Loading...
Request for Proposals -Valentine Park SRF Project Copyrighted January 16, 2018 City of Dubuque Consent Items # 21. ITEM TITLE: Requestfor Proposals -Valentine ParkSRF Project SUMMARY: City Manager recommending approval of the release of a Request for Proposals for qualified consulting services to implement a Catfish Creek Watershed State Revolving Loan Fund (SRF) award for the Valentine Park SRF Project. SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Approve ATTACHMENTS: Description Type Valentine Park RFP-NNM Memo City Manager Memo Staff Memo Staff Memo Requestfor Proposals Supporting Documentation THE CITY OF Dubuque � AIFA�erlwGh UB E '�� III► Masterpiece on the Mississippi Z°°'�w'2 7A13 2017 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Request for Proposals for Valentine Park SRF Project DATE: January 8, 2018 Planning Services Manager Laura Carstens recommends City Council approval of the release of a Request for Proposals for qualified consulting services to implement a $70,000 Catfish Creek Watershed State Revolving Loan Fund (SRF) award for the Valentine Park SRF Project. I concur with the recommendation and respectfully request Mayor and City Council approval. �� �� ��� Mic ael C. Van Milligen �� � MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Teri Goodmann, Assistant City Manager Cori Burbach, Assistant City Manager Laura Carstens, Planning Services Manager THE CTTY OF Dubuque �" ui���eNe�ary DUB E 'il��i;' Masterpiece on the Mississippi Z°°' Z°'Z 2013 2017 TO: Michael C. Van Milligen, City Manager FROM: Laura Carstens, Planning Seroices Manager `'� - SUBJECT: Request for Proposals for Valentine Park SRF Project DATE: January 9, 2018 INTRODUCTION This memo transmits for City Council approval, the recommended Request for Proposals for qualified consulting services to implement a $70,000 Caffish Creek Watershed State Revolving Loan Fund (SRF) award for the Valentine Park SRF project. BACKGROUND Valentine Park is an 11-acre public neighborhood park located on the south side of Dubuque and accessed off Valentine Drive. The City of Dubuque recently acquired an 8-acre residential property adjacent to Valentine Park accessed off Cody Drive for a total of 19 acres of parkland. The Caffish Creek Watershed Management Authority manages a cost-share grant program with funding from the SRF Sponsorship Program. The Watershed Management Authority evaluates applications in terms of cost, feasibility, goals in the Caffish Creek Watershed Management Plan, visibility (public benefit), and City level of participation. Public projects with educational components are funded 100% with SRF. Management measures identified in the Caffish Creek Watershed Management Plan for Valentine Park and neighborhood concerns with stormwater runoff prompted City staff to initiate this SRF project for the entire 19-acre expanded parkland. The Watershed Management Authority approved the City's request for a $70,000 SRF award for the Valentine Park project. DISCUSSION The Valentine Park SRF Project involves installation of best management practices for the entire 19-acre expanded parkland. The SRF ProjecYs management measures include: Replant the northern half of slopes to prairie to reduce mowing/maintenance costs; bioswales to be cut into perimeter of parking lot with curb cuts; existing parking islands converted to depressed rain gardens with curb cuts, soil quality restoration and additional native plantings to naturalize unused slopes throughout the 19-acre parkland. The Valentine Park SRF Project will remove non-native species and plant native vegetation to help control erosion by stabilizing sloped areas. Soil quality restoration and additional native plantings will reduce that contribute to stormwater runoff impacting downstream neighbors. Creating rain gardens and vegetated swales (bioswales) to capture water promotes infiltration and reduces the amount of runoff entering Catfish Creek. City staff consultation with the Catfish Creek Watershed Management Authority and the Watershed Management Plan will serve as the project guide. The City's intent is that the Valentine Park SRF Project also be a demonstration project for landowners interested in similar practices. Educational costs are funded separately from SRF. With approval of the enclosed Request for Proposals, the City of Dubuque would solicit competitive proposals from qualified consultants to provide planning, permitting, design, construction and local engagement of neighbors and Dubuque citizens for native restoration and soil quality restoration in Valentine Park using the SRF funds. BUDGETIMPACT The estimated cost of$70,000 for watershed management measures would be covered 100°k by SRF. This is consistent with the Catfish Creek Watershed Management Authority's determination that public projects with educational components would be funded 100°k by SRF. The City plans to commit $5,000 in funding from the regional Parks to People plan for educational / interpretive signage about the watershed and the demonstration project. There is no direct cost to the City for the Valentine Park SRF ProjecYs watershed management measures or educational components. REQUESTED ACTION The requested action is for the City Council to approve the Request for Proposals for the Valentine Park SRF Project. Enclosure cc: Marie Ware, Leisure Services Manager Gus Psihoyos, City Engineer 2 REQUEST FOR PROPOSAL (RFP) o��q e ISSUE DATE: January 19th, 2018 T''E�'TYOF E�i! CONTACT: Dean Mattoon y���nWgm DUB E ��II�� PHONE NO: 563-543-8460 ,�„,,o„ FAX NO: 563-589-4205 Masterpie�e on the Mississippi w��.�o,> EMAIL: dmattoon@cityofdubuque.org SUBMIT PROPOSAL/OFFER PRIOR TO: SUBMIT TO: CLOSING DATE: February 19th, 2018 SEE Section 6.0 CLOSING TIME: 4:00 P.M. local time DESCRIPTION: Design, permitting, construction and public input and education coordination of Native field and soil quality restoration buffer in Valentine Park in Dubuque, lowa. RECEIPT OF PROPOSAL ACKNOWLEDGEMENT If you are considering a response to this RFP, please mark the box to p The left, fill in the information below and return this sheet as a confirmation that you received this RFP. NO RESPONSE REPLY p If you do not want to respond to this RFP at this time, please mark the box to the left, fill in the information below and return this sheet onl . COMPANY NAME: DATE: MAILING ADDRESS: CITY/STATE: ZIP CODE: AUTHORIZED SIGNATURE: PRINTED NAME: TITLE OF AUTHORIZED REPRESENTATIVE: EMAIL: PHONE: Page 1 of 20 GITY OF DUBUQUE ENGINEERING DEPARTMENT REQUEST FOR PROPOSAL Design, Permitting, and Construction Services for Native Vegetation and Soil Quality Restoration in Valentine Park. City of Dubuque, lowa January 2018 Page 2 of 20 RFP ORGANIZATION Design, Permitting and Construction Services for Native Vegetation and Soil Quality Restoration in Valentine Park. Table of Contents : SECTION PAGE 1.0 Introduction... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... 4 2.0 Project Scope of Services... ... ......... ........ ... ... ... ... ... ... .... 5 3.0 Information to be Included in the Proposal ... ... ... ... ... ... ... .... 5 4.0 Fees and Compensation... ... ... ... ... ... ............ ..... ... ....... ..... 7 5.0 Proposal Questions and Answers ... ... ... ... ... ... .... ... ... ...... 8 6.0 Submission Requirements... ... ... ........ ......... ... ... ... ... ... ... ... 8 Appendix A Consultant Evaluation Selection Process... ... ... ... ... ... ... ... ... 11 Appendix B RFP Rules and Protest Procedure..... ... ... ... ... ... ... ... ... ... .... 14 Appendix C Insurance Requirements... ... ... ......... ... ... ... ... ... ... ... ... ... ... . 16 Appendix D City of Dubuque Contract Terms and Conditions... ... ... ... ...... 19 Appendix E Project Related Data... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... 20 Page 3 of 20 Consultant Professional Services Request for Proposal 1.0 INTRODUCTION The City of Dubuque is soliciting competitive proposals, from qualified contractors, to provide planning, permitting, construction and local engagement of neighbors and Dubuque citizens for a section(s) of native restoration and soil quality restoration (SQR) in Valentine Park. This project is being funded by the State Revolving Fund (SRF) Sponsorship project program and administered by the Catfish Creek Watershed Authority Board. The worksheets for determining amounts of compost and topsoil for the SQR along with any other engineering calculations needed by the State to approve the project will be furnished by the City and the CCWMA. The project location is on a newly purchased parcel that has been incorporated into Valentine Park. (Appendix E - Exhibit 1). The CCWMA is seeking a qualified consultant that is experienced in native prairie restoration, project management and construction procedures, as well as engaging with the public and holding input and educational meetings on site with the general public and specifically citizens who live around the border of Valentine Park. The site will also be used as a demonstration day for SQR and native restoration which the Contractor will work closely with CCWMA administrators to facilitate. The anticipated scope of the project includes but is not limited to: . Removing all existing vegetation . Complying with the City's Integrated Pest Management Program . Seeding and maintaining for two years the native prairie . Aerating and applying compost / topsoil to the SQR buffer strip . Engage with the local residents regarding the project . Helping to coordinate a demonstration day for the SQR portion of the project The project budget for the consultant services and all construction and project costs is up to $70,000. Valentine Park is located at 860 Valentine Drive in Dubuque, lowa. The project area is approximately 8.25 acres. This Request for Proposals (RFP) contains instructions for the preparation and submittal of a proposal to the City of Dubuque to assist with this important project. Pre-Submittal Meeting and Site Visit An informational meeting regarding this project and RFP will be held at 10AM on February 2nd, 2018 at Valentine Park (Main Entrance). All pertinent information regarding this project and RFP will be reviewed at the meeting. All interested, qualified firms are asked to attend. Page 4 of 20 Submittal Deadline February 19th, 2018, 4:OOpm Submittal Location Please submit 6 paper copies (1 original and 5 copies of your focused, concise proposal to: RE: Valentine Park Restoration City Hall c/o Laura Carstens, City Planner 50 West 13�h Street Dubuque, lA 52001 2.0 PROJECT SCOPE OF SERVICES The scope of services or the project plans may be divided, truncated, phased, or expanded at the sole discretion of the City of Dubuque, the proposal shall outline the means and methods by which the consultant will provide the scope of services identified herein. 2.1 PROJECT MANAGEMENT The consultant shall identify one person to serve as the Project Manager for this project. The Project Manager shall be the primary point of contact forthe exchange of all information between the city and consultant team. The Project Manager will be required to perform the following: 2.1 .1 Prepare and submit, to the Owner, a work breakdown schedule (WBS) with each monthly billing to show the progress of the project. Monthly billings that do not include the WBS will not be submitted for payment; 2.1 .2 Secure contact of and communication with the City of Dubuque engineering staff and other parties of interest in person and through written correspondence necessary to complete the requirements of this project. Please note that the selected consultant will be responsible for selecting and negotiating and entering into agreements with any other subconsultants needed to complete the project. Since they will be an integral part of the selected consultanYs project team, any subconsultants that will be members of your project team should be identified in your proposal. Your proposal should also include a brief description of your subconsultanYs experience as it relates to the project and to the specific tasks to which they will be assigned. 3.0 INFORMATION TO BE INCLUDED IN PROPOSAL The submitted proposal should address all aspects of the required scope of work discussed in this RFP. The proposal should be prepared simply and economically, Page 5 of 20 providing a straightforward, concise description of the consultanYs capabilities to satisfy the requirements of the RFP. To simplify the review process and to obtain the maximum degree of comparability, the proposal shall include the following information and shall be organized in the manner specified below. While additional data may be presented, the following subjects must be included. They represent the criteria against which the proposal will be evaluated. 3.1 Letter of Transmittal Provide a letter of transmittal briefly outlining the Proposer's understanding of the project and list the project manager's name, address, telephone number, fax number and e-mail address. The name that is provided for the project manager will be used as the primary contact during this RFP process. Each proposal shall contain a table of contents that delineates each section contained in the proposal and the corresponding page number. 3.2 Profile of Firm Provide general background information about the firm and its areas of expertise as they relate to this RFP. Include information about the key project team members who will be assigned to the project and their areas of expertise that will be utilized on the project. Include a flow chart that shows the communication path between the city and key project team members. Include all project team members on the flow chart and show the supervisory relationship between all members of the team. 3.3 Proposed Project Team Qualifications Describe the experience and success of the Firm and key personnel proposed for the Dubuque project, in performing similar projects. Specifically include any experience and success the firm or key personnel have working in ecosystem restoration, and/or environmental planning. Include at least 3 client references (including individual contact name, email and telephone numbers) from similar projects that have been completed in the last five (5) years AND the list the names of project team members proposed for the Dubuque project who have worked on the referenced projects. Describe the name and location of other sub-contracting firms that would be used by the Consultant during the project. List the approximate percentage of the work that would be pertormed by each of these firms. Briefly describe any relevant experience and qualifications of the sub-contracting firm. 3.4 Proposed Project Schedule Page 6 of 20 Provide a design/construction project schedule outlining the time period and estimated completion date of the proposed scope of work. This should include a schedule and description of all deliverable reports/documents throughout the project. 3.5 Certificate of Insurance The selected firm will be required to meet the City's insurance requirements for professional services. (See attached Insurance Schedule F/Appendix D.) 3.6 Sustainable Dubuque Initiatives In 2006, the Mayor and City Council identified Sustainability and Green City designation as a top priority. Since then, the city has been working on numerous projects to help implement this priority as listed on the website http://www.sustainabledubuque.orq. The selected firm shall follow the Vision Statement and eleven sustainable principles on this City of Dubuque project. 3.7 Federal Consent Decree All potential contractors and consultants to the City of Dubuque (City) that pertorm work that may apply to or impact the cities sanitary sewer collection system shall sign the "Certification by contractor or consultanY' Consent Decree http://www.citvofdubuque.orq/DocumentView.aspx?DID=3173 or a hardcopy can be provided upon request. You are required to review the Consent Decree and comply fully with its terms and conditions 3.8 Understanding of Final Contract Terms The Proposer should provide a statement that indicates they have read and understand Appendix C — "City of Dubuque Contract Terms and Conditions", and agree to include the clauses that are listed in Appendix C in the final signed contract. Any exceptions to the Contract Terms and Conditions by the Consultant must be clearly stated in their submitted Proposal. 4.0 FEES AND COMPENSATION Provide a Not-to-Exceed fee budget and not to exceed reimbursables if applicable for completion of the proposed scope of services with cost breakdowns by major scope element. The fees should be placed in a separate sealed envelope. The cost breakdown must be shown on the Work Breakdown Schedule included with this RFP. Also include a rate structure. The Consultant will be progressively paid for the earned value of progress made for each major scope element completed, plus reimbursable expenses, subject to the agreed upon Not-to-Exceed amount as written in the signed contract. Invoices shall be paid on a monthly basis. All invoices must be accompanied by a current WBS showing the progress of each scope item. Page 7 of 20 Quotation of fees and compensation shall remain firm for a period of at least 60 days from the RFP submission deadline. 5.0 PROPOSAL QUESTIONS AND ANSWERS From the date of issuance of the RFP until final City action, the Proposer shall not discuss the RFP with or contact any other City of Dubuque staff or any of the Selection Committee members except as expressly authorized by the City's designated project manager, identified in this section (Section 5.0) for this proposal. Violation of this restriction will be considered a violation of the rules and be grounds for disqualification of the Proposer's proposal. If you have any questions concerning this proposal, or other technical questions, please submit your requests to the City's designated Project Manager. The project manager will contact staff and issue addenda or clarifications, to the RFP as needed. The City has used considerable efforts to ensure an accurate representation of information in this RFP. Each Proposer is urged to conduct its own investigations into the material facts provided. No answers given in response to questions submitted shall be binding upon this RFP unless released in writing (letter, fax or email) as an officially numbered and titled addendum to the RFP by the City of Dubuque. Any questions concerning this proposal must be received on or before 12:00 p.m. CST on February 9�h, 2018. Any inquiries received after this date will not be answered. When submitting a question to the Project Manager, please include the appropriate Consultant contact information. Contact information is as follows: Dean Mattoon City of Dubuque Engineering Department Phone 563.543.8460 50 West 13th Street E-mail: dmattoon(c�citvofdubuque.orq 6.0 SUBMISSION REQUIREMENTS Before submitting a proposal, each Proposer shall make all investigations and examinations necessary to ascertain site conditions and requirements affecting the full performance of the contract and to verify any representations made by the City upon which the Proposer will rely. Page 8 of 20 PROPOSAL SUBMITTAL INFORMATION • Submittal Deadline: February 19th, 2018 on or before 4:00 p.m. (Local time) • Submittal Mailing Address: City of Dubuque City Hall RE: Valentine Park Restoration c/o: Laura Carstens, City Planner 50 West 13�h St. Dubuque, lA 52001 • Submittal Copies: Proposal: Six (6) hardcopies and one electronic (.pd� copy shall be provided. Fees: Six (6) hardcopies and one electronic (.pd� copy shall be provided The proposal and fees must be submitted in separate seal envelopes and clearly marked as "Proposal" and "Fees". Submit one (1) original signed proposal and five (5) copies all labeled Valentine Park Restoration. Submitted proposals must be in delivered in printed format. In addition, supply one (1) electronic version of the proposal in .pdf format. No faxed or e-mail proposals will be accepted. The proposal must be a document of not more than twelve (12) numbered 8-1/2 x 11-inch pages, not including the letter of transmittal and project schedule.. Proposals should not include any pre-printed or promotional materials. Any proposals exceeding 12 numbered pages may not be considered. The proposals shall be 100% recyclable. No binders are to be used. Each addendum must be acknowledged in the Letter of Transmittal by providing the addendum number and title if an addendum is issued. Failure to acknowledge each addendum will be considered grounds for possible disqualification. It is solely the ConsultanYs responsibility to ensure that you have received all addendums to this RFP before submitting the proposal. The original proposal document shall be signed in blue ink by an officer of the company who is authorized to legally bind the Proposer to its provisions. Proposals are to contain a statement indicating the period during which the proposal will remain valid. A period of not less than sixty (60) calendar days from the proposal closing date is required. Each Consultant assumes full responsibility for delivery and deposit of the completed proposal package on or before the deadline. Any proposals received after the submittal deadline will not be considered, and will be returned unopened to the Proposer. The City of Dubuque will not be responsible for any loss or delay with respect to delivery of the proposals. Page 9 of 20 The City of Dubuque is not liable for any cost incurred by any Contrador / Consultant prior to the execution of an agreement or contract. Nor shall the City of Dubuque be liable for any costs incurred by the firms in responding to this RFP and those not specified in any contract. All results from this project will remain the property of the City of Dubuque. Thank you for your consideration and interest in the projed. Sincerely, �'; )� /���._:..; � Dean Mattoon, CMS4S, CESSWI Engineering Technician City of Dubuque, IA Page 10 of 20 Valentine Park Restoration Consultant Professional Services Request for Proposal January 2018 Appendix A Consultant Evaluation and Selection Process Page 11 of 20 INITIAL EVALUATION CRITERIA Proposals will be screened to ensure that they meet the minimum requirements of the proposal format. A selection committee of City of Dubuque personnel will review qualifying proposals and select Firms for placement on the Consultant short-list for the project. The following criteria are among those that will be used to initially evaluate submitted proposals. 1 . The proposed project team's level of professional competence and a proven track record in: ❑ Ecosystem restoration; ❑ Applying for and obtaining the permits that will be required for this project; ❑ Working with native landscaping, and soil quality restoration 2. The proposed project team's experience working together on similar projects. 3. The quality of the proposal based on the: ❑ Demonstrated understanding of the City's overall objectives; ❑ Design approach/methodology in completing scope of service; ❑ Level of interest; ❑ Knowledge of the project site; ❑ Proposed schedule; ❑ Creativity and problem solving ability; ❑ Ability to demonstrate initiative and motivation; and ❑ Local economic impact. CONSULTANT SHORT-LIST EVALUATION CRITERIA A selection committee may or may not interview short-listed firms. If interviews are held, both the original submitted proposal and the results of Consultant interview may be used to evaluate consultants. In addition to the evaluation criteria listed above, interviews will be judged on the consultanYs: ❑ Responsiveness and compatibility with the City; ❑ General attitude and ability to communicate; Page 12 of 20 ❑ Ability of the Consultant to communicate ideas through prepared documents and presentations; ❑ Ability to listen, be flexible, and follow and/or implement direction and/or ideas or concepts; ❑ How the Consultant team would interact with the general public, City staff, and public officials; and ❑ Proposed fee in relationship to the services offered. Should the City conduct interviews, they will be conducted in a condensed format in an effort to save time and costs associated with interview preparations. The format will consist of two 15 minutes segments. The first segment will be for the consultant to; make introductions of the team, describe the consultants understanding of the project, and to discuss the consultants proposed schedule. The second segment of the interview will be for the committee members to ask questions of the consultant. The City may also review direct and indirect references of previous work product. The City may utilize site visits or may request additional material, information, and presentations from the Proposer(s) submitting the proposals. SELECTED VENDOR FEE NEGOTIATION PROCESS Upon the successful completion of Consultant proposal reviews and interviews (if conducted), the committee shall recommend the selection of a Consultant to the City Manager. The City Manager may in turn make a recommendation to the City Council. A finalized scope of work and fee structure shall be directly negotiated with the Firm that is selected by the Dubuque City Council. Upon successful negotiation of the final scope of work and fees, the Consultant shall prepare and submit, to the City, a final Work Breakdown Structure (WBS) to reflect the negotiated contract. The City's WBS form shall be used by the Consultant. Each major task/scope element of the WBS shall have a defined cost and schedule. When the final scope has been determined, a design fee has been negotiated, and the WBS has been finalized, the consultant shall incorporate the WBS into the contract documents being prepared for signature. The Consultant shall also include, in the final contract documents, the language contained in Appendix D - City of Dubuque Contract Terms and Conditions. If a contract satisfactory and advantageous to the City can be negotiated at a price considered fair and reasonable, the award shall be made to that offeror. Otherwise, negotiations with the offeror ranked first shall be formally terminated and negotiations commenced with the Consultant ranked second, and so on until a contract can be negotiated that is acceptable to the City. Page 13 of 20 Valentine Park Restoration Consultant Professional Services Request for Proposal January 2018 Appendix B RFP Rules and Protest Procedure Page 14 of 20 MINOR IRREGULARITIES The City reserves the right to waive minor irregularities in submitted proposals, providing such action is in the best interest of the City. Minor irregularities are defined as those that have no adverse effect on the City's best interests, and will not affect the outcome of the selection process by giving the Proposer an advantage or benefit not enjoyed by other Proposers. EXCEPTIONS Proposer exceptions to any part of the requirements stated in this request must be clearly identified as exceptions and noted in the transmittal letter and in the submitted budget. RANKING OF THE PROPOSALS No debriefings or scoring information shall be released before the City Manager has recommended that a contract be negotiated with the recommended firm. However, after said authorization has been given, all contents of the selected proposal shall become public information. DEFINITIONS The City has established for the purposes of this RFP that the words "shall", "musY', or "will" are equivalent in this RFP and indicate a mandatory requirement or condition, the material deviation from which shall not be waived by the City. A deviation is material if, in the City's sole discretion, the deficient response in not in substantial accord with this RFP's mandatory conditions requirements. The words "should" or "may" are equivalent in this RFP and indicate very desirable conditions, or requirements but are permissive in nature. Deviation from, or omission of, such a desirable condition or requirement will not in and of itself cause automatic rejection of a proposal, but may result in being considered as not in the best interest of the City. DISPUTES/EXCEPTIONS Any prospective Proposer who disputes the reasonableness or appropriateness of any item within this RFP document, any addendum to this RFP document, notice of award or notice of rejection shall set forth the specific reason and facts concerning the dispute, in writing, within five (5) business days of the receipt of the proposal document or notification. The written dispute shall be sent via certified mail or delivered in person to the point of contract set forth in Section 7.0, who shall review the written dispute and work with the City Manager to render a decision which shall be considered final. Page 15 of 20 Valentine Park Restoration Consultant Professional Services Request for Proposal January 2018 Appendix C City of Dubuque Contract Terms and Conditions Page 16 of 20 TERMS AND CONDITIONS The following clauses shall be included in the final signed contract: 1. CONSULTANT'S ENDORSEMENT ON PLANS. The Consultant shall endorse the completed computations prepared under this Agreement, and shall affix thereto the seal of a licensed professional engineer, or licensed professional architect, licensed to practice in the State of lowa, in accordance with the current Code of lowa. 2. CHANGE IN SCOPE OF SERVICES. No change in scope shall be permitted during this project without the prior written agreement of both parties and the WBS being updated. 3. SUBSTITUTION OF PROJECT TEAM MEMBERS. The Project Manager, partners, management, other supervisory staff and technical specialists proposed for the project may be changed if those personnel leave the Consultant. These personnel may also be changed for other reasons however, in either case, the City retains the right to approve or reject the replacements and no replacements shall begin working on the project without the express, prior written permission of the City of Dubuque. 4. INSURANCE. Consultant shall at all times during the pertormance of this Agreement provide insurance as required by the attached Insurance Schedule. 5. INDEMNIFICATION. To the fullest extent permitted by law, Consultant shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from pertormance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itsel� including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Consultant, ConsultanYs subcontractor, or anyone directly or indirectly employed by Consultant or Consultant subcontractor or anyone for whose acts Consultant or ConsultanYs subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 6. ERRORS & OMISSIONS. In the event that the work product prepared by the Consultant is found to be in error and revision or reworking the work product is necessary, the Consultant agrees that it shall do such revisions without expense to the City, even though final payment may have been received. The Consultant must give immediate attention to these changes so there will be a minimum of delay during construction. The above and foregoing is not Page 17 of 20 to be constructed as a limitation of the City's right to seek recovery of damages for negligence on the part of the Consultant herein. 7. OWNERSHIP OF ENGINEERING DOCUMENTS. All sketches, tracings, plans, specifications, reports on special studies and other data prepared under this Agreement shall become the property of the City and shall be delivered to the Project Manager upon completion of the plans or termination of the services of the Consultant. There shall be no restriction or limitations on their future use by the City, except any use on extensions of the project or on any other project without written verification or adaptation by the Consultant for the specific purpose intended will be the City's sole risk and without liability or legal exposure to the Consultant. The City acknowledges the Consultant's plans and specifications, including all documents on electronic media, as instruments of professional service. Nevertheless, the plans and specifications prepared under this Agreement shall become the property of the City upon completion of the services and payment in full of all moneys due to the Consultant. The City is aware that significant differences may exist between the electronic files delivered and the respective construction documents due to addenda, change orders or other revisions. In the event of a conflict between the signed construction documents prepared by the Consultant and electronic files, the signed construction documents shall govern. The City may reuse or make modifications to the plans and specifications, or electronic files while agreeing to take responsibility for any claims arising from any modification or unauthorized reuse of the plans and specifications. 8. SUBLETTING, ASSIGNMENT OR TRANSFER. Subletting, assignment, or transfer of all or part of the interest of the Consultant in this Agreement is prohibited unless written consent is obtained from the Engineer and approved by the City. Page 18 of 20 Valentine Park Restoration Consultant Professional Services Request for Proposal January 2018 Appendix D Insurance Schedule F Page 19 of 20 City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub-Subcontractors INSURANCE SCHEDULE F Class A: Asbestos Removal Fiber Optics Sanitary Sewers Asphalt Paving Fire Protection Sheet Metal Concrete Fireproofing Site Utilities Construction Managers General Contractors Shoring Cranes HVAC Special construction Culverts Mechanical Steel Decking Paving &Surfacing Storm sewers Demolition Piles &Caissons Structural Steel Deconstruction Plumbing Trails Earthwork Retaining Walls Tunneling Electrical Reinforcement Water main Elevators Roofing Class B: Chemical Spraying Landscaping Rough Carpentry Doors, Window & Masonry Stump Grinding Glazing Vehicular Snow Removal Tank Coating Drywall Systems Painting &Wall Covering Tree Removal Fertilizer Application Pest Control Tree Trimming Geotech Boring Scaffolding Tuckpointing Insulation Sidewalks Waterproofing Finish Carpentry Plastering Well Drilling Class C: Carpet Cleaning General Cleaning Power Washing Carpet & Resilient Grass Cutting Tile &Terrazzo Flooring Flooring Janitorial Window Washing Caulking & Sealants Non Vehicular Snow& Acoustical Ceiling Ice Removal Filter Cleaning Office Furnishings Page 1 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors November 2017 City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors INSURANCE SCHEDULE F (continued) 1. Contractor shall furnish a signed certificate of insurance to the department responsible for the contract for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Contractors presenting annual certificates shall present a certificate at the end of each project with the final billing. Each certificate shall be prepared on the most current ACORD form approved by the lowa Department of Insurance or an equivalent approved by the Finance Director. The certificate must clearly indicate the project number, project name, or project description for which it is being provided Eg: Project # Project name: or Project Location at or construction of 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in lowa and all insurers shall have a rating of A or better in the current A.M. BesYs Rating Guide. 3. Each Certificate required shall be furnished to the Department of the City of Dubuque. 4. Failure to provide the coverages described in this Insurance Schedule shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this contract. 5. Contractor shall require all subcontractors and sub-subcontractors to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurance from all such subcontractors and sub-subcontractors. Contractor agrees that it shall be liable for the failure of a subcontractor and sub-subcontractor to obtain and maintain such coverage. The City may request a copy of such certificates from the Contractor. 6. All required endorsements to various policies shall be attached to the certificate of insurance. 7. Whenever an ISO form is referenced the current edition must be provided. 8. Contractor shall be required to carry the minimum coverage/limit, or greater if required by law or other legal agreement, in Exhibit I - Insurance Schedule F. If the contractor's limits of liability are higher than the required minimum limit then the contractor's limits shall be this agreemenYs required limits. Page 2 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors November 2017 City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors INSURANCE SCHEDULE F (continued) EXHIBIT I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG0001 or business owners form BP0002. All deviations from the standard ISO commercial general liability form CG 0001 or business owners form BP 0002 shall be clearly identified. 2) Include ISO endorsement form CG 25 04"Designated Location(s) General Aggregate LimiY' or CG 25 03 "Designated Construction Project(s) General Aggregate LimiY' as appropriate. 3) Include endorsement indicating that coverage is primary and non-contributory. 4) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 5) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10 (Ongoing operations). 6) The additional insured endorsement shall include completed operations under ISO form CG 2037 during the project term and for a period of two years after the completion of the project. 7) Policy shall include Waiver of Right to Recover from Others endorsement. B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by lowa Code Chapter 85. Coverage A Statutory—State of lowa Coverage B Employers Liability Each Accident $100,000 Each Employee-Disease $100,000 Policy Limit-Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. Coverage B limits shall be greater if required by the umbrella/excess insurer. Nonelection of Workers' Compensation or Employers' Liability Coverage under lowa Code sec. 87.22 _yes _form attached Page 3 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors November 2017 City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors INSURANCE SCHEDULE F (continued) C) AUTOMOBILE LIABILITY Combined Single Limit $1,000,000 D) UMBRELLA/EXCESS LIABILITY Umbrella liability coverage must be at least following form with the underlying policies included herein. All Class A contractors with contract values in excess of$10,000,000 must have umbrella/excess liability coverage of$10,000,000. All Class A and Class B contractors with contract values between $500,000 and $10,000,000 must have umbrella/excess liability coverage of$3,000,000. All Class A and B contractors with contract values less than $500,000 must have umbrella/excess liability coverage of$1,000,000. All Class C contractors are not required to have umbrella/excess liability coverage. All contractors performing earth work must have a minimum of$3,000,000 umbrella regardless of the contract value. E) ENVIRONMENTAL IMPAIRMENT LIABILITY OR POLLUTION LIABILITY Coverage required: _yes _ no Pollution liability coverage shall be required if project involves any pollution exposure for hazardous or contaminated materials including, but not limited to, the removal of lead, asbestos, or PCB's. Pollution product and complete operations coverage shall also be covered. Each Occurrence $2,000,000 Policy Aggregate $4,000,000 1) Policy to include job site and transportation coverage. 2) Include additional insured for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 2010. (Ongoing operations) as stated in A(6) above or its equivalent. 3) Include Preservation of Governmental Immunities Endorsement. 4) Provide evidence of coverage for 5 years after completion of project. Page 4 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors November 2017 City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors INSURANCE SCHEDULE F (continued) F) RAILROAD PROTECTIVE LIABILITY Coverage required: _yes _ no Any contract for construction or demolition work on or within fifty feet (50') from the edge of the tracks of a railroad or effecting any railroad bridge or trestle, tracks, roadbeds, tunnel, underpass, or crossing for which an easement or license or indemnification of the railroad is required, shall require evidence of the following additional coverages. Railroad Protective Liability: $ each occurrence (per limits required by Railroad) $ policy aggregate (per limits required by Railroad) OR An endorsement to the Commercial General Liability policy equal to ISO CG 2417 (Contractual Liability-Railroads). A copy of this endorsement shall be attached to the certificate of insurance. Page 5 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors November 2017 City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunitv. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, lowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, lowa under Code of lowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coveraqe. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of lowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of lowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunitv. The City of Dubuque, lowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non-Denial of Coveraqe. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, lowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, lowa. No Other Chanqe in Policv. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) Page 6 of 6 Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors November 2017 Valentine Park Restoration Consultant Professional Services Request for Proposal January 2018 Appendix E Project Data: Valentine Park Overview map Project Sheets for State of lowa Water Quality Improvement Projects PLEASE NOTE (Overview Map Acreage and Project sheet numbers are for estimated quantities only. Actual amounts of seed and compost may vary with the contractor's measurements.) Page 20 of 20 =,,A � : Catfish Creek Watershed ���; , r .yr;. yp ,����� ��.i v � i � . �GF�* �. � " �\ t � /L��• ��r� ,/ % . ' ��,\...i alal� � '� ` � \ \,�� �/AIC',;�'�\�a�\ #, . � � .��� � ; � ; � 4 _ . �� ,, � . , .� , �:��� ;y, ��� .+\ SQR Buffer `+�� �`� • � �� Y �- _. . Y (40.50'Wde) � ��/e� � �� , � . . ♦ � ♦ .�� � :f .. ♦ . �� ��. . � � � \� r��. v �- a. . �. 9 � ��n� � � _ , , � � .' �� #` \ � � > ���� A " �' \ � � � ` _ :'$Ai\?.f��\ . . � ! PrairieRestoration ���� � � ,�., � . (Approximately5-6Acres) � �. j� �' � �e1 ` -1� .��`". "� / � 1 ' ' ,/t �� T �"-'� . � \�� ` t *�� ' / .\ a � _� � . - ' . � I � ,� �� �` , . � � , ��� �Y � �---------- .� _ o ��� • ,- �A . �. � . , . � � . : � , �,,� � � : �� � �� ,�. . ���� i+�,. a fi"� �f` � " . � .�\� `�✓�� C + , ,pT��`x;,� %\ \\ ... Y: 4 . 5.. � ' � � 1 � '�*'l\ �' � _. � � - . \��.t;,.�w, � .. ,.��� �. _ ; --�"��., � E � �. �T . � • • ' s s y � �.� " �: T �� y�F �� � 5' ,��.T�: .� � .:iryofoubuque�sessor Figure A: Valentine Park Restoration �sa,aa, ���, Loca[or Map �I Legentl _"�� co�mv I crsn�artne � Airport rvaa�oxc�a �, I warersnee \ �s o s. �i Roads o�e�q�e -----'----- � Railroad co�my dooa��a� .\,��o�co���y — Stream&Tributaries �o�``\ Open VUater � —\ j___� State Boundary hBquoketa AppleJlum warersnee warersnee; O Catfish Creek VUatershed —--— —' ! Q Catfish Creek Subwatersheds _�_— —— �°"as �a`�°" � Q qdjacent VUatersheds oarz soumes: co��y co�my DRAFT SQR retrofittin� of existin� lawns September 15, 2015 Applicant City of Dubuque Date treated Work to begin around April lst, 2018 Submitted by Dean Mattoon Project location g60 Valentine Drive 1. How many square feet of lawn will be treated with SQR 135,000 SF 2. Depthofaeration 4-6�� inches 3. Average depth of compost application •5 inches 4. Total quantity of compost applied 125.55 tons /Cy 5. Describe any treatments other than aeration and a '/:"to %" blanket of compost (i.e. placing a 2 inch compost in areas devoid of vegetation and re-seeding) 6. Show calculations for compost quantities: 135,000 .5 209.25 125.55 7. Was supplemental seeding done in addition to aeration and composting X yes _no 8. If yes, list the species seeded and the rate applied potential seed mix of low to no mow fescue FOR REVIEWERS USE ONLY ❑ Design appears to comply with applicable design standards, and local, state, and federal requirements. ❑ Design does not appear to comply with applicable design standards, and local, state, and federal requirements. Comments: Name of Reviewer: Date: Signature: D�� 1 f2[fishtreek4VaterQ�alityF\mmngPmg' ShcQuNiryfte4wa[ionGrw[Program -- BackgrountllProgram Description � ���`� TheCattishCreekWatershedManagementAumonry (CCWMA) andmeCiryof ��pTFISH �BEEK Dubuquehavepartneredroge[her[ocrea[eanewms[sharepmgram [ha[ n offers all Catfish CreeklandownersfinancialincenOves[oins[all mnserva0on pracOces on [heir � property. The Cattish Creek Wa[ershed AUNoriry Managemen[Board has finalrzed a wa[ershed managemen[plan for Ne enOre 46,000.acre wa[ershed and now plans on implemen[ing mnservafion pracocesNroughou[Ne wa[ershed. The CCW MA will now be accep[ing applica0ons for Soil �ualiry Res[ora0on (S�R) pmjec[ proposals. S�R is aimed a[impmving soil healN by res[oring organic matter and dammpac[ing [igh[ claysoils. Bydoingso, Nisimpmvess[ormwa[erinfiltra[ionandallowsourgreenspaces mabsorbmorewa[er. Addifionally, i[ elimina[es[heneedforaddifionalfertilrzersandchemicals on our lawns. In Ne end, S�R impmves wa[er qualiry and reduces peak flows as more s[ortnwa[er mnoff is absorbed in our green spaces. TheCCWMAwillhavemughly $100,OOOrospendonSY]Rprojec6. Afterapplica[ionsare apprwed, fundingwillmmeonafirs[mmebasisun0lall $100,OOOhasbeenexpended. While [he funding is available, SY]R pmjecGs will be eligible for]5% of funding up ro a maximum of $3,000 per home. The homeowner will be required ro hire a cerOfied mntrac[or or bemme cerOfiedNemselves (ifdoing [hework[hemselves). AcerOfica[ionclasswillbeofferedon Sep[ember13'ha[NeSWissValleyNa[ureCen[erCen[er. Formoreinfortna0on, pleasecallNe Cattish Creek Wa[ershed Adminis[ra0on a[563690.6116. aeebati�wanee��a�z�wym�mm�m�mme a�m o-vaw,a.:neaaams+5�e�3 � mmstv�apptietim ComplehMeapplWtlo¢(om.Iwl'eadesu¢tlo¢o(Mepa'ojectandskehhm'p4 s(m'tlapa'oje6. w0bexe�J�� ble[m'tla�eeml'o[tliecop'OOOpm'a¢eloptlms4da �¢'oje6bfallswm' $3950.00Me4 dowe�m' ryo� ) 3. TheappCatlo¢1sa'equd'edtobeSg�edbyallpa'opeaTyowrea'swM1m'etlLs �¢oje6w0ocav'. I(tlapa'ojec[lsba'a homeoNmetxazmchtlo¢MeappCmtloom¢xtbexlgretlbyaboaztlmembsa¢tlw��etlbytlaazmchtlon �omplehtlappCatlo¢s'supportNg&aweWrsto tla G�Bshtreek4✓MA. i ThewmplehLcooY-e6m'wM9�tlo¢eieeLs[obea'etomeL�¢Im'toa'elminvsemeN. [mAtims Theappl4antlsa'erpo¢9ble[m'Me EaymeNo[all evpe¢sesazsoc4e[atlMM[he wm'k Opo¢rvbmM1hl o[paltla'eulRsantl wpcesfiilBelLa'Mew,MeLC4✓MAwOa'elminvsetlaappCwEwMNi60Lays. �,m,wama o[�aev�oV,a v�'q,¢ss m, :m,:,m�wmmr o[m, v�'�e,rn �w�a�.m, mr w:m, ccwmnss w� Ilable(m'pm'sorelviftaym'pa'op¢tytlama�a'esilWgGomaldwm'k hoje6s appa'wetl !na' [wtlNg �a'ay w 1mE14tl wana4y by Me (YM1NMA. ImplmeWztlo¢antl euadihrerce are tla r,mo�namo�m,woe,rnow�„�. m,woe,nrow�,.�ss�,mo�romm��y�o�,.+ae.o��,ma�e,�wnu.,��yn,�,aw,a. mobe yowoslpJ�bm's.I(yowoslpJ�borsare m[aFaR o(Me pa'ojecLYlrcRkeep tlamWomeLanL smkLpo[beba'e LWigMewm'k O�avagelsmesM1arebee¢Imowe�towvseyearso(0w0beMee¢M�bm's. �g beco 1 dwMNia.4emnoA do(a'e�elrvi ttlbtlo¢tln[tla Fasbee¢ dba' �m�vrt mPeh Pealo & w FTole6 zPF^re — � — 7. Soil Quality Restoration must be performed during from April 1 - June 15 OR September 1 - November 15�. Summer monthsare notallowed. 8. Projects must use generally accepted BMPs. Reference/resource materials include the Iowa Stormwater Manual and the EPAmanualofUrbanStormwaterRetrofitPractices (htto://www.iowastormwater.orQ/1. 9. Contact the CCWMA administrators when your project is completed to schedule a field review of the project When the field review verifies the project has been successfully completed,the CCWMA will reimburse the property owner within sixty days. 10. AllApprovedApplicationmustcompleteSoilQualityRestorationDesignGuidelineReviewDocument Questions regarding this application should be directed to C3Y�1SI1Ci001CW 3Y0SI10d(L�7=�Yll311.COril . BMP FUNDING APPLICATION Name: City of Dubuque Address: g60 Valentine Drive Daytime Phone: 563-543-8460 Evening Phone: same Email: dmattoon@cityofdubuque.org � Sketch or plans for BMP (Best Management Practice) are attached. Select the type of BMP proposed: � Soil Quality Restoration (SQR) Anticipated start date: 4/1/2018 Anticipated completion date: 5/1/2018 Fundin summ Pro'ect com onent item Cost Estimate 135,000 s.f. of SQR around border of natives unknown at this time at Valentine Park in the Ci of Dubu ue I have read and understand the conditions listed on the BMP Program Description and authorize an inspection by the City Hall to evaluate this application and conduct a field review of the completed project and I have successfull com leted desi n uidelines Dean Mattoon 1/4/18 Property Owner's Signature Date Name and address, if different from above CCWMAApprovals Funding Approval CityAdministrator Date AmountApproved Field Review Veri icadon Approved Date Checklssued Number/Date Soil Quality Restoration on Existing Turf LandownerName: CityofDubuque Date of Soil Quality Restoration: 4/1/2018 Address: g60 Valentine Drive Square footage of area treated: 135,000 Depth of Aeration: 4-6" Source of Compost: Davenpart Tons/Cubic Yards of Compost Applied: 125.55 Tons Average Depth of Compost Applied: ,5" Depth of Topsoil: 6�� Was supplemental seeding applied? Yes � No ❑ Reason for supplemental seeding (patchy grass, dead spots, etc.) Areas were killed off far the planting of natives Is the supplemental seeding mix compatible with the existing turf grass? Yes C� No ❑ If supplemental seeding was applied, what was the seeding rate and what was planted? Seeding rates to be added when performed Notes: Soil Quality Restoration Steps: 1. Soil Quality Restoration is typically completed during the spring and fall. Avoid summer applicarions when compost can burn the grass. 2. Contact Iowa One Call to have urilities marked. Locate and mark private utilities,sprinklers,underground pet fencing,etc. 3. Mow existing vegetation to a height of approximately 2-3 inches (Avoid mowing if there is a risk of frost.) 4. Aerate to a depth of 4 inches (6 to 9 inches preferred). 5. Based on site condirions,apply'/z-3/4 inch compost blanket over the mowed area.Grass should be poking through the compost applicarion. If grass isn t showing,pull grass through compost layer with rake unril you can see grass. 6. If needed,apply seed as specified or incorporate seed into the compost blanket if using a pneumatic blower. If supplemental seeding is applied,water twice daily(morning and evening)until vegetarion is established. I certify that soil quality restoration was done according to the information/steps above. Landscaper Name and Company and Phone Soil Quality Restoration on New Construction/Establishment of Turf Landowner Name: Date of Soil Quality Restoration: Address: Square footage of area treated: Depth of Aeration: Source of Compost: Tons/Cubic Yards of Compost Applied: Average Depth of Compost Applied: Depth of Topsoil Onsite: Was supplemental seeding applied? Yes ❑ No ❑ Reason for supplemental seeding (patchy grass, dead spots, etc.) Is the supplemental seeding mix compatible with the existing turf grass? Yes ❑ No ❑ If supplemental seeding was applied, what was the seeding rate and what was planted? Notes: Soil Quality Restoration Steps: 1. Soil Quality Restoration is typically completed during the spring and fall. Avoid summer applications when compost can burn the grass. 2. Contact Iowa One Call to have urilities marked. Locate and mark private utilities,sprinklers,underground pet fencing,etc. 3. Mow existing vegetation to a height of approximately 2-3 inches (Avoid mowing if there is a risk of frost.) 4. Aerate to a depth of 4 inches (6 to 9 inches preferred). 5. Based on site condirions,apply'/z-3/4 inch compost blanket over the mowed area.Grass should be poking through the compost applicarion. If grass isn't showing,pull grass through compost layer with rake unril you can see grass. 6. If needed,apply seed as specified or incorporate seed into the compost blanket if using a pneumatic blower. If supplemental seeding is applied,water twice daily(morning and evening)until vegetation is established. I certify that soil quality restoration was done according to the information/steps above. Landscaper Name and Company and Phone