HomeMy WebLinkAbout1977-01-18 ResolutionRESOLUTION NO. 77-10
RESOLUTION APPROVING CLASS "B"
BEER PERI4IT APPLICATION
BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA,
that a Class "B" Beer Permit Application is hereby approved
for the following named person or persons at the following
described location:
Bushnell's Turtle, Inc. dba/Bushnell's Turtle, Inc.,
Clinton St. Mall
Said approval shall be subject to any conditions or re-
strictions hereafter imposed by ordinance or State law.
The City Clerk shall cause a recommendation for
approval to be endorsed upon the application and forward
the same together with the license fee, certificate of
financial responsibility, surety bond and all other
information or documents required to the Iowa Beer and
Liquor Control Department.
It was moved by Balmer and seconded by Perret
that the Resolution as reae adopted, dopted, and upon r—o117c=a
there were:
AYES: NAYS: ABSENT:
Balmer
x
deProsse
x
Foster
x
Neuhauser
x
Perret
x
Selzer
x
Vevera
x
Passed and approved this 18th day of January , 19 77 .
7i r t.•_ �j
RESOLUTION NO. 77-11
RESOLUTION TO REFUND BEER PERMIT
John Mark Oler dba/
WHEREAS, That Deli at 620 So. Dubuque
has surrendered beer permit No. 6917 expiring oct. 6, 1977
and requests a refund on the unused portion thereof, now
therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that
said beer permit be and the same is hereby cancelled, and
BE IT FURTHER RESOLVED that the Mayor and City Clerk be
and they are hereby authorized and directed to draw a warrant
on the General Fund in the amount of $ 225.00 , payable to
John Mark Oler dba/That for refund of beer permit No. 6917
Deli
It was moved by Balmer and seconded by Perret
that the resolution as read be adopted, and upon roll call there
were:
AYES: NAYS: ABSENT:
Balmer x
deProsse x
Foster x
Neuhauser _ x
Perret x
Selzer. x
Vevera x
Passed this 18th day of January 197_.
RESOUITION NO. 77-12
RESOI 10,,q AurMRIZING E}O;CtA`!O`J Or AGREEMENT
WITH THE IOWA DEPARREIIP OF TRANSPORTATION
FEDERAL PARTICIPATION -NN IMT/JEFFERSON SIG4ALIZNFION PROJECT
WREIRBAS, the City of Iowa City, Iaaa, has negotiated an agreement
with the Iowa De artment of Transportation , a copy of said' a ee_ _ m
being atter to s F -n' lutw-i and flus reference made a part hereof,
and,
p7HEf2SAs, the City Council deans it in the public interest to enter
into said agreement for federal participation' in the 14,irket/Jefferson
Sipnslization Proiect which is composed of the East/West One -Way Couplet.
Project 01, budgeted in FY 77, and East^est One -Way Couplet Project #2,
budgeted in FY 78
WWW THEREFORE, BE IT RESSOI.VED BY THE CITY COUNCM:
1. That the Mayor and City Clerk are hereby authorized and direr d
to execute the agreement with the Iowa Department of Transportation
2. That the City Clerk shall furnish copies of said agreement
to any citizen requesting same.
It was moved by Balmer and seconded by Poster the
Resolution be adopted, jij upon roll call there were:
�i
AYES:
NAYS: ABSMU:
x
BAUER
x
dePROSSE
x
FOSTER
x
NEIIIAUSFR
x
PERREP
x
SELZER
x
VFVERA
Passed and approved this
18th day of Jnnua�1977-
Mayor Pro Tem
ATZST: R t C -)
City Clerk
Cs dVA a A,^.,-::ovC4
Dy 71:) Leal
'2Nla ►
13
1 -1-1
l/is/77
STATE OF IOiVA CITY OF IOWA CITY
OFFICIAL NOTICE OF "LOCATION and DESIGN" APPROVAL REQUEST
Proposed design of Federal Aid to Urban System Project Number
M-4030 (1) --81-52 for the installation and improvement of signals
on the Dlarket-Jefferson one way couplet.
TO WHOM IT NIAY CONCERN:
Notice is hereby given to all interested persons that the Iowa
Department of Transportation is requesting "Location and Design"
approval from the Federal Highway Administration on the above
described project as follows:
LOCATION AND DESCRIPTION:
The proposed project includes the installation of signals at the
intersections of Gilbert Street with Dlarket Street and Jefferson
Street, the improvement of sign alization at the intersections of
Market Street with Governor Street, Dodge Street and Dubuque Street,
the improvement of signalizatio n at the intersections of Jefferson
Street with Governor Street, Dodge Street, Dubuque Street and
Clinton Street and the interconnection of these signal controllers.
This notice is published by order of the City Council of the City of Iowa City,
Iowa.
Dated this 15th day of January, 1977.
ABBI�S
City Clerk of the City of Iowa City, Iowa
103
RCCEIVCD JAN 1 4 1977
DEPARTMENT OF TRANSPORTATION /
AGREEMENT FOR
FEDERAL AID URBAN SYSTEM PROJECT j
City: Iowa City
County: Johnson
Project No:14-4030(1)--81-52
Iowa Department of Transportation
Agreement No: 77-F-009
WHEREAS, pursuant to Sections 306A.7 and 306A.8, 1975 Code of Iowa,
the City of Iowa City , hereinafter called the CITY,
and the Iowa Department of Transportation, Highway Division,
hereinafter called the STATE, may enter into an agreement
respecting the financing, planning, establishment, improve-
ment maintenance, use or regulation of public ways in these
respective jurisdictions, and it is their opinion that the
improvements in the traffic carrying capacity of the many
streets is necessary and desirable, and
WHEREAS, the Congress of the United States has provided for the Federal -
aid Urban System, hereinafter called FAUS, and Congress has
made funds available through the Federal Highway Adminis-
tration, hereinafter called the FHWA, for improvement to the
FAUs, these funds being administered by the STATE, and
WHEREAS, the STATE has established Policy 2707 to effectively
administer the FAUS program in Iowa, and
WHEREAS, FADS funding is available, subject to the limitations stated
in Policy 2707, for reimbursement of up to sevent� percent
(70%) of the costs relating to an improvement on the FAUS
and local funds are to be used for the remainder of the
C improvement costs, a minimum of thirty percent (30%), and
WHEREAS, the CITY has requested eligible reimbursement from FAUS
funds for construction costs, associated with said improve-
ments, and
WHEREAS, the 'CITY proposes to improve FAUS route no. 4032 and 4084
and 4086 on Market and Jefferson Streets from Clinton
Street east to Dodge Street for signalization and traffic
signal interconnection.::
NOW, THEREFORE, BE IT AGREED:
1. The attached standard EXHIBIT I is hereby made a part of
this Agreement.
IN WITNESS WHEREOF, each of the parties hereto has executed Agreement
No. 77-F-009 as of the date shown opposite its signature below.
City of Iowa City
FIV
'Pitle Mayor Pro Tem
January 18 , 1977
I, Abbie Stolfus , certify that I am the Clerk of the
CITY, and that Carol deProsse , who signed said Agreement for
and on behalf of the CITY was duly authorized to execute the same by
virtue of a formal Resolution duly passed and adopted by the CITY,
on the 18th day of January , 1977
Signed oel •_
City Clerk of Iowa Ci y Iowa
Date January 19 , 1977
IOWA DEPARTMENT OF TRANSPORTATION
Highway
/D�iivvisi
By .6✓!, �.w�lgh, z �J 197y7
Director -Chief Engineer Date
RECEIVED & APPR0V3D
BY �H LEGAL D ART -WIT
7 113 11
ExlnalT I
Standard Provisions for FAUS
Project Agreement
Section 1. Since this project is to be financed with local and Federal funds, the CITY
shall take whatever actions may In necessary to comply with applicable
State and Federal laws and regulations.
Section 2. The CITY will lake the appropriate actions and prepare the necessary
documents to fulfill the requirements of Federal Aid Highway Program
Manuals, Volume 7, Chapter 7, Section 2, Environmental Impact and
Related Statements; and Volume 7, Chapter 7, Section 5, Public Hearings
and Location/Design Approval,
Section 3. The STATE will obtain the necessary A-95 clearance from the Slate
Office for Planning and Programming. The CITY shall obtain and submit to
the STATE the. necessary A-95 project cloarancn statement from the
Areawide Clearinghous,%
Section A. The CITY shall secure approval required by the Iowa Natural Resources
Council (INRC) for construction in or on any floodway or floodplain.
Section 5. The CITY will prepare the construction plans, specifications and
estimates. The design will conform to Design Standards for Federal -aid
projects as set forth in Volume 6, Chapter 2, Section 1, Subsection 1 of the
Federal Aid Highway Program Manual. The project will be constructed under
the STATE standard specifications and current applicable special provisions.
Applicable CITY specifications with prior approval by the STATE and
FFIWA, may be used for items not specifically covered by STATE
speci fications.
Section 6. The CITY shall complete tho necessary actions as required by Chapter
384.102,Codr. of Iowa, and shall certify completion of the provisions
required. This certification shall he submitted to the STATE_ prior to the
STATE approval to aware lhn contract.
Section 7. The CITY shall forward the TAUS project certification, final plans,
specifications and project estimate (PSPAE) to the STATE. The STATE will
submit the PS&E documents for F PAA approval to advertise for bids.
Section S. Upon n:ccipl of Fr IWA appiuval Ov! pmjnet may he let by .tho CITY in
aeeurdancp with policy 2707 Soclion 3.c. or the CITY may rocluesl the
STATE to hold the letting. 'The CITY shall be the contracting authority
under each of the following arrangements.
a. If the CITY holds the project letting, the C ITY will advertise, the letting,
conduct the letting and determine tire_ low bid. Projects shall require
bidder prequalification by the STATE in accord with STATE
Specification 1102. The CITY shall only issue bid proposal forms to
contractors who have boen prequalifiecl by the STATE as applicable. The
CITY shall submit copies of all bid proposals, a tabulation of all bids
received on STATE tabulation torms to the STATE, along with a City
Council Resolution for acceptance or rejection of the low bid and will
certify that all prospective bidders have acknowledged receipt of all
addendums issued for the letting.
b. If the STATE holds the project letting, the STATE will follow normal
project letting procedures. After bids are received and opened, the STATE
will furnish the CITY with a tabulation of al t bit] proposals. The CITY, by
Council Resolution, will act on the bids received and will furnish the .
STATE with a copy of the Resolution.
Section 9. The STATE will review the bid tabulations and proposals and will prepare
a DOT order for concurrence to award the contract.
Section 10. The STATE will forward the necessary docu ments to the FI IWA to secure
approval to award the contract. After receipt of FHWA approval, the STATE_
will notify the CITY. The CITY shall enter into a contract with the
contractor, secure his performance bond and certificate of insurance.
Section 11. The CITY shall forward to the STATE copies of the contract, bond and
insurance certificate. The STATE. will prepare the Detail Project Agreement
and submit it for FHWA approval and obligation of Federal -aid funds.
Section 12. The CITY shall comply with the, procedures and responsibilities for
materials testing and construction inspection set forth in paragraph M.C.3.11.
of Policy 7.707. The STATE will bill the CITY for Insling services according
to its normal policy.
Section 13. The CITY shall comply with the prucucfures and responsihitities for
contract payments set forth in paragraph V I.C.3.e,. of Policy 2707. The.
9 0
following documents shall bo submitted by the CITY to the STATE District
Office at the completion of the project:
a. Form PR -47 Statement of Materials and Labor used by Contractors on
Highway Construction Involving Federal funds.
b. Form 181014 - Certification of Wages and Payroll
c. Form 181210 - Final Estimate of Road or Bridge Work
d. Form 830435 - Certificate of Completion and Final Acceptance of Work.
e. Form 830436 - Final Payment
L Invoice and Proof of Payment (a billing to the STATE for FAUS funds,
copy of cancelled warrants and City Council Resolution)
Section 14. The CITY will effect whatever steps may be required to legally establish
the grade lines of the new highway facilities constructed under said project,
and shall pay or cause to be paid all damages resulting therefrom, all in
accordance with the provisions of Section 364.15 of said Code of Iowa.
Section 15. The CITY shall effectuate all relocations, alternations, adjustments, or
removals of utility facilities, including power, telephone and telegraph lines,
water mains and hydrants, curb boxes, sanitary sewers, and related poles,
Installations and appurtenances, whether privately or publicly owned, and all
parking meters, traffic signals and other facilities which are located within
the limits of an established street or alley and which will interfere with
construction of the project. Except as otherwise herein provided, the CITY _
shall take all necessary legal action to discontinue and prohibit any use of
the project right of way for business purposes including, but not limited to,
gas pumps, storage tanks, theater ticket sales, drive-in services, etc. I lowever,
awnings, canopies, marquees, advertising signs, arid similar installations
which were in place prior to the elate of this Agreement and which facilities
are supported entirely from outside said project right of way may be
permit to(] to remain if, in the opinion of the STATE, they do not obstruct
the view of any portion of the public highway or street, or traffic control
devices located thereon. Any subsequrnl changes in, or new construction or
reconstruction of, such installations of facilities shall fully comply with
STATE raquiremenls pertaining to new construction.
Section 16. Subject to the provisions of Section 15 hereof, the CITY shall prevent any
future enr.rnachment or obstruction within the limits of Project right of way,
and shall prevent the erection of any private signs on said right of way or
which nb..hucl the view of any portion of said highway, street or railroad
track, nr the traffic signs or traffic control devices located thereon In such a
manner In render then dangerous within the meaning of Section 319,10
of said ('role of Iowa.
Section 17. The CITY shall maintain all books, documents, papers, accounting
records, reports and other evidence pertaining to costs incurred for the
project and make such material available at all reasonable times during the
construction period and for three years from the date of final Federal
reimbursement, for inspection by the STATE, FHWA, or any authorized
representatives of the Federal Government and copies of said materials shall
be furnished if requested.
Section 18. The CITY shall maintain the completed improvement or shall provide
other acceptable means for assuring proper maintenance.
Section 19. Any traffic control devices, signing, or pavement markings installed within
the limits of this project shall conform to the. "Iowa Manual on Uniform
Traffic Control Devices for Streets and I lighways."
Section 20. Implementation of Clean Air Act and Federal Water Pollution Control Act
(Applicable to Contracts and Subcontracts which exceed $100,000):
a. The CITY stipulates that any facility to be utilized in performance under
or to benefit from this agreement is not listed on the Environmental
Protection Agency (EPA) List of Violating Facilities issued pursuant to
the requirements of the Clean Air Act, as amended, and the Federal Water
Pollution Control Act, as amended.
le. The CITY agrees to comply with all of the requirements of Section 114 of
the Clean Air Act and Section 308 of the Federal Water Pollution Control
Act, and all regulations and gnidelines issued thereunder.
c. The CITY stipulates as a condition of Federal aid pursuant to this
agreement it shall notify the STATE of the receipt of any advico
indicating that a facility to be utiliz_d in performance under or to benefit
from this agreement is under consideration to be listed on the EPA List of
Violating Facilities.
r1
AGREEMENTS /CONTRACTS
Attached are unexecuted copies of
as signed by the Mayor.
After their execution by the second party, please route
3) Grfo�l.�FV/C
4)
5)
''fi�r-
V-"r 0, :'ter!' is to be responsible for
completion of this procedure.
Abbie Stolfus
City Clerk
%03
\� • �n 4.
(t'
I. RESOLUTION NO. 77-14
RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF LOCKER
ROOM FACILITIES IN 719: IOWA CITY CIVIC CENTER
WHEREAS, Burger Construction Company, Inc., of Iowa City, Iowa
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:
h That the contract for the construction of the above-namedproject is hereby
awarded to Burger Construction Company, `Inc. I of Iowa City, Iowa
subject to the condition that
'rawardee_secure,adequateperformance ,.bond and insurance .certificates.
It.was moved by Balmer and.seconded by Foster
.,that .,the. Resolutionas read be adopted, and.uponlroll call there were:
'AYES: NAYS: ABSENT:I
,
X BALMER
dePROSSE
.x.
POSTER
x NEWAUSER
I.
4
x PERREP
r w, —
1 i
t' x' SELZER
A r
rn • x VEVERA
l � I
i N♦ I I
:,Passed and aPProved this 18th :day of January r19
'
.� .
I
�I
kA4
n
'
i `'NAYOR'Pro Tem"..
>"
ATTEST:`
,
t CITY CLE
; •
r.E�
'
I
By Ths Leml CcFs:trvnt
f
V
drl-
CONTRACT �4,
THIS AGREEMENT, MADE AND ENTERED INTO THIS 25 DAY OF,�
JANUARY 197, BY AND BETWEEN THE
CITY OF IOWA CITY - DEPARTMENT OF PUBLIC WORKS
PARTY OF THE FIRST PART, HEREINAFTER REFERRED TO AS THE
OWNER AND BURGER CONSTRUCTION COMPANY, TNC,
PARTY OF THE SECOND PART, HEREINAFTER REFERRED TO AS THE "CONTRACTOR".
WITNESSETH:
THAT WHEREAS THE OWNER HAS HERETOFORE CAUSED TO BE PRE-
PARED CERTAIN PLANS, SPECIFICATIONS AND PROPOSAL BLANKS, DATED THE
B DAY OF DECEMBER , 19 76, FOR CIVIC CENTER REMODELING -
LOCKER ROOMS UNDER THE TERMS AND CONDITIONS THEREIN FULLY STATED
AND SETFORTH, AND
WHEREAS, SAID PLANS, SPECIFICATIONS AND PROPOSAL ACCURATELY,
AND FULLY DESCRIBE THE TERMS AND CONDITIONS UPON WHICH THE CON-
TRACTOR IS WILLING TO PERFORM THE WORK SPECIFIED:
NOW, THEREFORE, IT IS AGREED:
1. THAT THE OWNER HEREBY ACCEPTS THE PROPOSAL OF THE CONTRACTOR
FOR THE WORK AND FOR THE SUMS LISTED BELOW:
BASE BID-- --------------------------------$ 17.454.00
ALTERNATE G-1 QUARRY TILE ---------ADD $
TOTAL CONTRACT AMOUNT $ 17, 454.00
2. THAT THIS CONTRACT CONSISTS OF THE FOLLOWING COMPONENT PARTS
WHICH ARE MADE A PART OF THIS AGREEMENT AND CONTRACT AS FULLY
AND ABSOLUTELY AS IF THEY WERE SET OUT IN DETAIL IN THIS
CONTRACT:
PROJECT: POLICE LOCKER FACILITIES
(name,address) . CIVIC CENTER
TO (Contractor)
0
CHANGE ORDER NUMBER: G-1
—] ARCHITECT'S PROJECT NO: 7565
BURGER CONSTRUCTION CONTRACT FOR: GENERAL CONSTRUCTION
P. 0. BOX 1089
LIOWA CITY, IA 52240 J CONTRACT DATE: 1-25-77
You are directed to make the following changes in this Contract:
ITEM 1 — PROVIDE AND INSTALL THREE 24 X 30 MIRRORS, ONE
OVER EACH LAVATORY.
ITEM 2 — RELOCATE. DOOR 4r.4 TO SOUTH WALL OF EVIDENCE ROOM
ADJACENT TO PISTOL RANGE AS DIRECTED.
ITEM 3 — PROVIDE AND INSTALL PLASTIC LAMINATE CLAD
TOI LET PARTITIONS SHOWN IN MENS AND 'WOMENS
TOILET ROOMS.
ITEM 4 — PROVIDE AND INSTALL SIMILAR SHELVING AND
HOOKS IN NEW LOCKERS.
NOTE: THE FOUR ITFMS LISTED ABOVE WERE INCLUDED IN THE
BASE BID THROUGH INSTRUCTIONS GIVEN THE CONTRACTOR,
BY THE ARCHITECT PRIOR TO BIDDING.
A'
NO CHARGE
NO CHARGE.
NO CHARGE
NO CHARGE
The original Contract Sum was . . . . . . . . . . . • • • . . . . . . . s 17,1154.00
Net change by previous Change Orders . . . . . . , . . • . . . . , . . . $ 0.00
The Contract Sum prior to this Change Order was. s 17, 454.00
The Contract Sum will be O4idrelaW idUdaUd( (unchanged) by this change Order. . -$ 0.00
The new Contract Sum Including this Change Order will be. . . . . . . . . . .$ 17, 454.00
The Contract Time will be ('-i1f6jdi (dENdoi1/ (unchanged) by ( ) Days.
The Date of Completion as of the date of this Change Order therefore h APRIL 8, 1977.
ll) EliaJ�DNYS - PATTSC}jVJ.L_0-1URG..ER—C4N5T.RVCTJ9N_._ _CITY OF tOylA CITY ..
N�.AUX lUS9
Co TcT °Yy�' E. WASHINGTON_
�.
Addrns _ Addrw —� Addfes5 —
IOWA U.Pfj 1A 552240 _ IOWA CI Yr 1 52240 -IOWA CITY, IA
A
.y, ray_-k..uLtl'1�1'}�'^—��;t'►1LIYLL�;1
DATE df -17 n DATE � j' �' --.
AIA 00[UMINr Wel - CHANGE
• AIA11 r 0 1910 • THE
0!11 FACE
CHANGE
OWNER
ARCtiITECT
ORDER
CONTRACTOR
FIELD
❑
❑
AIA DOCUMENT C701
OTHER
PROJECT: POLICE LOCKER FACILITIES
(name,address) . CIVIC CENTER
TO (Contractor)
0
CHANGE ORDER NUMBER: G-1
—] ARCHITECT'S PROJECT NO: 7565
BURGER CONSTRUCTION CONTRACT FOR: GENERAL CONSTRUCTION
P. 0. BOX 1089
LIOWA CITY, IA 52240 J CONTRACT DATE: 1-25-77
You are directed to make the following changes in this Contract:
ITEM 1 — PROVIDE AND INSTALL THREE 24 X 30 MIRRORS, ONE
OVER EACH LAVATORY.
ITEM 2 — RELOCATE. DOOR 4r.4 TO SOUTH WALL OF EVIDENCE ROOM
ADJACENT TO PISTOL RANGE AS DIRECTED.
ITEM 3 — PROVIDE AND INSTALL PLASTIC LAMINATE CLAD
TOI LET PARTITIONS SHOWN IN MENS AND 'WOMENS
TOILET ROOMS.
ITEM 4 — PROVIDE AND INSTALL SIMILAR SHELVING AND
HOOKS IN NEW LOCKERS.
NOTE: THE FOUR ITFMS LISTED ABOVE WERE INCLUDED IN THE
BASE BID THROUGH INSTRUCTIONS GIVEN THE CONTRACTOR,
BY THE ARCHITECT PRIOR TO BIDDING.
A'
NO CHARGE
NO CHARGE.
NO CHARGE
NO CHARGE
The original Contract Sum was . . . . . . . . . . . • • • . . . . . . . s 17,1154.00
Net change by previous Change Orders . . . . . . , . . • . . . . , . . . $ 0.00
The Contract Sum prior to this Change Order was. s 17, 454.00
The Contract Sum will be O4idrelaW idUdaUd( (unchanged) by this change Order. . -$ 0.00
The new Contract Sum Including this Change Order will be. . . . . . . . . . .$ 17, 454.00
The Contract Time will be ('-i1f6jdi (dENdoi1/ (unchanged) by ( ) Days.
The Date of Completion as of the date of this Change Order therefore h APRIL 8, 1977.
ll) EliaJ�DNYS - PATTSC}jVJ.L_0-1URG..ER—C4N5T.RVCTJ9N_._ _CITY OF tOylA CITY ..
N�.AUX lUS9
Co TcT °Yy�' E. WASHINGTON_
�.
Addrns _ Addrw —� Addfes5 —
IOWA U.Pfj 1A 552240 _ IOWA CI Yr 1 52240 -IOWA CITY, IA
A
.y, ray_-k..uLtl'1�1'}�'^—��;t'►1LIYLL�;1
DATE df -17 n DATE � j' �' --.
AIA 00[UMINr Wel - CHANGE
• AIA11 r 0 1910 • THE
0!11 FACE
r
ADVERTISEMENT FOR BIDS
FOR THE CONSTRUCTION OF
LOCKER ROOM FACILITIES
AT THE CIVIC CENTER
IOWA CITY, IOWA
SEALED PROPOSALS WILL BE RECEIVED BY THE CITY CLERK OF THE
CITY OF IOWA CITY, IOWA UNTIL 10:00 A.M. ON THE 13TH DAY OF
JANUARY, 1977, AND OPENED IMMEDIATELY THEREAFTER BY THE CITY
ENGINEER. PROPOSALS WILL BE ACTED UPON BY THE CITY COUNCIL AT
A MEETING TO BE HELD IN THE COUNCIL CHAMBERS AT 7:30 P.M. ON
JANUARY 181 1977, OR AT SUCH LATER TIME AND PLACE AS MAY THEN
BE FIXED.
THE PROPOSED IMPROVEMENT CONSISTS OF THE CONSTRUCTION OF
LOCKER ROOM FACILITIES IN THE CIVIC CENTER BASEMENT AREA INVOLVING
RELOCATION OF MASONRY WALLS, PLUMBING, HEATING AND ELECTRICAL WORK.
1 (7,,u,, i. J.4/f 10-457
LJ
ALL WORK IS TO BE DONE IN STRICT COMPLIANCE
SPECIFICATIONS PREPARED BY WEHNER, NOWYSZ C
EUGENE A. DIETZ, P.E., CITY ENGINEER OF IOWA
HERETOFORE BEEN APPROVED BY THE CITY COUNCIL
PUBLIC EXAMINATION IN THE OFFICE OF THE CITY
46
WITH THE PLANS AND
PATTSCHULL AND
CITY, IOWA, WHICH HAVE
AND ARE ON FILE FOR
CLERK.
WHEREVER REFERENCE 1S MADE TO THE SPECIFICATION IN THE PLANS OR
CONTRACT PROPOSAL, IT SHALL BE UNDERSTOOD TO INCLUDE THE "STANDARD
SPECIFICATIONS FOR CONSTRUCTION ON PRIMARY, FARM TO MARKET, AND
SECONDARY ROADS AND MAINTENANCE WORK ON THE PRIMARY ROAD SYSTEM",
SERIES OF 1972, IOWA STATE HIGHWAY COMMISSION.
EACH PROPOSAL SHALL BE MADE ON A CORM FURNISHED BY THE ARCHITECT
AND MUST BE ACCOMPANIED BY A CHECK DRAWN ON, AND CERTIFIED BY, AN
IOWA BANK AND FILED IN A SEALED ENVELOPE SEPARATE FROM THE ONE CON-
TAINING THE PROPOSAL, AND IN THE AMOUNT OF $1,600.00 MADE PAYABLE
TO THE CITY TREASURER OF THE CITY OF IOWA CITY, IOWA, AND MAY BE
CASHED BY THE TREASURER OF THE CITY OF IOWA CITY, IOWA, AS LIQUIDATED
DAMAGES IN THE EVENT THE SUCCESSFUL BIDDER FAILS TO ENTER INTO A CON-
TRACT WITHIN TEN (10) DAYS AND POST BOND SATISFACTORY TO THE CITY
INSURING THE FAITHFUL PERFORMANCE OF THE CONTRACT. CHECKS OF THE
LOWEST TWO OR MORE BIDDERS MAY BE RETAINED FOR A PERIOD OF NOT TO
EXCEED FIFTEEN (1S) DAYS UNTIL A CONTRACT IS AWARDED OR REJECTION
MADE. OTHER CHECKS WILL BE RETURNED AFTER THE CANVASS AND TABULA-
TION OF BIDS IS COMPLETED AND REPORTED TO THE CITY COUNCIL.
PAYMENT TO THE CONTRACTOR WILL BE MADE IN CASH FROM SUCH FUNDS OF
THE CIT' THAT MAY BE LEGALLY USED FOR SUCH PURPOSES ON THE BASIS OF
MONTHL` ESTIMATES 1N AMOUNTS EQUAL TO NINETY PERCENT (90$) OF THE
WORK A�C'MPLISHED AS OUTLINED IN "METHOD OF PAYMENT".
BY VIRTUE OF STATUTORY AUTHORITY; PREFERENCE WILL BE GIVEN TO PRO-
DUCTS AND PROVISIONS GROWN AND COAL PRODUCED WITHIN THE STATE OF
IOWA, AND PREFERENCE WILL BE GIVEN TO IOWA DOMESTIC LABOR IN THE
FONSTRUCTION OF THE IMPROVEMENT.
THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A BOND IN AN AMJUNT
EQUAL TO ONE HUNDRED PERCENT 100%) OF THE CONTRACT PRI'? - SAI V BOND
TO BE ISSUED BY A RESPONSIB.-a SURETY APPROVED BY THE CIIt COL.C.IL AND
SHALL GUARANTEE THE PROMPT PAYMENT OF ALL MATERIALS AND LABOk ANJ PRO-
TECT AND SAVE HARMLESS THE CITY FROM CLAIMS AND DAMAGES OF ANY KIND
CAUSED BY THE OPERATION OF THE CONTRACT, AND SHALL ALSO GUARANTEE
THE MAINTENANCE OF THE IMPROVEMENT FOR A PERIOD OF ONE (1) YEAR FROM
AND AFTER ITS COMPLETION AND ACCEPTANCE BY THE CITY.
THE PLANS AND SPECIFICATIONS GOVERNING THE CONSTRUCTION OF THE PRO-
POSED IMPROVEMENTS HAVE BEEN PREPARED BY WEHNER, NOWYSZ G PAI TSCHULL -
ARCHITECTS, AND EUGENE DIETZ, P.E., CITY ENGINEER OF IOWA CITY, IOWA,
WHICH PLANS AND SPECIFICATIONS, ALSO PRIOR PROCEEDINGS OF DO. CITY
COUNCIL REFERRING TO AND DEFINING SAID PROPOSED IMPROVEMENTS ARE HERE-
BY MADE A PART OF THIS NOTICE BY REFERENCE AND THE PROPOSED CONTRACT
SHALL BE EXECUTED IN COMPLIANCE THEREWITH.
I
0
THE PLANS, SPECIFICATIONS AND PROPOSED CONTRACT DOCUMENTS MAY BE
EXAMINED AT THE OFFICE OF THE CITY CLERK. COPIES OF THE SAID
PLANS AND SPECIFICATIONS AND FORM OF PROPOSAL BLANKS MAY BE
SECURED AT THE ARCHITECT'S OFFICE OF WEHNER, NOWYSZ E PAT TSCHULL,
201 DEY BUILDING, 105 IOWA AVENUE, IOWA CITY, IOWA, BY BONA FIDE
BIDDERS UPON PAYMENT OF TWENTY FIVE DOLLARS ($25.00) WHICH WILL
BE RETURNABLE TO THE BIDDERS PROVIDED THE PLANS AND SPECIFICATIONS
ARE RETURNED TO THE ARCHITECT'S OFFICE IN GOOD CONDITION WITHIN
FIFTEEN (15) DAYS AFTER THE OPENING OF BIDS.
THE CITY RESERVES THE RIGHT TO REJECT ANY OR ALL PROPOSALS AND
TO WAIVE TECHNICALITIES AND IRREGULARITIES.
PUBLISHED UPON ORDER OF THE CITY COUNCIL OF IOWA CITY, IOWA.
A
ABBIE STOLFUS
CITY CLERK OF IOWA CITY, IOWA
J
1