HomeMy WebLinkAbout1980-05-20 Resolution/A
RESOLUTION NO. 80-184
RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF
SOUTH BRANCH DETENTION STRUCTURE
WHEREAS, GEE GRADING &EXCAVATING
has submitted the best bid for the construction of the above-
named project.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA:
1. That the contract for the construction of the above-named project is hereby
awarded to GEE GRADING & EXCAVATING
awardee secure ade p subject to the condition that
quate erformance bond and insurance certificates.
It was moved by Neuhauser and seconded by Perret
that the Resolution as read be adopted, and upon roll call there were:
AYES:
NAYS: ABSENT:
X—
Balmer
x
Erdahl
x
Lynch
x
Neuhauser
x
Perret
x
Roberts
x Vevera
Passed and approved this 20th day of May 19 80 .
ATTEST:
CITY CLERK
MICROFILMED BY
JORM MICR+LAB
CEDAR RAPIDS - DES MOINES
MAYOR
Received $ Approved
B al DeP4"=At
7448 FC 1
i
Cf k
Contract Forms
FORM OFCONTRACT
THIS AGREEMENT, made and entered into this 21 day of May
1980, by and between the City of Iowa City, Iowa _ ----------
---
party of the first part, hereinafter referred to as e
thCid_____
and __—Gee Grading and Exc_a_vatin�-Inc_
party the second part, herei_--
nafter referred to as—the
"Contractor,
or,"
WITNESSETH:
20
I
26
28
30
31
32
33
36
That whereas aie _-------- has heretofore caused to be 41
prepared certain plans, specifications and proposal blanks, dated 42
Am the _}2LL„� day of —June 1979, for --South-Branch Detention_---___
nder4VI the ---- -- ---- -- - — --- 47
under the terms and ccnditions—therein fully stated and set 48
• forth, and
Whereas, said plans, specifications and proposal accurately and
fully describe the terms and conditions upon which the Contractor
Is willing to perform the work specified:
NOW, THEREFORE, IT IS AGREED:
1. That the City _ hereby accepts the proposal of
the Contractor for the work and for the sums listed
below:
$460,111.00
FC - 1
7448
MICROFILMED BY
JORM MICR�LAB
CEDAR RAPIDS • DES MOINES
51 I
52
53
56
61
62
i
Contract Forms
FCRM OF CONTRACT
2. That this Contract consists of the following component
65
parts which are made a part of this agreement and Con-
66
tract as fully and absolutely as if they were set out
67
in detail in this Contract:
68
A. Bidding Requirements and Conditions of the Con-
71
tract, including:
72
1. Plans list.
75
2. Notice to Bidders.
76
3. Instructions to Bidders.
77
4. General Conditions, Part I and II.
78
5. special Conditions.
79
B. Specifications for South Branch Detention
82
Structure - Ralston Creek Stormwater Management
83
Project.
C. Plans listed.
86
r. Addenda NUDbers 1,2,3_______.
90 j
E. Contractor's Proposal.
93
F. This Instrument.
96
Above components are complementary and what is
99
called for by one shall be as binding as if called
100
for by all.
101
3. That payments are to be made to the Contractor in ac-
104 j
cordance with and subject to the provisions embodied in
105
the documents made a part of this Contract.
106
4. That this Contract is executed in triplicate.
110
I
FC - 2
7448
MICROFILMED j
JORM MIC RLAB
CEDAR RAPIDS • DESDIME5
Contract Forms
FCRM OF CONTRACT
IN WITNESS WHEREOF, the parties hereto have hereunto set their 113
hands and seals the date first Written above. 114
I
I
CITY OF IOWA CITY 117
/ o
-L��L=r.��=c'Zca•=z-1-(Seal) 119
(Title)�121
ATTEST: 123
125
� 127
Contractorr_.kt_fr dino b L&(:ayatingy_Lnc, 129
RY-__-___—__ (Seal) 131
J
(Title) Attorney_In-fact ___—w-___ 133
ATTEST: �Q p- 135
137
(Title)_ LNota�ry,Linn CountlYr�M-__ 139
FC - 3
7448
MICROFILMED BY
JORM MICR+LAB
i
CEDAR RAPIDS - DES MOINES
I
FORM OF BONI)
KNOW ALL, Ml:N: That we GEE GRADING & EXCAVATIN INC.OF
CEDAR RAPIDS, IOWA
hereinafter coiled the Principal, and MERCHANTS MUTUAL BONDING COMPANY
DES MOINES, IOWA
and
and
hereinafter called the Surety or Sureties, are held and firmly bound unto THE CITY OF IOWA
CITY, IOWA
hereinafter called the Owner, in the sum of FOUR HUNDRED SIXTY THOUSAND ONE
sRrnmnED ELEVEN AND NO/100 ---
_460.11 111-00
for the payment whereof the Principal and the Surety or Sureties bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, firmly, by these presents.
WHEREAS, the Principal has, by means of a written Agreement dated May 21, 1980
entered into a contract
with the Owner for CONSTRUCTION OF AN EARTH EMBANKMENT STORM WATER
DETENTION STRUCTURE ON THE SOUTH BRANCH OF RALSTON CREEK
which agreement includes a guarantee of all work against defective workmanship and materials for a period
of one year from the date of final acceptance of the work by the obligee, a copy of which Agreement is by
reference made a part hereof{
j Now Therefore, the condition of this Obligation is such that, if the Principal shall faithfully perform
the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage
which he may suffer by reason of failure so to do and shell fully reimburse and repay the Owner all outlay
and expense which the Owner may incur in making good any such default.
And further, that if the Principal shall pay all persons who have contracts directly with the Principal
for labor or materials, failing which such persons shall have ■ direct right of action against the Principal
and Surety under this Obligation, subject to the Owner's priority.
Then this Obligation shall be null and void, otherwise it shall remain in full force and effect.
_J
i
Provided, however, that no suit, action or proceeding by reason of any default whatever Shall be brought on
this Bond after two years from the date of final acceptance of the work.
Form 3803-1 F11.1
Formerly 216-1 7448
MICROFILMED BY
JORM MICR+LAO
CEDAR RAPIDS - DES MOINES
U
And Provided, that any alrrrminns which may he rnnAr in rhe mrnos of the Cr.ntrorm, or it, dmu ,,,it to he done
under it, or the giving by the Owner of any extension of time for die performance of the Contra:,, or any
other forbearance on the part of either the Owner or the Principal to the other shalt not in any way release
the Principal and the Suretv or Sureties, or either or asap of them, their heirs, executors, administrators,
successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration,
extension or forbearance being hereby waived.
And Further Provided, the Principal and Sureties on this bund hereby agree to pay all persons, firms, or
corporations having contracts directly with the Principal or will, subcontractors all just claims due them
for labor performed or material furnished, in the performance of the contract on account of which this bond
is given, when the same are not satisfied out of the Portion of the contract price which the Owner shall
retain until completion of the improvement but the Principal and Sureties shall not be liable to amid persons,
firms, or corporations unless the claims of said claimants against said portions of the contract price shall
have been established as provided by law.
Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding,
to consent without notice:
a. To the extension of time to the Principal in which to perform the contract.
b. To changes in the plans, specifications, or contract, when such changes do not involve an
increase of more than twenty percent of the total contract price, and shall then be released only as to such
excess increase.
e. That no provision of this bond or of any other contract shall he valid which limits to less then
two years from thedare of final acceptance of the work the right to sue on this bond for defects in workman-
ship or material not discovered or known to the obligee at the time such work was accepted.
This Bond is executed in triplicate.
Signed and Sealed this 21st- day of _ May —11980.
In Present
GEE GRADING & EXCAVATING, INC.
--�/��e{��of %
�/
t/—� w-4CG ) EY__LC_'N='1'_-_ : SEAL)
IF
)
as to Principal PRESIDENT
(SEAL)
)
as to Principal
J
Form 3803-1
Formerly 216-1
(SEAL)
as to Surety
s ) �� .NG COMpBNY
/ ) Z1Gp � — KCT (SEAL)
as pto 1vu�ty T RNEY—IN—ia CT
)
i
FB -2
7448
141CROFILMED BY
JORM MICR+LAB
CEDAR RAPIDS v DES MOINES
9
MERCHANTS MUTUAL BONDING COMPANY
DES MOINES, IOWA
POWER OF ATTORNEY
Know All Men By These Presents, that the MERCnten-rs sttrru.u. nUNDINr, COMPANY. a corporation duly orgpmieed under the laws of
the State of Iowa, and having its principal office in the City of Des Moines. County of Polk. Stine of Iowa, hath made, constituted and
appointed, and does by these presents make, constitute and appoint
D.R. f4cCoy
of Cedar Rapids and State of Iowa its true and lawful Attorney -in -Fact, with full power
and authority hereby conferred in its mune, place and stead, to sign, esecute, acknowledge and deliver in its behalf as surely:
Any or all bonds or undertakings, provided
that no bond or undertaking executed under
this authority shall exceed in amount the
sum of FIVE HUNDRED THOUSAND ($500,000.00) DOLLARS.
and to bind the MERCHANTS MUTUAL BONDING COMPANY thereby as fully and to the same extent as if such bond or
undertaking was signed by the duly authorized officers of the MERCHANTS MUTUAL BONDING COMPANY, and all the acts of
said Attorney, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Law adopted by the Baud of
Directors of the MERCHANTS, MUTUAL BONDING COMPANY.
ARTICLE 2, SECTION SA. ='The Chariman of the Board or (resident or any Vice Resident or Secretary shall have power
and authority to appoint Allomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of
the Company thereto, hon is and undertakings, reco®rizances, contracts of indemnity and other writings obligatory in the
nature thereof."
In Witness Whereof, MERCHANTS MUTUAL BONDING COMPANXhfpuscd these preseNs to hlelsigncd by its President 9
and Vice President, and its corporate seal to be hereto affixed, this Z / b day of Uri A.D., 19
Attest: At ERCI(ANTS MU'I"UAL BONDING COMPANY
By
11n Pw,idry
STATE. OF IOWA
COUNTY OF POLK
On This 27th day of A D r i 1 ,I'r ) 9, Mare me appeared W.W. Warner
and William Warner, to me personally l.nown, who tieing by me duly sworn did say that they are Resident and Vice President respec.
lively of the MERCHANTS MUTUAL BONDING COMPANY, the cmpnmtion described in the foregoing instrument, and that the
Seal affixed to the said instrument is the Corporate Scat of the said Corporation anti that the said instrument was signed and sealed in
behalf of said Corporation by authority of its Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed by Official Seal, ut the City of Des Moines, Iowa the day and year
Bost above written.
Zf '1,•, "r,, N k Nnrury PuAtic Puaa C ..ry ra.,
J .lona
10 WA to, c,,,nmurc-F-0r, 9-30-81
STATE OP IOWA
R IA V ! IIor COUNTY 01: POLK
I, William Warner. Vice Resident of the MERCHANTS MUTUAL DONDINC
that the above and foregoing is a true and correct copy M the POWER OF
MERCHANTS BONDING COMPANY, which is still in force and effect.
In Witness Whereof, I have hereunto set my hand and afrixedayI the seal of the Company, :d
,,this 21st aof May 19. �0
Gz
This power of,homey expires Until RevO-kRS1
MICROFILMED BY
JORM MICR+LAB
CEDAR RAPIDS n DES I401NES
.1W
NAME AND ADDRESS OF AGENCY
COMPANIES AFFORDING COVERAGES
Paul C..MCCoy & 00-
I
2000 First Avenue NE
DDt[rt[RPA"Y A Travelers
`I
Cedar Rapids, Iowa 52402
NAME AND ADDRESS OF AGENCY
COMPANIES AFFORDING COVERAGES
Paul C..MCCoy & 00-
2000 First Avenue NE
DDt[rt[RPA"Y A Travelers
Cedar Rapids, Iowa 52402
NY 6LIVER
REH
NAME AND ADDRESS OF INSURED
A
COMPANY J _
v
ICTi❑I
Gee Grading & Excavating, Inc.
P.O. Box 1462
COMPANY D
tiVER
Cedar Rapids, Iowa 52406
COMPANY
LEVER
—ThJany
nudg
FS time
Insurance ¢[larded byotm or
hetpol cies dascribeduhere n Is Sohject to allthe
document insunancihwAs
th�certifieateemaylbe issued or maynamed.operta n, the
of contract oraothelr
terms, exclusions and conditions of such policies.
Lim Ls o Liablllt In Thousan s )
RANCE
POLICY NUMBER
POLICY
ExPIRATION DAT[
EACH
OCCURRENCEA�tGENERIABILITY
AGGREGATE
sj�COMPRE
650-10OB774-5-IND-79
10-01-80PROPEHfY
BooL INJURY
s
J��7
FORM
S
sPREMISERATIONSEXPLOD
DAMAGE
COLLAPSEHAZUNDERD
HAZARDPRODUMPLETED
BODILY INJURY AND
$ 500
x500
t OPERATIONS EIAIARO
L`J CONTRACTUAL INSURANCE
PROPERTY DAMAGE
COMBINED
BROAD FORM PROPERTY
y''I DAMAGE
L�II INDEPENDENT CONTRACTORS
X500
CJ PERSONAL INJURY
PERSONAL INJURY
BODILY INJURY
s
LIABILITY
650-10OB774-5-IND-79
10 -01 -BO
IEACHPwsoNl
BODILY INJURY
$
A
��AIUITOMOBILE
i`J COMPREHENSIVE ROHM
(EACH ACCIDENT)
CJ OWNED
PROPERTY DAMAGE
S
HIRED
BODILY INJURY AND
s500
PROPERTY DAMAGE
LU NON OWNED
COMBINED
EXCESS LIABILITY
10-01-80
BODILY INJURY AND
s 1,000
51,000
A
�7
Cf� UMBRELLA FOPId
CUP-10OB775-7-79
PROPERTY DAMAGE
Cl OTHER THAN UMBRELLA
COMBINED
FORM
STATUTORY
WORKERS' COMPENSATION
and
VO-UB -570B897-1-79
10'01-80
,rr.��Accml
A
EMPLOYERS' LIABILITY
RIPTION OF OPERATIONS/LOGATIONSNEHICLES
South Branch Detention Structure, Ralston Creek, Iowa City, Iowa
Is be le
Com -
Cancellation: Should apany y of the atbove o mail sCri ed Po' (written noUcEto there
erbefilelowLnamed C rationrtl calterholder. buttheufai failure o
mail such notice shall imposenoobligation or liability of any kind upon the company.
NAMEANDADoRESSoFCEBIIIIWEIIOIOER DATE ISSUM, 05-21-80
The City of Iowa City
Iowa City, Iowa 52240
Zs
MICROFILMED BY
JORM MICR+LAB
CEDAR RAPIDS • DES MOVIES
H /lp,wim
MA
h
City of Iowa LY
f EPAOIRANDVM
Date: May 15, 1980
To: Neal Berlin and fanch
ncil
From: Dick Plastino
Re: Bids for the South Detention Structure
The base bid for the south detention structure includes all items
that are necessary to fullete the dam. It includes total removal
of at least one foot of soil from the entire area where the dam is to be
located. It also provides for removing soil down to two feet below the
existing ground surface if this is found necessary. Removal of up to two
feet below existing ground surface is included in the base bid.
The City does not expect to remove any more soil than this. The soils
report states the following:
"Site Preparation - All organic top soils in the dam area should be
stripped prior to the construction of the embankment. Test borings
indicate that approximately one foot of material will have to be
removed; however, the actual amount can best be determined in the
field by visual observation of the soil by qualified personnel as it
is removed from the embankment area. After removal of these organic
rif
compactedied and
to�in order provide a good base6" of the in situ �upon owhichuld ethe embankment
soils may be compacted."
Although we expect to remove only one foot of soil the basic
specifications provide for removal of up to two feet as part of the base
bid.
Just in case bad materials are found below two feet, we put a bid price in
so that the price would be agreed upon before construction starts. We do
not expect to have overexcavation but we put in a price just in case we do.
We have discussed the price listed by the low bidder ($14 per cubic yard)
askedand have
ers. The
contractorreferre�excess
ive of the
d to pageh
0220-8 of e other
specificationswhid
which state the
following;
"Unit adjustment prices for excavation of unsuitable material
include removal of material, placing backfill and compacting as
specified, dewatering if required, sheeting, shoring and bracing,
disposal of excess material as specified, and all other incidental
work."
Gee Grading feels that the most likely place for overexcavation will occur
in the creek bottom. If this is correct, he feels the only way to remove
the material will be by dragline. Since one of the other bidders had a
unit price of $15 per cubic yard, it appears this line of thought was not
unprecedented. j
4
/Ola
MICROFILMED BY
JORM MICR�/LAO
CEDAR RAPIDS • DES M0111ES
In summary, Public Works notes the following items and makes the following
recommendation:
I. The base bid price includes removal of up to two feet of ground under
the entire area of the dam as part of the base bid.
2. The low bidder is $34,000 below the second low bidder. Even if some
overexcavation would be required, over 2500 cubic yards of material
could be removed and the low bidder would still cost less than the
second low bidder.
3. The soils engineer's report indicates that the most likely course of
action will be removal of less than two feet of natural material.
This would seem to indicate that no use will be made of the unit
adjustment price.
4. It appears the low bidder based his unit price on the most severe
conditions possible, that is, removal of extremely wet material more
than two feet below the creek bottom.
5. Rejection of the low bid for any but the most serious reason is
immediate cause for litigation. Public Works does not feel that
there is any irregularity in the prices submitted by the low bidder
and we will not recommend that any consideration be given to any
other bidder.
6. Public Works recommends award of the bid to Gee Grading & Excavating
of Cedar Rapids.
Construction of the south branch detention structure represents the first
significant accomplishment on Ralston Creek since formation of a
citizens' group in 1974. Construction of this dam also represents the
first significant accomplishment in the entire history of Ralston Creek
which spans over at least 50 years. Public Works strongly recommends that
we proceed ahead with award of the bid to the low bidder.
cc: Ralston Creek File k18D
Bennet Reischauer
bj3/7-8
141CROFILMED BY
JORM MICR+LAB
CEDAR RAPIDS • DES MOINES
NOTICE TO BIDDERS
Sealed proposals will be received by the City
Clerk of the City of Iowa City at the Civic Center
at 410 East Washington Street in Iowa City, Iowa
until 10:00 a.m. on April 10, 1980, for work
associated with the construction of an earth
embankment storm water detention structure on the
South Branch of Ralston Creek. At 10:00 a.m. on
April 10, 1980, a representative'of the City will
open the proposals received and announce the
results.
The extent of work to be done is as follows:
construct an earth embankment containing approxi-
mately 45,000 cubic yards of fill. Work includes
a 42"x210' long corrugated metal culvert, an
18"x220' long ductile iron pipe, approximately
51,000 square feet of gabion slope protection and
miscellaneous associated work.
All work is to be done in strict compliance
with plans and specifications prepared by Stanley
Consultants, Inc., Consulting Engineer of Muscatine,
Iowa. Said plans and specifications are on file
for public examination at the offices of the
Engineer in Muscatine and the City Clerk in Iowa
City. Prospective bidders may obtain plans and
specifications from Stanley Consultants, Inc.,
Muscatine, Iowa, and the City Engineer of Iowa
City upon payment of $15 per set.
A refund paid up to a maximum amount of $15
will be made to bona fide bidders, for the base
set only, who submit a complete proposal in their
own name to the City, provided the plans and
specifications are returned with the proposal.
Each proposal shall be made on a form contained
in the specifications and must be accompanied by
an acceptable bidder's bond or a check drawn on
and certified to by a bank in Iowa, and filed in
a sealed envelope separate from the one containing
the proposal, and in an amount not less than five
percent of the amount of the proposal, made
payable to the City Treasurer of the City of Iowa
City, Iowa, and may be enforced to cashed by the
City as liquidated damages in the event the
successful bidder fails to enter into h contract
and file an acceptable bond satisfactory to the
City assuring the faithful fulfillment of the
Contract and maintenance of said improvements as
required by law within ten days after the
acceptance of his proposal.
MICROFILMED BY
JORM MICR+LAB
CEDAR RAPIDS • DES MOINES
The successful bidder will be required to
furnish a bond in an amount equal to one hundred
percent of the contract price, said bond to be
issued by a responsible surety approved by the
City and shall guarantee the faithful performance
of the contract and the terms and conditions
therein contained and the maintenance of said
improvements in good repair for not less than one
year from the time of acceptance of the improve-
ments by the City.
The following limitations shall apply to this
project:
Completion Date 180 calendar da s
Liquidated Damages per ca endar day
The City reserves the right to reject any and
all bids, and to waive informalities and techni-
calities and to enter into such contract as it
shall deem for the best interest of said City.
Published upon order of the City Council of
Iowa City, Iowa.
�tolfus .
Ab ie Stolfus
City Clerk
City of Iowa City, Iowa
MICROFILMED BY
JORM MICR�LAO
CEDAR RAPIDS • DES MOINES
r
h
I
The successful bidder will be required to
furnish a bond in an amount equal to one hundred
percent of the contract price, said bond to be
issued by a responsible surety approved by the
City and shall guarantee the faithful performance
of the contract and the terms and conditions
therein contained and the maintenance of said
improvements in good repair for not less than one
year from the time of acceptance of the improve-
ments by the City.
The following limitations shall apply to this
project:
Completion Date 180 calendar da s
Liquidated Damages per ca endar day
The City reserves the right to reject any and
all bids, and to waive informalities and techni-
calities and to enter into such contract as it
shall deem for the best interest of said City.
Published upon order of the City Council of
Iowa City, Iowa.
�tolfus .
Ab ie Stolfus
City Clerk
City of Iowa City, Iowa
MICROFILMED BY
JORM MICR�LAO
CEDAR RAPIDS • DES MOINES
a
RESOLUTION NO. 80-185
RESOLUTION AUTHORIZING THE CITY OF IOWA CITY, IOWA TO ALLOW FOR THE
CONVERSION OF A REHAB I LOAN TO A FORGIVABLE LOAN UNDER THE HOUSING
REHABILITATION PROGRAM.
WHEREAS, The City of Iowa City is empowered pursuant to Chapter
403, Code of Iowa (1975), to formulate a program for utilizing
appropriate private and public resources to eliminate slums and
prevent the development or spread of urban blight and to encourage
urban rehabilitation, and
WHEREAS, the City Council has budgeted Community Development
Block Grant funds to engage in a Housing Rehabilitation program, and
WHEREAS, part of said program involves forgivable loans, as a
method of financing property rehabiliation.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
IOWA CITY, IOWA, that the City Council has approved the above program
and methods of financing and authorizes its implementation as outlined
in the Housing Rehabilitation Forgivable Loan Program.
It was moved by Erdahl and seconded by Roberts that
the resolution as read be adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x
Balmer
x
Erdahl
x
Lynch
x
Neuhauser
x
Perret
x
Roberts
x Vevera
Passed and approved this 20th day of May 1980.
4QYOR
ATTEST: CITY
i fs ie )i o ii j
CLERK
Received Legs DPProved
BY The
/zav sPadniem
a �d
11111/111 MED BY
DORM MIC R(LAB
CEDAR RAPIDS • DES MOINES
0
1 GENERAL��n�ivAtlLE LOAN
This chapter establishes procedures and criteria to
conversion of a Rehab I loan to a forgivable loan in cases of financial
hardship, allow for the
2• CONDNS
To be considered for a conversion the applicant must be in compliance with
the following criteria:
A• Be a recipient of a Rehab I Loan.
B. Due to incompacitiating illness or death of one of the borrowers of a
Rehab I Loan, the applicant/borrower has suffered a decrease in income
such that payments on the Rehab I loan cannot be made.
C• Is now eligible on the income and assets limitations as established in
chapter four of the Forgivable Loan Program.
3• LIMITATIONS ON THE AMOUNT OF FORGIVABLE LOAN
The amount of a Forgivable Loan that an a
limited to the balance remaining on the Rehab I1Loan. may receive shall be
4. TERMS AND CONDITIONS
The staff shall prepare forgivable loan application forms
verifications and research as required, and prepare a
accord with Chapter 5 of this manual. The applicationconduct such
documentation shall bePromissory note in
statement ion shat presented to the Housing and supporting
causing the financialthardsh°me and g C°mmission along with a
asset changes that have taken place
loan. P and request for conversion to a
forgivable
The Housing Commission shall act on the staff recommendations b
y either
approving or rejecting a request for conversion.
A• The conversion, if approved by the Housing Commission, shall be
in such manner that the Rehab I loan is converted to a forgivable loan
With all income made
conversion. assets, terms and notes computed to of the date of
B• Requests for conversion disapproved by the Housing Commission shall
be recorded in the City Rehabilitation records. Applicants for whom a
conversion has been denied may 1
Council in writing, y ) appeal the denial to the City
g, 2) reapply for consideration of a conversion when
eligmbilitysfor conversion afactors affecting
g ability to pay make
C. All requirements regarding income, assets, limitations
conditions and administrative procedures for forgivable loans shall
be in accord with this Manual. terms and
MICROFILMED BY
JORM MICR jLA8
CEDAR RAPIDS DES MOIIIES