Loading...
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)