements prior to bid. 2. Install remote meter readout and associated wiring. Coordinate location with utility company. B. The plumbing contractor is responsible to contact and inform the utility companies, prior to the utility companies coming to the site, of any underground utilities and piping they may be aware of. C. Charges by the utility company to provide services shall not be included in the bid and shall be paid directly by the owner. 3.08 SCHEDULES A. See the drawings. END OF SECTION 22 1116 DOMESTIC PLUMBING PIPING Page 4 of 4 Page 123 of 233 SECTION 22 1119 DOMESTIC PLUMBING SPECIALTIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Yard hydrant B. Double check valve C. Manhole 1.02 RELATED SECTIONS A. Specification Section 22 1116 - Domestic Plumbing Piping B. Specification Section 22 4000 - Plumbing Fixtures 1.03 REFERENCES A. ASSE 1011 - Hose Connection Vacuum Breakers. B. ASSE 1019 - Wall Hydrants, Frost Proof Automatic Draining Anti -Backflow Types. C. ASTM C478 - Precast Reinforced Concrete Manhole Sections (ASTM C478M - Precast Reinforced Concrete Manhole Sections. D. AWWA C506 - Backflow Prevention Devices - Reduced Pressure Principle and Double Check Valve Types. E. NSF/ANSI 61 - Drinking Water System Components - Health Effects. F. NSF/ANSI 372 - Drinking Water System Components - Lead Content. 1.04 SUBMITTALS A. Product Data: Provide component sizes, rough -in requirements, service sizes and finishes. B. Shop Drawings: Indicate dimensions, weights and placement of openings and holes. C. Certificates: Certify that grease interceptors meet or exceed specified requirements. D. Manufacturer's Instructions: Indicate assembly and support requirements. E. Project Record Documents: Record actual locations of equipment, clean out, backflow preventers, water hammer arrestors. F. Operation Data: Indicate frequency of treatment required for interceptors. G. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years experience. 1.06 DELIVERY, STORAGE AND PROTECTION A. Accept specialties on site in original factory packaging. Inspect for damage. 1.07 REGULATORY REQUIREMENTS A. Wetted surfaces of brass and bronze components shall contain <0.25% weighted average lead content (lead free) as defined by NSF/ANSI Standards 61 and 372. PART 2 PRODUCTS 2.01 YARD HYDRANT, PEDESTAL (YH-1) A. See schedule on drawings. B. ASSE 1052 backflow prevention, freeze proof, self -draining, anti -siphon with 3/4" brass hose nozzle, lockable cover, vacuum breaker, and flow control lock. 2.02 DOUBLE CHECK VALVE A. Manufacturers: 22 1119 DOMESTIC PLUMBING SPECIALTIES Page 1 of 2 Page 124 of 233 1. Watts LF719 2. Zurn/Wilkins 3. Conbraco/Apollo 4. Febco 5. Ames 6. Engineer approved equal. B. Description: Double check valve assembly consisting of two independent check valves with integral shutoff valves. C. Construction: 1. Springs: Stainless Steel 2. Discs: Silicone 3. Access ports: Device shall have 2 access ports. One for each check valve. A single access port is not acceptable. D. Accessories: 1. Strainer: Y-type lead free strainer 2. Shut off Valves: Quarter turn ball valves E. Approvals: 1. ASSE 1015 2. Approved by the Foundation for Cross-Connection Control and Hydraulic Research at the University of Southern California. 3. NSF/ANSI 61 (Less than 0.25% Lead by weight) 4. UL Classified (not valves) 2.03 MANHOLE A. Formed Bottom Manholes: Nyloplast formed storm drainage structure. ASTM C478; reinforced precast concrete sections laid on cast-in-place reinforced concrete foundation pad as specified. B. Size: 48 inch diameter. C. Cover: Standard cast iron with minimum sized pick hole and frame. Use heavy-duty cover and frame in vehicular traffic areas. D. Steps to be 3/4 inch diameter galvanized steel on 16 inch centers. E. Refer to detail for additional information. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install approved potable water protection devices on plumbing lines where contamination of domestic water may occur; exterior wall hydrants. C. Install air gap fittings at all equipment drains when equipment is connected to domestic water. END OF SECTION 22 1119 DOMESTIC PLUMBING SPECIALTIES Page 2 of 2 Page 125 of 233 SECTION 22 4000 PLUMBING FIXTURES PART 1 GENERAL 1.01 SECTION INCLUDES A. See plumbing fixture schedules on drawings. 1.02 RELATED SECTIONS A. Specification Section 22 1116 - Domestic Plumbing Piping B. Specification Section 22 1119 - Domestic Plumbing Specialties 1.03 REFERENCES A. ARI 1010 - Drinking Fountains and Self -Contained Mechanically Refrigerated Drinking Water Coolers. B. NSF/ANSI 61 - Drinking Water System Components - Health Effects. C. NSF/ANSI 372 - Drinking Water System Components - Lead Content. 1.04 SUBMITTALS A. Product Data: Provide catalog illustrations of fixtures, sizes, rough in dimensions, utility sizes, trim, and finish. B. Manufacturer's Instructions: Indicate installation methods and procedures. C. Maintenance Data: Include fixture trim exploded view and replacement parts lists. D. Warranty: Submit manufacturer's warranty and ensure forms have been completed in owners name and registered with manufacturer. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years experience. 1.06 REGULATORY REQUIREMENTS A. Wetted surfaces of brass and bronze components shall contain <0.25% weighted average lead content (lead free) as defined by NSF/ANSI Standards 61 and 372. 1.07 DELIVERY, STORAGE, AND PROTECTION A. Accept fixtures on site in factory packaging. Inspect for damage. B. Protect installed fixtures from damage by securing areas and by leaving factory packaging in place to protect fixtures and prevent use. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install each fixture with trap, easily removable for servicing and cleaning. C. Install components level and plumb. 3.02 ADJUSTING A. Adjust stops or valves for intended water flow rate to fixtures without splashing, noise or overflow. 3.03 CLEANING A. Clean plumbing fixtures and equipment. END OF SECTION 22 4000 PLUMBING FIXTURES Page 1 of 1 Page 126 of 233 SECTION 26 0050 BASIC ELECTRICAL REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Basic Electrical Requirements specifically applicable to Electrical Division Specification Sections. B. Division 26 Specification requirements also include, by reference, all Division 00 and 01 specification sections. This contractor is responsible to review these specification sections. Requirements of these specification sections are included as a part of this contract. 1.02 OWNER OCCUPANCY A. The owner will not occupy the premises during the construction period. 1.03 REGULATORY REQUIREMENTS A. This contractor shall give proper authorities all requisite notices relating to work in his charge, obtain official permits, licenses for temporary construction and pay proper fees for it. B. This contractor is to be solely answerable for and shall promptly make good all damage, injury or delay to other contractors, to neighboring premises or to persons or property of the public by himself, by his employees or through any operation under his charge, whether in the contract or extra work. C. No attempt has been made to reproduce in these specifications any of the rules or regulations contained in city, state or federal ordinances and codes pertaining to the work covered by these specifications that the contractor be thoroughly familiar with all such ordinances and codes. D. The fact that said various rules, regulations and ordinances are not repeated in this specification does not relieve the contractor of the responsibility of making the entire installation in accordance with the requirement of those authorities having jurisdiction. E. All work shall comply with the applicable recommendations of: 1. The National Board of Fire Underwriters 2. The ANSI-NFPA 70 National Electrical Code 3. The National Fire Protection Association (NFPA) 4. The Occupations Safety and Health Act (OSHA) 5. Fire Protection: Conform to International Fire Code (IFC) and NFPA. 6. International Energy Conservation Code (IECC) F. Obtain permits and request inspections from authority having jurisdiction. G. Conform to latest approved versions of codes. 1.04 PROJECT/SITE CONDITIONS A. Install work in locations shown on drawings unless prevented by project conditions. B. Prepare drawings showing proposed rearrangement of work to meet project conditions, including changes to work specified in other sections. Obtain permission of owner and architect/engineer before proceeding. C. This contractor, before submitting his bid, shall visit the site of the project to familiarize himself with locations and conditions affecting his work. D. It is the intent of this specification that the contractor furnish all labor and material required to complete the installation as outlined in the drawings and specifications. No additions to the contract price will be allowed due to the failure of this contractor to properly evaluate the effect of existing conditions on the work to be done under this contract. E. This contractor shall provide, as necessary, for the installation of his work and in accordance with materials other than the structure. 26 0050 BASIC ELECTRICAL REQUIREMENTS Page 1 of 5 Page 127 of 233 1.05 SEQUENCING AND SCHEDULING A. This contractor shall arrange his work in order that it progresses along with the general construction of the park. B. This contractor shall be kept informed as to the work of other trades engaged in the project and shall execute his work in such a manner so as not to delay or interfere with progress of other contractors. C. Where space for mechanical and electrical lines and piping is limited, it is imperative that all such trades coordinate their work so as to insure concealment in space provided. Where conflict exists, the engineer shall decide priority of space. If work is not properly coordinated, the engineer may require removal and relocation of work without additional compensation. 1.06 GUARANTEE A. This contractor shall guarantee all of the apparatus, materials, equipment furnished, and labor installed under this contract for a period of one year after date of final acceptance, unless a longer period is specified. B. Neither final certificate of payment nor any provisions in the contract documents nor partial or complete occupancy of premises by owner shall constitute an acceptance for work not done in accordance with contract documents or relieve the contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. C. Should any defects arise as the result of defective workmanship or material within the guarantee period set forth, this contractor shall make the necessary correction at his own expense. 1.07 ENGINEER APPROVED EQUAL PRODUCTS A. When the engineer, at the request of the interested parties, including the contractor, supplier and manufacturer approved "engineer approved equal" products for this project, such products are approved on the assumption that they will equal or exceed the performance of the products specified. B. If such products do not do so after being installed on this project, this contractor shall replace or modify the particular product as necessary to equal the performance of the products specified at no expense to the owner, architect or engineer. C. Request for "engineer approved equal" products shall be received by the architect/engineer prior to the last addendum being issued. Requests for substitutions received after this date will not be considered. Substitution requests shall clearly state which products are being considered for substitution. Substitution requests shall include all pertinent product information needed to evaluate the substitution as an "equal". D. Similar products shall be all of the same manufacturers and style. There is no exception to this unless prior approval has been granted from engineer. 1.08 OWNER'S RIGHT OF SALVAGE A. Before beginning construction, the contractor shall check and verify with the owner each item of existing equipment that must be removed. B. The owner will designate which items of material or equipment not reused that he may wish to keep. The contractor shall then remove these items with care and store in a location designated by the owner for the owners disposal. C. All other items of equipment to be removed and not specified for reuse in new construction or reserved by the owner for his use shall become the property of the contractor and shall be removed from the site. 1.09 PROTECTION AND MAINTENANCE A. This contractor shall protect existing equipment in finished areas from dirt, dust and damage as a result of his work. 26 0050 BASIC ELECTRICAL REQUIREMENTS Page 2 of 5 Page 128 of 233 1.10 DEMOLITION A. This contractor shall be responsible for the demolition and removal of all existing electrical elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be reused". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. 4. All elements to be removed are subject to the Owner's Right of Salvage. B. Preserve services to the existing facility. Extend/reroute/reconnect the existing systems as required providing for the continued function of these systems. 1.11 CUTTING AND PATCHING A. This contractor shall do all cutting and patching necessary for the installation of his work. 1.12 CLEANING AND RUBBISH A. This contractor, upon completion of his work, shall remove all rubbish and debris resulting from his operation and shall remove it from site at his own expense. B. As far as his work is concerned, all equipment shall be cleaned and the premises left in first class condition. C. This contractor shall maintain the work area each day to prevent hazardous accumulation of waste from his work. 1.13 HAZARDOUS MATERIALS A. If the contractor stores any hazardous solvents or other materials on the site, he shall obtain copies of the safety data sheets for the materials and post them at the site. He shall inform the owner and all employed of any potential exposure to this material. 1.14 AS -BUILT DRAWINGS A. This electrical contractor shall provide (at the conclusion of the project) one clean, non -torn, neat and legible "as -built" set of drawings to the owner. These drawings shall show the routing of conduit, wiring and equipment drawn in at scaled locations. All circuits shall be labeled and shall conform to labeled panel breakers. All dimensions indicated shall be referenced to a column line. A set of construction drawings will be furnished for this work. B. All electrical panels and electrical installed equipment shall be shown on the "as -built" drawings. C. Refer to General Specification Sections for additional requirements. D. This contractor shall update these drawings during the project at least once a week. 1.15 ALTERNATES A. Refer to description of alternate bids under General Specification Sections. 1.16 REVIEW OF MATERIALS A. This contractor shall submit to the engineer for review one (1) electronic copy giving a complete list of materials, fixtures, devices and panels he proposes to furnish. The brochure shall contain complete information as to the make of equipment, type, size, capacities, dimensions, and illustration. One of the returned copies shall be kept on the job at all times. B. Checking of submittal drawings by the engineer does not relieve the contractor of the responsibility for the accuracy of such drawings and for their conformity to drawings and specifications unless he notifies engineer, in writing, of such deviation at time such drawings are furnished. C. All submittals shall have the date marked on them when the contractor receives them from the supplier. Submittals shall be submitted through the contractor and shall not come direct from the supplier to the architect or engineer. D. This contractor shall mark the date and sign each set. This indicates that each of them have been checked in their entirety before submitting to the engineer. Submittals that are not dated 26 0050 BASIC ELECTRICAL REQUIREMENTS Page 3 of 5 Page 129 of 233 and signed by the contractor will not be accepted or checked and will be marked "resubmit" and sent back to the contractor. 1.17 TEST OF SYSTEMS A. This contractor shall, before concealed, test all systems installed under this contract as called for in these specifications and as required by local codes. Tests shall be made in the presence of the engineer, local authorities or their duly authorized representative. Any defects discovered in testing shall be corrected and the tests repeated until all defects are eliminated. B. This contractor shall be held responsible for all damage resulting from defects in the system. C. Each individual feeder circuit shall be tested at the panel and in testing for insulation resistance to ground; the power equipment shall be connected for proper operation. In no case shall the insulation resistance to ground be less than that required by the National Electrical Code (NEC). 1.18 SCOPE OF WORK A. This contractor shall furnish all the labor and material necessary to install a complete electrical system for the park. The system shall include all items of work as outlined in these specifications and on the drawings. B. All work shall be performed by a well-qualified, licensed electrician with a thorough knowledge of the various systems involved in this building. It shall be this contractor's responsibility to see that his employees are familiar with all the various codes and tests applicable to this work. C. All equipment shall be new and of the type specified by the engineer unless otherwise noted in these specifications or on the drawings to remain and or be reused. D. The intent of the specifications and drawings is for complete installation of the systems outlined in the specifications and drawings so that at the conclusion of construction the system will be turned over to the owner complete and ready for safe and efficient operation. The specifications and drawings cannot deal individually with the many minute items that may be eventually required by the nature of the systems. E. This contractor is required to furnish and install all such items normally included on systems of this type, which, while not mentioned directly herein or on the drawings are obviously essential to the installation and operation of the system and which are normally furnished on quality installation of this type. F. This contractor, before proceeding with any work, shall review the architectural drawings. Any conflict between the electrical and architectural drawings shall be reported to the engineer for clarification. G. If there is a discrepancy between the drawings and the specifications or within either document, the more stringent requirement shall be estimated unless brought to the engineer's attention and an addendum is issued for clarification. H. The Electrical Contractor shall establish electrical utility elevations prior to fabrication and installation. The Electrical Contractor shall coordinate utility elevations with other trades. All elevations shall be coordinated with all trades in the field prior to installation. When a conflict between trades arises, the design team shall be notified immediately prior to further installation however priority shall be as follows: 1. Lighting Fixtures 2. Plumbing. 3. Conduits and wireway. 1.19 DAILY HOUSEKEEPING AND CLEANING A. At the end of each workday, the contractor shall remove all of his debris, rubbish, tools, and surplus materials from the project work area. The work area shall be broom cleaned and left in a neat and orderly condition. The contractor shall not use the owner's waste disposal facility for the removal of debris from the project. B. At end of construction, all equipment shall be cleaned and the premises left in first class condition as far as this contractor's work is concerned. 26 0050 BASIC ELECTRICAL REQUIREMENTS Page 4 of 5 Page 130 of 233 1.20 ELECTRICAL UTILITY COMPANY A. Any fees by the utility company are to be billed directly to the owner. B. The contractor is required to assist the owner in the preparation of all utility company rebate forms that deal with equipment furnished and/or installed as a part of this contractor. 1.21 TELECOMMUNICATIONS UTILITY COMPANY A. Any fees by the telecommunications utility company are to be billed directly to the owner. 1.22 TRENCHING AND BACKFILLING A. Each contractor is responsible for their own individual trenching and backfilling unless otherwise noted in the drawings or addendum. B. All underground utilities, telephone conduit, parking lot lighting, tunnels, etc shall be exactly located prior to digging. This contractor shall be held responsible for all damages caused by failure to do so. C. Any backfill shall be tamped and compacted to prevent future settling. The backfill shall be installed to a smooth and level grade and installed in accordance with local codes. D. All excess dirt shall be cleared from the area and disposed of as directed by the owner. 1.23 TEMPORARY POWER AND LIGHTING A. Temporary electrical power and lighting necessary for the construction process is the responsibility of the electrical contractor and shall be included in the base bid amount. 1.24 DIGITAL MEDIA AGREEMENT A. Computer Aided Drafting (CAD) documents may be available to the contractor for some uses. Contact the engineer prior to bidding to determine what information is available to be transmitted to the contractor in digital form. B. When documents are determined to be available, and as requested by the contractor, they will be transmitted upon the completion and execution of the MODUS digital media agreement. A service fee for each document transmitted will be assessed to the contractor. Documents will be transmitted upon payment receipt. Current service fee is $100.00 per CAD sheet. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION 26 0050 BASIC ELECTRICAL REQUIREMENTS Page 5 of 5 Page 131 of 233 SECTION 26 0051 PRE-BID SUBSTITUTION REQUEST FORM This document shall be submitted for all MODUS projects where a manufacturer's sales rep requests that additional products be considered where they are not currently listed on the lighting fixture schedule and/or specifications. Where "Engineer Approved Equal" is listed on the fixture schedule, the designer for the project was unable to find a product that matched the performance and/ or aesthetic criteria required. Product submittals shall include notations on any variances so that they are brought to the attention of the designer for consideration. All substitution requests shall be submitted to the electrical engineer (10) ten business days prior to the project bid date. The electrical engineer contact information can be found on the first page of the MEP cover sheet. If information is not available, please contact MODUS directly at (515) 251-7280 to identify the responsible party. Refer to the paragraphs below for product submittal requirements. However, only page 2 is to be completed and submitted with the required information. LIGHTING FIXTURE SUBSTITUTION REQUEST FOR CONSIDERATION: 1. Provide a summary, description, and any discrepancies of the lighting fixture(s) being submitted for consideration. - i.e. "submitting alternate fixtures for cove products", "submitting alternate LED troffer", etc. 2. Summarize any differences that you are aware of for each product: "has 3.5" aperture while 3" was specified", "fixture has slightly lower lumen package but better efficacy", "steel pole instead of aluminum", etc. 3. Provide a list of lighting fixtures being submitted on your company letterhead along with this form at the beginning of the submittal. The list shall include the TYPE, MANUFACTURER and MODEL NUMBER that is being submitted. 4. Submitter shall include a product page for each type(s) being submitted. The product page shall have all parts of the model number identified by highlighting or boxing in the specific components. If these items are not identified, we will not review the submittal request. 5. Submit IES files for all products submitted, re -named with the fixture type being submitted. Photopia or other software created files will not be accepted. ie: TYPE FA.ies LIGHTING CONTROLS SUBSTITUTION REQUEST FOR CONSIDERATION: 1 Provide a summary, description, and any discrepancies of the lighting control devices being submitted for consideration. ie - "submitting alternate control devices". 2. Please provide and review the sequence of operation located on our lighting drawings that outline the required control methods for each space. It is our expectation that the submitter completely understands the manufacturer's responsibility to make sure all parts and pieces are included is your submittal. 3. Provide manufacturer warranty and commissioning information. 4. Submitter shall include a product page for each type(s) being submitted. The product page shall have all parts of the model number identified by highlighting or boxing in the specific components. SUMMARY OF OTHER LIGHTING RELATED ITEMS BEING SUBMITTED: 1. This section is for battery packs, inverters or any other items that you would like us to consider where you believe that you have an equivalent product for us to consider. Again, please don't just include "generic" cutsheets — identify exactly what products you are submitting and if there are any differences that we should be aware of. 26 0051 PRE-BID SUBSTITUTION REQUEST FORM Page 1 of 2 Page 132 of 233 PROJECT NAME: PROJECT LOCATION: DATE SUBMITTED: BID DATE: ELECTRICAL ENGINEER: FIXTURE SCHEDULE SHEET: LIGHTING FIXTURE SUBSTITUTION REQUEST FOR CONSIDERATION: Note that if a fixture is approved in our addendum, light fixtures will be approved only with the TYPE and MANUFACTURER listed. It shall be the responsibility of the submitter to verify that all information contained within the submittals after bids are awarded matches the dimensions, lumen outputs, voltages, dimming types, warranties, etc. LIGHTING CONTROLS SUBSTITUTION REQUEST FOR CONSIDERATION: SUMMARY OF OTHER LIGHTING RELATED ITEMS BEING SUBMITTED: END OF SECTION 26 0051 PRE-BID SUBSTITUTION REQUEST FORM Page 2of2 Page 133 of 233 SECTION 26 0080 ELECTRICAL SCHEDULE OF VALUES PART 1 GENERAL 1.01 FORM COMPLETION A. The successful Electrical Contractor shall complete this form in its entirety within 30 days of receipt of signed contract from the General Contractor, and submit directly to MODUS. B. This information is confidential and will not be disclosed to any individual outside of MODUS. Data collected will be used in evaluating pay applications. 1.02 OVERALL CONTRACT Base Electrical Bid $ Add or deduct accepted alternates, negotiated changes, or other modifications to the contract $ Total Electrical Bid $ 1.03 SCHEDULE OF VALUES PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED Utility Service Entrance - Material and Labor $ Electrical Distribution - Material and Labor $ Electrical Distrubution Installation - Material and Labor $ Exterior Lighting - Material and Labor $ Wiring Devices - Material and Labor $ Lighting Control Devices - Material and Labor $ Total Electrical Bid (Sum of Schedule of Values) $ END OF SECTION 26 0080 ELECTRICAL SCHEDULE OF VALUES Page 1 of 1 Page 134 of 233 SECTION 26 0090 MINOR ELECTRICAL DEMOLITION FOR REMODELING PART 1 GENERAL 1.01 SECTION INCLUDES A. The requirements of the Contract Forms, the Conditions of the Contract, Division 1 - General Requirements and Specification Section 26 0050 - Basic Electrical Requirements "General Provisions" apply to this section. 1.02 SCOPE A. This contractor shall be responsible for the demolition and removal of all existing electrical elements within the project area except as follows: 1. Elements shown on the drawings as "existing to remain and/or to be relocated". 2. Elements serving adjacent areas. 3. Elements required for the support of the newly remodeled areas. B. Preserve services to the existing facility. Extend, reroute, and reconnect existing systems as required providing for the continued function of these systems. C. Demolition shall be accomplished by the proper tools and equipment for the work to be removed. Personnel shall be experienced and qualified in the type of work to be performed. D. This electrical contractor shall remove all abandoned equipment, conduit, supports, equipment curbs and bases associated with the remodeled area unless noted otherwise. E. This contractor is responsible to provide temporary electrical protection during this project. 1.03 MATERIALS A. All elements to be removed are subject to the Owner's Right of Salvage. B. All materials removed shall be the property of the removing contractor and shall be removed from the site by him, unless otherwise specified. C. The owner may designate and have salvage rights to any material herein demolished by this contractor. It will be the owner's responsibility to designate such salvageable items and remove them prior to the contractor working in that area. 1.04 WORK BY OTHERS A. Unless specifically noted under other contracts, the electrical contractor shall assume he will perform all required work. In general, the following will be performed by others: 1. The mechanical contractor shall be responsible for the cutting and capping of all existing gas, water, sewer, and any other utility service. 1.05 EXISTING CONDITIONS A. If any existing fixtures or devices that are to remain are disturbed by operations under this contract, the contractor is required to re-establish continuity of such systems. B. The electrical contractor shall arrange for the general contractor to repair and patch all construction with material necessary to match surrounding due to removal of equipment and conduit. C. The electrical contractor shall furnish all required labor and material, where required, to extend new work to connect to similar work for extension of existing systems. D. Demolition plans are based on casual field observations and existing record documents. Report discrepancies to the owner before disturbing existing installation. Beginning of demolition means installer accepts existing conditions. E. This Contractor is responsible for all costs incurred in repair, relocations, or replacement of any cables, conduits, or other services if damaged without proper investigation. 26 0090 MINOR ELECTRICAL DEMOLITION FOR REMODELING Page 1 of 2 Page 135 of 233 PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.01 EXAMINATION A. Verify field -circuiting arrangements and reconnect as necessary. B. Verify that abandoned wiring and equipment serve only abandoned facilities. Reconnect circuits, as required, to prevent de -energizing of remaining receptacles and lights. C. Demolition drawings are based on casual field observation and existing record documents. Report discrepancies to the owner before disturbing existing installation. D. Beginning of demolition means installer accepts existing conditions. E. Review existing panels to remain in the area of construction. Notify the design team of any damaged circuit breakers or missing closure plates. F. Review existing lighting to remain in the area of construction. Notify the design team of any non-functional lamps, ballasts, or electrical parts. 3.02 PREPARATION A. Disconnect electrical systems scheduled for removal. Disconnect circuits at the source. B. Coordinate utility service outage with local utility company. C. Provide temporary wiring and connections to maintain existing systems in service during construction. When work must be performed on energized equipment or circuits use personnel experienced in such operations. This shall include 600 volt or less systems and low voltage signal circuits. 3.03 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. B. C. D. E. F. G. H. Demolish and extend existing electrical work under provisions of this section. Remove, relocate, and extend existing installations to accommodate new construction. Remove abandoned wiring to source of supply. Remove exposed abandoned conduit. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Disconnect and remove abandoned panelboards and distribution equipment. Disconnect and remove electrical devices and equipment serving utilization removed equipment. Disconnect and remove abandoned luminaires, brackets, stems, hangers, and other accessories. This contractor shall include in his bid, associated fees for disposal of ballasts and lamps. I. Repair adjacent construction and finishes damaged during demolition and extension work. J. Extend existing installation using materials and methods compatible with existing electrical installations or as specified. K. The electrical contractor is responsible for removal of lamps and ballast from existing fixtures to be demolished. The electrical contractor is to properly dispose of these items in accordance with codes for hazardous materials. 3.04 INSTALLATION A. Install relocated materials and equipment. END OF SECTION 26 0090 MINOR ELECTRICAL DEMOLITION FOR REMODELING Page 2of2 Page 136 of 233 SECTION 26 0519 ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 GENERAL 1.01 SECTION INCLUDES A. Building wire B. Wiring connectors. 1.02 RELATED SECTIONS A. Specification Section 26 0553 - Identification for Electrical Systems B. Specification Section 26 2416 - Panelboards 1.03 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. D. Product Data: Provide for each cable assembly type. E. Test Reports: Indicate procedures and values obtained. F. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.04 SUBMITTALS A. Project Record Documents: Record actual locations of components and circuits. B. Project Record Documents: Provide documentation of the manufacturer's recommended lug torque value for aluminum conductors, the date the lugs were torqued, and installed torque readings. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. 1.06 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc., as suitable for the purpose specified and indicated. 1.07 PROJECT CONDITIONS A. Verify that field measurements are as indicated. B. Wire and cable routing indicated is approximate unless dimensioned. Include wire and cable lengths within 10 foot of length shown. 1.08 COORDINATION A. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2 PRODUCTS 2.01 BUILDING WIRE A. Manufacturers: 1. Okanite 2. Bell/Hubbell #BICC 3. American Insulated Wire 4. General Cable 5. Southwire 26 0519 ELECTRICAL POWER CONDUCTORS AND CABLES Page 1 of 3 Page 137 of 233 6. United Copper Industries 7. Engineer approved equal. B. Description: Insulated conductor wire. 1. All wire shall be stranded. 2. Provide solid wire pigtails at all wiring devices and lighting control devices. C. Conductor: 1. Copper D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, type #THHN/THWN-2. All cable installation procedures or sizing shall be based on 75 deg C temperature rating. 2.02 WIRING CONNECTORS A. Split Bolt Connectors: 1. Burndy 2. Engineer approved equal. B. Spring Wire Connectors: 1. Thomas & Betts 2. Engineer approved equal. C. Compression Connectors: 1. Burndy 2. Thomas & Betts 3. Engineer approved equal. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that mechanical work likely to damage wire and cable has been completed. C. Verify that raceway installation is complete and supported. 3.02 PREPARATION A. Completely and thoroughly swab raceway over two inch (2") in size or buried below grade before installing wire. 3.03 WIRING METHODS A. Exterior Locations: Use only building wire, type #THHN/THWN-2 insulation, in raceway. Use liquid -tight wiring methods. Use liquid -tight connections. B. Underground Installations: Use only building wire, type #THHN/THWN-2 insulation, in raceway. Use liquid -tight wiring methods. C. Use wiring methods indicated. 3.04 INSTALLATION A. Route wire and cable as required meeting project conditions. B. Install cable in accordance with the NECA "Standard of Installation." C. Use conductors not smaller than 12 AWG for power and lighting circuits. D. Use #10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet. E. Use #10 AWG conductors for 20 ampere, 208/240 volt branch circuits longer than 200 feet. F. It shall be the responsibility of the electrical contractor to verify all voltage drop and size all wire accordingly. G. Pull all conductors into raceway at same time. H. Use suitable wire pulling lubricant for building wire #4 AWG and larger. 26 0519 ELECTRICAL POWER CONDUCTORS AND CABLES Page 2 of 3 Page 138 of 233 I. Protect exposed cable from damage. J. Use suitable cable fittings and connectors. K. Neatly train and lace wiring inside boxes, equipment and panel boards. L. Clean conductor surfaces before installing lugs and connectors. M. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. N. Use suitable reducing connectors or mechanical connector adaptors for connecting aluminum conductors to copper conductors. O. Use split bolt connectors for copper conductor splices and taps, #6 AWG and larger. Tape non -insulated conductors and connector with electrical tape to 150% of insulation rating of conductor. P. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, #8 AWG and smaller. Q. Identify and color code wire and cable under provisions of Specification Section 26 0553 - Identification for Electrical Systems. Identify each conductor with its circuit number or other designation indicated. R. Do not install multi -wire branch circuits. No sharing of neutral shall be permitted. S. Install all conductors and make final connections in accordance with all manufacturer's recommendations. 3.05 FIELD QUALITY CONTROL A. Perform field inspection and testing. B. Inspect wire and cable for physical damage and proper connection. C. Measure tightness of bolted connections and compare torque measurements with manufacturer's recommended values. D. Verify continuity of each branch circuit conductor. END OF SECTION 26 0519 ELECTRICAL POWER CONDUCTORS AND CABLES Page 3 of 3 Page 139 of 233 SECTION 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Rod electrode and conductors. B. Mechanical connectors. C. Wire. D. Grounding well components. E. Ground enhancement material. 1.02 SUBMITTALS A. Product data and manufacturer's installation instructions for non-approved manufacturers shall be submitted for review prior to the bid date. B. Submittals shall include: 1. Dimensional drawing for each planned device. 2. Exothermic Connection Certification for installers. 1.03 SUMMARY A. Provide all labor, materials, and equipment necessary to properly install a grounding system conductor in all new branch wiring and feeder installations, which shall be in full compliance with all applicable codes as accepted by the authorities having jurisdiction. The secondary distribution system shall include a grounding conductor in all raceways in addition to the return path of the metallic conduit. B. In general, all electrical equipment (metallic conduit, motor frames, panelboards, etc.) shall be bonded together with a green insulated or bare copper system grounding conductor in accordance with specific rules of Article 250 of the NEC and local codes. The bonding conductor through the raceway system shall be continuous from main switch ground bus to panel ground bar of each panelboard, and from panel grounding bar of each panelboard to branch circuit equipment and devices. C. All raceways shall have an insulated copper system ground conductor throughout the entire length of circuit installed within conduit in strict accordance with NEC. The grounding conductor shall be included in total conduit fill determining conduit sizes, even though not included or shown on drawings. All grounding conductors that run with feeders in PVC conduit outside of building shall be bare only. D. Provide and install all grounding and bonding as required by the National Electrical Code (NEC) including but not limited to Article 800 of the NEC. 1.04 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. B. IEEE 837-2014: Standard for Qualifying Permanent Connections Used in Substation Grounding. C. IEEE Emerald Book D. IEEE Green Book 1.05 PROJECT RECORD DOCUMENTS A. Submit record documents to accurately record actual locations of grounding electrodes. B. Submit test results of each ground rod. 1.06 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 1 of 5 Page 140 of 233 PART 2 PRODUCTS 2.01 ROD ELECTRODE AND CONDUCTORS A. Material: Copper -clad steel. B. Diameter: 5/8 inch. C. Length: 10 feet (min). Increase number and/or lengths of ground rod electrodes as required to meet and achieve specified resistance. D. Maintain separation of not less than eight foot (8') and not more than 20 feet between ground rod electrodes. 2.02 MECHANICAL CONNECTORS A. All grounding connectors shall be in accordance with UL 467 and UL listed for use with rods, conductors, reinforcing bars, etc., as appropriate. B. Connectors and devices used in the grounding systems shall be fabricated of copper or bronze materials, and properly applied for their intended use. All connectors and devices shall be compatible with the surfaces being bonded and shall not cause galvanic corrosion by dissimilar metals. C. Lugs: Substantial construction, of cast copper or bronze with "ground" (micro -flat) surfaces, twin clamp, and two -hole tongue equal to Burndy QQA Series. D. Grounding and Bonding Bushings: Malleable iron. 1. Manufacturers: a. Thomas & Betts b. Engineer approved equal. E. Piping Clamps: Burndy GAR -TC Series with a two -hole compression terminal. F. Grounding Screw and Pigtail: Raco #983. G. Building Structural Steel: Thompson #701 Series heavy duty bronze "C" clamp with two -bolt vise -grip cable clamp or equal. H. Mechanical lugs or wire terminals shall be used to bond ground wires together or to junction boxes and panel cabinets. 2.03 WIRE A. Material: Stranded copper. B. Size to meet NFPA 70 requirements as a minimum. Increase size if called for on drawings or in these specifications. C. Insulated THWN (or bare as noted elsewhere). 2.04 GROUNDING WELL COMPONENTS A. Well: 12"x12"x12" Eritech inspection well, Quazite box, or engineer approved equal. B. Well Cover: Bolt attachment, skid resistant with "GROUND" embossed on cover, suitable for designated traffic rating. Verify with engineer. C. Material: Polymer concrete with a minimum 10,000Ib. load rating. D. Increase depth or size as required to provide proper access at installed location. 2.05 GROUNDING ENHANCEMENT MATERIAL A. Erico #GEM25A or engineer approved equal. B. Product shall meet IEC 62561-7. PART 3 EXECUTION 3.01 GENERAL A. Install products in accordance with manufacturer's instructions. 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 2 of 5 Page 141 of 233 B. Install grounding electrodes conductor, bonding conductors, ground rods, etc. with all required accessories. C. Grounding shall meet (or exceed as required to meet these specifications) all the requirements of the N.E.C., the NFPA, and applicable standards of IEEE. D. Where there is a conflict between these specifications and the above applicable codes/standards or between this section of these specifications and other sections, then the most stringent or excessive requirement shall govern. Where there is an omission of a code/standard requirement in these specifications then the current code/standard requirements shall comply. E. Requirement in these specifications to comply with a specific code/standard article, etc. is not to be construed as deleting of requirements of other applicable codes/standards and their articles, etc. 3.02 GROUNDING ELECTRODES A. All connections shall be exothermic welded unless otherwise noted herein. All connections above grade and in accessible locations may be by exothermic clamping with devices UL listed as suitable for use except in locations where exothermic welding is specifically specified in these specifications or called for on drawings. B. Each rod shall be die stamped with identification of manufacturer and rod length. C. Install rod electrodes at locations indicated and/or as called for in these specifications. D. Ground Resistance: 1. Main Electrical Service Locations: a. Grounding resistance measured at each main service electrode system shall not exceed 5 ohms. b. Other Locations: 1) Resistance to ground of all non-current carrying metal parts shall not exceed 5 ohms measured at motors, panels, busses, cabinets, equipment racks, light poles, transformers, and other equipment. 2) Resistance called for above shall be maximum resistance of each ground electrode prior to connection to grounding electrode conductor. Where ground electrode system being measured consists of two or more ground rod electrodes then the resistance specified above shall be the maximum resistance with two or more rods connected together but not connected to the grounding electrode conductor. E. Install additional rod electrodes as required to achieve specified resistance to ground (specified ground resistance is for each ground rod location prior to connection to ground electrode conductor). 1. Provide grounding well with cover at each rod location. Install grounding well top flush with finished grade. 2. Verify that final backfill and compaction has been completed before driving rod electrodes. 3. Install ground rods not less than one foot (1') below grade level and not less than two feet (2') from structure foundation. 3.03 GROUNDING ELECTRODE CONDUCTOR A. Conductor shall be sized to meet or exceed the requirements of NEC 250 to meet these specifications and/or drawings. 3.04 GROUNDING CONDUCTORS A. Grounding conductors shall be provided with every circuit to meet (or exceed as required to meet these specifications and/or drawings) the requirements of NEC 250. B. At every voltage level, new portions of the electrical power distribution system shall be grounded with a dedicated copper conductor, which extends from termination back to power source in supply panelboard. 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 3 of 5 Page 142 of 233 C. Provide separate, insulated (bare if with feeder in PVC conduit outside of building) conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug. D. Except as otherwise indicated, each feeder raceway on the load side of the service entrance shall contain a ground conductor sized as indicated and where not shown shall be sized to meet (or exceed as required) these specifications and/or drawings the requirements of NEC 250. The conductor shall be connected to the equipment grounding bus in switchboards and panelboards, to the grounding bus in all motor control centers, and as specified to lighting fixtures, motors, and other types of equipment and outlets. The ground shall be in addition to the metallic raceway and shall be properly connected thereto, using a lug device located within each item enclosure at the point of electric power connections to permit convenient inspection. E. Provide green insulated ground wire for all receptacles and for equipment of all voltages. In addition to grounding strap connection to metallic outlet boxes, a supplemental grounding wire and screw equal to Raco No. 983 shall be provided to connect receptacle ground terminal to the box. 3.05 MAIN ELECTRICAL SERVICE A. Complete installation shall meet and exceed the requirements of the NEC 250. B. Artificial electrodes shall be provided for the main service in sufficient number and configuration to secure resistance specified. C. Bond To All Of The Following When Available On Site: 1. Ground Rods. 2. Metal Water Pipe 3. All Piping. 4. Provide a main ground, bare copper conductor, sized per applicable table in NEC 250, but in no case less than #210, shall be run in conduit from the main switchgear of each building to the building steel in each respective building. Reference NEC 250.104 (c). This ground conductor shall also be run individually from the main switchgear and be bonded to the main water service ahead of any union in pipe and must be metal pipe of length as acceptable by authorities having jurisdiction. Provide properly sized bonding shunt around water meter and/or dielectric unions in the water pipe. D. Ground/bond neutral per NEC 250. E. Provide and install ground bus bar on wall near main service disconnect/switchboard. Connect to ground bar in disconnect/switchboard bonded to switchboard/disconnect enclosure/neutral with copper grounding conductor sized per applicable table in NEC 250. 3.06 LIGHT FIXTURES A. All new and removed/reinstalled fixtures in building interior, and exterior fixtures shall be provided with green grounding conductor, solidly connected to unit. Individual fixture grounds shall be with lug to fixture body, generally located at point of electrical connection to the fixture unit. B. Pole Light Fixtures: 1. Metal Pole Light Fixtures: a. Freestanding pole mounted lighting fixtures shall each have a Class I or Class II lightning protection main copper down conductor connected to grounding electrodes at base of pole. b. Conductor shall be bonded to metal pole via UL Listed ground clamp suitable for use. Locate ground lug opposite to hand hole (or adjacent if visible through hand hole). 2. Grounding Electrodes: a. Two or more ten foot (10') ground rods at no Tess than ten foot (10') spacing shall be driven vertically to a minimum depth of ten foot' plus one foot below grade. b. Bond the two or more ground rod electrodes together with a Class I or Class 11 lightning protection main copper conductor. c. Provide additional rod electrodes as required to achieve specified ground resistance. d. The two or more grounding rod electrodes shall be installed at each Tight pole. 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 4 of 5 Page 143 of 233 C. Installation shall exceed minimum requirements of NFPA 780. 3.07 MISCELLANEOUS GROUNDING CONNECTIONS A. Provide bonding to meet regulatory requirements. B. Grounding conductors shall be so installed as to permit shortest and most direct path from equipment to ground; be installed in conduit; be bonded to conduit at both ends when conduit is metal; have connections accessible for inspection; and made with accepted solderless connectors brazed or bolted to the equipment or to be grounded; in NO case be a current carrying conductor; have a green jacket unless it is bare copper; be run in conduit with power and branch circuit conductors. The main grounding electrode conductor shall be exothermically welded to ground rods, water pipe, and building steel. C. All surfaces to which grounding connections are made shall be thoroughly cleaned to maximum conductive condition immediately before connections are made thereto. Metal rust proofing shall be removed at grounding contact surfaces, for 0 ohms by digital Vm. Exposed bare metal at the termination point shall be painted. D. All ground connections that are buried or in otherwise inaccessible locations, shall be welded exothermically. The weld shall provide a connection which shall not corrode or loosen and which shall be equal or larger in size than the conductors joined together. The connection shall have the same current carrying capacity as the largest conductor. E. Each feeder metallic conduit shall be bonded at all discontinuities, including at switchboards and all sub distribution and branch circuit panels with conductors in accordance with applicable table in NEC 250 for parallel return with respective interior grounding conductor. F. Grounding provisions shall include double locknuts on all heavy wall conduits. G. Bond all metal parts of pole light fixtures to ground rod at base. H. Where reinforced concrete is utilized for building grounding system, proper reinforced bonding shall be provided to secure low resistance to earth with "thermite" type devices, and #10AWG wire ties shall be provided to not less than ten full length rebars that contact the connected rebar. 3.08 TESTING AND REPORTS A. Raceway Continuity: Metallic raceway system as a component of the facilities ground system shall be tested for electrical continuity. Resistance to ground throughout the system shall not exceed specified limits. B. Ground resistance measurements shall be made on each system utilized in the project. The ground resistance measurements shall include building structural steel, driven grounding system, water pipe grounding system and other accepted systems as may be applicable. Ground resistance measurements shall be made in normally dry weather, not less than 24 hours after rainfall, and with the ground under test isolated from other grounds and equipment. Resistances measured shall not exceed specified limits. C. Upon completion of testing, the testing conditions and results shall be certified by the electrical contractor and submitted to the engineer. 3.09 INTERFACE WITH OTHER PRODUCTS A. Interface with communications system installed under other specification sections. 3.10 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tightness and proper installation. B. Use suitable test instrument with current certificate of calibration to measure resistance to ground of system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall -of -potential method or signal injection method. END OF SECTION 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 5 of 5 Page 144 of 233 SECTION 26 0529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Product requirements. B. Formed steel channel. C. Outdoor housekeeping pads. 1.02 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NFPA 70 - National Electrical Code. 1.03 SUBMITTALS A. Product Data: Provide manufacturers catalog data for fastening systems. B. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of products. 1.04 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. PART 2 PRODUCTS 2.01 PRODUCT REQUIREMENTS A. Materials and Finishes: 1. Corrosion resistant. 2. Select materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit, including weight of wire in conduit. B. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps and welded fasteners. 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. 4. Sheet Metal: Use sheet metal screws. 2.02 FORMED STEEL CHANNEL A. Manufacturers: 1. Globe Strut 2. Uni-Strut 3. Kindorf 4. Power -Strut 5. Engineer approved equal. B. Description: Galvanized steel. 2.03 OUTDOOR HOUSEKEEPING PADS A. This contractor shall provide and install concrete pads under all electrical equipment installed outdoors. The pads shall be as detailed on the drawings unless indicated otherwise. The pad dimensions shall be detailed on the drawings unless indicated otherwise. PART 3 EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions and utility company regulations where applicable. 26 0529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 1 of 2 Page 145 of 233 B. Provide anchors, fasteners and supports in accordance with NECA "Standard of Installation". 1. Do not fasten supports to conduit. 2. Do not use spring steel clips and clamps. 3. Do not use powder -actuated anchors. 4. Do not drill or cut structural members. C. Fabricate supports from structural steel or formed steel members or steel channel. Rigidly weld members or use hexagon -head bolts to present neat appearance with adequate strength and rigidity. Use spring lock washers under all nuts. D. Reinforce outdoor concrete pads with 1/2 inch steel reinforcing bars on 12 inch centers or as shown on the drawings. END OF SECTION 26 0529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 2of2 Page 146 of 233 SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Conduit requirements. B. Conduit types. C. Box types. D. Fiber optic conduit. 1.02 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI C80.5 - Rigid Aluminum Conduit. D. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. E. ANSI/NFPA 70 - National Electrical Code. F. NEMA 250 - Enclosures for Electric Equipment. G. NEMA WD 6 - Wiring Device Configurations. H. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. I. NECA (National Electrical Contractor's Association) Standard of Installation. J. NEMA WD 6 - Wiring Device Configurations. K. TIA-569-B - Commercial Building Standard for Telecommunications Pathways and Spaces. L. NEMA OS 2 — Nonmetallic Outlet Boxes, Device Boxes, Covers, and Box Supports; National Electrical Manufacturers Association; 2013 (ANSI/NEMA 0S2). M. UL 514C- Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers; Current Edition, Including All Revisions. 1.03 PROJECT RECORD DOCUMENTS A. Accurately record actual routing of conduits larger than two inches. B. Record actual locations and mounting heights of outlet, pull, and junction boxes on project record documents. 1.04 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.05 SUBMITTALS A. Product Data: Provide dimensions, knockout sizes and locations, materials, fabrication details, finishes, and accessories. B. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.06 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 5 Page 147 of 233 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products to the site. B. Accept products on site. Inspect for damage. C. Protect products from corrosion and entrance of debris by storing above grade. Provide appropriate covering. 1.08 PROJECT CONDITIONS A. Verify that field measurements are as shown on the drawings. B. Verify routing and termination locations of conduit prior to rough in. C. Conduit routing is shown on the drawings in approximate locations unless dimensioned. Route as required completing the wiring system. PART 2 PRODUCTS 2.01 CONDUIT REQUIREMENTS A. Minimum Size: 3/4 inch for power wiring and 1 inch for low voltage wiring unless noted otherwise. B. Size conduit per ANSI/NFPA 70. C. Underground Installations: 1. Within Five Feet (5') from Foundation Wall Including Below Building Slab: Use rigid steel conduit or schedule 80 PVC conduit. 2. More Than Five Feet (5') from Foundation Wall: Use rigid steel conduit or schedule 80 PVC conduit. 3. Where PVC conduit is utilized below slab, provide transition from PVC to rigid steel prior to elbow up and then as continuous rigid conduit through slab. No PVC conduits shall penetrate vertically through concrete slab. 4. Minimum Size: One inch. 5. Provide warning tape. D. Above Grade Outdoor Locations: Use rigid steel and aluminum conduit. Aluminum conduit shall not contact concrete mortar or block. E. Above Grade In or Under Slab: 1. Use rigid steel conduit or schedule 80 PVC conduit. 2. Maximum Size Conduit in Slab: Total of 50% of pour depth. 3. Minimum Size: One inch. 4. Where PVC conduit is utilized below slab, provide transition from PVC to rigid steel prior to elbow up and then as continuous rigid conduit through slab. No PVC conduits shall penetrate vertically through concrete slab. Unless PVC conduit is stalled below bottom -fed ground mounted equipment. PVC conduits may penetrate the slab as long as a box -out is provided in the slab to allow for conduit to pass through. Backfill box -out with pea gravel once conduits have been installed. F. Wet and Damp Locations: 1. Use rigid steel conduit and intermediate metal conduit. G. Dry Locations: 1. Exposed: Use rigid steel conduit, intermediate metal conduit or electrical metallic tubing. 2.02 CONDUIT TYPES A. Metal Conduit: 1. Rigid Steel Conduit: ANSI C80.1 2. Rigid Aluminum Conduit: ANSI C80.5 3. Intermediate Metal Conduit (IMC): Rigid steel 4. Fittings and Conduit Bodies: ANSI/NEMA FB 1; material to match conduit. B. Liquidtight Flexible Metal Conduit: 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 5 Page 148 of 233 1. Description: Interlocked steel construction with PVC jacket. 2. Fittings: ANSI/NEMA FB 1. C. Electrical Polyvinyl Chloride (PVC): 1. Description: Synthetic Thermoplastic 2. Fittings: NEMA TC3/UL 651 3. Joints: ASTM D2855 solvent weld with ASTM D2564 solvent cement. D. Electrical Metallic Tubing (EMT): 1. Description: ANSI C80.3; galvanized tubing. 2. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel compression type with steel lock nut, and ring or steel setscrew fittings. Install compression type fittings in all wet and damp areas. 3. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel compression type with steel lock nut, and ring. Steel setscrew fittings are NOT permitted. E. Fittings and Conduit Bodies: 1. NEMA TC 3 2. Install offsets at surface boxes. 3. Install single hole strap connectors on all exposed conduit one inch (1") and smaller. 2.03 BOX TYPES A. General Requirements: 1. Do not use boxes and associated accessories for applications other than as permitted by NFPA 70 and product listing. 2. Provide all boxes, fittings, supports, and accessories required for a complete raceway system and to accommodate devices and equipment to be installed. B. Cast Boxes: NEMA FB 1, type #FD, cast alloy. Provide gasket cover by box manufacturer. C. Junction Boxes: 1. Sheet Metal Boxes: NEMA OS 1 galvanized steel. 2. Fiberglass Hand Holes: a. Die molded fiberglass hand holes. b. Cable Entrance: Precut 6" x 6" cable entrance at center bottom of each side. c. Cover: Fiberglass weatherproof cover with nonskid finish and light traffic rating. 2.04 FIBER OPTIC CONDUIT A. Fiber optics conduit shall be high-density polyethylene (HDPE) with minimum wall thickness of 0.07 inch and shall consist of a shell or sleeve tube, over -sheathing at least 4 inner tubes. Inner tubes shall be rated for direct burial and shall have a minimum OD/ID of 16/13 mm. Inner tubes shall be ridged longitudinally inside and shall have a smooth surface outside. The inside surface of the inner tubes shall have a low friction permanent lining to reduce friction during cable placement. The conduit shall come with preinstalled sleeved copper tracer wire of minimum size AWG#20. The whole outer tube and inner tubes package shall be rated for direct bury and shall be suitable for boring under existing pavement. B. Conduits shall be laid at a distance of at least 6 inches or as specified elsewhere in contract documents, whichever is greater, from any water line and other utility lines. C. A polyethylene pull rope shall be installed in all conduits, which is identified on the plans for future use. At least 4 feet of pull rope shall be doubled back into the conduit at each termination. D. All unused conduits, whether for future use or for later use in the project, shall be capped. E. Fiber optic conduit shall be installed at least 42 inches below grade. F. The backfill materials from the placement of conduit in open trenches shall be deposited in the trench in layers not to exceed 6 inches in depth and each layer shall be thoroughly compacted before the next layer is placed. All cinders, broken concrete, or other hard abrasive materials shall be moved and shall not be used in the backfill material. 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 5 Page 149 of 233 PART 3 EXECUTION 3.01 CONDUIT INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Arrange supports to prevent misalignment during wiring installation. C. Do not support conduit with perforated pipe straps. Remove wire used for temporary supports. D. Route the conduit in and under slab from point-to-point. E. Do not cross conduits in slab. F. Maintain adequate clearance between conduit and piping. G. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degree F. H. Cut conduit square using saw or pipe cutter; de -burr cut ends. I. Bring conduit to shoulder of fittings; fasten securely. J. Use conduit hubs to fasten conduit to cast boxes. K. Install no more than the equivalent of three 90 -degree bends between boxes. Use conduit bodies to make sharp changes in direction (as around beams). Use hydraulic one-shot bender to fabricate bends in metal conduit larger than two inch (2") size. All conduit shall be held right to structure. L. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. M. Provide suitable fittings to accommodate expansion and deflection where conduit crosses control and expansion joints. N. Provide suitable pull string in each empty conduit except sleeves and nipples. O. Use suitable caps to protect installed conduit against entrance of dirt and moisture. P. Ground and bond all conduits. Q. Identify conduit. R. Use flexible and liquidtight conduits where required by NEC. S. Install insulated bushings on all conduits and sleeves serving low voltage wiring prior to pulling wire unless otherwise noted. T. All low voltage conduits shall be sized to have less than 40% fill. Each penetration through a surface of any kind shall have a conduit sleeve with insulated bushings. U. Conduits which enter communications entrance facilities shall extend 4 inches above the finished floor or 3 inches through the wall. V. Minimum bend radius for communications conduits: 1. For conduits 2" or less, maintain a minimum bend radius of (6) times the actual inside diameter of the conduit. 2. For conduits greater than 2", maintain a minimum bend radius of (10) times the actual inside diameter of the conduit. W. No continuous section of conduit may exceed 100 feet. Utilize pull boxes as necessary. Refer to the pull box execution section for more information. X. No continuous section of conduit may include more than (2) 90 degree bends (or equivalent). 1. An offset is considered a 90 degree bend. 2. A pull box is required wherever a reverse (180 degree) bend is installed. Y. All wiring in the same conduit shall be from the same source and have the same voltage except where approved by the owner. Z. All exposed conduit routing in common and public areas shall be coordinated prior to rough -in at an on-site construction meeting between the design team and contractor. 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 5 Page 150 of 233 3.02 BOX INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install electrical boxes in locations as shown on the drawings and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Electrical boxes are shown on the drawings in approximate locations unless dimensioned. D. Orient boxes to accommodate wiring device orientation. E. Present neat mechanical appearance. F. Locate outlet boxes to allow luminaires positioned as shown on the drawings. G. Support boxes independently of conduit. H. Use gang box where more than one device is mounted together. Do not use sectional box. I. Use cast outlet box in exterior locations exposed to the weather and wet locations. 3.03 ADJUSTING A. Install knockout closures in unused box openings. 3.04 CLEANING A. Clean interior of boxes to remove dust, debris, and other material. B. Clean exposed surfaces and restore finish. END OF SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 5 Page 151 of 233 SECTION 26 0553 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Nameplates and labels. B. Underground warning tape. C. Tracer wires. D. Identification. 1.02 REFERENCES A. NFPA 70 - National Electrical Code. B. NFPA 70E - Standard for Electrical Safety in the Workplace. 1.03 SUBMITTALS A. Product Data: Provide catalog data for nameplates, labels and markers. B. Samples: Submit two nameplates 4" x 4" in size illustrating materials and engraving quality. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.04 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. PART 2 PRODUCTS 2.01 NAMEPLATES AND LABELS A. Nameplates: 1. Normal power: Engraved three -layer laminated plastic white letters on black background. B. Locations: 1. All electrical distribution and control equipment enclosure. a. Switchboards and Panelboards: Line 1 shall state "Panel Name"; Line 2 shall state "Fed by Panel Name" as required by NEC section 408.4(B). C. Letter Size: 1. Use 1/8 inch letters for identifying individual equipment and loads. 2. Use 1/4 inch letters for identifying grouped equipment and loads. D. Labels: Embossed adhesive tape with 3/16 inch white letters on black background. Use only for identification of individual wall switches and receptacles, control device stations, and communication outlets. 2.02 UNDERGROUND WARNING TAPE A. Manufacturers: 1. Seaton 2. Engineer approved equal. B. Description: Plastic four inch (4") wide tape, detectable type, colored RED with suitable warning legend describing buried electrical lines and inscribed "CAUTION - ELECTRIC LINE BURIED BELOW". C. Location: Along length of each underground conduit. 26 0553 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 1 of 2 Page 152 of 233 2.03 TRACER WIRES A. The electrical contractor shall provide a solid #10 AWG Tracer wire in each below grade conduit serving the electrical and communication systems. Tracer wires shall be labeled at each location of accessibility. 2.04 IDENTIFICATION A. Identify All Junction Boxes With Appropriate Marker As Follows: 1. 208 Volt System: Black (circuit name and number) B. Series rating identification: 1. Upstream devices of series rated components not enclosed in a single NEMA type enclosure shall be identified with a nameplate using 1/8 -inch lettering height reading "CAUTION - SERIES RATED SYSTEM - IDENTICAL COMPONENT REPLACEMENT REQUIRED". 2. Downstream devices of series rated components not enclosed in a single NEMA type enclosure shall be identified with a nameplate using 1/8 -inch lettering height reading "CAUTION - SERIES RATED SYSTEM - ADDITIONAL SERIES COMBINATION RATING: XX,XXX RMS SYMMETRICAL AMPERES" where XX,XXX shall be the series combination rating. C. Label all outlets and switches with an adhesive label identifying panel and circuit the device is energized by. PART 3 EXECUTION 3.01 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.02 INSTALLATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws. C. Secure nameplate to inside surface of door on panelboard that is recessed in finished locations. END OF SECTION 26 0553 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 2of2 Page 153 of 233 SECTION 26 2416 PANELBOARDS PART 1 GENERAL 1.01 SECTION INCLUDES A. Branch circuit panelboards. 1.02 RELATED SECTIONS A. Specification Section 26 0526 - Grounding and Bonding for Electrical System B. Specification Section 26 0553 - Identification for Electrical Systems 1.03 REFERENCES A. NECA Standard of Installation (published by the National Electrical Contractors Association). B. NEMA AB1 - Molded Case Circuit Breakers. C. NEMA ICS 2 - Industrial Control Devices, Controllers and Assemblies. D. NEMA KS1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum). E. NEMA PB 1 - Panelboards. F. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. G. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment (published by the International Electrical Testing Association). H. NFPA 70 - National Electrical Code. 1.04 SUBMITTALS A. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. B. Submit manufacturer's installation instructions. Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of product. C. Record actual locations of panelboards and record actual circuiting arrangements in project record documents. D. Maintenance Data: Include spare parts listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals. E. It is the electrical contractors and suppliers responsibility to confirm the appropriate size and quantity of circuit breakers in the submitted panelboards with the information shown on the plan sheets, including the panelboard schedule, and the mechanical contractor prior to releasing the panelboards for construction. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the products specified in this section with minimum three years experience. 1.06 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. 1.07 RATINGS A. Definitions: 1. Fully rated equipment shall be defined as equipment where all devices in that equipment shall carry a minimum of the AIC rating that is specified. The distribution panels, 26 2416 PANELBOARDS Page 1 of 3 Page 154 of 233 panelboards, and load centers for this project shall be fully rated unless otherwise specifically noted in the Drawings or Specifications. 1.08 MAINTENANCE MATERIALS A. Furnish two of each panelboard key. PART 2 PRODUCTS 2.01 BRANCH CIRCUIT PANELBOARDS A. Manufacturers: 1. Square D. #NQ or NF 2. No engineer approved equal. B. Description: NEMA PB1, circuit breaker type, lighting and appliance branch circuit panelboard. C. Panelboard Bus: Copper, ratings as indicated. Provide copper ground bus in each panelboard. D. Minimum Integrated Short Circuit Rating: See schedule on the drawings. E. Molded Case Circuit Breakers: NEMA AB 1, bolt -on or (plug -on) type thermal magnetic trip circuit breakers with common trip handle for all poles, listed as type #SWD for lighting circuits, type #HACR for air conditioning equipment circuits, Class A ground fault interrupter circuit breakers where scheduled. Provide arc fault circuit breakers in all dwelling units as required by NEC Code. Do NOT use tandem circuit breakers. Handle ties to make multiple pole breakers are NOT permitted. F. Current Limiting Molded Case Circuit Breakers: NEMA AB 1, circuit breakers with integral thermal and instantaneous magnetic trip in each pole, coordinated with automatically resetting current limiting elements in each pole. Interrupting rating 100,000 symmetrical amperes, let through current and energy level less than permitted for same size Class RK -5 fuse. Handle ties to make multiple pole breakers are NOT permitted. G. Enclosure: NEMA PB 1, type #1. H. Cabinet box is to be 6" D x 20" W for 240 volt and less panelboards. I. Cabinet Front: Surface cabinet front with concealed trim clamps, concealed hinge, metal directory frame, and flush lock all keyed alike. Finish in manufacturer's standard gray enamel. J. All panelboards 225 amp or less, are to have either intermediate supports on the bus bars to prevent deflection, or are required to have 800 amp/square inch bus bars if the bus bars are only supported at each end of the bus. PART 3 EXECUTION 3.01 INSTALLATION A. Install panelboards in accordance with NEMA PB 1.1 and the NECA "Standard of Installation." B. Install panelboards plumb. C. Provide filler plates for unused spaces in panelboards. D. Provide typed circuit directory for each branch circuit panelboard. Coordinate with owner. E. Provide engraved plastic nameplates under the provisions of Specification Section 26 0553 - Identification for Electrical Systems. F. Ground and bond the panelboard enclosure. G. Any panel field modifications and associated means and methods shall be approved by the Authority Having Jurisdiction and the equipment manufacturer. Any costs associated shall be included in the bid. H. It shall be the responsibility of the electrical contractor to verify all wire sizes with existing and new circuit breakers prior to ordering and installing so that specified wire will properly fit into the corresponding circuit breaker. 3.02 FIELD QUALITY CONTROL A. Inspect in accordance with NETA ATS. 26 2416 PANELBOARDS Page 2 of 3 Page 155 of 233 B. Perform inspections listed in NETA ATS. 3.03 ADJUSTING A. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20% of each other. Maintain proper phasing for multi -wire branch circuits. END OF SECTION 26 2416 PANELBOARDS Page 3 of 3 Page 156 of 233 SECTION 26 2726 WIRING DEVICES PART 1 GENERAL 1.01 SECTION INCLUDES A. Wall switches B. Duplex receptacles C. Ground fault circuit interrupting receptacles D. Wall plates 1.02 RELATED REQUIREMENTS A. Specification Section 26 0533 - Raceway and Boxes for Electrical Systems 1.03 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2010. B. NEMA WD 1 - General Color Requirements for Wiring Devices; National Electrical Manufacturers Association; 1999 (R 2005). C. NEMA WD 6 - Wiring Device -- Dimensional Requirements; National Electrical Manufacturers Association; 2002 (R 2008). D. NFPA 70 - National Electrical Code; National Fire Protection Association; 2011. E. UL Standard 943 - Standard for Safety for Ground -Fault Circuit Interrupters (GFCIs). 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. C. Manufacturer's Installation Instructions. 1. Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 2. Include instructions for storage, handling, protection, examination, preparation, and installation of product. D. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 6000 - Product Requirements, for additional provisions. 2. Extra Wall Plates: One of each style, size, and finish. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. C. Products: Provide products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. PART 2 PRODUCTS 2.01 WALL SWITCHES A. Description: 1. Heavy Duty, AC only general -use snap switch, complying with NEMA WD 6 and WD 1. 2. Body and Handle: Impact -resistant plastic with toggle handle. Auto -grounding strap. 3. Ratings: Match branch circuit and load characteristics. Default rating is 20A, 120/277V, 1HP. 4. Wiring: Back and side wire connections. Accepts #14-#10 AWG solid and stranded copper conductors. 26 2726 WIRING DEVICES Page 1 of 4 Page 157 of 233 SECTION 32 13 16 DECORATIVE CONCRETE PAVING PART 1- GENERAL 1.01 DESCRIPTION A. Summary: This work includes the construction of colored, stamped PCC pavement as shown on the plans. The work shall include all labor, materials, equipment, and transportation required to install the colored and stamped PCC pavement. B. Quality Assurance: 1. Design Criteria: The concrete mix used with pigment added shall be Class C-4, Class 3 aggregate meeting the requirements of the Standard Specifications. The aggregate, cement, and integral color shall be from the same source identical throughout the entire project. The material sources and mix proportions for this project shall be accurately recorded and furnished to the Engineer at the completion of the project. 2. Job Mock -Up: Construct on the job -site a mock-up of a minimum 9 -foot by 9 -foot concrete slab, including all colors and jointing types planned for construction. Mock-up shall represent the final work in material, finish and texture. Leave the accepted mock-up in place until all pavement work is completed and accepted. For accurate color, the quantity of concrete mixed to produce the sample should not be less than 2 cubic yards (or not less than 1/3 the capacity of the mixing drum on the ready -mix truck) and should always be in full cubic yard increments. Excess material shall be discarded according to local regulations. Contractor may, at his own risk, use the planned pavement as the job mock-up. If mock-up is not acceptable, it shall be removed at the contractor's expense. 3. Construct mock-up using processes and techniques intended for use on permanent work, including curing procedures. Include samples of control, construction, and expansion joints in sample panels. Mock-up shall be produced by the individual workers who will perform the work for the Project. 4. Samples: Submit samples of color to the Engineer for approval prior to building a mock-up section. 5. Test Reports: Submit certified test reports of pigment showing compliance with ACI 303.1, ASTM C 979, ASTM C494 and AASHTO M194. Color pigments shall be light fast, wettable, weather resistant, ultra -violet resistant, alkali resistant, and free of deleterious fillers and extenders. 6. Manufacturer Qualifications: Manufacturer shall have minimum 5 years experience in the production of specified products. 7. Installer Qualifications: An installer shall have minimum 5 years experience with work of similar scope and quality, and shall be able to provide list of 3 projects similar in scope to this project which have been completed within the local area to prove qualifications. PART2 PRODUCTS 2.01 MATERIAL 32 13 16 DECORATIVE CONCRETE PAVING Page 1 of 3 Page 158 of 233 A. Integral Color: The integral color shall be Onyx by Solomon Grind -Chem Service, Inc., Chem Masters Chemtint, L.M. Scofield Company or approved equal. The integral color admixture shall be added to the concrete mix at the batch plant as per manufacturer's recommendation. Exact color determination will be from manufacturer's standard color palate and from Job Mock -Up. B. Sealant: Sealant shall comply with ASTM C 309 as a non -yellowing, curing membrane in accordance with the manufacturer's recommendations. Contractor shall submit manufacturer's data for sealant for approval. C. Texture: All colored concrete payment shall have a Brickform seamless skins limestone texture or approved equal. Texture shall be exposed form finish as -cast concrete texture imparted by form - facing material, arranged in an orderly and symmetrical manner with a minimum of seams. PART 3 EXECUTION 3.01 CONSTRUCTION A. A pre -pour conference shall be scheduled a minimum of 14 days prior to first Colored Concrete Pavement placement. Conference shall be conducted by Contractor. Contractor shall insure representatives of the Paving Contractor, Concrete Supplier, Aggregate Supplier, Admixture Supplier, City of Waterloo and Landscape Architect are present at meeting. Purpose of meeting is to: - Discuss concrete mix proportions to insure compliance with specifications and admixture supplier requirements. - Discuss contractor's paving sequence and operations - Discuss finishing work, including jointing, surface texturing, release agent and sealing operations. - Discuss any other issues needing resolution prior to paving to insure the quality of the final pavement product. B. Construction and Installation: 1. Concrete placement shall be in accordance with Section 2301 of the Standard Specifications and manufacturer's recommendations. 2. Integrally Colored Concrete Environmental Requirements: a. Schedule placement to minimize exposure to wind and hot sun before curing materials are applied. b. Avoid placing concrete if rain, snow, or frost is forecast within 24 -hours. Protect fresh concrete from moisture and freezing. c. Comply with professional practices described in ACI 305R and ACI 306R. C. Schedule delivery of concrete to provide consistent mix times from batching until discharge. Mix times shall meet manufacturer's written recommendations. D. Do not add water to concrete mix in field. E. Admixture: The Engineer must approve the use of admixtures. Calcium chloride admixture is not allowed. F. Integral Mix: Mix color pigment into the designated mix at the rate recommended by the manufacturer to produce the specified color. 32 13 16 DECORATIVE CONCRETE PAVING Page 2 of 3 Page 159 of 233 G. Slump shall be maintained at 3 to 4 inches. Addition of a super -plasticizer is acceptable to improve the placing and finishing of concrete. While concrete is still in the plastic stage of set, tooling and finishing shall be done to make the desired surface. H. Tooled Joints: Joints shall be made with a 1/2 inch deep parting tool to produce straight lines of uniform depth in the patterns as detailed in the plans. I. Broom Finish: Broom finish applies to areas of standard color pavement. J. Surface Finish: The entire surface of the colored, tooled concrete shall be textured using a system of pattern -matched tools to provide a `limestone' appearance. The surface texturing shall be done in such a manner as to provide a uniform appearance over the entire paved area. All work shall be done in accordance with manufacturer's guidelines. The use of a release agent prior to texturing the concrete is recommended. Excess release material shall be removed in accordance with the manufacturer's instructions. K. Cleaning: Prior to sealing, the entire surface of the pavement shall be thoroughly cleaned to insure no foreign material is sealed with the pavement. This may require the use of hand tools, detergent, power -washing and/or other tools as needed to insure the surface is clear of all debris, effervescence, concrete dust, and all other materials. L. Curing: The use of white -pigmented cure compounds, burlap, plastic sheeting, or fogging with water is not allowed. M. Sealant: Sealant shall be specifically recommended by manufacturer of integral color admixture for use with their product. Sealant shall be applied in a fine spray to form a continuous, uniform film on the surface as soon as the free water has appreciably disappeared. Surface shall be protected from construction damage, dirt, debris, oil, etc. by covering with waterproof paper for a period of 24 hours. A second sealant application shall then be made and protected from foot traffic for a minimum of 8 hours and vehicular traffic for a minimum of 7 days. N. The Contractor shall patch and repair all defects in the surface. O. In areas of Standard Pavement Color paid for under this time, all other requirements, including sealing, shall apply. P. At time of final acceptance, the entire area shall be thoroughly cleaned and resealed. PART 4- MEASUREMENT AND PAYMENT 4.01 MEASUREMENT AND PAYMENT A. Method of Measurement: The quantity of colored, stamped PCC pavement constructed will be computed in square yards by the Engineer from measurements of the finished surface. Deductions will not be made for fixtures having an area of 1 square yard or less. Initial mock-up areas will be measured and included for payment. B. Basis of Payment: For the area of colored, tooled PCC pavement measured, the Contractor will be paid the contract unit price per square yard. This payment shall be full compensation for all equipment, tools, labor and materials necessary to construct colored, tooled PCC pavement as specified in the contract documents. Removal of mock-up will not be measured or paid for separately, but shall be considered incidental to this bid item. END OF SECTION 32 13 16 DECORATIVE CONCRETE PAVING Page 3 of 3 Page 160 of 233 SECTION 32 14 16 BRICK PAVERS PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install brick unit pavers, sand setting beds and joint sand as shown on the Drawings and Specified herein. 1.02 REFERENCES A. ASTM C 902 - Standard Specification for Pedestrian and Light Traffic Paving Brick. B. ASTM C 33 - Specification for Concrete Aggregates. C. ASTM C 43 - Terminology of Structural Clay Products. D. ASTM C 67 - Test Methods of Sampling and Testing Brick and Structural Clay Tile. E. ASTM C 88 - Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. F. ASTM C 136 - Method for Sieve Analysis for Fine and Coarse Aggregates. G. ASTM C 140 - Sampling and Testing Concrete Masonry Units. H. ASTM C 144 - Standard Specifications for Aggregate for Masonry Mortar. I. ASTM D 698 - Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 5.5 Ib (24.4 N) Rammer and 12 in. (305 mm) drop. J. ASTM C 1272, Standard Specification for Heavy Vehicular Paving Brick. K. ASTM D 1557 - Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 10 Ib (44.5 N) Rammer and 18 in. (457 mm) drop. L. ASTM D 2940 - Graded Aggregate Material for Bases or Subbases for Highways or Airports. M. Brick Industry Association Technical Note #14 on Brick Construction. 1.03 QUALITY ASSURANCE A. Installer Qualifications: Exterior Unit Paver installer shall have a minimum of five years successful experience, either in the present business form or by having principal personnel with equivalent experience elsewhere, in the installation of the products and systems of the type specified. B. Single -Source Responsibility: Obtain each color, type, and variety of unit pavers, joint materials, and setting materials from a single source with resources to provide products and materials of consistent quality in appearance and physical properties without delaying progress of the Work. 1.04 SUBMITTALS A. Product Data: Submit copies of manufacturer's specifications, installation instructions and setting bed requirements. B. Submit six full size samples of brick pavers for initial selection purposes in form of actual units or sections of units showing full range of colors and textures available for the unit paver indicated. Include similar samples of material for joints and accessories involving color selection. Engineer or Contracting Authority will approve color and final product from submitted samples. 32 14 16 BRICK PAVERS Page 1 of 7 Page 161 of 233 C. Submit full size samples of ADA Truncated Dome Tiles for initial selection purposes in form of actual units proposed for use on the project in the color specified. Include similar samples of material for joints and accessories involving color selection. Engineer or Contracting Authority will approve color and final product from submitted samples. D. Submit sieve analysis for grading of bedding and joint sands. E. Test results shall be submitted from an independent testing laboratory for compliance of paving unit requirements to ASTM or other applicable requirements. 1.05 MOCK-UPS A. One complete in-place installation of one intersection corner, as selected by the Contractor and agreed to by the Engineer. Installation shall reflect all detailing as shown on the drawings, including installation of concrete curbs and ADA truncated dome tiles. B. This area will be used to determine the amount that the pavers settle into bedding sand after compaction, joint sizes, lines, laying pattern(s), color(s), and texture of the project. C. This area shall be the standard from which the work will be judged. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver brick pavers to the site in steel banded, plastic banded or plastic -wrapped cubes capable of transfer by fork lift or clamp lift. Unload pavers at job site in such a manner that no damage occurs to the product. B. Sand shall be covered with waterproof covering to prevent exposure to rainfall or removal by wind. The covering shall be weighted to resist removal by wind. C. Delivery and paving schedules shall be coordinated in order to minimize interference with normal use of buildings adjacent to paving. 1.07 ENVIRONMENTAL CONDITIONS A. Do not install sand or pavers during rain or snowfall or during freezing conditions. PART 2 PRODUCTS 2.01 CLAY BRICK PAVERS A. Obtain each type of brick from one source, with consistent color range and texture, complying with referenced ASTM standards and other references indicated. B. Classification: Nominal 4 x 8 x 2-3/4 as per ASTM C-1272 Class SX, Type 1 Application PS, 8000 minimum PSI, 6% maximum average absorption. Slip resistance shall be tested in general accordance with ASTM C 1028-96, standard test method for determining the static coefficient of friction of ceramic tile and other like surfaces by the horizontal dynamometer pull -meter test. Minimum static coefficient of friction shall be .60 for wet and .70 for dry. C. See Drawings for details on brick layout. Products of other manufacturers of similar color and finish shall also be considered if submitted as equal. Contractor shall submit samples to match the following types for approval of color and texture: 1. Brick Paver Type 1 (installed over concrete base as per details): Provide and install 4 x 8 x 2 3/4 beveled edge clay pavers with layout as patterned in details. Provide clay brick pavers from the following manufacturers (or approved equal): 32 14 16 BRICK PAVERS Page 2 of 7 Page 162 of 233 • Pine Hall Brick (800-334-8689) - English Edge 4 x 8 x 2 3/4 beveled edge pavers. Color: Autumn Blend. 2. Brick Paver Type 2 (installed over concrete base as per details): Provide and install 4 x 8 x 2 3/4 beveled edge clay pavers with layout as patterned in details. Provide clay brick pavers from the following manufacturers (or approved equal): • Belden Brick Co. (330-451-2031) - English Edge 4 x 8 x 2 3/4 beveled edge pavers. Color: Landmark Gray. 3. Brick Paver Type 3 (installed over concrete base as per details): Provide and install 4 x 8 x 2 3/4 beveled edge clay pavers with layout as patterned in details. Provide clay brick pavers from the following manufacturers (or approved equal): • Belden Brick Co. (330-451-2031) — English Edge 4 x 8 x 2 3/4 beveled edge pavers. Color: Ebony. 2.02 BEDDING AND JOINT SAND A. The sand layer is a bedding course. The type of sand for this layer is often called concrete sand. Sands vary regionally. Contact paver installers local to the project and confirm sand(s) successfully used in previous similar applications. Mason sand should not be used. B. Type 1 Bedding Sand shall be clean, non -plastic, free from deleterious or foreign matter. The bedding sand shall be natural or manufactured silica sand. Grading of samples shall be done according to ASTM C136. The particles shall be sharp and conform to the grading requirements of ASTM C33 as shown below: 1. GRADING REQUIREMENTS FOR TYPE 1 BEDDING SAND C. Type 2 Joint Sand shall be clean, non -plastic, free from deleterious or foreign matter. The joint sand shall be natural or manufactured silica sand. Grading of samples shall be done according to ASTM C136. The particles shall be sharp and conform to the grading requirements of ASTM C33 as shown below: 1. GRADING REQUIREMENTS FOR TYPE 2 JOINT SAND Sieve Size Percent Passing 3/8in. (9.5mm) 100 No. 4 (4.75mm) 95 to 100 No. 8 (3.36mm) 85 to 100 No. 16 (1.18mm) 50 to 85 No. 30 (600um) 25 to 60 No. 50 (300um) 10 to 30 No. 100 (150um) 2 to 10 C. Type 2 Joint Sand shall be clean, non -plastic, free from deleterious or foreign matter. The joint sand shall be natural or manufactured silica sand. Grading of samples shall be done according to ASTM C136. The particles shall be sharp and conform to the grading requirements of ASTM C33 as shown below: 1. GRADING REQUIREMENTS FOR TYPE 2 JOINT SAND 32 14 16 BRICK PAVERS Page 3 of 7 Page 163 of 233 Sieve Size Percent Passing No. 4 (4.75mm) 100 No. 8 (3.36mm) 95 to 100 No. 16 (1.18mm) 70 to 100 No. 30 (600um) 40 to 75 No. 50 (300um) 10 to 35 No. 100 (150um) 2 to 15 No. 200 (75um) 0 to 10 32 14 16 BRICK PAVERS Page 3 of 7 Page 163 of 233 2.03 GEOTEXTILES A. Geotextile shall be a woven, polypropylene fabric complying with ASTM D 4751, Test Method for Determining Apparent Opening Size of a Geotextile, with an approximate opening size from a No. 70 to No. 100 sieve size opening. Geotextile fabric shall permit water passage without allowing sand or soil migration. Geotextiles should be lapped at the sides and ends of rolls a minimum of 12 in. (305 mm). Care should be taken to not locate laps directly under anticipated wheel paths. 2.04 ADA TRUNCATED DOME TILES FOR DETECTABLE WARNING SYSTEMS A. ADA truncated dome panels shall conform to Section 4171 of the Standard Specifications. B. Obtain ADA truncated dome panels from one source, with consistent color range and texture, complying with referenced ASTM standards and other references indicated. Panels must be compliant with all relevant ADA requirements. C. ADA truncated dome panels shall be 24 in. wide cast gray iron conforming to ASTM A-48 class 30A minimum. 1. Slip resistance - ASTM C 1028 greater than 0.8. 2. Impact resistance - Resistance to impact from Falling Tub NCHRP Report 670: Draft T4- 33, Part II. No Substantial damage. D. Wherever a curved installation along back of curb is specified on the plans, the ADA truncated dome panels may be manufactured to a radius conforming the back of curb radius or they will need to be cut to fit in the field such that the panels conform to the curvature of the curb line. E. Contractor shall submit samples to match the following products in color and material (or approved equal): 1. Detectable Warning Panels as manufactured by Neenah Foundry Company Inc. (800- 558-5075). Color: Powder -coated and painted black. 2. 4984 Detectable Warning Plate as manufactured by Deeter Foundry (800-234-7466). Color: Powder -coated and painted black. 3. Detectable Warning Panels as manufactured by Pioneer Detectable LLC (262-370-5355). Color: Powder -coated and painted black. PART 3 - EXECUTION 3.01 WEATHER EXTREMES A. Cover units with a weather resistant membrane held securely in place or otherwise protect units from the elements. B. Follow the procedures developed by the International Masonry Industry All -Weather Council (IMIAC) "Recommended Practices and Guide Specifications for Cold Weather Masonry Construction" and BIA Technical Notes on Brick Construction 1, "All Weather Construction". 3.02 EXAMINATION A. Verify that concrete base elevations conform to the specifications. The slope of the concrete base surface shall conform to the finish grade of the pavers to provide uniform bedding sand thickness. B. Note that the top surface of the pavers should be 1/8 inch above the final elevation after compaction. This difference in initial and final elevation is to compensate for possible minor settling. 32 14 16 BRICK PAVERS Page 4 of 7 Page 164 of 233 C. Verify the proper installation of the concrete edge restraints, in terms of location, straightness, elevation, and adherence to the specifications. D. Beginning of bedding sand and paver installation shall signify acceptance of base and edge restraints. E. Determine actual paver dimensions (including tolerances) and coordinate with dimensions for pavement areas indicated on Contract Drawings prior to any pavement installation. Adjust pavement area dimensions to eliminate unnecessary paver cutting. Notify Engineer of notable discrepancies with the Contract Drawings due to site conditions. 3.03 SITE PREPARATION (CONCRETE BASE) A. Clean all concrete base areas in preparation for paver installation. B. Install weep holes as specified on the drawings. Drill 2-3" diameter hole and fill with pea gravel (IDOT Gradation #29 or approved equal). Install holes at a minimum 10' on center and at all low points of concrete base. C. Geotextile: Install geotextile where indicated on Contract Drawings. Overlap ends and edges a minimum of 12 inches (300 mm.) and weep holes a minimum of 6 inches. D. Before commencing the placing of the sand bedding course and the placement of the brick pavers, the base shall be inspected by the Owner or the Consultant. 3.04 BRICK PAVER INSTALLATION A. Spread the bedding sand evenly over the base course and screed to a nominal 1 in. (25 mm) thickness, not exceeding 1 1/2 in. (40 mm) thickness. The screeded sand should not be disturbed. Sufficient sand shall be placed in order to stay ahead of the laid pavers. Do not use the bedding sand to fill depressions in the base surface. B. Screeded sand shall be fully protected against incidental compaction, including compaction by rain. Any screeded sand which is incidentally compacted prior to laying of the paving unit, shall be removed and brought back to profile in a loose condition. Neither pedestrian nor vehicular traffic shall be permitted on the screeded sand. C. The Contractor shall screed the bedding sand using either an approved mechanical spreader (e.g.: an asphalt paver) or by the use of screed rails and boards. D. Initiation of paver placement shall be deemed to represent acceptance of the pavers. E. Pavers shall be free of foreign material before installation. F. Pavers shall be inspected for color distribution and all chipped, damaged or discolored pavers shall be replaced. G. Color Blending - Paving units shall be installed from a minimum of 3 bundles simultaneously drawing the paver vertically rather than horizontally. H. The pavers shall be laid in the pattern(s) as shown on the drawings. String lines or chalk lines on bedding sand should be used to hold all pattern lines true. I. Joints between the pavers on average shall be between 1/16 in. and 1/8 in. (2 mm to 4 mm) wide. In order to maintain the desired pattern, joint spacing must be consistent. This spacing must also be provided for the first row abutting the edge restraint. J. No more than 5% of the joints shall exceed [1/4 in. (6 mm)] wide to achieve straight bond lines. Joint (bond) lines shall not deviate more than ± 1/2 in. (±15 mm) over 50 ft. (15 m) from string lines. 32 14 16 BRICK PAVERS Page 5 of 7 Page 165 of 233 K. Gaps at the edges of the paved area shall be filled with cut pavers. Layout paver units within each field such that no paver units are cut smaller than one-third of a whole paver along edges subject to vehicular traffic. L. Pavers to be placed along the edge shall be cut with a double blade paver splitter or masonry saw. M. Upon completion of cutting, the area must be swept clean of all debris to facilitate inspection and to ensure pavers are not damaged during compaction. (Debris or sand particles left on pavers which are being compacted can cause point loading which may chip, scrape or break the paver.) N. After sweeping and prior to compaction, the paved area must be inspected by the owner or consultant to ensure satisfactory color blending. Pavers can be moved easily at this time to achieve good color distribution. O. The pavers shall be compacted to achieve consolidation of the sand bedding and brought to level and profile by not less than three passes. Initial compaction should proceed as closely as possible following the installation of the paving units and prior to the acceptance of any traffic or application of sweeping sand. P. Low amplitude, high frequency plate compactor shall be used to compact the pavers into the sand. Use of a urethane plate compactor pad is recommended to minimize any scuffing of the paving stone surface. The compactor shall transmit an effective force not less than 75 kN per square metre (1600 Lb/ft2) of plate area. The frequency of vibration shall be within the range of 75 to 100 Hz. Use Table 5 below to select size of compaction equipment: PAVER THICKNESS AND REQUIRED MINIMUM COMPACTION FORCE Paver Thickness 2 3/8 in. (60 mm) Compaction Force 3000 lbs [13 kN] 23/4 in. (70 mm) & 3 1/8 in. (80 mm) 5000 lbs [22 kN] Q. Any units that are structurally damaged during compaction shall be immediately removed and replaced. R. Dry joint sand shall be swept into the joints until the joints are full. This will require at least two or three passes with the compactor. Do not compact within 36 inches of the unrestrained edges of the paving units. S. All work to within 36 inches of the laying face must be left fully compacted with sand -filled joints at the completion of each day. T. Allow excess joint sand to remain on surface to help protect pavers from damage from other trades. Sweep excess sand from pavement when directed by Engineer. U. Contractor shall return to site over a period of up to 90 days after substantial completion to add sand to fill joints as needed. 3.05 FIELD QUALITY CONTROL A. After removal of excess sand, check final elevations for conformance to the drawings. Notify Engineer of deviations and adjust as directed. B. All surface and pavement structures shall be true to the lines and levels, grades, thickness and cross sections shown on the drawings. All pavements shall be finished to lines and levels to ensure positive drainage at all drainage outlets and channels. In no case shall the cross -fall of any portion of pavement be less than that shown on the plans. The final surface elevations shall not deviate more than 3/8 in. (10 mm) under a 10 ft. (3 m) long straight edge. 32 14 16 BRICK PAVERS Page 6 of 7 Page 166 of 233 C. The surface elevation of pavers shall be 1/8 to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. D. Lippage: No greater than 1/8 in. (3 mm) difference in height between adjacent pavers. 3.06 ADA TRUNCATED DOME TILE INSTALLATION A. Install as per manufacturer specifications. Isolate work area by using barricades or cones to block off the work area from pedestrian or vehicular traffic. Consult with local governmental agency or other standard to be certain safety guidelines are followed. B. Before pouring concrete determine the layout of tiles. Tiles can be cut to custom sizes, or to make a radius, using a continuous rim diamond blade in a circular saw or mini -grinder. Use of a straightedge to guide the cut is advisable where appropriate. C. Pour and finish concrete according to the drawings and specifications. Check the slope of the concrete with an electronic level to assure compliance. D. Trace the approximate location of the tiles and remove 1/2 in. to 5/8 in. of concrete. E. Place the tile in the void created by applying downward pressure and twisting the tile to set. The tile should be level with the surrounding concrete. Place the remaining tiles flush to the previous using the same downward twisting method. F. Float surface of concrete surrounding tiles making sure that any concrete displaced by the tiles is removed and the surface is finished in a manner that the tile becomes an integral part of the sidewalk and does not disturb the uniform slope achieved before placement. G. Recheck slope to confirm that the installation of the tiles has not disturbed the slope. H. While concrete is workable, a 1/8" radius edging tool shall be used to create a finished edge of concrete, then a steel trowel shall be used to finish the concrete around the tile's perimeter, flush to the field level of the tile. Carefully finish the edges, and clean of any concrete that has spilled during the installation I. Following tile placement, review installation tolerances to contract drawings and adjust tile before the concrete sets. Suitable sandbags with 10 to 25 Ib weights may be placed on each tile as necessary to ensure solid contact of the underside of tile to concrete. Protect area from pedestrian and vehicular traffic until the concrete has cured sufficiently. J. Clean by spraying with water. Do NOT spray or allow setting compounds or other chemicals to interact with tiles. Use protective barriers to protect tiles if such chemicals/compounds are used on surrounding areas. PART 4— MEASUREMENT AND PAYMENT 4.01 Measurement: The Engineer shall measure the number of square feet of brick pavers or ADA truncated dome tiles that are satisfactorily installed in accordance with the plans and this Special Provision, as required by the contract documents. 4.02 Payment: For each type of brick paver and ADA truncated dome tile installed and measured for payment, the Contractor shall be paid the contract unit price. This payment shall be full compensation for the paver or truncated dome tile installed. END OF SECTION 32 14 16 BRICK PAVERS Page 7 of 7 Page 167 of 233 SECTION 32 92 19 SEEDING PART1 GENERAL 1.01 RELATED DOCUMENTS A. Plan drawings and General Provisions of Contract, including Bidding Requirements, General and Supplementary Conditions and Division I Specification Sections, apply to work specified in this section. 1.02 WORK INCLUDED A. Preparing the ground surface and removal of vegetation in all areas to be seeded in accordance with this Specification for all areas disturbed by construction activities. B. Furnishing and sowing grass seed, compacting, mulching, and establishing grass stands. C. Furnish all labor, tools, equipment, material, and perform all operations necessary and incidental to proper execution and completion of all work in accordance with the drawings and specifications, including watering through establishment. 1.03 PROTECTION A. Protect existing conditions at the site against damage including the following: 1. Take precautions to insure that equipment, vehicles and seeding operations do not disturb or damage existing grades, walls, drives, sidewalks, pavements, utilities, plants, lawns, irrigation systems and other facilities. 2. Verify locations and depths of all underground utilities prior to excavation and report conflicts with seeding operations. 3. Any damage to existing trees or shrubs, including branches and root systems shall be repaired and/or pruned by an experienced tree surgeon or arborist. 4. Repair, replace and/or return to original condition the damaged item without additional compensation. 5. Where not in place, provide, install and maintain adequate barricades, guards or protection around excavations, utilities, hazards and other items to remain on the site. 1.04 STANDARD SPECIFICATIONS A. The following specifications and standards form a part of this Specification: 1. American Joint Committee on Horticultural Nomenclature 1942 Edition of Standardized Plant Names. 2. American Association of Nurserymen, Inc., American Standard for Nursery Stock Edition, Latest Edition (ASA -Z60 1) 1.05 SUBMITTALS A. Furnish three (3) copies of manufacturer literature, samples, certifications, or laboratory analytical data for the following items. 32 92 19 SEEDING Page 1 of 6 Page 168 of 233 1. Turfgrass Seed Mixture 2. Fertilizer (certification or laboratory analytical data). 1.06 QUALITY ASSURANCE A. All materials described and specified herein shall be subject to inspection and approval by the Owner's Representatives. B. Material may be inspected by the Owner's Representative at the source of supply. C. This inspection does not waive the right to reject any material after it has been delivered to the site and/or installed. PART 2 PRODUCTS 2.01 SEED A. All seed shall be furnished in sealed containers. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be acceptable. The seed mixture shall be as follows. Submit all seed certificates to the owner. 2.02 TURFGRASS LAWN SEED MIXTURE A. Provide fresh, clean, new -crop seed complying with tolerance for purity and germination established by Official Seed Analysts of North America. Provide seed mixture composed of grass species, proportions and minimum percentages of purity, germination, and maximum percentage of weed seed as specified. B. Seed Mixture: "Ignition Sports Turf 50-50 Blend", a blend of SPF 30 Kentucky Bluegrass (15%), Shannon Kentucky Bluegrass (15%), Garlic Kentucky Bluegrass (20%), Sox Fan Perennial Ryegrass (25%), and Benchmark Perennial Ryegrass (25%). Required Minimum Test Results: 98% purity and 85% germination. Crop and weed seed to be .01% or less Blend of varieties to be approved by Landscape Architect. Crop and weed seed to be certified. C. Application Rate: 8-10 lbs./1,000 SQ. FT. D. Furnish seed from the following source (or approved equal): 1. D and K Products, Des Moines, Iowa ( 800-798-9352) 2.03 TEMPORARY GRASS SEED MIXTURE (IF REQUIRED) A. If seeding outside of designated timeframe for lawn establishment, Contractor shall install temporary grass seed mixture to stabilize seed areas of site. B. Application rates are based on pounds of pure live seed per acre. C. Seed Mixture: 1. Summer— Oats (35 Ib per acre ) 2. Fall — Winter wheat (25 Ib per acre) 2.04 MULCH 32 92 19 SEEDING Page 2 of 6 Page 169 of 233 A. Straw Mulch: Provide air-dry, clean, mildew and seed free hay or threshed straw of wheat, rye, oats or barley. B. Fiber Mulch: Biodegradable, dyed -wood, cellulose -fiber mulch; nontoxic, free of plant growth or germination inhibitors, with maximum moisture content of 15 percent and a pH range of 4.5 to 6.5. 2.05 SOIL FOR REPAIRS A. Topsoil for filling areas to be repaired shall conform to these specifications and shall be free of large stones, clods, roots, stumps, or other materials that would interfere with subsequent seeding, compacting, or establishment. 2.06 FERTILIZER A. Fertilizer shall be used in granular form and shall be delivered to the site in the original bag in good condition for proper distribution, chemical analysis and weight. The fertilizer supplier shall deliver such fertilizer with proper scale weight records and a statement of guaranteed analysis. All fertilizer shall comply with the rules of the Iowa Department of Agriculture. B. Fertilizer Specification (nutrient by weight): N: 19%* K20: 19% Sulfur: 1% Iron: 1% * 20% of N shall be Sulfur Coated Urea (SCU) C. Calcium: Pellet calcium, such as Super Call 98 J (quick release) shall be applied in addition to the fertilizer specified. Application rate shall be 1,300 lbs/acre. 2.07 EROSION CONTROL MATERIALS (IF USED) A. Erosion Control Blankets: Biodegradable wood excelsior, straw, or coconut fiber mat enclosed in a photodegradable plastic mesh. Include manufacturer's recommended steel wire staples, 6 inches (150mm) long. B. Erosion Control Fiber Mesh: Biodegradable twisted jute or spun -coir mesh, a minimum of 0.92 lb/sq. yd. (0.5 kg/sq. m), with 50 to 65 percent open area. Included manufacturer's recommended steel wire staples, 6 inches (150mm) long. PART 3 EXECUTION 3.01 GENERAL A. Areas to be seeded are shown on the plans. B. Areas to be seeded shall be field staked by the Contractor and approved by the Landscape Architect prior to seeding. It is the intent to compose the plantings on site with the landscape architect. C. Exercise extreme care when working around existing site features. Ensure the seedbed is prepared by hand -raking around these features as required. 3.02 SEEDING SCHEDULE A. All sowing of turfgrass seed shall be completed between the dates of March 15 and May 30 for spring seeding; and August 15 and September 15 for fall seeding. Sowing delayed beyond the specified dates, and due to circumstances beyond the contractor's control, may be continued upon written approval. 32 92 19 SEEDING Page 3 of 6 Page 170 of 233 3.03 SEED BED PREPARATION A. The contractor shall remove all vegetation in the designated area by mowing. The area shall be scalped and all vegetation, thatch, and debris removed to a height of 1/2" above the soil surface. The intent is not to cultivate the soil, but only remove the cover. B. Any remaining vegetation shall be chemically treated with "Roundup" or approved equal. C. Caution: Rate of application and use of Herbicide or Roundup shall be strictly according to the manufacturer's recommendations. Chemical applications shall be stopped when satisfactory results are not likely to be obtained due to excessive moisture, high wind or other unfavorable conditions. The chemical shall be applied in such a fashion as to prevent damage to existing trees to remain. D. The sowing of seed shall not commence until 14 days after the weeds have been chemically treated. E. The area to be seeded shall be relatively smooth, and all washes and gullies shall be filled to conform to the desired cross sections and grades shown on the plans. F. Loosen subgrade to a minimum depth of 2 inches. Remove stones larger than 1 inch in any dimension and sticks, vegetation, roots, rubbish and other extraneous matter and dispose legally off campus. G. Finish grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/" of finish elevation. Roll, rake, remove ridges and fill depressions to meet finish grades. H. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. I. The final seed bed shall friable and somewhat compacted not fluffy. 3.04 APPLICATION OF FERTILIZER A. Specified fertilizer and calcium shall be applied and incorporated into the surface grade using field machinery and/or hand spread as needed prior to application of seed. 3.05 SOWING SEED A. General: The sowing may be stopped when satisfactory results are not likely to be obtained due to drought conditions excessive moisture, high wind or other unfavorable conditions. Sowing of seed shall be resumed only when conditions are again favorable or when alternative or corrective measures and approved procedures have been adopted. B. Hydroseeding: 1) Mix specified seed, fertilizer, fiber and mulch in water using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 2) Mix slurry with nonasphaltic tackifier. 3) Apply slurry uniformly to all areas to be seeded in a one-step process. Apply mulch at a minimum rate of 1500 — Ib/acre dry weight but not less than the rate required to obtain specified seed sowing rate. 3.06 REPAIRS OF SEEDED AREAS A. When the surface has become gullied or otherwise damaged during the period of establishing the grasses, the disturbed area shall be repaired to reestablish the grade and the condition of the 32 92 19 SEEDING Page 4 of 6 Page 171 of 233 soil, and shall be reseeded at the original seed rate. Fill material shall be placed and compacted in six (6) inch lifts. Reseeding shall be done in a manner that will cause a minimum of disturbance to the existing stand of grass. B. During the course of planting and maintenance work, excess and waste materials shall be continuously and promptly removed, seeded areas kept clear and all reasonable pre- cautions taken to avoid damage to existing structures, plants and grass. Existing grass areas which have been injured by the work shall be regraded and seeded and the entire area, when completed, shall be neat and clean to the satisfaction of the Owners Representative. 3.07 MAINTENANCE A. Maintain lawns for not less than the period stated below, and longer as required to establish an acceptable lawn. 1. Seeded lawns, not less than 60 days after substantial completion. B. Maintain lawns by watering, fertilizing, weeding, mowing, trimming, and other operations such as rolling, re -grading and replanting as required to establish a smooth, acceptable lawn, free of eroded or bare areas. C. Watering: 1. Provide and maintain temporary piping, hoses and lawn watering equipment to convey water from sources. Keep lawn uniformly moist to a depth of 4 inches. 2. Schedule watering to prevent wilting, puddling, erosion and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. Water lawn daily for the first two weeks. 3. The Contractor is responsible for all costs in providing supplemental water as needed to promote healthy seedling establishment. D. Fertilizer: 30 to 45 days after the original seeding and prior to the first mowing, the contractor shall apply ten (10) Ib. per 1,000 square foot a 16-8-8 or other approved fertilizer to all seeded areas. 50% of the nitrogen shall be in a slow release form. E. When full maintenance period has not elapsed before the end of the planting season, or if lawn is not fully established, continue maintenance during next planting season. F. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch. Anchor as required to prevent displacement. 3.08 WARRANTY AND ACCEPTANCE OF TURFGRASS AREAS A. The Landscape Architect will inspect the turf both during construction and during the Substantial Completion inspection. Final acceptance will follow the Landscape Architect's final approval of the punch list and the following criteria. B. Upon completion of the work and fulfillment of the requirements of the Section, notify the Owner's Representative in writing that the work is ready for final inspection. Request a definite date for final inspection. Notify the Owner's Representative five (5) days prior to the requested final inspection date. C. Acceptance of seed lawn areas shall be based upon the following criteria: 1. Terms of the maintenance period, as defined in this paragraph have been executed. Seeded lawn areas shall be healthy, uniform and a close stand of grass shall be established. 32 92 19 SEEDING Page 5 of 6 Page 172 of 233 2. The seeded lawn areas shall be free of weeds and surface irregularities. In any 10 square foot area within the seeded lawn, coverage shall exceed 95%. Scattered bare spots shall not exceed an area 4 inches by 4 inches. 3. Grass shall not exceed 3" in height at time of acceptance. D. Seeded lawn areas which do not meet the requirements of acceptance at the time of inspection shall be re -seeded and maintained as often as required, until accepted, at no additional cost to Owner. 3.09 CLEAN UP A. Remove from site all excess materials, debris and equipment. B. Hose down and/or broom clean all paved surfaces. C. Remove erosion control measures after seed lawn has been established. Repair and reseed any remaining bare seeded areas as required. END OF SECTION 32 92 19 SEEDING Page 6 of 6 Page 173 of 233 RITLAN D+ KU 1 PER LANDSCAPE ARCHITECTS Lincoln Park Enhancements Waterloo, Iowa Preliminary Cost Opinion 501 Sycamore Street, Mei Waterloo, lov (319) 233-8090 Fax (319) QUANTITY UNIT UNIT PRICE Site Preparation Traffic Control 1 LS 39000.00 Mobilization 1 LS 50000.00 Silt Fence Installation, Removal, Cleanout 1,298 LF 5.00 Construction Fence 2990 LF 8.00 Removals, Existing Pavement 1,861 SY 10.00 Removal (Sunken Plaza) 523 SY 18.00 Removals, Lighting 4 EA 400.00 Excavation, Class 10 3,280 CY 5.00 Site Grading 1 LS 10000.00 Imported Clean Fill 107 CY 20.00 Imported Top Soil 143 CY 30.00 Exterior Sidewalks Modified Subbase, Compacted 104 SY 8.00 PCC Pavement, 6" 933 SY 63.00 Exterior Corners Concrete Curb for Brick 109 LF 25.50 Modified Subbase, Compacted 168 SY 8.00 Brick Pavers with Concrete Base 1,508 SF 15.00 Interior Plaza Concrete Curb for Brick 198 LF 25.50 Modified Subbase, Compacted 201 SY 8.00 Brick Pavers with Concrete Base 1,813 SF 15.00 Interior Sidewalks Modified Subbase, Compacted 1286 SY 8.00 PCC, 6" Concrete - Stamped/Colored 1,286 SY 108.00 Alt: PCC, 6" Concrete 1,280 SY @ 63.00 = $80,640 Electrical 1 LS 187500.00 Plumbing 1 LS 37115.00 Additional Site Amenities Benches 54 EA 1152.00 Bench Memorials 1 EA 150.00 0 Plantings Shade Tree 10 EA 400.00 Porous Tree Surrounds 288 SF 7.50 Seeding 16,000 SF 0.25 SUBTOTAL Design Fees Contingency (7%) TOTAL COST Add Alternate No. 1: Electrical contractor shall furnish and install electrical cabinet #4. Add Alternate No. 2: Electrical contractor shall furnish and install electrical cabinet #5. Plumbing contractor shall locate pedestal type hydrant. Add Alternate No. 3: Electrical contractor shall furnish and install fiber handholes and associated conduit. Electrical contractor shall provide conduit from inside electrical cabinet #1 to power handhole near the center of Deduct Alternate No. 4: Deduct dance chimes, installation and 16 LF of concrete curb. Deduct/Add Alternate No. 5: Deduct 1,286 SY colored/stamped concrete Add 1,286 SY PCC, 6" Concrete CITY OF WATERLOO Council Communication Request by Dan Hillman on behalf of Gene Waltemeyer for a rezone of approximately 2.149 acres from "M-1" Light Industrial District and "M-2" Heavy Industrial District to "M-2" Heavy Industrial District for future redevelopment at 94-98 Vinton Street. City Council Meeting: 2/25/2019 Prepared: 2/19/2019 REVIEWERS: Department Planning & Zorv_o (.perk,(Illerk, OH1LLa ATTACHMENTS: Description D packet SUBJECT: Submitted by: Recommended Action: Reviewer Schroeder, Arid ";vena LeAn nb Action Approved Approved Type (.17oveJr J\1eVn.no Date 2/2,0/201.9 ... 10: 7 AJ\.. 2/7,0/2019 ... 1 i :00 AM. Motion to receive and file proof of publication of notice of public hearing. HOLD HEARING - No comments on file. Motion to close hearing and receive and file oral and written comments and recommendation of approval of the Planning, Programming and Zoning Commission. Motion to receive, file, consider, and pass for the first time an Ordinance amending Ordinance No. 5079, as amended, City of Waterloo Zoning Ordinance, by amending the Official Zoning Map referred to in Section 10- 4-4, approving a rezone of certain property, located at 94-98 Vinton Street. Motion to suspend the rules. Motion to consider and pass for the second and third times and adopt said Ordinance. Submitted By: Noel Anderson, Community Planning & Development Director Approval Transmitted herewith is a request by Dan Hillman on behalf of Gene Waltemeyer for a rezone of approximately 2.149 acres from "M-1" Light Industrial District and "M-2" Heavy Industrial District to "M-2" Heavy Industrial District for future redevelopment at 94-98 Vinton Street. The request would not appear to have a negative impact on the surrounding neighborhood or land use. The request would not appear to have a negative impact on vehicular or pedestrian traffic movements in the area. The site is served by Vinton Street which is a Minor Arterial which connects to US Highway 218 a Principal Arterial. There is a recreational trail located along the east side of Vinton Street that connects with the Cedar Valley Lakes Trail, the 18th Street Trail and the US Page 176 of 233 Summary Statement: Highway 218 Trail. The area is zoned "M-1" Light Industrial District and "M-2" Heavy Industrial District and has been zoned as such since the adoption of the zoning ordinance in 1969. Surrounding land uses and their zoning are as follows: North — Commercial and Residential zoned "M-2" Heavy Manufacturing District and "R-2" One and Two Family Residence District. South —Industrial, Commercial and the Cedar River zoned "A-1" Agricultural District. East —Vacant Land, Commercial, Salvage Yard and Residential zoned "M-1" Light Industrial District and "R-2" One and Two Family Residential District. West —Crystal Distribution, Vacant Land and the Cedar River, zoned "M-2" Heavy Industrial District, "M-1" Light Industrial District and "A-1" Agricultural District. Commercial and Industrial buildings built between 1921 and 1950 and residences built between 1911 and 1939. No buffers would be required as a part of this rezoning request. Rezoning of the land would not appear to have a negative impact upon drainage in the area. The Future Land Use Map designates this area as Industrial and the proposed development is in conformance with the Future Land Use Map for this area. The application is requesting to rezone 2.149 acres from "M-1" Light Industrial District and "M-2" Heaving Industrial District to "M-2" Heavy Industrial District for redevelopment purposes. Currently the southeastern portion of the property is zoned "M-1" while the rest of the property is zoned "M-2" and this proposed rezone will consolidate zoning for the site into a single "M-2" zoning. A proposed buyer for the site would look to redevelop the site but wants to have the entire iste to have a consistant "M-2" zoning. There are currently three interconnected buildings on the site that total approximately 90,826 square feet. The applicant may look to subdivide the property once the rezone is approved. Therefore, staff recommends that the request by Dan Hillman on behalf of Gene Waltemeyer for a rezone of approximately 2.149 acres from "M-1" Light Industrial District and "M-2" Heavy Industrial District to "M-2" Heavy Industrial District for future redevelopment at 94-98 Vinton Street be approved for the following reasons: 1. The request would not appear to have a negative impact on the surrounding area. 2. The request would not appear to have a negative impact upon pedestrian and traffic conditions within the surrounding area. 3. The request is in compliance with the comprehensive plan and future land use map of the area. 4. The request would bring new economic opportunities to the area. Expenditure Required: None Source of Funds: N/A Page 177 of 233 Policy Issue: Zoning, Land Use and Economic Development. Legal Descriptions: AUDITORS MORNINGSIDE PLAT LOT 10 EXC BEG AT NELY COR SAID LOT TH SLY ALONG ELY LINE SAID LOT 131.7 FT TH NWLY 235 FT TO PT 50.9 FT FROM NLY LINE SAID LOT TH NWLY 93.5 FT TO PT ON WLY LINE SAID LOT 24.8 FT SLY FROM NWLY COR SAID LOT TH NLY TO SAID NWLY COR TH ELY TO PT OF BEG AND ALSO LAKE SIDE ADDITION WATERLOO PART LOTS 8, 9,10 BLOCK 5 BEG AT PT ON NLY LINE HOGLE ST 220 FT FROM MOST SLY COR SAID BLOCK 5 SAID PT BEING MOST WLY COR OF E 20 FT OF SAID LOT 10 THE WLY LINE OF SAID E 20 FT LOT 10 IS ALSO WLY LINE OF RELOCATED LAKE AVE TH NELY ALONG WLY LINE RELOCATED LAKE AVE 58.8 FT TO PT 9 FT MEAS AT RT ANG FROM CENTER OF INTERCHANGE TRACK TH NWLY 63 FT TO PT 90.5 FT FROM THE LINE OF OLD HOGLE ST & 8 FT MEAS AT RT ANG FROM CENTER OF INTER CHANGE TRACK TH NWLY 95.4 FT TO PT ON WLY LINE SAID BLOCK 5 163.9 FT FROM MOST NLY COR SAID BLOCK TH SWLY TO MOST WLY COR SAID BLOCK TH SELYALONG NLY LINE VAC HOGLE ST TO PT OF BEG & ALSO LAKE SIDE ADDITION LOT 4 EXC THAT PART THERE- OF WHICH LIES ON SLY SIDE OF A LINE 30 FT PERPENDICULARY DIST NLY FROM & PAR TO NLY LINE OF WATER ST & ALL LOTS 5,6,7 ALL IN BLK 6 ALSO THAT PART VAC LAKE AVE LYING BETWEEN NELY LINE WATER ST & SWLY LINE OF R -O -W OF THE WATERLOO CEDAR FALLS & NORTHERN RR LOC BETWEEN RATH & WATER ST IN SAID CITY & THAT PART OF HOGLE ST LYING BETWEEN BLK NOS 5 & 6 IN LAKE SIDE ADD & NWLY OF EXTENSION ACROSS SAID HOGLE ST OF THE NWLY LINE OF RELOCATED LAKE AVE THROUGH BLK 5 OF LAKE SIDE ADDITION ALL IN THE CITY OF WATERLOO Page 178 of 233 REQUEST: APPLICANT: GENERAL DESCRIPTION: February 19, 2019 Request by Dan Hillman on behalf of Gene Waltemeyer for a rezone of approximately 2.149 acres from "M-1" Light Industrial District and "M-2" Heavy Industrial District to "M-2" Heavy Industrial District for future redevelopment at 94-98 Vinton Street. Dan Hillman, Four Seasons Realtors, 3336 Kimball Avenue, Waterloo, Iowa. Gene and Cheryl Waltemeyer, 98 Vinton Street, Waterloo, Iowa. The applicant is requesting to rezone the property in which a portion of the property is currently zoned differently from a majority of the property. The majority of property is zoned "M-2" Heavy Industrial District, but a small portion is zoned "M-1" Light Industrial District. IMPACT ON The request would not appear to have a negative impact on the NEIGHBORHOOD & surrounding neighborhood or land use. SURROUNDING LAND USE: VEHICULAR & The request would not appear to have a negative impact on PEDESTRIAN vehicular or pedestrian traffic movements in the area. The site is TRAFFIC served by Vinton Street which is a Minor Arterial which connects to CONDITIONS: US Highway 218 a Principal Arterial. RELATIONSHIP TO There is a recreational trail located along the east side of Vinton RECREATIONAL Street that connects with the Cedar Valley Lakes Trail, the 18th TRAIL PLAN AND Street Trail and the US Highway 218 Trail. COMPLETE STREETS POLICY: ZONING HISTORY The area is zoned "M-1" Light Industrial District and "M-2" Heavy FOR SITE AND Industrial District and has been zoned as such since the adoption IMMEDIATE VICINITY: of the zoning ordinance in 1969. Surrounding land uses and their zoning are as follows: North — Commercial and Residential zoned "M-2" Heavy Manufacturing District and "R-2" One and Two Family Residence District. South —Industrial, Commercial and the Cedar River zoned "A-1" Agricultural District. East —Vacant Land, Commercial, Salvage Yard and Residential zoned "M-1" Light Industrial District and "R-2" One and Two Family Residential District. West —Crystal Distribution, Vacant Land and the Cedar River, zoned "M-2" Heavy Industrial District, "M-1" Light Industrial District and "A-1"Agricultural District. DEVELOPMENT Commercial and Industrial buildings built between 1921 and 1950 HISTORY: and residences built between 1911 and 1939. BUFFERS/ SCREENING No buffers would be required as a part of this rezoning request. 94— 98 Vinton Street— M1 and M2 to M2 PgDge 1 V of 233 REQUIRED: DRAINAGE: FLOODPLAIN: PUBLIC /OPEN SPACES/ SCHOOLS: UTILITIES: WATER, SANITARY SEWER, STORM SEWER, ETC: RELATIONSHIP TO COMPREHENSIVE LAND USE PLAN: STAFF ANALYSIS — ZONING ORDINANCE: STAFF ANALYSIS — SUBDIVISION ORDINANCE: STAFF RECOMMENDATION: February 19, 2019 Rezoning of the land would not appear to have a negative impact upon drainage in the area. The property is located in Zone X: Protected by Levee as indicated by the Federal Insurance Administration's Flood Insurance Rate Map, Community Number 190025 and Panel Number 0302F, dated July 18, 2011. The nearest public schools are Lowell Elementary located 0.57 miles to the west; Bunger Middle School located 2.54 miles to the southeast; and East High School located 1.19 miles to the north. The nearest open space is Lafayette Park located one block to the north. There are a 48" Storm Sewer and 18" Sanitary Sewer Line located in Vinton Street. The Future Land Use Map designates this area as Industrial and the proposed development is in conformance with the Future Land Use Map for this area. The application is requesting to rezone 2.149 acres from "M-1" Light Industrial District and "M-2" Heaving Industrial District to "M-2" Heavy Industrial District for redevelopment purposes. Currently the southeastern portion of the property is zoned "M-1" while the rest of the property is zoned "M-2" and this proposed rezone will consolidate zoning for the site into a single "M-2" zoning. A proposed buyer for the site would look to redevelop the site but wants to have the entire iste to have a consistant "M-2" zoning. There are currently three interconnected buildings on the site that total approximately 90,826 square feet. The applicant may look to subdivide the property once the rezone is approved. Therefore, staff recommends that the request by Dan Hillman on behalf of Gene Waltemeyer for a rezone of approximately 2.149 acres from "M-1" Light Industrial District and "M-2" Heavy Industrial District to "M-2" Heavy Industrial District for future redevelopment at 94-98 Vinton Street be approved for the following reasons: 1. The request would not appear to have a negative impact on the surrounding area. 2. The request would not appear to have a negative impact upon pedestrian and traffic conditions within the surrounding area. 94— 98 Vinton Street— M1 and M2 to M2 3. The request is in compliance with the comprehensive plan PgdEPi8tof 233 94— 98 Vinton Street— M1 and M2 to M2 February 19, 2019 and future land use map of the area. 4. The request would bring new economic opportunities to the area. PgdEP 18f13 of 233 City of Waterloo Planning, Programming and Zoning Commission February 19, 2019 .......... '0-1 R- ,R -P 1.1 R -4,R R -3,C -Z 11 R2! -CZ I I II 111'1111i 1 1111 1 11 C -2,C -Z R-2 I 11 -I - C-1 R -1,R- R 4 R -P C- ,C -Z R-2 94-98 Vinton Street Rezone from "M -i" and "M-2" to "M-2" Dan Hillman Page 182 of 233 City of Waterloo Planning, Programming and Zoning Commission February 19, 2018 0 „II 1I111111 wPON " 94-98 Vinton Street Rezone from "M -i" and "M-2" to "M-2" Dan Hillman Page 183 of 233 AUDITORS MORNINGSIDE PLAT LOT 10 EXC BEG AT NELY COR SAID LOT TH SLY ALONG ELY LINE SAID LOT 131.7 FT TH NWLY 235 FT TO PT 50.9 FT FROM NLY LINE SAID LOT TH NWLY 93.5 FT TO PT ON WLY LINE SAID LOT 24.8 FT SLY FROM NWLY COR SAID LOT TH NLY TO SAID NWLY COR TH ELY TO PT OF BEG AND ALSO LAKE SIDE ADDITION WATERLOO PART LOTS 8, 9,10 BLOCK 5 BEG AT PT ON NLY LINE HOGLE ST 220 FT FROM MOST SLY COR SAID BLOCK 5 SAID PT BEING MOST WLY COR OF E 20 FT OF SAID LOT 10 THE WLY LINE OF SAID E 20 FT LOT 10 IS ALSO WLY LINE OF RELOCATED LAKE AVE TH NELY ALONG WLY LINE RELOCATED LAKE AVE 58.8 FT TO PT 9 FT MEAS AT RT ANG FROM CENTER OF INTERCHANGE TRACK TH NWLY 63 FT TO PT 90.5 FT FROM THE LINE OF OLD HOGLE ST & 8 FT MEAS AT RT ANG FROM CENTER OF INTER CHANGE TRACK TH NWLY 95.4 FT TO PT ON WLY LINE SAID BLOCK 5 163.9 FT FROM MOST NLY COR SAID BLOCK TH SWLY TO MOST WLY COR SAID BLOCK TH SELY ALONG NLY LINE VAC HOGLE ST TO PT OF BEG & ALSO LAKE SIDE ADDITION LOT 4 EXC THAT PART THERE- OF WHICH LIES ON SLY SIDE OF A LINE 30 FT PERPENDICULARY DIST NLY FROM & PAR TO NLY LINE OF WATER ST & ALL LOTS 5,6,7 ALL IN BLK 6 ALSO THAT PART VAC LAKE AVE LYING BETWEEN NELY LINE WATER ST & SWLY LINE OF R-O-W OF THE WATERLOO CEDAR FALLS & NORTHERN RR LOC BETWEEN RATH & WATER ST IN SAID CITY & THAT PART OF HOGLE ST LYING BETWEEN BLK NOS 5 & 6 IN LAKE SIDE ADD & NWLY OF EXTENSION ACROSS SAID HOGLE ST OF THE NWLY LINE OF RELOCATED LAKE AVE THROUGH BLK 5 OF LAKE SIDE ADDITION ALL IN THE CITY OF WATERLOO Page 184 of 233 APPLICATION FOR REZONING CITY OF WATERLOO PLANNTNG, PROGRAMMING, AND ZONING COMMISSION WATERLOO, IOWA 319.201.4366 I. APPLICATION INFORMATION: / a. Applicant's �Je ^ ��rin )�� e'� � Pbouc:����� =* ,-;?/76' 7/ �' Fuz: ~. ' - ' � City: �/4��4 /tur State: ~�__~ »^A- Zip: b. Status of applicant: (a) Owne \ (b) Other (CHECK ONE): If other explain: c. Property owner's riarne ifdiffererit than above (please print): Address: Phone: Fax: City: State: 2. PROPERTY INFORMATION: a. General location of property to be rezoned: WA/74,17 Zip: b. Legal description ofproperty to be rezoned: c. Dimensions ofProposed Zoning Boundary (Excluding Right ofWay): d. Area o[Proposed Zoning Boundary(Exc�diogQ�htn[\�uy): e ^= '� =Requested i f. Reason(s) for rezoning and proposed use(s) ofproperty: -��_ g. Conditions Conditions (ifany) agreed to: h. Other pertinerlt information (use reverse side ifriecessary): Please Note: If applicant is not the owner of the property, the signature of the owner must be secured. If it is the intent to subdivide (split) any land, vacant or improved in conjunction with this request it must go through a platting process (separate from rezone request). The filing fee of $300 + $10 per acre ($750 max) (payable to the City of Waterloo) is required (round amount down to nearest 1O increment). This fee is non-refundable. Under no condition shall said suni or any part thereofbe refunded for failure ofsaid amendment to be enacted into Iaw. Any major change in any ofthe information given will require that the request go back through the process, with a new fiting fee. Ifthe request is denied no new petition covering the same or portion of the same property shall be filed with or considered by the Planning, Programming, and Zoning Commission until four (4) months have elapsed from the date Of denial by the Waterloo City Council. The undersigned certify under oath and under the penalties of perjury that all information on this request and submitted along with it is true and correct. Al! information submitted will be used by the Waterloo Planning, Programming, and Zoning Commission and the Waterloo City Council in making their decision. The undersigned authorize City Zoning Officials to enter the property in question in regards to the request. �l ��-�-/4 --.-' /.. _' _ _ - _ Sigo�uroo[}\pp|icun Date Signature ufOwner Date Page 185 of 233 CITY OF WATERLOO Council Communication Resolution approving a Professional Services Agreement with AEC OM Technical Services, in an amount not to exceed $49,500, in conjunction with the 2019 West 5th Street Parking Ramp and Commercial Street Parking Ramp Repairs, and authorize the Mayor to execute said document. City Council Meeting: 2/25/2019 Prepared: 2/13/2019 REVIEWERS: Department Reviewer Action Date 1>!alining & Zorn Schroeder, Ade Approved 2/9/2019 ... I. I. :4kn A.M. C lerlk_ Office, ^;vui p:.LAn n Approved l 2/ 19/201 Q-➢ ... fi 1:_`r 1 A ATTACHMENTS: Description Type ll'ark ling „RA mr ire°('over Memo SUBJECT: Submitted by: Resolution approving a Professional Services Agreement with AEC OM Technical Services, in an amount not to exceed $49,500, in conjunction with the 2019 West 5th Street Parking Ramp and Commercial Street Parking Ramp Repairs, and authorize the Mayor to execute said document. Submitted By: Noel Anderson, Community Planning & Development Director Recommended Action: Approval Significant repairs are needed to the West 5th Street parking ramp and Commercial Street parking ramp, including repairs to concrete surfaces and structures, drainage pipes, expansion joints and brick fascia. Repairs are Summary Statement: anticipated to reach approximately $500,000. This agreement will provide for design services, including detailed work, services, materials, equipment, personnel and supplies necessary to provide data collection, field review, final plan development and project administration. Expenditure Required: Not to exceed $49,500 Source of Funds: Facilities Maintenance Policy Issue: Building Maintenance Page 186 of 233 AECOM AECOM 319-232-6531 WI 501 Sycamore Street 319-232-0271 fax Suite 222 Waterloo, Iowa 50703 www.aecom.com 2019 WEST 5TH STREET PARKING RAMP AND COMMERCIAL STREET PARKING RAMP REPAIRS CITY OF WATERLOO, IOWA PROFESSIONAL SERVICE AGREEMENT This Agreement is made and entered by and between AECOM Technical Services, Inc., 501 Sycamore Street, Suite 222, Waterloo, Iowa, hereinafter referred to as "ATS" and City of Waterloo, 715 Mulberry Street, Waterloo, Iowa, hereinafter referred to as "CLIENT." IN CONSIDERATION of the covenants hereinafter set forth, the parties hereto mutually agree as follows: I. SCOPE OF SERVICES ATS shall perform professional Services (the "Services") in connection with CLI ENT's facilities in accordance with the Scope of Services set forth in Exhibit A attached hereto. II. ATS'S RESPONSIBILITIES ATS shall, subject to the terms and provisions of this Agreement: (a) Appoint one or more individuals who snail be authorized to act on behalf of ATS and with whom CLIENT may consult at all reasonable times, and whose instructions, requests, and decisions will be binding upon ATS as to all matters pertaining to this Agreement and the performance of the parties hereunder. (b) Use all reasonable efforts to complete the Services within the time period mutually agreed upon, except for reasons beyond its control. (c) Perform the Services in accordance with generally accepted professional engineering standards in existence at the time of performance of the Services. If during the two year period following the completion of Services, it is shown that there is an error in the Services solely as a result of ATS's failure to meet these standards, ATS shall re- perform such substandard Services as may be necessary to remedy such error at no cost to CLIENT. Since ATS has no control over local conditions, the cost of labor and materials, or over competitive bidding and market conditions, ATS does not guarantee the accuracy of any construction cost estimates as compared to contractor's bids or the actual cost to the CLIENT. ATS makes no other warranties either express or implied and the parties' rights, liabilities, responsibilities and remedies with respect to the quality of Services, including claims alleging negligence, breach of warranty and breach of contract, shall be exclusively those set forth herein. (d) ATS shall, if requested in writing by CLIENT, for the protection of CLIENT, require from all vendors and subcontractors from which ATS procures equipment, materials or services for the project, guarantees with respect to such equipment, materials and services. All such guarantees shall be made available to CLIENT to the full extent of the terms thereof. ATS's liability with respect to such equipment and materials obtained from vendors or services from subcontractors, shall be limited to procuring guarantees from such vendors or subcontractors and rendering all reasonable assistance to CLIENT for the purpose of enforcing the same. Page 187 of 233 AECOM Page 2 (e) ATS will be providing estimates of costs to the CLIENT covering an extended period of time. ATS does not have control over any such costs, including, but not limited to, costs of labor, material, equipment or services furnished by others or over competitive bidding, marketing or negotiating conditions, or construction contractors' methods of determining their prices. Accordingly, it is acknowledged and understood that any estimates, projections or opinions of probable project costs provided herein by ATS are estimates only, made on the basis of ATS's experience and represent ATS's reasonable judgment as a qualified professional. ATS does not guaranty that proposals, bids or actual project costs will not vary from the opinions of probable costs prepared by ATS, and the CLIENT waives any and all claims that it may have against ATS as a result of any such variance. III. CLIENT'S RESPONSIBILITIES CLIENT shall at such times as may be required for the successful and expeditious completion of the Services; (a) Provide all criteria and information as to CLIENT's requirements; obtain all necessary approvals and permits required from all governmental authorities having jurisdiction over the project; and designate a person with authority to act on CLIENT's behalf on all matters concerning the Services. (b) Furnish to ATS all existing studies, reports and other available data pertinent to the Services, and obtain additional reports, data and services as may be required for the project. ATS shall be entitled to rely upon all such information, data and the results of such other services in performing its Services hereunder. IV. INDEMNIFICATION ATS agrees to indemnify and hold harmless CLIENT from and against any and all suits, actions, damages, loss, liability or costs (including, without limitation, reasonable attorneys' fees directly related thereto) for bodily injury or death of any person or damage to third party property if and to the extent arising from the negligent errors or omissions or willful misconduct of ATS during the performance of the Services hereunder. V. INSURANCE Commencing with the performance of the Services, and continuing until the earlier of acceptance of the Services or termination of this Agreement, ATS shall maintain standard insurance policies as follows: (a) Workers' Compensation and/or all other Social Insurance in accordance with the statutory requirements of the state having jurisdiction over ATS's employees who are engaged in the Services, with Employer's Liability not less than One Hundred Thousand Dollars ($100,000) each accident; (b) Commercial General Bodily Injury and Property Damage Liability and Automobile liability insurance including (owned, non -owned, or hired), each in a combined single limit of One Million Dollars ($1,000,000) each occurrence for bodily injury and property damage liability. This policy includes Contractual Liability coverage. ATS agrees to name CLIENT as Additional Insured on this policy, but only to the extent of ATS's Page 188 of 233 AECOM (c) Page 3 negligence under this Agreement and only to the extent of the insurance limits specified herein. Professional Liability Insurance with limits of $1,000,000 per claim and in the aggregate covering ATS against all sums which ATS may become legally obligated to pay on account of any professional liability arising out of the performance of this Agreement. ATS agrees to provide CLIENT with certificates of insurance evidencing the above described coverage prior to the start of Services hereunder and annually thereafter if required. ATS shall provide prompt notice to the CLIENT in the event of cancellation, material change, or non- renewal per standard ISO Acord Form wording and the policy provisions. VI. COMPENSATION AND TERMS OF PAYMENT Compensation for the services shall be on an hourly basis in accordance with the hourly fees and other direct expenses in effect at the time the services are performed. Total compensation is a not -to -exceed fee of Forty -Nine Thousand Five Hundred Dollars ($49,500.00). ATS may bill the Client monthly for services completed at the time of billing. CLIENT agrees to pay ATS the full amount of such invoice within thirty (30) days after receipt thereof. In the event CLIENT disputes any invoice item, CLIENT shall give ATS written notice of such disputed item within ten (10) days after receipt of invoice and shall pay to ATS the undisputed portion of the invoice according to the provisions hereof. CLIENT agrees to abide by any applicable statutory prompt pay provisions currently in effect. VII. TERMINATION CLIENT may, with or without cause, terminate the Services at any time upon fourteen (14) days written notice to ATS. The obligation to provide further Services under this Agreement may be terminated by either party upon fourteen (14) days' written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party, providing such defaulting party has not cured such failure, or, in the event of a non -monetary default, commenced reasonable actions to cure such failure. In either case, ATS will be paid for all expenses incurred and Services rendered to the date of the termination in accordance with compensation terms of Article VI. VIII. OWNERSHIP OF DOCUMENTS (a) Sealed original drawings, specifications, final project specific calculations and other instruments of service which ATS prepares and delivers to CLIENT pursuant to this Agreement shall become the property of CLIENT when ATS has been compensated for Services rendered. CLIENT shall have the right to use such instruments of service solely for the purpose of the construction, operation and maintenance of the Facilities. Any other use or reuse of original or altered files shall be at CLIENT's sole risk without liability or legal exposure to ATS and CLIENT agrees to release, defend and hold ATS harmless from and against all claims or suits asserted against ATS in the event such documents are used for a purpose different than originally prepared even though such claims or suits may be based on allegations of negligence by ATS. Nothing contained in this paragraph shall be construed as limiting or depriving ATS of its rights to use its basic knowledge and skills to design or carry out other projects or Page 189 of 233 AECOM Page 4 work for itself or others, whether or not such other projects or work are similar to the work to be performed pursuant to this Agreement. (b) Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced and ATS makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings and the electronic files, the sealed drawings will govern. IX. MEANS AND METHODS (a) ATS shall not have control or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety measures and programs including enforcement of Federal and State safety requirements, in connection with construction work performed by CLIENT'S construction contractors. Nor shall ATS be responsible for the supervision of CLIENT's construction contractors, subcontractors or of any of their employees, agents and representatives of such contractors; or for inspecting machinery, construction equipment and tools used and employed by contractors and subcontractors on CLIENT's construction projects and shall not have the right to stop or reject work without the thorough evaluation and approval of the CLIENT. In no event shall ATS be liable for the acts or omissions of CLIENT's construction contractors, subcontractors or any persons or entities performing any of the construction work, or for the failure of any of them to carry out construction work under contracts with CLIENT. (b) In order that ATS may be fully protected against such third party claims, CLIENT agrees to obtain and maintain for the benefit of ATS the same indemnities and insurance benefits obtained for the protection of the CLIENT from any contractor or subcontractor working on the project and shall obtain from that contractor/subcontractor insurance certificates evidencing ATS as an additional named insured. X. INDEPENDENT CONTRACTOR ATS shall be an independent contractor with respect to the Services to be performed hereunder. Neither ATS nor its subcontractors, nor the employees of either, shall be deemed to be the servants, employees, or agents of CLIENT. XI. PRE-EXISTING CONDITIONS Anything herein to the contrary notwithstanding, title to, ownership of, legal responsibility and liability for any and all pre-existing contamination shall at all times remain with CLIENT. "Pre- existing contamination" is any hazardous or toxic substance present at the site or sites concerned which was not brought onto such site or sites by ATS. CLIENT agrees to release, defend, indemnify and hold ATS harmless from and against any and all liability which may in any manner arise in any way directly or indirectly caused by such pre-existing contamination except if such liability arises from ATS's sole negligence or willful misconduct. CLIENT shall, at CLIENT's sole expense and risk, arrange for handling, storage, transportation, treatment and delivery for disposal of pre-existing contamination. CLIENT shall be solely responsible for obtaining a disposal site for such material. CLIENT shall Zook to the Page 190 of 233 AECOM Page 5 disposal facility and/or transporter for any responsibility or liability arising from improper disposal or transportation of such waste. ATS shall not have or exert any control over CLIENT in CLIENT's obligations or responsibilities as a generator in the storage, transportation, treatment or disposal of any pre-existing contamination. CLIENT shall complete and execute any governmentally required forms relating to regulated activities including, but not limited to generation, storage, handling, treatment, transportation, or disposal of pre-existing contamination. In the event that ATS executes or completes any governmentally required forms relating to regulated activities including but not limited to storage, generation, treatment, transportation, handling or disposal of hazardous or toxic materials, ATS shall be and be deemed to have acted as CLIENT's agent. For ATS's Services requiring drilling, boring, excavation or soils sampling, CLIENT shall approve selection of the contractors to perform such services, all site locations, and provide ATS with all necessary information regarding the presence of underground hazards, utilities, structures and conditions at the site. XII. LIMITATION OF LIABILITY CLIENT agrees that ATS's liability for the act, error or omission in its performance of services under this Agreement shall in no event exceed the amount of the total compensation received by ATS. It is intended by the parties to this Agreement that ATS's services in connection with the project anticipated herein shall not subject ATS's individual employees, officers, or directors to any personal legal exposure for the risks associated with this project. XIII. DISPUTE RESOLUTION If a dispute arises out of, or relates to, the breach of this Agreement and if the dispute cannot be settled through negotiation, then ATS and the CLIENT agree to submit the dispute to mediation. In the event ATS or the CLIENT desires to mediate any dispute, that party shall notify the other party in writing of the dispute desired to be mediated. If the parties are unable to resolve their differences within 10 days of the receipt of such notice, such dispute shall be submitted for mediation in accordance with the procedures and rules of the American Arbitration Association (or any successor organization) then in effect. The deadline for submitting the dispute to mediation can be changed if the parties mutually agree in writing to extend the time between receipt of notice and submission to mediation. The expenses of the mediator shall be shared 50 percent by ATS and 50 percent by the CLIENT. This requirement to seek mediation shall be a condition required before filing an action at law or in equity. However, prior to or during the negotiations or the mediation either party may initiate litigation that would otherwise be barred by a statute of limitations, and ATS may pursue any property liens or other rights it may have to obtain security for the payment of its invoices. XIV. MISCELLANEOUS (a) This Agreement constitutes the entire agreement between the parties hereto and supersedes any oral or written representations, understandings, proposals, or communications heretofore entered into by or on account of the parties and may not be changed, modified, or amended except in writing signed by the parties hereto. In Page 191 of 233 AECOM Page 6 the event of any conflict between this contract document and any of the exhibits hereto, the terms and provisions of this contract document shall control. In the event of any conflict among the exhibits, the exhibit of the Iatest date shall control. (b) This Agreement shall be governed by the laws of the State of Iowa. (c) ATS may subcontract any portion of the Services to a subcontractor approved by CLIENT. In no case shall CLIENTs approval of any subcontract relieve ATS of any of its obligations under this Agreement. (d) In no event shall either party be liable to the other for indirect or consequential damages, ino|uding, but not limited to, loss of use, loss of profit or interruption of buaineae, vvhethe, arising in contract, tort (including neg|iganoe), mtahute, or strict (e) In the event CLIENT uses a purchase order form to administer this Agreement, the use of such form shall be for convenience purposes only, and any typed provision in conflict with the terms of this Agreement and all preprinted terms and conditions contained in or on such forms shall be deemed stricken and null and void. (f) This Agreement gives no rights or benefits to anyone other than CLIENT and ATS and does not create any third party beneficiaries to the Agreement. IN WITNESS WHEREOF, the parties hereto have executed this agreement on the day and year written below. APPROVED FOR CITY OF WATERLOO APPROVED FOR AECOM By: By: Printed Name: Quentin Hart Title: Mayor Date: Printed Name: Douglas W. Schindel, P.E Associate Vice President February 13, 2019 Page 192 of 233 AECOM 2019 WEST 5TH STREET PARKING RAMP AND COMMERCIAL STREET PARKING RAMP REPAIRS CITY OF WATERLOO, IOWA EXHIBIT A A. PROJECT DESCRIPTION The project consists of repairs to the West 5th Street Parking Ramp and Commercial Street Parking Ramp in downtown Waterloo. These elements include repairs to the concrete surfaces and structures, drainage pipes, expansion joints and brick fascia on exterior of ramps. Ramp repairs are anticipated to reach a total budgeted construction cost of approximately Five Hundred Thousand Dollars ($500,000.00). B. SCOPE OF SERVICES The Scope of Services for Phase I Design Services will encompass and include detailed work, services, materials, equipment, personnel and supplies necessary to provide data collection, field review, final plan development and project administration. The Scope of Services for Phase I Design Services is further defined as follows: Phase 1- Design Services Data Collection and Base Mapping Tasks 1 - 3. These tasks include data collection, field reviews and base mapping development for the West 5th Street Parking Ramp and Commercial Street Parking Ramp which will be used as the basis for the design. Field reviews will be completed with City staff to further establish a priority for the improvements. The following identifies tasks leading to the completion of the data collection required for the project. Task 1 - Data Collection Task 2 - Field Review Task 3 - Plan Base Mapping Development Final Plan Development Tasks 4 - 16. These tasks include developing final plans and specifications for the designated repairs for the West 5th Street Parking Ramp and Commercial Street Parking Ramp. These tasks will include work necessary to complete the plans and specifications for the identified repairs. Included in these tasks will be the typical cross-sections, tabulations and quantities, final plan view sheets, structural details, layout sheets, traffic control sheets, construction cost estimate and technical specifications. These tasks will include work necessary to complete the final design, project plans and specifications, and the printing of the documents for a City of Waterloo letting. The following specific tasks lead to the completion of the final plans for the identified West 5'" Street Parking Ramp and Commercial Street Parking Ramp repairs. Page 193 of 233 ,4_COM Task 4 - Title and Legend Sheets Task 5 - Typical Sections and Details Task 6 - Bid Items and General Notes a. Bid Item and Quantity Listing b. Estimate Reference Information c. General Notes Task 7 - Tabulations and Quantities Task 8 - Plan Sheets Task 9 - Layout Sheets Task 10 - Traffic Control Sheets Task 11 - Structural Details Task 12 - Quality Control Review Task 13 - Construction Cost Estimate Task 14 - Specifications Task 15 - Printing and Submittals Task 16 - Field Review Project Administration and Meetings Tasks 17 - 19. These tasks include project administration, coordination, and meetings throughout the project development. These tasks also include pre -letting activities and general project administration. The following identifies tasks leading to the completion of project administration, meetings and coordination during the design phase of the project. Task 17 - Project Meetings Task 18 - Pre -Letting Activities Task 19 - Project Administration Phase 11- Construction -Related Services The scope of construction -related services will be determined at the time the services are needed and defined under a future amendment to this agreement. Construction -related services include construction staking, on-site field review, materials testing and contract administration during construction. O:Wdministretion'AGREEIPROFIWat 2019 5th and Commercial Ramp Repairs.doc Page 194 of 233 CITY OF WATERLOO Council Communication Resolution approving the assignment of rebates to Reese Properties, LLC in conjunction with a Development Agreement with Endeavors LTD, LLC, originally approved on July 29, 2015 for the property located at 2661 Geraldine Road, and authorize the Mayor and City Clerk to execute said agreement. City Council Meeting: 2/25/2019 Prepared: 2/19/2019 REVIEWERS: Department Reviewer Action Date Planning & Zorn. Schroeder, Aroc .Approved. 7./19/2019 2:04 PM t. k T— Office, ^;ven 1:.LAn . App oved. 2/20/2019 ... 10.143 AM. ATTACHMENTS: Description Type .A.ssignment 1:3ackunp SUBJECT: Submitted by: Resolution approving the assignment of rebates to Reese Properties, LLC in conjunction with a Development Agreement with Endeavors LTD, LLC, originally approved on July 29, 2015 for the property located at 2661 Geraldine Road, and authorize the Mayor and City Clerk to execute said agreement. Submitted By: Noel Anderson, Community Planning & Development Director Recommended Action: Resolution approving assignment of rebates The City of Waterloo entered into a Development Agreement with Endeavers Ltd, LLC for the development of the property located at 2661 Geraldine Road. Summary Statement: As a part of that agreement, the developer was given tax rebates for the added value of the project. The property is owned by the same individuals but the property was transferred into a new LLC. The development agreement states that such assignment is eligible, and this document will work to clarify the City of Waterloo's approval of such assignment. Expenditure Required: No additional funds from previous agreement Source of Funds: NA Policy Issue: Economic Development, policies 1, 3 and 4. Alternative: NA Page 195 of 233 Legal Descriptions: SOUTH PORT 3RD ADDITION LOT 9 AND LOT 10 Page 196 of 233 ASSIGNMENT OF REBATES The undersigned ("Assignor") is party to a development agreement (the "Agreement") with the City of Waterloo, Iowa, concerning the following real property (the "Property"): Address/Parcel #: $°L t3- d -202.00 Subject to the terms of the Agreement, Assignor is entitled to property tax rebates in respect of the Property in an amount determined as set forth in the Agreement. Assignor has sold the Property to the Transferee indicated below. In consideration of Transferee's purchase of the Property, Assignor does hereby assign to Transferee all of Assignor's right, title and interest in and to any and all rebates payable in respect of the Property pursuant to the Agreement, effective as to any rebate payable for property taxes that become due and owing after the following date: 3 43,A.o%1 ,oLect�or LA o\ LL L [Assignor/seller name w.. printed] I e � Pro t -f i e.S LLC, [Transferee/buyer name - printed] By: By: Title: Ca b Dated: 1 • i s-161 Title: Owc.r Dated: !=1.-- tS- tiq Page 197 of 233 CITY OF WATERLOO Council Communication Resolution approving a Professional Services Agreement with RedZone Robotics, Inc. of Pittsburgh, Pennsylvania in the amount of $117,615, in conjunction with evaluation of approximately 20,622 feet of 48 inch - 60 inch Interceptor Sewer Pipes, and authorize the Mayor to execute said document. City Council Meeting: 2/25/2019 Prepared: 2/19/2019 REVIEWERS: Department Reviewer •\V ste M ona.ge lent p^^"ven p.,� /finnan ATTACHMENTS: Description D Merano to Water1oo D lt.edZone Atpn.Q°a:°nnria:^aat SUBJECT: Submitted by: Recommended Action: Expenditure Required: Source of Funds: .city Caauunci1 Action Date App -avec 2,/.p9/2,0p9... llp: AM Type Coven- I\4eiar.o 13ackui.p Mattel Resolution approving a Professional Services Agreement with RedZone Robotics, Inc. of Pittsburgh, Pennsylvania in the amount of $117,615, in conjunction with evaluation of approximately 20,622 feet of 48 inch - 60 inch Interceptor Sewer Pipes, and authorize the Mayor to execute said document. Submitted By: Steve Hoambrecker, Waste Management Services Director Recommended approval of agreement with RedZone to evaluate interceptor Sewer Pipes. $117,615.00 Sewer Funds Page 198 of 233 —,�-�r �c February 15, 2019 ��,� OF WATERLOO IOWA � �������������� WASTE MANAGEMENT SERVICES DEPARTMENT 3505 Easton Ave • Waterloo, IA 50702 • (319) 291-4553 Steve Hoambrecker, Director Memo to Waterloo Mayor and City Council: RE: Agreement to evaluate approximately 20,662 feet of 48^-60» Interceptor Sewer Pipes Background Discussion There is a m'orinfluxoffloxvbeingreceivedatthcVVVVTPxvhenthe[edarRivergoesup, indicative that there is presumably a significant source of leakage in the collective system. The most likely source of that leakage are the two interceptors that parallel the river from the downtown area to the WWTP site. As part of the City's continuing effort to reduce excessive flows being treated at the WWTP, both the East and West Side interceptor piping and manholes on each side of the Cedar River neeci inspected and evaluated. This prjec1isreherencedlnthe corrective action projects inthe [K40K4list ofprojects tobeconnp|etedinbetvveen2028and 2030. This is being proposed to have 3 components: manhole evauation, pipe inspection and engineering report combining the manhole and piping evaluations into a comprehensive corrective action plan with a scope of services for repairs and the associated costs. A pilot pject to observe equipment and methodology was conducted by Redlone in the fall of 2018. It detailed several iriches of the concrete pipe corroded away from the 2,7OO48"6\54" pipe and from 6" to 12" of accumulated debris in the piping. This inspection will complete the evaluation of both interceptors and the connecting line to the WWTP. Recommended Action it is recommended that the city council approve the agreement for RedZone in the amount of $117,615. Funding comes from the sewer fund. Page 199 of 233 88114 „8814818418,81181488181118408,0108188,1114188111df, 188 Fehruar/1I20l9 S\eveHoamnbrecke/ Waste Management 715 Mulberry Street WatcrVoo,IA5O7U3 RE: East/ West Interceptor MSI Dear Steve, RedZone Robotics thanks you for the opportunity to provide our service to the City of Waterloo, IA. We are providing pricing for an anticipated total scope of approximately 20,622 LF of 48" 60°RCP of the East and West Interceptor. We will utilize the appropriate MSI equipment (HD Profiler) to perform the inspection. This technology will provide synchronized laser, sonar, H2S Gas and CCTV for the entire scope of the project based on flow and pipe conditions. We were able to keep the cost the same for the 48" pipe, as the demo project. We will supply the City a PACP database with video and an MSI digital report of the findings, exactly as we did in the "Pilot". We will be targeting March 20I9 to complete the inspection, assuming we get approval at the February 25 council meeting. Mobilization Sanitary SewerInspection -MSI ��xc�� n� TOTAL 9,505 48"N/A 54"-6O" $5,000.00 $6.00 5,000.00 $55,585.00 $117'615,00 All Traffic Control, flow control, bypassing, permitting or notifications to be responsibility of City of Waterloo and coordinated in advance. Redzone can provide pricing for this additional work as requested. Any permitting to be supplied by City of Waterloo RedZone has no bonding requirements or work hour estrtctions RedZone to provide a PACP Database to be configured to irnport into GIS lnvoices Due Net 60 m�8814,444,^8.44 1.50 MO?. 4882.476884880 Page 200 of 233 Thnk you again for the business. Should you have any questions please feel free to caII me at 847-778-4453. Sincerely, Tim Graeb Regional Business Development Manager RedZone Robotics, Inc. Signature: Name: Title: Date� Acceptance / Terms and Conditions 1,111111111,11,111,111,111\1111,111,11,1"1011,111,,,,,,,,,,,1111.1::„ 1,11111011,111,111111111„1111 111 11111abo. Page 201 of 233 CITY OF WATERLOO Council Communication Resolution approving a Professional Service Agreement with RJN located in Des Moines, Iowa in the amount of $19,955 for the evaluation of the East-West Interceptor Manholes, and authorize the Mayor to execute said document. City Council Meeting: 2/25/2019 Prepared: 2/19/2019 REVIEWERS: Department \V ste M on.age nennt ATTACHMENTS: Description D Memo to 1Watempa�o M D R..V N rtna nu:n to ➢' n a SUBJECT: Submitted by: Recommended Action: Expenditure Required: Source of Funds: Reviewer 3 vena LeAi n DnQap Agr r rti`n ..:':city Caauumill Action A pp reyed Type Cove \4eiarn� 13ackui.p Marten. Date 2/7,0/20 p 9 ... 1 i :00 AM Resolution approving a Professional Service Agreement with RJN located in Des Moines, Iowa in the amount of $19,955 for the evaluation of the East- West Interceptor Manholes, and authorize the Mayor to execute said document. Submitted By: Steve Hoambrecker, Waste Management Services Director Approve the agreement for rjngroup to evaluate Interceptor Manholes $19,955 Sewer Funds Page 202 of 233 erloo CITY OF WATERLOO IOWA WASTE MANAGEMENT SERVICES DEPARTMENT 3505 Easton Ave • Waterloo, IA 50702 • (319) 291-4553 Steve Hoambrecker, Director February 15, 2019 Memo to Waterloo Mayor and City Council: RE: Agreement to evaluate East—West Interceptor Manholes Background Discussion There is a m'mrinfluxQffloxvb9ingr2[2iv2d3tthpVVVVTPvvhentheC2da[Rivergoesup, indicative that there is presumably a significant source of leakage in the collective system. The most likely source of that leakage are the two interceptors that parallel the river from the downtown area to the WWTP site. As part of the City's continuing effort to reduce excessive flows being treated at the WWTP, both the East and West Side interceptor piping and manholes on each side of the Cedar River need inspected and evaluated. This pject is referenced in the corrective action projects in the CMOM list ofprojects to be completed in between 2018 and 2820. This is being proposed to have 3 components: manhole evaluation, pipe inspection and engineering report combining the manhole and piping evaluations into a comprehensive corrective action plan with a scope of services for repairs and the associated costs. It is crucial that the manhole inspectons be conducted. We have experienced fish entering the plant this past fall when river levels exceeded 16 feet, indicative of a rather large direct connection. We have selected and received a proposal from RJN to perform this inspection wth recomrnended corrective rehabilitation actions to be taken. The proposal has two components, evaluating the approximately 60 manholes on both sides of the Cedar River as the initial phase with a potential follow-up phase for the other 50-60 manholes in the flood plain that could also be rnajor contributor of excessive water. Recommended Action It is recommended that the city council approve the agreement for RJNgroup in the amount of Page 203 of 233 February 15, 2019 Mr. Steve Hoambrecker PWLF, PE Waste ManagernentServices Director City of VVaterloo 3505 Easton Avenue Waterloo, Iowa 507DZ'2000 SUEVECT: PROPOSAL FOR PRUFESSIONAL ENGINEERING SBIZVIC8S MANHOLE INSPECTIONS AND RECOMMENDATIONS Dear Mr. floambrecker: www.rjn.C0rn RIN Group, Inc. (RJN) is pleased to submit this proposal to the City of Waterloo (City) for the 1nypccboo, aoalysis, and rehabilitation recommendations for manholes in the City's interceptor sewer system, P0°MCBUNDERSTANDING AND APPROACH The City ofVVater|ooexperiences high wet -weather flows during rain events and periods ofbicbriver levels. As such, the City has entered into an aArccnoentvvitbthe Environmental Protection Agency (EPA) for a Consent Decree settlement. As a part of this, and an ongoing effort to reduce the flow entering the system during rain events and high river levels, the City has determined it is important to investigate on the interceptors near the Cedar River. As an initial step in this process, the City would tike to inspect the 65 manholes on these interceptors inspected. As an option, an additional 47manholes within the i00 -year Uloodplain inspecteci, shouid it be deemed desirable by the City, A manhole inspection pcog,uoo can provide many benefits to the City including mapping updates, identification of inflow and infiltration, confirmation of connecting pipca, detection of structural problerns in nced of rehabilitation, and, photographs of the structures, This inspection will start his process by conducting full -descent confined space entry inspections to provide a full assessment of the structures, including looking for 6oles, infiltration and inflow (1/1) dotects, and structural concerns. This process will also improve the .mapping and connectivity of these interceptors to make the multi -sensor pipe inspections project more successful and easier to complete. This project will provide detailed inspection reports and provide recommendations for rebabilitation, as necessary. The rnanholes to be inspected are shown on the attached exhibit. Should a confined space entry not be possible to be completed on a certain structure, surface inspections will be cornpleted, as possible. ° Page 2 Manhole Inspections and Recommendations February IS'ZU19 INspEcr t o� Full descent inspections are typically completed on deep or complex structures where visibility is lirnited or where i comprchcnsive inspection is critical, Inspections include aconfined space entry. inspection of the manhole to identifY frame and lid, wall, bench, and trough defects and other structural. defects inthe manhole. Manhole and pipe si7es and inverts wifl be measured and numerous photographs docurnentnig the manhole condition. It is expected that full -descent inspections will be completed on all located manholes. In the event. that. a full -descent inspection is not possih!e, a surface inspection wifl be performed. SU R FA C SPC(,:ll' 10 IN Surface inspections include an inspection of the manhole from the ground surface to identify .frame and lid defects and other structural defects in the manhole., Manhole and pipe sizes and inverts also be estimated where accessible in addition to numerous photographs documenting the manhole condition. At this time, surface .inspections are not expected to be completed on any structures. Should a nianhole siructure he unable to he entered for descent, asurface inspection will bccompleted. PROPOSFJ) SCOPE OF SEAVIJES Complete approximately 65 manhole inspections in Phase 1, and if desired an additional 47 manhole inspections in Phase 2 as per the attached scope of services. Following Phase 1, discuss progress with the City and determine if Phase 2ixdesired. I Provide project management services throughout the project including one project meeting. 2. Summary memo outlining findings as per the attached scope of services and including: a. Summary ufwork completed and the reoultsfrom the manhole inspections; b. Exhihits including maps ofinspection locations and defects; cRecomrnendations for reliabilitauun based on investigation results; and d. Recommendations for future studies and/or rehabilitation construction packages. 3. Provide pdf of draft merno for City revicw. 4. Finalize report with City comments. Provide a digital copy of the final report with data, GIS geodoiabanex,andpbotngrapbs.Pruvideuptwtbreehnrdcnpicsofiho8oalrepor�ifdesirrd. 0[EMSR.EQ0ESTED FROM CITY We requcst the foliowing iterns from the City: 1. Updated GIS gcudatahases and/or shape files for the collcction system. Z. Access to manholes for inspection work. Assistance locating manholes or opening and uncovering seized and buried manholes uyrequired. Page 205 of 233 * Page 3 Manhole Inspections and Recommendations February 15, 2019 3. Traffic control assistance as necessary for high traffic areas. SCHEDULE B)N is prepared to he@jn work on this project upon contract approval. Phase 1 field work will be competed within oine weeks of an agreement, weather permitting. Phase 2 field work will e cornpleted within six weeks of the City's request. Reporting and GIS deliverabies wifl be completed within five weeks followirig all field work cornpletion. PROPOSED FEE This scope of services will be invoiced on a unit price and percent complete basis for a total cost of $19,955.00. The City reserves the right to remove the manholes in Phase 2 from the overall scope. ofthe project, should only Phase 1 inspectlons be desired. Should this occi.ir, the total cost will he reduced by$5'40Sto$14'5SU. The fee is surnrnarized in thefoilowirlgtahle. FEE TABLE 7 , ,, 4 ii)7,/ ,/,/,;4,,,,,,,,e;,,,,,,„///7;,,/ ,/,,, 7 ,,,„..7/ ?,,,,,,, (7,7,/77727,7,,.. ..,.„z,,,z, ,,,,,,„,, ) 1 , Phasel- li,111-Diescertt Manhole Inspectiorts $150 /MH 6$ MH 59 750 Phase 2 - Full -Descent Manhole Inspections $119 /MH 47 MH $5,405 $ttrface Manhole Inspections (PH 1/2) $100 fiVIH, 0 MH $0 Data Analysis and Reporting $3,000 lump sum $3,000 Prr',i)ect l$,/lanagerilent 1,800 lump sum 61,800 OT .19 955 It is our pleasure to submit this proposal to the City of Waterloo. Please feel free to contact Zach at (630) 818'6689 if you would like to discuss this proposal in detail. We are looking forward to the opportunity to continue working with the City on this important project. Sincerely, RjN Group, Inc. Michael N.Young, RE. Vice President Attachments - Manhole inspection Map Standard Scope ofServices / Zachary J. Matyja, P.E. Regional Client Manager Page 206 of 233 Ars STANDARD SCOPE OF SERVICES MANHOLE INSPECTIONS NI A, N III 0 LE.; INSPEC I 0 IN Y. E A. SURFACE MANHOLE INSPECTIONS: This inspection is performed from the top ot without confined space entry and when good .visibility to full structure is possible. B. FULL -DESCENT MANHOLE INSPECTIONS: This full -depth inspection is performed by confined space entry (when surface inspections are not sufficient), and includes additional photographs and assessment of the bench, trough, all pipe connections, and major defects. ie in DATA co I, ECTION 0 R, A L NI A,. IS 0 L, E S P E crioN 111,7P E S 1, Provide equipment and personnel as necessary for manhole inspections. 2. Use handheld electronic data collection equipment for collecting manhole inspection data, 3. Complete manhole .inspections as outlined. Collect the following attribute data, as able: a. Mapping grade GPS location of the manhole; b. Manhole diameter; c. Manhole material; d. Pipe invert measurements; e. Connecting sewer diameter(s), material(s), and flow direction. 4. Identify and document manhole condition, including: a. b. c. d. Direct evidence of I/I; Open pickholes in lid; Frame and adjusting ring condition, and Cone, wali, bench, and trough condition and defects; a Take a minimum of four digital photographs at each manhole structure, including: a. Surrounding area; h. Manhole cover; c. Top -side, looking down; and d. Manhole frame. 6. Provide data analysis as follows: a. Compile field data and develop complete list ofdefects; an - b. Incorporate results into GIS. Page 207 of 233 EMM Floodplain s r,u vmxr 1,14./M fin;: 4y, Page 208 of 233 CITY OF WATERLOO Council Communication Resolution approving application with the Iowa Governor's Traffic Safety Bureau for a Highway Safety Program Grant for the period of October 1, 2019 to September 30, 2020. City Council Meeting: 2/25/2019 Prepared: 2/14/2019 REVIEWERS: Department Reviewer Action Date P °dace Department Mien lis, Dave Approved. 2/14/2 ... 4:08 P M Cleak Office 1 vemm, 1:.eA im Approved 2/19/2019 ... 11:55 A.M SUBJECT: Submitted by: Recommended Action: Summary Statement: Expenditure Required: Resolution approving application with the Iowa Governor's Traffic Safety Bureau for a Highway Safety Program Grant for the period of October 1, 2019 to September 30, 2020. Submitted By: Dave Mohlis, Police Patrol Captain Grant permission to apply for the GT SB Grant for the period of October 1, 2019 to September 30, 2020. We have received this grant for the past several years. The funds are dedicated to traffic enforcement, training and equipment. There are no matching funds required for this grant. The award amount is determined by September 2019. Source of Funds: Governors Traffic Safety Bureau/National Highway Traffic Safety Administration. Policy Issue: None Alternative: None Background Information: We have been involved with this program for several years. The funds provide for increased video recording equipment, training and traffic enforcement that greatly increases the safety of our community. Page 209 of 233 CITY OF WATERLOO Council Communication Motion approving Final Quantity Summary for a net decrease of $54,273.41 for the FY 2017 Site Grading for Northeast Industrial Park, Contract No. 926, and authorize the Mayor and City Clerk to execute said document. City Council Meeting: 2/25/2019 Prepared: 2/18/2019 REVIEWERS: Department Reviewer Action Date . nn ineernrig .Knutson, Jamie Approved 2/18/2019 2:2 Jrk_ Office ^;ven p:.eAnil Approved 2/19/2019 ... 11 ATTACHMENTS: Description Type Dt.'awrnrt 926 -Fin al Qty Summitry Cover J\1 nio SUBJECT: Submitted by: Summary Statement: Source of Funds: AM. M Motion approving Final Quantity Summary for a net decrease of $54,273.41 for the FY 2017 Site Grading for Northeast Industrial Park, Contract No. 926, and authorize the Mayor and City Clerk to execute said document. Submitted By: Jeff Bales, Associate Engineer This is the accumulated amount of adjustments from original to final quantities that were determined necessary during the construction of the project, which results in a decrease to the total project cost. TIF Funds Page 210 of 233 CITY OF WATERLOO, IOWA FINAL QUANTITY SUMMARY CHANGE or EXTRA WORK ORDER NO. 3 PROJECT: F.Y. 2017 SITE GRADING FOR NORTHEAST INDUSTRIAL PARK CONTRACT 926 Date Prepared: February 18, 2019 AMOUNT: $54,273.41 DECREASE TO: PETERSON CONTRACTORS, INC. , Contractor You are hereby ordered to make the following changes from the plans and specifications or perform the following extra work on your contract dated March 27, 2017 . A. Description of change to be made or extra work to be done: Adjust original construction quantities to actual construction quantities. B. Reason for ordering change or extra work: As -built quantities varied for some bid items. C. Settlement for cost of work to be made as follows: Compensation already made to contractor through original bid items. See attached summary. NET DECREASE $54,273.41 CITY OF WATERLOO BY: PETERSON CONTRACTORS, INC. Mayor ATTEST: Date CONTRACTOR City Clerk Date Final Quantity Summary BY: PRINTED NAME: Date TITLE: APPROVED: City Engineer Date Contract No. 926 Pace 2 ,f 233 February 15th, 2019 Total Cost 1 Contract Qty 1 Qty (Difference 1 Amt Difference 1 o: ' d — 41 .-- O 71 .+- VT VT $ 15,350.00 _—_-------1'----------- OIL. --------- $ 5,513.20 i 7348 -3410,_$_ - (4,774.00)i a 2 i/T th M0 Inti o m VI ut ,.N N _ 0 III a t.I1 gal. �n I-1 m VI an S 30,000.00 r 21 01 $ - 8 252,221.20 1127198 55501 5 10,545.00 nrionoN -_--V3 r. N "-.-.'-4'-r-. ,'-J12,2 Ni VI VT N V1 O o .. N a N N -,,-..-27-2-,g:2: b LT VI ..- 41- r. an V) 0r Lit, o*m1 1o'm'0m n„ aomP. h N an `06 VI LT N r. No uI rN. ur N o ' LT LT m o a an an OM Y $ 16,300.00 1,800.00( o v $ 500.00 $ 3,000.00 2222222822828238 a o 2 o,122 N M a o m z d O .ti a M m m M ri ry m o a r. "" a 0 a n N a r. O O m 59 a 0.7 0 z.0 N Mobilization Traffic Control Stom Water Pollution Prevention Plan Implementation Silt Fence Mobilization, Erosion Control Temporary Culvert Pipe Clearing and Grabbing Topsoil, Strip, Salvage and Respread Contruct, Maintain and Remove Temp Sediment Trap Excavation, Class 10, Roadway and Borrow Lower Existing Water Main, DIP, 12" Dram Storm Sewer, Gravity Main, Trenched, RCP, 20002 (Class III), 24" Diam Apron, Concrete, 24' Diam, W/Apron Footing Apron Guard, 24" Pipe Collar Proposed Storm Pipe To Existing Manhole Reconstruct Draintile Outlet Reventment, Class 0 — Topsoil, Furnish and Spread Temporary -Seeding Scope Protections, Wood Excelsior Mat Hydroseeding 2 -Year Maintenance Bond a Eti a N m v N m n m r. .. .. .;. rte'. .. .. r. .1 N N N $ I__ _-4720}_ �-- -4720.-5 -----]$&08.00) $ 2,000.00 Si--- 1-5 ----500.00)] .. N VT roTn Noo N 88q n n N In a VT VI $ 191,655.30 ; 891421 0) $ - 5 zoo'` --__—__zoo! $ 17.000.00)1 o oa 82 O N 0 VT VT n ' 5 0 ~ , to 5 10 iC"TZ 1 00-006'89 5 1(00'52•8"9) ---- o ,SLB- -------- St OL oo'o0L $ 5 500.00 1 ---- Q H $ 7,995.001 1300OI $ - $ 1,096.70 ,1--- 5791 4181 $ 459.80 1.320.00 1 ------ 535 ---------2901 $ --- 464.00 I 'n co i VT VT 0.1,11 c' n4 N N m, N O ti if, VI -OT ,"2 ry N o v Vs VT VT oro 0 o a o N N VT $ 550.00 65 01 $ $ 1.349.00 ------ 1301 ----------- 12) 5 114.00 I _$ 450.00 11 0; $ _-------_ $ 5,775.00 '1 0.1) y,,..........M..... 06) $....�.. 4,950.00I o m n m ti n O VI N o m' W m m a Vi V. $ 4301.00 I 7.82 01 $ - ' 5 964,105.79 1$ )54,273.41), 22 m 00'50 S 817 5 00 oa ui 0 m u $ 7.00 $ 3,250.00 n a n ,1 r. aowri m $ 1.60 $ 2.20 3,025.00 $ 5.50 , 0 0 282ai22 0 0 0 0 O a 0 0 In a V 0 o N aS $ 55.00 $ 550.00 SUBTOTAL- 6 P n n ,00081 N L66 00ST O O m 59 a 0.7 D C 8 a. 0 • in o Clearing and Grubbing Topsoil, Strip, Salvage and Respread Excavation, Class 10, Roadway and Borrow Reventment, Class D Topsoil, Furnish and Spread Temporary Seeding Slope Protections, Wood Excelsior Mat )ydroseeding 2 -Year Maintenance Bond Excavation, Class 10, MLKing Ditch Removal of Silt Fence Y r V 3'Ea m E a y u co Mobilization, MLK Ditch and Frost Excavatiion, Class 10, Frost Field Tile, 8", Frost Field Tile Inlet, Frost Seed and Fertilize, Frost • • • RECP, Frost • • Erosion Stone, Frost • • Type 5 Stab Crop SEE r. N m v vs co n oa —g22282222%22222'§, o 8 o m.w+`n vT +n mr", vT Page 212 of 233 CITY OF WATERLOO Council Communication Resolution approving Completion of Project and Recommendation of Acceptance of Work for work performed by Peterson Contractors, Inc., of Reinbeck, Iowa, at a total cost of $964,105.79, for the FY 2017 Site Grading for Northeast Industrial Park, Contract No. 926, and receive and file a two-year maintenance bond. City Council Meeting: 2/25/2019 Prepared: 2/18/2019 REVIEWERS: Department 1llg0neeV'dng Clerk: affice SUBJECT: Submitted by: Summary Statement: Source of Funds: Background Information: Reviewer Action Approved A pp roved Date 2/1 8/21 P M 2/ 1 9/20 1 9 12:05 PM Resolution approving Completion of Project and Recommendation of Acceptance of Work for work performed by Peterson Contractors, Inc., of Reinbeck, Iowa, at a total cost of $964,105.79, for the FY 2017 Site Grading for Northeast Industrial Park, Contract No. 926, and receive and file a two-year maintenance bond. Submitted By: Jamie Knutson, PE, City Engineer Peterson Contractors, Inc. has completed the above referenced project in accordance with the plans and specifications. Transmitted also to the Clerk's Office is the Maintenance Bond that guarantees to remedy any defects in workmanship or materials that may develop in said work within a period of two (2) years from the date of the acceptance of the work under said contract. TIF Funds Original Contract Amt = Change Order No. 1 = Change Order No. 2 = OverUnder CO No. 3 = Final Contract Amt = $966,707.20 $47,371.00 $4,301.00 $(54,273.41) $964,105.79 Page 213 of 233 CITY OF WATERLOO Council Communication Resolution approving award of bid to Boulder Contracting, LLC, of Grundy Center, Iowa, in the amount of $334,269, and approving the contract, bonds and certificate of insurance in conjunction with the FY 2019 Bridge Repairs, Dubuque Road over Blowers Creek and Greenhill Road over Trolley Car Trail, Contract No. 959, and authorize the Mayor and City Clerk to execute said documents. City Council Meeting: 2/25/2019 Prepared: 2/19/2019 REVIEWERS: Department Reviewer Action Date gjneeringi .Knutson, Jamie Approved 2/19/2019 - ll p :24 AM f ice Even, p:,eArn:n Approved 2/19/2019 ... 12,:0 PM ATTACHMENTS: Description D 13 id Tabulation SUBJECT: Type up Mate Resolution approving award of bid to Boulder Contracting, LLC, of Grundy Center, Iowa, in the amount of $334,269, and approving the contract, bonds and certificate of insurance in conjunction with the FY 2019 Bridge Repairs, Dubuque Road over Blowers Creek and Greenhill Road over Trolley Car Trail, Contract No. 959, and authorize the Mayor and City Clerk to execute said documents. Submitted by: Submitted By: Wayne Castle, PLS, PE, Associate Engineer Source of Funds: Road Use Tax Page 214 of 233 FY2019 Bridge Repairs — Cont. No. 959 Bid Tab: February 14, 2019 Estimate: $ 471,515.00 Bidder Bid Security Bid Amount Cramer and Associates, Inc. Grimes, IA 5% $714,460.00 Boulder Contracting Grundy Center, IA 5% $334,269.00 Minturn Inc. Brooklyn, IA 5% $544,750.00 Peterson Contractors, Inc. Reinbeck, IA 5% $525,915.50 Page 215 of 233 CITY OF WATERLOO Council Communication Ordinance amending the the City of Waterloo code of Ordinances, by amending Title 5, Police Regulations, by adding a new Chapter 6, Chronic Nuisance Vehicles. City Council Meeting: 2/25/2019 Prepared: 2/14/2019 ATTACHMENTS: Description Type Ordinance as propos d Backup Materia SUBJECT: Motion to receive, file, consider and pass for the first time an Ordinance amending the City of Waterloo Code of Ordinances by amending Title 5, Police Regulations, by adding a new Chapter 6, Chronic Nuisance Vehicles. Motion to suspend the rules. Motion to consider and pass for the second and third time and adopt said ordinance. Submitted by: Submitted By: Daniel J. Trelka, Chief of Police Recommended Action: Approve the ordinance. Summary Statement: This ordinance will assist in improving traffic safety in Waterloo. Page 216 of 233 Chapter 6 CHRONIC NUISANCE VEHICLES DRAFT 5-6-1: DEFINITIONS A. AUTOMATED TRAFFIC CITATION: Shall mean a notice of fine generated in connection with section 6-1-4. B. CHRONIC NUISANCE VEHICLE: Any vehicle that has generated three (3) or more Automated Traffic Citations and/or Officer Traffic Citations in any period less than 12 months for traffic violations. C. OFFICER TRAFFIC CITATION: Shall mean a notice of fine generated in connection with section 6-1-5. D. VEHICLE OWNER: Shall mean the person or entity identified by the Iowa Department of Transportation, or registered with any other state vehicle registration office, as the registered owner of a vehicle. 5-6-2: PURPOSE The purpose of this ordinance is to establish a systematic procedure for effectively abating the operation of vehicles that negatively impact the safety upon the roadways in the City of Waterloo. The manner in which these vehicles are being driven tends to place an undue and inappropriate burden upon the taxpayers in the City of Waterloo by the frequent and chronic use of law enforcement and fire rescue services due to the response to accidents caused by this driving behavior. 5-6-3: CHRONIC NUISANCE VEHICLES PROHIBITED No vehicle owner shall use or allow any vehicle to be used as a chronic nuisance vehicle. 5-6-4: ENFORCEMENT Any vehicle that has generated three (3) or more Automated Traffic Citations and/or Officer Traffic Citations in any period less than 12 months for traffic violations is deemed a chronic nuisance vehicle and has placed an undue and inappropriate burden on the taxpayers of the City of Waterloo. The vehicle owner shall be liable for a fine as imposed by this ordinance. 5-6-5: CIVIL VIOLATIONS AND PENALTIES A. Any person who violates or resists the enforcement of any of the provisions of this chapter shall be guilty of a municipal infraction punishable by a civil penalty of one hundred dollars ($100.00) for the initial offense and two hundred dollars ($200.00) for each repeat offense. Page 217 of 233 B. If any one of the three (3) or more violations for which a person received a citation is for speeds in excess of 20 miles -per -hour over the posted speed limit, the person shall be guilty of a municipal infraction punishable by a civil penalty of three hundred dollars($300.00). Page 218 of 233 CITY OF WATERLOO Council Communication Ordinance amending the City of Waterloo Code of Ordinances by amending Title 6, Motor Vehicles and Traffic, Chapter 1, Traffic Code, Section 4, Automated Traffic Enforcement. City Council Meeting: 2/25/2019 Prepared: 2/7/2019 REVIEWERS: Department Reviewer Action Date .Police Department Trelka, Dannel.Approved. �?/I/26 p 9 - 3:1 M Clerk_ Office Even, LehnanApp oved 2/11/2,019 ... 1 : T .M ATTACHMENTS: Description Type D R.econiii:nnendedi ante n iiarnernt Cove/Lein.no SUBJECT: Motion to receive, file, consider and pass for the second time an Ordinance amending the City of Waterloo Code of Ordinances by amending Title 6, Motor Vehicles and Traffic, Chapter 1, Traffic Code, Section 4, Automated Traffic Enforcement. Motion to suspend the rules. Motion to consider and pass for the third time and adopt said ordinance. Submitted by: Submitted By: Daniel J. Trelka, Chief of Police Recommended Action: Approve the recommended amendment. Summary Statement: This change would allow speed enforcement with red light cameras. Page 219 of 233 6-1-4: AUTOMATED TRAFFIC ENFORCEMENT: A. General: The City of Waterloo, in accordance with its police powers, may deploy, erect or cause to have erected an automated traffic enforcement system for making video images of vehicles that fail to obey red light traffic signals at intersections designated by the Chief of Police, or his designee, or fail to obey speed regulations at said intersections or other locations in the City. The systems may be managed by the private contractor that owns and operates the requisite equipment with supervisory control vested in the City's Police Department. Video images shall be provided to the Police Department by the contractor for review. The Police Department will determine which vehicle owners are in violation of the City's traffic control ordinances and are to receive a notice of violation for the offense. Page 220 of 233 CITY OF WATERLOO Council Communication Certified List for the position of Treatment Operations Foreman for the City of Waterloo, Iowa Waste Management Services Department, as certified by the Civil Service Commission on February 8, 2019. City Council Meeting: 2/25/2019 Prepared: REVIEWERS: Department Reviewer Action Date lia:anasinResotan°ces D uian, Lance Approved 2/1/2W ... 10:0 A,.M C pen k: Office F p izgp"by, 'Nancy Approved 2/19/2019 - P M ATTACHMENTS: Description SUBJECT: Type Certified List for the position of Treatment Operations Foreman for the City of Waterloo, Iowa Waste Management Services Depaitinent, as certified by the Civil Service Commission on February 8, 2019. Submitted by: Submitted By: Page 221 of 233 Any current full time regular City of Waterloo employee who meets the minimum qualifications is eligible to apply. HOW TO APPLY All qualified employees must submit a cover letter and resume detailing education and experience by going to the applicable link you received in an email or that was sent to the department clerical staff. Hand -delivered resumes or resumes sent by email directly to Human Resources will no longer be accepted. Deadline is 5:00 p.m. Wednesday, January 9, 2019. CITY OF WATERLOO, IOWA CIVIL SERVICE NOTICE PROMOTIONAL EXAMINATION TREATMENT OPERATIONS FOREMAN DEPARTMENT SALARY FL SA CIVIL SERVICE BARGAINING UNIT WASTE MANAGEMENT SERVICES 530.78 per hour NON-EXEMPT INCLUDED MUNICIPAL EMPLOYEES LOCAL #177 GENERAL STATEMENT OF DUTIES Skilled technical working and supervisory position responsible for coordination and supervision of all day-to-day operational functions of the Easton Avenue Treatment Plant and the Independence Avenue Treatment Facility. The work is performed under the general direction of the Assistant Director Treatment Operations and Waste Management Services Superintendent but considerable leeway is granted for the exercise of independent judgment and initiative. Directly supervises 5-8 Waste Water Operators. EXAMPLES OF ESSENTIAL FUNCTIONS (Illustrative Only) These functions are considered essential for successful performance in this job classification. The essential functions are performed according to Standard Operating Procedures. The procedures have been developed for the local jurisdiction based on generally accepted standards for wastewater treatment facilities. 1. Coordinates the effective and efficient operation of all waste treatment equipment systems. 2. Inspects facilities and oversees the maintenance work order program for mechanical functions of the treatment facilities to insure continuity of all waste treatment processes. 3. Assists Assistant Director Treatment Operations in scheduling personnel and assigning duties and supervises and reviews the work of waste water operators. 4. Oversees training of operations personnel regarding safe and proper work procedures and policies. 5. Reviews operations logs, records, gauges, meters and all forms of process measurements to ensure proper functioning and accuracy. Page 222 of 233 6. Responds to emergency situations involving equipment breakdown/failure and arranges for repairs. 7. Lifts, moves, carries, pushes and pulls objects weighing up to one hundred pounds with assistance as needed. 8. Performs administrative duties as assigned including reviewing daily work projects and daily work sheets for accuracy, preparing written records and reports, completing forms and maintaining supplies. 9. Works around mechanical and electrical hazards; faces exposure to toxic and explosive gases; works in excessive noise, poor visibility, slippery surfaces, limited mobility, dirty and possibly infectious environments in all weather conditions for extended periods of time. 10. Performs work of a repetitive nature and varied workload pace. 11. Works independently and with others with minimum supervision. 12. Attends work regularly at the designated place and time. 13. Performs all work duties and activities in accordance with City policies, procedures and OSHA, City and Waste Management Services Department safety rules and regulations. 14. Performs all other related duties as assigned. REQUIRED KNOWLEDGE & ABILITIES 1. Comprehensive knowledge of the standard methods, practices, tools, equipment, materials and terminology used in operation of a waste water treatment plant. 2. General knowledge of the City of Waterloo collection system, treatment facilities and flood control system. 3. Thorough knowledge of State and Federal regulations governing operation of a waste water treatment facility. 4. Thorough knowledge of occupational hazards associated with and the safety precautions necessary in the operation and maintenance of a waste water treatment plant; ability to observe and enforce appropriate safety rules and regulations; ability to instruct others in safe and proper practices associated with treatment plant operations. 5. Ability to assess complex operations problems and make decisions based on standard operating procedures. 6. Ability to limit exposures to infectious waste, toxic and explosive gases or unfavorable natural ventilation. 7. Ability to complete daily work sheets and keep thorough operations logs and maintenance records; ability to prepare written reports, complete forms and perform required record keeping. 8. Ability to plan, coordinate, supervise and review the work of others. 9. Ability to consult and communicate with contractors, supervisors and coworkers regarding specialized treatment facility needs, give and receive instructions and read, analyze and record complex technical data and computations. 10. Ability to exercise technical and independent judgment in making recommendations on operations problems and ability to complete assigned and unassigned work projects without direct supervision. 11. Ability to communicate effectively and maintain working relationships with other City employees and supervisors. 12. Ability to work with people from a broad variety of social, economic, racial, ethnic and educational backgrounds. Page 223 of 233 ACCEPTABLE EXPERIENCE & TRAINING 1. High school graduate/GED with minimum five years experience in waste water operations in a municipal treatment facility and State of Iowa Grade II Waste Water Operator Certificate OR Any equivalent combination of education and experience that provides the knowledge, skills and abilities necessary to perform the essential functions of the position; must possess at least a State of Iowa Grade I Waste Water Operator Certificate at time of promotion and obtain a State of Iowa Grade II Waste Water Operator Certificate within six months of date of promotion. Failure to obtain within six months may result in demotion back to previously held classification. 2. Must obtain State of Iowa Grade III Waste Water Operator Certification within two years of promotion. Failure to obtain within two years may result in demotion back to previously held classification. 3. Valid Class A or B Commercial Driver's License and good driving record based on City of Waterloo driver performance criteria. Disciplinary action or continuing employment status may be reviewed for the following: four or more moving violations within the previous three years, three or more moving violations within the previous one year or loss of license or conviction for OWI, reckless driving or other major moving violation within the previous five years; two or more at -fault accidents within a three-year period while driving on City business; three or more at -fault accidents within a three-year period. An applicant's driving record will be reviewed prior to an offer of employment and at least annually after hire. 4. Respirator certified and trained regarding Permit Required Confined Space Program. 5. Certified in CPR and First Aid as required by department. ESSENTIAL PHYSICAL ABILITIES The following physical abilities are required with or without accommodation. 1. Sufficient strength to perform assigned tasks including but not limited to lifting and carrying up to one hundred pounds with assistance as needed. 2. Sufficient physical and mental stamina to work double shifts during flooding or other weather emergencies. 3. Sufficient speech and hearing that permits the employee to communicate effectively with coworkers and supervisors over the telephone or a radio and to diagnose equipment problems. 4. Sufficient personal mobility that permits the employee to operate a passenger vehicle in all types of weather, move from one waste treatment facility to another and work in cramped spaces or difficult to reach areas. 5. Sufficient manual dexterity and coordination for safe operation of manual and powered equipment; ability to grasp/grip tools, switches and valves. 6. Sufficient depth perception, peripheral vision and color vision to work around machinery, operate equipment and identify indicator lights on control panels. 7. Sufficient hearing to diagnose machinery problems and to communicate with coworkers. MISCELLANEOUS 1. Required to wear personal protective equipment, such as safety shoes, safety glasses, safety vest, gloves, hardhat, hearing protection and respirator as needed. 2. Required to wear standard uniform as supplied by City. No facial hair allowed that could interfere with the proper fit of a respirator. 3. Must comply with the City of Waterloo Page 224 of 233 Residency Policy for Critical Employees (must live within 10 -mile radius of Waterloo City Hall) or must comply with Residency Policy in effect during initial hire date. Must maintain a local telephone number in order to be contacted during emergencies. 4. Required to submit to Department of Transportation requirements for CDL driver's including post -accident, reasonable suspicion, random and return-to- duty/follow-up alcohol and drug testing. 5. The City of Waterloo reserves the right to require a physical examination by a physician of the City's choice, including a drug test, to determine if an applicant is capable of performing the essential functions of this job classification. 6. Required to submit to and pass Civil Service examination procedures including oral interview testing. WORK SCHEDULE Scheduled shift is generally 7:00 a.m. to 3:00 p.m. Monday through Friday with a twenty -minute paid lunch. Subject to emergency call or longer shifts during flood or other severe weather conditions. Will also be required to be on call twenty-four hours a day, seven days a week on rotating basis with other department foremen as required by department director. ORAL EXAMINATION Qualified applicants will be required to appear before an oral examination panel consisting of a minimum of three people who have expertise in the areas being tested. An applicant must receive a minimum average score of 60 points out of 100 to achieve a passing score on the oral examination. The top applicants, as ranked by their scores will be the individuals placed on the certified list. TESTING DATE All qualified employees who apply by the deadline date will be notified of the time, place and date of the examination. A.A./E.E.O. Minority, female & disabled individuals are encouraged to apply. TREATMENT OPERATIONS FOREMAN 18 December 2018 Page 225 of 233 CITY OF WATERLOO Council Communication Certified List for the position of Facilities Services Specialist for the City of Waterloo, Iowa Center for the Arts Department, as certified by the Civil Service Commission on February 8, 2019. City Council Meeting: 2/25/2019 Prepared: REVIEWERS: Department Reviewer Action Date tin:nnasin Resotnu°ces D wiltn, Lance Approved 2/11/2019 ... TO:gyp; A.M ('perk Office Dpiz by, 'Nancy Approved 2/1.9/:I,019 - 1:(I) .M ATTACHMENTS: Description SUBJECT: Type Certified List for the position of Facilities Services Specialist for the City of Waterloo, Iowa Center for the Arts Department, as certified by the Civil Service Commission on February 8, 2019. Submitted by: Submitted By: Page 226 of 233 CITY OF WATERLOO, IOWA February 8, 2419 HUMAN RESOURCES DEPARTMENT 715 Mulberry St. o Waterloo, IA 50703 ® Phone (319) 291-4303 Fax (319)291-4569 TO: Honorable Mayor & City Council We, the members of the Civil Service Commission, certify the following list of applicant(s), who are eligible based upon the examination process as set forth by the Civil Service Commission for appointment to the position of Facilities Services Specialist for the City of Waterloo, Iowa Center for the Arts. List shall exhaust upon appointment. Respectfully submitted, Date CERTIFIED LIST Amanda Wellhouse Lovie Caldwell CS LIST FACILTrIES SERVICES SPECIALIST 19 WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Page 227 of 233 CITY OF WATERLOO Council Communication Community Development Board Meeting Minutes of January 2019. City Council Meeting: 2/25/2019 Prepared: 2/20/2019 REVIEWERS: Department Reviewer Community 1 evepa.ap reru.t Jones, Clerk Office ATTACHMENTS: Description D Jamtary 20 p 9 Board rneet y Action Date .Appra.aved 2/20/21 l0: 1 AM Approved. .2/.20/2.019 10:'8 A.M Type (.`over' Memo SUBJECT: Community Development Board Meeting Minutes of January 2019. Submitted by: Submitted By:Rudy D. Jones, Community Development Director Recommended Action: approval Page 228 of 233 MINUTES COMMUNITY DEVELOPMENT BOARD MEETING January 15, 2019 The regular meeting of the Community Development Board was held in the council chambers at City Hall at 715 Mulberry Street, Waterloo, Iowa at 4:00 p.m. on Tuesday, January 15, 2019. Members present: Donald Share, John Chiles, Maxine Tisdale, Angela Weekley and Cody Leistikow Members absent: Lisa Munoz, Precious Clark -Muhammad Also present: Rudy D. Jones, Community Development Director; Angie Fordyce, Community Development Coordinator; Anita Merfeld, Administrative Secretary; Jerome Amos, City Council Liaison; Matt Chesmore, Senior Rehabilitation Specialist; Tim Jamison, City Reporter for Waterloo Courier; Barb Prather, Northeast Iowa Food Bank and Brian Schoon, Director of Development for Northland Regional Council of Governments A.INTRODUCTION OF NEW BOARD MEMBER —CODY LEISTIKOW B. APPROVAL OF THE AGENDA Chairperson John Chiles asked for a motion to approve the agenda. It was moved by Tisdale, and seconded by Share to approve the Agenda. Motion carried. C. APPROVAL OF THE MINUTES FOR THE REGULAR MEETING ON DECEMBER 18, 2018. Chairperson Chiles requested additions or corrections to the minutes for the regular meeting December 18, 2018. There were none. It was moved by Share, and seconded by Tisdale to approve the minutes of the regular meeting on December 18, 2018 as presented. Motion carried. D. OLD BUSINESS 1. Lead Grant Updates -Benchmarks Matt Chesmore, Senior Rehabilitation Specialist gave an overview of the current status of the Lead Grant and how it relates to our benchmarks and upcoming quarter projections. Chesmore urged all board members to refer any potential clients to Community Development. E. NEW BUSINESS 1. Brian Schoon-Iowa Northland Regional Council of Governments - Mr. Schoon provided an overview and a hand out on the Waterloo Housing Trust Fund. He explained the process, the sources and the impacts to date that the fund has provided. 2. No Contracts to endorse from December 3. Discussion of Subcommittee Recommendations and set date of the 2°a Public Hearing for February 19, 2019 A first draft of the subcommittee recommendations was handed out to the board members. Ms.Weekley thought it would be beneficial to see a list of all the organizations that asked for funding but did not receive funding. A new draft of the excel sheet will be provided at the next subcommittee meeting. This list will also be published in the Courier when we publish the 2" d public hearing ad. 4. Emergency Repairs Policy Change- A discussion about the insurance requirements for our emergency repair clients was initiated by Jones. We are finding that our clientele are without homeowners insurance and that prohibits them from getting the necessary help from our office. This new policy will go into effect on January 20, 2019 It was moved by Share, and seconded by Weekley to waive the requirement for the applicant for emergency repairs to have home owners insurance. All ayes. Motion carried. 5. Neighborhood Services Report - An annual Neighborhood Services report was provided by Ms. Nails. Page 229 of 233 Minutes January 15, 2019 Page 2 F. DISCUSSION ITEMS 1. Article from HUD Periodical Evidence Matters Jones encouraged the board members to read the article which pertained to Housing and Neighborhoods. 2. Impact of Federal Government Shutdown Jones provided a report from The Campaign for Housing and Community Development Funding which explained some of the impacts the government shutdown had on affordable housing programs in the nation and our state. ADJOURN MEETING With no further business it was moved by Tisdale, and seconded by Weekley to adjourn the meeting. Motion carried. The Chair declared the meeting adjourned. Respectfully submitted, Maxine Tisdale Board Secretary Page 230 of 233 CITY OF WATERLOO Council Communication Community Development Public Hearing Minutes of January 2019. City Council Meeting: 2/25/2019 Prepared: 2/20/2019 REVIEWERS: Department Reviewer Action Date (11.ymmii..n.i.ty Development ioiies, Ru.dy .Approved .2/20/201.9 1.0:51 A M Oak Office hy N wcy .Approved 2/20/2019 10:59 A1\4 ATTACHMENTS: Description Type anuary 20.19 Community Development 'Public Hearing Cover .IVIenno minutes SUBJECT: Community Development Public Hearing Minutes of January 2019. Submitted by: Submitted By:Rudy D. Jones, Community Development Director Recommended Action: approval Page 231 of 233 MINUTES PUBLIC HEARING COMMUNITY DEVELOPMENT BOARD January 15, 2019 This Public Hearing of the Community Development Board was held in City Council Chambers, 715 Mulberry Street, Waterloo, Iowa, and called to order by Chairperson John Chiles at 5:00 p.m. on Tuesday, January 15, 2019. Members present: Maxine Tisdale, Donald Share, Cody Leistikow, Angela Weekley and Chairperson John Chiles Members absent: Lisa Munoz and Precious Clark -Muhammad Also present: Rudy Jones, Community Development Director; Angie Fordyce, Community Development Coordinator; Anita Merfeld, Community Development Administrative Secretary; Matt Chesmore, Senior Rehabilitation Specialist; Jerome Amos, Council Liaison; Barb Prather, Northeast Iowa Food Bank; Barb Grant, Operation Threshold Director; Tim Jamison, City Reporter for Waterloo Courier; and Nathan Peters, Legal Aid Attorney A. APPROVAL OF THE AGENDA. Chairperson Chiles explained that the purpose of this public hearing is to receive Citizen Input into the CDBG and HOME application funding process for the FY2020 Consolidated Plan One -Year Action Plan. It was moved by Weekley, and seconded by Tisdale, to approve the Agenda for the Public Hearing to receive Citizen Input on the application process for CDBG and HOME program funding for the FY2020 Consolidated Plan One -Year Action Plan. Motion carried. B. MOTION TO RECEIVE AND PLACE ON FILE AFFIDAVIT FOR PROOF OF PUBLICATION FOR NOTICE OF PUBLIC HEARING It was moved by Tisdale, and seconded by Leistikow, to receive and place on file the affidavit for proof of publication for Notice of Public Hearing that was a display advertisement published in the Courier on Sunday, December 30, 2018. Motion carried. C. MOTION TO OPEN THE PUBLIC HEARING It was moved by Tisdale, and seconded by Leistikow, to open the Public Hearing. Motion carried. Barb Prather, Northeast Iowa Food Bank, thanked the board for their past funding and explained that the need for help is still there, if not, greater this year because of the government shut down. Ms. Prather expressed her gratitude with the board after seeing that the initial recommendations are to fund the food bank. Barb Grant, Director of Operation Threshold expressed her gratitude with the help that community development has provided in the past with the Tenant Based Rental Assistance Program. She also explained the need for future funding for the Weatherization program has increased as they have had to walk away from several homes per year as they do not have the funds to provide repairs for all homes that apply. Nathan Peters, Attorney for Legal Aid explained the need for funding to craft strategies that target chronic housing issues, including eviction and denial of access to housing for low income indivduals. Page 232 of 233 Minutes 1/15/19 D. MOTION TO CLOSE THE PUBLIC HEARING It was moved by Tisdale, and seconded by Share, to close the Public Hearing. Motion carried. E. MOTION TO PUBLISH INITIAL SUBCOMMITTEE RECOMMENDATIONS ON FEBRUARY 11, 2019 BEFORE THE HEARING ON FEBRAURY 19, 2019. It was so moved by Share, and seconded by Weekley. Motion carried. F. MOTION TO ADJOURN Motion was made by Tisdale, and seconded by Weekley to adjourn the meeting. Motion carried. Meeting adjourned. Respectfully submitted, Maxine Tisdale Board Secretary Page 233 of 233