HomeMy WebLinkAbout1989-02-14 ResolutionJ• �' rn-i' J
RESOLUTION NO. 89-28
RESOLUTION APPROVING THE AMENDED PRELIMINARY LARGE SCALE NON-RESIDENTIAL
DEVELOPMENT PLAN FOR BLOOMING PRAIRIE WAREHOUSE, INC., LOCATED AT 2340 HEINZ
ROAD.
WHEREAS, the owner, Blooming Prairie Warehouse, Inc., has filed with the City Clerk
of Iowa City, Iowa, an application for approval of an amended preliminary Large Scale
Non -Residential Development Plan for Blooming Prairie Warehouse; and
WHEREAS, the Department of Planning and Program Development and the Public Works
Department have examined the amended preliminary Large Scale Non -Residential
Development Plan for Blooming Prairie Warehouse; and
WHEREAS, the amended preliminary Large Scale Non -Residential Development Plan has been
examined by the Planning and Zoning Commission and after due deliberation the
Commission has recommended that it be accepted and approved; and
WHEREAS, the amended preliminary Large Scale Non -Residential Development Plan for
Blooming Prairie Warehouse is found to conform with all the pertinent requirements of
the ordinances of the City of Iowa City, Iowa.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA:
1. That the amended preliminary Large Scale Non -Residential Development Plan for
Blooming Prairie Warehouse is hereby approved.
2. That the City Clerk of the City of Iowa City, Iowa, is hereby authorized and
directed to certify the approval of this resolution and of the amended preliminary
Large Scale Non -Residential Development Plan for Blooming Prairie Warehouse, after
passage and approval by law.
It was moved by Ambrisco and seconded by Balmcr the Resolution be
adopted, and upon roll call there were:
AYES: NAYS:
ABSENT:
X
Ambrisco
X
Balmer
X
Courtney
X
Horowitz
X
Kubby
X
Larson
X
McDonald
Passed and approved this 14th day of
February 1989.
�07�L.tX�X
OR
Approved�as to Form
ATTEST:./ -�
CITY CLERK
egal Department
asa
J -
STAFF REPORT
To: Planning & Zoning Commission Prepared by: Barry Beagle
Item: S-8901. Blooming Prairie Date: February 2, 1989
Warehouse, Inc.
GENERAL INFORMATION:
Applicant: Blooming Prairie Warehouse,
Requested action:
Purpose:
Location:
Legal description:
Size:
Comprehensive Plan:
Existing land use and zoning:
Surrounding land use and zoning:
File date:
45 -day limitation period:
SPECIAL INFORMATION:
Public utilities:
Public services:
Inc.
2340 Heinz Road
Iowa City, IA 52240
Phone: 337-6448
Contact Person: Jim Plaugher
Amended preliminary Large
Scale Non -Residential Develop-
ment (LSNRD) plan approval.
To permit warehouse and office
expansion of present facility.
Immediately north of H.J. Heinz
facility on the east side of
Heinz Road in B.D.I. Industrial
Park.
Lot 7 and 8, B.D.I., 2nd
Addition.
6.0 acres
Industrial
Warehouse and office space;
North - Undeveloped; I-1.
South - Industrial; I-1.
East - Undeveloped; I-1.
West - Industrial; I-1.
January 11, 1989.
February 27, 1989.
Adequate sewer and water
service is available.
Police and fire protection are
available. Sanitation service
will be provided by a private
hauler.
a50
Page 2
Transportation: Vehicular access is provided by
Heinz Road.
Physical characteristics: Generally flat to moderately
sloping draining to the south.
ANALYSIS:
The applicant is requesting approval of an amended preliminary LSNRD plan
to permit a 47,437 sqare foot phased expansion of their present facility
located at 2340 Heinz Road. The proposed addition increases the total
combined floor area of the facility by 164%. The initial plan for
Blooming Prairie, approved May 24, 1983, authorized construction of an
18,600 square foot building consisting of 14,400 square feet of warehouse
and 4,200 square feet of office space. An amended preliminary and final
LSNRD plan was approved on March 11, 1986, permitting an 8,960 square foot
warehouse addition. The plan was subsequently amended on May 12, 1987,
permitting the construction of a 1,224 square foot freezer addition onto
the west side of the building, increasing the total area of warehouse
space to 24,584 square feet.
The proposed expansion consists of 42,157 square feet of additional
warehouse space, 2,400 square feet of adidtional office space, and a 2,880
square foot truck storage/wash area. In the attached letter dated January
11, 1989, Mr. Jim Plaugher indicates the amended plan should cover
expansion projects for the next 24 months, beginning with expansion of the
freezer area in the spring of 1989. The plan as submitted is in com-
pliance with the requirements of the Zoning Ordinance and design standards
of the LSNRD regulations.
Approval of the preliminary plan is effective for a period of 24 months
unless a 12 -month extension is granted by the Council. Final LSNRD plan
approval shall be by administrative review, provided the plan does not
deviate from the parameters of the approved preliminary plan and all plans
and specifications for the construction of improvements have been met.
Failure for a final plan to comply with these provisions shall require
approval according to the procedures for preliminary plans.
STAFF RECOMMENDATION:
Staff recommends the amended preliminary LSNRD plan for Blooming Prairie
Warehouse, Inc., be deferred, but upon resolution of the deficiencies and
discrepancies listed below, that the plan be approved.
DEFICIENCIES AND DISCREPANCIES:
1. An overhead loading door is located at the southeast corner of the
existing building which, the plan notes, is accessible by a 22 -foot
wide drive. Adjacent to this drive is an 18 -foot deep by 45 -foot
wide paved area, which according to the plan is to be added. This
area should be eliminated so as to eliminate the possibility that it
could be used for off-street parking.
0?S0
Page 3
ATTACHMENTS:
I. Location Map.
2. Statement of Intent.
3. Amended Preliminary LSNRD Plan. ( l
Approved by:
Donald Sc meiser, Director
Department of Planning and
Program Development
LOCATION IMP
Blooming Prairie Warehouse, Inc.
Amended Preliminary LSRD Plan
S-8901
ASo
B1ingPrairie
Warehouse, Inc.
wu nclnz noaa, lowa City, Iowa 52240
Business Hours: Man., Fri., 9am•Spm i319i 337.6448
January 11, 1989
Planning and Zoning Commission
City of Iowa City
410 E. Washington
Iowa City, IA 52240
Dear Commissioners:
We are hereby submitting 12 copies of an amended Preliminary LSNRD plan
for Blooming Prairie Warehouse, Incorporated. The plan we are submitting should,
hopefully, cover expansion projects for the next 24 months.
This spring we would like to expand our freezer area; at least doubling
the current size. Within one year, we foresee a general warehouse expansion,
adding probably 50% to the present warehouse.
In the future there will be an office expansion and a truck wash area.
We understand that the waste water would have to be treated in some way.
Currently, the requirement is for a sand and oil interceptor.
We are requesting that this item be placed on the planning and zoning
commission's agenda for February 2nd. We would also like to request expe-
dited council consideration so that the city council could approve our plan
February 7th.
We appreciate your consideration of this matter.
enclosures
k1b
Sincerely yours,
Jim P1 g erVice-preside
Bloom, Prairie Warehouse, nc.
A Cooperative Food Distributor O?S40
i
RESOLUTION NO. 89-29
RESOLUTION AWARDING CONTRACT AND AUTHORIZING MAYOR TO SIGN AND
CITY CLERK TO ATTEST CONTRACT FOR THE CONSTRUCTION OF
THE SOUTHEAST INTERCEPTOR SEWER PROJECT
WHEREAS, Johnson Brothers Highway & Heavy Constructors, Inc. has submitted
the low bid of $8,448,265.82 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 Johnson Brothers Highway & Heavy Constructors, Inc.
subject to the condition that awardee secure adequate performance bond,
insurance certificates, and contract compliance program statements, and
subject to approval by the Iowa Department of Natural Resources.
2. That the Mayor is hereby authorized to sign and the City Clerk to
attest the contract for the construction of the above-named project,
subject to the condition that awardee secure adequate performance bond,
insurance certificates, and contract compliance program statements, and
subject to approval by the Iowa Department of Natural Resources.
It was moved by Ambrisco and seconded by Balmer
that the resolution as read be adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Ambrisco
X Balmer
x Courtney
x Horowitz
x Kubby
x Larson
x McDonald
Passed and approved this 14th day of February, 1989.
�a'_)
/ MAYOR
ATTEST:_7i J ( J
CITY CLERK
AP S 0 FORM
a/s/gyp
Legal Department
J501
J
NOTICE TO BIDDERS
Extension of Time for Receipt of Bids for
the Southeast Interceptor Sewer Project.
City of Iowa City, Iowa
Notice is hereby given that the date and
time for receipt of bids for the Southeast
Interceptor Sewer Project has been extended
from February 2, 1989, at 10:30 a.m. to
February 9, 1989, at 10:30 a.m. The date
and time for receipt of bids was extended
to afford bidders the opportunity to
respond to Addendum No. 4 in the
preparation of their bids. Sealed bids
will be received in the office of the City
Clerk, Civic Center, 410 E. Washington
Street, Iowa City, Iowa, until 10:30 a.m.
local prevailing time on Thursday, February
9, 1989, at which place and time said bids
will be publicly opened and read aloud.
Bids will be acted upon by the City Council
of Iowa City at the meeting to be held in
the Council Chambers, Civic Center, at 5:30
p.m. on February 14, 1989, or at such later
time as may then be fixed.
The work for the Southeast Interceptor
Sewer Project, and all requirements for
bidding on said project, are the same as
were stated in the Notice to Bidders for
said project published in the Iowa City
Press -Citizen on December 27, 1988.
Drawings and other Contract Documents,
including Addenda Nos. 1 through 4 to the
plans and specifications for said project,
may be examined at the office of the City
Clerk, Civic Center, 410 E. Washington
Street, Iowa City, Iowa, and may be
examined and obtained at the office of
Metcalf & Eddy, Inc., 85 West Algonquin
Road, Arlington Heights, Illinois 60005,
and at the office of the City Engineer, 103
E. College Street, Suite 300, Iowa City,
Iowa 52240.
A $100.00 non-refundable fee is required
for each set of plans and specifications.
The fee shall be in the form of a check
made payable to the City of Iowa City,
Iowa.
Contract Documents will be mailed (by
Federal Express) upon request and receipt
of an additional non-refundable fee of
$25.00 in the form of a check made payable
to the City of Iowa City, Iowa.
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.
MARIAN K. KARR, CITY CLERK
February 1, 1989
VICE TO BIEUERS
WSTMTER FPCILITIES 1PFfr7 Mff POPM
SUA EAST IMIERLEF U2
CITY OF ICWA CITY, IQA
Sealed Bids for construction of the Southeast
Interceptor will be received at the office of the
City Clerk, Civic Center, 410 East Washington
Street, Iowa City, Iowa, 52240, until 10:30 A.M.
Local prevailing time on Thursday, Fdttery 2, 1983,
at which place and time said Bids will be publicly
Opened and road aloud. Bids will be acted rpm by
the City Cancil,at the meeting to be held in the
Comcil Chambers at, 5:30 P.M. on February 14, 1989,
or at such later tine and place as my then be
fixed.
The Mork for the Southeast Interceptor is
comprised of four (4)
Segment 1 - Outfall
The work for the Interceptor - Outfall
Sewer, herein specified to done (herein sareti res
referred to as the "Work") ists of construction
of 4842 l.f. of 60 -inch dia. r, outfall stnx;-
ture and appurtenant Mork in the ity of Iowa City,
Iowa all as more particularly i icated, shah qrl
described in the Dravings, Specifi tions, and 9
Contract Dowrents.
Segment 2 - Snyder Credo Segment.
llwe work for the Southeast Interrep r - SNder
Creek Segment, herein specified to be (herein
sometimes referred to as the "Vbrk") 's 'shad of
three (3) sections designated Sectiarv'A, ion B,
and Section C and consists of canstFwYtim 17,139
l.f. of 66 -inch dia. sewer, 720 1. of 65-i dia.
sewer bored and jacked without Easing, 140 1. of
66 -inch dia. sewer bored and jacked with 80 -
dia. casing pipe and appurte'eR work in the City
Iowa City, Iowa all az more particularly indica
shah or described in the Dravings, Specifications,
and other Contract Docu ts.
Segment 3 - Ralston Creek Segrent Phase I.
The work for the Southeast Interceptor - Ralston
Creek Segment Phased, herein specified to be done
(herein sametimes refer el to az the 'Ttark")
consists of construction of 4460 l.f. of 54 -inch
dia. sewer, 470 l.f. of 48 -inch dia. sewer, 4 l.f.
of 36 -inch dia. sewer, 570 l.f. of 30 -in. dia.
sewer, 292 1'.f. of 24 -inch dia. sewer, 684 l.f. of
15 -inch seller, 30 l.f. of 30 -inch dia. RCP sewer
bored and jacked without casing and gputaeht work
in the City of Iowa City, Iowa all as more par-
ticularly indicated, sham or described in the
Drawings, Specifications, and other Contract
Docurents.
Segment 4 - Ralston Creek Segment Phase II.
The work for the Southeast Interceptor - Ralston
Creek Segment Phase II, herein specified to be donne
AS/
consists of construction of 537 l.f. of 72 -inch
seer, 1621 l.f. of 48 -inch sewer, 20 l.f. of 30 -
inch dia. sewer, 200 l.f. of 24 -inch dia. sewer, 370
Lf. of 21 -inch dia. sewer, 1959 l.f. of 18 -inch
dia. seer, 1253 l.f. of 15 -inch dia. sewer, 203
l.f. of 24 -inch dia. steel casing bored and jadv?d
with 18 -inch carrier pipe, 30 l.f. of 24 -inch dia.
steel casing bored and jadmd with 15 -inch dia.
carrier pipe and appurtenant writ in the City of
Iowa City, Iowa all as more particularly indicated,
shorn or described in the DVawhrgs, Specifications,
and other Contract Documents
Drawings and other Contract Docarents my be
exirnimd andobtained at the bffice of Hetcalf 6
Eddy, Inc., 85 West Algonquin Road, Arlington
Heights, Illinois 60005 and at the office of the
City Engineer, 103 E. College SI , Suite 300,
Iowa City, las 52240. A $100.0Ore The
is required for each set of plans and specifica-
tions. The fee shall be in the form of a deck made
Cole to Conntract Woume is wof ill Cbe nailed (by Federal
Express) upon request and receipt of additions
nonrefundable fee of $25.00 in the f of a
made payable to the City of Iowa City, I
Bid security: 1) a certified or
cash 's
drawn on a solvent Iowa bank or a bade
under the laws of the United States or a rtified
share draft dram on a credit union ) Iowa or
chartered under the laws of the United in an
amaant equal to five percent (M) of� bid or 2)
a bid bad executed by a corporation autlori to
contract as surety in the State of%Igwa, in a 1
sun of five percent (M) of the bid.
The successful bidder will pone required to f ish
bonds in an amount equal to e haled MA
(100X) of the contract price, said bads to
issued by responsible suety approved by the Ci
Council and authorized toltrarmact business in
State of Iowa and shall�4mrantee (1) the faithful
perforrwu of the cmtraet and the terms and
conditions therein coptairned, (2) the pnvnpt pined
to all persons, firms, Rkoontaactors and oorpora-
tions furnishing materials for or performing labor
in the prosecution of the writ, and (3) the nein-
tenance of inprura is in good repair for not less
than two (2) years frim the tirm of acceptance of
the improverenis by the City.
The successful bidder will be required to
furnish, tpt�n execution of the contract, certifi-
cate(s) of insurance evidencing all of the mr-ages
required by the contract along with dhe' d am nta-
tion required by the afer pursuant thereto.
HTB -2
Olaf/
In accepting this contract, the Contractor agrees
not to armrit any of the following mlawful employ-
neht practices and to include this nondiscri dnation
clause in any subcontracts connected with the
performance of this agremmt: (1) To refuse to
hire, employ or to bar or to discharge fran enploy-
ned any individual because of their race, color,
religion, sex, or national origin. (2) To dis-
criminate against any individual in teras, condi-
tions or privileges of employment because of their
race, color, religion, sex, or national origin. 3)
To use any fompf application frr erplgoart, or to
make any inquiry' i recru ing or advertising for
employees which the race, color, religion,
sex, or national origin any individual. 4) To
discharge, expel, oro se discriminate against
any individual because they have opposed any,
practices forbidden under th section or because
they have filed a carplaint, ified or assiited
in any proceedings oder thi section of the
contract.
Bidders will be required to ly with the
president's Executive Order No. 112 mended.
The requirsrents for bidders and oxer
this order are explained in 41 CFR
Prospective bidders are advi that City of
Joe City desires to employ ty and
subcontractors on City
The bidder awarded the shall t a
list of proposed subcontractors alog with quan-
tities, unit prices, std anoumts before irg
construction. If ro nority business ses
are utilized, the bidder shall sh
doanentation of all efforts to recruit dgE's.
A listing of airority contractus is included o
the Contract doanents.
Any bidder or/equipunt supplier ruse firm or
affiliate is listed in the GSA publication 'List of
Parties Excluded from Federal Proarme nt and
tbrpraurrmmmnt'Programs' will be prohibited fran the
bidding proc¢ss Anyone suWitting a bid who is
listed in this publication will be deternined to be
a rnonreslive bidder in accordance with 40 CFR
Part 31.,E
A contractor's SuspensiorOV meat Certification
will bei contained in the specifications; however,
this crtification should not preclude any inter-
ested party fran ascertaining vhether the cErtifyirg
person is actually an the "List of Parties Excluded
Fran Federal Proaoement and Nxp wnrerrnt
program".
By virtue of statutory authority, prefeare will
be given to products and provisions grom and coal
produced within the State of Joe, and to Iowa
NB -3
AS/
domestic labor, to the extent lawfully required
order Iowa Statutes, provided that the aard of
contract will be made to the lawest responsible
bidder submitting the larest responsive bid, which
should be determined without regard to state or
local law whereby preference is given on factors
other than the anent of bid. The Iowa Reciprocal
P efere ce Act (SF 2160) applies to the contract
with respect to bidders who are rot Joe resida ts.
Any contract aerded oder this imitation for
bids is expected to be funded in part by a grant
from the U.S. Envirorrrental protection Agency.
Neither the United States nor any of its depart-
nonts, agencies, or employees is or will be a party
to this invitation for bids or any resulting
contract. This prwx nvenOwill be subject to
regulations contained in 40 CFR,\spat 31. /
Payment to the bidder cardedcontract shall
be node in accordance with the Orrmisions of/fhe
Contract Docu ents.
On the basis of the bids rete'ed, U)6 City
Council my propose award of the cant ./ Final
aard will not be node until the proposed award is
approved by the Department ofNatua Resources
Agericy. It is anticipated that sub al will
be node within forty (40) days fion the of said
hearing. No clains for cmpensable del shall
arise as the results of delay in'the al to
send.
The City reserves the right to reject any or 11
proposals and to waive technicalities and i
laxities. 1/1
Published upon order of the City Council of Iowa
City, Iowa.
KNUAN K. KU CITY CUM
NTB-4
Q�J
3
RESOLUTION NO.
RESOLUTION AWARDING CONTRACT AND AUTHORIZING MAYOR TO SIGN AND
CITY CLERK TO ATTEST CONTRACT FOR THE CONSTRUCTION OF
THE SOUTHEAST INTERCEPTOR SEWER PROJECT
WHEREAS,has submitted the low bid of
ru
$ for the constction 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 11
subject to the condition that awardee secure adequate performance bond,
insurance certificates, and contract compliance program statements, and
subject to apprdval by the Iowa Department of Natural Resources.
2. That the Mayor i's, hereby authorized7to sign and the City Clerk to
attest the contract for the construction of the above-named project,
subject to the condition that awardee secure adequate performance bond,
insurance certificates,\and contra9t compliance program statements, and
subject to approval by th Iowa D artment of Natural Resources.
It was moved by and seconded by
that the resolution as read be adop� d, and upon roll call there were:
AYES: NAYS: ABSENT
\Amb, sco
Balmer
— —
Courtney
_ Horowitz
Kubby
Larson
McDonald
Passed and.'approved this 14th day of February, 1989.
ATTEST:
CITY CLERK
i
6AP 0 AS O FORM
Legal Department ��/
clzy of tow& c:izy
M E M O R A N D U M
TO: Lorraine Saeger
FROM: Public Works Department
DATE: February 12, 1989
RE: AGENDA ITEMS FOR COUNCIL MEETING TO BE HELD FEBRUARY 14, 1989
1. CONSIDER A RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN
AND THE CITY CLERK TO ATTEST A CONTRACT FOR THE CONSTRUCTION OF THE
SOUTHEAST INTERCEPTOR SEWER PROJECT TO JOHNSON BROTHERS CORP. OF LITCHFIELD,
MINNESOTA. THIS AWARD IS SUBJECT TO APPROVAL OF THE IOWA DEPARTMENT OF
NATURAL RESOURCES.
COMMENT: This project was bid on February 9, 1989 and the following bids
were received:
Johnson Brothers Corp. $8,448,265.82
Litchfield MN
McAninch Corp.
Des Moines IA
8,996,563.95
BRB Contractors, Inc. 9,078,486.00
Topeka, KS
Barbarossa & Sons, Inc. 9,284,642.40
Osseo MN
Super Excavators, Inc. 9,321,990.00
Menomonee Falls WS
Carl Bolander & Sons 9,382,763.86
St. Paul MN
Kenko, Inc. 9,636,792.47
Blaine MN
Gustafson Excavating, Inc. 9,644,926.20
Waukegan IL
Winter Construction Co., Inc. 10,204,576.20
Pipestone MN
Engineer's Estimate: $10,160,000.00
Public Works recommends approval of this resolution.
2. CONSIDER A RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN
AND THE CITY CLERK TO ATTEST A CONTRACT FOR THE CONSTRUCTION OF THE BENTON
STREET INTERCEPTOR SEWER PROJECT TO TSCHIGGFRIE EXCAVATING CO. OF DUBUQUE,
IOWA. THIS AWARD IS SUBJECT TO APPROVAL OF THE IOWA DEPARTMENT OF NATURAL
RESOURCES.
�J /
E
3.
COMMENT: This project was bid on February
10, 1989 and the following bids
were received:
Tschiggfrie Excavating Co.
$1,133,260.35
Dubuque IA
Barbarossa & Sons, Inc.
1,372,077.15
Osseo MN
Wunsch Plumbing & Heating, Inc.
1,383,144.00
Greene IA
Dave Schmitt
1,390,763.00
Cedar Rapids IA
McAninich Corp.
1,429,697.50
Des Moines IA
Van Hauen - Keller
1,437,095.00
West Des Moines IA
Langman Construction Inc.
1,440,950.00
Rock Island IL
Johnson Brothers Corp.
1,445,011.40
Litchfield MN
Normoyle Berg & Associates, Inc.
1,554,077.50
Rock Island IL
R.L. Brink Corp.
1,878,950.26
Quincy IL
Winter Construction Co.
2,005,200.21
Pipestone MN
Engineer's Estimate: $1,540,000.00
Public Works recommends approval of this resolution.
CONSIDER A RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN
AND THE CITY CLERK TO ATTEST A CONTRACT FOR
THE CONSTRUCTION OF THE SLUDGE
FORCE MAIN PROJECT TO TSCHIGGFRIE EXCAVATING
CO. OF DUBUQUE, IOWA. THIS
AWARD IS SUBJECT TO APPROVAL OF THE IOWA DEPARTMENT OF NATURAL RESOURCES.
COMMENT: This project was bid on February 10,
1989 and the following bids
were received:
Tschiggfrie Excavating Co.
$428,060.25
Dubuque IA
Sulzberger Excavating, Inc.
464,198.75
Muscatine IA
07 or/
J.P. Norex Inc.
471,331.25
Chanhassen MN
Mid-State Construction Co.
478,420.50
Springville IA
Kincaid
488,434.30
North Kansas City MO
Maxwell Construction Co.
489,926.00
Iowa City IA
Hurst & Sons Contractors, Inc.
499,692.37
j Waterloo IA
Anstoetter Construction Co.
499,907.30
Farley IA
Normoyle-Berg & Assoc. Inc.
529,961.25
Rock Island IL
Dobson Brothers Construction Co.
565,455.47
Lincoln NE
McAninch Corp.
590,097.00
Des Moines IA
R.L. Brink Corp.
599,851.10
Quincy IL
Denver Construction Inc.
606,014.50
Denver IA
Langman Construction Inc.
611,845.00
Rock Island IL
Van Hauen - Keller
635,242.75
West Des Moines IA
Wolf Construction Inc.
651,516.70
Iowa City IA
Winter Construction Co.
831,699.46
Pipestone MN
John Sammons Construction Co.
888,019.49
Keokuk IA
Engineer's Estimate: $600,000.00
Public Works recommends approval of this resolution.
�i
RESOLUTION NO. 89-30
RESOLUTION AWARDING CONTRACT AND AUTHORIZING MAYOR TO SIGN AND
CITY CLERK TO ATTEST CONTRACT FOR THE CONSTRUCTION OF
THE BENTON STREET INTERCEPTOR SEWER PROJECT
WHEREAS, Tschiggfrie Excavating Company has submitted the low bid of
$1,133,260.35 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 Tschiggfrie Excavating Company subject to the
condition that awardee secure adequate performance bond, insurance
certificates, and contract compliance program statements, and subject
i
to approval by the Iowa Department of Natural Resources.
2. That the Mayor is hereby authorized to sign and the City Clerk to
attest the contract for the construction of the above-named project,
subject to the condition that awardee secure adequate performance bond,
insurance certificates, and contract compliance program statements, and
isubject to approval by the Iowa Department of Natural Resources.
It was moved by Balmer and seconded by Horowitz
that the resolution as read be adopted, and upon roll call there were:
i
AYES: NAYS: ABSENT:
X Ambrisco
iX Balmer
X Courtney
X Horowitz
X Kubby
X Larson
X McDonald
I
Passed and approved this 14th day of February, 1989.
i
Cr rJ i la CerXt�
MAYOR
ATTEST:n�+noma��
CITY CLERK
P 0
2EO�R�M
Legal Department
i
NOTICE TO BIDDERS
Extension of Time for Receipt of Bids for
the Benton Street Interceptor Project.
City of Iowa City, Iowa
Notice is hereby given that the date and
time for receipt of bids for the Benton
Street Interceptor Project has been
extended from February 3, 1989, at 10:30
a.m. to February 10, 1989, at 10:30 a.m.
The date and time for receipt of bids was
extended to afford bidders the opportunity
to respond to Addendum No. 4 in the
preparation of their bids. Sealed bids
will be received in the office of the City
Clerk, Civic Center, 410 E. Washington
Street, Iowa City, Iowa, until 10:30 a.m.
local prevailing time on Friday, February
10, 1989, at which place and time said bids
will be publicly opened and read aloud.
Bids will be acted upon by the City Council
of Iowa City at the meeting to be held in
the Council Chambers, Civic Center, at 5:30
p.m. an February 14, 1989, or at such later
time as may then be fixed.
The work for the Benton Street
Interceptor Project, and all requirements
for bidding on said project, are the same
as were stated in the Notice to Bidders for
said project published in the Iowa City
Press -Citizen on December 27, 1988.
Drawings and other Contract Documents,
including Addenda Nos. 1 through 4 to the
plans and specifications for said project,
may be examined at the office of the City
Clerk, Civic Center, 410 E. Washington
Street, Iowa City, Iowa, and may be
examined and obtained at the office of
Metcalf & Eddy, Inc., 85 West Algonquin
Road, Arlington Heights, Illinois 60005,
and at the office of the City Engineer, 103
E. College Street, Suite 300, Iowa City,
Iowa 52240.
A $50.00 non-refundable fee is required
for each set of plans and specifications.
The fee shall be in the form of a check
made payable to the City of Iowa City,
Iowa.
asp
Contract Documents will be mailed (by
Federal Express) upon request and receipt
of an additional non-refundable fee of
$25.00 in the form of a check made payable
to the City of Iowa City, Iowa.
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.
MARIAN K. KARR, CITY CLERK
February 1, 1989
VICE TO BIS
WASTEWATER FACILITIES DiPinMW PROM
BFMCN STREET INMX FU
CITY OF IDA CITY, IM
Sealed Bids for construction of the Barton Street
Interceptor will be received at the office of the
City Clerk, Civic Center, 410 East Washington
Street, It\City, Iowa 52240, until 10:30 A.M.
local prevailing time on Friday, February 3, 1989,
at which place%nd time said Bids will be publicly
opened and read ��Ioud. Bids will be acted upon by
the City Council t the meting to be held in the
Council Chambers at 5:30 P.M. on February 14, 1989,
or at such later time and place as may then be
Fixed.
The work for the Benton Street Interceptor
includes construction o 1271 l.f. of 62 -inch x 102 -
inch R.C.A.P., 606 l.f o 21 -inch dia. suer, 1835
l.f. of 18 -inch dia. , 34D l.f. of 3D -inch dia.
steel casing bored and j with 18-irdh di
D.I.P. carrier. pipe, 70 1.. of 18-
in
dia. s 1
casing bored and jacked wi 8 -inch dia. D .P.
carrier pipe and appurtenant
Drawings and other Cont Doctuen may be
examined and obtained at the ice of tcelf 6
Eddy, Inc., 85 West Algonquin Arlington
Heights, Illinois 60005 and at fice of the
City Engineer, 103 E. College ty t, Suite 300,
Iawa City, Iawa 52240. A $50.00 fundable fee
is required for each set of pl specifica-
tions. The fee shall be in form deck male
payable to the City of Iaa C y, Iowa.
contract Docuoents will mailed ( Federal
Express) upon request and ipt of an itional
nonrefudable fee of f25 in the form of check
made payable to the City of lora City, Iava.
Bid severity: 1)certified or cashier's
drawn on a solvent owa bank or a bards red
under the laws of United States or a cerci ed
share draft on a credit union in Iowa r
chartered oder lays of the thitod States, in
anmmt equal to five percent (5%) of the bid, or 2)
a bid bond ex by a corporation authorized to
contract as surety in the State of Iara, in a penal
sum of five Orcent (5x) of the bid.
The successful bidder will be required to funish
bonds in 0 count equal to one hidred percent
(100%) of the contract price, said bonds to be
issued 4 responsible surety approved by the City
Council and authorized to transact business in the
State 6f Iowa and shall guarantee (1) the faithful
peffo9 nance of the contract and the terms and
conditions therein contained, (2) the prarpt. payueit
HTB -1
wvftw�
to all persons, firms, Wxmtractom ad corpora-
tions furnishing materials for or per'fonnin9 labor
in the prosecution of the work, and (3) the main-
tenance of inprovenents in good repair for not less
than No (2) years from the time of acceptance of
the inprovenents by the City.
The successful bidder will be required to
furnish, upon execution of the contract, certifi-
cate(s) of insurance evidencing all of the meages
required by the contract along with Oder dnrreda-
tion required by the amen pursuant thereto.
In accepting this contract, the Cantrzinr ogees
not to commit any of the following unlawful ertploy-
oad practices and to include this =discrimination
clause in any racts connected with . the'
performance of this t: (i) To refuse to
hire, employ or to bar to discharge from enploy-
mrnt any individual of their race, color,
religion, sex, or nation al origin. (2) To dis-
criminate against any irNividual in term, condi-
tions or privileges of loy i; terarue of their
race, calor, religion, se or national origin. 3
To use any form of applicakion for a icyn t, m
make any inquiry in recruiting or aduertisirg
employees ►inch requests the race, color, rel' ion,
sex, or national origin of individual. 4) To
discharge, expel, or otherwis�discrimi against
any individual because they have any
practices forbidden oder thin secti or because
they have filed a complaint, if or assisted
in any proceedings oder thi ion of the
contract.
Bidders will be required oorply with the
President's Executive Order No/ 1 46, as amended.
The requirements for bidders/ad under
this order are explained in 41 CFR
Prospective bidders are sed t the City
Iowa City desires to erpminority
subcontractors on City
The bidder awarded/ antract 11 submit a
list of proposed su6cmtractors along with quan-
tities, mit prices, and anonts be starting
constn dion. If ho minority business ses
(NBE) are utilized, the bidder shall furnish
doamentation of/all efforts to recruit HE .
A listing o£,minority contractors is inc in
the Contract d6amts.
Any bidder or equipment supplier W10se fl or
affiliate islisted in the GSA publication 'Li t of
Parties Excluded from Federal promrement and
�Ms�ubl
will be prohibited from
sutmittirg a bid vin is
ication will be determined to
a noniesponsive bidder in with 40 C1
Part 31.
NIB -2
� j.Z.
A contractor's SuspersionV ebunent Certification
will be contained in the specifications; however,
this certification should not preclude any inter.
ested party from ascertaining whether the certifying
Person is actually on the 'List of Parties Excluded
from Federal Procurement and Nxprocurmmt
Pro9ra�".
By virtue of statutory authority, prefeo'ioe will
be given to products and provisions gran and coal
p►odeed within the State of low, and to Ime
domestic labor, to the extent lawfully required
under Iowa Statutes, provided that the award of
contract will be made to the lowest responsible
bidder sutmitting the lowesk responsive bid, which
should be determined without regard to state or
local law ►iereby preference`•, is given an factors
other than the moot of bid. \ The Iowa Reciprocal
Preference Pct (SF 2160) applies to the contract
with respect to bidders who are�,mt Iowe residents.
Arty contract awarded oder tflis invitatim for
bids is exPected to be forded irk part by a grant
fran the U.S. Ernirarmental �ion Agency.
Neither the United States mr '�\o its depart -
vents, agencies, or erployees is or 11 be a party
to this invitation for bids or resulting
contract. This proamned will subLiect to/
regulations contained in 40 CFR, Part 3 . rj/
Payawt to the bidder carded the
be made in accordance with the provisi of the
Contract Documents.
On the basis of the bids received, City
Council my propose award of the Final
award will rot be rade until the proposed is
approved by the Department of Natt'dI
A33K . It is within forty at d �t �i Leval rill
be Y ( ) fts fiT the date of
hearing. No claims for oarpensable delay 11
rise as the results of delay in the app Ml
award.
The City reserves the ri to rrject any or al\
proposals and to waive technicalities and irregu-
larities.
Published wpm order of the City Cantil of Iowa
City, Iowa.
bWRIAN K. KARR, CITY anx
NIB -3
JUX
it
RESOLUTION NO.
RESOLUTION AWARDING CONTRACT AND AUTHORIZING MAYOR TO SIGN AND
CITY CLERK TO ATTEST CONTRACT FOR THE CONSTRUCTION OF
THE BENTON STREET INTERCEPTOR SEWER PROJECT
WHEREAS, _
NOW, THER
IOWA:
has submitted the low bid of
yr the construction of Ithe above-named project.
BE IT RESOLVED BY THEJCOUNCIL OF THE CITY OF IOWA CITY,
1. That the contract for the co truction of the above-named project is
hereby awarded to
subject to the condition th# awardee secure adequate performance bond,
insurance certificates, and contract compliance program statements, and
subject to approval by the Iowa Department of Natural Resources.
2. That the Mayor is hereby authorized to sign and the City Clerk to
attest the contract\fopp' the construction of the above-named project,
subject to the condi ion that awardee secure adequate performance bond,
insurance certificates, and contract compliance program statements, and
subject to approval by the Iowa Department of Natural Resources.
It was moved by and seconded by
that the resolution as ead be ad ted, and upon roll call there were:
AYES: NAY ABSENT:
— mbrisco
er
— / Ba rt
Court
/
Horowitz\
/ Kubby
Larson
McDonald
ssed and approved this 14th day of February, 1989.
ATTEST:
CITY CLERK
APR DESt0 FORM
�.
Legal Department
MAYOR
RESOLUTION NO. 89-31
RESOLUTION AWARDING CONTRACT AND AUTHORIZING MAYOR TO SIGN AND
CITY CLERK TO ATTEST CONTRACT FOR THE CONSTRUCTION OF
THE SLUDGE FORCE MAIN PROJECT
WHEREAS, Tschiggfrie Excavating Company has submitted the low bid of
$428,060.25 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 Tschiggfrie Excavating Company subject to the
condition that awardee secure adequate performance bond, insurance
certificates, and contract compliance program statements, and subject
to approval by the Iowa Department of Natural Resources.
2. That the Mayor is hereby authorized to sign and the City Clerk to
attest the contract for the construction of the above-named project,
subject to the condition that awardee secure adequate performance bond,
insurance certificates, and contract compliance program statements, and
subject to approval by the Iowa Department of Natural Resources.
i It was moved by Ambrisco and seconded by Balmer
that the resolution as read be adopted, and upon roll call there were:
f
AYES: NAYS: ABSENT:
X Ambrisco
X Balmer
X Courtney
X Horowitz
X Kubby
X Larson
X McDonald
Passed and approved this 14th day of February, 1989.
i
i
MAYOR
ATTEST: i.n J K•L�J
CITY CLERK
AP 0 T FORM
Legal Department
X59
NOTICE TO BIDDERS
Extension of Time for Receipt of Bids for
the Sludge Force Main Project.
City of Iowa City, Iowa
Notice is hereby given that the date and
time for receipt of bids for the Sludge
Force Main Project has been extended from
February 3, 1989, at 10:30 a.m. to February
10, 1989, at 10:30 a.m. The date and time
for receipt of bids was extended to afford
bidders the opportunity to respond to
Addendum No. 4 in the preparation of their
bids. Sealed bids will be received in the
office of the City Clerk, Civic Center, 410
E. Washington Street, Iowa City, Iowa,
until 10:30 a.m. local prevailing time on
Friday, February 10, 1989, at which place
and time said bids will be publicly opened
and read aloud. Bids will be acted upon by
the City Council of Iowa City at the
meeting to be held in the Council Chambers,
Civic Center, at 5:30 p.m. on February 14,
1989, or at such later time as may then be
fixed.
The work for the Sludge Force Main
Project, and all requirements for bidding
on said project, are the same as were
stated in the Notice to Bidders for said
project published in the Iowa City Press -
Citizen on December 27, 1988.
Drawings and other Contract Documents,
including Addenda Nos. 1 through 4 to the
plans and specifications for said project,
may be examined at the office of the City
Clerk, Civic Center, 410 E. Washington
Street, Iowa City, Iowa, and may be
examined and obtained at the office of
Metcalf & Eddy, Inc., 85 West Algonquin
Road, Arlington Heights, Illinois 60005,
and at the office of the City Engineer, 103
E. College Street, Suite 300, Iowa City,
Iowa 52240.
A $50.00 non-refundable fee is required
for each set of plans and specifications.
The fee shall be in the form of a check
made payable to the City of Iowa City,
Iowa.
A59
Contract Documents will be mailed (by
Federal Express) upon request and receipt
of an additional non-refundable fee of
$25.00 in the form of a check made payable
to the City of Iowa City, Iowa.
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.
MARIAN K. KARR, CITY CLERK
February 1, 1989
ass
NXICE TO BIDDERS
W4STEW4TER FACILITIES IrPfOJQW PROGRW
S11 FORCE MAIN
CITY OF IDA CITY, IOWA
Sealed Bids for construction of the Sludge Force
Main will be received at the office of the City
Clerk, Civic Center, 410 East Washington Street,
las City, Ias 52240, until 10:30 A.M. local
prevailing titre on Friday, February 3, 1989, at
V
h place and time said Bids will be publicly
and read aloud. Bids will be acted upon by
the 'ty Cantil at the meeting to be held in the
Counci ambers at 5:30 P.M. on February 14, 1989,
or at later time and place as may then
fixed.
The work r the sludge force main includes -
struction of'roximately 16,990 l.f. of -inch
diameter ductile 'ran force main, 610 l.f. 8 -inch
diameter ductile r force nein bored jacked
and appurtenant work.
Drawings ad o Contract is may be
examined and obtained the offi of the City
Engineer, 103 E. College Street, ite 300, Iowa
City, Iowa 52240. A $50. non- fundable fee is
required for each set of pl specifications.
The fee shall be in the form deck mrd payable
to the City of Iowa City, Iowa.
Contract Documernts will led (by Federal
Express) upon request and ipt an additional
nonrefundable fee of $25. in the of a deck
made payable to the City o Lara City,
Bid security: 1) a ified or cash is deck
drm on a solvent I bank or a bank rtered
under the laws of the ited States or a ified
share draft dram a credit union in I or
chartered oder the aws of the United States, an
avant equal to fi percent (5X) of the bid, or
a bid bad by a corporation authorized to
contract as curet in the State of Iowa, in a penal
sun of five pe t (5X) of the bid.
The successfu bidder will be required to furnish
W& in an adapt equal to one hundred percent
(100X) of tcontract price, said bands to be
issued byreible surety appmed by the City
Council and Authorized to transact business in the
state of I" and shall guarantee (1) the faithful
perfornencel of the contract and the terms and
conditions therein contained, (2) the pvrpt payment
to all pdmons, fins, subcontractors and corpora-
tions Pdnishing materials for or performing labor
in the ��rosecution of the work, and (3) the main-
tenance of improvements in good repair for not less
NIB -1
Aw
than be (2) years Fran the time of acceptance of
the improvements by the City.
The successful bidder will be required to
furnish, upon execution of the contract, certifi-
cates) of inwrance evidencing all of the meag?s
required by the contract along with other dxwuita-
tion required by the 0rter pursuant thereto.
In accepting this contract, the Ca dract r agrees
not to commit any of the following unlawful employ -
Ment practices and to include this nudiso-irtination
clause in any subcontracts corrected with the
performance of this agreerer�(1) To refine to
hire, employ or to bar or to d'stharge frnn employ-
ment any individual because their race, color,
religion, sex, or national ori in. (2) To dis-
criminate against any individual in terms, condi-
tions or privileges of employment because of their
race, color, religion, sex, or national origin. 3)
To use any form of application fm)plwn3i, ar to
make any inquiry in recruiting orWvertising for
enployees vhich requests the race, color, religi ,
sex, or national origin of any individual. 4) o
discharge, expel, or otherwise discri nate nst
any individual because they have any
practices forbidden order this section or
they have filed a caiplainnt, testified assisted
in any proceedings under this secti of the
contract.
Bidders will be required to ly 'th the
President's Executive Order No. 112 as
The requirerents for bidders and cont under
this order are explained in 41 CFR160-4.
Prospective bidders are advised thatthe C y ofIone City desires to employ mirkwItyand
submMractors on City prgjec#4The bidder warded the c tract submi a
list of proposed scbcantractas alontities, mit prices, and/amamrrts betarti
construction. If no mmi6bHty Guiness enterprises
(PK) are utilized, /the bidder shall furnish
documentation of all efforts to recruit Ill's.
A listing of minority contractors is included in
the Contract docurents.
M' bidder or equipment stpplier Whose firm or
affiliate is listed in the GSA publication "List of
Parties Excluded from Federal Pr'ocutwent and
hiorprocmmenmt Programs' will be prohibited from the
bidding process. Myope submitting a bid oho is
listed in this' publication will be determined to be
a ronrespons�ve bidder in accordmee with 40 CFR
Part 31. �
A contractor's SispensionyDebamemt Certification
will be contained in the specifications; however,
this cert(fication should not preclude any inter-
ested paAy from ascertaining vhether the certifying
NIB -2
o?S3
person is actually an the 'List of Parties Excluded
from Federal Procuramnt and Nmpro zwwt
Byo.
Byavirtue of statutory authority, pref mm will
be given to products and provisions gnm and coal
produced within the State of Ias, ad to Lara
dmestic labor, to the extent lawfully required
under Iowa Statutes, provided that the award of
contract will be made to the lowest responsible
bidder scmitting the latest responsive bid, which
should be determined withal regard to state or
local lam whereby preference is given on factors
other than the mount of bid. The Iara Reciprocal
Preference Act (SF 2160) applies to the contract
with respect to bidders who are not Ioo residads.
Any contract awarded this invitation for
bids is expected to be faded in part by a grant
fran the U.S. Fnviranerntal im Agency.
Neither the lhited States row of its depart-/
monis, agencies, or employees is will be a Wy
to this imitation for bids any resulting
contract. This prowraueht wil be to
regulations wxntairrd in 40 CFR, 31.
Palued to the bidder aded warthe cont shall
be made in accordance with the isi of the
Contract D=Mts.
0n the basis of the bids recei the City
Council my propose award of the t Final
award will not be made until the amend is
approved by the Depia t Tent of Natua al
Agahcy. It is anticipated that Sufi 1 will
be made within forty (40) drys frac the of said
hearing. No claims for le del shall
arise as the results of Yay in the 1 to
rind.
The City reserves the ght to reject any or 11
proposals and to veive icalities and i -
larities.
Polished upon of the City Cantil of I
City, las.
NmM . KARR, cm CLEW,
H16-3
dP1 w53
5
RESOLUTION NO.
RESOLUTION AWARDING CONTRACT AND AUTHORIZING MAYOR TO SIGN AND
CITY CLERK TO ATTEST CONTRACT FOR THE CONSTRUCTION OF
THE SLUDGE FORCE MAIN PROJECT
WHEREAS, has submitted the low bid of
$ for the construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY,
IOWA: C
1. That the contract for the construction of the above-named project is
hereby awarded to
subject tothe condition that awardee secure adequate performance bond,
insurance ce�rtificates, and contract compliance program statements, and
subject to ad roval by the Iowa Department of Natural Resources.
2. That the Mayor is hereby authorized to sign and the City Clerk to
attest the contract for the con trucon of the above-named project,
subject to the corgition that aw deti
e secure adequate performance bond,
insurance certificates, and cont act compliance program statements, and
i subject to approval by the Iowa epartment of Natural Resources.
It was moved by \ and seconded by
I that the resolution as read be ad pte , and upon roll call there were:
AYES: NAYS: ABSEN
_ Ambrisco
Balmer
Horr itz
Kubby
_ Larson
_ L McDonald
j Passed and apprdved this 14th day of February,
i
MAYOR
I
ATTEST:
CITY CLERK
APR V A T FORM
Legal Department
as3
RESOLUTION NO. 89-32
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AN AGREEMENT TO
TRANSFER TITLE OF TRAFFIC SIGNAL EQUIPMENT FROM THE U.S.
DEPARTMENT OF ENERGY/IOWA DEPARTMENT OF NATURAL RESOURCES TO THE
CITY OF IOWA CITY.
WHEREAS, the City of Iowa City has installed traffic signal equipment
acquired with funds derived from the decision in the case of The United
States vs. Exxon Corooration; and
WHEREAS, the Iowa Department of Natural Resources, acting on behalf of the
U.S. Department of Energy, holds title to the traffic signal equipment and
wishes to transfer title of the equipment to the City of Iowa City.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, that the Mayor is hereby authorized to sign the agreement to
transfer title of traffic signal equipment from the U.S. Department of
Energy/Iowa Department of Natural Resources to the City of Iowa City.
It was moved by and seconded by Balmer the
Resolution be adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Ambrisco
X Balmer
x Courtney
x Horowitz
x Kubby
x Larson
x McDonald
Passed and approved this 14th day of February 1989.
YOR
App d as o Form
ATTEST: -e -kQAA)
C TY CLERK Legal Department
�7-
U
AGREEMENT
TO
TRANSFER TITLE OF TRAFFIC SIGNAL EQUIPMENT
FROM
U.S. DEPARTMENT OF ENERGY/IOWA DEPARTMENT OF NATURAL RESOURCES
TO
CITY OF Iowa City, Iowa
This AGREEMENT, between the Iowa Department of Natural Resources (DNR)
and the City of Iowa City, Iowa (CITY), is made for the purpose of
transferring the title of traffic signal equipment acquired with funds
derived from the decision in the case of the United States v. Exxon
Corporation.
The DNR, acting on the behalf of the U.S. Department of Energy (DOE)
i agrees to transfer title to the CITY for the equipment listed in
Exhibit "A" attached hereto and by this reference made a part thereof.
i
i The CITY agrees the equipment listed in Exhibit "A" shall be used for
the purposes originally approved by the DNR/DOE for the useful service
life of the equipment unless the following conditions are met:
1. The CITY shall notify the DOT of its intentions to change the use
of the equipment and the change of use is approved by the DNR, and
i
i 2. The CITY shall comply with the requirements of Attachment N of the
United States Office of Management of the Budget (OMB) Circular
A-102 or A-110 and receive approval of the DNR prior to disposal
jof the listed equipment. The DNR may require the proceeds from a
sale of listed equipment, and
The CITY agrees to exercise reasonable care, consistent with standard
practice for traffic control devices, to prevent loss or damage to the
listed equipment, and
The CITY agrees to operate and maintain the listed equipment in a safe
and efficient manner, consistent with generally accepted traffic
engineering standards.
OF�
a
City of Iowa City
By 19 _
Title
I, certify that I am the Clerk of the CITY,
and that 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 _ day of
19
Signed
AS TO,FORM City Clerk of Iowa City, Iowa
LEGAL DEPARTMENT
Date 19 — I
CONCUR:
IOWA DEPARTMENT OF TRANSPORTATION
Highway Division
By. Roger L. Anderberg
Urban Systems Engineer
APPROVED:
IOWA DEPARTMENT OF NATURAL RESOURCES
Energy and Geological Resources Division
By:
Larry L. Bean
Administrator
i
19
19
EXHIBIT "A"
LIST OF EQUIPMENT TRANSFERRED TO CITY
CITY: Iowa City CONTRACT NUMBER: 87-0063-01
PROJECT AGREEMENT NUMBER: EXG-87-12
EQUIPMENT USE: Traffic Control Devices
EQUIPMENT ACQUISITION APPROVED: October 1, 1987
MODEL SERIAL PURCHASE
DESCRIPTION MANUFACTURER NUMBER NUMBER PRICE DATE
US Highway 6/Iowa 965
Controller
Eagle Signal EPAC 3608MD2
13
Jul
88
Conflict Moniter
EDI NSM -12L 1661
13
Jul
88
Loop Amplifier
Detector Systems 810 803-369
13
Jul
88
Flasher
PDC 204
13
Jul
88
Load Switch
PDC 20D
13
Jul
88
Cabinet
Eagle Signal
13
Jul
88
i
Total
5408.38
US Highway 6/Gilbert Street
Controller
Eagle Signal EPAC 3608MD2 1660
13
Jul
88
Conflict Moniter
EDI NSM -12L 711-557
13
Jul
88
Loop Amplifier
Detector Systems 810
13
Jul
88
Flasher
PDC 204
13
Jul
88
Load Switch
PDC 20D
13
Jul
88
Cabinet
Eagle Signal
13
Jul
88
Total
5408.3B
i
US Highway 6/Boyrum
Street
Controller
Eagle Signal EPAC 3608MD2 1069
13
Jul
88
Conflict Moniter
EDI NSM -12L 802-264
13
Jul
88
Loop Amplifier
Detector Systems 810
13
Jul
88
Flasher
PDC 204
13
Jul
88
Load Switch
PDC 200
13
Jul
88
Cabinet
Eagle Signal
13
Jul
88
Total
540 8.38
US Hi hwa 6/Keokuk
Street
ontro er
Eagle Signal EPAC 3608MD2 1701
13
Jul
88
Conflict Moniter
EDI NSM -12L 802-263
13
Jul
88
Loop Amplifier
Detector Systems 810
13
Jul
88
Flasher
PDC 204
13
Jul
88
Load Switch
PDC 20D
13
Jul
88
Cabinet
Eagle Signal
13
Jul
88
Total
5408.38
0150
MODEL SERIAL PURCHASE
DESCRIPTION MANUFACTURER NUMBER NUMBER PRICE DATE
US Hiqhway 6/Broadway Avenue
Controller
Eagle
Signal EPAC 3608MD2 1703
13
Jul
88
Conflict Moniter
EDI
NSM -12L 712-369
13
Jul
88
Loop Amplifier
Detector Systems 810
13
Jul
88
Flasher
PDC
204
13
Jul
88
Load Switch
PDC
200
13
Jul
88
Cabinet
Eagle
Signal
13
Jul
88
88
Total 5408.38
5408.38
US Hiqhway 6/Sycamore Street
Controller
Eagle
Signal EPAC 3608MD2 1696
13
Jul
88
Conflict Moniter
EDI
NSM -12L 704-156
13
Jul
88
Loop Amplifier
Detector Systems 810
13
Jul
88
Flasher
PDC
204
13
Jul
88
Load Switch
PDC
20D
13
Jul
88
Cabinet
Eagle
Signal
13
Jul
88
88
Total 5408.38
5408.38
US Hiqhway 6/First Street
Controller
Eagle
Signal EPAC 3608MD2 1705
13
Jul
88
Conflict Moniter
EDI
NSM -12L 806-159
13
Jul
88
Loop Amplifier
Detector Systems 810
13
Jul
88
Flasher
PDC
204
13
Jul
88
Load Switch
PDC
20D
13
Jul
88
Cabinet
Eagle
Signal
13
Jul
88
88
Total
5408.38
US Highway 6/Fairmeadows Blvd
Controller
Eagle Signal EPAC 3608MD2 1699
13
Jul
88
Conflict Moniter
EDI NSM -12L 806-162
13
Jul
88
Loop Amplifier
Detector Systems 810
13
Jul
88
Flasher
PDC 204
13
Jul
88
Load Switch
PDC 20D
13
Jul
88
Cabinet
Eagle Signal
13
Jul
88
Total
5408.38
Office Equipment
Computer IBM
PS/2 Model 50 72-8231488
2516.50
02
May
88
Math Coprocessor
367.50
07.
May
88
DOS 3.3
84.00
02
May
88
4869-001 PS/2 External
'Diskette Drive
335.00
02
May
88
8750 PS/2 Model 50 Adapter
42.00
02
May
88
Moniter IBM
PS/2 Color Display 23-D7722
479.50
02
May
88
Printer IBM
Proprinter XL 110352241
601.50
02
May
88
System Master
Eagle Signal MARC360 OH02 1028
6333.00
13
Jul
88
Standby Controller
Eagle Signal EPAC 3608MD2 1575
1500.00
13
Jul
88
TOTAL EQUIPMENT COST
$55,526.04