HomeMy WebLinkAbout02/14/20111.
2.
3.
4.
5.
6.
7.
8.
9.
FINANCE COMMITTEE
February 14, 2011
5:00 p.m.
Council Chambers
Roll Ca11: Members: Chairperson Carolyn Cole
Steve Schmitt
Quentin Hart
Approval of Agenda, as proposed.
Approval of Minutes of February 7, 2011
NEW BUSINESS
Travel Requests
Name & Title of Personnel
Class/Meeting
Destination
Date(s)
Amount not
to Exceed
Mohammad Elahi, Traffic
Engineer
12th Annual ITS
Heartland Meeting
West Des
Moines, Iowa
March
28-30,
2011
$360.00
Aric Schroeder, City Planner
Attend Main Street
Board Lunches
Waterloo,
Iowa
$120.00
Bob Osgood, Chief Plumbing
Inspector
Mechanical Code
Update, Mechanical
Discipline, 4 hour
OSHA, Plumbing Code
Discipline
Cedar Falls,
Iowa
February
9 & 12,
2011;
March
22, 2011
$396.00
Brian Backer, Chief
Mechanical Inspector
Plumbing Code &
Discipline
Cedar Falls,
Iowa
March
22, 2011
$119.00
Tim Moyer, Chief Electrical
Inspector
Mechanical Inspector
Certification Exam
Des Moines,
Iowa
February
16, 2011
$160.00
Kent Shankle, Curator
Return exhibition of
works by Karl Zerbe to
lender
Sarasota,
Florida
March 7-
12, 2011
$1,480.00
Wayne Castle, Associate
Engineer
Society of Land
Surveyors of Iowa
Annual Conference
Ames, Iowa
March
10-11,
0211
$280.44
Suzy Schares, City Clerk
IIMC Annual
Conference
Nashville,
Tennessee
May 6-13,
2011
$2,500.00
Wayne Castle, Associate
Engineer
Iowa Water
Conference
Ames, Iowa
March 7-
8, 2011
$220.44
10. Approval of request to piggyback from the current bid from Rydell Chevrolet of
Waterloo, Iowa in the amount of $25,319.00 for one (1) 2011 Standard Size Pickup Truck
for the Sanitation Department —Submitted by Mark Rice, Superintendent of Central Garage.
11. Approval of request to piggyback from the current bid from Rydell Chevrolet of
Waterloo, Iowa in the amount of $25,319.00 each for two (2) 2011 Standard Size Pickup
Trucks for the Sewer Department —Submitted by Mark Rice, Superintendent of Central
Garage.
12. Approval of request to seek bids for one (1) 2011 Rear Loader Garbage Truck for the
Sanitation Department —Submitted by Mark Rice, Superintendent of Central Garage.
13. Approval of change order no. 2 for a net decrease in the amount of $1,750.00 for work
performed by Peterson Contractors, Inca of Waterloo, Iowa for the Chamberlain
waterline kill —Submitted by Aric Schroeder, City Planner.
14. Approval of contract for an environmental consultant to do necessary environmental
work for property located 123 Stanley Court in an amount not to exceed $8,500.00—
Submitted by Noel Anderson, Community Planning & Development Director.
15. Authorization to seek bids for Asbestos Survey for five (5) structures: 312 Charles Street,
318 East 9th Street, 332 Irving Street, 720 West Park Avenue, and 116 West Parker
Street —Submitted by Louis Starks, Contracts and Grants Coordinator.
16.
Pre Authorizations to Expend over $1,000.00
Dept.
Amount /1I Est
Expenditure
Building/Maintenance
$2,000.00
Sheetrock repairs to wall and ceilings in room 313 &
314 at and fully seal all lead paint
Leisure Services
$2,100.00 +
$15.00
Three (3) radios for new vehicles, includes equipment
and installation
Leisure Services
$5,900.00
Lifeguard chairs for municipal swim pools
Leisure Services
$16,000.00
Engineering and surveying for two (2) ADA fishing
jetties, toilet and trail extension
Police
$18,500.00
5 TB server with rack, DVD burner, application
software to include installation o the unit by L3
Mobile -Vision, Inc.
Waste Management
$2,150.00 +
$55.85
Manifold for distillation apparatus
Waste Management
$7,125.80
Parts for Moyno pump repair
BUDGET LINE ITEMS TO BE AMENDED
1. Authorization to increase several line items in the amount of $99,000.00 on file in the City
Clerk's office —Submitted by Dave Mohlis, Police Captain.
2. Authorization to increase Line Item 3720 (Restricted Donation) and Line Item 1558
(Skate Equip) in the amount of $3,885.00—Submitted by Paul Huting, Leisure Services
Director.
3. Approve the project budget for Ridgeway & Hwy 63 Traffic Safety Improvements in the
amount of $375,000.00—Submitted by Sandie Greco, Superintendent of Traffic Operations.
4. Approve the project budget for the FY2011 residential lift station funded by a CDBG
grant with a total project cost of $6,310,000.00—Submitted by Eric Thorson, City Engineer.
5. Approve the project budget for the FY 2011 commercial lift stations funded by EDA and
CDBG grants with total project amount of $10,965,565.00—Submitted by Eric Thorson,
City Engineer.
BILLS PAYMENT
ADJOURNMENT
Suzy Schares
City Clerk
FINANCE COMMITTEE
February 7, 2011
5:00 p.m.
Council Chambers
Members present: Cole, Hart. Absent: Schmitt.
Moved by Hart, seconded by Cole that the Agenda, as amended deleting item #1, be approved.
Ayes: Two. Absent: Schmitt. Motion carried.
Moved by Hart, seconded by Cole that the Minutes of January 24, 2011, as proposed, be
approved. Ayes: Two. Absent: Schmitt. Motion carried.
Moved by Hart, seconded by Cole that the request for the following travel requests, be approved.
Travel Requests
Name & Title of Personnel
Class/Meeting
Destination
Date(s)
Amount not
to Exceed
Craig Hintzman, Signal Tech II;
Tina Schellhorn, Maintenance
Electrician; Roger Wooden,
Maintenance Electrician
Brown Traffic Products
Training: 2011 Cabinet
and EPAC Training
West Des
Moines, Iowa
February
10-11,
2011
$540.00
Mayor Buck Clark
Attend Main Street
Waterloo monthly board
meetings
Waterloo,
Iowa
2011
Calendar
Year
$120.00
Todd Wilson, Planner/Analyst;
Joseph Saunders, Investigator
National Fusion Center
Conference
Denver,
Colorado
March 14-
18, 2011
$2,860.00
Investigator Chris Morley;
Investigator John DeKoster
Marijuana Identification
Class
Ankeny, Iowa
April 11-
14, 2011
$710.00
Investigator Stacy Hesse
Internet Crimes Against
Children National
Conference
San Jose,
California
May 16-
20, 2011
$1,690.00
Investigator Eryn Hageman;
Investigator Stacy Hesse
Wicklander-Zewlawski
Interview &
Interrogation School
Sioux City,
Iowa
February
20-25,
2011
$290.00
Ayes: Two. Absent: Schmitt. Motion carried.
Moved by Hart, seconded by Cole that Recommendation to accept bid from Rydell Chevrolet of
Waterloo, Iowa in the amount of $25,319.00 each for the purchase of one (1) 2011 Chevrolet
Silverado Pickup Truck for Leisure Services and Central Garage Departments —Submitted by
Mark Rice, Superintendent of Central Garage, be approved. Ayes: Two. Absent: Schmitt.
Motion carried.
Moved by Hart, seconded by Cole that Recommendation to accept bid from Bob Brown
Chevrolet of Des Moines, Iowa in the amount of $20,389.00 each for the purchase of one (1)
2011 Chevrolet Colorado Compact Pickup Truck for the Code Enforcement, Building
Inspections and Traffic Departments —Submitted by Mark Rice, Superintendent of Central
Garage, be approved. Ayes: Two. Absent: Schmitt. Motion carried.
Moved by Hart, seconded by Cole that Recommendation to accept bid from Bob Brown
Chevrolet of Des Moines, Iowa in the amount of $18,254.00 each for the purchase of one (1)
2011 Chevrolet Impala for the Police Department and Motor Pool —Submitted by Mark Rice,
Superintendent of Central Garage, be approved. Ayes: Two. Absent: Schmitt. Motion carried.
Moved by Hart, seconded by Cole that request to sell a John Deere 2653A utility mower to the
Waterloo Public Schools in the amount of $1,250.00—Submitted by Paul Huting, Leisure
Services Director, be approved. Ayes: Two. Absent: Schmitt. Motion carried.
Finance Committee
February 7, 2011
Page 2
Moved by Cole, seconded by Hart that the request for the following pre -authorizations to expend
over $1,000.00, be approved.
Pre -Authorizations to Expend over $1,000.00
Dept.
Amount + Est. S/H
Expenditure
Arts & Culture
$3,687.89
Window shades for Youth Pavilion Junior Art Gallery 1
Building/Maintenance
$17,000.00
Replace pump on fountain at Waterloo Center for the Arts
Leisure Services
$3,300.00
Blinds and installation for 27 windows at Young Arena
Leisure Services
$7,545.05 +
Two maxi -sweep III Honda pool vacuums
Leisure Services
$5,000.00
Flower seed for park and golf course flower beds, flats,
and supplies needed to start the seeds
Leisure Services
$3,200.00
Hockey equipment to be used in Young Arena's
recreational hockey program
Leisure Services
$5,000.00
Architect services for upgrades for the Leisure Services
Forestry building
Leisure Services
$6,000.00
Replacement of all failed lamps at Riverfront Stadium
Police
$9,000.00
Purchase Panasonic Toughbook computers and mounting
hardware
Police
$10,500.00
Purchase Law Enforcement Imaging Scanners for patrol
cars
Police
$3,445.00
Waterloo Police Trading cards, 1000 cards per 50 officers
of the department, 40 posters and 5000 additional cards
Waste Management
Services
$3,484.00 +
$320.00
Repair of actuator
Waste Management
Services
$8,691.10
VFD for raw wastewater pump #3
. Two. Absent: Schmitt. Motion camed.
Moved by Cole, seconded by Hart that project budget for the FYE2011 West Shaulis Road Phase
II project in the total amount of $3,810,000.00—Submitted by Eric Thorson, City Engineer, be
approved. Ayes: Two. Absent: Schmitt. Motion carried.
Moved by Cole, seconded by Hart that project budget for police department events in the amount
of $7,765.00—Submitted by Daniel J. Trelka, Director of Safety Services, be approved. Ayes:
Two. Absent: Schmitt. Motion carried.
Moved by Cole, seconded by Hart that project budget for the FY2011 River Renaissance North
Downtown Trail in the amount of $1,111,749.00—Submitted by Eric Thorson, City Engineer, be
approved. Ayes: Two. Absent: Schmitt. Motion carried.
Moved by Cole, seconded by Hart that Bills Payment, as contained in Schedule AP642, dated
February 7, 2011, pp. 1-63 in the amount of $3,054,234.08, be received, placed on file and
approved and forwarded to the full council for approval. Ayes: Two. Absent: Schmitt. Motion
carried.
With no further business before the committee, it was moved by Cole, seconded by Hart that the
meeting be adjourned at 5:07 p.m. Ayes: Two. Absent: Schmitt. Motion carried.
Suzy Schares
City Clerk
TRAVEL REQUEST
CITY OF WATERLOO
FINANCE DEPT. STAFF ONLY
LINE ITEM USED -.4 (( 11 70,i; (4/�
FY;III BUDGETED
EXPENDED YTD (//
THIS REQUEST 3 67). ()Ll
LEFT AFTER THIS
REQUEST g /'f. 0
DATE //'/
Original - Clerk/Finance Cod - Department
NAME(S) AND POSITION(S):
Mohammad Elahi, Traffic Engineer
DATE:
February 2, 2011
NAME OF CLASS / MEETING:
12th Annual ITS Heartland Meeting
(Intelligent Transportation Systems)
DESTINATION: West Des Moines, IA
DEPARTURE POINT
IF NOT WATERLOO:
DEPARTURE DATE:
Monday, March 28, 2011
RETURN DATE:
Monday, March 30, 2011
DATE(S) OF MEETING:
March 28, 29, 30, 2011
PURPOSE OF TRAVEL:
To attend the Intelligent Transportation (ITS) Systems 12t' Annual Heartland Meeting.
WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL:
X COST $
YES NO
METHOD OF TRAVEL:
X CITY VEHICLE
AIRFARE DEPARTING FROM:
PRIVATE VEHICLE
ESTIMATE OF COST:
100.00 LODGING TAXI
35.00 MEALS PARKING
225.00 REGISTRATION AIRFARE
MILEAGE/FUEL MISC/TOLLS
TOTAL FOR ALL: $ 360.00
BUDGET LINE ITEM: 266 17 7120 1345
X GRANT REIMBURSABLE
YES NO
X REQUIRED CERTIFICATION
YES NO
TOTAL: $ 360.00 PER PERSON
I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE
AND IS NECESSARY AND BENEFICIAL TO THE
CITY OF WATERLOO
1 APPROVE THIS TRAVEL REQUEST
e
DEPARTMENT HEAD MAYOR
February 2, 2011
DATE DATE
K:\Shared Goodies\Forms\Travel Request Form January 2010
TRAVEL REQUEST
CITY OF WATERLOO
FINANCE DEPT.
LINE ITEM USED
FYI BUDGETED
EXPENDED YTD
THIS REQUEST
LEFT AFTER THIS
REQUEST
DATE
Original - Clerk/Finance
STAFF ONLY
• 7v0 /3L(6-
L
iu.eJ0
620
X;S UU
h' i
Cow b •.rtment
NAME(S) AND POSITION(S):
Aric•Schroedef City Planner
DATE:
February 2, 2011
NAME OF CLASS / MEETING:
Main Street Board Lunches
DESTINATION: Waterloo, Iowa
DEPARTURE POINT
IF NOT WATERLOO:
DEPARTURE DATE:
RETURN DATE:
DATE(S) OF MEETING:
Jan — Dec 2011
PURPOSE OF TRAVEL/TRAINING:
To attend the Main Street Board of Directors lunches monthly in 2011
WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL:
x COST$
YES NO
METHOD OF TRAVEL:
CITY VEHICLE
AIRFARE
DEPARTING FROM:
PRIVATE VEHICLE
ESTIMATE OF COST:
LODGING
$10.00 MEALS
REGISTRATION
MILEAGE/FUEL
TOTAL FOR ALL: $ 120.00
BUDGET LINE ITEM: 010 08 5700 1345
TAXI
PARKING YES
AIRFARE
MISC/TOLLS YES NO
x GRANT REIMBURSABLE
NO
x REQUIRED CERTIFICATION
$10x 12mos
TOTAL: $ 120.00 PER PERSON
1 BELIEVE THIS TRIP SERV
AND IS NECESSARY AND
CITY OF WAT - 00
DEPARTMENT HEAD
DATE
K:\Shared Goodies\Forms\Travel Request Form January 2010
I APPROVE THIS TRAVEL REQUEST
MAYOR
DATE
TRAVEL REQUEST
CITY OF WATERLOO
FINANCE DEPT. STAFF ONLY
LINE ITEM USED Y/O i 576'c) l34(=
FY,� if BUDGETED !t%G:6.
EXPENDED YTD 7�, / 7
THIS REQUEST
LEFT AFTER THIS
REQUEST i `- ! { c,.3
DATE j ;=-'r
Original - Clerk/Finance Co. - De. • rtment
NAME(S) AND POSITION(S):
Bob Osgood — Chief Plumbing Inspector
DATE:
2/4/11
NAME OF CLASS / MEETING:
Mechanical Code Update 4 hour OSHA
Mechanical Discipline Plumbing Code Discipline
DESTINATION: Cedar Falls, Iowa
DEPARTURE POINT
IF NOT WATERLOO:
DEPARTURE DATE:
2/9/11 (Mech Code/Discipline)
2/12/11 (OSHA)
3/22/11 (Plumbing Code/Discipline)
RETURN DATE:
2/9/11; 2/12/11 & 3/22/11
DATE(S) OF MEETING:
2/9/11; 2/12/11 & 3/22/11
PURPOSE OF TRAVEL/TRAINING:
Required Continuing Education Classes at Hawkeye Community College
WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL:
X COST $
YES NO
METHOD OF TRAVEL:
X CITY VEHICLE
AIRFARE DEPARTING FROM:
PRIVATE VEHICLE
ESTIMATE OF COST:
LODGING TAXI
MEALS PARKING
$ 396.00 REGISTRATION AIRFARE
MILEAGE/FUEL MSC/TOLLS
TOTAL FOR ALL: $ $ 396.00
BUDGET LINE ITEM: 010-22-5100-1346
YES NO
X
YES NO
GRANT REIMBURSABLE
REQUIRED CERTIFICATION
TOTAL: $ $ 396.00 PER PERSON
I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE
AND IS NECESSARY AND BENEFICIAL TO THE
CITY OF WATERLOO
DEPARTMENT HEAD
I APPROVE THIS TRAVEL REQUEST
MAYOR
DATE DATE
K:\Shared Goodies\Forms\Travel Request Form January 2010
TRAVEL REQUEST
CITY OF WATERLOO
FINANCE DEPT. STAFF ONLY
LINE ITEM USED ^%G ( w /D:-% /%vG
FY_;iiBUb ETEb yT�?i1 sj
EXPENDED YTD
THIS REQUEST //'/'
LEFT AFTER THIS
REQUEST % 73
DATE /^;;-' -e% i 1
Original-Clerk/Finance Co. ►-.. ment
NAME(S) AND POSITION(S):
Brian Baker, Chief Mechanical Inspector
DATE: 2/4/11
NAME OF CLASS / MEETING:
Plumbing Code & Discipline
DESTINATION: Cedar Falls, Iowa
DEPARTURE POINT
IF NOT WATERLOO:
DEPARTURE DATE:
3/22/11
RETURN DATE:
3/22/11
DATE(S) OF MEETING:
3/22/11
PURPOSE OF TRAVEL/TRAINING:
Required Continuing Education Class at Hawkeye Community College
WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL:
X COST $
YES NO
METHOD OF TRAVEL:
X CITY VEHICLE
AIRFARE DEPARTING FROM:
PRIVATE VEHICLE
ESTIMATE OF COST:
LODGING TAXI
MEALS PARKING
$ 119.00 REGISTRATION AIRFARE
MILEAGE/FUEL MISC/TOLLS
TOTAL FOR ALL: $ 119.00
BUDGET LINE ITEM: 010-22-5100-1346
GRANT REIMBURSABLE
YES NO
x
YES NO
TOTAL: $ 119.00 PER PERSON
REQUIRED CERTIFICATION
I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE
AND IS NECESSARY AND BENEFICIAL TO THE
CITY OF WATERLOO
I APPROVE THIS TRAVEL REQUEST
DEPARTMENT HEAD MAYOR
DATE
K:\Shared Goodies\Forms\Travel Request Form January 2010
DATE
TRAVEL REQUEST
CITY OF WATERLOO
FINANCE DEPT. STAFF ONLY
LINE ITEM USED r/l' 1,A %i 'G I (,-
FY J/J BUDGETED is% `.;`c
EXPENDED YTD 72' `(. (7
THIS REQUEST l G ' . v d
LEFT AFTER THIS
REQUEST ` ✓('.
DATE /i'i: :i-7- ='/l
Original - Clerk/Finance Cod - be. rtment
NAME(S) AND POSITION(S):
TIM MOYER, CHIEF ELECTRICAL INSPECTOR
DATE:
2/7/11
NAME OF CLASS / MEETING:
MECHANICAL INSP CERTIFICATION EXAM
DESTINATION: DES MOINES, IOWA
DEPARTURE POINT
IF NOT WATERLOO:
DEPARTURE DATE:
2/16/11
RETURN DATE:
2/16/11
DATE(S) OF MEETING:
2/16/11
PURPOSE OF TRAVEL/TRAINING:
REQUIRED RESIDENTIAL MECHANICAL INSP CERTIFICATION EXAM
WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL:
X COST $
YES NO
METHOD OF TRAVEL:
CITY VEHICLE
AIRFARE DEPARTING FROM:
PRIVATE VEHICLE
ESTIMATE OF COST:
LODGING TAXI
MEALS PARKING
$ 160.00 REGISTRATION AIRFARE
MILEAGE/FUEL MSC/TOLLS
TOTAL FOR ALL: $ 160.00
BUDGET LINE ITEM: 010-22-5100-1346
YES NO
x
YES NO
GRANT REIMBURSABLE
REQUIRED CERTIFICATION
TOTAL: $ 160.00 PER PERSON
I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE
AND IS NECESSARY AND BENEFICIAL TO THE
CITY OF -WATERLOO
I APPROVE THIS TRAVEL REQUEST
DEPARTMENT HEAD MAYOR
7 7/
DATE DATE
K:\Shared Goodies\Forms\Travel Request Form January 2010
TRAVEL REQUEST
CITY OF WATERLOO
FINANCE DEPT. STAFF ONLY
LINE ITEM USED r/ i' r -
FY jL' l l BUDGETED 6 Iff,06'
EXPENDED YTD �,�-��3, /
THIS REQUEST
LEFT AFTER THIS
REQUEST 4('/
DATE /J /» - 1 I
Original - Clerk/Finance Co j - be. • rtment
NAME(S) AND POSITION(S):
Kent Shankle
DATE:
February 7
NAME OF CLASS / MEETING:
DESTINATION:
Sarasota, FL
DEPARTURE POINT
IF NOT WATERLOO:
DEPARTURE DATE:
3/7/11
RETURN DATE:
3/12/11
DATE(S) OF MEETING:
3/9-10/11
PURPOSE OF TRAVEL:
Travel to return exhibition of works by Karl Zerbe to lender.
WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL:
YES NO
COST $
METHOD OF TRAVEL:
X CITY VEHICLE
AIRFARE DEPARTING FROM:
PRIVATE VEHICLE
Plot /cc c:) .s
ESTIMATE OF COST:
350
180
950
LODGING TAXI
MEALS PARKING
REGISTRATION AIRFARE
MILEAGE/FUEL MISC/TOLLS
TOTAL FOR ALL: $ 1,480
BUDGET LINE ITEM: 4:VC
X GRANT REIMBURSABLE
YES NO
X REQUIRED CERTIFICATION
YES NO
TOTAL: $ PER PERSON
I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE
AND IS NECESSARY AND BENEFICIAL TO THE
CITY OF,'WATE RLOO
DEPAR MENT HE
I APPROVE THIS TRAVEL REQUEST
MAYOR
D14TE DATE
K:\Shared Goodies\Forms\Travel Request Form January 2010
TRAVEL REQUEST
CITY OF WATERLOO
FINANCE DEPT.
LINE ITEM USED
FY n' i BUDGETED
EXPENDED YTD
THIS REQUEST
LEFT AFTER THIS
REQUEST
DATE
Original- Clerk/Finance
STAFF ONLY
. ((,/. /; 1Y Y,
i 7
' //
Copy - De • • rtment
NAME(S) AND POSITION(S):
Wayne Castle
Associate Engineer
DATE:
February 9, 2011
NAME OF CLASS / MEETING:
Society of Land Surveyors of Iowa Annual Conference
DESTINATION: Ames, IA
DEPARTURE POINT
IF NOT WATERLOO:
DEPARTURE DATE:
March 10, 2011
RETURN DATE:
March 11, 2011
DATE(S) OF MEETING:
March 10 - 11, 2011
PURPOSE OF TRAVEL/TRAINING:
To attend Society of Land Surveyors of Iowa Annual Conference
WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL:
X COST $
YES NO
METHOD OF TRAVEL:
X CITY VEHICLE
AIRFARE DEPARTING FROM:
PRIVATE VEHICLE
ESTIMATE OF COST:
$ 60.44 LODGING
MEALS
220.00 REGISTRATION
MILEAGE/FUEL
TOTAL FOR ALL: $ 280.44
TAXI
PARKING
AIRFARE
MISC/TOLLS
BUDGET LINE ITEM: 266-07-7830-1346
X GRANT REIMBURSABLE
YES NO
X
YES NO
REQUIRED CERTIFICATION
TOTAL: $ 280.44
PER PERSON
I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE
AND IS NECESSARY AND BENEFICIAL TO THE
CITY OF WATERLOO
D PARTMENT HEAD
February 9, 2011
I APPROVE THIS TRAVEL REQUEST
MAYOR
DATE DATE
K:\Shared Goodies\Forms\Travel Request Form January 2010
FINANCE DEPT. STAFF ONLY
LINE ITEM USED ;
u
TRAVEL REQUEST
CITY OF WATERLOO
FY;- // BUDGETED !' c'-%
/ 2 v0
EXPENDED YTD 7(;;,. f 2
THIS REQUEST ��<'.cri% ,it;,)/.
LEFT AFTER THIS
REQUEST`'' l z//L'(.
NATO I
NAME(S) AND POSITION(S):
Suzy Schares, City Clerk
DATE:
Feb
Original - Clerk/Finance Copy - Department
udry V, LV I i
NAME OF CLASS / MEETING:
IIMC Annual Conference
DESTINATION: Nashville, TN
DEPARTURE POINT
IF NOT WATERLOO:
DEPARTURE DATE:
5-6-2011
RETURN DATE:
5-13-2011
DATE(S) OF MEETING:
5-8-2011 to 5-12-2011
There will be no expense to the City
for the additional days. I will pay for
those myself.
PURPOSE OF TRAVEL/TRAINING:
To attend educational session to maintain my CMC and begin working toward my MMC
WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL:
X COST $
YES NO
METHOD OF TRAVEL:
CITY VEHICLE
X AIRFARE
PRIVATE VEHICLE
DEPARTING FROM: Depending on airfare Waterloo, Cedar Rapids,
Moline
ESTIMATE OF COST:
1100.00 LODGING
200.00 MEALS
560.00 REGISTRATION
50.00 TAXI
50.00 PARKING
500.00 AIRFARE
MILEAGE/FUEL 40.00 MISC/TOLLS
TOTAL FOR ALL: $ 2,500.00
010-03-8900-1346 -
$500
010-03-8400-1346
BUDGET LINE ITEM: $2000
YES NO
X
YES NO
GRANT REIMBURSABLE
REQUIRED CERTIFICATION
TOTAL: $ 2,500.00 PER PERSON
I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE
AND IS NECESSARY AND BENEFICIAL TO THE
CITY OF WATERLOO
)
I APPROVE THIS TRAVEL REQUEST
DEPARTMENT HEAD MAYOR
C/ 7 — i\
K:\Shared Goodies\Forms\Travel Request Form January 2010
DATE
DATE
TRAVEL REQUEST
CITY OF WATERLOO
FINANCE DEPT.
LINE ITEM USED
FY :d ( BUDGETED
EXPENDED YTD
THIS REQUEST
LEFT AFTER THIS
REQUEST
DATE
Original - Clerk/Finance
STAFF ONLY
mac. Vet
%7r.
` /J
Cow - be tment
NAME(S) AND POSITION(S):
Wayne Castle
Associate Engineer
DATE:
February 7, 2011
NAME OF CLASS / MEETING:
Iowa Water Conference
DESTINATION: Ames, IA
DEPARTURE POINT
IF NOT WATERLOO:
DEPARTURE DATE:
March 7, 2011
RETURN DATE:
March 8, 2011
DATE(S) OF MEETING:
March 7 - 8, 2011
PURPOSE OF TRAVELITRAINING:
To attend Iowa Water Conference
WILL TRAVEL REQUIRE ADDITIONAL PERSONNEL:
X COST $
YES NO
METHOD OF TRAVEL:
X CITY VEHICLE
AIRFARE
DEPARTING FROM:
PRIVATE VEHICLE
ESTIMATE OF COST:
$ 60.44 LODGING
35.00 MEALS
125.00 REGISTRATION
MILEAGE/FUEL
TOTAL FOR ALL: $ 220.44
TAXI
PARKING
AIRFARE
MISC/TOLLS
BUDGET LINE ITEM: 521-07-7830-1346
X GRANT REIMBURSABLE
YES NO
X REQUIRED CERTIFICATION
YES NO
TOTAL: $ 220.44
PER PERSON
I BELIEVE THIS TRIP SERVES A PUBLIC PURPOSE
AND IS NECESSARY AND BENEFICIAL TO THE
CITY OF WATERLOO
g•
/6,6( /?if1n7J
DEPARTMENT HEAD
February 7, 2011
I APPROVE THIS TRAVEL REQUEST
MAYOR
DATE DATE
K:\Shared Goodies\Forms\Travel Request Form January 2010
CITY OF WATERLOO
Committee Communication
Finance Committee Meeting: February 14, 2011
Prepared: February 7, 2011
Dept. Head Signature: `
# of Attachments:
SUBJECT: Request for Authorization to Piggyback from the current bid for one (1)
2011 Standard Size Pickup Truck for the Sanitation Department
Submitted by: Mark Rice, Central Garage Superintendent
Recommended City Council Action: Approval
Summary Statement:
Expenditure Required: Estimated $25,319
Source of Funds: Sanitation Operational (525-15.5400.2117)
Policy Issue
Alternative
Background Information: Request authorization to replace one (1) Standard Size Pickup Truck
for the Sanitation Department. Bids received were:
Rydell Chevrolet
Waterloo, IA
$25,319
Karl Chevrolet
Ankeny, IA
$25,349
Witham Auto Center
Waterloo, IA
$25,672
Bill Colwell Ford
Hudson, IA
$26,771
Community Motor Co
Cedar Falls, IA
$27,398
CITY OF WATERLOO
Committee Communication
Finance Committee Meeting: February 14, 2011
Prepared: February 7, 2011
Dept. Head Signature:
# of Attachments:
SUBJECT: Request for Authorization to Piggyback from the current bid for two (2)
2011 Standard Size Pickup Trucks for the Sewer Department
Submitted by: Mark Rice, Central Garage Superintendent
Recommended City Council Action: NA
Summary Statement:
Expenditure Required: Estimated $25,319 Each
Source of Funds: Sewer Dept Operational (520-14-5200.2117)
Policy Issue
Alternative
Background Information: Request authorization to replace two (2) Standard Size Pickup
Trucks for the Sewer Department. Bids received were:
Rydell Chevrolet
Waterloo, IA
$25,319
Karl Chevrolet
Ankeny, IA
$25,349
Witham Auto Center
Waterloo, IA
$25,672
Bill Colwell Ford
Hudson, IA
$26,771
Community Motor Co
Cedar Falls, IA
$27,398
CITY OF WATERLOO
Committee Communication
Finance Committee Meeting: February 14, 2011
Prepared: February 7, 2011
Dept. Head Signature.
# of Attachments:
SUBJECT:
Submitted by:
Try
Request for Authorization to Seek Bids for one (1) 2011 Rear Loader
Garbage Truck for the Sanitation Department
Mark Rice, Central Garage Superintendent
Recommended City Council Action: Approval
Summary Statement:
Expenditure Required: Estimated $140,000
Source of Funds: Sanitation Operational (525-15-5400-2117)
Policy Issue
Alternative
Background Information: Request authorization to seek bids for one (1) 2011 Rear Loading
Garbage Truck for the Sanitation Department.
M1
CITY OF WATERLOO, IOWA
COMMUNITY PLANNING AND DEVELOPMENT
• Waterloo. Iowa 5U703-W83 i3-k "1-i.
CITY OF WATERLOO
I ARK
Committee Communication
)t! C i I. Finance Committee Meeting: February 14, 2011
N 113I- t` Prepared: February 9, 2011
Dept. Head Signature: fit
I. ILi
'ON!
# of Attachments:
2-111-1(26(1
ni' SUBJECT: Chamberlain Waterline kill Change Order Number Two (2)
v.R(11.IP
N
Vvi II LIR
Submitted by: Aric Schroeder -City Planner
Recommended City Council Action: To approve a change order decrease in the amount of
$1,750.00 for the Chamberlain waterline kill submitted by Peterson Contractors, Inc.
Summary Statement During removal it was discovered that the railroad flagman where not
needed for as many days as calculated in bid.
Expenditure Required N/A
Source of Funds The entire cost of the project would be paid out the Iowa Department of
,?:(a t-wO(Etonomic Development Brownfield Grant ($175,000)
I_ Policy Issue Chamberlain Demolition
Alternative Leave abandoned line in place and risk bursting and damage to railroad line
Background Information:
Cc: Noel Anderson Community Planning & Development
( 1 i, \V SITE: www.ci rtiairrluo .us
\V1. RE- WORKING R. TOL
\WATER:
LS = $ (1,750.00)
NET DECREASE $1,750.00
CITY OF WATERLOO, IOWA
610
CHANGE or EXTRA WORK ORDER NO. 2
PROJECT: F.Y. 2010 CHAMBERLAIN WATER SERVICE KILL CONTRACT NO. N/A
Date Prepared: January 3, 2011 AMOUNT: $1,750.00 DECREASE
TO: PETERSON CONTRACTORS, INC. , Contractor
You are hereby ordered to make the following changes from the plans and specifications or perform
the following extra work on your contract dated April 26, 2010
A. Description of change to be made or extra work to be done:
2001. Railroad Flagman
B. Reason for ordering change or extra work:
2001. Contractor did not need the railroad flagman for as man days as considered and
calculated in bid.
C. Settlement for cost of work to be made as follows:
2001. Railroad Flagman
TRACTORS, INC.
BY: r SC C2'it:t'_
Date
TITLE:
APPR
' 1 l� Y "x' —'`sue— t31./0,i/
Community Planning & Development Director Date
Change Order No. 2 Page 1 of 1
CITY OF WATERLOO IOWA
CHANGE or EXTRA WORK ORDER NO. 1
PROJECT: F.Y. 2010 CHAMBERLAIN WATER SERVICE KILL CONTRACT NO. N/A
Date Prepared: August 3, 2010 AMOUNT: $1,750.00 INCREASE
TO: PETERSON CONTRACTORS, INC. , Contractor
You are hereby ordered to make the following changes from the plans and specifications or perform
the following extra work on your contract dated April 26, 2010
A. Description of change to be made or extra work to be done:
1001. Removal of 45' of 6" water line
B. Reason for ordering change or extra work:
1001. Water line is in conflict with proposed storm sewer to be laid across 4th Street
C. Settlement for cost of work to be made as follows:
1001. Remove 45' of 6" water line
PETERSON CONTRACTORS, INC.
CONTRA oirafit
BY:
LS = $ 1,750.00
NET INCREASE $1,750.00
TITLE: f'Cichii1
AP VED:
Mayor
Date
eX7A
Date
Change Order No. 1 Page 1 of 1
13tck:
( ARK
CtA'N Cll
Vf N113t,RS
I;:NTS
UL TIN
\Ri
VJ t'LPTk
rriWoo1)
CITY OF WATERLOO, IOWA
COMMUNITY PLANNING AND DEVELOPMENT
• Waterloo. Iowa 50703-5783 • {3I9,29)-1 F) il:1F1282
'a? - t. AN i)if RSON r'omur,nri e n ii:,E ,i ,
CITY OF WATERLOO
J(y lcL L'tc ..I
02/(`Vcu t
Committee Communication
Finance Committee Meeting: February 15, 2011
Prepared: February 8, 2011 u�
Dept. Head Signature: Noel Anderson, Community Planning & Development Director
# of Attachments: 1
SUBJECT: Request for approval for environmental work for acquisition of
property — Trucking company
Submitted by: Noel Anderson, Community Planning & Development Director
Recommended City Council Action: We ask that the Finance Committee
approve the approval of a contract for an environmental consultant to do
necessary environmental work.
Summary Statement: The City Council has approved the acquisition of the
trucking company site, in the former Rath area. The acquisition contract and City
Council action approve the need for environmental due diligence. The City had
previously chosen Howard R Green for environmental work on the Phase I and
Part One of the Phase II for this project. We are requesting approval for the
Howard R Green contract for Part Two of Phase II.
Expenditure Required: $8,500
Source of Funds: bonds and TIF cash
Policy Issue: Acquisition of Property
Alternative: NA
Background Information: The City has previously approved the acquisition of
this site. This cost would be taken out of the funds as previously dedicated for
"closing and other costs" in the original approval. This site will allow for the
continuation of the Human Services Campus.
11Y W13BSIIF • WW u'
\VI''RE WORKING I'OR YOU',
At! 1,pOrtarit A(r rrr ahoc A I ^ [pp,,.et
Agreement
Project: Phase I1 Environmental Assessment
123 Stanley Court, Waterloo Iowa
Client: City of Waterloo, Iowa.
Contact: Noel Anderson
Project No.:
Date: 2/7/2011
Title: Community Planning and Development Director
Address: 715 Mulberry
City/State/Zip: Waterloo, IA 50703
The CLIENT agrees to employ HR Green (COMPANY) to perform the following services:
Task 1: Phase II Environmental Assessment at 123 Stanley Court, Waterloo, Iowa
Consisting of up to 4 borings for soil and water samples and a Phase II report
The CLIENT agrees to pay COMPANY for the above scope of services:
Task 1: Time and material, Not to Exceed in the amount of $8500.
® Reimbursable Expenses Included
▪ Subconsultant Services Included
❑ Prepayment Required for Work to Commence
Copy To:
® Accounting
Short Form Agreement
City of Waterloo — Iowa Brownfield
12/14/10
Page 2 of 3
Services provided by COMPANY under this Agreement will be performed in a manner consistent with that degree of care
and skill ordinarily exercised by members of the same profession currently practicing at the same time and in the same or
similar locality.
Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third
party against either the CLIENT or the COMPANY. COMPANY's services under this Agreement are being performed
solely for the CLIENT's benefit, and no other party or entity shall have any claim against COMPANY because of this
Agreement or the performance or nonperformance of services hereunder. The CLIENT and COMPANY agree to require
a similar provision in all contracts with contractors, subcontractors, subconsultants, vendors and other entities involved in
this project to carry out the intent of this provision.
In an effort to resolve any conflicts that arise during the design or construction of the project or following the completion of
the project, the CLIENT and COMPANY agree that all disputes between them arising out of or relating to this Agreement
shall be submitted to non -binding mediation unless the parties mutually agree otherwise. The CLIENT and COMPANY
further agree to include a similar mediation provision in all agreements with independent contractors and consultants
retained for the project and to require all independent contractors and consultants also to include a similar mediation
provision in all agreements with subcontractors, sub -consultants, suppliers or fabricators so retained, thereby providing for
mediation as the primary method for dispute resolution between the parties to those agreements.
If litigation arises for purposes of collecting fees or expenses due under this Agreement, the Court in such litigation shall
award reasonable costs and expenses, including attorney fees, to the party justly entitled thereto. In awarding attorney
fees, the Court shall not be bound by any Court fee schedule, but shall, in the interest of justice, award the full amount of
costs, expenses, and attomey fees paid or incurred in good faith.
All reports, plans, specifications, field data, field notes, laboratory test data, calculations, estimates and other documents
including all documents on electronic media prepared by COMPANY as instruments of service shall remain the property
of COMPANY.
All project documents including, but not limited to, plans and specifications furnished by COMPANY under this project are
intended for use on this project only. Any reuse, without specific written verification or adoption by COMPANY, shall be at
the CLIENTs sole risk, and CLIENT shall defend, indemnify and hold harmless COMPANY from all claims, damages and
expenses including attorney's fees arising out of or resulting therefrom.
Under no circumstances shall delivery of electronic files for use by the CLIENT be deemed a sale by the COMPANY, and
the COMPANY makes no warranties, either express or implied, of merchantability and fitness for any particular purpose.
In no event shall the COMPANY be liable for indirect or consequential damages as a result of the CLIENTs use or reuse
of the electronic files.
Because electronic file information can be easily altered, corrupted, or modified by other parties, either intentionally or
inadvertently, without notice or indication, COMPANY reserves the right to remove itself from of its ownership and/or
involvement in the material from each electronic medium not held in its possession. CLIENT shall retain copies of the
work performed by COMPANY in electronic foram only for information and use by CLIENT for the specific purpose for
which COMPANY was engaged. Said material shall not be used by CLIENT or transferred to any other party, for use in
other projects, additions to this project, or any other purpose for which the material was not strictly intended by
COMPANY without COMPANY's expressed written permission. Any unauthorized use or reuse or modifications of this
material shall be at CLIENT'S sole risk. Furthermore, the CLIENT agrees to defend, indemnify, and hold COMPANY
harmless from all claims, injuries, damages, losses, expenses, and attomey's fees arising out of the modification or reuse
of these materials.
The CLIENT agrees that the General Contractor is solely responsible for job site safety, and warrants that this intent shall
be made evident in the CLIENTs Agreement with the General Contractor. The CLIENT also agrees that the CLIENT,
COMPANY and COMPANY's consultants shall be indemnified and shall be made additional insureds on the General
Contractor's and all subcontractor's general liability policies on a primary and non-contributory basis.
The CLIENT shall make no claim for professional negligence, either directly or in a third party claim, against COMPANY
unless the CLIENT has first provided COMPANY with a written certification executed by an independent design
professional currently practicing in the same discipline as COMPANY and licensed in the State in which the claim arises.
The CLIENT agrees, to the fullest extent permitted by law, to limit the liability of COMPANY and COMPANY's officers,
directors, partners, employees, shareholders, owners and subconsultants to the CLIENT for any and all claims, losses,
costs, damages of any nature whatsoever or claims expenses from any cause or causes, including attomeys' fees and
costs and expert witness fees and costs, so that the total aggregate liability of COMPANY and its officers, directors,
partners, employees, shareholders, owners and subconsultants to all those named shall not exceed $ 10,000. It is
intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise
prohibited by law.
Short Form Agreement
City of Waterloo — Iowa Brownfield
12/14/10
Page 3 of 3
Invoices for COMPANY's services shall be submitted, on a monthly basis. Invoices shall be due and payable upon
receipt. If any invoice is not paid within 15 days, COMPANY may, without waiving any claim or right against the CLIENT,
and without liability whatsoever to the CLIENT suspend or terminate the performance of services. The retainer shall be
credited on the final invoice. Accounts unpaid 30 days after the invoice date may be subject to a monthly service charge
of 1.5% (or the maximum legal rate) on the unpaid balance. In the event any portion of an account remains unpaid 60
days after the billing, COMPANY may institute collection action and the CLIENT shall pay all costs of collection, including
reasonable attorney's fees.
This agreement is approved and accepted by the CLIENT and COMPANY upon both parties
signing and dating the agreement. Work will not begin until COMPANY receives a signed
agreement. The effective date of the agreement shall be the last date entered below.
City of Waterloo HR GREEN
Accepted by:
Printed/
Typed Name:
Ernest G. Clark
Project Manager:
Printed/
Typed Name:
Mayor
Title: Date:
Date:
i7o
Robin Husman, Project Director
2/7/11
Legend
Subject Property
• Soil Boling
1- PIN# 8913-25-279-005
2-123 Stanley Court
3- PIN# 8913-25-279-014
RECs
1. PIN# 8913-25-279-014
2. 123 Stanley Court
3. PIN# 8913-25-279-014
4. 1645 Lafayette Street
Groundwater Sampling Map
Standard Forwarding
Waterloo Brownfields
Black Hawk County, Iowa
0 150
Feet
1 inch = 150 feet
Howard R. Green Company
Manor
BUCK
CLARK
COUNCIL
MEMBERS
DAVID
JONES
Ward 1
CAROLYN
COLE
Ward 2
HAROLD
GETTY
Ward 3
QUENTIN M.
HART
Ward 4
RON
WELPER
Ward 5
BOB
GREENWOOD
At -Large
STEVE
SCHMITT
At -Large
CITY OF WATERLOO; IOWA
COMMUNITY DEVELOPMENT
620 Mulberry Street, Carnegie Annex • Waterloo, IA 50703 • (319) 291-4429 Fax (319) 291-4431
CITY OF WATERLOO
COMMITTEE COMMUNICATION
BUILDING AND GROUNDS & FINANCE COMMITTEES
Meeting Date: February 14, 2011
Prepared: February 8, 2011
Dept. Head Signature: /J rrit
Rud D. Mies
SUBJECT:
140-AS-02-28-11-GO
Submitted by: Louis Starks, Contracts and Grants Coordinator
t �
qiibtf
Recommended City Council Action: Authorize Bids for Asbestos Survey for five (5)
structures: 312 Charles Street, 318 E. 9u` Street, 332 Irving Street, 720 West Park
Avenue, and 116 West Parker Street on February 14, 2011, set bid due date for February
21, 2011, and award to lowest responsible bidder on February 28, 2011. Staff estimates
cost to be below the threshold required for public hearing.
Summary Statement: Staff has identified Five (5) structures in need of an asbestos
survey as the first phase of asbestos abatement and subsequent demolition. These lots are
targeted for potential in -fill housing development or elimination of slum and blight. The
five structures were acquired either through the 657A legal process, donation or
acquisition.
Expenditure Required: Estimated not to exceed $2,200.00 for five units.
Source of Funds: HUD-EDI funding for the two Brownfield sites, 332 Irving St. and 318
E. 9th St., and G.O. funding for the other three sites.
Policy Issue: Slum and Blight, Public Safety, Housing
Alternative: None. Abatement before demolition required by State and Federal law.
J:\LOULS-S\Asbestos\140-AS-02-28-11-GO\Council Communication template.doc
CITY WEBSITE: www.cityofwaterlooiowa.com
WE'RE WORKING FOR YOU!
An Equal Opportunity/Affirmative Action Employer
EQUAL MOUSING
OPPORTUNITY
CITY OF WATERLOO, IOWA
Request for Bids
140-AS-02-28-1 1-GO
ASBESTOS SURVEY SERVICES
City of Waterloo, Iowa
Prepared by
City of Waterloo
Community Development Department
SECTION I
NOTICE OF REQUEST FOR BIDS
1.0 Receipt and Opening of Bids
1.0.1 All bids must be received in a sealed envelope in City Hall (date and time stamped) by
Monday, February 21, 2011 at 4:00 p.m. (our clock), Central Time, in order to be considered.
City Hall is located at 715 Mulberry St, Waterloo, Iowa. Bids 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 BID FOR ASBESTOS SURVEY and the name of the company
submitting the bid.
1.1 BID Timeline
Name of the Bid:
Date of Issuance:
Deadline for Questions:
Deadline for Bid Submittal:
Submit Sealed Bid to:
as stated -* -
Method of Submittal:
Contact Person, Title:
E-mail Address:
Phone/ Fax Numbers:
ASBESTOS SURVEY, Contract No. 140-AS-02-28-11-GO
February 14, 2011
February 25, 2011 at 4:00 p.m., Central Time
February 21, 2011 at 4:00 p.m., Central Time
BID FOR ASBESTOS SURVEY
SERVICES, Contract No. 140-AS-02-28-11-GOAddress exactly
City Hall
City Clerk's Office
715 Mulberry Street
Waterloo, IA 50703
Mail or Overnight Delivery, In Person (No Electronic or Fax Submittals)
Louis Starks, Contracts and Grants Coordinator City
louis.starks @ waterloo-ia.orq
Phone: 319-291-4429 Fax: 319-291-4431
1.2 The City reserves the right to accept or reject any or all bids and to waive any informalities or
irregularities in bids if such waiver does not substantially change the offer or provide a
competitive advantage to any Bidder.
1.3 The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail
delivery system of the City, or any other means of delivery employed by the Bidder. Similarly,
the City is not responsible for, and will not open, any bid responses that are received later than
the date and time stated above. Late bids will be retained in the BID file, unopened. No
responsibility will be attached to any person for premature opening of a bid not properly
identified.
1.4 Bids will be opened on February 21, 2011, at 5:30 pm (our clock) Central Time in City Hall,
715 Mulberry Street, Waterloo. The main purpose of this opening is to reveal the name(s) of
the Bidders), not to serve as a forum for determining the awarded bid(s) .
1.5 Bids will be evaluated promptly after opening. After an award is made, a bid summary will be
sent to all companies who submitted a bid. Bid results may be given over the telephone. Bids
may be withdrawn anytime prior to the scheduled closing time for receipt of bids; no bid may
be modified or withdrawn for a period of thirty (30) calendar days thereafter.
SECTION II
INSTRUCTIONS TO BIDDERS
RFP FOR ASBESTOS SURVEY AND MONITORING SERVICES —2011 Page 2 of 8
2.0 The Bid shall include a signature page. A company representative who is authorized to bind
the company will sign on behalf of the company to indicate to the City that you have read all
provisions of the Bid Documents and agree to all terms and conditions, except as provided in
paragraph 2.3 below. The City of Waterloo reserves the right to reject any or all bid(s) , and to
accept in whole or in part, the bid, which, in the judgment of the bid evaluators, is the most
responsive and responsible bid.
2.1 The Bidder must provide a certificate of professional liability (errors and omissions) insurance
coverage in a minimum amount of $250,000 per claim and $1,000,000 aggregate, and must
maintain such coverage in force at all times during the term of the service agreement.
2.2 This Request for Bids does not commit the City to make an award, nor will the City pay any
costs incurred in the preparation and submission of bids, or costs incurred in making
necessary studies for the preparation of bids
2.3 Important Exceptions to Contract Documents - The Bidder shall clearly state in the submitted
bid any exceptions to, or deviations from, the minimum bid requirements, and any exceptions
to the terms and conditions of this Bid. Such exceptions or deviations will be considered in
evaluating the bids. Any exceptions should be noted on the Signature Page. Companies are
cautioned that exceptions taken to this Request for Bids may cause their bid to be rejected.
2.4 Incomplete Information - Failure to complete or provide any of the information requested in this
Request for Bids, including references, and/or additional information as indicated, may result
in disqualification by reason of "non responsiveness".
SECTION III
SPECIAL TERMS AND CONDITIONS
3.0 Term of Contract
3.0.1 The initial term of the Contract shall be for no more than thirty (30) days, anticipated to be
March 7, 2011) to April 8, 2011).
3.0.2 A Contract, approved by the City Council and signed by the Mayor, shall become the
document that authorizes the Contract to begin, assuming the insurance requirements have been
met. Each section contained herein, any addenda and the response (Bid) from the successful bidder
shall also be incorporated by reference into the resulting Contract.
3.03 No price escalation will be allowed during the initial term of the Contract. If it is mutually
decided to renew or amend the contract beyond the initial period and the Contractor requests a price
increase, the Contractor shall provide documentation on the requested increase. The City reserves
the right to accept or reject price increases, to negotiate more favorable terms, or to terminate (or
allow to expire) without cost, the future performance of the Contract.
3.0.4 The total actual expenses allowed by the project budget, including any renewal extensions
thereof, shall not exceed $
3.1 Agreement Forms
3.1.1 After award, the Bidder will be required to enter into a written contract with the City that
is substantially in the form attached hereto as Exhibit "A".
RFP FOR ASBESTOS SURVEY AND MONITORING SERVICES —2011 Page 3 of 8
3.1.2 Termination for Cause. In the event that Contractor defaults in the performance or
observance of any covenant, agreement or obligation set forth in the Contract, and if such
default remains uncured for a period of seven (7) days after notice thereof shall have
been given by City to Contractor (or for a period of fourteen (14) days after such notice if
such default is curable but requires acts to be done or conditions to be remedied which,
by their nature, cannot be done or remedied within such 14-day period and thereafter
Contractor fails to diligently and continuously prosecute the same to completion within
such 14-day period), then City may declare that Contractor is in default under the
Contractor
3.1.2.1 Termination for Convenience. The Contract may be terminated at any time, in
whole or in part, upon the mutual written agreement of the parties. City may
also choose to terminate the Contract at any time by delivering to Contractor
10-days' advance written notice of intent to terminate.
3.1.2.2 Remedies. If Contractor is in default of the Contract and has not cured said
default as set forth in Section 3.1.2.1 above, the City may take any one or more of
the following steps, at its option:
3.1.2.2.1 by mandamus or other suit, action or proceeding at law or in equity,
require Contractor to perform its obligations and covenants under the
Contract, or enjoin any acts or things which may be unlawful or in
violation of the rights of the City under the Contract, or obtain damages
caused to the City by any such default;
3.1.2.2.2 have access to and inspect, examine and make copies of all books
and records of Contractor which pertain to the project;
3.1.2.2.3 declare a default of the Contract, make no further disbursements, and
demand immediate repayment from Contractor of any funds previously
disbursed under the Contract;
3.1.2.2.4 terminate the Contract by delivering to Contractor a written notice of
termination; and/or
3.1.2.2.5 take whatever other action at law or in equity may be necessary or
desirable to enforce the obligations and covenants of Contractor under
the Contract, including but not limited to the recovery of funds.
No delay in enforcing the provisions hereof as to any breach or
violation shall impair, damage or waive the right of City to enforce the
same or to obtain relief against or recover for the continuation or
repetition of such breach or violation or any similar breach or violation
thereof at any later time or times. In the event that City prevails
against Contractor in a suit or other enforcement action under the
Contract, Contractor agrees to pay the reasonable attorneys' fees and
expenses incurred by City.
3.1.2.3 City's Reporting Regulations and Requirements. Contractor shall exercise best
efforts to maintain communication with City personnel, whose involvement in
the project is necessary for successful and timely completion of the work of the
project, including by not limited to the closing of specific transactions.
Communications between the parties shall be verbal or in writing, as requested
by the parties or as dictated by the subject matter to be addressed.
RFP FOR ASBESTOS SURVEY AND MONITORING SERVICES — 2011 Page 4 of 8
3.2 Terms of Payment
3.2.1 Services authorized under this Contract shall be submitted on a monthly basis and will
be paid upon receipt of an original invoice within thirty (30) days and after services are
delivered and accepted.
3.2.2 For accounting purposes, all invoices shall contain a sufficient level of detail regarding
all services provided and allowable expenses incurred.
3.2.3 All invoices and supporting documentation shall be submitted at the intervals as agreed
upon via US mail to: City of Waterloo Community Development Department, attn: Louis
Starks , 620 Mulberry Street, Waterloo, IA 50703.
3.2.4 City has the right, at its discretion, to deny payment for any work by any Contractor if
the total actual expenses exceed the amount allowed by the project Contract, including
any renewal extensions thereof. The Contractor is not obligated to continue
performance of services under this Agreement or otherwise incur costs in excess of the
total actual expense allowed unless an amendment to the Contract is approved, and
the City notifies the Contractor, in a written amendment, of the City's acceptance of the
revised total actual expense allowed.
3.2.5 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.
SECTION IV
SERVICE REQUIREMENTS
4.0 Background
The City of Waterloo, Iowa, is seeking bids for asbestos survey (testing) services in connection
with the acquisition of properties or the abatement of public nuisances. These properties
include a mix of residential structures, garages, and other ancillary structures. There are no
commercial or industrial properties. A list of addresses, including adjoining lots, is included
as Exhibit "B", and an overview map is included as Exhibit "C".
4.1 Scope of Work
The City of Waterloo is seeking a qualified asbestos surveyor to complete a pre -demolition
asbestos survey of the properties acquired or to be acquired
The services to be performed under this Contract shall consist of the following:
4.1.1 All services must be performed in accordance with all applicable codes and ordinances
of the City of Waterloo, Iowa, accepted professional standards and best practices, as
well as all applicable Federal and State regulations.
4.1.2 Completion of an asbestos survey of structures upon all properties identified by the
City of Waterloo, and production of all necessary documents or reports associated with
the asbestos survey.
4.1.3 At the request of the City given with reasonable advance notice, attend meetings of the
City relative to the work set forth in this Agreement.
RFP FOR ASBESTOS SURVEY AND MONITORING SERVICES — 2011 Page 5 of 8
4.2 Silence of Specifications — Commercially accepted practices shall apply to any detail not
covered in this specification and to any omission of this specification. Any omission or question
of interpretation of the specification that affects the performance or integrity of the service
being offered shall be addressed in writing and submitted with the Proposal.
SECTION V
METHOD OF EVALUATION
5.0 Contract Award - Any Contract award(s) made by the City of Waterloo is subject to prior
approval by the City of Waterloo City Council.
5.0.1 Award of Contract shall be made to the most responsible and responsive bidder from a
Company whose bid offers the greatest value to the City with regard to the criteria
detailed and the specifications set forth herein. The City may select a Bidder deemed
to be in the best interest of the City.
5.1 Bid Evaluation Criteria - In general, the bids will be evaluated based on, but not limited to, the
general evaluation criteria stated below and the completeness, clarity and content of the bid.
The following is a partial list of the criteria that may be used in our determination of company
responsibility and responsiveness:
5.1.1 Qualifications and Experience
5.1.1.1 Years of Experience of Key Personnel
5.1.1.2 Feedback from References
5.1.1.3 Knowledge and experience with asbestos survey and abatement monitoring
activities involved with federal and state grants.
5.1.2 Cost Effectiveness
5.1.3 Company Responsiveness to Request for Bids
5.1.3.1 Total scope of services offered
5.1.3.2 Responses to overall request for bids and compliance with submission
guidelines
5.1.3.3 Bid presentation (completeness, organization, appearance, etc.)
5.2 Financial terms will not be the sole determining factor in the award. To determine the award
the City will use a 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.
5.3 A Bidder's submission of a bid constitutes its acceptance of this evaluation technique and its
recognition and acceptance that the evaluators in the evaluation will use subjective judgments.
5.4 Following the evaluation process, the award process is as follows:
5.5.1 The evaluation team shall determine which bidder has submitted the best bid using the
criteria set forth above, and make its recommendation to the City Council.
5.5.2 The City Council considers a resolution awarding the Contract and authorizing the
Mayor to execute the Contract on behalf of the City. Note, no Contract shall be
deemed to be created and exist unless and until the City Council adopts a resolution
awarding the Contract and authorizes the Mayor to sign the Contract.
5.5.3 The Mayor executes the Contract.
5.5.4 If deemed appropriate, a pre -construction meeting is held with appropriate and
interested parties.
5.5.5 The Department issues a Notice to Proceed ("NTP") with a start and completion date.
RFP FOR ASBESTOS SURVEY AND MONITORING SERVICES —2011
Page 6 of 8
SECTION VI
FINANCIAL AND NON -FINANCIAL BID
6.0 Financial Bidl: This portion of the Company's bid shall include ONLY the proposed cost.
6.1 Pricing shall be submitted as follows and shall be inclusive of all expenses of any type or
nature:
Please use this exact format for your Financial Bid.
6.1.1 Provide a separate fixed cost for each Property Address and a lump sum cost on your
bid that will determine a final invoice for a property:
Activity Title
Asbestos Survey
(Itemized with total)
Cost
6.2 Non -Financial Bid: This portion of the bid may be organized in a format determined by the
Bidder, but should include all materials of the bid relating to the service proposed,
specifications, requirements, warranty, detailed service plan/timeline, experience,
qualifications of key proposed personnel and other information of a non -financial nature.
Provide a list of each proposed staff member with name, title, and description of work they
would perform.
6.3 The Bidder shall list by name the principal or project manager in your company who will have
direct and continued responsibility for the services provided to the City. This person will serve
as the company's first point -of -contact on all matters dealing with services and the handling of
day-to-day activities through the planning and implementation process. Interested companies
should provide background and qualifications, highlighting experience with similar projects and
demonstrating ways the company provides a high quality of customer service.
6.4 Please note that timely completion of this project is critical.
SECTION VII
GENERAL TERMS AND CONDITIONS
1. LANGUAGE, WORDS USED INTERCHANGEABLY -
The word CITY refers to the CITY OF WATERLOO,
IOWA throughout these Instructions and Terms and
Conditions. Similarly, BIDDER refers to the person or
company submitting an offer to sell its goods or services
to the CITY, and CONTRACTOR refers to the
successful bidder.
2. BIDDER QUALIFICATIONS - No Bid shall be accepted
from, and no Contract will be awarded to, any person,
firm or corporation that is in arrears to the City upon
debt or Contract, that is a defaulter, as surety or
otherwise, upon any obligation to the City, or that is
deemed irresponsible or unreliable by the City. If
requested, Bidders shall be required to submit
satisfactory evidence that they have a practical
knowledge of the particular supply/service proposal and
that they have the necessary financial resources to
provide the proposed supply/service as described in this
Request for Bids.
RFP FOR ASBESTOS SURVEY AND MONITORING SERVICES —2011 Page 7 of 8
3. SPECIFICATION DEVIATIONS BY THE PROPOSER/
OFFEROR - Any deviation from this specification MUST
be noted in detail, and submitted in writing in the
Request for Bids. Completed specifications should be
attached for any substitutions offered, or when
amplifications are desirable or necessary. The absence
of the specification deviation statement and
accompanying specifications will hold the Bidder(s)
strictly accountable to the specifications as written
herein. Failure to submit this document of specification
deviation, if applicable, shall be grounds for rejection of
the item when offered for delivery. If specifications or
descriptive papers are submitted with Bids, the Bidder's
name should be clearly shown on each document.
4. COLLUSIVE BID - The Bidder certifies that the Bid
submitted by said Bidder is done so without any
previous understanding, agreement or connection with
any person, firm, or corporation making a bid for the
same Contract, without prior knowledge of competitive
prices, and it is, in all respects, fair, without outside
control, collusion, fraud or otherwise illegal action.
5. SPECIFICATION CHANGES, ADDITIONS AND
DELETIONS - All changes in Bid documents shall be
through written addendum. Verbal information obtained
otherwise will NOT be considered in awarding of
Proposals.
6. BID CHANGES - Bids, amendments thereto, or
withdrawal requests received after the time advertised
for Bid opening, will be void regardless of when they
were mailed.
7. HOLD HARMLESS AGREEMENT - The Contractor
agrees to protect, defend, indemnify and hold harmless
the City of Waterloo, its officers and employees from
any and all claims and damages of every kind and
nature made, rendered or incurred by or in behalf of
every person or corporation whatsoever, including the
parties hereto and their employees that may arise,
occur, or grow out of any acts, actions, work or other
activity done by the Contractor, its employees,
subcontractors or any independent contractors working
under the direction of either the Contractor or
subcontractor iri the performance of this Contract.
8. BID REJECTION OR PARTIAL ACCEPTANCE - The
City reserves the right to reject any or all Bids. The City
further reserves the right to waive technicalities and
formalities in Bids, as well as to accept in whole or in
part such Bids where it is deemed advisable in
protection of the best interests of the City.
9. BID CURRENCY/LANGUAGE - All bid prices shall be
shown in US Dollars ($). All prices must remain firm for
the duration of the Contract regardless of the exchange
rate. All bid responses must be submitted in English.
10. PAYMENTS - Payments will be made for all
goods/services delivered, inspected and accepted within
30 days and on receipt of an original invoice.
11. MODIFICATION, ADDENDA & INTERPRETATIONS -
Any apparent inconsistencies, or any matter requiring
explanation or interpretation, must be inquired into by
the Bidder in writing at least 72 hours (excluding
weekends and holidays) prior to the time set for the Bid
opening. Any and all such interpretations or
modifications will be in the form of written addenda. All
addenda shall become part of the Contract documents
and shall be acknowledged and dated on the signature
page.
12. LAWS AND REGULATIONS - All applicable State of
Iowa and federal laws, ordinances, licenses and
regulations of a govemmental body having jurisdiction
shall apply to the award throughout as the case may be,
and are incorporated here by reference.
13. SUBCONTRACTING - No portion of this Bid may be
subcontracted without the prior written approval by the
City.
14. ELECTRONIC SUBMITTAL - Telegraphic and/or
proposal offers sent by electronic devices (e.g. facsimile
machines) are not acceptable and will be rejected upon
receipt. Bidding firms will be expected to allow adequate
time for delivery of their proposal either by airfreight,
postal service, or other means.
15. CANCELLATION - Either party may cancel the award in
the event that a petition, either voluntary or involuntary,
is filed to declare the other party bankrupt or insolvent or
in the event that such party makes an assignment for
the benefit of creditors.
16. ASSIGNMENT - Bidder shall not assign this order or
any monies to become due hereunder without the prior
written consent of the City. Any assignment or attempt
at assignment made without such consent of the City
shall be void.
17. EQUAL OPPORTUNITY - The successful firm agrees
not to refuse to hire, discharge, promote, demote, or to
otherwise discriminate in matters of compensation
against any person otherwise qualified solely because
of age, race, color, religion, sex, sexual orientation,
gender identity, marital status, national origin,
citizenship status, disability, or veteran status.
18. TAXES - The City of Waterloo is exempt from sales tax
and certain other use taxes. Any charges for taxes from
which the City is exempt will be deducted from invoices
before payment is made.
19. BID INFORMATION IS PUBLIC — All documents
submitted with any Request for Bids and the Bid(s) shall
become public documents and subject to Iowa Code
Chapter 22, which is otherwise known as the "Iowa
Open Records Law". By submitting any document to the
City of Waterloo in connection with a Request for Bids,
the submitting party recognized this and waives any
claim against the City of Waterloo and any of its officers
and employees relating to the release of any document
or information submitted.
Each submitting party shall hold the City of Waterloo
and its officers and employees harmless from any
claims arising from the release of any document or
information made available to the City of Waterloo
arising from any bid opportunity.
RFP FOR ASBESTOS SURVEY AND MONITORING SERVICES -2011 Page 8 of 8
City Clerk Use Only
Finance Committee
Approval Date al! / -1'2D i
City of Waterloo
Expenditure Pre -Authorization Request Form
The Finance Committee of the City Council is hereby requested to authorize the following
purchase or expenditure submitted by the Building Maint
$ 2,000.00 plus est. shipping costs of $
Department to expend
to pay for or purchase
This purchase or expenditure is being made because:
Sheetrock repairs to wall and ceilings in room 313 & 314 and fully seal all lead paint
Vendor selected for this purchase: S.J. Construction
0
Bids or written quotes were taken on this purchase, as follows:
S.J. Construction $1,900.00
Brothers Construction $5,922.00
Advanced Environmental $4,000.00
Bids or quotes were not taken on this purchase because:
Prior Committee Actions (Dates):
Please check the following box(es) as appropriate to describe the funding for this expense:
❑ General Fund ❑ Road Use Tax ❑ Sewer ❑ Sanitation
❑x Bonds ❑ Federal/other grants ❑ Other (specify)
This expenditure is to be coded to the following budget line -item:
409-22-3100-2152
(Fund - Department - Activity - Account Number)
in which the budgeted amount is
and the current available balance is
Respe ully submi
(Project Code)
$
(Sig cure Dept. Head or Designee)
Date (Signature Finance Dept. Review) Date
K:lshared goodiestforms\Fxpenditure Pre -Authorization Library Wall Repairs (Mar 2010)
City Clerk Use Only
Finance Committee �1
Approval Date 7 ((`{ (71 (
City of Waterloo
Expenditure Pre -Authorization Request Form
The Finance Committee of the City Council is hereby requested to authorize the following
purchase or expenditure submitted by the Leisure Services Department to expend
$ 2,100.00 plus est. shipping costs of $ 15.00 to pay for or purchase
Three (3) radios for new vehicles, includes equipment and installation.
This purchase or expenditure is being made because:
to equip new vehicles with radios. The radios will be able to convert to narrow band system.
Vendor selected for this purchase: Electronic Engineering
I ^ I Bids or written quotes were taken on this purchase, as follows:
Electronic Engineering, Waterloo $2,064.00 shipping included.
Leisure Services has a maintenance contract with Electronic Engineering.
Bids or quotes were not taken on this purchase because:
Prior Committee Actions (Dates):
Please check the following box(es) as appropriate to describe the funding for this expense:
X
General Fund Road Use Tax ❑ Sewer
Bonds
Federal/other grants Other (specify)
This expenditure is to be coded to the following budget line -item:
409-37-4100-2117
(Fund - Department - Activity - Account Number)
in which the budgeted amount is
and the current available balance is
Respe Ily submi ed,
c/z ;
`/ i i� ii �� f' /�`���� (/ 1 / % f 4,1/1-
( _ ature wept. -ad or Designee) Date (Sfighature Finance Dept. Review) Date
Sanitation
(Project Code)
$ 220,000.00
$ 11,362.48 /Dal 1 1
1 a
K:\shared goodies\forms\- penditure Pre -Authorization (Mar 2010)
02/08/2011 14:51 3192914297
WATERLOO LEISURE SER
PAGE 01/02
1 City Clerk Use Only
Finance Committee
Approval Date '1 1 1 { (
City of Waterloo
Expenditure Pre -Authorization Request Form
The Finance Committee of the City Council is hereby requested to authorize the following
purchase or expenditure submitted by the Leisure Services Department to expend
$ 5,900.00 plus est, shipping costs of $ to pay for or purchase
Lifeguard chairs for municipal swim pools.
This purchase or expenditure is being made because:
to replace the current lifeguard chairs that are no longer safe to use.
Vendor selected for this purchase: Recreonics Inc.
X
Bids or written quotes were taken on this purchase, as follows:
Recreonics Inc., Louisville KY $5,866.39
WMS Aquatics, Ellensburg WA $6,130.87
Aquatic Technology, Augusta ME $6,671.21 The Lifeguard Store, Normal IL $6090.00
Bids or quotes were not taken on this purchase because:
Prior Committee Actions (Dates):
Please check the following box(es) as appropriate to describe the funding for this expense:
❑ General Fund ❑
X
Bonds ❑
Road Use Tax Sewer Sanitation
Federal/other grants n Other (specify)
This expenditure is to be coded to the following budget line -item:
410-22-4200-2132
(Fund - Department - Activity - Account Number)
in which the budgeted amount is
and the current available balance is
Respectfully submit
tgnature D
ead or Designee) Date
K:\shared goodies\forms\Expenditure Pre -Authorization (Mar 2010)
(Project Code)
$ 130,000.00
$ 118,226.34'"
.t9`7 f ��� [���✓ G7
(Sigriature Finance Dept. Review)
C, pldg 1\11106fi ,
Date
02/09/2011 09:42 3192914297
WATERLOO LEISURE SER
PAGE 02/02
City Clerk Use Only
Finance Committee J L
Approval bate 7 I (l-{"'✓rii
City of Waterloo
Expenditure Pre -Authorization Request Form
The Finance Committee of the City Council is hereby requested to authorize the following
purchase or expenditure submitted by the Leisure Services Department to expend
$ 16,000.00 plus est. shipping costs of $ to pay for or purchase
Engineering and surveying for two (2) ADA fishing jetties, toilet, and trail extension.
This purchase or expenditure is being made because:
this is part of a REAP Grant at Riverview Recreation Area.
Vendor selected for this purchase: Claassen Engineering, Waterloo
Bids or written quotes were taken on this purchase, as follows:
Claassen, Waterloo, 8% not to exceed $15,000 plus reimbursables at cost
Ament, Waterloo did not respond
AECOM, Waterloo was called, they will not be submitting a bid
0 Bids or quotes were not taken on this purchase because:
Prior Committee Actions (Dates):
Please check the following box(es) as appropriate to describe the funding for this expense:
General Fund 0 Road Use Tax Li Sewer Sanitation
I ^ 1 Bonds ❑ Federal/other grants Other (specify)
This expenditure is to be coded to the following budget line -item:
407-37-4700-2103 408-37-4700-2103 08REC-0006
(Fund - Department - Activity - Account Number) (Project Code)
in which the budgeted amount is
and the current available balance is
Respectfully submitted,
$ 939.56` 19,000
$ 939.56f 19,000
/ci /1 ��7 1 �� 7f)//,.L";;ice -` > /!
(Signature Dept. I -lead or Designee) /Date Signature Finance Dept. Review) Date
K:\shared goodieslforms\t_xpenditure Pre -Authorization (Mar 2010)
City of Waterloo
Expenditure Pre -Authorization Request Form
City Clerk Use Only
Finance Committee II
Approval Date 3- f f 1 (`,�, t(
The Finance Committee of the City Council is hereby requested to authorize the following
purchase or expenditure submitted by the Police Department to expend
$ 18,500.00 plus est. shipping costs of $ 0.00 to pay for or purchase
a 5 TB server with rack, DVD burner, application software to include installation of
of the unit by L3 Mobile -Vision, Inc.
This purchase or expenditure is being made because:
The current server is aging and this server will update the system utilizing faster
processing speeds, storage space and reliability.
Vendor selected for this purchase: L3 Mobile -Vision, Inc.
Bids or written quotes were taken on this purchase, as follows:
Qx Bids or quotes were not taken on this purchase because:
This is proprietary with the current equipment in use.
Prior Committee Actions (Dates):
Please check the following box(es) as appropriate to describe the funding for this expense:
General Fund 0 Road Use Tax Sewer ❑ Sanitation
Qx Bonds ❑ Federal/other grants 0 Other (specify)
This expenditure is to be coded to the following budget line -item:
409-11-1100-2106
(Fund - Department - Activity - Account Number) (Project Code)
in which the budgeted amount is
and the current available balance is
Respectfully submitted,
(Signs re Dept. Head Designee) Date (Slgriature Finance Dept. Review) Date
K:\shared goodies\forms\Expenditure Pre -Authorization (Mar 2010)
$; xG-/ 33
in which budgeted amount is
and the current available balance is
Respectfully submitted,
- City Clerk Use Only
Finance Committee
Approval Date •{ ) !")n
City of Waterloo
Expenditure Authorization Request Form
The Finance Committee of the City Council is here by requested to authorize the following
purchase or expenditure submitted by the WMS
$ 2,150.00 plus ext. shipping cost of $ 55.85
Manifold for distillation apparatus. It takes two apparatuses.
Departmant to expend
to pay for or purchase
This purchase or expenditure is being made because:
The old manifold leaks tried to repair but to many Ieaks.This is used in lab to run test
on TKN.
❑X Bids or written quotes were taken on this purchase, as follows
These are the two that responded: Mid Scientific- $2150.00; Fisher Scientific- $2257.50
Bids or quotes were not taken on this purchase because:
Prior Committee Actions (Dates):
Please check the following box(es) as appropriate to describe the funding for this expense:
nGeneral Fund: [Road Use Tax:: ` nSewer: ❑Sanitation:
Bonds:
❑Federaliother grants: ElOther(specify):
This expenditure is to be coded to the following budget line -item:
590/14/5700/1571
(Fund - Department - Activity - Account Number) (Project Code)
$ 200,000.00
$ 48,644.67
n - 7- "! f��irr%,.L'� l J t�
(Sign ture ept. Head Or Designee) Date (Signature Finance Dept. Review) Date
r Visit us online at www.midlandsci.com
Midland Scientific, Inc.
4616 Kimmel Dr.
Davenport, IA 52802-2405
563-323-1889 OR 800-524-8604
006467MLY
Bill To:
City Of Waterloo
715 Mulberry
Attn: Accounts Payable/City Hall
Waterloo, IA 50703
319-291-4553
Attn: Ms. Kathy Skillings
Customer ID: 14248
QUOTATION
Order Number
1119050
Order Date
Page
2/1/2011 12:18:59
1 of 1
www.midlandsci.com
Ship To:
City Of Waterloo
Waste Management Services
3505 Easton Avenue
Waterloo, IA 50703
Requested By: Ms. Kathy Skillings
PO Number
Ship Route
Taker
ETHIELEN
Quantities
Item ID
Item Description
Pricing
UOM
Unit Size
Unit
Price
Extended
Price
Ordered)
Allocated'
Remaining)
UOM
I O
Customer Note: Fax invoices to Kathy Skillings at 319-291-4523
Delivery Instructions: FOB:Shipping
2.00 0.00 2.00 EA LCN 2152402P
Line Number: 1 Manifold for Distillation Apparatus
EA 1,075.0000 2,150.00
1.0
Total Lines: 1
SUB -TOTAL: 2,150.00
TAX: 0.00
FREIGHT : 55.85
AMOUNT TENDERED: 0.00
AMOUNT DUE: 2,205.85
We value your feedback. Please complete our online survey available on our website or at:
http://survey.midlandsci.com
Sales Quotation
Quote Nbr
Creation Date
Due Date
Page
1034-0107-11
02/03/2011
1 of 1
Payment Terms
Delivery Terms
NET 30 DAYS
SHIP POINT
Valid To
Prepared By
03/05/2011
JUREK, DIANA L.
Customer Reference
Sales Representative
QUOTE/KATHLEEN SKILLINGS
TIFFANY HENDERSON
To place an order
Ph: 800-766-7000 Fx: 800-926-1166
Submitted To:
Customer Account: 471472-002
KATHLEEN SKILLINGS
CITYLAB50702@YAHOO.COM
319-291-4553
CITY OF WATERLOO
WATER POLLUTION CTRL PLNT
3505 EASTON AVE
WATERLOO IA 50702-2000
Fisher Scientific
Part of Thermo Fisher Scientific
FISHER SCIENTIFIC COMPANY LLC
4500 TURNBERRY DRIVE
HANOVER PARK IL 60133-5491
PLEASE REFER TO THE QUOTE NUMBER ON ALL
CORRESPONDENCE
THANK YOU FOR YOUR INTEREST IN FISHER
SCIENTIFIC COMPANY LLC
FOR COMPLETE TERMS AND CONDITIONS VISIT
OUR WEBSITE AT
www.fishersci.com/salesterms
Nbr Qty UN Catalog Number
Description
Unit Extended
Price Price
1
2
EA
NON -CATALOG MANIFOLD ASSEMBLY
Vendor Catalog # 2152402
MERCHANDISE TOTAL
NOTES:
Returns are subject to manufacturer terms and conditions.
We now offer highly competitive financing with low monthly payments. Please contact your local sales
representative for more information.
Tell us about your recent customer service experience by completing a short survey. This should take no
longer than three minutes. Enter the link into your browser and enter the passcode: USA-PGH-CS1
htto://survey.medallia.com/fishersci
1,128.75
2,257.50
2,257.50
nGeneral Fund:
[]Bonds:
City Clerk Use Only
Finance Committee , t
Approval Date 2 l 1t4';2V 11
City of Waterloo
Expenditure Authorization Request Form
The Finance Committee of the City Council is here by requested to authorize the following
purchase or expenditure submitted by the WMS Departmant to expend
$ 7,125.80 plus ext. shipping cost of $ 0.00 to pay for or purchase
Parts for Moyno pump repair.
This purchase or expenditure is being made because:
Moyno pump 2F065G1 is wornout needs to be rebuilt. This is the transfer mesophilic
pump in the digester bldg.
n Bids or written quotes were taken on this purchase, as follows
Three Quotes; Liberty Process Equiip:,$7,125.80; MQ2 Inc $15,248.00; Hutcheson Eng. $14,690.
Bids or quotes were not taken on this purchase because:
Prior Committee Actions (Dates):
Please check the following box(es) as appropriate to describe the funding for this expense:
Sewer: [ !Sanitation:
[]Road Use Tax:
[]Federal/other grants:
X
Other(specify):
This expenditure is to be coded to the following budget line -item:
590/14/5900/1571
(Fund - Department -Activity - Account Number)
in which budgeted amount is
and the current available balance is
Respectfully suitted,
(Project Code)
$ 0:0 2cc; c(1' .)
$ 48,028.60
`"'%,r/�1.il�✓ (, it/ii,l^//1 vC-7-�/l
($ignat tire Dept. Head Or Designee) Date (Si nature Finance Dept. Review) Date
Jan 11 11 03:45p Liberty Process Equipment
18476407855 p.1
MOYEklikes
D te: 1/11/2011
T : Richard Olson
mpany City of Waterloo
F x No. (319) 291 4523
S zbject: 2 Parts quotes
Hello Richard,
LIBERTY PROCESS EQUIPMENT, INC.
2525 S. Clearbrook Dr.
Arlington Heights, IL 60005
Phone: 847-640-PUMP (7867)
Fax: 847-640-7855
No. of Pages 4
From: Mark Snitowsky
Thank you for the opportunity to quote Moyno pump parts for the plant. Attached you
will find 2 separate quotes for the rebuild parts that you requested. Please let us know
what else we can do for the plant.
Thank you,
Mark Snitowsky
Jar 13 11 01:07p
Liberty Process Equipment
18476407855 p.1
Page 1 or 2
ski To: i
Pi' OF WATERLOO
05 EASTON: AVEN UE
ATERLO0 li' 50701
mflnn To:
CHARD OL:SON
ustomer Reference
:065G1
•=iberty Process Equipment, Inc.
2525 S. Clearbrook Drive
Arrington Heights, IL
800054623
Phone: (847) 640-7867
Fax: (847) 640.7855
Ship VIA
am Description
PF291 L BEARING KIT
PF951L CDQ GEAR JOINT KIT
Quote
Quote Number: 0031773
Quote Date: 111012011
Quote valid through 219/2011
Customer Number: CCfwAT
Salesperson: Mark Snitowsky
Ship To:
CITY OF WATERLOO
3505 EASTON AVENUE
WATERLOO, IA 50701
F.O.B. Terms
ARLINGTON FITS NET 30 DAYS
Serial Number
Unit
EACH
EACH
0 INCLUDE:: >ECONDARY (THRUST PLA E, (1) LOCK NUT & (1) SEAL (SUPRIMARY1) THRUST PLATE, (1)
SUPPORT
CPF87QL COO GEAR JOINT SEAL KIT
10 INCLUDE: (1) GEAR JOINT SEAL, (1) #5 0-RING, (1) #41 0-RING
14 PF0261L CDQ DRIVE SHAFT
3 BJ112QL.0-RING
39 BH085GL STATOR GASKET
35 AH0085L RETAINING RING
30 C320HCIL CDC) STATOR
40 C72FH1L ROTOR
F SINGLE MECHANICAL SEAL
= EPS-VV3305581275
PACKAGING FEE 58.00 PER PKG
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
.L^f 3 /7Z J0/0Nr LfG i£C q /'lssa�S
1
2
Approximate Delivery
Price
264.00
441.00
2 23.00
1
1
2
3
1
1
1
1,047.00
6.00
11.00
19.00
1,517.00
2,098.80
1,178.00
Amount
264.00
882.00
46.00
1,047.00
6.00
22.00
57.00
1,517.00
2,098.80
1,178.00
8.00
Continued
Jan !311 01:07p
Liberty Process Equipment
18476407855 p.2
Sold To:
DITY OF WATERLOO
3505 EASTON AVENUE
NATERLOO, IA 50701
Confirm To:
3ICHARD OLSON
Liberty Process Equipment, tnc.
2525 S. Clearbrook Drive
Arlington Heights. tL
60005-4623
Phone: (847)640.7867
Fax: (847) 540-7855
Quote
Page 2 of 2
Quote Number: 0031773
Quote Date: 1/10/2011
Quote valid through 279/2011
Customer Number. CITWAT
Salesperson: Mark SnItowsky
Ship To:
CITY OF WATERLOO
3505 EASTON AVENUE
WATERLOO, IA 50701
Customer Reference
2F065G 1
Ship VIA
F.O,B. Terms
ARLINGTON HTS NET 30 DAYS
Approximate Delivery
tem Description
(HANK YOU
MARK SNITOWSKY
Serial Number
Unit
Oty Price
Amount
•
vcrd el- nit
Total:
]noted prices in US dollars. Do not include shipping or packaging charges
vhich win bet added to our invoice at the time of shipment.
lisit our wetisite at http:llw w.libertypracess.com
Engineered Products For the Manufacturing & Processing Industries
7,125.80
411/06/2011 00:33
4023339663
nf2 c
PAGE 02/02
January 6, 2011
Waterloo, Iowa WWTP
PUMP MODEL: 2F065G1CDQ3AAX neSoPhi I:c- P
Bearing Kit
Gear Joint Kit
Drive Shaft
Gear Joint Seal Kit
0-Ring
Stator Gasket
Retraining Ring
Stator
Rotor
MN�k-See-I
KPF291
KPF951
PF0261
KPF87Q
B1112Q
BH085Q
AI-(0085
C320HQ
C72FH1
EP5 u1.33ess-Y/ 2.75
QT(
$430.00 each
$1,098.00 each
$2,324.00 each.
$49.00 each
$9.00 each
$21.00 each_
$19.00 each. 3
$3,702.00 each
$5,568.00 each
4 gz 2. 010- 0,( 11
1430,oO
I QG.Oc
.7Z 3 act. 04
�•oi
L2,0,
S`t-0
3-02.,ot
SS-68.o,
522, o
15, 2'{ 6,.a
From:HUTCHESON ENGINEERING
402 455 1848
01/14/2011 11:47 #143 P.002/002
INC
QUOTATION 5M0113-1031
Company Name City of Waterloo WTP Name
Phone 319-291-4553 ( Fax-291-4523) Fax
Richard Olson
ITEM
QTY
DESCRIPTION
NET
EACH
NET
TOTAL
Moyno pump parts quote model # 2F065G1 CDQ3AAx
1 1 # KPF291 Bearing Kit $354.00
2 2 # KPF951 Gear Joint Kit $935.00 $1,870.00
3 1 # PF0261 Drive Shaft $1,806.00
4 2 # KPF87Q Gear Joint Seal Kit $40.00 $80.00
5 1 # BJ112Q 0-Ring $8 00
6 2 # BH085Q Stator Gasket $17.00 $34.00
7 3 # AH0085 Retaining Ring $19.00 $57.00
8 1 # C320HQ Staotor $2,350.00
9 1 # C72FH1 Rotor $4,306.00
10 1 "*********** Mechanical seal - Still waiting on information from factory
11 1 New pump model # 2F065G1CDQ3AAX ( less mechanical seal) $14,690.00
Parts are approx. 2-3 weeks for delivery
Pump = approx. 4-5 weeks
Thank You,
Steve Mescher
DATE:
Please contact us if you have any questions.
www.hutchesonengneering.com
steve@hutchesonengineering.com
6405 Pershing Drive Omaha, NE 68112 Phone (402) 455-2000 Fax (402) 455-1848
D/Gf5%!ter /h 2"5G/'4' IL'f l PLr� %J4 n7'
TOTAL j
Completed%forms should be routed directly to the Finance Dept.
FINANCE DEPT. ONLY
Finance Cylimittee approval required?
YES NO If so, date approved: r�• f 1 -fI�
/ t 1
City of Waterloo
Line -Item Budget Amendment Request Form
The Finance Committee of the City Council and/or Finance Dept. is hereby requested to authorize the following line -item budget
amendment for FYE 11 submitted by the POLICE Department:
EXPENSES/REVENUE
DECREASE EXPENDITURES (INCREASE REVENUE)
INCREASE EXPENDITURES (DECREASE REVENUE)
Fund Dept Activity Acct #
Acct Name
Proj Code
Amount
Fund Dept Activity Acct #
Acct Name
Proj Code
Amount
010-11-1160-3603
Forfeitures
11TRI TRIF
y/
40,000.00
010-11-1160-1512
Tri County Forf.
11TRI TRIF
40,000.00
010-11-1160-1512
Forf. Exp.
11TRI TRIF
19,500.00
Tri Co., Forf.
11TRI TRIF
19,500.00%
010-11-1150-3603
Tri Co. Forf.
11TRI WPDF
19,500.0V
/0110-11-1160-3603
10-11-1150-1512
Forf Exp.
11TRI WPDF
19,500.001'
010-11-1150-3900
Forf. Property
11TRI WPDF
20,000.00
010-11-1150-1512
WPD Forf.
11TRI WPDF
20,000.00
TOTAL
$99,000.00
TOTAL
This amendment is being requested because:
This is to conform with the City's budget line item control policy using existing carryover revenue. Using current FY11 Revenue for
distribution to outside agencies & budget for WPD's share of the distribution. WPD share is accounted for in activity 1150 rather
than 1160.
$99,000.00
Prior Committee Actions (Dates):
/7
11'bj
ignature Dept. Head or Designee) Date (Signature Finance Dept. Review)
/
Date
Date Posted (Finance Dept.)
K:luserslshared goodieslformslcsbudgetamendregform (Apr 2003)
Major
BUCK
CLARK
COUNCIL
MEMBERS
DAVID
JONES
Ward l
CAROLYN
COLE
Ward 2
HAROLD
GE T rY
Ward 3
QUEti T IN M.
HART
Ward 4
RON
WEEPER
War(' 5
BOB
GREENWOOD
At -Large
STEVE
SCHMI T T
At -Large
CITY OF WATERL001 IOWA
WATERLOO POLICE DEPARTMENT
715 \Uberr/ Street • Waterloo, IA 507(33 • (319) 29'-4339 Fax (319) 291-4332
DAN[EL J. YRSLKA • Chief .f Police
November 22, 2010
MEMORANDUM
TO: Tri-County Drug Enforcement Task Force Board Members
FROM: Daniel J. Trelka
Chairman
SUBJECT: Forfeiture Distributions
We recently took in a substantial amount of forfeiture dollars and can now
distribute forfeiture monies to your agency.
Total distribution at this time will be $50,000.00, spread out as follows:
Waterloo Police Department
39%
19500.00
Cedar Falls Police Department
19%
9500.00
Black Hawk County Sheriff's Office
19%
9500.00
Bremer County Sheriff's Office
6%
3000.00
Waverly Police Department
6%
3000.00
LaPorte City Police Department
4%
2000.00
Hudson Police Department
4%
2000.00
Evansdale Police Department
3%
1500.00
50,000.00
We are working to have the checks processed and out to your agencies
as soon as possible. If you have any questions, feel free to contact me at
291-4339.
DJT:dkk
Cc: Ca ain Joe Leibold
heryel Stevenson, Finance
File
CITY 'VEBSITE uv,-, .eityof«atertcoiowa.:;om
WE'RE WORKING FOR 'YOU!
Completed forms should be routed directly to the Finance Dept.
FINANCE DEPT. ONLY
Finance Committee approval required?
YES V NO •
If so, dale approved: (
City of Waterloo
Line -Item Budget Amendment Request Form
The Finance Committee of the City Council and/or Finance Dept. is hereby requested to authorize the following line -item budget
amendment for FYE 2011 submitted by the Leisure Services Department:
EXPENSES/REVENUE
DECREASE EXPENDITURES (INCREASE REVENUE)
INCREASE EXPENDITURES (DECREASE REVENUE)
Fund Dept Activity Acct #
Acct Name
Proj Code
Amount
Fund Dept Activity Acct #
Acct Name
Proj Code
Amount
010 37 4105 3720
Restricted Donation
37GFT-0007
3,885.00
010
37 4105 1558
Skate Equip
37GFT-0007
3,885.00
TOTAL
This amendment is being requested because:
$3,885.00
TOTAL
$3,885.00
to budget for donations received for youth hockey jerseys and equipment.
Prior Committee Actions (Dates):
(Signature Dept: J or Designee)
Date (Signature Finance Dept. Review)
Date
Date Posted (Finance Dept.)
K:\users\shared goodies\forms\Budget Amendment Request Form (Apr 2003)
PROJECT BUDGET WORKSHEET - ALL PROJECTS
PAGE ONE
Project Name US 63 & Ridgeway Traffic Safety Improvements
City Contract No.
Project Manager
Project Budget Total
uta 17400
Sandie Greco
$ 375,000.00
1. How will this project be funded?
A. Federal Grant Yes Q No
Grant Name
CFDA #
B. State Grant Yes X No
Grant Name Traffic Safety Funds Grant
C. City Match Source of Funding n/a
D. Other Entities Yes 1 1 No
Name
f1,4 •7,'F fix'
% Paid by federal grant
% Paid by state grant 10070
Grutit Cs- TsF —BI ('7c1)
% Paid by City
% Paid by other entity 1DcLOO9t
Attach copies of any grant agreements that will fund the project (REQUIRED)
2. Does the project include the purchase of right of way or other real property?
If yes, will real property purchases be reimbursable under the grant?
If yes, attach authorization to purchase real property to this document.
3. Please indicate any non -participating expenses that you are aware will be incurred, such as:
A. Stormwater permit fees
B. Publication, or printing costs
C. Others, list
4. Does this project cover any regular full-time salaries or benefits?
If yes, employee/position to be covered.
Done None
El 0
Yes No
El E
El El
Done None
0 El
Yes None
❑ ❑
❑ ❑
❑ ❑
❑ ENO
5. Include a brief description of the project in the space below: (REQUIRED)
This is a Traffic Safety Funds Grant and covers 100% of the construction costs. Traffic safety improvements include signal
modifications and geometric design enhancements.
Page 2 must be attached and signed.
users \michelle-vAforms \Project Budget Wkshts_Revised-1. (707) incomplete.xls\Page 1 All Projects (Feb 2007)
CONSTRUCTION PROJECT BUDGET WORKSHEET
PAGE TWO
thrte
Project Name (from page one) Ridgeway & 63 Traffic Safety Improvements
Department No. project will be budgeted under
Activity No. project will be budgeted under
REVENUES:
3000 Cash on Hand
3112 Local Option Sales Tax
3350 Federal Grant
3353 Federal U-Step Grant
3358 Shared Program - City
3360 Shared Program - State
3361 State Grant
3365 State RISE Grant
3368 EPA Grant
3377 EDA Grant
3750 Sale of Bonds
3800 Miscellaneous Revenue
State TSF Grant
EXPENDITURES:
290
��C g•!,C.
(Each column should only include amounts by fund)
375,000.00
TOTALS $ 375,000.00
2103 Engineering & Consulting
2125 Traffic Control Equipment
2140 Land Acquisition
2144 Land Improvements
2154 Demolitions
2156 Bikeway Construction
2161 Bridges
2162 Storm Sewers
2163 Sanitary Sewers
2164 Sidewalks
2165 Streets & Roadways
2199 Non -participating Misc
375,000.00
Fund:
Fund: Fund:
TOTALS $ 375,000.00 $ $
(Signature Dept. H ad)
/7/
Date
(Signature Finance Dept. Review)
Total
375,000.00
$ 375,000.00
375,000.00
$ 375,000.00
it
Date
usersVnichelle-w\forms\Project Budget Wkshts_Revised-1. (707) incomplete.xls\Page 2 (if Constr Prop (April 2003)
PROJECT BUDGET WORKSHEET - ALL PROJECTS
PAGE ONE
Project Name
City Contract No.
Project Manager
Project Budget Total
F.Y 2011 Waterloo Lift Station Commercial
Jamie Knutson
$ 10,3s0,se5:ee- )U Q495; 5-2S
1. How will this project be funded?
A. Federal Grant Yes
Grant Name
ICEcie f
B. 8:wereG Grant
Grant Name
C. City Match
D. Other Entities
Name
No CFDA # �. 3 0-7% Paid by federal grant �S/•T% r/
EDA Disaster Recovery
Grant Agreement Number 0 S 7g-0600?
Yes X No CFQQ / a 02 g % Paid by state grant as/o /o
GDBG Grant Funds -/O b COOL bisa-I°r /eecWue j
Source of Funding Bonds �l
Yes I 1 No
Grant Agreement Number d,5_0g-I -07g
% Paid by City 0.14%
% Paid by other entity
2. Attach copies of any grant agreements that will fund the project (REQUIRED)
3. Does the project include the purchase of right of way or other real property?
If yes, will real property purchases be reimbursable under the grant?
If yes, have you attached authorization to purchase real property to this document?
4. Will this project include any non -participating expenses, such as:
A. Stormwater permit fees
B. Publication, or printing costs
C. Others, list �%O jec cz4mi i - I tvg.co c 000
5. Does this project cover any regular full-time salaries or benefits?
If yes, employee/position to be covered.
Done None
1E1 El
Yes No
❑ ❑X
El El
0 El
❑ ❑X
El El
CS ❑
❑ ❑X
6. Include a brief description of the project in the space below: (REQUIRED)
During the flood of 2008 the City experienced flooding on the dry side of the levee system. The flooding the City experienced
was from the many creeks that empty into the Cedar River. Consequently these creeks started to flood many areas of the City
and resulted in many individuals and businesses sustaining heavy loss. To ensure that this does not happen again the City
has determined that the construction of new lift stations will significantly reduce the future threat of flooding by the creeks.
Corn,v erci tt Lift- stvkohs wi/f be, euisfrckd •
Page 2 must be attached and signed.
K:\shared goodies \forms\Project Budget River Renaissance N Trail\Page 1 All Projects (Mar 2010)
CONSTRUCTION PROJECT BUDGET WORKSHEET
PAGE TWO
City Clerk Use Only
Finance Committee
Approval Date �I4/43:) ( (
Project Name (from page one) F.Y. 2011 Waterloo Lift Stations Commercial
Department No. project will be budgeted under 07
Activity No. project will be budgeted under 5306
REVENUES:
3000 Cash on Hand
3112 Local Option Sales Tax
3350 Federal Grant
3357 Shared Program - County
3358 Shared Program - City
3360 Shared Program - State
3361 State Grant
3365 State RISE Grant
3368 EPA Grant
3377 EDA Grant age
3720 Donations - Restricted /009, VS
3750 Sale of Bonds f S 004). 00 /S, OW 00
CDBG GRANT-33SO 3,941,250.00 3,941,250.00
GIOCEbaes f812112 O40 tl6;01)041)9
(Each column should only include amounts by fund)
Fund: 640 Fund: a90 Fund: 409 Fund:
1W)
EDA CDBG GRANT CITY
s%u 9C%
Total
6,994,315.00
EXPENDITURES:
TOTALS $ 6,0g42g5:9o- $ 3,941,250.00 $ 15,000.00 $ $ 4.079601-56e7gg
/o 9G5, S6S
2103 Engineering & Consulting $ 940,000.00 $ 1,002,920.00 $ 1,942,920.00
2125 Traffic Control Equipment
2140 Land Acquisition
2144 Land Improvements
2146 Demolitions
2151 Building Construction
2156 Bikeway Construction
2162 Storm Sewers 4/1O€1, 31 S 6t, e 38, 330 9 oaf & /
2163 Sanitary Sewers
2164 Sidewalks
2165 Streets & Roadways
2199 Non -participating Misc o 15,000.00 15,000.00
INRCOG GRANT
Pump Stations Construction P & N149**1141INA geggg~g
INRCOG Grant Billing 1 109 Pc ' i a o /0, q&S,, 57o5r
TOTALS $ 5,430312.,,0 $ 5 q 9 242,5& $ 15,000.00 $ $ 10,050 5.00-
6.,(As ) /p6)8
•
(Signature Dept. Head) Date (Signature Finance Dept. Review)
37-.2, I
Date
K:\shared goodies\forms\Project Budget River Renaissance N Trail\Page 2 (Constr Proj) (Mar 2010)
PROJECT BUDGET WORKSHEET - ALL PROJECTS
PAGE ONE
Project Name F.Y. 2011 Waterloo Lift Stations (Residential)
City Contract No.
Project Manager
Project Budget Total
Jamie Knutson
$ 6,310,000.00
1. How will this project be funded?
A. Federal Grant Yes r1 No • CFDA #
Grant Name
Jot aaT
ltEt C084 Disasttir ?ecagerJ
B. State Grant Yes
Grant Name
No
C. City Match Source of Funding itilKOMMIMINtatior
D. Other Entities Yes
Name
No
To be a.
Project No.
Subproject No,
% Paid by federal grant IO0 /o
Grant Agreement Number 08— MI -o? 7 7
% Paid by state grant
Grant Agreement Number
% Paid by City M 'b
% Paid by other entity
2. Attach copies of any grant agreements that will fund the project (REQUIRED)
3. Does the project include the purchase of right of way or other real property?
If yes, will real property purchases be reimbursable under the grant?
If yes, have you attached authorization to purchase real property to this document?
4. Will this project include any non -participating expenses, such as:
A. Stormwater permit fees
B. Publication, or printing costs
C. Others, list
5. Does this project cover any regular full-time salaries or benefits?
If yes, employee/position to be covered.
6. Include a brief description of the project in the space below: (REQUIRED)
During the flood of 2008 the City experienced flooding on the dry side of the levee system. The flooding the City experienced
was from the many creeks that empty into the Cedar River. Consequently these creeks started to flood many areas of the
City and resulted in many individuals and businesses sustaining heavy losses. To ensure that this does not happen again
the City has determined that the construction of new lift stations will significantly reduce the future threat of flooding by
the creeks. -7hi S is -S r 3 resided -wad (G /- St�,7iv - S—1/bliLibdo0 d1 C. end ffetehc f .
Done None
® 0
Yes No
❑ 0
❑ ❑
❑ ❑
❑ 0
❑ I�
❑ 0
Page 2 must be attached and signed.
K:\shared goodies\forms\Project Budget Waterloo Lift Stations Residential\Page 1 All Projects (Mar 2010)
CONSTRUCTION PROJECT BUDGET WORKSHEET
PAGE TWO
Group 3 ( Hollywood, Cedar Bend & Fletcher)
Project Name (from page one) F.Y. Waterloo Lift Stations (Residential)
City Clerk Use Only
Finance Committee
Approval Date 2-/iLi (2�1/
Department No. project will be budgeted under 0-7
Activity No. project will be budgeted under 5300
REVENUES:
3000 Cash on Hand
3112 Local Option Sales Tax
3350 Federal Grant
3357 Shared Program - County
3358 Shared Program - City
3360 Shared Program - State
3361 State Grant
3365 State RISE Grant
3368 EPA Grant
3377 EDA Grant
3720 Donations - Restricted
3750 Sale of Bonds
CDBG Grant Funds-36O
119.02;€4444011404
TOTALS
EXPENDITURES:
2103 Engineering & Consulting
2125 Traffic Control Equipment
2140 Land Acquisition
2144 Land Improvements
2146 Demolitions
2151 Building Construction
2156 Bikeway Construction
2162 Storm Sewers
2163 Sanitary Sewers
2164 Sidewalks
2165 Streets & Roadways
Z199 Non -participating Misc
n1(I' Construction --S SeWevS
TOTALS
(Signature Dept. Head)
(Each column should only include amounts by fund)
Fund: a % 0 Fund: Fund: Fund:
t 310, OOp
$ 6,2 O,000:00' $ tpagEggGF. $
,p,3tO, 000
1, 34 %& 0O
$ *1,307.000.00 $ VIRMECt-
4,962,400.00
$ C,2*9,O0Q-O0 $ tte001,406 $
/7287/1
Date
Total
$
6,270,000.00
466840
$ $ 6,310,000.00
$ 1,347,600.00
4,962,400.00
$ $ 6,310,000.00
(Signature Finance Dept. Review) Date
K:\shared goodies\forms\Project Budget Worksheet\Page 2 (Constr Proj) (Mar 2010)