Loading...
HomeMy WebLinkAboutCouncil Packet - 11/2/2020 THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, REGULAR SESSION TO BE HELD AT THE HAROLD E. GETTY COUNCIL CHAMBERS Monday, November 2, 2020 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/presiders 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 department. 5. Keep comments germane and refrain from personal, impertinent or slanderous remarks. 6. Questions concerning these rules or any agenda item may be directed to the Clerk's Office at 291-4323. 7. Citizens are encouraged to register with the Clerk's Office by 4:00 p.m. on Monday of the day of the City Council meeting to appear before the City Council(may also register by phone). Registered speakers will be given first priority. Page 1 of 131 Roll Call. Prayer or Moment of Silence Pledge of Allegiance Mayor Quentin Hart Agenda, as proposed or amended. Minutes of October 26, 2020, Regular Session, as proposed. Proclamation declaring November 2020 as Lung Cancer Awareness Month. Swearing in of Fire Fighters Hillary Scheel-Meyer, Zachary Benson, Bo Gaudineer. 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 acceptance of a US Department of Justice Assistance Grant in the amount of $44,769, with no City match, in conjunction with the purchase of a police Mobile Crisis Response vehicle and related equipment, and authorizing the Mayor to sign the associated documents. Submitted By: Joe Leibold, Police Major 3. Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by Service Roofing Company of Waterloo, Iowa, at a total cost of$72,962, in conjunction with the Carnegie Roof Replacement Project, and authorizing the Mayor to execute said document. Submitted By: Noel Anderson, Community Planning and Development Director 4. Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by Black Hawk Automatic Sprinklers, of Cedar Falls, Iowa, at a total cost of $60,960, in conjunction with the River Loop Public Market Project, and authorizing the Mayor to execute said document. Submitted By: Noel Anderson, Community Planning and Development Director Page 2 of 131 5. Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by Failor Hurley Construction of Waterloo, Iowa, at a total cost of $149,081, in conjunction with the Waterloo Public Library Exterior Stair Renovation Project, and authorizing the Mayor to execute said document. Submitted By: Noel Anderson, Community Planning and Development Director 6. Resolution approving preliminary plans, specifications, bid documents, etc., setting date of bid opening as November 12, 2020 and date of public hearing as November 16, 2020, in conjunction with the snow removal contract for residential/miscellaneous areas for city owned lots generally acquired through Iowa Code 657A, and instruct City Clerk to publish notice. Submitted By: Noel Anderson,Community Planning and Development Director 7. Resolution approving request to utilize a bid, originally awarded by Council on April 8, 2019, to purchase one (1) 2021 119 Explorer AWD SUV from Stivers Ford of Waukee, Iowa, in the amount of$35,088. Submitted By: Randy Bennett, Public Works Division Manager 8. Resolution approving preliminary specifications, form of contract, etc., setting date of bid opening as November 19, 2020 and date of public hearing as November 23, 2020, in conjunction with providing Janitorial Services at the Waterloo Public Works Facility, and instruct City Clerk to publish said notice. Submitted By: Randy Bennett, Public Works Division Manager 9. Resolution approving request to certify assessments to properties for work performed by the Waterloo Water Works, together with recommendation of approval by the Waterloo Water Works Board of Trustees. Submitted By: Chad Coon, General Manager Waterloo Water Works B. Motion to approve the following: 1. LIQUOR LICENSES a. The Snack Shack, 4335 Texas Street Class: B Native Wine/ C Beer Renewal Application Includes Sunday Expiration Date: 10/28/2021 2. APPOINTMENTS a. Denise Dermody Board/Commission: ADA Compliance Commission Expiration Date: November 6, 2023 Re-Appointment 3. Cigarette/Tobacco Permit New Application for Speedy Mar, 926 Linn Street. 4. Bonds. PUBLIC HEARINGS 2. FY 2021 Leisure Services Chemical Building Apron Paving Project, Contract No. 1039. Motion to receive and file proof of publication of notice of public hearing. Page 3 of 131 HOLD HEARING - No comments on file. Motion to close hearing and receive and file oral and written comments. Resolution confirming approval of plans, specifications, form of contract, etc., and authorizing to proceed. Motion to receive, file and instruct City Clerk to read bids and refer to City Engineer for review. Submitted By: Matt Schindel, Associate Engineer RESOLUTIONS 3. Resolution approving Supplemental Agreement No. 4, to the Professional Services Agreement with HR Green, Inc., of Cedar Rapids, Iowa, originally executed April 6, 2020, in an amount not to exceed $19,380, in conjunction with the FY 2021 Shaulis Road Reconstruction - Hess Road to Hwy. 218 Project, Contract No. 1020, and authorizing the Mayor to execute said document. Submitted By: Matt Schindel, Associate Engineer 4. Resolution approving a contract agreement with Modern Design, of Janesville, Iowa, in conjunction with the City Hall 2nd Floor Counter and Security Renovations and Construction Design Project, in the amount of$54,200, and authorizing the Mayor and City Clerk to execute said document. Submitted By: Noel Anderson, Community Planning and Development Director 5. Resolution approving a Permanent Easement Agreement and Temporary Easement Agreement with Lonnie Wolff, Jr., in the amount of $300, to allow for the construction and future maintenance of a sanitary sewer, located on a vacant parcel southeasterly of 2848 Lafayette Street, and authorizing the Mayor and City Clerk to execute necessary documents. Submitted By: Noel Anderson, Community Planning and Development Director 6. Resolution approving First Amendment to Owner's Statement and Deed of Dedication for Audubon Hills First Addition, and authorizing the Mayor and City Clerk to execute said documents. Submitted By: Noel Anderson, Community Planning and Development Director 7. Resolution authorizing salvage by Forest R. Dillavou, of an overhead garage door on property owned by the City of Waterloo, located at 915 Linden Avenue, and accepting Indemnity Agreement. Submitted By: Aric Schroeder, City Planner 8. Resolution concurring with the determination of the City Planner that the proposed change to the approved site plan within a "C-P" Planned Commercial District for a new grocery store to add a 2,558 square foot to the building for a separate business and change the location of part of the parking areas, located at 221-225 Franklin Street, is minor and shall be approved as a Minor Site Plan Amendment. Submitted By: Noel Anderson, Community Planning & Development Director ORDINANCES 9. An ordinance amending the assessment process for water service line repairs. Page 4 of 131 Motion to receive, file, consider, and pass for the first time an ordinance amending the City of Waterloo Code of Ordinances by striking Subsections D, E, and F of Section 1, Mandatory Connection Required, of Chapter 2, Water Regulations, of Title 8, Public Utilities, and enacting in lieu thereof new Subsections D, E, and F of Section 1, Mandatory Connection Required, of Chapter 2, Water Regulations, of Title 8, Public Utilities. Motion to suspend the rules. Motion to receive, file, consider, and pass for the second and third times and adopt said ordinance. Submitted By: Kelley Felchle, City Clerk ADJOURNMENT Motion to adjourn. Kelley Felchle City Clerk MEETINGS 4:40 p.m. Council Work Session, Harold E. Getty Council Chambers 5:10 p.m. Finance Committee, Harold E. Getty Council Chambers Page 5 of 131 CITY OF WATERLOO Council Communication Minutes of October 26, 2020, Regular Session, as proposed. City Council Meeting: 11/2/2020 Prepared: ATTACHMENTS: Description Type ❑ Minutes of October 26, 2020 Backup Material Submitted by: Submitted By: Page 6 of 131 October 26, 2020 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, October 26, 2020. Mayor Quentin Hart in the Chair. Roll Call: Amos, Morrissey, Feuss, Juon joined the meeting by telephone. Boesen and Klein were present. Absent: Grieder. Prayer or Moment of Silence. Pledge of Allegiance: Joel Fitzgerald, Police Chief 159224 - Juon/Feuss that the Agenda, as proposed, for the Regular Session on Monday, October 26, 2020, at 5:30 p.m., be accepted and approved. Voice vote-Ayes: Six. Motion carried. 159225 - Juon/Feuss that the Minutes, as proposed, for the Regular Session on Monday, October 19, 2020, at 5:30 p.m., be accepted and approved. Voice vote-Ayes: Six. Motion carried. Proclamation declaring the United Nations 75th Anniversary on October 24, 2020. Proclamation declaring October 25-31, 2020 as National Lead Poisoning Prevention Week. ORAL PRESENTATIONS No members of the public delivered comments. Mr. Boesen questioned if the city has an update on the sidewalk installation at Vermont and Hawthorne. Noel Anderson, Community Planning and Development Director, commented that he has not heard back from the developer. Mr. Boesen questioned what next steps would be taken on getting the sidewalk installed. Noel Anderson commented that he would talk with the City Attorney on next steps to take from a legal standpoint. Mr. Morrissey shared that Alax Martin passed away. He was in his early thirties, worked at the library, and was active in local politics. 159226 - Juon/Boesen that the above oral comments be received and placed on file. Voice vote-Ayes: Six. Motion carried. CONSENT AGENDA 159227 - Juon/Amos that the following items on the consent agenda be received,placed on file and approved: a. Resolutions to approve the following: 1. Resolution approving Finance Committee Invoice Summary Report, dated October 26, 2020, in the amount of$5,984,301.80 a copy of which is on file in the City Clerk's office, together with recommendation of approval of the Finance Committee. Resolution adopted and upon approval by Mayor assigned No. 2020-790. 2. Resolution authorizing transfers outlined below to comply with state law: Page 7 of 131 October 26, 2020 Page 2 1) Reduce the transfer from Fund 101, Tax Increment Financing Fund, to Fund 100, Debt Service Fund, to correct the amount transferred for interest paid on refunded bonds, in the amount of$207,458.02, effective June 30, 2020. 2)Reduce the transfer from Fund 520, Sewer Fund to Fund 100, Debt Service Fund,to correct the amount transferred for interest paid on refunded bonds, in the amount of $88,928.22, effective June 30, 2020. 3) $1,000,000 from Fund 101, Tax Increment Financing Fund, to Fund 426, Capital Projects Fund, to reimburse eligible contract expenses for North Crossing, effective June 30, 2020. Resolution adopted and upon approval by Mayor assigned No. 2020-791. 3. Resolution approving request to utilize a bid, originally awarded by Council on March 8, 2019, to purchase three (3) 2021 119 Explorer AWD SUVs, from Stivers Ford of Waukee, Iowa, in the amount of$35,088 each, for a total of$105,264, for the Police Department. Resolution adopted and upon approval by Mayor assigned No. 2020-792. 4. Resolution setting date of public hearing as November 9, 2020, to approve a twenty-year Aviation No Fee Agreement, with the Iowa National Guard for use of City owned property located east of 3210 Moline Road,parcel number of 8912-06-351-003, and instruct the City Clerk to publish notice. Resolution adopted and upon approval by Mayor assigned No. 2020-793. b. Motion to approve the following: 1 Travel Requests Name & Title Amount of Personnel Class/Meeting Destination Date(s) not to Exceed a. Lt. Greg Fangman Background Investigations Cedar Falls, 11/12-13/2020 $385 for Police Applicants. Iowa 2. Approved Beer, Liquor, and Wine Applications Name &Address of Business Class New or Expiration Includes Renewal Date Sunda a. Love's Travel Stop#702, B Wine and C Beer Renewal 11/16/2021 x 3301 Greyhound Dr., Suite A b. Kings and Queens Club, 304 C Liquor and Outdoor New 11/15/2021 x W. 4th St. *Ownership Service Update* 3. Mayor Hart's recommendation of the following appointments: Appointee Board/Commission Expiration Date New or Re-Appointment Electrical Examiners and Ryan Vestal A eals Board November 1, 2023 Re-Appointment 3. Motion approving Change Order No. 1 from Woodruff Construction, LLC, of Waterloo, Iowa, for a net increase of$8,849, in conjunction with the 5 Sullivan Brothers Convention Center 2020 Skywalk Improvements Project, and authorizing the Mayor to execute said document. Roll call vote-Ayes: Six. Motion carried. PUBLIC HEARINGS 159228 - Morrissey/Feuss Page 8 of 131 October 26, 2020 Page 3 that proof of publication of notice of public hearing on request by MercyOne Waterloo Medical Center for a Site Plan Amendment to the "S-1" Shopping Center District, for a new physical therapy and wellness center, located at 2206 Kimball Avenue, as published in the Waterloo Courier on October 16, 2020,be received and placed on file. Voice vote-Ayes: Six. Motion carried. This being the time and place of public hearing, the Mayor called for written and oral comments and there were none. 159229 - Morrissey/Feuss that the hearing be closed and recommendation of approval of the Planning, Programming and Zoning Commission, be received and placed on file. Voice vote-Ayes: Six. Motion carried. 159230 - Morrissey/Feuss 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,to approve a request by MercyOne Waterloo Medical Center for a Site Plan Amendment to the "S-1" Shopping District, for a new physical therapy and wellness center, located at 2206 Kimball Avenue", be received, placed on file, considered and passed for the first time. Roll call vote-Ayes: Six. Motion carried. Mrs. Juon questioned what former store the business would be located. Noel Anderson explained that it would go into a former hardware store. 159231 - Morrissey/Feuss that rules requiring ordinances to be considered and voted for passage at two prior meetings be suspended. Roll call vote-Ayes: Six. Motion carried. 159232 - Morrissey/Feuss 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,to approve a request by MercyOne Waterloo Medical Center for a Site Plan Amendment to the "S-1" Shopping District, for a new physical therapy and wellness center, located at 2206 Kimball Avenue",be considered and passed for the second and third times and adopted. Roll call vote-Ayes: Six. Motion carried. Ordinance adopted and upon approval by Mayor assigned No. 5579. RESOLUTIONS 159233 - Klein/Amos that "Resolution approving a Development Agreement with JSA Development, LLC, for the rehabilitation of 704-706 Jefferson Street/301-307 West 5th Street, including a grant of$230,000, tax rebates of 70 percent for 15 years, and a new Minimum Assessed Value of$862,440, and authorizing the Mayor and City Clerk to execute said documents",be adopted. Roll call vote-Ayes: Six. Motion carried. Forest Dillavou, 1725 Huntington Road, questioned where the grant money is coming from for the project. Noel Anderson, Community Planning and Development Director, explained the source of funds for the grant. Mr. Boesen commented that he supports entering into the agreement. David Deeds, JSA Development, commented that this is JSA Development's twenty-second rehab development in downtown Waterloo. He explained that the project will make a drastic improvement to the location. Page 9 of 131 October 26, 2020 Page 4 Mrs. Klein commented that for a number of reasons, she voted against the incentives on a different agreement at Commercial Street. However, she will be supporting this agreement as she is familiar with the success of this developer and likes what they have done for the City. Resolution adopted and upon approval by Mayor assigned No. 2020-794. 159234 - Klein/Amos that "Resolution approving documents, and adopt and levy the Final Schedule of Assessments, in conjunction with the FY 2020 Sidewalk Repair Assessment Program-Zone 9, Contract No. 981, and instruct City Clerk to publish said notice", be adopted. Roll call vote-Ayes: Six. Motion carried. Mr. Morrissey requested that supporting documentation be forwarded for council to review. Resolution adopted and upon approval by Mayor assigned No. 2020-795. 159235 - Klein/Amos that "Resolution approving a Special Amendment to the Professional Services Agreement with AECOM Technical Services, Inc., in an amount not to exceed $9,600, originally executed April 15, 2014, in conjunction with the FY 21 Vertical Infrastructure Projects, Iowa DOT Contract No. 22634, at the Waterloo Regional Airport, and authorizing the Mayor to execute said document", be adopted. Roll call vote-Ayes: Six. Motion carried. Keith Kaspari, Airport Director,provided an overview of the project. Mr. Boesen questioned if lighting will be replaced with LED lights. Keith Kaspari confirmed. Resolution adopted and upon approval by Mayor assigned No. 2020-796. 159236 - Boesen/Amos that"Resolution authorizing an exception to the City of Waterloo purchasing procedures, to approve the purchase of six (6) adult and six (6) pediatric C-MAC© video laryngoscope systems, from Karl Storz Endoscopy-America, Inc., in the amount of$74,873.36",be adopted. Roll call vote-Ayes: Six. Motion carried. Resolution adopted and upon approval by Mayor assigned No. 2020-797. 159237 - Boesen/Amos that "Resolution authorizing a hiring bonus of $5,000 for certified Police Officers and Firefighter Paramedics",be adopted. Roll call vote-Ayes: Six. Motion carried. Mr. Morrissey questioned if there are other departments with other positions that would benefit the city to have a similar policy as this. Mr. Boesen explained that this was looked at for these departments, as it would create the biggest cost savings. He added that other departments could be added in the future if there is a need and pointed to Certified Foresters in Leisure Services as an example. Resolution adopted and upon approval by Mayor assigned No. 2020-798. 159238 - Boesen/Amos that "Resolution approving changes to the City Travel and Meetings Policy, effective November 2, 2020",be adopted. Roll call vote-Ayes: Six. Motion carried. Resolution adopted and upon approval by Mayor assigned No. 2020-799. ADJOURNMENT Page 10 of 131 October 26, 2020 Page 5 159239 - Morrissey/Amos that the Council adjourn at 5:59 p.m. Voice vote-Ayes: Six. Motion carried. Kelley Felchle City Clerk Page 11 of 131 0 0 PROCLAMATION CITY OF WATERLOO, IOWA ME S, lung cancer is the leading cause of cancer death among men and women in the United States and in Waterloo in 2020, accounting for more deaths than colon cancer, breast cancer, and prostate cancer combined;and IIIIIT.ny AS, according to the Center for Disease Control and Prevention, there were 530 new lung cancer cases and 355 deaths because of lung cancer between 2013 and 2017 in Black Hawk County;and YIIIMAS, the 5-year survival rate for localized lung cancer is —59%, yet only —17% of lung cancers are diagnosed at this stage; and Y1 RERE14S, screening for lung cancer for high-risk individuals using low-dose computed tomography can lead to the earlier detection of lung cancer and save lives, reducing the mortality by 20% when compared to screening by chest x-ray in the National Lung Screening Trial (3) and reducing the risk of death at 10 years by 24% in men and 33% in women as demonstrated by another large randomized trial; and MEAS, funding for lung cancer research trails far behind funding for research of many other cancers, and additional research is needed in early diagnosis, screening, and treatment for lung cancer as well as in lung cancer affecting women and lung cancer health disparities;and YR tS, women diagnosed with lung cancer are more likely to be younger and never-smokers, lung cancer incidence and mortality rates in women are rising relative to men, more women die from lung cancer than breast cancer every year and by 2035, it is expected that more women will die from lung cancer than men; and WREREAS, organizations working in the Waterloo community, such as the American Lung Cancer Screening Initiative and Women s Lung Cancer Forum, are committed to educating about lung cancer and lung cancer screening and working to increase lung cancer screening rates in Iowa. NOW, T EUXOM I Quentin Hart, of Waterloo do hereby proclaim November 2020, as LUNG CANCER AWARENESS MONTH and recognize the need for research in lung cancer affecting women and lung cancer health disparities, and encourage all citizens, to learn about lung cancer and early detection through lung cancer screening. IN WITNESS WHEREOF, I have hereunto set my hand and caused the official seal of the City of Waterloo to be affixed this 2nd day of November 2020. ATTEST: - Kelley Fel e Quentin Hart City Clerk Mayor O 0 Page 12 of 131 CITY OF WATERLOO Council Communication Swearing in of Fire Fighters Hillary Scheel-Meyer, Zachary Benson, Bo Gaudineer. City Council Meeting: 11/2/2020 Prepared: Submitted by: Submitted By: Page 13 of 131 CITY OF WATERLOO Council Communication Resolution approving acceptance of a US Department of Justice Assistance Grant in the amount of$44,769, with no City match, in conjunction with the purchase of a police Mobile Crisis Response vehicle and related equipment, and authorizing the Mayor to sign the associated documents. City Council Meeting: 11/2/2020 Prepared: 10/23/2020 ATTACHMENTS: Description Type ❑ Mobile Crisis Grant unsigned Backup Material Resolution approving acceptance of a US Department of Justice Assistance SUBJECT: Grant in the amount of$44,769, with no City match, in conjunction with the purchase of a police Mobile Crisis Response vehicle and related equinment, and authorizing the Mayor to sign the associated documents. Submitted by: Submitted By: Joe Leibold, Police Major Recommended Action: Approval for grant funding for DOJ grant award 2020-DJ-BX-0325 in the amount of$44,769.00 The Waterloo Police Department is working cooperatively with the Black Summary Statement: Hawk County Sheriff s Office and local health care providers on multiple grant opportunities to implement, train and staff a Mobile Crisis Response Unit. Expenditure Required: None Source of Funds: Grant Funds Policy Issue: None Alternative: None This grant it through the Department of Justice and requires no matching Background Information: funds. The vehicle purchased will be a low profile patrol vehicle to reduce any unnecessary trauma on those in crisis. Page 14 of 131 Department of Justice(DOJ) Office of Justice Programs Office of the Assistant Attorney General Washington.D.C. 20531 September 19,2020 The Honorable Quentin Hart City of Waterloo 715 Mulberry Street Waterloo,CA 50703-5714 Dear Mayor Hart: On behalf of Attorney General William P.Barr,it is my pleasure to inform you that the Office of Justice Programs(OJP),U.S. Department of Justice(DOJ),has approved the application by City of Waterloo for an award under the OJP funding opportunity entitled"JAG Local:Eligible Allocation Amounts$25,000 or More." The approved award amount is$44,769. These funds are for the project entitled Waterloo Police Department Mobile Crisis Response Service. The award document,including award conditions,is enclosed. The entire document is to be reviewed carefully before any decision to accept the award. Also,the webpage entitled"Legal Notices:Special circumstances as to particular award conditions"(ojp.govifundingfExplorelLegalNotices-AwardRegts.htm)is to be consulted prior to an acceptance. Through that "Legal Notices"webpage,OJP sets out--by funding opportunity--certain special circumstances that may or will affect the applicability of one or more award requirements. Any such legal notice pertaining to award requirements that is posted through that webpage is incorporated by reference into the award. Please note that award requirements include not only award conditions,but also compliance with assurances and certifications that relate to conduct during the period of performance for the award. Because these requirements encompass financial, administrative,and programmatic matters,as well as other important matters(e.g.,specific restrictions on use of funds),it is vital that all key staff know the award requirements,and receive the award conditions and the assurances and certifications,as well as the application as approved by OJP. (Information on all pertinent award requirements also must be provided to any subrecipient of the award.) Should City of Waterloo accept the award and then fail to comply with an award requirement,DOJ will pursue appropriate remedies for non-compliance,which may include termination of the award and/or a requirement to repay award funds. Please direct questions regarding this award as follows: For program questions,contact Brenda Auterman,Program Manager at(202)598-6531;and For financial questions,contact the Customer Service Center of OJP's Office of the Chief Financial Officer at (800)458-0786,or at ask.ocfo@usdcj.gov. We look forward to working with you. Sincerely, Katharine T.Sullivan Principal Deputy Assistant Attorney General Encl. Page 15 of 131 Department of Justice(DOJ) Office of Justice Programs Office of Civil.Rights Washington,DC 20531 September l9,2020 The Honorable Quentin Hart City of Waterloo 715 Mulberry Street Waterloo,IA 50703-5714 Dear Mayor Hart; Congratulations on your recent award. The Office for Civil Rights(OCR),Office of Justice Programs(OJP),U.S.Department of Justice(DOJ)has been delegated the responsibility for ensuring that recipients of federal financial assistance from the OJP,the Office of Community Oriented Policing Services(COPS),and the Office on Violence Against Women(OVW)are not engaged in discrimination prohibited by law. Several federal civil rights laws,such as Title Vl of the Civil Rights Act of 1964 and Title IX of the Education Amendments of 1972,require recipients of federal financial assistance to give assurances that they will comply with those laws. In addition to those civil rights laws,many grant program statutes contain nondiscrimination provisions that require compliance with them as a condition of receiving federal financial assistance. For a complete review of these civil rights laws and nondiscrimination requirements,in connection with OJP and other DOJ awards,see https://ojp.gov/funding/Explore/LegalOverview/C ivilRightsRequirements.htm Under the delegation of authority,the OCR investigates allegations of discrimination against recipients from individuals,entities,or groups. In addition,the OCR conducts limited compliance reviews and audits based on regulatory criteria. These reviews and audits permit the OCR to evaluate whether recipients of financial assistance from the Department are providing services in a non- discriminatory manner to their service population or have employment practices that meet equal-opportunity standards. If you are a recipient of grant awards under the Omnibus Crime Control and Safe Streets Act or the Juvenile Justice and Delinquency Prevention Act and your agency is part of a criminal justice system,there are two additional obligations that may apply in connection with the awards: (1)complying with the regulation relating to Equal Employment Opportunity Programs(EEOPs);and(2) submitting findings of discrimination to OCR. For additional information regarding the EEOP requirement,see 29 CFR Part 42, subpart E,and for additional information regarding requirements when there is an adverse finding,see 2$C.F.R.§§42.204(c), .205(c)(5). Please submit information about any adverse finding to the OCR at the above address. We at the OCR are available to help you and your organization meet the civil rights requirements that are associated with OJP and other DOJ grant funding. If you would like the OCR to assist you in fulfilling your organization's civil rights or nondiscrimination responsibilities as a recipient of federal financial assistance,please do not hesitate to let us know. Sincerely, a A&A---- Michael L.Alston Director cc: Grant Manager Financial Analyst Page 16 of 131 Department of Justice(DOJ) Office of Justice Programs _.��`• Bureau of Justice AssistanceGrant PAGE 1 OF 32 1.RECIPIENT NAME AND ADDRESS(Including Zip Code) 4.AWARD NUMBER: 2020-DJ-BX-0325 City of Waterlaa 715 Mulberry Street S.PROJECT PERIOD:FROM 10/01/2019 TO 0913012023 Waterloo,IA 50703-5714 BUDGET PERIOD:FROM 10/01/2019 TO 09/30/2023 6.AWARD DATE 09/19/2020 7.ACTION 2a.GRANTEE IRS/VENDOR NO, S.SUPPLEMENT NUMBER Initial 426005329 00 2b,GRANTEE DUNS NO. 075841684 9.PREVIOUS AWARD AMOUNT $0 3.PROJECT TITLE 10.AMOUNT OF THIS AWARD $44,769 Waterloo Police Department Mobile Crisis Response Service 11.TOTAL AWARD $44,769 12.SPECIAL CONDITIONS THE ABOVE GRANT PROJECT IS APPROVED SUBJECT TO SUCH CONDITIONS OR LIMITATIONS AS ARE SET FORTH ON THE ATTACHED PAGE(S). 13.STATUTORY AUTHORITY FOR GRANT This project is supported under FY20(BJA-JAG State and JAG Local)Title I of Pub.L.No.90-351(generally codified at 34 U.S.C.10101-10726),including subpart i of pari E(codified at 34 U.S.C.101 51-10158);see also 28 U.S.C.530C(a) 14.CATALOG OF DOMESTIC FEDERAL ASSISTANCE(CFDA Number) 16.738-Edward Byrne Memorial Justice Assistance Grant Program 15.METHOD OF PAYMENT GPRS AGENCY APPROVAL GRANTEE ACCEPTANCE 16,TYPED NAME AND TITLE OF APPROVING OFFICIAL 18,TYPED NAME AND TITLE OF AUTHORIZED GRANTEE OFFICIAL Katharine T.Sullivan Quentin Hart Principal Deputy Assistant Attorney General Mayor 17.SIGNATURE OF APPROVING OFFICIAL 19.SIGNATURE OF AUTHORIZED RECIPIENT OFFICIAL 19A.DATE AGENCY USE ONLY 20.ACCOUNTING CLASSIFICATION CODES 21. VDJUGT3268 FISCAL FUND BUD. DIV. YEAR CODE ACT. OFC. REG. SUB. POMS AMOUNT X B DJ 80 00 00 44769 OJP FORM 400012(REV.5-87)PREVIOUS EDITIONS ARE OBSOLETE. OJP FORM 4000/2(REV.4-88) Page 17 of 131 Department of Justice(DOJ) � 8. Office of Justice Programs AWARD CONTINUATION Bureau of Justice Assistance SHEET PAGE 2 OF 32 Grant PROJECT NUMBER 2020-DJ-BX-0325 AWARD DATE 09/1912020 SPECIAL CONDITIONS 1. Requirements of the award;remedies for non-compliance or for materially false statements The conditions of this award are material requirements of the award.Compliance with any assurances or certifications submitted by or on behalf of the recipient that relate to conduct during the period of performance also is a material requirement of this award. Limited Exceptions.In certain special circumstances,the U.S.Department of Justice("DOJ")may determine that it will not enforce,or enforce only in part,one or more requirements otherwise applicable to the award.Any such exceptions regarding enforcement,including any such exceptions made during the period of performance,are(or will be during the period of performance)set out through the Office of Justice Programs("OJP")webpage entitled"Legal Notices: Special circumstances as to particular award conditions"(ojp.gov/funding/Explore/LegalNotices-AwardRegts.htm),and incorporated by reference into the award. By signing and accepting this award on behalf of the recipient,the authorized recipient official accepts all material requirements of the award,and specifically adopts,as if personally executed by the authorized recipient official,all assurances or certifications submitted by or on behalf of the recipient that relate to conduct during the period of performance. Failure to comply with one or more award requirements--whether a condition set out in full below,a condition incorporated by reference below,or an assurance or certification related to conduct during the award period--may result in OJP taking appropriate action with respect to the recipient and the award.Among other things,the OJP may withhold award funds,disallow costs,or suspend or terminate the award.DOJ,including OJP,also may take other legal action as appropriate. Any materially false,fictitious,or fraudulent statement to the federal government related to this award(or concealment or omission of a material fact)may be the subject of criminal prosecution(including under 18 U.S.C. 1001 and/or 1621, and/or 34 U.S.C. 10271-10273),and also may lead to imposition of civil penalties and administrative remedies for false claims or otherwise(including under 31 U.S.C.3729-3730 and 3801-3812). Should any provision of a requirement of this award be held to be invalid or unenforceable by its terms,that provision shall first be,applied with a limited construction so as to give it the maximum effect permitted by law.Should it be held,instead,that the provision is utterly invalid or-unenforceable,such provision shall be deemed severable from this award. OJT FORM 400012(REV,4-88) Page 18 of 131 Department of Justice(DOJ) Office of Justice Programs AWARD CONTINUATION g Bureau of Justice Assistance SHEET PAGE 3 OF 32 Grant PROJECT NUMBER 2020-DJ-BX-0325 AWARDDATE 04/19/2020 SPECIAL CONDITIONS 2. Applicability of Part 200 Uniform Requirements The Uniform Administrative Requirements,Cost Principles,and Audit Requirements in 2 C.F.R.Part 200,as adopted and supplemented by DOJ in 2 C.F.R.Part 2800(together,the'Part 200 Uniform Requirements")apply to this FY 2020 award from OJP, The Part 200 Uniform Requirements were first adopted by DOJ on December 26,2014. If this FY 2020 award supplements funds previously awarded by OJP under the same award number(e.g.,funds awarded during or before December 2014),the Part 200 Uniform Requirements apply with respect to all funds under that award number (regardless of the award date,and regardless of whether derived from the initial award or a supplemental award)that are obligated on or after the acceptance date of this FY 2020 award. For more information and resources on the Part 200 Uniform Requirements as they relate to OJP awards and subawards ("subgrants"),see the OJP website at bnps://ojp.gov/funding/Part200UniformRequirements.htm. Record retention and access: Records pertinent to the award that the recipient(and any subrecipient("subgrantee")at any tier)must retain--typically for a period of 3 years from the date of submission of the final expenditure report(SF 425),unless a different retention period applies--and to which the recipient(and any subrecipient("subgrantee")at any tier)must provide access,include performance measurement information,in addition to the financial records, supporting documents,statistical records,and other pertinent records indicated at 2 C.F.R.200.333. In the event that an award-related question arises from documents or other materials prepared or distributed by OJP that may appear to conflict with,or differ in some way from,the provisions of the Part 200 Uniform Requirements,the recipient is to contact OJP promptly for clarification. 3. Compliance with DOJ Grants Financial Guide References to the DOJ Grants Financial Guide are to the DOJ Grants Financial Guide as posted on the OJP website (currently,the"DOJ Grants Financial Guide"available at https://ojp.gov/financialguide/DOJ/index.htm),including any updated version that may be posted during the period of performance. The recipient agrees to comply with the DOJ Grants Financial Guide. 4. Reclassification of various statutory provisions to a new Title 34 of the United States Code On September 1,2017,various statutory provisions previously codified elsewhere in the U.S.Code were editorially reclassified(that is,moved and renumbered)to a new Title 34,entitled"Crime Control and Law Enforcement."The reclassification encompassed a number of statutory provisions pertinent to OJP awards(that is,OJP grants and cooperative agreements),including many provisions previously codified in Title 42 of the U.S.Code. Effective as of September 1,2017,any reference in this award document to a statutory provision that has been reclassified to the new Title 34 of the U.S.Code is to be read as a reference to that statutory provision as reclassified to Title 34.This rule of construction specifically includes references set out in award conditions,references set out in material incorporated by reference through award conditions,and references set out in other award requirements. OJP FORM 400012(REV.4-88) Page 19 of 131 Department of Justice(DOJ) Office of Justice Programs AWARD CONTINUATION tY Bureau of Justice Assistance SHEET PAGE 4 OF 32 Grant PROJECT NUMBER 2020-DJ-BX-0325 AWARD DATE 09119/2020 SPEC14L CONDITIONS 5. Required training for Point of Contact and all Financial Points of Contact Both the Point of Contact(POC)and all Financial Points of Contact(FPOCs)for this award must have successfully completed an"OJP financial management and grant administration training"by 120 days after the date of the recipient's acceptance of the award. Successful completion of such a training on or after January 1,2018,will satisfy this condition. In the event that either the POC or an FPOC for this award changes during the period of performance,the new POC or FPOC must have successfully completed an"OJP financial management and grant administration training"by 120 calendar days after--(1)the date of OJP's approval of the"Change Grantee Contact"GAN(in the case of a new POC),or(2)the date the POC enters information on the new FPOC in GMS(in the case of a new FPOC). Successful completion of such a training on or after January 1,2018,will satisfy this condition. A list of OJP trainings that OJP will consider"OJP financial management and grant administration training"for purposes of this condition is available at https://www.ojp.gov/training/fints.htm, All trainings that satisfy this condition include a session on grant fraud prevention and detection. The recipient should anticipate that OJP will immediately withhold("freeze")award funds if the recipient fails to comply with this condition. The recipient's failure to comply also may lead OJP to impose additional appropriate conditions on this award. 6. Requirements related to"de minimis"indirect cost rate A recipient that is eligible under the Part 200 Uniform Requirements and other applicable law to use the"de minimis" indirect cost rate described in 2 C.F.R.200.414(f),and that elects to use the"de minimis"indirect cost rate,must advise OJP in writing of both its eligibility and its election,and must comply with all associated requirements in the Part 200 Uniform Requirements. The"de minimis"rate may be applied only to modified total direct costs(MTDC)as defined by the Part 200 Uniform Requirements, 7. Requirement to report potentially duplicative funding If the recipient currently has other active awards of federal funds,or if the recipient receives any other award of federal funds during the period of performance for this award,the recipient promptly must determine whether funds from any of those other federal awards have been,are being,or are to be used(in whole or in part)for one or more of the identical cost items for which funds are provided under this award. If so,the recipient must promptly notify the DOJ awarding agency(OJP or OVW,as appropriate)in writing of the potential duplication,and,if so requested by the DOJ awarding agency,must seek a budget-modification or change-of-project-scope grant adjustment notice(GAN)to eliminate any inappropriate duplication of funding. OJP FORM 400012(REV.4-88) Page 20 of 131 Department of Justice(DOJ) Office of Justice Programs AWARD CONTINUATION ' Bureau of Justice Assistance SHEET PAGE 5 of 32 Grant PROJECT NUMBER 2020-DJ-BX-0325 AWARD DATE 09/19/2020 SPECIAL CONDITIONS S. Requirements related to System for Award Management and Universal Identifier Requirements The recipient must comply with applicable requirements regarding the System for Award Management(SAM), currently accessible at https://www.sarn.gov/. This includes applicable requirements regarding registration with SAM, as well as maintaining the currency of information in SAM. The recipient also must comply with applicable restrictions on subawards("subgrants")to first-tier subrecipients (first-tier"subgrantees"),including restrictions on subawards to entities that do not acquire and provide(to the recipient)the unique entity identifier required for SAM registration. The details of the recipient's obligations related to SAM and to unique entity identifiers are posted on the OJP web site at https:l/ojp.gov/funding/Explore/SAM.htm(Award condition: System for Award Management(SAM)and Universal Identifier Requirements),and are incorporated by reference here. This condition does not apply to an award to an individual who received the award as a natural person(i.e.,unrelated to any business or non-profit organization that he or she may own or operate in his or her name). OJP FORM 4000/2(REV.4-88) Page 21 of 131 Department of Justice(DOJ) Office of Justice Programs AWARD CONTINUATION j Bureau of Justice Assistance SHEET PAGE 6 OF 32 Grant PROJECT NUMBER 2020-DJ-BX-0325 AWARD DATE 09/19/2020 SPECIAL CONDITIONS 9. Employment eligibility verification for hiring under the award L The recipient(and any subrecipient at any tier)must-- A,Ensure that,as part of the hiring process for any position within the United States that is or wiil be funded(in whole or in part)with award funds,the recipient(or any subrecipieut)properly verifies the employment eligibility of the individual who is being hired,consistent with the provisions of 8 U.S.C. 1324a(a)(1)and(2). B.Notify all persons associated with the recipient(or any subrecipient)who are or will be involved in activities under this award o£both-- (I)this award requirement for verification of employment eligibility,and (2)the associated provisions in S U.S.C. 1324a(a)(1)and(2)that,generally speaking,make it unlawful,in the United States,to hire(or recruit for employment)certain aliens. C.Provide training(to the extent necessary)to those persons required by this condition to be notified of the award requirement for employment eligibility verification and of the associated provisions of 8 U.S.C. 1324a(a)(1)and(2). D.As part of the recordkeeping for the award(including pursuant to the Part 200 Uniform Requirements),maintain records of all employment eligibility verifications pertinent to compliance with this award condition in accordance with Form I-9 record retention requirements,as well as records of all pertinent notifications and trainings. 2.Monitoring The recipient's monitoring responsibilities include monitoring of subrecipient compliance with this condition. 3.Allowable costs To the extent that such costs are not reimbursed under any other federal program,award funds may be obligated for the reasonable,necessary,and allocable costs(if any)of actions designed to ensure compliance with this condition. 4.Rules of construction A.Staff involved in the hiring process For purposes of this condition,persons"who are or will be involved in activities under this award"specifically includes (without limitation)any and all recipient(or any subrecipient)officials or other staff who are or will be involved in the hiring process with respect to a position that is or will be funded(in whole or in part)with award funds. B.Employment eligibility confirmation with E-Verify For purposes of satisfying the requirement of this condition regarding verification of employment eligibility,the recipient(or any subrecipient)may choose to participate in,and use,E-Verify(www.e-verify.gov),provided an appropriate person authorized to act on behalf of the recipient(or subrecipient)uses E-Verify(and follows the proper E-Verify procedures,including in the event of a"Tentative Nonconfirmation"or a"Final Nonconfirmation")to confirm employment eligibility for each hiring for a position in the United States that is or will be funded(in whole or in part)with award funds. C."United States"specifically includes the District of Columbia,Puerto Rico,Guam,the Virgin Islands of the United States,and the Commonwealth of the Northern Mariana Islands, D.Nothing in this condition shall be understood to authorize or require any recipient,any subrecipient at any tier,or OJP FORM 400012(REV.4-88) Page 22 of 131 Department of Justice(DOJ) l Office of Justice Programs AWARD CONTINUATION Bureau of Justice Assistance SHEET PACE 7 OF 32 Grant PROJECT NUMBER 2020-DJ-BX-0325 AWARD DATE 09/19/2020 SPECIAL CONDITIONS any person or other entity,to violate any federal law,including any applicable civil rights or nondiscrimination law, E.Nothing in this condition,including in paragraph 4.B.,shall be understood to relieve any recipient,any subrecipient at any tier,or any person or other entity,of any obligation otherwise imposed by law,including 8 U.S.C. 1324a(a)(1) and(2). Questions about E-Verify should be directed to DHS, For more information about E-Verify visit the E-Verify website(https://www.e-vcrify,gov/)or email E-Verify at E-Verify@dhs.gov. E-Verify employer agents can email E- Verify at E-VerifyEmployerAgent@dhs.gov. Questions about the meaning or scope of this condition should be directed to OJP,before award acceptance. 10. Requirement to report actual or imminent breach of personally identifiable information(P1I) The recipient(and any"subrecipient"at any tier)must have written procedures in place to respond in the event of an actual or imminent"breach"(OMB M-17-12)if it(or a subrecipient)--(1)creates,collects,uses,processes,stores, maintains,disseminates,discloses,or disposes of"personally identifiable information(Pll)"(2 CFR 200.79)within the scope of an OJP grant-funded program or activity,or(2)uses or operates a"Federal information system"(OMB Circular A-130). The recipient's breach procedures must include a requirement to report actual or imminent breach of PII to an OJP Program Manager no later than 24 hours after an occurrence of an actual breach,or the detection of an imminent breach. 11. All subawards("subgrants")must have specific federal authorization The recipient,and any subrecipient("subgrantee")at any tier,must comply with all applicable requirements for authorization of any subaward. This condition applies to agreements that--for purposes of federal grants administrative requirements--OJP considers a"subaward"(and therefore does not consider a procurement "contract"). The details of the requirement for authorization of any subaward are posted on the OJP web site at https://ojp.gov/funding/Explore/SubawaTdAuthorization,htm(Award condition: All subawards("subgrants")must have specific federal authorization),and are incorporated by reference here. 12. Specific post-award approval required to use a noncompetitive approach in any procurement contract that would exceed$250,000 The recipient,and any subrecipient("subgrantee")at any tier,must comply with all applicable requirements to obtain specific advance approval to use a noncompetitive approach in any procurement contract that would exceed the Simplified Acquisition Threshold(currently,$250,000). This condition applies to agreements that--for purposes of federal grants administrative requirements--OJP considers a procurement"contract"(and therefore does not consider a subaward). The details of the requirement for advance approval to use a noncompetitive approach in a procurement contract under an OJP award are posted on the OJP web site at https://ojp.gov/funding/Explore/NoncompetitiveProcurement.btm (Award condition: Specific post-award approval required to use a noncompetitive approach in a procurement contract (if contract would exceed$250,000)),and are incorporated by reference here. OJP FORM 400012(REV.4-88) Page 23 of 131 Department of Justice(DOJ) Office of Justice Programs AWARD CONTINUATION Bureau of Justice Assistance SHEET PACE s OF 32 Ile Grant PROJECT NUMBER 2020-DJ-BX-0325 AWARD DATE 09/19/2020 SPECIAL CONDITIONS 13. Unreasonable restrictions on competition under the award;association with federal government SCOPE.This condition applies with respect to any procurement of property or services that is funded(in whole or in part)by this award,whether by the recipient or by any subrecipient at any tier,and regardless of the dollar amount of the purchase or acquisition,the method of procurement,or the nature of any legal instrument used.The provisions of this condition must be among those included in any subaward(at any tier). 1.No discrimination,in procurement transactions,against associates of the federal government Consistent with the(DOJ)Part 200 Uniform Requirements--including as set out at 2 C.F.R.200.300(requiring awards to be"manage[d]and administer[ed]in a manner so as to ensure that Federal funding is expended and associated programs are implemented in full accordance with U.S.statutory and public policy requirements")and 200.319(a)(generally requiring"[a]ll procurement transactions[to]be conducted in a manner providing full and open competition"and forbidding practices"restrictive of competition,"such as"[p]lacing unreasonable requirements on firms in order for them to qualify to do business"and taking"[alny arbitrary action in the procurement process")--no recipient(or subrecipient,at any tier)may(in any procurement transaction)discriminate against any person or entity on the basis of such person or entity's status as an"associate of the federal government"(or on the basis of such person or entity's status as a parent,affiliate,or subsidiary of such an associate),except as expressly set out in 2 C.F.R. 200.319(a)or as specifically authorized by USDOJ. 2.Monitoring The recipient's monitoring responsibilities include monitoring of subrecipient compliance with this condition. 3.Allowable costs To the extent that such costs are not reimbursed under any other federal program,award funds may be obligated for the reasonable,necessary,and allocable costs(if any)of actions designed to ensure compliance with this condition. 4.Rules of construction A.The term"associate of the federal government"means any person or entity engaged or employed(in the past or at present)by or on behalf of the federal government--as an employee,contractor or subcontractor(at any tier),grant recipient or-subrecipient(at any tier),agent,or otherwise--in undertaking any work,project,or activity for or on behalf of(or in providing goods or services to or on behalf of)the federal government,and includes any applicant for such employment or engagement,and any person or entity committed by legal instrument to undertake any such work, project,or activity(or to provide such goods or services)in future. B.Nothing in this condition shall be understood to authorize or require any recipient,any subrecipient at any tier,or any person or other entity,to violate any federal law,including any applicable civil rights or nondiscrimination law. OJP FORM 400012(REV.4-89) Page 24 of 131 Department of Justice(DOJ) ' Office of Justice Programs AWARD CONTINUATION t Bureau of Justice Assistance SHEET PACE 9 OF 32 Grant PROJECT NUMBER 2020-DJ-BX-0325 AWARD DATE 09119/2020 SPECIAL CONDITIONS 14. Requirements pertaining to prohibited conduct related to trafficking in persons(including reporting requirements and OJP authority to terminate award) The recipient,and any subrecipient("subgrantee")at any tier,must comply with all applicable requirements(including requirements to report allegations)pertaining to prohibited conduct related to the trafficking of persons,whether on the part of recipients,subrecipients("subgrantees"),or individuals defined(for purposes of this condition)as"employees" of the recipient or of any subrecipient. The details of the recipient's obligations related to prohibited conduct related to trafficking in persons are posted on the OJP web site at https:tlojp.gov/funding/Explore/ProhibitedConduct-Trafficking.h"(Award condition: Prohibited conduct by recipients and subrecipients related to trafficking in persons(including reporting requirements and OJP authority to terminate award)),and are incorporated by reference here. 15. Determination of suitability to interact with participating minors SCOPE,This condition applies to this award if it is indicated--in the application for the award(as approved by DOJ)(or in the application for any subaward,at any tier),the DOJ funding announcement(solicitation),or an associated federal statute--that a purpose of some or all of the activities to be carried out under the award(whether by the recipient,or a subrecipient at any tier)is to benefit a set of individuals under 18 years of age. The recipient,and any subrecipient at any tier,must make determinations of suitability before certain individuals may interact with participating minors. This requirement applies regardless of an individual's employment status. The details ofthis requirement are posted on the OJP web site at https:/iojp.gov/funding/Explore/Interact-Minors.htm (Award condition: Determination of suitability required,in advance,for certain individuals who may interact with participating minors),and are incorporated by reference here. 16. Compliance with applicable rules regarding approval,planning,and reporting of conferences,meetings,trainings,and other events The recipient,and any subrecipient("subgrantee")at any tier,must comply with all applicable laws,regulations, policies,and official DOJ guidance(including specific cost limits,prior approval and reporting requirements,where applicable)governing the use of federal funds for expenses related to conferences(as that term is defined by DOJ), including the provision of food and/or beverages at such conferences,and costs of attendance at such conferences. Information on the pertinent DOJ definition of conferences and the rules applicable to this award appears in the DOJ Grants Financial Guide(currently,as section 3.10 of"Postaward Requirements"in the"DOJ Grants Financial Guide"). 17. Requirement for data on performance and effectiveness under the award The recipient must collect and maintain data that measure the performance and effectiveness of work under this award. The data must be provided to OJP in the manner(including within the timeframes)specified by OJP in the program solicitation or other applicable written guidance. Data collection supports compliance with the Government Performance and Results Act(GPRA)and the GPRA Modernization Act of 2010,and other applicable laws. 18. OJP Training Guiding Principles Any training or training materials that the recipient--or any subrecipient("subgrantee")at any tier--develops or delivers with OJP award funds must adhere to the OJP Training Guiding Principles for Grantees and Subgrantees, available at https://ojp.gov/funding/Implement/TrainingPrinciplesForGrantees-Subgrantees.him. OJP FORM 400012(REV.4-88) Page 25 of 131 Department of Justice(DOJ) Office of Justice Programs AWARD CONTINUATION Bureau of Justice Assistance SHEET PAGF to OF 32 Grant PROJECT NUMBER 2020-DJ-eX-0325 AWARD DATE 09119/2020 SPECIAL CONDITIONS 19. Effect of failure to address audit issues The recipient understands and agrees that the DOJ awarding agency(OJP or OVW,as appropriate)may withhold award funds,or may impose other related requirements,if(as determined by the DOJ awarding agency)the recipient does not satisfactorily and promptly address outstanding issues from audits required by the Part 200 Uniform Requirements(or by the terms of this award),or other outstanding issues that arise in connection with audits, investigations,or reviews of DOJ awards. 20. Potential imposition of additional requirements The recipient agrees to comply with any additional requirements that may be imposed by the DOJ awarding agency (OJP or OV W,as appropriate)during the period of performance for this award,if the recipient is designated as"high- risk"for purposes of the DOJ high-risk grantee list. 21. Compliance with DOJ regulations pertaining to civil rights and nondiscrimination-28 C.F.R.Part 42 The recipient,and any subrecipient("subgrantee")at any tier,must comply with all applicable requirements of 28 C.F.R.Part 42,specifically including any applicable requirements in Subpart E of 28 C.F.R.Part 42 that relate to an equal employment opportunity program. 22. Compliance with DOJ regulations pertaining to civil rights and nondiscrimination-28 C.F.R.Part 54 The recipient,and any subrecipient("subgrantee")at any tier,must comply with all applicable requirements of 28 C.F.R.Part 54,which relates to nondiscrimination on the basis of sex in certain"education programs." 23. Compliance with DOJ regulations pertaining to civil rights and nondiscrimination-28 C.F.R.Part 38 The recipient,and any subrecipient("subgrantee")at any tier,must comply with all applicable requirements of 28 C.F.R.Part 38(as may be applicable from time to time),specifically including any applicable requirements regarding written notice to program beneficiaries and prospective program beneficiaries. Currently,among other things,28 C.F.R,Part 38 includes rules that prohibit specific forms of discrimination on the basis of religion,a religious belief,a refusal to hold a religious belief,or refusal to attend or participate in a religious practice. Part 38,currently,also sets out rules and requirements that pertain to recipient and subrecipient ("subgrantee")organizations that engage in or conduct explicitly religious activities,as well as rules and requirements that pertain to recipients and subrecipients that are faith-based or religious organizations. The text of 28 C.F.R.Part 38 is available via the Electronic Code of Federal Regulations(currently accessible at https://www.eefr.gov/cgi-bin/ECFR?page=browse),by browsing to Title 28-Judicial Administration,Chapter 1,Part 38,under e-CFR"current'data. OJP FORM 400012(REV.4-88) Page 26 of 131 Department of Justice(DOJ) Office of Justice Programs AWARD CONTINUATION Bureau of Justice Assistance SHEET PACE l l OF 32 �q �Iiu iunR.! Grant PROJECTNUMBER 2020-177-BX-0325 AWARD DATE 0 911 9/2 0 2 4 SPECIAL CONDITIONS 24. Restrictions on"lobbying" In general,as a matter of federal law,federal funds awarded by OJP may not be used by the recipient,or any subrecipient("subgrantee")at any tier,either directly or indirectly,to support or oppose the enactment,repeal, modification,or adoption of any law,regulation,or policy,at any level of government. See 18 U.S.C. 1913. (There may be exceptions if an applicable federal statute specifically authorizes certain activities that otherwise would be barred by law.) Another federal law generally prohibits federal funds awarded by OJP from being used by the recipient,or any subrecipient at any tier,to pay any person to influence(or attempt to influence)a federal agency,a Member of Congress,or Congress(or an official or employee of any of them)with respect to the awarding of a federal grant or cooperative agreement,subgrant,contract,subcontract,or loan,or with respect to actions such as renewing,extending, or modifying any such award. See 31 U.S.C. 1352. Certain exceptions to this law apply,including an exception that applies to Indian tribes and tribal organizations. Should any question arise as to whether a particular use of federal funds by a recipient(or subrecipient)would or might fall within the scope of these prohibitions,the recipient is to contact OJP for guidance,and may not proceed without the express prior written approval of OJP. 25. Compliance with general appropriations-law restrictions on the use of federal funds(FY 2020)The recipient,and any subrecipient("subgrantee")at any tier,must comply with ail applicable restrictions on the use of federal funds set out in federal appropriations statutes.Pertinent restrictions that may be set out in applicable appropriations acts are indicated at https://ojp.gov/funding/Explore/FY20AppropriationsRestrictions,htm,and are incorporated by reference here.Should a question arise as to whether a particular use of federal funds by a recipient(or a subrecipient)would or might fall witbin the scope of an appropriations-law restriction,the recipient is to contact OJP for guidance,and may not proceed without the express prior written approval of OJP, 26. Reporting potential fraud,waste,and abuse,and similar misconduct The recipient,and any subrecipients("subgrantees")at any tier,must promptly refer to the DOJ Office of the Inspector General(OIG)any credible evidence that a principal,employee,agent,subrecipient,contractor,subcontractor,or other person has,in connection with fiends under this award--(1)submitted a claim that violates the False Claims Act;or(2) committed a criminal or civil violation of laws pertaining to fraud,conflict of interest,bribery,gratuity,or similar misconduct. Potential fraud,waste,abuse,or misconduct involving or relating to funds under this award should he reported to the OIG by--(1)online submission accessible via the OIG webpage at httpsa/oig.justice.govlhotline/contact-grants.htm (select"Submit Report Online");(2)mail directed to:U.S.Department of Justice,Office of the Inspector General, Investigations Division,ATTN:Grantee Reporting,950 Pennsylvania Ave.,NW,Washington,DC 20530;and/or(3)by facsimile directed to the DOJ OIG Investigations Division(Attn:Grantee Reporting)at(202)616-9881(fax). Additional information is available from the DOJ OIG website at https://oig.justice.gov/hotline. OJP FORM 4000/2(REV.4-88) Page 27 of 131 Department of Justice(DOJ) Office of Justice Programs AWARD CONTINUATION Bureau of Justice Assistance SHEET PAGE 12 OF 32 Grant PROJECT NUMBER 2020-DJ-BX-0325 AWARD DATE 09/1912020 SPECIAL CONDITIONS 27. Restrictions and certifications regarding non-disclosure agreements and related matters No recipient or subrecipient("subgrantee")under this award,or entity that receives a procurement contract or subcontract with any funds under this award,may require any employee or contractor to sign an internal confidentiality agreement or statement that prohibits or otherwise restricts,or purports to prohibit or restrict,the reporting(in accordance with law)of waste,fraud,or abuse to an investigative or law enforcement representative of a federal department or agency authorized to receive such information. The foregoing is not intended,and shall not be understood by the agency making this award,to contravene requirements applicable to Standard Form 312(which relates to classified information),Form 4414(which relates to sensitive compartmented information),or any other form issued by a federal department or agency governing the nondisclosure of classified information, 1. In accepting this award,the recipient-- a. represents that it neither requires nor has required internal confidentiality agreements or statements from employees or contractors that currently prohibit or otherwise currently restrict(or purport to prohibit or restrict)employees or contractors from reporting waste,fraud,or abuse as described above;and b, certifies that,if it learns or is notified that it is or has been requiring its employees or contractors to execute agreements or statements that prohibit or otherwise restrict(or purport to prohibit or restrict),reporting of waste,fraud, or abuse as described above,it will immediately stop any further obligations of award funds,will provide prompt written notification to the federal agency making this award,and will resume(or permit resumption of)such obligations only if expressly authorized to do so by that agency. 2, If the recipient does or is authorized under this award to make subawards("subgrants"),procurement contracts,or both-- a. it represents that-- (1) it has determined that no other entity that the recipient's application proposes may or will receive award funds (whether through a subaward("subgrant"),procurement contract,or subcontract under a procurement contract)either requires or has required internal confidentiality agreements or statements from employees or contractors that currently prohibit or otherwise currently restrict(or purport to prohibit or restrict)employees or contractors from reporting waste, fraud,or abuse as described above;and (2) it has made appropriate inquiry,or otherwise has an adequate factual basis,to support this representation;and b. it certifies that,if it learns or is notified that any subrecipient,contractor,or subcontractor entity that receives funds under this award is or has been requiring its employees or contractors to execute agreements or statements that prohibit or otherwise restrict(or purport to prohibit or restrict),reporting of waste,fraud,or abuse as described above,it will immediately stop any further obligations of award funds to or by that entity,will provide prompt written notification to the federal agency making this award,and will resume(or permit resumption of)such obligations only if expressly authorized to do so by that agency. OJP FORM 400012(REV.4-88) Page 28 of 131 CITY OF WATERLOO Council Communication Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by Service Roofing Company of Waterloo, Iowa, at a total cost of$72,962, in conjunction with the Carnegie Roof Replacement Project, and authorizing the Mayor to execute said document. City Council Meeting: 11/2/2020 Prepared: 10/23/2020 Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by Service Roofing Company of SUBJECT: Waterloo. Iowa, at a total cost of$72,962, in conjunction with the Carnegie Roof Replacement Project, and authorizing the Mayor to execute said document. Submitted by: Submitted By:Noel Anderson, Community Planning and Development Director Recommended Action: Service Roofing Company has completed the above referenced project m accordance with the plans and specifications. Page 29 of 131 CITY OF WATERLOO Council Communication Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by Black Hawk Automatic Sprinklers, of Cedar Falls, Iowa, at a total cost of$60,960, in conjunction with the River Loop Public Market Project, and authorizing the Mayor to execute said document. City Council Meeting: 11/2/2020 Prepared: 10/23/2020 Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by Black Hawk Automatic SUBJECT: Sprinklers, of Cedar Falls, Iowa, at a total cost of$60,960, in conjunction with the River Loop Public Market Project, and authorizing the Mayor to execute said document. Submitted by: Submitted By:Noel Anderson, Community Planning and Development Director Recommended Action: Black Hawk Automatic Sprinklers have completed the above referenced project in accordance with the plans and specifications. Page 30 of 131 CITY OF WATERLOO Council Communication Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by Failor Hurley Construction of Waterloo, Iowa, at a total cost of$149,081, in conjunction with the Waterloo Public Library Exterior Stair Renovation Project, and authorizing the Mayor to execute said document. City Council Meeting: 11/2/2020 Prepared: 10/23/2020 Resolution approving Completion of Project and Recommendation of Acceptance of Work, for work performed by Failor Hurley Construction of SUBJECT: Waterloo. Iowa, at a total cost of$149.081, in conjunction with the Waterloo Public Library Exterior Stair Renovation Project, and authorizingthe e Mayor to execute said document. Submitted by: Submitted By:Noel Anderson, Community Planning and Development Director Recommended Action: Failor Hurley Construction has completed the above referenced project in accordance with the plans and specifications. Page 31 of 131 CITY OF WATERLOO Council Communication Resolution approving preliminary plans, specifications, bid documents, etc., setting date of bid opening as November 12, 2020 and date of public hearing as November 16, 2020, in conjunction with the snow removal contract for residentiaVmiscellaneous areas for city owned lots generally acquired through Iowa Code 657A, and instruct City Clerk to publish notice. City Council Meeting: 11/2/2020 Prepared: 10/28/2020 ATTACHMENTS: Description Type RFP and Bid Documents for 2020/2021 U Residential/Miscellaneous Areas Snow Removal Backup Material Contract Resolution approving prehrninary_plans, specifications, bid documents, etc., setting date of bid opening as November 12, 2020 and date of public hearing SUBJECT: as November 16, 2020, in conjunction with the snow removal contract for residentiaUmiscellaneous areas for city owned lots generally acquired through Iowa Code 657A, and instruct City Clerk to publish notice. Submitted by: Submitted By:Noel Anderson,Community Planning and Development Director Recommended Action: Approval Expenditure Required: To be determined Source of Funds: Nuisance abatement Policy Issue: Property Maintenance The City of Waterloo through its Dilapidated Housing Task force has acquired approximately 215 properties over the last several years using Iowa Code 657A. A majority of the properties where demolished, with some being Background Information: sold with development agreement and rehabilitated, and some still awaiting to be demolished. Lots owned by the City of Waterloo must be maintained, including snow removal. This bid will select a snow removal contractor for the lots. Page 32 of 131 CITY OF WATERLOO, IOWA Community Planning and Development Department Notice of Public Hearing on the Proposed Specifications and the Notice to Public Bidders For the 2020/2021 Residential/Miscellaneous Areas Snow Removal Contract. General Description The City of Waterloo has acquired approximately 215 Residential Properties using Iowa Code 657A. This section of the code allows cities to petition the courts for possession of abandoned and dilapidated Residential or Commercial Properties with intent of either selling the properties for rehabilitation or demolition to remove blighted properties from neighborhoods and provide infill lots for new homes, and other improvements that an adjacent homeowner may wish for. Annually,the city sends out Requests for Proposal for snow removal of city owned lots and miscellaneous areas. The bidder shall bid per unit price(per lot/per occurrence price)for all city owned lots.All bidders should know that the list of properties fluxgates as the city is continually acquiring and selling properties. SCOPE OF WORK The Contractor shall provide all labor, equipment and material necessary for snow removal and application of sand/ice melt for approximately 215 Residential and miscellaneous lots in accordance with bid specifications. Assigned areas shall have snow removed each time there is a snow event of at least 1 inch,which shall be completed within 48 hours from the end of the snow event. The bid specs require that the full width of the side walk be cleared along the full width of each property(lot) down to the pavement.A good-faith attempt will need to be made to clear down to the pavement. In the event that it is impossible,because of ice or other hazard,then sand or other abrasive material, (such as Ice Melt or another approved product)may be used so pedestrian traffic is safe;particularly along school routes. RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in City Hall, 715 Mulberry St, Waterloo, Iowa, on or before Thursday, November 12, 2020, until 1:00 P.M., for the 2020/2021 Snow removal season, as described in the plans and specifications now on file in the City Clerk's office and the Planning and Zoning Department. OPENING OF BIDS All proposals received for the 2020/2021 Snow Removal will be opened in the First Floor Conference Room in the City of Waterloo City Hall, 715 Mulberry Street,Waterloo,Iowa, on Thursday,November 19,2020,at 1:00 p.m. After the opening of bids the proposals will be referred to the Planning and Zoning Department for recommendation of award. PUBLIC HEARING Notice is hereby given that the Waterloo City Council will conduct a public hearing on the proposed specifications and form of contract for the 2020/2021 Residential Lots Snow Removal at the City Council Meeting, Monday November 16,2020.The hearing will be held in the City Council Chambers on the second floor of Waterloo City Hall. The contract documents are on file on the first floor in the City Clerk's office, City Hall, 715 Mulberry Street, and in the Planning and Zoning Department, second floor in Waterloo City Hall, 715 Mulberry Street,Waterloo,Iowa for public examination. Any person interested may file written objection with the City Clerk before the date set for the hearing or appear and make objection at the meeting. CONTRACT PERIOD The period of time covered under this proposed contract shall be approximately November 16, 2020 through June 30, 2021. PROPOSALS SUBMITTED All bids must be submitted on forms supplied by the Planning and Zoning Department with the exception that the required list of adequate equipment available for the proposed project may be submitted as a separate attachment. The bidder shall bid per unit price(per lot/per occurrence price)for all city owned lots and miscellaneous areas. Page 33 of 131 BID SECURITY REQUIRED All bids must be accompanied, in a separate envelope, by a certified or cashier's check drawn on an Iowa bank chartered under the laws of the United States or the State of Iowa, a certified share draft drawn on a Credit Union in Iowa chartered under the laws of the United States or the State of Iowa, or a bid bond payable to the City of Waterloo, Iowa, in the sum of Fifteen Hundred Dollars ($1,500.00), which certified check, certified share draft, or bid bond will be held as security that the Bidder will enter into a Contract for the snow removal work and will furnish the required bonds, and in case the successful bidder shall fail or refuse to enter into the Contract and furnish the required bonds, the bid security may be retained by said City as agreed liquidated damages. If a bid bond is used, it must be signed by both the bidder and the surety or the surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. CONTRACT AWARD The City shall award one contract to the lowest responsible Bidder whose bid conforms to the Specifications listed in this RFP and is most advantageous to the City, and the Planning and Zoning Department price and other factors considered. The City reserves the right to award a contract for any single Option, any combination of Options, or all Options together. The intention is not to award the contract at the time of bid opening, but to award the contract after review of bids and bidder information by the City and the Planning and Zoning Department such that the award is made within thirty (30) days after bid opening. The City reserves the right to waive any and all parts of a specific bid. BOND The successful Bidder shall furnish a Performance Bond, within ten (10) days after notification of acceptance of the bid, in the amount of Twenty Thousand Dollars ($20,000.00). The Bond is to be issued by a responsible surety approved by the City Clerks office and City Council and shall guarantee the faithful performance of the contract and the terms and conditions therein contained and shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims of any kind caused by the operation of the Contractor. AFFIRMATIVE ACTION PROGRAM The successful Bidder and any subcontractors will be required to execute and have approved an Affirmative Actions Program or Update before beginning work on the project, if they have been awarded an aggregate of $10,000 in city projects during the current calendar year. METHOD OF PAYMENT TO CONTRACTOR Payment to the contractor for services performed shall be paid on a monthly basis. Payments shall be based on the actual number of snow events 1" or more removed from properties that snow removal occurred during the previous month. A detailed bill of completed work must be received and approved by the Planning and Zoning Department for snow removal located at 715 Mulberry St.,Waterloo,Iowa before payments will be made. The billing shall include: • Property addresses and/or description of where work was performed • Number of times sidewalks were cleared at each property each month • When salt/sand is used the following shall be provided: o Pounds/tons used including rate per Tons/pounds o Property address(s) or general description(s) of where it was used o Number of applications applied per month Published by order of the City Council of said City of Waterloo, Iowa, on the day of 52020 City of Waterloo,Iowa, Kelley Felchle, City Clerk Page 34 of 131 CITY OF WATERLOO, IOWA Community Planning and Development Department INSTRUCTION TO BIDDERS I.EXPLANATION TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the Request for Proposals must be requested in writing via email,letter, fax or telegram, and with sufficient time allowed for a reply to reach all bidders before submission of their bids. Any interpretation or changes made to the RFP will be in the form of an addendum of the Request for Proposals and will be furnished to all prospective bidders. All prospective bidders will receive email notifications of any addendums by the Project Manager. All bidders must acknowledge in the space provided on the Bid Form or by email, fax, letter or telegram acknowledgement of such addendums received by the Project Manager prior to the 1:00 p.m.bid deadline set for the opening of bids. Oral explanations or instructions given before the award of the contract will not be accepted. II.PROPOSALS SUBMITTED All bids must be submitted on forms supplied by the Planning and Zoning Department. Before submitting a bid, each bidder shall carefully read the specifications and all other contract documents. Each bidder shall be fully informed,prior to the bidding, as to all existing conditions and limitations under which the work is to be performed and shall include in this bid a sum to cover the cost of all items necessary to perform the work as set forth in the contract documents.No allowance will be made to any bidder because of lack of such examination or knowledge. The submission of a bid shall be construed as conclusive evidence that the bidder has made such examination. The bidder's attention is directed to the fact that all applicable state laws,municipal ordinances and the rules and regulations of all authorities having jurisdiction over the project shall apply to the Contract throughout and they shall be deemed to be included in the Contract the same as though herein written out in full. III.LATE BIDS AND MODIFICATIONS OR WITHDRAWALS Bids and modifications or withdrawals thereof received at the office designated in the Request for Proposals and Notice to Bidders after the exact time set for closing of bids-(Thursday,November 12,2020,at 1:00 p.m.)will not be considered.However, a modification which is received from an otherwise successful bidder, and which makes the terms of the bid more favorable to the City,will be considered at any time it is received and may thereafter be accepted. Bids may be withdrawn by written request received from bidders prior to the time set for closing of bids. IV. PUBLIC OPENING OF BIDS Bids will be publicly opened at the specified time and place for opening in the Request for Proposals and Notice to Bidders. Their content will be made public for the information of bidders and others interested who may be present either in person or by representative. V. COLLUSIVE AGREEMENTS A. Each bidder submitting a bid shall execute and include with the bid,a Non-Collusion Affidavit in the form herein provided,to the effect that it has not colluded with any other person, firm, or corporation in regard to any bid submitted. B. Each bidder submitting a bid shall have each proposed subcontractor,if any, execute and include with the bid, a Non-Collusion Affidavit in the form herein provided,to the effect that it has not colluded with any other person, firm, or corporation in regard to any bid submitted. Before executing any subcontract,the successful bidder shall submit the name of any proposed subcontractor for approval by the City. Page 35 of 131 VI.MBE/WBE CONTRACT COMPLIANCE PROGRAM All Bidders have the responsibility to comply with the City of Waterloo MBE/WBE Contract Compliance Program. City of Waterloo Contract Compliance Officer is Rudy D. Jones,Director of Community Development, located at: 620 Mulberry Street Suite 202,Waterloo,Iowa 50703, (319)291-4429 VII.EMPLOYMENT AND BUSINESS OPPORTUNITY To the greatest extent feasible, suppliers, subcontractors, and low income workers owning businesses or living in the Waterloo area must be given priority in supplying materials,bidding for subcontract work, or applying for employment by the contractor on this project. Opportunities for training and for employment arising in connection with this project, shall to the greatest extent feasible be made available to lower income persons residing in the project area. The project area is the City of Waterloo. The City of Waterloo will require the contractor to document his efforts in securing lower income workers living in the project area and in purchasing supplies from, and awarding subcontracts to,businesses owned by persons residing in the project area. VIII. STATEMENT OF BIDDER'S QUALIFICATIONS Each Bidder shall,upon request of the Planning and Zoning Department submit on the form furnished a statement of the Bidder's qualifications,his/her experience record in completing the type of project proposed, and equipment available for the work contemplated; and when requested,a detailed financial statement. The Planning and Zoning Department shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform obligations under the Contract; and the Bidder shall furnish the Planning and Zoning Department all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available evidence or information does not satisfy the Planning and Zoning Department that the Bidder is qualified to carry out properly the terms of the Contract. IX.EXECUTION OF AGREEMENT,BOND,AND CERTIFICATE OF INSURANCE A. Subsequent to the award and within ten(10)days after the prescribed forms are presented for signature,the successful bidder shall execute and deliver to the City, an agreement in the form included in the contract documents in such number of copies as the City,may require. B. Having satisfied all conditions of award as set forth elsewhere in these documents,the successful bidder shall,within the period specified in paragraph"A" above, furnish a surety bond in a penal sum not less than the amount of the contract as awarded, as security for the faithful performance of the contract and the terms and conditions therein contained and shall guarantee the prompt payment of all persons, firms,or corporations to whom the contractor may become legally indebted for labor,materials,tools,equipment, or services of any nature including utility and transportation services, employed or used by it in performing the work. Such bond shall be in the same form as that included in the contract documents and shall bear the same date as, or a date subsequent to that of the agreement. The current Power of Attorney for the person who signs for any surety company shall be attached to such bond. C. The successful bidder shall,within the period specified in paragraph"A" above, furnish a certificate of insurance for approval in amounts of not less than the amounts specified in the General Conditions. The certificate of insurance shall be furnished in such number of copies as the City of Waterloo may require. The City of Waterloo shall be named as an "Additional Named Insured." The contractor shall similarly submit his subcontractor's certificates of insurance in the same amounts for approval before each commences work. The contractor shall carry or require that there be Worker's Compensation insurance for all its employees and those of its subcontractors engaged in work at the site, in accordance with State Worker's Compensation Laws. D. The failure of the successful bidder to execute such agreement and to supply the required bond or bonds within ten(10) days after the prescribed forms are presented for signature, or within such extended period as the City,may grant,based upon reasons determined sufficient by the City,may either award the contract to the next lowest responsible bidder or re- advertise for bids, and may charge against the bidder the difference between the amount of the bid and the amount for which a contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the bid guaranty. If a more favorable bid is received by re-advertising,the defaulting bidder shall have no claim against the City of Waterloo, or Planning and Zoning Department for a refund. Page 36 of 131 CITY OF WATERLOO,IOWA Community Planning and Development Department GENERAL CONDITIONS Definitions Whenever used in any of the Contract Documents,these terms shall be defined as follows: Contract-means the Contract or Agreement executed by and between the City of Waterloo and the Contractor. Owner or Local Public Agency(LPA) -means the Planning and Zoning Department of the City of Waterloo. Contractor-means the person, firm or corporation entering into the Contract with the City of Waterloo,to maintain properties as described in the Specifications provided. Contract Documents -means and shall include the following: Executed Contract or Agreement,Addenda(if any), Invitation for Bids,Instructions to Bidders, Signed copy of Bid, General Conditions, Special Conditions, Specifications, and(Plans or Drawings when required). Superintendence by Contractor Except where the Contractor is an individual and gives personal superintendence to the work,the Contractor shall provide a competent superintendent, satisfactory to the Planning and Zoning Department/City of Waterloo,on the work site at all times during working hours with full authority of the Contractor. The Contractor shall also provide an adequate staff to properly coordinate and expedite the work. The Contractor shall lay out and be responsible for all work executed under this Contract. The Contractor shall verify all information before proceeding with the work and be held responsible for any error resulting from failure to do so. Other Contracts The City of Waterloo may award or may have awarded other Contracts for additional work, and the Contractor shall cooperate fully with other Contractors,by scheduling work under this Contract with that to be performed under other Contracts as may be directed by the Planning and Zoning Department/City of Waterloo. The Contractor shall not commit or permit any act in which will interfere with the performance of work by any other Contractor as scheduled. Fitting and Coordination of the Work The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all Subcontractors engaged upon this Contract.The Contractor shall be prepared to guarantee to each Subcontractor the locations and measurements which they may require for the fitting of their work to all surrounding work. Care of Work The Contractor shall be responsible for all damages to person or property that occur as result of negligence in connection with the execution of work and shall be reasonable for the proper care and protection of all materials delivered and work performed until completion and final acceptance by the Planning and Zoning Department. The Contractor shall provide sufficient security,both day and night, including weekends and holidays, from the time the work is commenced until final completion and acceptance, except when work being performed does not require protection. The Contractor shall be responsible for any loss of work,materials, equipment or time due to acts of any person on the project site. Therefore, it is the responsibility of the Contractor to determine when security is needed. The Contractor shall avoid damage to existing sidewalks, streets,curbs,pavements, structures,and utilities except those which are to be replaced or removed.Any damage caused by the Contractor's operation shall be completely repaired at no expense to the Owner. Page 37 of 131 General Requirements The Contractor shall be responsible for being informed as to all existing conditions and limitations under which the work is to be performed.No extra allowance will be made because of lack of such examination or knowledge. Contractor shall not disturb (damage) existing walks, drives,parking areas,trees, shrubs,or turf areas outside the limits of the project. If disturbed,these items shall be replaced by the Contractor at no cost to the City or the Owner. Trees and shrubs located in or near the project area shall be protected by the Contractor from damage by workers and equipment during time of performing services. Upon request,the City Forester will determine the extent of protection necessary for the trees. Permits and Codes The Contractor shall give all notices required by, and comply with all applicable municipal and state laws,ordinances and codes. Liability Insurance The Contractor shall at all times during the term of the Agreement maintain in full force and effect, at its own expense, Employer's Liability,Worker's Compensation,Automobile,Public Liability and Property Damage Insurance, and other insurance and bonds as set forth below, including contractual liability coverage for the indemnity and hold harmless provisions of this Agreement. Each policy shall require at least 30 days' advance written notice to the City in the event of cancellation or material change in terms. The City of Waterloo, Iowa shall be specifically named as an additional insured on all insurance. Such coverages shall be primary,non-contributing and contain waivers of subrogation against any coverage held by the City. Before commencement of work hereunder,the Contractor agrees to furnish the City with certificates of insurance or other evidence satisfactory to the City to the effect that such insurance has been procured and is in force. Insurance coverages shall comply with the limits specified below: Coverages Limits of Liability Worker's Compensation Statutory Employer's Liability $500,000 Bodily Injury Liability (Except automobile) $1,000,000 each occurrence Property Damage Liability (Except automobile) $1,000,000 each occurrence Automobile Bodily Injury Liability $1,000,000 each occurrence Excess Liability $5,000,000 Automobile Property Damage Liability $1,000,000 each occurrence Page 38 of 131 CITY OF WATERLOO, IOWA Community Planning and Development Department Bid Specifications for Residential/Miscellaneous Areas Snow Removal Contract 2020-2021 Beginning(November 16,2020-June 30,2021) SCOPE OF WORK The Contractor shall provide all labor, equipment and material necessary for snow removal and application of sand/ice melt for approximately 215 Residential and miscellaneous lots in accordance with bid specifications. Assigned areas shall have snow removed each time there is a snow event of at least 1 inch,which shall be completed within 48 hours from the end of the snow event. The bid specs require that the full width of the side walk be cleared along the full width of each property(lot)down to the pavement. A good-faith attempt will need to be made to clear down to the pavement. In the event that it is impossible,because of ice or other hazard,then sand or other abrasive material, (such as Ice Melt or another approved product)may be used so pedestrian traffic is safe;particularly along school routes. All bidders should know that the list of properties fluxgates as the city is continually acquiring and selling properties. PROPERTY SNOW REMOVAL Assigned areas shall have snow removed each time there is a snow event of at least 1 inch,which shall be completed within 48 hours from the end of the snow event. The bid specs require that the full width of the side walk be cleared along the full width of each property(lot)down to the pavement. A good-faith attempt will need to be made to clear down to the pavement. In the event that it is impossible,because of ice or other hazard,then sand or other abrasive material, (such as Ice Melt or another approved product)may be used so pedestrian traffic is safe;particularly along school routes. Only use sand/ice melt in amounts to make pedestrian traffic safe. Do not coat sidewalk with a large amount of sand,use only amounts necessary to make sidewalks safe. All work must comply with the City of Waterloo Codes&Ordinances or contractor shall return to the property and make the necessary correction without additional costs to the City. SITE CLEAN-UP Prior to each snow removal the Contractor shall remove all trash and debris including paper,branches,rocks, and other portable objects.All trash and debris shall be legally disposed of,off site,at no additional expense to the Planning and Zoning Department.Additionally,the contractor shall be responsible for cleaning up and repairing all damage created by snowplow&snow removal operations. This includes adding soil and seeding damaged areas as needed. DAMAGE PROTECTION The Contractor shall avoid damage to existing sidewalks, streets, curbs,pavements, structures, signs,mailboxes, fences, benches,utilities, and other fixtures. Any damage caused by the Contractor shall be completely repaired at no additional cost to the Planning and Zoning Department. At no time shall any snow removal equipment come in contact with any privately owned tree or shrub during snow removal.Any tree or shrub damaged by the Contractor shall be replaced at the direction of the Planning and Zoning Department with no additional cost to the Planning and Zoning Department. The Contractor shall avoid damage to turf grass and underlying soil and grade. Any rutting and related turf loss and erosion damage shall be promptly remedied by the Contractor to the satisfaction of the Planning and Zoning Department with no additional cost to the Planning and Zoning Department. The Contractor shall take all necessary precautions to protect pedestrians and motorists from personal injury and property damage. All equipment safety guards shall remain intact and serviceable. The Contractor shall carry liability insurance as detailed in the GENERAL CONDITIONS to cover any damage claims. REQUIRED EQUIPMENT The Contractor shall provide a complete inventory of sufficient and proper equipment to perform all work in a safe and timely manner. Equipment listed on the Bid Form will be verified by the Planning and Zoning Department to determine whether it is adequate for this snow removal contract.A portfolio of existing or past contracts with letters of recommendations would be helpful in verifying the bidder's qualifications. Types of snow removal equipment required for this contract: Walk-behind snow blowers Riding snow blowers Pick-up truck and/or tractor with snow blade Salt&sand applicator Shovels Page 39 of 131 CITY OF WATERLOO, IOWA Community Planning and Development Department 2020/2021 Residential/Miscellaneous Areas Snow Removal Project BID FORM BIDDER: COMPANY NAME Proj ect Manager: PROJECT MANAGER NAME ADDRESS: PHONE: () 1. The undersigned,being a Corporation existing under the laws of the State of , or a limited liability company existing under the laws of the State of ,or a Partnership consisting of the following partners: having been familiarized with the existing conditions on the project area affecting the cost of the work, and with all the Contract Documents now on file in the offices of the City Clerk, City Hall, 715 Mulberry Street, Waterloo, Iowa, and the Planning and Zoning Department, 715 Mulberry Street, Waterloo, Iowa hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, and services, including utility and transportation services required to complete the proposed SNOW REMOVAL, in accordance with the contract documents and for the unit price in place for the following amount: Bid Price: Price per Lot/Area per occurrence for approximately 215 Properties dollars (S ) Written Price Per Lot/Occurrence: 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit price for the work done shall govern the actual payment to the Contractor. 3. In submitting this bid,the Bidder understands that the City reserves the right to reject any or all bids and to award one or more contracts for a single Option,all Options together, or any combination of Options. If written notice of acceptance of this Bid is mailed or delivered to the undersigned within thirty(30) days after Bid Opening,of at any time thereafter before this bid is withdrawn,the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of insurance within ten(10)days after the agreement is presented for signature, and start work within ten(10) days after"Notice to Proceed"is issued. 4. Security in the sum of dollars($ ) in the form of ,is submitted herewith in accordance with NOTICE TO BIDDERS. 5. Attached is a Non-Collusion Affidavit of Prime Contractor. 6. The Bidder is prepared to submit a financial and experience statement upon request. Page 40 of 131 7. The Prime Contractor and Subcontractor(s),which have performed an aggregate of$10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC,within ten(10) days of notification that the bid submitted is lowest and acceptable. 8. The Bidder has received the following Addendum or Addenda: Addendum No. Date: 9. The Bidder shall list the MBE/WBE subcontractors,amount of subcontracts and bid items listed on the City of Waterloo Minority and/or Women Business Pre-bid Contract Information Form submitted with this Bid Form. The apparent low bidder shall submit a list of all other subcontractor(s)to be used on this project to the City of Waterloo by 5:00 p.m. the business day following the day bids on this project are due along with the Non-collusion Affidavits of ALL Subcontractor(s). The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons. 1. The City of Waterloo does not approve the subcontractors. 2. The subcontractors submit in writing that they cannot fulfill their subcontracts 10. The Contractor shall provide a complete inventory of sufficient and proper equipment to perform all work in a safe and timely manner. Equipment list may be submitted as a separate attachment. 11. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked"none"or"NA". 12. The bidder has attached all applicable forms. 13. The owner reserves the right to select alternatives,delete line items, and/or to reduce quantities prior to the Award of Contract due to budgetary limitations. SIGNED: DATE: Name and Title Page 41 of 131 BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, as Principal, and as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Dollars($ ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the day of 20 ,for NOW,THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority,the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety,for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of A.D. 201 (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney-in-fact Page 42 of 131 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) County of ) being first duly sworn, deposes and says that: 1. He is(Owner), (Partner), (Officer), (Representative), or(Agent)of ,the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers,partners,owners, agents,representatives, employees, or parties in interest, including this affiant,has in any way colluded, conspired, connived or agreed, directly or indirectly,with any other Bidder,firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or,to fix any overhead,profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo,Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents,representatives, owners, employees, or parties in interest,including this affiant. Signature Title S a ,t&wory,to- e/mel thus- ------- da-y of-------------------------- 2020. ---------------------------------- ------------------------------------- S 4rtauwei TU-1ei My "pw'es--------------------------------- Page 43 of 131 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 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 2020/2021 Residential/Miscellaneous Areas Snow Removal in Waterloo,Black Hawk County, Iowa; 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers,partners, owners, agents,representatives,employees, or parties in interest, including this affiant,has in any way colluded, conspired, connived or agreed, directly or indirectly,with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner,directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead,profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo,Iowa, or any person interested in the proposed Contract; 5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents,representatives,owners, employees, or parties in interest, including this affiant. Signature Title S ub-s-c d� ,e L a n&s-w vn/to b-e argil me,tht4- ----- dcty of ------------------------- 2020. ------------------------------------ ----------------------------------- S 4rwi ti urei T Luer My ely-,�vela--------------------------------- Page 44 of 131 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors,vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00)annually agree as follows: 1. The contractor, subcontractor,vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex,national origin, economic status,age,mental or physical handicap,political opinions or affiliations. The contractor, subcontractor,vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race,creed,color, sex,national origin,religion, economic status, age,mental or physical disability,political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship. 2. The contractor, subcontractor,vendor and supplier of goods and services will,in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex,national origin,religion, economic status,age,mental or physical disabilities,political opinion or affiliations. 3. The contractor, subcontractor,vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor,vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies,procedures,patterns, and practices of each subcontractor as well as the contractor himself/herself and said subcontractor,vendor and supplier will permit access to his/her employment books,records and accounts to the City's Affirmative Action Officer,for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program—Contract Compliance Provisions relative to Resolution No. 24664 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules,regulations and orders,this contract may be canceled,terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor,vendor and supplier of goods and services will include,or incorporate by reference,the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules,regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. Page 45 of 131 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 Page 46 of 131 CITY OF WATERLOO, IOWA Community Planning and Development Department 2020/2021 Residential/Miscellaneous Areas Snow Removal REQUEST FOR PROPOSALS The City of Waterloo is soliciting proposals to provide equipment and labor for snow removal from City of Waterloo properties (the "Services") on an per occurrence basis (1" snow event and above). All proposals shall include a complete price quote. Conditions governing the Services are contained in Exhibit"A", the proposed form of Contract, attached to this RFP and by this reference incorporated herein. A. SUBMITTING AND OPENING PROPOSALS All proposals must be received in a sealed envelope in the City's Clerk's office (date and time stamped)by Thursday,November 12, 2019 at 1:00 p.m. Central Time (our clock) in order to be considered. The City Clerk's office is located at 715 Mulberry St., Waterloo, Iowa 50703. Proposals sent electronically or via facsimile will not be accepted. The mailing container or envelope shall be plainly marked on the outside with the notation"SEALED RFP FOR 2020/2021 RESIDENTIAL/MISCELLANEOUS AREAS SNOW REMOVAL," and the name of the company submitting the proposal. The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the Proposer. Similarly, the City is not responsible for, and will not open, any proposal responses that are received later than the date and time stated above. Late proposals will be retained in the RFP file, unopened. No responsibility will be attached to any person for premature opening of a proposal not properly identified. Proposals will be opened on Thursday,November 12, 2020 at 1:00 p.m. Central Time in the City Clerk's office at City Hall, 715 Mulberry Street, Waterloo. The main purpose of this opening is to reveal the name(s) or the Proposer(s), not to serve as a forum for determining the awarded proposal(s). B. SCOPE OF SERVICES Services to be performed by the successful respondent(the "Contractor") for the City will be those described in the form of Contract attached hereto as Exhibit"A" and the Specifications, which generally include but are not limited to removing snow and ice from properties on an as-needed basis. C. REQUIRED INFORMATION: 1. See the Waterloo Planning Department bid form. All bids must be submitted on said bid form. 2. Important Exceptions to Contract Documents—The Proposer shall clearly state in the submitted proposal any exceptions to, or deviations from, the minimum proposal requirements, and any exceptions to the terms and conditions of this RFP. Such exceptions or deviations will be considered in evaluating the proposals. Companies are cautioned that exceptions taken to this RFP may cause their proposal to be rejected. Page 47 of 131 3. Incomplete Information—Failure to complete or provide any of the information requested in this RFP may result in disqualification by reason of non-responsiveness. D. AWARD OF CONTRACT 1. Final selection of a contractor will be made of the responsive and responsible firm whose proposal, conforming to these documents, is most advantageous and offers the greatest overall value to the City of Waterloo with regard to the criteria detailed and the specifications set forth herein. The City will evaluate proposals in light of all factors it considers relevant, including but not limited to price,prior dealings, reputation, knowledge, skills, demonstrated commitment of the humane treatment of animals, demonstrated experience in managing and working with animals, nature and quality of facilities, and other information provided by the proposer in response to this RFP. 2. The City reserves the right to accept or reject any or all proposals and to waive any informalities or irregularities in proposals if such waiver does not substantially change the offer or provide a competitive advantage to any proposer. The City reserves the right to defer acceptance of any proposal for a period not to exceed sixty(60) calendar days from the date of the deadline for receiving proposals. 3. The City may select a proposer based on an"all or none"proposal, on individual responses, or as is otherwise deemed to be in the best interest of the City. 4. A Proposer's submission of a proposal constitutes its acceptance of the City's evaluation technique described in this section and its recognition and acceptance that subjective judgments will be used by the evaluators in the evaluation. 5. Any Contract award(s) made by the City of Waterloo is subject to prior approval by the City of Waterloo City Council. 6. After award, the Proposer will be required to enter into a written contract with the City that is substantially in the form attached hereto as Exhibit"A". 7. In the event a contract is terminated between both parties for any said reason, the City of Waterloo will award the contract by offer to the next qualified bidder. The City of Waterloo reserves the right to award only those proposals that were opened in the City Clerk's Office on Thursday, November 12, 2020. E. MISCELLANEOUS 1. Questions regarding will be directed to Chris Western in the Planning and Zoning Department, 319.291.4366, Monday through Friday from 8:00 a.m. to 5:00 p.m. 2. This Request for Proposal does not commit the City to make an award, nor will the City pay any costs incurred in the preparation and submission of proposals, or costs incurred in making necessary studies for the preparation of proposals. CONTRACTOR OR THEIR DESIGNEE MUST BE REACHABLE BY PHONE MONDAY THROUGH FRIDAY 8:00 A.M. TO 5:00 P.M. Page 48 of 131 F. GENERAL TERMS AND CONDITIONS OF PROPOSAL 1. LANGUAGE,WORDS USED INTERCHANGEABLY—The word 9. MODIFICATION,ADDENDA&INTERPRETATIONS-Any CITY refers to the CITY OF WATERLOO, IOWA throughout these apparent inconsistencies,or any matter requiring explanation or Instructions and Terms and Conditions.Similarly, PROPOSER interpretation,must be inquired into by the Proposer in writing at refers to the person or company submitting an offer to sell its least 72 hours(excluding weekends and holidays)prior to the goods or services to the CITY,and CONTRACTOR refers to the time set for the Proposal opening.Any and all such interpretations successful bidder. or modifications will be in the form of written addenda.All addenda shall become part of the contract documents and shall 2. PROPOSER QUALIFICATIONS-No Proposal shall be accepted be acknowledged and dated on the signature page. from,and no contract will be awarded to,any person,firm or corporation that is in arrears to the City upon debt or contract,that 10. LAWS AND REGULATIONS-All applicable State of Iowa and is a defaulter,as surety or otherwise,upon any obligation to the federal laws,ordinances, licenses and regulations of a City,or that is deemed irresponsible or unreliable by the City. If governmental body having jurisdiction shall apply to the award requested, Proposers shall be required to submit satisfactory throughout as the case may be,and are incorporated herein by evidence that they have a practical knowledge of the particular reference. supply/service proposal and that they have the necessary financial resources to provide the proposed supply/service as 11. SUBCONTRACTING-No portion of this Proposal may be described in this Request for Proposal. subcontracted without the prior written approval by the City. 3. SPECIFICATION DEVIATIONS BY THE PROPOSER-Any 12. ELECTRONIC SUBMITTAL-Telegraphic and/or proposal offers deviation from this specification MUST be noted in detail,and sent by electronic devices(e.g.facsimile machines)are not submitted in writing in the Proposal.Completed specifications acceptable and will be rejected upon receipt. Proposers will be should be attached for any substitutions offered,or when expected to allow adequate time for delivery of their proposal amplifications are desirable or necessary.The absence of the either by airfreight, postal service,or other means. specification deviation statement and accompanying specifications will hold the Proposer strictly accountable to the 13. CANCELLATION-Either party may cancel the contract in the specifications as written herein. Failure to submit this document of event that a petition,either voluntary or involuntary, is filed to specification deviation,if applicable,shall be grounds for rejection declare the other party bankrupt or insolvent or in the event that of the item when offered for delivery. If specifications or such party makes an assignment for the benefit of creditors. descriptive papers are submitted with Proposals,the Proposer's name should be clearly shown on each document. 14. ASSIGNMENT-Proposer shall not assign the contract or any monies to become due thereunder without the prior written 4. SPECIFICATION CHANGES,ADDITIONS AND DELETIONS- consent of the City.Any assignment or attempt at assignment All changes in Proposal documents shall be through written made without such consent of the City shall be void. addendum.Verbal information obtained otherwise will NOT be considered in awarding of Proposals. 15. TAXES-The City of Waterloo is exempt from sales tax and certain other use taxes.Any charges for taxes from which the City 5. PROPOSAL CHANGES-Proposals,amendments thereto,or is exempt will be deducted from invoices before payment is made. withdrawal requests received after the time advertised for Proposal opening,will be void regardless of when they were 16. PROPOSAL INFORMATION IS PUBLIC—All documents mailed. submitted with any proposal and the proposal shall become public documents and subject to Iowa Code Chapter 22,which is 6. HOLD HARMLESS AGREEMENT-The Contractor agrees to otherwise known as the"Iowa Open Records Law". By submitting protect,defend, indemnify and hold harmless the City of any document to the City of Waterloo in connection with a Waterloo, its officials,officers,employees and agents,from and proposal,the submitting party recognizes this and waives any against any and all claims and damages of every kind and nature claim against the City of Waterloo and any of its officials,officers made, rendered or incurred by or in behalf of every person or and employees relating to the release of any document or company whatsoever,including the parties hereto and their information submitted. employees,that may arise,occur,or grow out of any acts, actions,work or other activity done by the Contractor,its Each submitting party shall hold the City of Waterloo and its employees,subcontractors or any independent contractors officials,officers and employees harmless from any claims arising working under the direction of either the Contractor or from the release of any document or information made available subcontractor in the performance of the contract. to the City of Waterloo arising from any proposal opportunity. 7. PROPOSAL CURRENCY/LANGUAGE-All proposal prices shall be shown in US Dollars($).All prices must remain firm for the duration of the contract regardless of the exchange rate.All proposal responses must be submitted in English. 8. PAYMENTS-Payments will be made for all goods/services delivered, inspected and accepted within 30 days after acceptance and on receipt of an original invoice. Page 49 of 131 EXHIBIT A CITY OF WATERLOO, IOWA 2020/2021 Residential/Miscellaneous Areas Snow Removal CONTRACT PROVISIONS This Contract for Snow removal(the"Contract") is made and entered into on November 16,2020,by and between the City of Waterloo, Iowa(the"City"),and (the"Contractor"). The term of the Contract shall be from November 16, 2020 through June 30,2021. 1. The Contractor shall furnish all supervision,technical personnel, labor,materials, supplies and equipment to perform all work required for the Contract work as described in the Specifications. 2. The Contract Documents shall consist of the following: a. This Contract b. Request for Proposals c. Notice of Hearing d. Instruction to Bidders e. Signed copy of Bid f. General Conditions g. Specifications These documents form the Contract Documents and are all fully incorporated as a part of this Contract as if attached to this Contract or set forth in full herein. In the event of any conflict or ambiguity among the Contract Documents,the document in the order set forth above that first addresses the issue or provision in question shall be govern. 3. The Contractor agrees to commence the work within twenty-four(24)hours after the City issues a"Notice to Proceed"and to complete the work within the given time frame. Time is of the essence in the performance of duties under this Contract. The Contractor also agrees to the following: a) Contractors will abide by ordinance section 7-1-2(B)(1). Contractors will not be permitted to transfer snow onto or across any city street or alley. In the event snow is transferred into the street, it shall be removed by the Contractor. b) In the event the Planning and Zoning Department finds that the Contractor did not fulfill its obligation,the Contractor will be required to go back to the property at no additional cost to the city or owner of the property. c) During snow removal the sidewalks will be cleared the width of the sidewalk and to the concrete unless ice prevents such removal. In the event the ice is unable to be removed the Contractor will be required to lay down sand, salt, or a mixture of both. 4. The Contractor agrees to comply with and obey all ordinances of the City of Waterloo relating to the obstruction of streets and alleys,keeping open passageways for water and traffic,and maintaining proper and sufficient barricades with lights and signals during all hours of darkness. 5. Except as to any negligence of City, its officials,officers, employees or agents in the performance of any duty under this Contract, and to the extent not covered by insurance maintained by Contractor, Contractor agrees to defend and indemnify City, its officials, officers, employees and agents, and to hold same harmless, from and against any and all claims, demands, causes of action,losses,costs, or liabilities whatsoever, including but not limited to reasonable attorneys' fees and expenses, arising from or in connection with the acts or omissions of Contractor in performing the work contemplated by this Contract. 6. Contractor shall be responsible for all damage to public or private property. If public or private property is damaged by Contractor and is not repaired in a timely manner as determined by City, City has the option of having the damage Page 50 of 131 repaired at the Contractor's expense,to be reimbursed to the City or withheld from future payments to Contractor hereunder. 7. The Contractor shall have no cause of action against the City on account of delays and prosecution of work,but the work is delayed by the City,the Contractor may have extra time for the completion of the job as was lost by reason of the delay caused by the City. 8. The City, at its sole discretion and without waiving any claims or rights,may allow for partial payment for the work included on an invoice for which all services have been delivered or accepted. The City may withhold payment for reasons including,but not limited to,the following: unsatisfactory job performance or progress,defective work, disputed work, failure to comply with material provisions of the Contract,third-party claims filed or reasonable evidence that a claim will be filed,or other reasonable cause. 9. hi the event that Contractor defaults in the performance or observance of any covenant, agreement or obligation set forth in this Contract, and if such default remains uncured for a period of seven(7)days after notice thereof shall have been given by City to Contractor,then City may declare that Contractor is in default hereunder and may terminate this Contract by delivery to Contractor of written notice of termination, and/or take whatever other action at law or in equity may be necessary or desirable to enforce the obligations and covenants of Contractor hereunder. Contractor shall be entitled to only one such notice, and in connection with any subsequent breach then City may terminate this Contract upon seven(7)days' advance written notice. In the event of termination,the Contractor shall be compensated for all necessary services performed through the termination date. No delay in enforcing the provisions hereof as to any breach or violation shall impair, damage or waive the right of City to enforce the same or to obtain relief against or recover for the continuation or repetition of such breach or violation or any similar breach or violation thereof at any later time or times. In the event that City prevails against Contractor in a suit or other enforcement action hereunder, Contractor agrees to pay the reasonable attorneys' fees and expenses incurred by City. 10. In addition to paragraph 9 above,this Contract may be terminated at any time, in whole or in part,upon the mutual written agreement of the parties. City may also choose to terminate this Contract at any time without cause by delivering to Contractor twenty-one (2 1) days' advance written notice of termination. 11. Contractor may not assign,delegate or subcontract any of its duties hereunder without the prior written consent of City. 12. Because time is of great importance when completing snow removal,the Contractor must notify the City of Waterloo at least two (2)weeks in advance including who will be filling in for them for any planned time off. 13. Any notice under this Contract shall be in writing and shall be delivered in person or by United States Post Office registered or certified mail,postage prepaid and addressed: City Contractor City of Waterloo,Iowa 715 Mulberry St. Waterloo,Iowa 50703 Attn: City Clerk Delivery of notice shall be deemed to occur(i)on the date of delivery when delivered in person, or(ii)three (3)business days following the date of deposit if mailed as stated above. Page 51 of 131 14. Nothing in this Contract shall,or shall be deemed or construed to, create or constitute any joint venture,partnership, agency, employment, or any other relationship between the parties nor, except as expressly set forth herein,to create any liability for one party with respect to the liabilities or obligations of the other party or any other person. Contractor is an independent Contractor. 15. This Contract shall be binding upon and inure to the benefit of the parties and the respective successors and assigns of each. 16. In the event any provision of this Contract is held invalid, illegal,or unenforceable,whether in whole or in part,the remaining provisions of this Contract shall not be affected thereby and shall continue in full force and effect. If, for any reason, a court finds that any provision of this Contract is invalid, illegal, or unenforceable as written, but that by limiting such provision it would become valid, legal, and enforceable,then such provision shall be deemed to be written and shall be construed and enforced as so limited. 17. This Contract,together with the Contract Documents,constitutes the entire agreement between the parties pertaining to the subject matter hereof. This Contract may not be modified or amended except by the mutual written agreement of the parties. 18. 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 the work,the City agrees to pay the Contractor as set forth on Exhibit"A"attached hereto. 19. CONTRACTOR OR THEIR DESIGNEE MUST BE REACHABLE BY PHONE MONDAY THROUGH FRIDAY 8:00 A.M. TO 5:00 P.M. during the term of this Contract. IN WITNESS WHEREOF,the parties have executed this Contract for Snow Removal by their duly authorized representatives as of the date first set forth above. CITY OF WATERLOO,IOWA CONTRACTOR Quentin Hart-Mayor Name of Company By: Kelly Felchle-City Clerk Title: Page 52 of 131 STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon request of the City of Waterloo, Iowa.) All questions shall be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information desired. 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation,where incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you? If so,where and why? 9. Have you ever defaulted on a contract? If so,where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each,and the month and year completed. 11. List your major equipment available for the contract. 12. Experience in landscape work similar in importance to the project. 13. Background and experience of the principal members of your organization,including the officers. 14. Credit available: $ 15. Give Bank reference: 16. Will you,upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo,Iowa? 17. The undersigned hereby authorizes and requests any person,firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated this day of , 20 Name of Bidder By: Title: Page 53 of 131 State of ) ss County of ) being duly sworn deposes and says that she/he is of Name of Organization and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this_day of ,20 Notary Public My commission expires 520 . Page 54 of 131 CITY OF WATERLOO Council Communication Resolution approving request to utilize a bid, originally awarded by Council on April 8, 2019, to purchase one (1)2021 119 Explorer AWD SUV from Stivers Ford of Waukee, Iowa, in the amount of$35,088. City Council Meeting: 11/2/2020 Prepared: 10/27/2020 ATTACHMENTS: Description Type ❑ Bid Tabulation Backup Material Resolution approving request to utilize a bid, originally awarded by Council SUBJECT: on April 8, 2019, to purchase one (1) 2021 119 Explorer AWD SUV from Stivers Ford of Waukee, Iowa, in the amount of$35,088. Submitted by: Submitted By:Randy Bennett, Public Works Division Manager Recommended Action: Approve Resolution This vehicle will be used by the Planning Department for approximately 1 Summary Statement: year and then transferred to the Police Department. In the event that a Police vehicle is taken out of service because of a crash, this SUV will be transferred to the Police Dept. immediately. Expenditure Required: $35,088 Source of Funds: GO Bond Funding 419 and 420 funding Strategy:2.2: Enlist all City Departments and staff members in efforts to promote a safer community. Policy Issue: Strategy: 3.4 and 3.5 - Identify and implement proven cost and resource saving measures and continue to engage with local public partners to identify cost savings, streamline efforts and improve efficiency in City operations and activities Page 55 of 131 PURCHASE (6) AWD utility vehicles for Police Department Bid Tab: April 4, 2019 Estimate: $210,000.00 Bidder Bid Amount Bill Colwell $35,247.00/$211,482.00 Hudson, IA Stivers Ford $35,088.00/$210,528.00 Waukee, IA Charles Gabus Ford $37,970.00/$227,820.00 Des Moines, IA Rydell of Independence $38,419.00/$230,514.00 Independence, IA Page 56 of 131 CITY OF WATERLOO Council Communication Resolution approving preliminary specifications, form of contract, etc., setting date of bid opening as November 19, 2020 and date of public hearing as November 23, 2020, in conjunction with providing Janitorial Services at the Waterloo Public Works Facility, and instruct City Clerk to publish said notice. City Council Meeting: 11/2/2020 Prepared: 10/28/2020 ATTACHMENTS: Description Type ❑ Contract Backup Material Resolution approving preliminary specifications, form of contract, etc., setting date of bid opening as November 19, 2020 and date of public hearing SUBJECT: as November 23, 2020, in conjunction with providing Janitorial Services at the Waterloo Public Works FacilitX, and instruct City Clerk to publish said notice. Submitted by: Submitted By: Randy Bennett, Public Works Division Manager Recommended Action: Approve Resolution The current contract has expired. Janitorial services are needed for the Summary Statement: Public Works Facility-offices, conference rooms, break rooms, locker and restrooms, entryways and hallways. Expenditure Required: Between$3,500 and $4,000 per month Source of Funds: This cost is divided percentage wise between Road Use Tax, Sanitation and General Fund. Strategy: 3.4 and 3.5: Identify and implement proven cost and resource Policy Issue: saving measures and continue to engage with local public partners to identify cost savings, streamline efforts and improve efficiency in City operation and activities. Page 57 of 131 CITY OF WATERLOO— REQUEST FOR BIDS Janitorial Services The City of Waterloo, under the jurisdiction of the City Council, is seeking bids for furnishing the City of Waterloo Public Works Facility with janitorial services. To be considered for this project, the bidder must be familiar with the specifications set forth in the bid document; and the bidder offers to furnish those janitorial services to the City as required in the bid document. This entire document shall be considered as binding, part of the contract, and must meet or exceed the specifications set forth in the Request for Bids (RFB). The term of the contact and price shall be fixed for three (3) years, commencing December 1, 2020 through November 30, 2023. There may be a 1 or 2 year extension of the contract, if the City of Waterloo is satisfied with the janitorial vendor's performance at the end of the contract period. THE CITY OF WATERLOO RESERVES THE RIGHT TO WITHDRAW THIS RFB AT ANY TIME BEFORE AWARD OF CONTRACT. Page 58 of 131 1. Term of Contract: The price quoted for the three (3) year term shall be fixed. There may be an option to extend the janitorial agreement for one (1) or two (2) year period. This option may be offered to the Contractor by the City of Waterloo if the City Council is satisfied with the janitorial vendor's performance during the initial contract period. 2. Definitions: Project Manager: Randy Bennett, Public Works Division Manager City: City of Waterloo Contractor: Successful bidder that is awarded the contract for janitorial services 3. Building Information: The City of Waterloo Public Works Facility is roughly 152,000 square feet in total. Janitorial services required and areas to be serviced are identified in paragraph 16 of this RFB. 4. Important Dates: Pre-Bid Meeting: A walk thru inspection of the areas to be serviced can be scheduled in advance of submitting the bid by contacting the Project Manager at 319- 291-4267/319-291-4445 or by email at: Randy.Bennett@waterloo-ia.org Bid Submittal Deadline: Bids must be received by the City no later than 1:00 pm, Central Time, on THURSDAY, NOVEMBER 19, 2020. Submit Bid (& Bid Bond) to: City of Waterloo, City Hall Office of the City Clerk 715 Mulberry Street Waterloo, IA 50703 All bids shall have prices clearly printed on the attached "FORM OF BID". All bids are to be submitted in a sealed envelope, clearly marked as follows: "BID PROPOSAL FOR JANITORIAL SERVICES — CITY OF WATERLOO PUBLIC WORKS." All bids shall be accompanied with a bid security of 5% of the bid price for one year. Bid security shall be submitted with the bid proposal in a sealed envelope, clearly marked as: "BID SECURITY FOR JANITORIAL SERVICES". The name of the business submitting the bid must also be clearly marked on both envelopes. Any bid submitted after the specified date / time shall be rejected. All bids must be hand delivered or mailed to the above address, and it is the sole responsibility of the bidder to ensure that the bid is received by the City at the above location and time. Any bid submitted after the specified date and time shall be rejected. NO FAXED BIDS WILL BE ACCEPTED UNDER ANY CIRCUMSTANCES 2 Page 59 of 131 5. Bid Opening: Thursday, November 19, 2020 1:00 pm, City of Waterloo 1s1 Floor Conference Room 715 Mulberry Street, Waterloo, IA 50703 6. Contract/ Project to Commence: Janitorial contract shall commence on or after December 1, 2020, and signing of the contract. Two (2) original signed contracts to be furnished by the successful bidder to be approved by the City Council and signed by the Mayor. If bidder has a form of contract it proposes to enter into with the City, it must be included with the bid. The City is not obligated to accept the form of contract that bidder proposes. In conformity with Iowa Code § 8A.311(12), the bidder shall give preference to purchasing Iowa products and purchasing from Iowa-based businesses. 7. Bid Rejection /Acceptance: The City reserves the right to reject any and all bids, to waive informalities or irregularities in bidding if such waiver does not substantially change the offer or provide a competitive advantage to any bidder. The City reserves the right to defer acceptance of any bid for a period not to exceed sixty (60) calendar days from the date of the deadline for receiving bids. Award of contract shall be made to the most responsible and responsive bid from a bidder whose proposal offers the greatest value to the City with regard to the criteria detailed and the specifications set forth herein. The City will evaluate proposals in light of all factors it considers relevant, including but not limited to price, prior dealings, reputation, knowledge, skills, and other information provided by the bidder in response to this RFB. The City may select a bidder based on an "all or none" proposal, on individual responses, or as is otherwise deemed to be in the best interest of the City. A bidder's submission of a bid constitutes its acceptance of the City's evaluation technique described in this section and its recognition and acceptance that subjective judgments will be used by the evaluators in the evaluation. Financial terms will not be the sole determining factor in the award. To determine the award the City will use a bid evaluation method that will enable the City to award a contract to the bidder offering services and experience that represents the best overall value to the City. Any contract award(s) made by the City of Waterloo is subject to prior approval by the City of Waterloo City Council. 8. Bid Withdrawal: 3 Page 60 of 131 All bid prices, upon submission by bidder, are recognized by the City and bidder to be irrevocable for a minimum of thirty (30) calendar days after the scheduled opening of bids, except with the consent of the City. 9. Bid Security: Each bidder shall accompany the bid with a bid security in the form of a bid bond, cash deposit, or guarantee funds drawn on a solvent bank or credit union chartered under the laws of the United States or the State of Iowa, in the amount of not less than 5% of the total first year of the proposed project. Bid security shall be made payable to the City of Waterloo. Bid security shall be submitted in a separate sealed envelope and be affixed to the bid. The envelope shall have the company name and address clearly stated along with being labeled as "Bid Security". Bid security shall be returned to bidders who were not awarded the contract, upon signing of the contract. 10. Reserved. 11. Taxes and Late Fees: The City is a governmental agency and does NOT pay taxes or late fees. 12. Terms of Payment: The Contractor shall submit a monthly invoice request for payment. The City shall endeavor to make payment in a reasonable time frame and manner. 13. Termination of Services: Either party may terminate the contract with a ninety (90) days' advance written notice to the other party. 14. Interpretation of the Contract Documents: Bidders are hereby given notice to check carefully the accuracy and arithmetic of their bids before submission of said bid. Plea of errors in bid may nevertheless result in acceptance or rejection of that bid and award to the next lowest responsible bidder as determined by the City. The bidder shall verify all sizes, locations and existing conditions prior to bidding. If any discrepancy is noted by the bidder, the Project Manager shall be notified immediately. In the event that any questions shall arise after the letting of the contract respecting the true meaning of the specifications, the matter shall be referred to the Project Manager, whose decision shall be final as to all parties to the contract. No advantage shall be taken of any manifest clerical errors or omissions or questions the bidder may have which could affect the bid before submitting the bid. 15. Insurance and Legal Requirements: 4 Page 61 of 131 15.1. The Contractor shall maintain adequate liability insurance in form(s) sufficient to protect the City of Waterloo, its agencies, its employees, its clients and the general public against loss, damage and/or expense related to performance under the contract and in amounts specified in Section 15.4. All insurance shall be on an occurrence basis, shall be primary and non-contributory, and shall include a waiver of subrogation. 15.2. The Contractor shall provide a Certificate of Liability insurance naming City of Waterloo as additional insured, and said insurance certifications must be provided to the City of Waterloo before or upon award and signing of contract and a renewal certificate each year before expiration. 15.3. In the event insurance coverage is canceled or modified in any way, the City of Waterloo must be notified immediately. If at any time during the contract period the Contractor fails to maintain the minimum insurance coverage, the contract may be canceled at the City's option. 15.4. Minimum insurance requirements are as follows: Comprehensive General Liability $2,000,000 Comprehensive Automobile Liability $1,000,000 Workers Compensation State Statutory 15.5. Hold Harmless: The Contractor shall defend, indemnify and hold harmless the City of Waterloo, its officers, employees, agents, and/or representatives from and against any and all liability, loss, expense (including reasonable attorneys' fees), or claims for injury or damages arising out of the performance of the contract, to the extent arising from the negligent intentional acts or omissions of the Contractor, , its officers, agents or employees. 16. General Requirements: 16.1. The major cleaning shall be done after normal business hours. The Contractor's supervisory personnel must be present at all times (during the night shift) while service is being performed. All of the Contractor's personnel must be identifiable my means of not less than a name badge with the Contractor's identification and the employee name on the badge. 16.2. The Contractor will provide the Project Manager with a criminal background check form on each employee having access to City facilities. The information needed includes correct name, date of birth and social security number. The Waterloo Police Department will conduct a criminal background check to verify this information, and the City will have the option of denying access at its discretion to persons with significant offenses it determines to be relevant. 5 Page 62 of 131 16.3. The Contractor's personnel shall also sign a "Confidentiality Agreement" which essentially states that any information the cleaning staff my inadvertently read in the process of performing their duties shall remain STRICTLY CONFIDENTIAL. Unauthorized use or disclosure of confidential information, including but not limited to protected health information, will result in disciplinary action up to and including recommendation for termination and possibly imposition of fines pursuant to applicable local, state and federal laws. 16.4. The Contractor's staff will work primarily week nights, beginning at or after 5:00 p.m. and end at such time is agreeable with both the Contractor and the Project Manager. Weekend work will be permissible with advanced notice for special projects such as window washing, floor stripping, waxing, etc. 16.5. The Contractor shall supply all paper towels, toilet tissue, hand soap, can liners, cleaning supplies and equipment to properly maintain the building's cleanliness. 16.6. The City shall provide adequate storage room(s) for the Contractor's use. 16.7. The Contractor shall inform the Project Manager if it observes various maintenance-related problems such as burned out lights, plugged drains, water leaks, etc. 16.8. The Contractor shall perform the following janitorial assignments at the prescribed frequency as listed below. Assignments include sweeping and mopping of tile floors, vacuuming of carpeted floors, cleaning of tables and chairs, emptying of trash and cleaning countertops. Restroom / locker room maintenance shall include cleaning of toilets, urinals, sinks, mirrors, counters and floors. Restroom paper product replacement. Task Daily Weekly Monthly Sweep, Mop, Clean & Restock Rest Rooms (#177-109- X 151-129-130) Sweep, Mop, Clean & Restock Locker Rooms (#135-136- X 137-144-145-146) Sweep, Mop& Clean Lunch Room—#111 X Sweep, Mop& Clean Vending Area—#112 X Sweep, Mop& Clean #110 X *#107—Hallway, Office Areas—Sweep, Mop& Clean X Tile Floor Areas and Vacuum &Clean Carpeted Areas* Sweep, Mop& Clean—#131,#132,#134 and #148 X Sweep, Mop& Clean—Garage Area -#150,#152,#153, X #156A Sweep& Mop Entry Way Tile X Sweep& Mop concrete hallway from tile floor to Door X #165—including Hallway#149 and Hallway#178 (off of 6 Page 63 of 131 vehicle/equipment parking area) Buff Corridor and Entry Way Tile X Wax Corridors and Entry Way Tile X Vacuum Carpets in Conference Rooms-#102 &#115 X Clean Window Sills—All Office, Conference& Lunch X Room Areas Sweep, Mop&Clean office area break room#128 X Clean glass on entry doors(3 entrances) X Clean office blinds X Clean minor soiled spots on carpet X Clean/Wipe off conference room table/chairs -#102 & X #115 * Employees of Public Works work in all conditions and it is expected that common to all areas, such as rest rooms / lunch rooms / briefing rooms, floors will be more difficult to clean given the nature of construction work being accomplished by employees. * 16.9. The Contractor shall provide a list of all cleaning supplies, paper goods, can liners, hand soap, disinfectants, etc., used by the Contractor in the performance of this contract to the Project Manager for approval prior to contract startup date. This list shall include product name and supplier name. 16.10. The Contractor shall provide a "Material Data Safety Sheet" (GHS) for every chemical to be used by the Contractor. 16.11. The City will provide the Contractor with access and keys to the facilities for which services are to be provided. It is the responsibility of the Contractor to see that keys are NOT misplaced, lost, stolen or copied. a) The use of keys by an employee of the Contractor at an unauthorized time or for an unauthorized reason may be reason for termination of the employee and/or contract. b) In the event that a key(s) provided to the Contractor or its employee is lost, misplaced or stolen, the Contractor will be responsible for notifying the Project Manager or his designated representative, and Contractor shall pay for replacement cost of key(s) and/or, if necessary, changing of locks. 16.12. It will be the responsibility of the Project Manager to determine what is deemed satisfactory performance of the Contractor, which will be based primarily on the continuous acceptable appearance of the facilities. 16.13. The Contractor's management personnel shall make regular and frequent inspections to assure that work is being performed in accordance with these specifications. The management personnel shall report to the Project Manager on a regular, pre-agreed upon schedule. 7 Page 64 of 131 16.14. The Contractor will be responsible for the repair or replacement of any damaged equipment or damages to the building that may occur during the course of carrying out the prescribed duties. If damages cannot be repaired by the Contractor, it shall be reported to the Project Manager or his representative, and the cost of said repair shall be deducted from the monthly invoice. 16.15. The monthly charge includes the services as outlined. Any work not mentioned can be negotiated and performed after written approval. Except for holidays, these services shall be performed five (5) days per week, Monday through Friday, unless severe weather would prevent such scheduling. No work will be performed on weekends unless approved in advance by the Project Manager. 16.16. No services will be required on holidays. 16.17. One (1) additional day may be charged each Leap Year. 16.18. The Contractor should direct any questions, concerns or complaints to the Public Works Division Manager, Randy Bennett, or his designated representative at 319-291- 4267. 17. As an alternate, bidders are requested to quote semi-annual window cleaning (inside and out) of all office, meeting, lunch rooms. 18. References: The bidder must provide along with proposal the names of two (2) or more references, preferably from institutions of comparable size in which Contractor currently provides janitorial services. Bidder must list names of firms, addresses, phone numbers and name of contact persons. 8 Page 65 of 131 CITY OF WATERLOO FORM OF BID The bidder, having fully read this Request for Bids (RFB) for Janitorial Services, hereby acknowledges that this Bid Proposal completely reflects the total bid price for all services required by the RFB. It is the bidder's responsibility to determine the bid price based on the bidder's own evaluation of the space to be covered and work to be done. Base bid per month to perform janitorial service at City of Waterloo Public Works Facility as per RFB specifications: (Monthly Bid) (Company Representative Name) (Title) (Company Representative Signature) (Date) Page 66 of 131 CITY OF WATERLOO Council Communication Resolution approving request to certify assessments to properties for work performed by the Waterloo Water Works, together with recommendation of approval by the Waterloo Water Works Board of Trustees. City Council Meeting: 11/2/2020 Prepared: 10/28/2020 ATTACHMENTS: Description Type ❑ October Assessment letters Backup Material Resolution approving request to certify assessments to properties for work SUBJECT: performed by the Waterloo Water Works, together with recommendation of approval by the Waterloo Water Works Board of Trustees. Submitted by: Submitted By: Chad Coon, General Manager Waterloo Water Works Adopt a resolution approving communication from the General Manager of Recommended Action: the Waterloo Water Works transmitting a request to certify repair amounts for work performed by the Waterloo Water Works. The Board of Trustees of the Waterloo Water Works adopted a resolution at Summary Statement: their October Board meeting, instructing the General Manager to forward the request to certify to the City Council of Waterloo, Iowa. The repairs were made to the private service line of a customer of the Waterloo Water Works. No City funds are required for this action. The Waterloo Water Works paid Expenditure Required: for the repairs to the referenced private water service line, and then recovers the cost of the repair through this assessment process. Source of Funds: Waterloo Water Works operating funds, generated primarily from water sales. Page 67 of 131 WATERLOO WATER WORKS CHAD COON 325 SYCAMORE STREET • P.O.BOX 27 319-232-6280 TRUSTEES: MARY H.POTTER,Chair General Manager WATERLOO,IOWA 50704 FAX:319-232-1962 SCOTT WIENANDS,Vice-Chair THOMAS E.WALL October 22, 2020 Honorable Mayor & Council City of Waterloo City Hall 715 Mulberry Street Waterloo, IA. 50703 Dear Honorable Mayor & Council: The following is an excerpt from the Board Meeting of the Waterloo Water Works Trustees held Wednesday, October 21, 2020. RESOLUTION WHEREAS, the General Manager, Chad Coon, presented a statement of$1,380.00, which is supported by invoice from Al Gordon Plumbing & Heating, showing the work necessary to repair the service line in regards to the following: WHEREAS, the owner was notified by the Waterloo Water Works to repair the service line at 56 Lafayette Street, which is located on Lot No. One (1) except the Southeasterly Ninety-five (95) feet thereof, in Block No. Seven (7), in James Virden's Addition to the City of Waterloo, Black Hawk County, Iowa, and owned by Marvin Sisk. WHEREAS, the property owner notified the Waterloo Water Works that the owner desired to have the cost of water service line repair assessed to the property taxes. After conversation with the owner, the owner voluntarily signed a waiver of any further notice that may be required to have the Waterloo Water Works cause the work to be done and related costs assessed to the property. NOW, THEREFORE BE IT RESOLVED, by the Board of Trustees of the Waterloo Water Works, that the General Manager shall certify this statement to the City Clerk and that the Clerk in turn shall give notice and an assessment made and certified as provided in Title 8 Public Utilities, Chapter 2, Section 8-2-1, in the Code of Ordinances, City of Waterloo, Iowa. Page 68 of 131 Page 2 It was moved by Wall, second by Wienands, to adopt the resolution and instruct the General Manager to certify this resolution to the City Clerk. On Vote: Ayes: Potter, Wienands, Wall. Nays: None. Absent: None. Resolution adopted. After this is certified through your office, please send us a copy of the certification as follow through and reference with the customer. Respectfully, WATERLOO WATER WORKS r (jA-1---- _ Chad Coon, General Manager CC/cd Page 69 of 131 WATERLOO WATER WORKS CHAD COON 325 SYCAMORE STREET • P.O.BOX 27 319-232-6280 TRUSTEES: MARY H.POTTER,Chair General Manager WATERLOO,IOWA 50704 FAX:319-232-1962 SCOTT WIENANDS,Vice-Chair THOMAS E.WALL October 22, 2020 Honorable Mayor & Council City of Waterloo City Hall 715 Mulberry Street Waterloo, IA. 50703 Dear Honorable Mayor & Council: The following is an excerpt from the Board Meeting of the Waterloo Water Works Trustees held Wednesday, October 21, 2020. RESOLUTION WHEREAS, the General Manager, Chad Coon, presented a statement of$872.17, which is supported by invoice from Hudson Hardware Plumbing & Heating, and the Waterloo Water Works, showing the work necessary to repair the service line in regards to the following: WHEREAS, the owner was notified by the Waterloo Water Works to repair the service line at 121 Courtland Street, which is located on the W 45 ft. of the 1/2 of Lot No. 9 in Block No. 1 in Sullivan Day's Addition to the City of Waterloo E side of the Cedar River, Black Hawk County, Iowa, and owned by Bessie J. Harris. WHEREAS, the property owner did not respond to the notification from the Waterloo Water Works and did not make repairs to the service line, the Waterloo Water Works caused the service line to be repaired and the cost assessed to the property. NOW, THEREFORE BE IT RESOLVED, by the Board of Trustees of the Waterloo Water Works, that the General Manager shall certify this statement to the City Clerk and that the Clerk in turn shall give notice and an assessment made and certified as provided in Title 8 Public Utilities, Chapter 2, Section 8-2-1, in the Code of Ordinances, City of Waterloo, Iowa. Page 70 of 131 Page 2 It was moved by Wall, second by Wienands, to adopt the resolution and instruct the General Manager to certify this resolution to the City Clerk. On Vote: Ayes: Potter, Wienands, Wall. Nays: None, Absent: None. Resolution adopted. After this is certified through your office, please send us a copy of the certification as follow through and reference with the customer. Respectfully, WATERLOO WATER WORKS Chad Coon, General Manager CC/cd Page 71 of 131 WATERLOO WATER WORKS CHAD COON 325 SYCAMORE STREET • P.O.BOX 27 319-232-6280 TRUSTEES: MARY H.POTTER,Chair General Manager WATERLOO,IOWA 50704 FAX:319-232-1962 SCOTT WIENANDS,Vice-Chair THOMAS E.WALL October 22, 2020 Honorable Mayor & Council City of Waterloo City Hall 715 Mulberry Street Waterloo, IA. 50703 Dear Honorable Mayor & Council: The following is an excerpt from the Board Meeting of the Waterloo Water Works Trustees held Wednesday, October 21, 2020. RESOLUTION WHEREAS, the General Manager, Chad Coon, presented a statement of $803.55, which is supported by invoice from Frickson Bros. Excavating, and the Waterloo Water Works, showing the work necessary to repair the service line in regards to the following: WHEREAS, the owners were notified by the Waterloo Water Works to repair the service line at 47 Zuma Street, which is located on Lot Nos. Nine (9) and Ten (10) in Block No. One (1), in Kahler's Addition in the City of Waterloo, Iowa, Black Hawk County, and owned by Virginia Foster and Loyal Christy, Michael Christy, Norman Christy, Clinton Christy, and Kandie Christy. WHEREAS, the property owners did not respond to the notification from the Waterloo Water Works and did not make repairs to the service line, the Waterloo Water Works caused the service line to be repaired and the cost assessed to the property. NOW, THEREFORE BE IT RESOLVED, by the Board of Trustees of the Waterloo Water Works, that the General Manager shall certify this statement to the City Clerk and that the Clerk in turn shall give notice and an assessment made and certified as provided in Title 8 Public Utilities, Chapter 2, Section 8-2-1, in the Code of Ordinances, City of Waterloo, Iowa. Page 72 of 131 Page 2 It was moved by Wall, second by Wienands, to adopt the resolution and instruct the General Manager to certify this resolution to the City Clerk. On Vote: Ayes: Potter, Wienands, Wall. Nays: None. Absent: None. Resolution adopted. After this is certified through your office, please send us a copy of the certification as follow through and reference with the customer. Respectfully, WATERLOO WATER WORKS Chad Coon, General Manager CC/cd Page 73 of 131 WATERLOO WATER WORKS CHAD COON 325 SYCAMORE STREET • P.O.BOX 27 319-232-6280 TRUSTEES: MARY H.POTTER,Chair General Manager WATERLOO,IOWA 50704 FAX:319-232-1962 SCOTT WIENANDS,Vice-Chair THOMAS E.WALL October 22, 2020 Honorable Mayor & Council City of Waterloo City Hall 715 Mulberry Street Waterloo, IA. 50703 Dear Honorable Mayor & Council: The following is an excerpt from the Board Meeting of the Waterloo Water Works Trustees held Wednesday, October 21, 2020. RESOLUTION WHEREAS, the General Manager, Chad Coon, presented a statement of$1,025.18, which is supported by invoice from Hudson Hardware Plumbing & Heating, and the Waterloo Water Works, showing the work necessary to repair the service line in regards to the following: WHEREAS, the owners were notified by the Waterloo Water Works to repair the service line at 433 Sherman Avenue, which is located on Lot No. Two (2) in Block No. (7) Seven in Logan Dale Heights, City of Waterloo, Black Hawk County, Iowa, and owned by Cassie D. Pearson and Ernestine Thomas. WHEREAS, the property owners did not respond to the notification from the Waterloo Water Works and did not make repairs to the service line, the Waterloo Water Works caused the service line to be repaired and the cost assessed to the property. NOW, THEREFORE BE IT RESOLVED, by the Board of Trustees of the Waterloo Water Works, that the General Manager shall certify this statement to the City Clerk and that the Clerk in turn shall give notice and an assessment made and certified as provided in Title 8 Public Utilities, Chapter 2, Section 8-2-1, in the Code of Ordinances, City of Waterloo, Iowa. Page 74 of 131 Page 2 It was moved by Wall, second by Wienands, to adopt the resolution and instruct the General Manager to certify this resolution to the City Clerk. On Vote: Ayes: Potter, Wienands, Wall. Nays: None. Absent: None. Resolution adopted. After this is certified through your office, please send us a copy of the certification as follow through and reference with the customer. Respectfully, WATERLOO WATER WORKS 1 Chad Coon, General Manager CC/cd Page 75 of 131 CITY OF WATERLOO Council Communication Cigarette/Tobacco Permit New Application for Speedy Mar, 926 Linn Street. City Council Meeting: 11/2/2020 Prepared: SUBJECT: Cigarette/Tobacco Permit New Application for Speedy Mar, 926 Linn S treet. Page 76 of 131 CITY OF WATERLOO Council Communication Bonds. City Council Meeting: 11/2/2020 Prepared: ATTACHMENTS: Description Type ❑ Bonds for council approval 11.2.2020 Backup Material SUBJECT: Bonds. Page 77 of 131 BONDS FOR COUNCIL APPROVAL November 2, 2020 RIGHT OF WAY CONSTRUCTION BOND AMOUNT $15,000.00 B203012 DAVID ZEIEN DBA DAVID ZEIEN EXCAVATING CEDAR FALLS, IA 66355843 QUALITY CONCRETE OF RICEVILLE, INC. RICEVILLE, IA 7901051380 RALSTON PLUMBING SERVICE, LLC WATERLOO, IA Page 78 of 131 CITY OF WATERLOO Council Communication FY 2021 Leisure Services Chemical Building Apron Paving Project, Contract No. 1039. City Council Meeting: 11/2/2020 Prepared: 10/26/2020 ATTACHMENTS: Description Type ❑ Bid Tab Backup Material 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. SUBJECT: Resolution confirming approval of plans, specifications, form of contract, etc., and authorizing to proceed. Motion to receive, file and instruct City Clerk to read bids and refer to City Engineer for review. Submitted by: Submitted By:Matt Schindel, Associate Engineer Source of Funds: Leisure Services funds Page 79 of 131 FY21 Leisure Services Chemical Services Building, Cont. No.1039 Bid Tab: October 29, 2020 Estimate: TBD Bidder Bid Security Total Bid Amount B&B Builders & Supplyo Base: $36,390 Waterloo, IA 5% Alt: $33,332 Total: $69,722 Minturn, Inc. Base: $71,7505% Alt: $61,900 Brooklyn, IA Total: $133,730 Vieth Construction Corporationo Base: $58,720 Cedar Fall, IA 5% Alt: $40,428 Total: $99,148 Tricon Construction Group Base: $73,9535%5% Alt: $49,172 Dubuque, IA Total: $123,125 Lodge Construction, Inc. Base: $50,600Alt: $42,280 Clarksville, IA Total: $92,880 Page 80 of 131 CITY OF WATERLOO Council Communication Resolution approving Supplemental Agreement No. 4, to the Professional Services Agreement with HR Green, Inc., of Cedar Rapids, Iowa, originally executed April 6, 2020, in an amount not to exceed $19,380, in conjunction with the FY 2021 Shaulis Road Reconstruction- Hess Road to Hwy. 218 Project, Contract No. 1020, and authorizing the Mayor to execute said document. City Council Meeting: 11/2/2020 Prepared: 10/28/2020 ATTACHMENTS: Description Type ❑ Contract No. 1020,Amendment No. 4 Backup Material Resolution approving Supplemental Agreement No. 4, to the Professional Services Agreement with HR Green, Inc., of Cedar Rapids, Iowa, originally SUBJECT: executed April 6. 2020, in an amount not to exceed $19,380, in conjunction with the FY 2021 Shaulis Road Reconstruction- Hess Road to Hwy. 218 Project, Contract No. 1020, and authorizing the Mayor to execute said document. Submitted by: Submitted By:Matt Schindel.Associate Engineer Summary Statement: See attached agreement for Scope of Services Source of Funds: Background Information: Page 81 of 131 HR GREEN, INC. PROFESSIONAL SERVICES AGREEMENT AMENDMENT NO, 4 THIS AMENDMENT, made this 28th day of October 2020 by and between, City of Waterloo the CLIENT, and HR GREEN, INC. (hereafter "COMPANY"), for professional services concerning: Shaulis Road Street Lighting and PID Exhibits, hereby amends the original Professional Services Agreement dated April 6, 2020 as follows: The CLIENT and COMPANY agree to amend the Scope of Services of the original Professional Services Agreement and previous amendments as follows: See Attachment A COMPANY Project Number: 190428.02 The CLIENT and COMPANY agree to amend other provisions of the original Professional Services Agreement and previous amendments as follows: NIA In consideration for these services, the CLIENT AGREES to adjust the payment for services performed by COMPANY on the following basis: Per current rate schedule with the maximum fee to be increased by nineteen thousand, three hundred and eighty Dollars ($ 19,380.00) The total authorized compensation after this Amendment, including the original Professional Services Agreement and all previous Amendments, is six hundred ninety-one thousand, seven hundred sixty Dollars and seventy-five Cents ($ 691,760.75) THIS AMENDMENT is subject to all provisions of the original Professional Services Agreement. THIS AMENDMENT, together with the original Professional Services Agreement and all previous amendments represents the entire and integrated AGREEMENT between the CLIENT and COMPANY. THIS AMENDMENT executed the day and year written above. City of Waterloo, Iowa HR GREEN, INC. ::'*}Wuy aigi�l b/James E,Hahers«r James E. Halversorfo ' AGN=Jsme EHahe son0.'HR Green,Inc, By: Quentin Hart, Mayor By: James E. Halverson, Vice President Date: Date: October 28, 2020 Version2.0 12172018 \\hrgreen.com\H RG\Data\20191190428.021Admin\Contract\Client\AmendO4\sa4-200728-WaterlooShaulisStreetLighting.docx Page 82 of 131 'f, I' Contract Amendment 4 Attachments Shaulis Road Preliminary and Final Design HR Green#190428.02 Page 1 of 3 ATTACHMENT A - SCO. PE OF SERVICES The following tasks will be added to the Scope of Services to be performed by the COMPANY: Due to the desire to include acquisition exhibits and roundabout street lighting,the following tasks will accomplish this goal. Task B—SURVEYING SERVICES 5. Acquisition Exhibits The COMPANY will provide PID Exhibits. These Exhibits will show right of way impacts and construction impacts to the properties as described below. • A set of PID Exhibits will show the proposed plan with impacts labeled. • A set of PID Exhibits will show both the proposed plan with impacts labeled and contours. Task O-- ROUNDABOUT ROADWAY LIGHTING DESIGN Perform the design of roadway lighting to illuminate the intersection roundabout(RAB)of Shaulis Road and Hess Road. 1. Preliminary Design i? Conduct a virtual meeting with City staff to further define the design goals regarding the roadway lighting and associated electrical at the RAB. • Obtain City's Roadway Lighting Policy. • Discuss desired/preferred locations of roadway lighting to illuminate the RAB. • Discuss the type of lighting control equipment and circuit construction. Develop a preliminary lighting layout and perform a photometric analysis to verify illumination coverage. Develop a preliminary lighting plan,associated underground circuits,and preliminary opinion of construction cost for the lighting system. Submit the preliminary analysis, plans,and opinion of cost to the City staff for review. Conduct a virtual meeting with City staff to discuss the design and gather any comments or desired changes. 2. Final Design Incorporate the comments/changes from the review meeting into the lighting design. Develop 100%lighting layout plans,details,specifications,and quantities for final review by City staff. Incorporate any comments into the plans and provide construction documents for the lighting to be included in the roadway project plan set for bidding and construction. 3. Bid Phase Services Answer any bidders'questions and provide addenda,if necessary,to clarify and/or further enhance the bid documents. i i ii A-1 Page 83 of 131 i 3 Contract Amendment 4 Attachments Shaulis Road Preliminary and Final Design HR Green#190428.02 Page 2 of 3 F DELIVERABLES: • Preliminary Plans - Preliminary Lighting Plans - Photometric analysis - Preliminary Opinion of Probable Construction Costs • Final Plans(1 hard copy&pdf format) - Complete set of Final Landscape Plans - Complete set of Final Lighting Plans - Updated Opinion of Probable Construction Costs ADDITIONAL CONDITIONS, UNDERSTANDINGS AND ASSUMPTIONS: The scope of services and estimated effort is based on the following assumptions concerning the project's situation and associated design elements: • The roadway lighting design will be based on using the City's standard LED luminaire and light pole. Analysis and design using multiple lighting brands/models is not included in this scope of services. • The lighting plans will be included in and be a part of the roadway plans and will not be bid as a stand- alone plan set. E: 1't f I f i A-2 Page 84 of 131 i Contract Amendment 4 Attachments Shaulis Road Preliminary and Final Design HR Green#190428.02 Page 3 of 3 ATTACHMENT B EEE AND SCHEDULE PROFESSIONAL SERVICES FEE: HRG Labor HRG Expenses Subconsultants Extension TASK B.5: CLOMR FEE $520.00 $250.00 $2,500.00 $3,270.00 TASK 0: ASBESTOS SURVEY $16,110.00 $0.00 $0.00 $16,110.00 $16,630.00 $250.00 $2,500.00 $19,380.00 I I A-3 Page 85 of 131 CITY OF WATERLOO Council Communication Resolution approving a contract agreement with Modern Design, of Janesville, Iowa, in conjunction with the City Hall 2nd Floor Counter and Security Renovations and Construction Design Project, in the amount of $54,200, and authorizing the Mayor and City Clerk to execute said document. City Council Meeting: 11/2/2020 Prepared: 10/23/2020 ATTACHMENTS: Description Type ❑ Agreement-City Hall 2nd Floor Security Reno Backup Material Resolution approving a contract agreement with Modern Design. of Janesville. Iowa, in conjunction with the City Hall 2nd Floor Counter and SUBJECT: Security Renovations and Construction Design Project, in the amount of $54.200, and authorizing the Mayor and City Clerk to execute said document. Submitted by: Submitted By:Noel Anderson. Community Planning and Development Director Recommended Action: Approval Summary Statement: This renovation will provide secure access, emergency exit doors, and transaction counters for the Building, Engineering and Planning departments. Expenditure Required: $54,200 Source of Funds: City Facility Security Funds Page 86 of 131 1hgK G E�N � S 1C"� Oct. 23"x,2020 Greg Ahlhelm 715 Mulberry St. Waterloo, IA 50703 Re: Cost Estimate for Design Services Dear Greg: First, let me thank you again for the opportunity to present you with this proposal for design services. Below you will find a breakdown of the proposed scope of work we would be providing for the Engineering/Building Dept. counter and security renovations. 1) update transaction counters and determine level of safety glass for transaction openings. 2)rework spaces immediately behind transaction counters. 3)Provide new secure access door into Engineering/Building Dept. work areas. 4)Provide new emergency exit doors out of Engineering and Building Dept. offices. 5) It will be assumed that electrical and mechanical work will be done "in-house"by city maintenance staff. b) The "Construction Budget" is$50,000 and the design will be based upon that amount. Drawing will include plans, elevations,sections, and details as needed to convey intent of scope of work. Drawings will be stamped by a licensed architect. Due to the scope of work we are presenting a"Nat-To-Exceed"design proposal for this project. MODERN DESIGN ARCETrECTS FEE PROPOSAL: CONSTRUCTION DRAWINGS: (up to) $ 4,200.00 CONSTRUCTION ADMIN. N.I.C. Sincerely, Modern Design Architects, Inc. �r��2e�1 ���,r�z��P�✓ Jim Trunnell,AIA Page 87 of 131 GREG AHLHELM From: Todd Meyer <Todd @si ngle-sou rce.net> Sent: Friday, October 16, 2020 10:15 AM To: GREG AHLHELM Subject: RE:City Of Waterloo Attachments: City of Waterloo.pdf Greg Sorry for the delay on this, I ended traveling more than anticipated this week. Renovation costs per the attached plan to include: Demolition of(2) new door openings, walls as required for new lay-out, cabinets and countertops at (3) locations. New misc. framing as needed for new openings, misc. drywall patch and repair, painting, (2) new frames and doors with hardware, (1) new electronic strike and power supply for existing door, new cabinets & countertops at (5) locations, and new level 1 bullet resistant glass at (5) locations. Excludes any flooring, plumbing, HVAC, and any electrical and data work required. Total Cost $ 66,845 We can also do this on a T&M basis not to exceed. You could probably around 10k if we did another type of window system. Let me know and we can do a formal proposal for you. Thanks Todd Meyer Vice President of Construction Services (319) 232-6554 Phone (319) 234-0510 Fax (319) 269-0029 Cell so& &MA From: GREG AHLHELM <GREG.AHLHELM@WATERLOO-IA.ORG> Sent:Tuesday, October 13, 2020 8:11 AM Page 88 of 131 R f I ��ap1.E SOp,�cF )MAA ,ro-ha. 0 L7 Ir g: a � o '1 iN.X.n OOMMIM MK fIN.SMM w.nMpw �m[O.vrem wi Y � _ � �,� ._n..M.,a G0.XT.PAfADCA. -.....-._. •\-7Yhdi'xi o vaw covin.. .._..–..__..—.._—............ --- (:,,1.......�..� .. .iF-s....m.ry wr.v..rr .. Page 89 of 131 CITY OF WATERLOO Council Communication Resolution approving a Permanent Easement Agreement and Temporary Easement Agreement with Lonnie Wolff, Jr., in the amount of$300, to allow for the construction and future maintenance of a sanitary sewer, located on a vacant parcel southeasterly of 2848 Lafayette Street, and authorizing the Mayor and City Clerk to execute necessary documents. City Council Meeting: 11/2/2020 Prepared: 10/27/2020 ATTACHMENTS: Description Type ❑ Signed Permanent Easement Agreement Backup Material ❑ Signed Temporary Easement Agreement Backup Material Resolution approving a Permanent Easement Agreement and TempoM13X Easement Agreement with Lonnie Wolff Jr., in the amount of$300, to allow SUBJECT: for the construction and future maintenance of a sanitary sewer, located on a vacant parcel southeasterly of 2848 Lafayette Street, and authorizing the Mayor and City Clerk to execute necessary documents. Submitted by: Submitted By:Noel Anderson. Community Planning and Development Director Recommended Action: Approval Transmitted herewith is a request by the City of Waterloo to accept a certain permanent easement agreement with Lonnie Wolff Jr. in the amount of $300.00, to allow for the construction and future maintenance of a sanitary sewer located directly southeast of 2848 Lafayette Street. Summary Statement: The City is working on sanitary sewer improvements in this area to allow sewer floor between existing sanitary sewers on the property. The existing sewers are located within an existing easement, but additional easement is needed for the crossover structure. Expenditure Required: $300.00 has been offered for the purchase of the easement(permanent and temporary) and the owner has agreed to that amount. Source of Funds: Sewer funds Policy Issue: Infrastructure Page 90 of 131 Prepared by:Aric Schroeder,City of Waterloo,715 Mulberry Street,Waterloo,IA 50703—(3 19)291-4366 PERMANENT EASEMENT AGREEMENT For consideration received, the undersigned does hereby grant and convey unto the City of Waterloo, Iowa, a permanent casement over, under, and upon the following described property in the City of Waterloo,Black Hawk County, State of Iowa: See rataehed Exhibit in conjunction with sanitary sewer improvement,together with a right of ingress and egress thereon. IN WITNESS WHEREOF,I have hereunto set our hands this ?51� day of J _'2020. 06 Lonnie WoIlp U0, State of 'J4 } County ss. Acknowledged before me on Jify byl, ie Wal [Seal] t Notary Public kVVA48 TIM ANDEFiA Z-0 i r COMMISSION NO.77251a *MNAL* My COMMISSION EXPIRES rowa APRIL 11,2621 Page 91 of 131 S ___----- o m � o z i 3 - O jm Awo =. a nao ro- �" o yzZCn °� n °o :r��a �mn N1n 9 bF! A(n�lA� �O am• Z � �I msft1� m m m -� d b N fi y o a Km ® I J No ada Rw s _cz s�<� 0 - co 40 T >s. Y -n f/) D r � dA oSa rro im 0m � - m A m n09 O O D -u z O .O m Cin O n xce „ n, r7 ^ mb 1 r -Um > m o b m C7 a o a S ro m z O Omcn N N N b gyros m m o ° na ° r ° " ° oAco gm b m n � ;ufTn d m u m N 0 0 0 p0�p K o '0 w a m - O \m! Z b p in n O y p o O O z co y b GC n Z m - O . n IT m > z n g y m = n z . . . . . m W a x y^ � m w SZ'Q W Oyr � 0 � � ZmZ � Ac _ OOH TO z a m -+ z '� z o T m O b m p p A n W ' z C I Q O O O O ill O 9 N m 1n m A W m p O m P D 1 zn z m ip n mNoz ep � oNoVx mvz C7 Z a rn II f m = m0 DO !! z m N o m z 3c z x o Fr p m z ° m e m _ A z o cy n o i O O brz m m 2 m p y p A y p y r n SSm O 0 oxzAy � z d rA D {�t I q g i N o Page 92 of 131 Prepared by:Aric Schroeder,City of Waterloo,715 Mulberry Street,Waterloo,lA 50703--(319)291-4366 TEMPORARY EASEMENT AGREEMENT For consideration received, the undersigned does hereby grant and convey unto the City of Waterloo, Iowa, a temporary easement across the following described property in the City of Waterloo,Black Hawk County, State of Iowa: See attached Exhibit in conjunction with sanitary sewer improvement,together with a right of ingress and egress thereon. Said temporary easement shall expire when installation of the sanitary sewer improvement is completed. Lonnie WolfA.:- State Of 4'�)/--,4e-county ) ss. Acknowledged before me on 3() Zei by Lonnie Wo 3r [Seal] otary blit TIM W2021 COMMISS *nmtm* My COMM /awp APR Page 93 of 131 F m m m m 3 `{o m S. " 5.8 a mov nmmx -t wmn T r mm if mm�n� NA may O - an, my � m m 'y° ° u a amain n3acne NT` °' N Q m��z 3 w H x rpm �y z[ my z aN N� z m -I ,q Y Na ® pp a r= COZ n _ CLY a� O CO O 7-2j S fit. -n Cn b ,�aa��� f® o ® y yY C O c- oao�ayv� n m / V} m a Jill a g 3 C) Co -0 / O O D .nm mm /® z O :0 m m N- X�4 / nnNx Om r u, d Om H N •➢%'• NSU '/ WZ�m 1O. J T D �A 0 m m i v (0 r Z • � °' DNo � 2 um � awn, o � mT � zoTymEo � zzoo� c �o n mmp � � 2 D � o m A c d z g A p z m 3n [n v� to 2 y z y Y A m _ 0°1 � &' I•n � .moi z � x � � � � Q A o n � � = O � x G> -nm on w Dm wmwrnGti N � � mom � � .y '^ W oA � O o C� 7T o �' z y z o w a �'., o m m ro iy y o n O z z = r� T S m > > > > 3 m m m P n < mi �^ z o b ro O ➢ 4 oN C O C Cn m � �•' � Myoo mb on K � -n m? O m Z 9 z y A O z A O m 0 '� -Ai o 0 0 --I 3 n v m m w rnpap rnomN�, d o z � vloomx � zmzo ° n aon n r�rtmD Z b p O O Z x C yQj m V b r r n � o � m g nay OD � s.'4 ' yews ArD ox „y, _ cip OC) E E E 0 o a o o m v m zpzoP in n oz � z ODCCCn C w y m z 2 Z S O 0 0 { O D O d N w n °-' A m O m T m tf1 wNnwm � � zzoa50 � q � � �7C 4 n � z -{ y Wwa xxo Z 9 'i O 2 m O z K O y p EZI y n n a mong �� s � !> Eoxs C) � x � o ° xzAnrmmnc+ dN � o Na -�„ C? TVT cg z K x z 5 z ti x o N wrn Fra in a.• a -� z o U) �D �t z m m m - o o 1z 0 m a K m `fl �C C D t Page 94 of 131 CITY OF WATERLOO Council Communication Resolution approving First Amendment to Owner's Statement and Deed of Dedication for Audubon Hills First Addition, and authorizing the Mayor and City Clerk to execute said documents. City Council Meeting: 11/2/2020 Prepared: 10/27/2020 ATTACHMENTS: Description Type ❑ Amendment to the Deed of Dedication Backup Material Resolution approving First Amendment to Owner's Statement and Deed of SUBJECT: Dedication for Audubon Hills First Addition, and authorizing the Mayor and City Clerk to execute said documents. Submitted by: Submitted By:Noel Anderson, Community Planning and Development Director Recommended Action: Adopt resolution The Amendment to the Deed of Dedication for the Audubon Hills First Addition would change the restrictions regarding fences as to how they affect Lots 1-7 of said Addition, by allowing a chain link fence within a drainage easement, so long as the drainage is maintained, and each respective property owner is responsible to keep the fence clear of debris or other Summary Statement: obstructions that would unreasonably block overland stone water runoff as intended. The City Council has already approved all necessary zoning actions for this development, this action will just amend a restriction within the deed of dedication as it pertains to fencing within the drainage easement. Expenditure Required: None Source of Funds: NA Policy Issue: Economic Development Page 95 of 131 Prepared By: Eric W. Johnson, P.O. Box 178, Waterloo, IA 50704-0178 (319) 234-1766 After Recording Return To: Eric W. Johnson, P.O. Box 178, Waterloo, IA 50704-0178 (319)234-1766 FIRST AMENDMENT TO OWNER'S STATEMENT AND DEED OF DEDICATION FOR AUDUBON HILLS FIRST ADDITION TO THE CITY OF WATERLOO,IOWA This First Amendment to Owner's Statement and Deed of Dedication for Audubon Hills First Addition to the City of Waterloo, Iowa, is made this day of , 2020,by the undersigned representing all of the owners of lots in said Addition. WHEREAS, the Owner's Statement and Deed of Dedication for Audubon Hills First Addition to the City of Waterloo, Iowa, was filed with the Final Plat, December 22, 2015, as Document No. 2018-04703 in the office of the Black Hawk County Recorder("Dedication"). WHEREAS, the Owners of all of the lots affected by Dedication wish to amend and change the restrictions regarding fences as to how they affect Lots 1-7 of Addition. NOW THEREFORE, for valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties agree that Dedication shall be changed as follows: 1. Restrictive Covenant 2 shall be changed to read as follows: "Any dwelling that is erected on any lot shall have a minimum setback as shown upon the attached plat. These setbacks shall apply to the main building structure, as well as any attached decks,porches, or sunrooms. In addition,no fence, dwelling, or other structure of any kind shall be placed in drainage easement areas, as the same are shown on the attached plat. Any and all drainage easements will be required to follow the "Stormwater Management Plan" and no building, fence structures, landscaping structures,private gardens or any other possible obstruction can be built in and over said drainage easements. All lot owners and/or contractors working on said lots will be responsible to maintain said easements to be free and 1 Page 96 of 131 clear of any physical obstruction(s), thus allowing the conveyance of overland storm water runoff as intended per"Stormwater Management Plan"on record with the City of Waterloo Engineer's Office. Notwithstanding the foregoing„ a chain link fence will be allowed on the 24' Drainage Easement located along the eastern boundary of Lots 1-7, inclusive, so long as drainage is maintained, with each respective property owner responsible to keep the fence clear of debris or other obstructions that would unreasonably block overland storm water runoff as intended." 2. Except as specifically provided in this Amendment, the provisions of the Dedication shall remain unchanged and in full force and effect. In the event of a conflict between the Dedication and this Amendment, this Amendment shall control. Capitalized terms used but not defined herein shall have the meanings attributed to them in the Dedication. IN WITNESS WHEREOF, the undersigned have caused this instrument to be duly executed this day of , 2020. Owners of Lot 1, 2, 5, 13 & 14 XL Colt Farms, LLC By: David Lederman Its: Manager STATE OF IOWA ) ) SS. COUNTY OF BLACK HAWK ) This record was acknowledged before me on the day of , 2020, by David Lederman, as Manager of XL Colt Farms, LLC. Notary Public 2 Page 97 of 131 Owners of Lot 3 Elvis Mehmedovic Sifeta Mehmedovic STATE OF IOWA ) ) SS. COUNTY OF BLACK HAWK ) This record was acknowledged before me on the day of 2020, by Elvis Mehmedovic and Sifeta Mehmedovic, husband and wife. Notary Public 3 Page 98 of 131 Owner of Lot 4 LG Companies, LLC By: Kyle Larson Its: Manager STATE OF IOWA ) ) SS. COUNTY OF BLACK HAWK ) This record was acknowledged before me on the day of 2020, by Kyle Larson, as Manager of LG Companies, LLC Notary Public 4 Page 99 of 131 Owner of Lot 6 Mark Wall STATE OF IOWA ) ) SS. COUNTY OF BLACK HAWK ) This record was acknowledged before me on the day of , 2020,by Mark Wall, a single person. Notary Public 5 Page 100 of 131 Owners of Lot 7 Jason T. Dougherty Emily J. Dougherty STATE OF IOWA ) ) SS. COUNTY OF BLACK HAWK ) This record was acknowledged before me on the day of , 2020,by Jason T. Dougherty and Emily J. Dougherty, husband and wife. Notary Public 6 Page 101 of 131 Owners of Lot 8 Richard Naylor STATE OF IOWA ) ) SS. COUNTY OF BLACK HAWK ) This record was acknowledged before me on the day of , 2020, by Richard Naylor, a single person. Notary Public 7 Page 102 of 131 Owners of Lot 9 Kasim Mustedanagic Fahira Mustedanagic STATE OF IOWA ) ) SS. COUNTY OF BLACK HAWK ) This record was acknowledged before me on the day of , 2020,by Kasim Mustedanagic and Fahira Mustedanagic, husband and wife. Notary Public 8 Page 103 of 131 Owners of Lot 10 Michael P. Girsch Julie C. Girsch STATE OF IOWA ) ) SS. COUNTY OF BLACK HAWK ) This record was acknowledged before me on the day of , 2020,by Michael P. Girsch and Julie C. Girsch, husband and wife. Notary Public 9 Page 104 of 131 Owners of Lot 11 David A. Richter Ann C. Richter STATE OF IOWA ) ) SS. COUNTY OF BLACK HAWK ) This record was acknowledged before me on the day of , 2020,by David A. Richter and Ann C. Richter, husband and wife. Notary Public 10 Page 105 of 131 Owners of Lot 12 Ross E. Bauer Kristen A. Bauer STATE OF IOWA ) ) SS. COUNTY OF BLACK HAWK ) This record was acknowledged before me on the day of , 2020,by Ross E. Bauer and Kristen A. Bauer, husband and wife. Notary Public 11 Page 106 of 131 CONSENT TO THIS AMENDMENT City of Waterloo, Iowa By: Its: STATE OF IOWA ) ) SS. COUNTY OF BLACK HAWK ) This record was acknowledged before me on the day of , 2020, by as of the City of Waterloo Iowa. Notary Public 12 Page 107 of 131 CITY OF WATERLOO Council Communication Resolution authorizing salvage by Forest R. Dillavou, of an overhead garage door on property owned by the City of Waterloo, located at 915 Linden Avenue, and accepting Indemnity Agreement. City Council Meeting: 11/2/2020 Prepared: 10/27/2020 ATTACHMENTS: Description Type ❑ Indemnity Agreement Backup Material Resolution authorizing salvage by Forest R. Dillavou, of an overhead garage SUBJECT: door on property owned by the City of Waterloo, located at 915 Linden Avenue, and accepting Indemnity Agreement. Submitted by: Submitted By:Aric Schroeder, City Planner Recommended Action: Approval to allow salvaging of the overhead door. Forest R. Dillavou, 1721 Huntington Road, has requested to be given permission to salvage an overhead door from the City owned property at 915 Summary Statement: Linden Avenue. The City of Waterloo recently acquired the property, and plans to demolish it for future expansion of the Public Works facility at 1001 Linden Avenue. Expenditure Required: None Source of Funds: N/A Don't allow the salvaging, and the garage door in its current location. Alternative: Salvage rights would go to the demolition contractor once a contractor is selected. Legal Descriptions: Lot 2 of Wilby's Addition Page 108 of 131 f 10/22/2020 20: 45 3192336516 FORESTDILAVOU PAGE 01 W2312025 10.,17. 3152514 52 QjJ y Q. W I LKL_UU r't-Wrw 0,41 tit INDEMNITY AVwRFENZNT 'bus Tnd=nity Agreement(Ow"°A.gre=enf')is end im as of � by dic person or entity indicated below C Salua.gerj for the betefit of tbo City o dater o,Iowa Whereas,the Salvager has requested and has been givcXt'.pmussion to wage au ovei head garagedoor on property bvmcd by the City of Waterf*o Addressed.915 Linden Avenue, legally doscribed.as Lot 2 of Wilby's Addition;axxd Wbe'em,permission granwd to Salvager for salvaging is subjcct,to the Salvager ening into Us wg em(mt to in►iewi fy the 04,with ranxet to liabil:Wae i arising from salvaong said oveT head,garage dm; Now,therefore,Salvager aW as follows: 1. Salvager agms,to ind=nify,defend and bold hmmilew the City m am against any md all claims, demands,caused of action,damaagcs,frets,fm,panaJtirrs,casts and liabilities of w ky type or nature whatsoovw,including but not limited to r nable Worney's fees and tW Hees,84siug ftom or in conncetion with the acts or omissions of Salvagers,We cont .ctm or ager is,ita the salvagigg( oval.)of the overhead gaga door a015 Linden A,nr im on Lot 2 of will 's Additi&*in the City of Wsexloo,Iowa.. 2. Salvager apelzs to comply with any applicable Orrdinancres or regulations of City in.t. relocation of salvaged matcrials to any location within the City of Waterloo. This A, ement may be modified or wminavd only Lby writkco consort of the City.,1t is binding on the Ovaggr and Salvaged heirs,personal ropmpentatives,succeasow and.assigns; 'his Agr Wit$bal,l,gontaruo in a rf�F -,t fox-the maxit>;M period in whieb a claim is Gapkle of being arse ed. ltproot R.Diftyou fe 2641�� Sipat=of Salvagor r r Page 109 of 131 CITY OF WATERLOO Council Communication Resolution concurring with the determination of the City Planner that the proposed change to the approved site plan within a"C-P"Planned Commercial District for a new grocery store to add a 2,558 square foot to the building for a separate business and change the location of part of the parking areas, located at 221-225 Franklin Street, is minor and shall be approved as a Minor Site Plan Amendment. City Council Meeting: 11/2/2020 Prepared: 10/30/2020 ATTACHMENTS: Description Type ❑ Minor Change approved 11-25-19 Cover Memo ❑ New Site Plan Cover Memo Resolution concurring with the determination of the City Planner that the proposed change to the approved site plan within a"C-P"Planned SUBJECT: Commercial District for a new grocery store to add a 2.558 square foot to the building for a separate business and change the location of part of the parking areas, located at 221-225 Franklin Street, is minor and shall be approved as a Minor Site Plan Amendment. Submitted by: Submitted By:Noel Anderson, Community Planning& Development Director Recommended Action: Approval Transmitted is a request for concurrence with the City Planner that a change in the approved site plan for the proposed All-In Grocery Store, located at 221-225 Franklin Street is a minor change and be approved as a Minor Site Plan Amendment. The initial site plan showed the proposed grocery store being along the frontage of East 2nd Street. A Minor Site Plan Amendment was approved on November 25, 2019 that showed the grocery store being moved to the northwest and parking lot along the frontage of East 2nd Street. A new site plan has been turned in that shows a 2,558 square foot Summary Statement: addition on the northwest side of the building and there has been some reconfiguration of the parking areas and water detention area. The changes to the parking and detention have not changed any access points, but now there are three parking stalls that have ingress/egress to the private drive between the new store and CVS Pharmacy. The parking lot on the last minor change facing East 2nd Street still remains in that location. Therefore, staff requests concurrence that the proposed changes to the site plan are a minor change. Expenditure Required: None Source of Funds: N/A Page 110 of 131 Policy Issue: Zoning and Land Use, Economic Development, Strategic Plan Goal 1, 3, and 4. Background Information: Lots 2 and 3 of Waterloo RX First and Franklin Subdivision And Lots 17 and 18 of Block 64 of Cooley Addition Legal Descriptions: And That part of the 20 foot alley as platted in Block 64 of Cooley Addition lying Southeasterly of a Southwesterly extension of the Northwesterly line of Lot 17 of Block 64 of Cooley Addition and lying Northwesterly of a Southwesterly extension of the Southeasterly line of Lot 18 of Block 64 of Cooley Addition, all in the City of Waterloo, Black Hawk County, Iowa. Page 111 of 131 SURVEY PT Y103 / ,\ \ \ \ �� \ • ,,1 ���; --- -- SITE DEVELOPMENT PLAN SITE LOCATION: NORTH QUADRANT OF FRANKLIN AND EAST 2ND STREET `\ ADDRESS; FRANKLIN STREET, WATERLOO, IOWA 0 r 4 80120 FEET LOT DESCRIPTION: LOT 2, WATERLOO RX FIRST AND LOTS 17 do 18. BLOCK 64, _ COOLEY ADDITION. OWNER: CENTRAL PROPERTY HOLDINGS, LLC P.O. BOX 4236 \. ! WATERLOO IOWA 50704 �' \\ i� - - OWNER REPRESENTATIVE: LEVI ARCHITECTURE 1009 TECHNOLOGY PARKWAY P.O. BOX 1240 CEDAR FALLS, IOWA 50613 319-277-5636 C�O J' - \ ✓'' F. ; ' ZONING: C-P PLANNED COMMERCIAL SETBACKS: FRONT: 20' ' SURVEY PT /102 ,f RIEAR:'0' / 10' MIN. IF FRONT YARD INCREASED (REFER TO ORDINANCE) •� j� _ \ ` Q P/f/ y -� LOT INFORMATiON: LOT USE EXISTING - UNIMPROVED • , `� \ ' PROPOSED - PAVED PARKING LOT AREA: 99,124 S.F. / 2.276 ACRE BUILDING FOOTPRINT: 25,038 S.F. (26.37.) _ \ SURVEY,LP7 /1,A� IMPERNGUS AREA 53,877 S.F. (54.37.) SURVEY PT #105 PERVIOUS AREA: 20,209 S.F. (20.4%) t PARKING CALCS: FLOOR SPACE: 25,038 S.F- '' FLOOR SPACE LESS STORAGE/CIRCULATION/KITCHEN: 17,353 S.F SPACES PER ORDINANCE: 1 SPACE PER 250 S.F. SWA L N U T T R E E T SPACES REQUIRED FOR THE SITE: 70 PARKING SPACES R ;• SPACES PROVIDED: 93 Gil� EXISTING LO ING BEsu>i '�� �� 4-;4 CVS PHARMACY 54.0, I \ a~ 3 77.06'-- -1 w " :''IO❑ // ILLw 11 ®: a a1a oaaf '6 L ti 0 0 In p z IrNSURVEY CONTROL +L tiI II II I ,!•: / / I ¢ - - pt N°, NORTHING EASTING ELEVATION DESCRIPTION 101 8847075.80 15476840,74 849.46 CUT'X'TOP OF CURB ,,i.a�.:. / � I i t III �� o }� I I • 1D2 8847639.91 15476554.00 849.96 CUT'X'TOP OF CURB ' 9 103 8846777.45 15476652.58 850.95 CUT'X'TOP OF CURB 104 8846723.15 15476812.08 849.36 CUT'X'TOP OF CURB •sT 5T 1,ST SURVEY 8646605.36 15476959.73 849.06 CUT'X'NORTH RIM OF STORM MANHOLE L 8846392.04 15476714.47 849.26 #4 REBAR wlORANGE PLASTIC CAP - �- - — -- — 8846584.52 15476509.75 649.84 #4 REBAR wlORANGE PLASTIC CAP Sl1RVEY PT FRAN K LI N 5 T R E ET ' . ,-�} �–� `"ter )i•-4"_'-.. ..�� �a ----- -, - – � . OWNER/DEVELOPER: M?WLCT MID LOvmaN: REVISIONS DRAWING: dO9 Nuu°Ex: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL—IN GROCERS DRAWN�: JW REV.140. DEsum"ON a+IE SITE DEVELOPEMENT PLAN FEHRIGRALFWUN IOWA P.O. BOX 4236 WATERLOO, IOWA APPrzmm Ely' AD 17-997 WATERLOO, IOWA 50704 — 10/29/2018 SHEEP Nu.: ENGINEERING&ENVIRONMENTAL WISCONSIN SCALE AS NOTED SET me REV. 1 CHECK C0.4 RO ue,D .e ©2018 FEHR GRAHAM Page 112 of 131 i -4e so-FEET - - - -1,y-A-L N_.0-T _S_T_R__1E_1E_T__ - / -------- ------ �. • . a....;, All-In Grocers Nate Lansing-Matthias Landscaping It«�xoril, Size Points QTY Total {€ Shmbs 6d , Hydrangea Bolo q5 10 11 110 l� \ -.: ulnip arS..Greektitlie n Junipen 10 23 2 l H5 20 16 160 0 • I Spirea GLaw Girl 45 10 6 60 560 Total Shrub Paints Perennials Dayllly,Stella q2 5 41 205 sk I Grass,Karl Foerster 42 5 24 120 ma P , Ne Walkers Law 92 5 39 190 515 Total 92 Perennial Paints `IlI .wa Trees • sed r eaa "Y _ — — --- Common Ra[kberty 2"B&B 80 2 160 . Shede free m� �•� Honeylacnst,Skyline 2'B&B 80 6 480 `� � — —_--- • Maple,Autumn Blaze 2'8&0 80 3 240 l-\T.P �, I H,rgr�„3, Maple,5tena Glen 2"e&B 80 7 560 1440 Total Tree Points l,J ©� Total Pain -�Hydr,.Baba I �• 2515 rna I5 � sPlrw.Har Hrl Existing Tree Maple 23"DBH 575 1 575 PROPOSES „� m Exlsting Vee Hackberry 24"DBH 600 ! 600 Nib.*.""'`°"� ALL-IN GROCERS Asnp�� Ex€rting Tree Unden7 12 DBH 300 1 300 FF: 851.50 a�rmm�Dare Nrpat4 WWxey la,. kg7i Total Aoints Existing Trees 5. L#y11Fy,Stetlo a It }}}, lF 6rnrr,Xorl Forreter Li �~-Jry• ¢' I"' 3490 Total Sqe Points -- _ to r` hate:4-16-18 LOCATION0 ID I-- Revision:0 Sheet:! Of:1 ALL-IN GROCERS no to TYPE 1 SEED MIX (LAWN) Nate Lansing,ILNP WATERLOO IA SURAS 9010.06 14 DSCAPING Ca 3170 Wagner Rd Watcrlou.IA 50703 319226.6000 Wo Al�y'e D LANDSCAPE BED. ROCK OR MULCH TYPE AND CALOR PER OWNER 14 yi—e r I r I � t -H�[xvsr I w,��GG r _ PRUNE BROKEN OR DAMAGED BRANCHES g - : : -.-• I WEBBING l5 Meg:e { - sle,.0 61u, • I j9 WIRE TREE WRAP TO SECOND BRANCH, • -: OVERLAP 1/2 WIDTH. FO I CONLAINEitITED MATERIAL o SLASH 4-5, 1 DEEP CUTS THE LENGTH �I s OF THE ROOT STALL w 3' MULCH CONTINUOUS BED (SEE PLAN) LL ORGANIC MULCH (3' DIA.). 3" DEPTH ® PERIMETER - 1" DEPTH ®TRUNK. M �`�` trr:L M°FZs ` Moplc PLANTING SOIL ~ t rwtnW-been um 91ue51rnn4 Ltxl - 11 x in 12' •:�•. •>r, Slemn Gkn „ Blore SierM 61cn STEEL CE �11 • r^7 • -,<..- • .{' , r :.,�. x"�? • .=.t-.. .y�� •r r..i-r • `3 �� ,FINISH GRADE _ \\- ----- -- ----- -- — -- EXIST. SUBSOIL I I I, EVENLYFSPACEDOST, 3 PER TREE, IJACKFILL _ Cut BURLAP At FROM TOP _ — J R OTIR&L At 13URYPEDG SA BELOW GRADE.F } F R A N K L I N S T R E E T MIN. NOTE: SHRUBS PLANTED ROOTBALL TO RSL_ T ON UNDISTURBED SOIL IN SIMILAR MANNER. SHRUB PLANTING DETAIL PLANTING DETAIL — — — — — — N.T.S. N.T.S. CXTIER/PEYELOPEA: PROJECT MD LOCAUM! REVISIONS DRAMNG! JOB_11RER: � ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL--IN GROCERS Mt"""B''' JW FEV.NO, DESCRIPTION DATE LANDSCAPING PLAN 17_997 FEHRGRAKWURIOWA P.O- BOX 4236 WATERLOO, IOWA APPROVED By-. AB WATERLOO, IOWA 50704 Q17E 10/29/201 B -T RBMGrx: AS NOTED REV. 1 CHECK c4.1 ENGINEERING&ENVIRONMENTAL WISCONSIN SET TYPE;G GL I Il-99l WxY,I I1-941 ' d of P19r are' "'a 02018 FEHR GRAHAM Page 113 of 131 SHEET NUMBER: C0.1 WATERLOO ALL IN GROCERS BLACK HAWK COUNTY INDEX OF SHEETS SHEET SHEET TITLE NUMBER C0.1 TITLE SHEET REVISION 2 C0.2 LEGEND C0.3 ESTIMATED QUANTITIES AND GENERAL NOTES C0.4 SITE DEVELOPEMENT PLAN 16 W C1 .1 REMOVAL PLAN FOR C2.1 GRADING AND UTILITIES PLAN C3.1 PAVEMENT PLAN C3.2 PAVEMENT PLAN C3.3 PAVEMENT PLAN CENTRAL PROPERTY C3.4 PAVEMENT PLAN C3.5 PAVEMENT PLAN C4.1 LANDSCAPING PLAN C5.1 STORM WATER POLLUTION PREVENTION PLAN — HOLDINGS LLC INITIAL DISTURBANCE C5.2 STORM WATER POLLUTION PREVENTION PLAN — CONSTRUCTION STORM WATER POLLUTION PREVENTION PLAN — WATERLOO IOWA C5.3 This project is covered by Iowa DNR NPDES FINAL STABILIZATION ' General Permit No. 2. The contractor shall carry out the terms and conditions of 19 — 997 General Permit No. 2. and the Storm Water Pollution Prevention Plan which is a part of these contract documents. The 2020 Version of the Urban Standard BLACK HAWK COUNTY Specifications for Public Improvements, also Huff known as SUDAS (2020), and City of Waterloo Supplemental Specifications, plus Fehr Graham Contracting ., 10/23/2020 Supplemental Specifications and Special Provisions V1 shall apply to construction work on this project. Building since J N AR1. f^ r r I I !� CHES NUT STZISA lIT [ 1. TVR1 PARK RD CR SCENT 00 SUPL ST LINCOLN DANE ST0 ST U ONEIDA ST HARRISON ST SAXONOWNER CENTRAL PROPERTY HOLDINGS, LLC sTmO Q w ARGYLE ST E N ARGYLE ST J m w ADDRESS P.O. BOX 4236 FrrF sT 24 =I HILLIA ST WATERLOO, IOWA 50704 23 ° U ALMOND ST PROJECT LOCATION OP lg P O ~ P# spy �G PINE— \ Z QUO S DOUG AS Q T N 0 P� 5D LIME ST �N 41 sr MPS 0.x 10WAW OWNER AGENT LEVI ARCHITECTURE N ry�o z VINE V p 9P 0 ST = ADDRESS 1009 TECHNOLOGY PARKWAY, � do �G� =MAPLE ST P.O. BOX 1240 �� 5� °�'ti D ST '� ONE CALL CEDAR FALLS, IOWA 50613 S °�� 63 e g SMITH N N y F ST > w Z Z ~ P# 319.277.5636 ��� Pte° �� m = o o:21- Z w Q ~ J 1 -800-292-8989 bZ F INDE ENDEN E N AVE P y www.iowaonecall.com Know you dig. COUR LAND N ST DESIGN PROFESSIONAL NATHAN P. KASS, PE, PLS EowLE ° ST FIRM FEHR GRAHAM s �o�� °� ADDRESS 200 5TH AVENUE SE, SUITE 100 CEDAR RAPIDS, IA 52401 P# 319.294.6909 h� oAti 21Q � ✓�C� ��' � h �FgYFTT V REV. 2 CHECK LOCATION MAP NOT TO SCALE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly & licensed Professional Engineer under the laws of the State of Iowa. NATHAN •: P. KASS • m d 18659 p o- •. .• a Nathan P. Kass, P.E. & P.L.S. Date License Number 18659 ENGINEERING & ENVIRONMENTAL /OW P* My license renewal date is December 31 , 2021 . Pages or sheets covered by this seal: All ILLINOIS IOWA WISCONSIN ORIGINAL SET FOR PROJECT: 19-997 DATE CREATED: 10/23/202 REVISIONS REV. N0. DESCRIPTION DATE CEDAR RAPIDS, IOWA 200 5TH AVENUE SE, SUITE 100 CEDAR RAPIDS, IA 52401 P# (319) 294-6909 G:\C3D\17\17-997 Morket\17-997 Plans—Admin.dwg, CO.1 F# (319) 294-5133 PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 114 of 131 ABBREVIATIONS SYMBOLS < ANGLE ABC AGGREGATE BASE COURSE PE POINT OFENE INTERSPE ECTION EXISTING CIVIL PROPOSED EXISTING WATER PROPOSED EXISTING UTILITY PROPOSED AC ACRE(S) PL PLATE ACI AMERICAN CONCRETE INSTITUTE PLG PLUG VALVE EXISTING R.O.W. PROPOSED R.O.W. wsv wsv WATER SERVICE wsv wsv FO FO FIBER OPTIC LINE FO FO AGR AGGREGATE PLP POLYPROPYLENE PIPE - - RIGHT-OF-WAY LINE - - AISC AMERICAN INSTITUTE OF STEEL CONSTRUCTION PLYWD PLYWOOD w W WATER PIPE _w_w_ TV TV UNDERGROUND TV CABLE TV TV ALT ALTERNATE PM PRINCIPAL MERIDIAN PROPERTY LINE ARCH ARCHITECT PR PRESSURE REGULATORS © CABLE TV RISER PEDESTAL ASPH ASPHALT PRC POINT OF REVERSE CURVATURE CENTERLINE - FIRE HYDRANT t 92 ASTM AMERICAN SOCIETY OF TESTING AND MATERIALS PRESS PRESSURE B BALL VALVE PR, PROP PROPOSED 'S YARD HYDRANT 1119 OU OVERHEAD UTILITY OU BFP BACKFLOW PREVENTER PRV PRESSURE REDUCING VALVE SETBACK LINE BIT BITUMINOUS PSF POUNDS PER SQUARE FOOT g WATER VALVE WITH BOX Z UE UE UNDERGROUND ELECTRIC UE UE BLDG BUILDING PSI POUNDS PER SQUARE INCH EASEMENT LINE - - BILK BLOCKING PSL PIPE SLEEVE ® CURB BOX 9 E ELECTRIC RISER PEDESTAL m BM BENCHMARK PT POINT OF TANGENCY - - - SECTION LINE CURB STOP W/ BOT BOTTOM PLG PLUG VALVE BSMT BASEMENT PVC POLYVINYL CHLORIDE (PLASTIC) PIPE a REDUCER � O ELECTRIC MANHOLE EO BV BUTTERFLY VALVE R RADIUS 5 4 SECTION CORNER B-B BACK-TO-BACK OF CURB DIMENSION RDCR REDUCER a 9 OW WATER VALVE VAULT WO _T—T UNDERGROUND TELEPHONE _T—T CL or CENTERLINE RCCP REINFORCED CONCRETE CYLINDER PIPE C TO C CENTER TO CENTER RCP REINFORCED CONCRETE PIPE N IUUU.UU COORDINATE POINT ON GRID SYSTEM 11 .25° BEND H ❑T TELEPHONE RISER PEDESTAL C & G CURB AND GUTTER RD ROOF DRAIN E 1000.00 m CF CUBIC FEET REINF REINFORCING • FND FOUND OR SET PROPERTY PIN o SET CHID CHORD LENGTH REQD REQUIRED 22.50° BEND OT TELEPHONE MANHOLE QT CI CAST IRON PIPE ROW RIGHT OF WAY CHK CHECK VALVE RFTR RAFTER ❑X RIGHT-OF-WAY MARKER ® 45° BEND UTILITY POLE CLR CLEAR RIND ROUND CMP CORRUGATED METAL PIPE RR RAILROAD + BENCHMARK 90° BEND UTILITY POLE W METER CMU CONCRETE MASONRY UNIT RRSP RAILROAD SPIKE / CTY COUNTY RT RIGHT — — 600 CONTOUR LINE - - - 600 , _ _ CONC CONCRETE R&R REMOVE AND REPLACE — TEE I=I UTILITY POLE W/ TRANSFORMER CONT CONTINUOUS S SOUTH C-B CENTERLINE TO BACK OF CURB DIMENSION SB STREAM BED FO-00.0—OF—G-10 SPOT ELEVATION (ATO) aoo.00 FG CAP ] UTILITY POLE W/ LIGHT COORD COORDINATE SCHED SCHEDULE CU COPPER PIPING SEC SECTION x x FENCE LINE X X M WATER METER M � - UTILITY POLE WITH GUY WIRE AND ANCHOR -- CTRS CENTERS SF SQUARE FEET O { CY CUBIC YARDS SHR SHOWER SILT FENCE LINE CS CORPORATION STOP SHT SHEET SPRINKLER HEAD ��� LIGHT (MAST MOUNTED) �■� D DEGREE OF CURVE SHTG SHEATHING DEP DEPRESSED SP SANITARY PIPE CURB AND GUTTER 0 TRACER WIRE BOX D DET DETAIL SPA SPACING OR SPACES LIGHT POLE (SINGLE FIXTURE) DIAG DIAGONAL SPEC SPECIFICATION TIP OUT CURB AND GUTTER DIM DIMENSION SQ SQUARE YARD LIGHT x DI DUCTILE IRON PIPE SS SANITARY SERVICE SAWCUT, LIMITS OF PAVEMENT REMOVAL DN DOWN STA STATION & REPLACEMENT EXISTING STORM SEWER PROPOSED _G-G GAS MAIN —G—G DNSTR DOWNSTREAM STD STANDARD DP DRAINAGE PIPE/STORM PIPE STL STEEL X" DECIDUOUS TREE W/ SIZE X" ST' STORM SEWER ST>-ST>- OM GAS METER OM DWG DRAWING STRUCT STRUCTURAL E EAST SW SIDEWALK X CONIFEROUS TREE W SIZE X„ DT EJ EXPANSION JOINT SY SQUARE YARDS / �DT� DRAIN TILE DT�DT� D4 GAS VALVE N EL, ELEV ELEVATION SYM SYMMETRICALx TREE STUMP EP EDGE OF PAVEMENT TAN TANGENT LENGTH — DITCH LINE (PAVED) © GAS STRUCTURE EQUIP EQUIPMENT TBC TOP BACK OF CURB EQUIV EQUIVALENT TBM TEMPORARY BENCH MARK; BASED ON BENCHMARK DATUM HEDGEROW DITCH LINE (UNPAVED) EW EACH WAY TD TILE DRAIN EXP EXPANSION THK THICK BUSH OR SHRUB EX, EXIST EXISTING TR TREAD OD STORM MANHOLE O EXISTING TRAFFIC RELATED PROPOSED EXT EXTERIOR TY TYPE E = EXTERNAL DISTANCE TYP TYPICAL TREE LINE ® CATCH BASIN --- CONTROLLER FD FLOOR DRAIN U.O.N. UNLESS OTHERWISE NOTED x H FDN FOUNDATION UP UTILITY POLE - - - -cL - - - - CONSTRUCTION LIMIT LINE ----C�- ® STORM SEWER INLET Em FE FIELD ENTRANCE UPSTR UPSTREAM 0===— MAST ARM ASSEMBLY AND POLE FF FINISH FLOOR UR URINAL FIL FILLET USGS US GEOLOGICAL SURVEY - SIGN (MULTIPLE POST, SINGLE POST) a STORM SEWER INLET - BEHIND CURB O SIGNAL HEAD AND POST H FIN FINISH VC VERTICAL CURVE SIGN (PYLON) ® DOWNSPOUT FL FLOW LINE VCP VITRIFIED CLAY PIPE SIGNAL HEAD FLR FLOOR VERT VERTICAL FM FORCE MAIN VOL VOLUME n n n GUARD RAIL " " " X" TYPE _ X" TYPE FND FOUND VPC VERTICAL POINT OF CURVATURE _ _ _ _ _ _ CULVERT AND SIZE [_______] -❑ PEDESTRIAN HEAD 4M FRMG FRAMING VPI VERTICAL POINT OF INTERSECTION T RAILROAD TRACKS FTG FOOTING VPRC VERTICAL POINT OF REVERSE CURVATURE RCCP OR RCP EQRS (RCAP) END SECTION ® O PEDESTRIAN PUSH-BUTTON O GAF FACE GAUGE 0 FACE NPT VERTICAL POINT OF TANGENCY r////�///�/ '� Y/� � � � � � /� 4� /moi BUILDING I GI GALVANIZED IRON PIPE WC WATER CLOSET cl METAL OR HDPE END SECTION � HAND HOLE GRD GRADE WF WIDE FLANGE D MAILBOX 0 GRS GRATING SUPPORT WM WATER MAIN _Af_> FLOW DIRECTION �� ® DOUBLE HAND HOLE GRT GROUT WMQ WATER MAIN QUALITY o-� FLAGPOLE J J GV GAS VALVE WV WATER VALVE HAND HOLE OR JUNCTION BOX GYP GYPSUM WGT WEIGHT a BOLLARD 0 HSE HOUSE WP WEATHER PROOF HC HORIZONTAL CURVE WS WATER SERVICEAc AIR CONDITIONER ® EXISTING EROSION CONTROL PROPOSED 0 HEAVY-DUTY HAND HOLE Q HMA HOT MIX ASPHALT WWF WELDED WIRE FABRIC HNGR HANGER W/ WITH EXISTING CONDUIT (LENGTH AND SIZE) HORIZ HORIZONTAL W/0 WITHOUT EROSION CONTROL BLANKET PROP GALVANIZED STEEL OR PVC CONDUIT H.P. HIGH POINT XP EXPLOSION PROOF EXISTING MISC PROPOSED (5 = UPPER NUMERAL INDICATES LENGTH - - - - HW HOT WATER TEMPORARY AND PERMANENT SEEDING AREA "T" INDICATES CONDUIT IN TRENCH 5' - T HWH HOT WATER HEATER "P" INDICATED CONDUIT PUSHED 2" GS-PVC = CENTRAL ANGLE & S.B. #XX SOIL BORING LOCATION AND NUMBER & S.B. #XX LOWER NUMERAL INDICATES SIZE AND TYPE I MOMENT OF INERTIA UNDISTURBED AREA IDT INSIDE INTERIORIAMETER HATCH PATTERNS Q MW #xx MONITORING WELL * MW #XX LUMINAIRE INV INVERT ELEVATION; BASED ON BENCH MARK DATUM REVISION NUMBER Q STABILIZED CONSTRUCTION ENTRANCE IP IRON ST JOIST PIPE \\j/\\j/\ EARTH - FILL BRICK L LENGTH OF CURVE OUTLINE OF DETAILED AREA C ARROW - THROUGH, TURN LEFT LAT LATERAL �_� EARTH - UNDISTURBED STEEL SILT FENCE LAV LAVATORY LF LINEAL FEET INLET PROTECTION L.P. LOW POINT INSULATION ARROW - THROUGH ROCK (GEOLOGICAL) SHEETWHERE SHOWN S- LT LEFT OF SURVEY BASE LINE (LOOSE/ BATT) MAX MAXIMUM TEMPORARY SEDIMENT TRAP ME MATCH EXISTING STONE OR RIP RAP INSULATION (RIGID) ARROW - TURN LEFT MH MANHOLEMIN � u MINIMUMCULVERTCULVERT INLET PROTECTION JOINT EXISTING SANITARY SEWER PROPOSED MJ MECHANICAL L/1^L\J MTL METAL GRAVEL WOOD (ROUGH) ARROW - TURN RIGHT No. OR # NORTH a SAN >— SANITARY SEWER SAN ROCK OUTLET PROTECTION """ NOM NOMINAL Q CONCRETE WOOD (BLOCKING) =11=1IMII O ONE DIRECTION TURN ONLY NTS NOT TO SCALE _ - s � SANITARY SEWER SERVICE ss�� ss�� ROCK CHECK DAM - COURSE AGGREGATE III=III-111-1Oc ON 1 OD OUTSIDETER DIAMETER CONCRETE BLOCK WOOD (FINISH) a AFM SANITARY SEWER FORCE MAIN AFM 00 OUTSIDE TO OUTSIDE ROCK CHECK DAM - RIP RAP HANDICAPPED PARKING STALL OPNG OPENING CMU 000000 - DETECTABLE WARNING o SANITARY CLEANOUT CO • OPP OPPOSITE 0 o 0 0 0 0 0 0 0 o 0 PC POINT OF CURVATURE F_ -1 TRAFFIC DETECTOR LOOP F_ 7 PCC PORTLAND CEMENT CONCRETE ASPHALT PAVEMENT SS SANITARY MANHOLE • - L - PCF POUNDS PER CUBIC FOOT PDP PERFORATED DRAIN PIPE WYE FITTING III TRAFFIC CONTROL BOX OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL-IN GROCERS DRAWN BY: ,JW REV. NO. DESCRIPTION DATE LEGEND 19-997 IOWA P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK FEHR GRts MWATERLOO, IOWA 50704 DATE: 10/23/2020 SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK G:\C3D\17\17-997 Market\17-997 Plans—Admin.dwg, C0.2 C0°2 PLOT DATE: 10/26/20 © 2019 F E H R GRAHAM Page 115 of 131 ESTIMATED QUANTITIES GENERAL NOTES 1 . ALL WORK SHALL CONFORM TO AND BE PERFORMED IN ACCORDANCE WITH ALL APPLICABLE CODES AND ORDINANCES. NO. CODE DESCRIPTION QUANTITY UNIT 2. THE URBAN STANDARD SPECIFICATIONS FOR PUBLIC IMPROVEMENTS (SUDAS), 2019 EDITION, PLUS SUPPLEMENTAL SPECIFICATIONS AND SPECIAL PROVISIONS AS PREPARED BY THE CITY 1 2010-108-C-0 CLEARING AND GRUBBING 1 LS OF WATERLOO, PLUS PROJECT SUPPLEMENTAL SPECIFICATIONS AND SPECIAL PROVISIONS AS PREPARED BY FEHR GRAHAM SHALL BE CONSIDERED A PART OF THESE DOCUMENTS AS IF 2 2010-108-D-1 TOPSOIL, STRIPPED (2" Assumed) 590 CY BOUND HEREIN. OMIT ALL OF DIVISION 1 EXCEPT THAT LISTED IN THE PROJECT SUPPLEMENTAL SPECIFICATIONS. OMIT PARAGRAPH 1 .08 MEASUREMENT FOR PAYMENT IN ALL SECTIONS. 3 2010-108-D-3 TOPSOIL, RESPREAD (6" ASSUMED) 495 CY 3. ANY QUANTITIES SHOWN ON THE CIVIL SHEETS (PER SHEET INDEX ON SHEET A.01) ARE TO ASSIST THE BIDDER. THE BIDDER/CONTRACTOR SHALL MAKE A FINAL DETERMINATION OF THE 4 2010-108-D-4 TOPSOIL, AMENDED 151 CY QUANTITIES REQUIRED TO COMPLETE THE WORK AND THE BID SHALL BE ON THE BASIS OF THE BIDDER/CONTRACTOR'S OWN CALCULATIONS. ANY COMMENT RELATED TO QUANTITY OR PAYMENT ON THE CIVIL SHEETS IS SOLELY PROVIDED TO ASSIST THE BIDDER/CONTRACTOR IN THE PREPARATION OF BIDDING AND SHALL NOT BE CAUSE FOR CHANGE ORDER REQUEST. 5 2010-108-E-0 EXCAVATION, CLASS 10, ONSITE 605 CY 4. CONSTRUCTION SURVEY FOR THIS PROJECT TO BE PROVIDED BY THE CONSTRUCTION MANAGER. 6 2010-108-E-0 EXCAVATION, CLASS 10, EXPORT 2,880 CY 7 4010-108-E-0 SANITARY SEWER SERVICE 1 LS 5. THE CONTRACTOR SHALL NOTIFY ALL APPROPRIATE ENGINEERING DEPARTMENTS AND UTILITY COMPANIES PRIOR TO CONSTRUCTION. ALL NECESSARY PRECAUTIONS SHALL BE TAKEN TO AVOID DAMAGE TO ANY EXISTING UTILITY. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES NOTICE TO IOWA ONE CALL (1 —800-292-8989) NOT LESS THAN 48 8 4010-108-1-0 SANITARY SEWER CLEANOUT 1 EA HOURS BEFORE EXCAVATION, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 9 4020-108-A-1 STORM SEWER, TRENCHED, 12" HDPE DUAL WALL 240 LF 6. THE LOCATION OF EXISTING UNDERGROUND UTILITIES AND ROCK ELEVATIONS ARE SHOWN IN AN APPROXIMATE WAY ONLY AND HAVE NOT BEEN INDEPENDENTLY VERIFIED BY THE OWNER 10 4020-108-A-1 STORM SEWER, TRENCHED, 15" HDPE DUAL WALL 499 LF OR ITS REPRESENTATIVE. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATION OF ALL EXISTING UTILITIES AND ROCK ELEVATIONS BEFORE COMMENCING WORK, AND AGREES TO BE FULLY RESPONSIBLE FOR ANY AND ALL DAMAGES WHICH MIGHT BE OCCASIONED BY THE CONTRACTOR'S FAILURE TO LOCATE AND PRESERVE ANY AND ALL UNDERGROUND UTILITIES AND 11 4020-108-A-1 STORM SEWER, TRENCHED, 18" HDPE DUAL WALL 159 LF ROCK ELEVATIONS. 12 4020-108-A-1 STORM SEWER, TRENCHED, 18" PERF. HDPE DUAL WALL 124 LF 7. THE CONTRACTOR SHALL VISIT THE SITE AND INSPECT THE PROJECT AREA AND THOROUGHLY FAMILIARIZE HIMSELF WITH THE ACTUAL JOB CONDITIONS PRIOR TO BIDDING AND THE START 13 4020 DOWNSPOUT CONNECTIONS 5 EA OF ANY WORK. FAILURE TO VISIT THE SITE SHALL NOT RELIEVE THE CONTRACTOR FROM PERFORMING THE WORK IN ACCORDANCE WITH THESE DRAWINGS. 14 5010-108-E-1 WATER SERVICE PIPE, DIP, 4" W/ FITTINGS IN PLACE 7 LF 8. THE CONTRACTOR SHALL VERIFY AT THE SITE, ALL DIMENSIONS AND CONDITIONS SHOWN ON THE DRAWINGS, AND SHALL NOTIFY THE ENGINEER OF ANY DISCREPANCIES, OMISSIONS, 15 5010-108-E-1 WATER SERVICE PIPE, DIP, 6" W/ FITTINGS IN PLACE 35 LF AND/OR CONFLICT PRIOR TO PROCEEDING WITH THE WORK. 16 5020-108-A-0 VALVE, 4" GATE 1 EA 9. THE CONTRACTOR SHALL NOT SCALE DRAWINGS. DIMENSIONS SHALL GOVERN. LARGE SCALE DRAWINGS SHALL GOVERN OVER SMALL SCALE DRAWINGS. NOTES AND DETAILS ON THE 17 6010-108-A-0 MANHOLE, NYLOPLAST, 24", H2O SOLID LID 1 EA DRAWINGS SHALL APPLY TO ALL SIMILAR CONDITIONS WHETHER THEY ARE REPEATED OR NOT. 18 6010-108-B-0 INTAKE, NYLOPLAST, 18" DIA, H2O STD. GRATE 2 EA 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING FACILITIES OUTSIDE THE CONSTRUCTION LIMITS RESULTING FROM NEGLIGENCE. 19 6010-108-B-0 INTAKE, NYLOPLAST, 24" DIA, H2O STD. GRATE 1 EA 11 . CONTRACTOR SHALL PROTECT EXISTING FACILITIES, BUILDINGS, AND OTHER APPURTENANCES NOT TO BE REMOVED FROM THE SITE DURING THE CONSTRUCTION ACTIVITIES. 20 6010-108-B-0 INTAKE, NYLOPLAST, 24" DIA, DOME GRATE 4 EA 12. CONTRACTOR SHALL CONFINE HIS WORK TO THE CONSTRUCTION LIMITS AND EASEMENTS. IF THE CONTRACTOR OBTAINS ADDITIONAL EASEMENT FOR THE STORAGE OF EQUIPMENT AND 21 6010-108-B-0 INTAKE, NYLOPLAST, 24" DIA, CURB, 2x3 DIAGONAL 4 EA MATERIALS, COPIES OF THE AGREEMENTS WITH THE PROPERTY OWNERS SHALL BE PROVIDED TO THE OWNER. 22 7010-108-A-0 PAVEMENT, PCC, 6" THICK w/ 6" SUBBASE 41,618 SF 13. CONTRACTOR SHALL SUBMIT A DETAILED CONSTRUCTION SCHEDULE AND STAGING PLAN A MINIMUM OF TWO (2) DAYS PRIOR TO THE PRECONSTRUCTION MEETING. 23 7010-108-A-0 PAVEMENT, PCC, 8" THICK w/ 6" SUBBASE 5,576 SF 14. CONTRACTOR SHALL BE RESPONSIBLE TO MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES DURING CONSTRUCTION WHENEVER PRACTICAL. CONTRACTOR SHALL NOTIFY RESIDENTS OF ACCESS 24 7010-108-A-0 PAVEMENT, PCC, 8" REINFORCED, 6" SUBBASE 284 SF RESTRICTIONS MINIMUM OF 24 HOURS PRIOR TO REMOVAL OF EXISTING ACCESS. 25 7030-108-A-0 REMOVAL OF SIDEWALK 2,403 SF 15. CONTRACTOR SHALL SUBMIT FOR ACCEPTANCE WORK PLANS AND SCHEDULES FOR ACCOMPLISHMENT OF TEMPORARY AND PERMANENT EROSION CONTROL PRIOR TO THE START OF 26 7030-108-E-0 SIDEWALK, PCC, 5" THICK w/4" SUBBASE 5,357 SF CONSTRUCTION. 27 7030-108-G-0 DETECTABLE WARNING 40 SF 16. CONTRACTOR SHALL COORDINATE TEMPORARY DISRUPTION OF UTILITY SERVICES WITH THE CITY OF WATERLOO, AFFECTED UTILITY COMPANIES AND/OR AFFECTED PROPERTY OWNERS WHEN 28 7040-108-H-0 PAVEMENT REMOVAL 1,943 SF RELOCATING EXISTING FACILITIES, CONNECTING TO EXISTING FACILITIES AND PLACING NEW SERVICES. 29 7040-108-1-0 CURB AND GUTTER REMOVAL 338 LF 30 7040-108-L-0 SAW CUT CURB, (DRIVEWAY CUT) 135 LF 31 7080-108-D-0 STORAGE AGGREGATE 685 TON 32 7080-108-E-0 FILTER AGGREGATE 70 TON 33 8020-108-B-0 PAINTED PAVEMENT MARKINGS, 1 LS SOLVENT/WATERBORNE 34 8020-108-G-0 PAINTED SYMBOLS AND LEGENDS 5 EA 35 8030-108-A-0 TEMPORARY TRAFFIC CONTROL 1 LS 36 8040-108-E-0 SIGN, INSTALL, HANDICAP 5 EA 37 9010-108-A-0 SEEDING, FERTILIZING, AND MULCHING 22,500 SF 38 9030-108-C-0 PLANTS 1 LS 39 9030 MULCH BEDS 4,460 SF 40 9040-108-A-2 SWPPP MANAGEMENT 1 LS 41 9040-108-F-1 WATTLE 3,100 LF 42 9040-108-N-1 SILT FENCE OR SILT FENCE DITCH CHECK 400 LF 43 9040-108-0-1 STABILIZED CONSTRUCTION ENTRANCE 150 TON 44 9040-108-Q-1 EROSION CONTROL MULCHING, CONVENTIONAL 1.2 AC 45 9040-108-T-1 INLET PROTECTION DEVICE 10 EA 46 9080-108-A-0 CONCRETE LOADING RAMP (PER ARCHITECT PLANS) 127 SF 47 9080-108-B-0 HANDRAIL 58 LF 48 11,010-108-A CONSTRUCTION SURVEY 1 LS 49 11,020-108-A MOBILIZATION 1 LS 50 11,050-108-A-0 CONCRETE WASHOUT 1 LS NOTE: GRADING QUANTITIES ARE FIGURED WITHOUT FILL OR CUT FACTORS. EXISTING DATUM SURFACE IS ASSUMED WITH 2" TOPSOIL STRIPPED. PROPOSED GRASS/LANDSCAPE AREAS ARE ASSUMED 6" TOPSOIL REPLACEMENT. PAVEMENT AREAS ARE FIGURED AT THICKNESS NOTED ON PAVEMENT SHEET. BUILDING IS FIGURED AT 9" THICK. GRADING FIGURE ACCOUNTS FOR STORAGE AGGREGATE. GRADING FIGURES DO NOT ACCOUNT FOR PIPES, PIPE BEDDING, OR BUILDING FOOTINGS. OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL-IN GROCERS DRAWN BY: ,JW REV. NO. DESCRIPTION DATE ESTIMATED QUANTITIES AND GENERAL NOTES 19-997 IOWA P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK FEHRGRtis M WATERLOO, IOWA 50704 DATE: 10 23/2020 SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C0.3 G:\C31)\17\17-997 Market\17-997 Plans—Admin.dwg, C0.3 PLOT DATE: 10/26/20 © 2019 FEHR GRAHAM Page 116 of 131 SURVEY PT #101 -All �s ,,: �r. ;. ' ' SITE DEVELOPMENT PLAN SITE LOCATION: NORTH QUADRANT OF FRANKLIN AND EAST 2ND STREET ADDRESS: 221 FRANKLIN STREET, WATERLOO, IOWA 40 �' 4 80 120 FEET LOT DESCRIPTION: LOT 2, WATERLOO RX FIRST AND LOTS 17 & 18, BLOCK 64, COOLEY ADDITION. " OWNER: CENTRAL PROPERTY HOLDINGS LLC `� P.O. BOX 4236 WATERLOO, IOWA 50704 , ` OWNER REPRESENTATIVE. LEVI ARCHITECTURE 1009 TECHNOLOGY PARKWAY Gj .9 s '- �..%' I '` _ P.O. BOX 1240 / / CEDAR FALLS, IOWA 50613 � 319-277-5636 ZONING: C-P PLANNED COMMERCIAL 5 SETBACKS: FRONT: 20' P SURVEY PT #102 SIDES: 5' \ \ ), \ / REAR: 20' / 10' MIN. IF FRONT YARD INCREASED ;\ �s / -� �► (REFER TO ORDINANCE) LOT INFORMATION: LOT USE EXISTING - UNIMPROVED PROPOSED PAVED PARKING LOT AREA: 99,124 S.F. / 2.276 ACRE �, BUILDING FOOTPRINT: 24,015 S.F. (24.2%) � �\ SURVEY PT �P� PAVED AREA: 53,048 S.F. (53.5%) � - -' PERVIOUS AREA: 22,061 S.F. (22.3%) \v \ — SURVEY PT #105 * Os \ PARKING CALCS: FLOOR SPACE: 25,038 S.F. (NO REDUCTION FOR CIRCULATION/STORAGE) �s W W W _ wow ( $—A SPACES PER ORDINANCE: 1 SPACE PER 250 S.F. _r. S,�.N �, /moi SAN � SAN S N SAN SAN > SAN SPACES REQUIRED FOR THE SITE: 101 PARKING SPACES tAl A��I--��— T — SPACES PROVIDED: 105 ST STS cry cry S I ST t Qts_ I 9 , —� 1 y BOG REAR 5E�fBAC�C (STD.) z < EXISTING SURVEY T # 0 1 LOADING BERTIj \ f- CVS PHARMACY 54.49' �. _ LAJ \j 77.06' Q z W y Of -s N - --t N 15 \ 16 ( 0 ----<• w $. I Z — — 851 N Q � V' C-4 , S ! / 9 41 loe 12 / 9 12/ 8 �` SURVEY CONTROL i / 0,G Pt No. NORTHING EASTING ELEVATION DESCRIPTION ti � C �` �1 w I W 101 8847075.80 15476840.74 849.46 CUT 'X' TOP OF CURB F I i oo / — — — — — — 1 I a 102 8847039.91 15476654.00 849.96 CUT 'X' TOP OF CURB STS 103 8846777.45 15476652.58 850.95 CUT 'X' TOP OF CURB �` 104 8846723.15 15476812.08 849.36 CUT 'X' TOP OF CURB � I ��STST sT—ter- —<ST SURVEY P #106 I 105 8846605.36 15476959.73 849.08 CUT 'X' NORTH RIM OF STORM MANHOLE 20 F 0 CK Y a 106 8846392.04 15476714.47 849.28 #4 REBAR w/ORANGE PLASTIC CAP 13 T ?.. i.. 107 8846584.52 15476509.71 849.84 #4 REBAR w/ORANGE PLASTIC CAP SURVEY PT #107g- T T� - -- _- —_- - - - - ao s0-6W 6W 6W f6�,_.� 6W 6W 6W^� �.. �Ntr6W 6W 6W J .,� ��ST�<.S�— 'iT� STSG ST � 849 F R A N K L I N STREET 1 - OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL-IN GROCERS DRAWN BY: ,JW REV. NO. DESCRIPTION DATE SITE DEVELOPEMENT PLAN FEHRG m 19-997 IOWA P.O. BOX 4236 WATERLOO, IOWA or APPROVED BY: NK .10 WATERLOO, IOWA 50704 DATE: 10/23/2020 SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C0.4 G:\C3D\17\17-997 Market\17-997 Plans—Admin.dwg, C0.4 PLOT DATE: 10/26/20 © 2019 F E H R GRAHAM Page 117 of 131 GURB GUT TO — T ST ST,—� N s� r-4r S W A L N U T T R E E T 2" HEIGHT 135 L.F. —� --- ------- ST>--�—ST>—'�—ST r o S i i�— �— i r ST ST'ST,' T ST S7 \ \ \� ' r� DR� WAY P MENT REMOVAL (300 S.F.) LN / I / W —8�9-12W 12w p 1 w 12w 12' �w 12W —>� 2w 12w w �—' T 2W �I 'PLUG PIPE OR REPAIR NT- 1 — cmc INTAKE WALL. / e p - - - - - - - - - - - - - T �T —�T GT T G"> r— / � - - / D PCC SIDEWALK REMOVfjci' —► ° ST I \ � REMOVE CURB & GUTTER (13 L.F.) REMOVE AND REPLACE 7 p — � 1250 S.F I 9 L---- -------- ----------------- CASTING WITH DRIVE ON ° I --------- �ti \ / TRE�REMOVAL � CASTING SW-603 TYPE Q � � � Q T T_ REMOVE CURB & GUTTER (12 L.F.) / ST TREE REMOVAL I II PCC SIDE LK N'fQVAL J i \ P C SI EWALK REMOVAL J (1 12 S.F.) s ti \ / 9" / REMOVE STORM INTAKE I (214 S F.) r �s / REMOVE STORM SEWER PIPE (30 L.F.) AND REMOVE STORM SEWER P4 (90 L.F.) z V REMOVE CURB G�1 ER (21 L.F. ABANDON EXISTING STORM SEWER IN PLACE WITH SEE ADDITIONAL VIEWPORT \ I/ �s� \ \ W-1 FLOWABLE MORTAR. RECORDS INDICATE 18" RCI I \ _ THIS PAGE >I I SAN SAN AN SAN SAN i W A L N U T S T RIE E T PAVEMENT REMOVAL (300 S.Y.) �� ~ I � N ST: I / � � ST»—o—S r S ST ST STS S I \5.--ST>--�—ST>--�—/ � �� i \ REMOVE CURB & GUTTER (16 L.F.) ~ IN I / \ REMOVE STORM INTAKE w M 12w 12W— p _ — 12W — — 12W — — 12W— PCC SIDEWALK REMOVAL I \ I N ( 6 F.) I p e ° / / N p p e Cp ° 1 p I � I � z — \ IN N L---------------------------------------- ADDITIONAL VIEWPORT N I \ I U) � II Z l 1N I 00 I I I z w I N Ld ao N TREE REMOVAL n DRIVEWAY PAVEMENT \ REMOVAL (405 S.F.) N I I � PAVEMENT REMOVAL (303 S.F.) TELEPHONE PEDESTAL N TO BE REMOVED ° Z REMOVE CURB & GUTTER (63 L.F.) p 31 N I ao PCC SIDEWALK REMOVAL Dp I U) N (2 31 S.F.) REMOVE SIGN 00 I I ~ e N (n I p A ?� 00 bi PAVEMENT REMOVAL (320 S.F.) I REMOVE CURB & GUTTER (83 L.F.) REMOVE CURB & GUTTER (47 L.F.) �V) N i ST ST� � sT < ST ST REMOVE STORM INTAKE I 1 I REMOVE STORM SEWER PIPE (63 L.F.) AND / ABANDON EXISTING STORM SEWER IN PLACE REMOVE SIGN WITH FLOWABLE MORTAR. RECORDS INDICATE I 18" RCP / I N1 ' REMOVALS PER US HIGHWAY 63 PROJECT. / 1 PAVEMENT REMOVAL (315 S.F.) COORDINATE WORK WITH CONTRACTOR, REFER TO GENERAL NOTES FOR INFORMATION 1 00 � REMOVE CURB & GUTTER (17- L-.F-.) — / I V V) ` — � cn PCC SIDEWALK REMOVAL (550 S.F.) F p D p ° ° e ° D p 1)-E---UE—UE—UE— REM VE SIGN _ UE UE E E U E E�--IIE uE Ek--UE uE REM E CURB � GU ER x(66 L.F. `a 9 T T T T T T T T `T T � O ST ST _T T T 41 �s (�5)---6W 6W 6W 6W 6W 6W 6W 6W 6W 6W�6wR A N K 64 IN 6W� 6W-6W-6W-6W-6W-6W W � \ 20 0 20 40 60 FEET <STST QST <ST STSTST ST STST ST—QST—QST 'qT ` STSTSTST OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL—IN GROCERS DRAWN BY: ,JW REV. NO. DESCRIPTION DATE REMOVAL PLAN FEHRG m 19-997 IOWA P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK WATERLOO, IOWA 50704 DATE: 10/23/2020 SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C1 .1 G:\C31)\17\17-997 Market\17-997 Design.dwg, C1.1 PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 118 of 131 \ / s SEE WATER AND SANITARY - - - �s - T - - -S-T-F-E _E -I - T�SERVICE DETAIL THIS SHEET / STS- S STS-S'I�o sT S ST ST> ST>- MH - 1 -6 ST ST,ST> ST,STS-ST ST s'r EXISTING 12" DIP WATER MAIN \ EXISTING PLUG AND BLOCKING MH - 2-2 - _ -� NYOPLST, 24" DIA., NYLOPLST, 24" DIA., _ _ CURB, 2X3 DIAGONAL _ N / ) FROM CITY MAIN H2O SOLID - RIM = 849.74 RIM = 850.95 W N 1�� 12w „ �, - w �I INV OUT = 844.80 SW (15") / _ �/ �°� INV IN = 846.95 SW (8") \ INV IN = 844.90 SE (1222) 5 L.F. OF 12" HDPE DUAL WALL © 0.29% - a 57 L.F. OF 12" 'eso, 5° \BEND sr EXISTING HYDRANT, HDPE DUAL WALL @ 0.31% �` \ \ S 1\ �_7 I� V /I DO NOT DISTURB 9' cp \ s 10 L.F. OF 12"\HDPE PIPE @ 0.57% \ T- • _ - ST_ \ NYLOPLST, 18" DIA., \`^ _ I ~ Z �. � �• •- ® 0.501 I r M H - 1 - cn \ N� H2O FLAT GRATE 169 L.F. OF 12" HDPE DUAL WALL O _ NYLOPLST, 24�' DIA., EXISTING 6" DIP RIM = 847.78I CURB, 2X3 DIAGONAL SERVICE PER RECORDS TBC =INV OUT = 845.28 N (12"'1.. o \\ �\ NV OUT84 8$6.38 SW (15") INV IN = 46 43 NW (12") PLACE BENDS IF NECESSARY FOR CONNECTION o ~ 1 I I 6" x 4" TEE REMOVE EXCESS SERVICE Vv 1, \ Q ~ I I Q 4", 90° BEND \ 10 \\ I �' 4" GATE VALVE j. (n \ , i 1 Q N 4" DIP, CLASS 52, DOMESTIC SERVICE 6" DIP, CLASS 52, 40 \ 00 I FIRE SPRINKLER MH - 2-3 w SERVICE � I NYLOPLST, 18" DIA., DOWNSPOUTS, TYPICAL. COORDINATE WITH = I cn H2O FLAT GRATE WATER SERVICE CONNECTION DETAIL �i ARCHITECTURAL PLANS. PROVIDE � � I cn I C I RIM = 847.35 CONNECTIONS TO ADJACENT STORM SEWER in 00 NO SCALE � INV OUT = 845.10 N (12") u / INV IN = 845.20 S (12") " � I - - - - C. z I \ WATER AND STORM CONFLICT. sT: ST - J I °j I N -s T� - ST= sT sr: sT>-ST DIVERT WATER UNDER STORM SEWER. / I S T} APPROX FL STORM = 844.96 0 / MH - 1 -4 ~ J I I APPROX TOP WATER = 842.46 / / NYLOPLST, 24" DIA., Ld / \ CURB 2X3 DIAGONAL B B ti ,TBC = 849.68 W \ - / / INV OUT = 845.80 SW (15") WS o W I INV IN = 845.84 NE (15") / � �� I PROPOSED I H PROPOSED SERVICE W ALL-IN GROCERS C I I Q SEE CONNECTIO THIS SHEET / I FF: 851 .50LO Ln I N (50 L.F.) N PROPOSED MER 0 / \� © ~ LOCATION, SIZEANDDETAILS \\ --� 3: N IJ OF PAD PER MEP, BY OTHERS. n N 1 00 F- Z co <11 I �' cV rn \ � - - - - - ® ` T coza \ �n F-- I MH - 1 -3 ~ J o i NYLOPLST, 24" DIA., (/) �/ 00 CURB, 2X3 DIAGONALz � T► TBC = 850.14 Oto U' � Q `) - - INV OUT = 845.38 W (15") U. W • STSTST -7_775 INV IN = 845.45 NE (1511) -1 I - - - - - - 0 - - - / I i I /� - - ,, ohoI I EXISTING SANITARY SERVICE, MH - 2-113 co RECORDS INDICATE 8 PVC WITH N. O' Lr INVERT AT 842.20 NYLOPLST, 24" DIA., / MH - 2-1A \\ I I DOME GRATE __ ----- NYLOPLST, 24" DIA., /� V0 CONTRACTOR SHALL FIELD VERIFY. RIM = 847.25 - 850- DOME GRATE / �P - -- INV IN - 844.00 NE (15") i�r� --_ RIM = 847.25 INV OUT = 843.00 SE (18") , © \\ INV IN = 843.00 NW (18") C o MH - 1 -2j p I I \ s �S, \I / NYLOPLST, 24" DIA., Q<v I I UTILITY SERVICES DETAIL I I H2O STD. GRATE O 1 0 1 �- - - - - - - - - - - - - - - - - - -\ I ��` MH - 1 -1B � RIM = 849.00 SCALE 1"=10' .0 1 I NYLOPLST, 24 DIA., ,'INV OUT = 844.73 NW (18") I iI DOME GRATE �� INV IN = 844.90 E (15") I I ® sT� ®sr>-sT>-sT>- I I RIM = 847.25 O I I I I 62 L.F. OF 18" I I I INV IN = 844.00 SE (18") MH - 1 -1A PERF. HDPE DUAL WALL © 0.00% I I I INV OUT - 843.00 NW (18") �" I 1 NYLOPLST, 24" DIA., - I I 1 1 I \ RIM ME GRATE­847 25 I l\ 62 L.F. OF 18" 8.49.04 PERF. HDPE DUAL WALL @ 0.00% / N I �� I \\ �sT�sT�sT�sT ® I I sr 15HrDP=DUAL WA co 044 INV IN = 843.00 SE (18") \ ® �_�� " m _� 847.25 - -� ao 842.75 cn BASIN TOE = 846.5 \ \ » 12 AMENDED TOPSOIL ^/ \- - - - - - - - - - - - - - 3", 3/8" CHIPS STRUCTURES PER PLAN BASIN TOP = 849 --_ - --I y� WRAP 3/8" CHIPS AND 1 " CLEAN 85o--r--- n I 2.5', 1 " CLEAN STONE STONE IN ENGINEERING FABRIC - --- 49- ------ NOTE: E UE UE UE UE UE UE UE UE UE �E�--l7E� ST 1 . AMMENDED TOPSOIIL CONSISTS OF: q -T T T T T T T T - - 0 sT 60% SAND _ - - 30% TOP SOIL - - - FRAN K_ LI N STREET ��� mss\ 20% COMPOST O @-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W >w -6'.°!- �6W- 3W- .6W-6W-6W-6W W ST ST QST STSTSTST `7 STQTST STSTT ` �ST STSTST 20 o 20 40 60.oFEET DETENTION BASIN SECTION VIEW - - - - SCALE 1"=10' OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL-IN GROCERS DRAWN BY: ,JW REV. NO. DESCRIPTION DATE GRADING AND UTILITIES PLAN FEHR m 19-997 IOWA P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK WATERLOO, IOWA 50704 DATE: 10 23/2020 SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C2.1 G:\C3D\17\17-997 Market\17-997 Design.dwg, C2.1 PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 119 of 131 i T It> I-, - - - - -SAF-E _E �— / T ST STS— ST>--(g--STS—ST>_ ST S ST ST> ST'—ST> ST> ST ST ST> ST> ST'ST> ST ST S f / / W 12W ❑ 2Wr- G� 2W \ Z/ / �r_ — / 20 0 20 40 60 FEET sr PAVEMENT LEGEND S >�ST °° Qz sr— • ST T ST I 5" PCC ON 4" AGGREGATE BASE (MAX 10' JOINT SPACING) 20' I I 00 c I 6" PCC ON 6" AGGREGATE BASE (MAX 12' JOINT SPACING) \ ` I 8" PCC ON 6" AGGREGATE BASE (MAX 15' JOINT SPACING) ~ I Z 8" REINFORCED PCC ON 6" AGGREGATE BASE (MAX 15' JOINT SPACING) REINFORCEMENT IS #5 REBAR ON 1 ' GRID SPACING E.W. 0 0° IN U) 00 V) I z PROPOSED ALL IN GROCERS FF: 851 .50 I I H EXPANSION JOINT 5" THICK PCC SIDEWALK PAVEMENT MATERIAL WITH 4" AGGREGATE BASE l I `" a W PER BID y co I U W -.1 .57.1 .5% ° l I I cfl -------------- co I ~ N N FLUSH ENTRY SITUATION 37 1� 6" THICKNESS WHERE N 1.0 ) 00 ADJACENT TO HMA OR N PCC PARKING & DRIVES Q EXPANSION JOINT 5" THICK PCC SIDEWALK n \\ ~ 00 N Z � WITH 4" AGGREGATE BASE N PAVEMENT MATERIAL cn ® CV PER BID 1.5% F7I® T 00 z - - - - - a / / N ~ 6" THICKNESS WHERE 0 6" CURB SITUATION CO ADJACENT TO HMA OR (TIRE STOP) PCC PARKING & DRIVES N V) N c Q 0 9' 10' V N j I W CLASS A SIDEWALK DETAIL TYP. 1k U) REFER TO SUDAS 7030.202 J 001 N V) O� - cl� CA 0 Ui am \ J1/2" EXPANSION JOINT \N WHERE ADJACENT TO BUILDING `n 20' IML PAVEMENT STRUCTURE > PER PLAN co I �p ST ST � N � � IF � J PER PLAN J 00 I ----------,��,�--- ® ST> ST> STS—STS® 20' ��-• 30.56' 20' 20' ►T-0 24' no -0 20' 0 20' 11 24' 0 0 7 1 N 1(9--<ST STSTST—(q srST ST_-<ST—< T ST 9, 00 V) PAVEMENT AT BUILDING DETAIL —< —<ST �<ST ® I 11 o �I E UE UE UE UE UE UE UE UE UE T ST q —T T T T—T—T ST - - FRAN K L I N STREET O @-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W >W -6'.°!- �6W— 3W- .6W-6W-6W-6W— W STST QST STSTSTST `7 STQTST STST<ST ` STSTSTST 00 OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL-IN GROCERS DRAWN BY: ,JW REV. NO. DESCRIPTION DATE PAVEMENT PLAN FEHRG m 19-997 IOWA P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK WATERLOO, IOWA 50704 DATE: 10/23/2020 SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C3.1 G:\C3D\17\17-997 Market\17-997 Design.dwg, C3.1 PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 120 of 131 851.39 TBC g 8'• 4 ~ 850.89 FLC S �� PROPOSED 1.50%N. ALL—IN GROCERS s G e 0 FF: 851 .50 ass 5% oo�F�G R 15' � � sso 5� 5� 5� 5 5� 416 otiLrxo� � _ � °� ° °c O ci 0h 000 � 00 R 10' s o� e h !;o�9 I lell 0. 0% 0.00% 1.25% cP� �� d�, d� 1.42% / cPs 0 0 0 0 0 > > > > > / o A N \ / 3.0% \ o Vol / \\ unco rn N- - - - - - - - - - - - � N N � � N - - - - - - - - - - - I 052' e � �e � O � / / � pR3' 0. 1% 0. 0% ° 0.87%o.00% 0. 0% AA R15' �° � °� h° �Q C� t 140� Q�G 4j�Q�'G co O 0 00 / I to NOGG �' J 0 g / LO Lq G `\\�� sR9° z K�O�G r 4.68' 00 oo \ 0.88% / 0.49% 0.37% 0.50% 0.37% / _ 00 h� 6t Q / N p� S�A — hp�p h° G / o% �/ 84.32' C 0,1 2 i I / <sT ST <sT 20' 20' - 20' 20' �I — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — \ o — — — -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 0 1 00 G I I \1 \I I I I Is. e e �' e e e ST> ST,ST> ST,STS—ST, —STSTS I I �o'°'� \\ �p / X01°' �pr°� �O`Ltx O�gN F`' \30 56' // 24' IN \IN I I I � I I \\\ \ ®�ST�ST�ST�ST <ST�ST�ST�ST � I \ T \ \\ I I ST STST ST 9' — T �. ST <ST �0 G e Q e e �<ST T 0;5� (TYP.) 0p0 p0°' I \ \ _ _ _ _ I Ir �o��o ssso �°° ��°off ���G �°o �°c Sr sr ST R 10' l R3' 0. F p0 F 19.23' o 12' \ \\- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - \ 9s 9Q9Q 78 tij FvG Otx F� \ h F� �� F� �O F�' �O F� Ab KC� 1 26, No Q _ Q ——————————— 10' 60 -- X850-----� �1e 60 ---------------------- ° o K Q 1 .57_ 1 .57. o 0� — UE tJ� —UE UE UE —UE UE—UE—UE—UE-- UE U� U UE UE UE UE UE UE UE �0B B UE UE UE UE UE UE UE � UE- R20' in �y T r G T —T T T- Y —T T T T T T T T T T T T T 8Q92 T T R20' 6 — — — — — — — — — - - - - - _ _ 10 0 10 20 30 FEET —6W-6W- -6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W 6W �W—�iW 6W 6W 6W 6W 6W 6W 6W F R A N K L I N S T R E E T STSTSTST ST— STSTSTST ST STSTSTSTSTSTSTSTSTSTST ST STST \ STSTSTSTSTSTST ST S OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL—IN GROCERS DRAWN BY: ,JW REV. NO. DESCRIPTION DATE PAVEMENT PLAN FEHR m 19-997 IOWA P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK WATERLOO, IOWA 50704 DATE: 10/23/2020 SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C3.2 00 G:\C31)\17\17-997 Market\17-997 Design.dwg, C3.2 PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 121 of 131 FF: 851 .50 20' 24' V° 20' I a —ST ST> ST ST> ST'ST> ST> ST> ST> STS T�ST>ST> ST T>_ -S ST ST 00 G `� r W A L N U T S T R E E T 1 0 10 , 2� o f O d 1 srS \ 00 O�aj� �g G N c/) I C/ � G �h �� �� h°' �� �o I GRIND EXISTING CU B 1.50% \ ~ z �� q,°� q,°� �°� �°� q,��' ���' TO 0.03' / 3/8» FOR B 8 \ 00 ADA RAMPS a 12W Sp �� — 12W ���'° X92 12 W -12W N Ll G�G= \A —T7,�r 3.6% � G O dS g50 05 F�0 6� F� S z dR \ l �F, \ ��� R20 cnR 10' i550S06, �� ��GG 0 —849 0tx ��. `g�G cn I _ \ Q h Q o SRa' I l �' Q ,� 5 1 .5% / h Q _ 1400\ / 1 .5% �o �o� 3.4% $5p 1 a �� ° �O z 1 I/CO — — _ _ °Q ro asp asp R10' 0 9 9 9 s o 24 G A11 A R10' p/' 'O sss ���, R15 � 4.3' � � o° off ,�����Gs / 1 .5% N rn 3 ST� , ST 00 / I ��AT \ �°�'� \ O,c�6 ST}�ST>�ST 20 U a ST c I N /'----------/ cn z !p —j-ST w NOGG Q Q Q N / \ 3 / R 10' �h . �G I ,9 W �� h0�6tx� / '�<c �o• �`� R20 /� � / o s 5' / o°spQ9RI o � � 500 R1 ' .N , 9 0e 1 cn / 00e \ JNOTE: � o °�°FSG p o \\ CURB RAMP LE4 0 S AR PROVIDED FOR / \ I — — — _ _ J �` REFERENCE. XCTU LEVATIIPNS SHALL BE IWC: � I z — _ _ _ _ _ — REFERENCE TO TFC UTTER l; 00 I I g`Q (b Q ��1 I \ I z �h0 / ��o'. �0°' 00 \ SS, GG ~ cn I vai N ~ DTA DT ASs� ss`r/y `� s9 A \\ g�`o� co 24 c \ / I I Q i Icn Q 1.50% I cn I W s I S \ I 00 FF: 851 .50 s,R� s sss o�oQ I 00L' II6.43 I N z 00 > N \ 00 �� �Dc �Dc iq-9 V' o�S ��Q ssp a 1.50% 0) XV Q \ I I ~ N I 1 / °° N z ss �s Q / ss3 �� I I V N) 20 I � 1 ,mss opo � / ���o 1.50% N o tx Q I y 00 I Q ST �p0' ST—<ST ST 4��` 4��� p0� c�°' 0� I I W �q I //F N I ci I z � SR I f 179,p I I vai 1 / 00 8' 20' 24' IN 20' I N C I N ' ~ 000 I can II � N 1 l I dL 00 rkti , N I SR o� 00 �S6 ' I cn cn (n \ �R9 00 -UE—UE—UE—UE UE U� U UE UE UE I \ S T>�ST ST Sl Ln. I o z a 3: 41 N B B °° Ap �0G s� �° �A \\ 00D, l I��FSG s 1.50% \ z 10 0 10 30 FFFT / °° \ I N =6W— 6W 6W 6W 6W 6W TSP U -6W— —6W- 6W 6W W W W — F R A N K L I N S T R T — ��s °�� �����G \ �cb QST CT ST STST -ST— TEST r —QST / 00N00A, SS,R SS`�d ��° �n55 �8r v h�06 T 00 n OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL—IN GROCERS DRAWN BY: ,JW REV. No. DESCRIPTION DATE PAVEMENT PLAN FEHRG m 19-997 IOWA P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK WATERLOO, IOWA 50704 DATE: 10/23/2020 SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C3.3 G:\C3D\17\17-997 Market\17-997 Design.dwg, C3.3 PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 122 of 131 W A L N U T S R E T \ / 10 �0 10 20 30 FEET ®K(De�� \ ST ` �w\ S ST. ST ST%—ST: ��ST��STS—ST STr�ST ST ST. S�� —ST` ST; ST STS ST�j3 f�STS STS STS V` Gj —STS / Tom— ST STS—ST STS STS STS STS / / \ ST�ST / ` / � �G) �R9 QJ �� 6� �1 .�, — .oma 5.62 � � K. IF ��� — oo A / o0 � 5 ,2W 12w 12 849— R 10' �p`b�0 849.10 P � \\ �/ \ � %00\— _849- - d Q 48.64 P Q d 7OF 5� _ N\ 8s �°�� �°�� f 9.1 / o / 850. $5p' N RETAINING WALL \ �� \\ ��9' ego \ ��° ���, \\ TOP ELEV=851 .0 cp STr�ST STY X��C' ST ST j<STSTS ti R30' • ST 'STST — — — T_ 1—�ST ST a \ a49 �e / e e C� ST k NL 24, — r �h° 0 % OtK O• TB .c�� O• A Sj c�`� DT T�DT DT 4 PROPOSED RAMP AND ELEVATED SLAB, REFER TO \\ �— - ARCHITECTURAL AND STRUCTURAL PLANS FOR DETAILS ALL-IN GROCERStx FF: 851 .50 N* N* 1[� L 1`7 L= 11F I r=====J�ll ll - 1 I 5' N I 6 / — tx 849.10 P I 21 .7' I�s, 0A, ^848.93 SW \\ �O i —849 - - - - - - EXI I G HMA I ���� 's \ 48.64 P \ 851.22 SW d, d � \ i \ Q / S �° I 10, /100, RE AINING WALL \ \ TOP ELEV=851 .0 cn Q \ \ °r \ / I I 47.60 P \ \ 47.60 P h� I ST Q \ I \ 549�0 sw e /100, e �o I I \ \ 549'g5 sw / / N i \ \ \ �2 / co \ // I \\ Q \ oe 43.4' \ Q aREINFORCED tx I I a , 8s 5� 2.0 % I Q 5 I I yr 8 S s _L 8 ADT 4g?s p 5 w DT < DTDT DT DT I DT DTDT DT DT 5 0 ws --- --- — — — — — — — - - - I n 851.39 TBC �� �� LOADING DOCK DETAILS 850.89 FLC G OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL-IN GROCERS DRAWN BY: ,JW REV. NO. DESCRIPTION DATE PAVEMENT PLAN FEHRG m 19-997 IOWA P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK WATERLOO, IOWA 50704 DATE: 10/23/2020 SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C3.4 G:\C3D\17\17-997 Market\17-997 Design.dwg, C3.4 PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 123 of 131 5 0 5 10 15 FEET 849.31 \ s' <'D (0 �'• 5� �bS S / R 10' 849.04 SW ���� \ \ CURB RAMP ELEVATIONS ARE PROVIDED FOR 5' �s \ \ lbs \ / \ REFERENCE 0 ACTUAL UAE ELEVATIONS SHALL BE IN �� \ \ \ 849.01 SW S \ 848.7 SW 00000000000 f o° o° °o°o°o 8g8 88 TeC / 'LbS 848)3 0 \ _ I N T eC •�S �6S � I N > SAN > SAN > SAN SAN SAN \ SAN ` SAN - SAN > SIA SAN AN SAN ` o SAN � SAN � SAN � SAN � SAN � SAN SAN > —\S SAN > SAN > SAN > SAN > SAN N / W A L N U T S T R E E T \ s N � � ST��ST>—ST>—ST>—S ST: ST. T. ST: QST--`� QST: ST: ST: ST:cn S T>�ST>—ST>—STST>�ST>-/-ST>— i ST' ST: ST STS STS—STS STS N VI V� / N / \ O �O°O ° ° / / OOOOO ° ° °O° ° O0O0O° 0O00O 00000 W W W W W W \7 9'O - Q9 \ 12W 12W/���12W-12W-12W-12W-12W--12 L Q Q in , NtxQ fig• bx( \ 4$g6 Sw \ 8 \ 849.10 P \ N f \ 848.93 SW 5p� -849 - - - - - - 48.64 P \ OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL-IN GROCERS DRAWN BY: ,JW REV. NO. DESCRIPTION DATE PAVEMENT PLAN FEHRG m 19-997 P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK 1 SITE CONCEPT CHANGE 0/29/201 IOWA WATERLOO, IOWA 50704 10/23/2020 DATE: SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C3.5 G:\C3D\17\17-997 Market\17-997 Design.dwg, C3.5 PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 124 of 131 0 20--, —40 60 FEET — — — — — — —SSE _E -I - — — B / B / o : .. s : : All- In Grocers :k . / Nate Lansing - Matthias Landscaping oneylo � Size points CITY Total I 0 Shrubs i' aple Hydrangea Bobo #5 10 11 110 _ Ninebark Little Devil #5 0 6 1 1 1 60 rGreen Juni e Sea #5 10 23 230 Juniper ® Spirea Glow Girl #5 10 6 60 560 Total Shrub Points 0 Perennials Daylily, Stella #2 5 41 205 — Maple Sienna Glen IQ ;.j Grass, Karl Foerster #2 5 24 120 Ne eta, Walkers Low #2 5 38 190 515 Total #2 Perennial Points p ro osed 2" B&B Trees p Common Hackberry2" B&B 80 2 160 Shade Tree = Honeylocust, Skyline 2" B&B 80 6 480 Maple, Autumn Blaze 2" B&B 80 3 240 I )Juniper, Sea Green Hackberry Maple, Siena Glen 2" B&B 80 7 560 1440 Total Tree Points 2515 Total Points Hydrangea, Bobo Spirea, Glow Girl PROPOSED , , Existing Tree Maple 23" DBH 575 1 575 Ninebark, Little Devil ����� �" Existing Tree Hackberry 24" DBH 600 1 600 ALL-IN GROCERS Maple Existing Tree Linden? 12 DBH 300 1 300 FF: 851 .50 Autumn Blaze Nepeta Walkers Low 1475 Total Points Existing Trees Daylily, Stella Grass, Karl Foerster 3990 Total Site Points W W Hackberry Date:4-16-18 LOCATION I Il­— Revision: Revision: 0 Sheet: 1 Of: 1 ALL-IN GROCERS V) TYPE 1 SEED MIX (LAWN) I IA Nate Lansing, ICNP WATERLOO IA suDAs 9010.06 LANDSCAPING CO 3170 Wagner Rd Waterloo, IA 50703 319.226.6000 Nlapie :.. LANDSCAPE BED, ROCK OR MULCH Sienna Glen I p TYPE AND COLOR PER OWNER 0 Z N - - - Skyline 0 • Honeylocust Q W J (D J G ® ( ; Skyline Skyline C, • S ®® ( Honeylocust Honeylocust 0,G `J G ' E ' ti berry BH PRUNE BROKEN OR DAMAGED BRANCHES � . I WEBBING Maple Sienna Glen 9 WIRE TREE WRAP TO SECOND BRANCH, OVERLAP 1/2 WIDTH. ' FOR CONTAINERIZED MATERIAL SLASH 4-5, „ 00 r 1 DEEP CUTS THE LENGTH I s ° inden? OF THE ROOT BALL w w ®'. ie � X 3" MULCH CONTINUOUS ust Q BED SEE PLAN ORGANIC MULCH 3 DIA. 3 DEPTH ( ) 0 P RIM T R — 1 PTH TRUNK. ® E E E DEPTH Ca? U '•a a '•:Iidl Maple Ma Ma le , 't'' :BFa' 'a Gle M p P '�A 'an n PLANTING SOIL lin:''•:�•::�:'•�:'•'•::'•:���:��:�-�:� a a •':a►4 r Blaze = i� 12 u rn un in a le IS nn G n Sienna G W I WIN N FINISH GRADE � ��� '�` ��-� '��-° � � � ''� ' � STEEL FENCE POST, 3 PER TREE, EXIST. SUBSOIL EVENLY SPACED. BACKFILL 9' oO �— I I � I l CUT BURLAP & ROPE AWAY FROM TOP OF old �— ROOTBALL & BURY EDGES BELOW GRADE. F R A N K L I N S T R E E T 6" ROOTBALL TO REST ON UNDISTURBED SOIL. MIN. NOTE: SHRUBS PLANTED O q, IN SIMILAR MANNER. SHRUB PLANTING DETAIL PLANTING DETAIL N.T.S. N.T.S. OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL-IN GROCERS DRAWN BY: JW REV. No. DESCRIPTION DATE LANDSCAPING PLAN FEHRG M 19-997 IOWA P.O. BOX 4236 WATERLOO, IOWA 0 APPROVED BY: NK WATERLOO, IOWA 50704 DATE: 10/23/2020 SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C4.1 G:\C31)\17\17-997 Market\17-997 Design.dwg, C4.1 PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 125 of 131 > LROiCl - - —I — T TST r INLETION / ���E �— / STS— ST STS—STS o ST ST ST ST'—ST> ST> ST ST ST'ST'ST'ST'ST ST f �— — �� INLET PROTECTION / � a N /� W 12W 12W 1 W 12W 12W 12W 12W '1�? 2W 1 W 1 W �W G — 2W /I / T GT GT GT —�T�TT T `—T= `—T T cn cn ST q INLEIPROTECTION 00 z � I cn ST I \ ~ I I z KEY � IN O SWPPP BOX z I � 2 PORTABLE SANITARY FACILITY cn a O I co � I ; I O CONSTRUCTION DUMPSTER 1 ® CONSTRUCTION PARKING l PROPOSED I N ALL—IN GROCERS a O CONSTRUCTION TRAILER I I © MATERIAL STORAGE \ I � FF: 851 .50 I ~ O STABILIZED CONSTRUCTION ENTRANCE n J \ ; z W COMPLY WITH SUDAS 9040.12 IJ U W F- °� I 8 CONCRETE WASHOUT l \ N I F- ~ O QN I I N LEGEND 00 0 � ; PROPOSED PCC z N PROPOSED GREEN SPACE SUCH AS TOPSOIL, SEEDING, AND 4 \ N Z MULCHING (REFER TO LANDSCAPING PLAN) I I N Iry \ z TEMPORARY SEEDING AND MULCHING Icn N I H TEMPORARY CONSTRUCTION ENTRANCE I 00 / I N W INLET PROTECTION I 00 I 9 WATTLE N N u u SILT FENCE I cf) / I I N SEQUENCE OF ACTIVITIES C \ INITIAL DISTURBANCE PHASE I l • STRIPPING OF TOPSOIL, STOCK PILING OF SOILS, i I \N PLACEMENT CONT OLDEV CES APPLICABLE NG TOSEDIMENTSION AND EMPORARY SEED NG <ST�<ST�<ST—� I I • PLACEMENT OF BUILDING FOUNDATION ST ST O I J CONSTRUCTION PHASE 9y / • CONTINUE CONSTRUCTION OF BUILDING • EXTEND WATER AND SANITARY SERVICES � I • CONSTRUCTION OF STORM WATER MANAGEMENT (n 1 I FACILITY / • CONSTRUCTION OF STORM SEWERS 1 • GRADING PREP V) ~ 1 FINAL STABILIZATION PHASE 00 0 PLACEMENT OF PAVEMENT - - — ^� • FINAL SEEDING AND MULCHING U) / ` — — I • LANDSCAPING �I INLET PROTECTION I E UE UE UE UE UE UE UE-9`—UE UE UE— UE UE UE E�=--OE q —T T T T T T T T T T T � T — —T _ — - O =,T ST — � — FRANKLIN STREET w\ @-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W— 6W >W -6'.°!- �6W— 3W- .6W-6W-6W-6W W O �STST ST STSTSTST QST— 'QT QSTSTST QSTSTSTSTST � 20 0 20 40 60 FEET REMOVALS—P R- US HIGHWAY 63 PROJECT, COORDINATE WORK, REFER TO GENERAL NOTES — \ I — N OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL—IN GROCERS DRAWN BY: ,JW REV. NO. DESCRIPTION DATE STORM WATER POLLUTION PREVENTION PLAN FEHRG m P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK — INITIAL DISTURBANCE 9-997 IOWA WATERLOO, IOWA 50704 10/23/2020 DATE: SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C5.1 Market\17-997 Design.dwg, C5.1 C5.q I PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 126 of 131 > — �s — � — — — —UI I T — T ST I r INLET PROTECTION / � E �— / STS— ST STS—STS ST ST ST STS—ST> ST> ST ST ST> ST'ST> ST> ST ST Sf �— �� INLET PROTECTION / Q 12 G /I TT — T T T T G / ® 7; \ — \ yS INL PROTECTION ST _ \ / (7 / \ ST— ST ,� \ INL \ �l000l \ ~ 00 41 F)T n �lnT — - - _ \\ cn 00 \ 0 _Ptl cn KEY Ln I � \ ► / \ 3 IN O SWPPP BOX I I Z 2 PORTABLE SANITARY FACILITY CONSTRUCTION DUMPSTER I \ � 00 ® CONSTRUCTION PARKING _ IN < O CONSTRUCTION TRAILER cn PROPOSED © ALL—IN GROCERS / I MATERIAL STORAGE I I FF: 851 .50 / � I F_I / O STABILIZED CONSTRUCTION ENTRANCE ' W COMPLY WITH SUDAS 9040.12 cn (nI l I I cn a • I ET PRTTE Ti U w CONCRETE WASHOUT I / I N I N N I LEGEND `� co `� PROPOSED PCC IQ o Z PROPOSED GREEN SPACE SUCH AS TOPSOIL, SEEDING, AND ♦iij.s.jis.i s N I ® n N MULCHING (REFER TO LANDSCAPING PLAN) I ® Q TEMPORARY SEEDING AND MULCHING _ U) TEMPORARY J I71 \ / } TEMPORARY CONSTRUCTION ENTRANCE \ I \ N / ��- - - - - - _ �� /� U' I `� � Q INLET PROTECTION 1 00 � 9" WATTLE Iu u SILT FENCE I I co c ST ST � I I ST S \ \ � \ 1 ® T N \ \\ I I TT ST T I I N \ \ I I N1.101 I N I n E UE UE UE UE UE UE UE UE E UEE --l7E� q —T T T T T T T T T T � T _ F =,T ST — — FRAN K LI N S T R E E T ww\\ @-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W >W- -6W-- 6W— 3W- .6W-6W-6W-6W— W O STST ST STSTSTST QST — QSTSTST ` STSTSTST / 20 0 20 40 60 FEET 00 lz� REMOVALS PR-4 S---HIGHWAY 63 PROJECT, COORDINATE WORK, REFER TO GENERAL NOTES — — — OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL—IN GROCERS DRAWN BY: ,JW REV. NO. DESCRIPTION DATE STORM WATER POLLUTION PREVENTION PLAN FEHRG m 19-997 IOWA P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK — CONSTRUCTION WATERLOO, IOWA 50704 DATE: 10 23/2020 SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C5.2 G:\C3D\17\17-997 Market\17-997 Design.dwg, C5.2 PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 127 of 131 T > — —SI f� E _E _T_ L ST STS— ST>--�—STS—ST��o ST S ST ST��STS—STS STS ST ST STS STS STS STS ST ST S f cn I /can 00 /zz . " z _ ST STaT:: nal .:.:.. / \ " I 77/-/< .�• J �/ moi::'• . . . . . . . . . . . ; . . . . . . . " . . . . . " . . \\ I KEY SWPPP BOX \� 1• z i I a . . . . " " . . . . ' . . . . . . . . . . : PROPOSED ALL-IN GROCERS / 1. FF: 851 .50 . . . . . . . . . . . / t ; W I . . . a . . . . . . . . . . . b -0 / � W H y " . . . . . " " . . I N LEGEND TOPSOIL, SEEDING, AND MULCHING (MAY INCLUDE N Z LANDSCAPING, REFER TO LANDSCAPING PLAN) 04 cn \ '�" Ncn i i i N < Q - - — — — / / / i 3 � I 1•. 1 ST ool 101 00 101 }::::::,.: ::.; :-� ;:.•. ��ST�<ST�<ST�<ST�<ST / ado '�•' C'• ST I . . . . . . . . " . . . -a y l " . r ------------ UE UE UE UE UE " , " , ' • " . yy . " . . . . . . . . . " y . . . " . . . yY E� VIC T T T T T — — — _T -T. " " -1r� ST ST `V — ��" •--ter" r � F R A N K L I N S T R E E T w\ @-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W-6W- -6W 6W— =6W— 6W-6W-6W-6W-6W-6W W O � STST ST STSTSTST QST QSTSTST ` STSTSTST / 20 O 20 40 60 FEET 00 - REMOVALS PER US HIGHWAY 63 PROJECT, COORDINATE WORK, REFER TO GENERAL NOTES — — — — OWNER/DEVELOPER: PROJECT AND LOCATION: REVISIONS DRAWING: JOB NUMBER: ILLINOIS CENTRAL PROPERTY HOLDINGS, LLC ALL-IN GROCERS DRAWN BY: ,JW REV. N0. DESCRIPTION DATE STORM WATER POLLUTION PREVENTION PLAN P.O. BOX 4236 WATERLOO, IOWA APPROVED BY: NK - FINAL STABILIZATION 19-997 FEHRG m IOWA WATERLOO, IOWA 50704 10/23/2020 DATE: SHEET NUMBER: ENGINEERING & ENVIRONMENTAL WISCONSIN SCALE: AS NOTED SET TYPE: REV. 2 CHECK C5.3 G:\C3D\17\17-997 Market\17-997 Design.dwg, C5.3 II PLOT DATE: 10/26/20 © 2020 FEHR GRAHAM Page 128 of 131 CITY OF WATERLOO Council Communication An ordinance amending the assessment process for water service line repairs. City Council Meeting: 11/2/2020 Prepared: 10/28/2020 ATTACHMENTS: Description Type ❑ Ordinance as proposed Backup Material Motion to receive, file, consider, and pass for the first time an ordinance amending the City of Waterloo Code of Ordinances by striking Subsections D, E, and F of Section 1, Mandatory Connection Required, of Chapter 2, Water Regulations, of Title 8, Public Utilities, and enacting in lieu thereof SUBJECT: new Subsections D, E, and F of Section 1, Mandatory Connection Required, of Chapter 2, Water Regulations, of Title 8, Public Utilities. Motion to suspend the rules. Motion to receive, file, consider, and pass for the second and third times and adopt said ordinance. Submitted by: Submitted By: Kelley Felchle, Cie Clerk Recommended Action: Approval. The City Clerk's Office has been processing water service line repair assessments since 1900 (Ord. 325), when the water works was a privately held investor owned organization. The practice continued when the Water Works came to its current organizational following the 1910 election. Fast forward to today, both the Water Works and the City Clerk's Office believe it will be more practical and efficient for Water Works to handle their own assessments for water service line repairs. Summary Statement: Current process is that once repairs are made, Water Works bills the cost to the property owner. If the bills are not paid after a certain period of time, Water Works Board certifies the debt to the City Clerk by sending a resolution to the City Council. My office then has to follow the state process for certifying assessments, which includes providing an additional thirty days to pay the debt prior to it being assessed. If the amount is not paid at the Water Works, my office certifies the assessment to the county. Water Works will be starting to utilize assessments unpaid water bills so we feel that it makes sense to house all Water Works related assessments with the Water Works. Page 129 of 131 Prepared Kelley Felchle, City Clerk, City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703, (319) 291-4323. ORDINANCE NO. XXXX AN ORDINANCE AMENDING THE CITY OF WATERLOO CODE OF ORDINANCES BY STRIKING SUBSECTIONS D, E, AND F OF SECTION 1, MANDATORY CONNECTION REQUIRED, OF CHAPTER 2, WATER REGULATIONS, OF TITLE 8, PUBLIC UTILITIES, AND ENACTING IN LIEU THEREOF,NEW SUBSECTIONS D, E, AND F, OF SECTION 1, MANDATORY CONNECTION REQUIRED, OF CHAPTER 2, WATER REGULATIONS, OF TITLE 8, PUBLIC UTILITIES. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF WATERLOO, IOWA, AS FOLLOWS: Section 1. That Subsections D of Section 1, Mandatory Connection Required, of Chapter 2, Water Regulations, of Title 8, Public Utilities, is hereby repealed and a new Subsections D of Section 1, Mandatory Connection Required, of Chapter 2, Water Regulations, of Title 8, Public Utilities, is enacted in lieu thereof as follows: D. Whenever the board of waterworks trustees shall cause any connection or repair to be made or any pave box lowered pursuant to this section, the board of waterworks trustees shall certify the actual cost and expense thereof, giving the name or names of the owners of the property and the amount of cost and expense to be assessed against each lot or tract of ground. Section 2. That Subsections E of Section 1, Mandatory Connection Required, of Chapter 2, Water Regulations, of Title 8, Public Utilities, is hereby repealed and a new Subsections E of Section 1, Mandatory Connection Required, of Chapter 2, Water Regulations, of Title 8, Public Utilities, is enacted in lieu thereof as follows: E. When the cost and expense of doing the work pursuant to this section in any instance shall be certified, notice shall be given and the assessment made and certified as provided by law. Section 3. That Subsections F of Section 1, Mandatory Connection Required, of Chapter 2, Water Regulations, of Title 8, Public Utilities, is hereby repealed and a new Subsections F of Section 1, Mandatory Connection Required, of Chapter 2, Water Regulations, of Title 8, Public Utilities, is enacted in lieu thereof as follows: F. When a water main has been laid in any street provided in subsection A of this section, where abutting property owners have had water connections with private mains, and connections have been made to the abutting property with the water mains so laid,the water works general manager is authorized to disconnect the private mains and shut off the water supply from the private mains. Section 4. That a copy of this ordinance shall be delivered by the City Clerk to the Black Hawk County Treasurer and the General Manager of the Waterloo Water Works upon publication. INTRODUCED: , 2020 PASSED 1St CONSIDERATION: , 2020 PASSED 2nd CONSIDERATION: , 2020 PASSED 3rd CONSIDERATION: , 2020 PASSED AND ADOPTED this th day of 2020. Page 130 of 131 Ordinance No. Page 2 Quentin Hart, Mayor ATTEST: Kelley Felchle City Clerk CERTIFICATE I, Kelley Felchle, City Clerk of the City of Waterloo, Iowa, do hereby certify that the preceding is a true and complete copy of Ordinance No. as passed and adopted by the City Council of the City of Waterloo, Iowa, on the th day of 2020 and published in the Waterloo Courier on the day of 2020. Witness my hand and seal of office this th day of 2020. Kelley Felchle City Clerk SEAL ERz�:: �l W Page 131 of 131