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.