Loading...
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