Loading...
HomeMy WebLinkAboutCouncil Packet - 2/14/2011BUILDING & GROUNDS COMMITTEE February 14, 2011 4:50 p.m. Council Chambers Members present: Welper, Greenwood. Absent: Getty Moved by Greenwood, seconded by Welper that the Agenda, as proposed, be approved. Ayes: Two. Motion carried. Moved by Greenwood, seconded by Welper 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, be approved. Ayes: Two. Motion carried. Moved by Greenwood, seconded by Welper to sell and convey city -owned property located at 261 Cottage Grove to Roger and Hope Knebel in the amount of $6,251.00, be approved. Ayes: Two. Motion carried. With no further business before the Council, it was moved by Welper, seconded by Greenwood that the meeting be adjourned at 4:59 p.m. Ayes: Two. Motion carried. Suzy Schares City Clerk BUILDING & GROUNDS COMMITTEE February 14, 2011 4:50 p.m. Council Chambers Roll Ca11: Members: Chairperson Harold Getty Ron Welper Bob Greenwood Approval of Agenda, as proposed. NEW BUSINESS 1. 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. 2. Sell and Convey city -owned property located at 261 Cottage Grove to Roger and Hope Knebel in the amount of $6,251.00 ADJOURNMENT Suzy Schares City Clerk BUILDING & GROUNDS COMMITTEE February 14, 2011 4:50 p.m. Council Chambers Roll Ca11: Members: Chairperson Harold Getty Ron Welper Bob Greenwood Approval of Agenda, as proposed. NEW BUSINESS 1. 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. 2. Sell and Convey city -owned property located at 261 Cottage Grove to Roger and Hope Knebel in the amount of $6,251.00 ADJOURNMENT Suzy Schares City Clerk 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: Rud D. Jes SUBJECT: 140-AS-02-28-11-GO Submitted by: Louis Starks, Contracts and Grants Coordinator Recommended City Council Action: Authorize Bids for Asbestos Survey for five (5) structures: 312 Charles Street, 318 E. 9th 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:\LOUIS-S\Asbestos\140-AS-02-28-1 I -GO\Council Communication template.doc CITY WEBSITE: www.cityofwaterlooiowa.com WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer EQUAL NOUS0NG OPPORTUNITY CITY OF WATERLOO, IOWA Request for Bids 140-AS-02-28-11-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 lou is.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 clone 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 Mavor 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 'NTERCHANGEABLY - 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 set 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 in 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 wet 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 governmental 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 lowa 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 OF WATERLOO, IOWA COMMUNITY PLANNING AND DEVELOPMENT 715 Mulberry Street • Waterloo, Iowa 50703-5783 • (319) 291-4366 Fax (319) 291-4262 NC)F i. C. ANDERSON, Community Plnnnmg h Dci.rlopotont Du, i r, CITY OF WATERLOO Mayor BUCK CLARK Committee Communication COUNCIT. Building and Grounds Meeting: Febteuary 14, 2011 MEMBERSPrepared: February 2, 2011 Dept. Head Signature DAVID # of Attachments: 4 JONES tt'ard l CAROLYN COLE Id'ar/ 2 SUBJECT: Sale of 261 Cottage Grove to Roger and Hope Knebel for $6,251. Submitted by: Noel Anderson HAROLD GEL 1 Y Recommended Action: To make recommendation to City Council to set a date of public hearing ward on the sale of 261 Cottage Grove Street and publish an official notice pertinent to the requested QUENTIN sale. HART It and 4 RON WELFER Ward 5 Summary Statement: A single bid was received by Roger and Hope Knebel in the amount of $6,251. Staff has reviewed the bid and is recommending that the bid be accepted as submitted. There will be a development agreement signed by Mr. and Mrs. Knebel prior to City Council. BOB Expenditure Required N/A GRFENWOi)F) It- Large STEVE SCHtitrr1 ht,.,e Source of Funds N/A Policy Issue Sale of 657A Dilapidated Housing Alternative: Demolish Background Information: Staff was asked to write a policy for the sale of 657A homes to the public and has know received it's first bid based on that policy. cc Aric Schroeder, City Planner Louis Starks, Contract Compliance Officer Dave Zellhoefer, Assistant City Attorney CITY WEBSITE: www.ci.waterloo-ia.us WE'RE WORKING FOR YOU! An Equal opportunity/AKirrnan' a Action Employer City of Waterloo Property Bid Sheet Property to be bid upon: 261 Cottage Grove Name in which property would be transferred: '`\ozc cAne.A \-ope ne o.l Name of bidder:3eY vlebr� Address of bidder: D51(4 - eleketoe_eulevic e Atie_ k.a czk tool tA 5001 Phone & Fax number of bidder: 3\c1)3i - 3>513t3 My offer for property being bid upon: (.0j a5 i .00 $1,000.00 earnest fee: (Note: this amount is refundable for unsuccessful bidders. The fee will not be refunded for successful bidders who withdraw their offer. Also, it is required that the earnest fee be paid per property if bidding on multiple properties.) Brief Description of intended Improvements: Sze. C \t.c hecJ Furthermore, I understand the zoning designation of the property and building code requirements that I am bound by this designation for my use of property. Note: The successful bidder will be required to sign a Development Agreement binding them to the specified completion deadline of twelve (12) Months. Signature of applicant/ bidder Date * Please Place this sheet at the beginning of your bid packet when submitting to Clerks office.