Loading...
HomeMy WebLinkAbout2017-09-05 ResolutionPrepared by: City Clerk's Office, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5043 RESOLUTION NO. 17-279 RESOLUTION TO ISSUE DANCING PERMIT BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Dancing Permit as provided by law is hereby granted to the following named person and at the following described locations upon his/her filing an application, having endorsed thereon the certificates of the proper city officials as to having complied with all regulations and ordinances, having a valid beer, liquor, or wine license/permit, to wit: The Union Bar.- 121 E. College St. Passed and approved this 5th day of September 2017 NIKYOR J � _ � WE a 'M/,'. / ij Approved by City Attorney's Office It was moved by Mims and seconded by -Taylor Resolution be adopted, and upon roll call there were: the AYES: NAYS: ABSENT: x Botchway X Cole x Dickens x Mims x Taylor x Thomas x Throgmorton 3d (I) Prepared by: Sara Greenwood Hektoen, Asst. City Attorney, 410 E. Washington St., Iowa City, IA 52240, 356-5030 Resolution No. 17-280 Resolution Authorizing an Amendment to the Subdivider's Agreement for Cardinal Pointe South, Part Three Regarding Outlots E and F. Whereas, the City and The Crossing Development, L.C. entered into a Subdivider's Agreement for Cardinal Pointe South, Part Three, Iowa City, Iowa, approved by the City Council on February 5, 2013 (Resolution 13-36), and recorded in the Johnson County Recorder's Office on February 12, 2013 in Book 5050, Pages 613-640 Whereas, pursuant to Section 12(E) of the Subdivider's Agreement, Outlots E and F were to be reserved for and used for the installation of mailboxes for US Postal Service mail distribution, and were to be owned and maintained by the Owner until ownership was transferred to a home owners' association; and Whereas, the final plat for said subdivision, recorded in Book 57, Page 185, contains a note indicating such use of Outlots E and F; and Whereas, notes on a plat are not intended to create any vested private interest in any stated use restriction or covenant, or create any third party beneficiaries to any noted use restriction, as set forth in Iowa City Code Section 15-2-3 and as stated on said final plat; and Whereas the USPS has elected not to utilize Outlots E and F for mailboxes, and instead directed the Owner to install the cluster in a different location; Whereas, the Owner now desires to convey Outlots E and F to the adjacent lot owners free of this use restriction; and Whereas, Staff has reviewed this request and finds it to be in the public interest to amend the subdivider's agreement and allow conveyance to private property owners to better ensure that these outlots are properly maintained. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The Amendment to the Subdivider's Agreement attached hereto is hereby approved. 2. Upon direction of the City Attorney, the Mayor is authorized to sign and the City Clerk to attest any and all documentation necessary to effectuate these agreements, including the execution of the attached documents, and to record all necessary documentation at Owner's expense. Passed and approved this 5th day of September 2017 /. M OR Resolution No. 17-280 Page 2 ATTE T: eCEe TY CLERK Approved by City Attorney's Office 3i I Resolution No. 17-280 Page 3 It was moved by Mims and seconded by Taylor the Resolution be adopted, and upon roll call there were: AYES NAYS: ABSENT: ABSTAIN: Botchway Cole Dickens Mims Taylor Thomas Throgmorton Amendment No. 1 Subdivider's Agreement Cardinal Pointe South Part Three This Amendment No. 1 to the Subdividers Agreement is made by and between The Crossing Development, LC (Owner) and the City of Iowa City, Iowa (City). Whereas, the City and The Crossing Development, LC entered into a Subdivider's Agreement for Cardinal Pointe South, Part Three, Iowa City, Iowa, approved by the City Council on February 5, 2013 (Resolution 13-36), and recorded in the Johnson County Recorder's Office on February 12, 2013 in Book 5050, Pages 613-640. Whereas, pursuant to Section 12(E) of the Subdivider's Agreement, Outlots E and F were to be reserved for and used for the installation of mailboxes for US Postal Service mail distribution, and were to be owned and maintained by the Owner until ownership was transferred to a home owners' association; and Whereas the USPS has elected not to utilize Outlots E and F for mailboxes, and instead directed the Owner to install the cluster in a different location; and Whereas, the Owner has installed the mailbox cluster in the location established by the USPS and now desires to convey Outlots E and F to the adjacent lot owners free of this use restriction; and Whereas, the City has reviewed this request and finds it to be in the public interest to amend the subdivider's agreement and allow conveyance to private property owners to better ensure that these outlots are properly maintained. Now, therefore, It is hereby agreed as follows: 1. Paragraph 12 (E) of the Subdivider's Agreement is hereby deleted. Outlot E need not be used for a mailbox cluster and may be transferred to the Owner of Lot 48. Likewise, Outlot F need not be used for a mailbox cluster and may be transferred to the Owner of Lot 36. 2. All other provisions of the Subdivider's Agreement not herein amended shall remain in full force and effect. Agreed to on this stn day of September, 2017. CITY OF IOWA CITY By:C. / Jameg A. Throgmorton, ayor THE CROSSING DEVELOPMENT, LC By Caleb Wilson, Manager Page 2 ATTEST:CC`e 12 Kellie K. ruehling, City Clerk U Ap roved by: X4 y cl City Attorney's Office A1Z0 / 1-7 Date CITY OF IOWA CIT COUNCIL ACTION REPOR 3di;1) September 5, 2017 Resolution Authorizing An Amendment to the Subdivider's Agreement for Cardinal Pointe South, Part Three Regarding Outlots E and F Prepared By: Sara Hektoen, Assistant City Attorney Reviewed By: Sue Dulek, First Assistant City Attorney Fiscal Impact: None Recommendations: Staff: Approval Commission: N/A Attachments: Resolution and Subdivider's Agreement Amendment Executive Summary: Upon final platting Cardinal Pointe South, Part Three, Outlots E and F were reserved for mailboxes and were to be owned and maintained by the HOA. USPS elected not to utilize Outlots E and F for mailboxes, so the developer now desires to convey Outlots E and F to the adjacent lot owners free of this use restriction. Background / Analysis: The USPS has selected a different site for the mailboxes, which have been installed. It is in the public interest to amend the subdivider's agreement and allow conveyance to private property owners to better ensure that these outlots are properly maintained. 3a c z) Prepared by: Jonathan Durst, Assistant Water Superintendent, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5169 Resolution No. 17-281 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Water Treatment Plant Supervisory Control and Data Acquisition (SCADA) Upgrade Project Whereas, ESCO Automation of Cedar Rapids, IA has submitted the lowest responsible bid of $710,650 for construction of the above-named project; and Whereas, the bid includes the base bid and Alternate #1; and Whereas, funds for this project are available in the Water Plant & Storage Reservoir SCADA Replacement account #W3226. Whereas, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project for the base bid plus Alternate #1 is hereby awarded to ESCO Automation, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 5th day of September 2017 M o� Ap roved by Attes . eCe 'Tit Gi ity Clerk City Attorney's Office It was moved by Mims and seconded by Taylor the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Cole X Dickens X Mims X Taylor X Thomas X Throgmorton ► r � stwar®�� st �III� CITY OF 1 O WA CIT 09-05-17 COUNCIL ACTION REPO 3d 2 September 5, 2017 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Water Treatment Plant Supervisory Control and Data Acquisition (SCADA) Upgrade Project Prepared By: Jon Durst, Assistant Water Superintendent Reviewed By: Scott Sovers, Senior Civil Engineer; Jason Havel, City Engineer; Ron Knoche, Public Works Director; Geoff Fruin, City Manager Fiscal Impact: $710,650, available in the Water Plant & Storage Reservoir SCADA Replacement account #W3226 Recommendations: Staff: Approval Commission: N/A Attachments: Resolution Executive Summary: Plans, Specifications, Form of Agreement and Estimate of Cost for the Water Treatment Plant SCADA Upgrade Project were approved at the August 1, 2017 Council Meeting. Two (2) bids were submitted prior to the August 23`d deadline. They were as follows: ESCO Automation $712,650 Wunderlich-Malec Services, Inc. $925,000 Engineer's Estimate $801,200 Staff recommends awarding the contract for the project, including the base bid and alternate #1 (a deduct of $2,000 for taking ownership of old hardware), to ESCO Automation. The project is expected to be completed by the end of June 2018. Background / Analysis: A SCADA system is a multifunctional computer system that controls equipment, executes processes, and senses and displays system conditions. With the current system being nearly 15 years old, the hardware is no longer serviceable and the software is out-of-date/incompatible with current operating systems. The intent of the project is to upgrade the equipment and software so that system is stable, secure, and robust. The design consultant has recommended and developed plans and specifications for upgraded hardware and software. Based upon the bids received, the project will generally include the replacement of the existing communications and equipment controls hardware with upgrades of the existing software utilizing the currently active software support contract. Functionality of the human -to -machine interfaces will also be improved for clarity and ease of operation. NOTICE TO BIDDERS 2017 WATER TREATMENT PLANT SCADA UPGRADES PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 23rd day of August, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 5th day of September, 2017, or at special meeting called for that purpose. The Project will involve the following: Replacement of existing programmable logic controllers (PLCs) and serial data radios with new PLCs and new Ethernet radios in existing supervisory control and data acquisition (SCADA) control panels at the Iowa City Water Treatment Plant and several remote facilities including well houses, pump stations, ground storage reservoirs, and a radio tower. Installation of new OWNER - furnished Ethernet network switches in all control panels. Creation of a self -healing network communication ring at the water treatment plant using existing fiber optic cabling. Modification of existing PLC programming for several processes improvements and the removal of unused PLC code. Significant modification of the existing SCADA human machine interface (HMI) graphics software to improve graphical organization, improve the presentation of process data, and to incorporate controls for updated PLC programming. All work is to be done in strict compliance with the plans and specifications prepared by Strand Associates, Inc.®, of Madison, Wisconsin, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. AF -1 The following limitations shall apply to this Project: Final Completion Date: June 29, 2018 Liquidated Damages: $300 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured from the Issuing Office which is Strand Associates, Inc.®, 910 West Wingra Drive, Madison, WI 53715, by bona fide bidders. The Strand Associates, Inc.® project manager is David Gohdes and can be contacted at (608) 251-4843. A $100 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Strand Associates, Inc.0 The fee is refundable if re -usable plans and specifications are returned within 14 days of the project award date. A prebid conference will be held at 1:00 P.M., local time, on August 16, 2017, at the Iowa City Water Treatment Plant (80 Stephen Atkins Drive, Iowa City, IA). Bidders are encouraged to attend and participate in the conference. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be ob- tained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK AF -2 Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 Resolution No. 17-282 Resolution accepting the work for the Mercer Park Tennis/Pickleball Court Improvements Project WHEREAS, the Engineering Division has recommended that the work for construction of the Mercer Park Tennis/Pickleball Court Improvements Project, as included in a contract between the City of Iowa City and Tricon General Construction of Cedar Rapids, Iowa, dated March 15, 2017, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Tennis CttPickle Ball Ct Resurface account # R4337 and Park Annual Improvement #R4130; and Whereas, the final contract price is $135,278.52. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 5th day of September / 2017 M46r �J Approved by Al Chi y Clerk City Attorney's Office 6'/2,7// 7 It was moved by Mims and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: x Nays: Absent: Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton 'r 1 CITY OF IOWA CIT r Imo_ 09 10 I- �®� COUNCIL ACTION REPO 3d(3) September 5, 2017 Resolution accepting the work for the Mercer Park Tennis/Pickleball Court Improvements Project Prepared By: Dave Panos - Sr. Civil Engineer Reviewed By: Jason Havel - City Engineer, Ron Knoche - Public Works Director Geoff Fruin - City Manager Fiscal Impact: None Recommendations: Staff: Approval Commission: N/A Attachments: Resolution, Engineer's Report Executive Summary: The project was let as a Competitive Quotation project and has been completed by Tricon General Construction of Cedar Rapids, Iowa, in substantial accordance with the plans and specifications. The Engineer's Report and Performance and Payment bonds are on file with the City Engineer as a Competitive Quotation project. Project Estimated Cost: $ 124,800.00 Project Bid Received: $ 134,000.00 ❖ Project Actual Cost: $ 135,278.52 ENGINEER'S REPORT August 25, 2017 �r I CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org City Clerk Iowa City, Iowa Re: Mercer Park Tennis/Pickleball Court Improvements Project Dear City Clerk: I hereby certify that the construction of the Mercer Park Tennis/Pickleball Court Improvements Project has been completed by Tricon General Construction of Cedar Rapids, Iowa, in substantial accordance with the plans and specifications prepared by Snyder and Associates of Ankeny, Iowa. This project was bid as a unit price contract with a price of $134,000.00. There was one change order totaling $1,278.52 for the project as shown below: 1. CO #1 Additional Court Striping $1,278.52 Final contract price is $135,278.52. I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason R. Havel, P.E. City Engineer pweng/mastm/engTt.d= Prepared by: Jason Reichert, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5416 Resolution No. 17-283 Resolution accepting the work for the Scott Park Gabion Basket Repair Project. Whereas, the Engineering Division has recommended that the work for construction of the Scott Park Gabion Basket Repair Project, as included in a contract between the City of Iowa City and CAJ Enterprises, of West Branch, Iowa, dated April 26, 2017, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Engineer's office; and Whereas, funds for this project are available in the Stormwater - 2014 Flood account #M3628; and Whereas, the final contract price is $22,931.37. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 5th day of Septembers, 2017. 111-� o M or Jr Approved by / Atte u.G-e a7 �P•yt �n t��i� City CX rk City Attorney's Office y It was moved by Mims and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton Pweng/masters/acptwork.doc 8117 CITY OF IOWA CIT 0"5.17 COUNCIL ACTION REPO 3d1 September 5, 2017 Resolution accepting the work for the Scott Park Gabion Basket Repair Project Prepared By: Jason Reichert - Civil Engineer Reviewed By: Jason Havel - City Engineer, Ron Knoche - Public Works Director Geoff Fruin - City Manager Fiscal Impact: None Recommendations: Staff: Approval Commission: N/A Attachments: Resolution, Engineer's Report Executive Summary: The Scott Park Gabion Basket Repair Project has been completed by CAJ Enterprises, of West Branch, Iowa, in substantial accordance with the plans and specifications prepared by the City of Iowa City Engineering Division. The Engineer's Report and Performance and Payment bonds are on file with the City Engineer. ❖ Project Estimated Cost: ❖ Project Bid Received: ❖ Project Actual Cost: Background /Analysis: $ 18,550.00 $ 20,404.50 $ 22,931.37 The Scott Park Gabion Basket Repair Project included removal and replacement of gabion baskets damaged by flash flooding in 2014. The project also included streambed shaping and streambank stabilization, clearing and grubbing, erosion control, and seeding. The City applied for and received funding from FEMA to complete the project. ENGINEER'S REPORT August 11, 2017 MEQ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org City Clerk Iowa City, Iowa Re: Scott Park Gabion Basket Repair Project Dear City Clerk: I hereby certify that the Scott Park Gabion Basket Repair Project has been completed by CAJ Enterprises, of West Branch, Iowa, in substantial accordance with the plans and specifications prepared by the City of Iowa City Engineering Division. The project was bid as a unit price contract and the final contract price is $22,931.37. 1 recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, ason Havel City Engineer )d Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5416 Resolution No. 17-284 Resolution accepting the work for the Iowa River Trail Handrail Repair Project. Whereas, the Engineering Division has recommended that the work for construction of the Iowa River Trail Handrail Repair Project, as included in a contract between the City of Iowa City and CAJ Enterprises, of West Branch, Iowa, dated May 25, 2017, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Engineer's office; and Whereas, funds for this project are available in the Parks - 2014 Flood account #R4173; and Whereas, the final contract price is $17,630.74. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 5th day of September / 2017. Mayor Approved by Atte t° � `� •/y�C�fGft°4L City C46rk City Attorney's Office 6-2 9 1 It was moved by Mims and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: % Botchway x Cole x Dickens X Mims x Taylor x Thomas x Throgmorton Pweng/masters/acptwork.doc 8/17 CITY O F IOWA CIT -1069-05A COUNCIL ACTION REPO 3d1 ,5) September 5, 2017 Resolution accepting the work for the Iowa River Trail Handrail Repair Project Prepared By: Jason Reichart - Civil Engineer Reviewed By: Jason Havel - City Engineer, Ron Knoche - Public Works Director Geoff Fruin - City Manager Fiscal Impact: None Recommendations: Staff: Approval Commission: N/A Attachments: Resolution, Engineer's Report Executive Summary: The Iowa River Trail Handrail Repair Project has been completed by CAJ Enterprises, of West Branch, Iowa, in substantial accordance with the plans and specifications prepared by the City of Iowa City Engineering Division. The Engineer's Report and Performance and Payment bonds are on file with the City Engineer. ❖ Project Estimated Cost: ❖ Project Bid Received: ❖ Project Actual Cost: Background /Analysis: $ 25,050.00 $ 17,862.95 $ 17,630.74 The Iowa River Trail Handrail Repair Project included removal and replacement of a wooden guard fence and asphalt trail below the Highway 6 Bridge. The City applied for and received funding from FEMA to complete the project. ENGINEER'S REPORT August 11, 2017 gill CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org City Clerk Iowa City, Iowa Re: Iowa River Trail Handrail Repair Project Dear City Clerk: I hereby certify that the Iowa River Trail Handrail Repair Project has been completed by CAJ Enterprises, of West Branch, Iowa, in substantial accordance with the plans and specifications prepared by the City of Iowa City Engineering Division. The project was bid as a unit price contract and the final contract price is $17,630.74. 1 recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincere, M� Jason Havel City Engineer a d ( c,) Prepared by. Scott Sovars, Sr. Civil Engineer, Public Works, 410 E. Washington St, Iowa City, IA 52240 319-356-5142 Resolution No. 17-285 Resolution authorizing the acquisition of property interests necessary for construction of the Riverside Drive Pedestrian Tunnel and Myrtle Avenue Intersection Improvements Project. Whereas, the City of Iowa City desires to construct the Riverside Drive Pedestrian Tunnel and Myrtle Avenue Intersection Improvements Project ("Project") which includes the installation of sidewalk on the west side of Riverside Drive from the south side of the Iowa Interstate Railroad to Myrtle Avenue, a pedestrian tunnel under the Iowa Interstate Railroad and signalization of the Riverside Drive and Myrtle Avenue Intersection; and Whereas, the City Council has determined that construction of the Project is a valid public purpose under State and Federal law, and has further determined that acquisition of certain property rights is necessary to construct, operate and maintain the proposed project; and Whereas, the City staff has determined the location of the proposed Project; and Whereas, City staff should be authorized to acquire necessary property rights at the best overall price to the City; and Whereas, funds for this project are available in the Myrtle/Riverside Intersection Signalization account #53933. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The City Council finds that it is in the public interest to acquire property rights by warranty deed, quit -claim deed, and/or easement for the construction of the Riverside Drive Pedestrian Tunnel and Myrtle Avenue Intersection Improvements Project ("Project") which Project constitutes a public improvement under Iowa law. The City Council further finds that acquisition of said property rights is necessary to carry out the functions of the Project, and that such Project constitutes a valid public purpose under state and federal law. 2. The City Manager or designee is hereby authorized and directed to negotiate the purchase of property rights by warranty deed, quit -claim deed and/or easement for the construction, operation and maintenance of the Project. The City Manager or designee is authorized to sign purchase agreements for the purchase of property and/or easements, and offers to purchase property and/or easements. 3. The City Manager or designee, in consultation with the City Attorney's Office, is authorized and directed to establish, on behalf of City, an amount the City believes to be just compensation for the property to be acquired, and to make an offer to purchase the property for the established fair market value. 4. In the event negotiation is successful, the Mayor and City Clerk are hereby authorized to execute and attest easement agreements and agreements in lieu of condemnation. The City Attorney is hereby directed to take all necessary action to complete said transactions, as required by law. 5. In the event the necessary property rights for the Project cannot be acquired by negotiation, the City Attorney is hereby authorized and directed to initiate condemnation proceedings for acquisition of any and all property rights necessary to fulfill the functions of the Project, as provided by law. Resolution No. 17-285 Page 2 Passed and approved this 5th day of September 12017 Mayor A Proved by Atte City Clerk City Attorney's Office It was moved by trims and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Botchway x Cole x Dickens x Mims % Taylor X Thomas x Throgmorton I r 1 CITY OF IOWA CI m�� COUNCIL ACTION REPO 09-05-77 September 5, 2017 Resolution authorizing the acquisition of property interests necessary for construction of the Riverside Drive Pedestrian Tunnel and Myrtle Avenue Intersection Improvements Project. Prepared By: Scott Sovers - Senior Civil Engineer Reviewed By: Jason Havel - City Engineer, Ron Knoche - Public Works Director, Geoff Fruin - City Manager Fiscal Impact: Funding will be via the Myrtle/Riverside Intersection Signalization account #S3933 Recommendations: Staff: Approval Commission: N/A Attachments: Resolution Executive Summary: Preliminary design for the Riverside Drive Pedestrian Tunnel and Myrtle Avenue Intersection Improvements Project has been completed. The proposed improvements require the acquisition of permanent right-of-way, permanent utility easement and temporary construction easement from property owners within the project corridor. Background /Analysis: In April 2016, the City finalized a streetscape master plan for the South Riverside Drive corridor from U.S. Highway 6 to Myrtle Avenue. One of the main guiding principles that came out of the plan was prioritizing pedestrian circulation within the corridor. From the aforementioned guiding principal, specific corridor objectives were developed. Among the comprehensive list were the following: 1. Provide a safe pedestrian crossing at Myrtle Avenue. 2. Continue with proposed improvements for a pedestrian underpass along the west side of Riverside Drive at IIRR. 3. Improve intersection at Myrtle Avenue to improve safe pedestrian access to the Iowa River Trail. Considering these objectives, the adopted complete streets policy and the need to provide ADA accessible facilities within the corridor, funding for this project was included within the 5 year capital improvement program. The project generally includes the installation of sidewalk on the west side of Riverside Drive from the south side of the Iowa Interstate Railroad to Myrtle Avenue, a pedestrian tunnel under the Iowa Interstate Railroad and signalization of the Riverside Drive and Myrtle Avenue Intersection. ( 7 j Prepared by. Dave Panos, Sr. Civil Engineer, Public Works, 410 E. Washinglon St, Iowa City, IA 52240 3193565145 Resolution No. 17-286 Resolution authorizing the acquisition of property interests necessary for construction of the Asphalt Resurfacing 2018 Project. Whereas, the City of Iowa City desires to construct the Asphalt Resurfacing 2018 Project ('Project') which includes street resurfacing and curb ramp and sidewalk replacement along Governor Street from Burlington Street to Dodge Street, and along Riverside Drive and US Highway 1 from Rocky Shore Drive to Sturgis Corner; and Whereas, the City Council has determined that construction of the Project is a valid public purpose under State and Federal law, and has further determined that acquisition of certain property rights is necessary to construct, operate and maintain the proposed project; and Whereas, the City staff has determined the location of the proposed Project; and Whereas, City staff should be authorized to acquire necessary property rights at the best overall price to the City; and Whereas, funds for this project are available in the Annual Pavement Rehabilitation account #S3824. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: The City Council finds that it is in the public interest to acquire property rights by warranty deed, quit -claim deed, and/or easement for the construction of the Asphalt Resurfacing 2018 Project ('Project') which Project constitutes a public improvement under Iowa law. The City Council further finds that acquisition of said property rights is necessary to carry out the functions of the Project, and that such Project constitutes a valid public purpose under state and federal law. 2. The City Manager or designee is hereby authorized and directed to negotiate the purchase of property rights by warranty deed, quit -claim deed and/or easement for the construction, operation and maintenance of the Project. The City Manager or designee is authorized to sign purchase agreements for the purchase of property and/or easements, and offers to purchase property and/or easements. 3. The City Manager or designee, in consultation with the City Attorney's Office, is authorized and directed to establish, on behalf of City, an amount the City believes to be just compensation for the property to be acquired, and to make an offer to purchase the property for the established fair market value. 4. In the event negotiation is successful, the Mayor and City Clerk are hereby authorized to execute and attest easement agreements and agreements in lieu of condemnation. The City Attorney is hereby directed to take all necessary action to complete said transactions, as required by law. Resolution No. 17-286 Page 2 5. In the event the necessary property rights for the Project cannot be acquired by negotiation, the City Attorney is hereby authorized and directed to initiate condemnation proceedings for acquisition of any and all property rights necessary to fulfill the functions of the Project, as provided by law. Passed and approved this 5th day of September 2017 Ma or Attes • . City Clerk Appr d by City Attorney's Office It was moved by Mims and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: % Botchway % Cole % Dickens X Mims % Taylor % Thomas x Throgmorton CITY O F 1 O WA CI 09.05-17 COUNCIL ACTION REPO 3d(7) September 5, 2017 Resolution authorizing the acquisition of property interests necessary for construction of the Asphalt Resurfacing 2018 Project Prepared By: Dave Panos - Senior Civil Engineer Reviewed By: Jason Havel - City Engineer, Ron Knoche - Public Works Director, Geoff Fruin - City Manager Fiscal Impact: Funding will be via the Pavement Rehabilitation Fund #3824 Recommendations: Staff: Approval Commission: N/A Attachments: Resolution Executive Summary: Preliminary design for the Asphalt Resurfacing 2018 Project has been completed, and the proposed improvements require the acquisition of temporary construction easements from property owners within the project corridor. These easements are related to curb ramp and sidewalk replacement work that is included in the project. Background / Analysis: The project includes street resurfacing, sidewalk replacement, curb ramp replacement, and storm intake adjustment along Governor Street between Burlington Street and Dodge Street, Burlington Street between Van Buren Street and Governor Street, and Riverside Drive / US Highway 1 / US Highway 6 between Rocky Shore Drive and Sturgis Corner Drive. The project will be jointly funded by the Iowa Department of Transportation and City road use funds. scl c�) Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5144 Resolution No. 17-287 Resolution approving, authorizing and directing the Mayor to execute and the City Clerk to attest an Agreement by and between the City of Iowa City and Barker Lemar Engineering Consultants to provide engineering consultant services for the Landfill FY18 Cell Construction Project WHEREAS, the City of Iowa City desires to continue to utilize the landfill for solid waste disposal services; and Whereas, the City of Iowa City desires to construct a new landfill cell in FY18 in accordance with State and Federal regulations; and Whereas, the City of Iowa City desires the services of a consulting firm to prepare preliminary and final design for construction of the Landfill FY18 Cell Construction Project; and Whereas, the City of Iowa City has negotiated an Agreement for said consulting services with Barker Lamar Engineering Consultants, to provide said services; and Whereas, it is in the public interest to enter into said Consultant Agreement with Barker Lamar Engineering Consultants; and Whereas, funds for this project are available in the FY18 Landfill Cell Construction account # L3331. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The Consultant Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Consultant Agreement. 3. The City Manager is authorized to execute amendments to the Consultant Agreement as they may become necessary. Passed and approved this 5th day of September / '2017 Mayor Approved by Atte�G CI Clerk City Attorney's Office Resolution No. 17-287 Page 2 It was moved by trims and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: % Botchway % Cole x Dickens x Mims x Taylor Thomas x Throgmorton Section IV CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this ��h day of September, 2017, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and Barker, Lemar and Associates, Inc. d/b/a Barker Lemar, Engineering Consultants, Inc., hereinafter referred to as the Consultant. WHEREFORE, the City desires to construct a landfill cell at the Iowa City landfill in FY18 ("Landfill FYI Cell Construction Project"); WHEREFORE, the City issued an RFP for engineering and constructions services for preliminary and final design of said project and selected Consultant to be awarded the contract; and NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. SCOPE OF SERVICES Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. Attached, marked Exhibit A and incorporated herein is the Scope of Services consisting of 10 itemized tasks. In Exhibit A, "client" means the City. It. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. Attached, marked Exhibit B and incorporated herein is the Schedule of Tasks. The Notice to Proceed means the date this Agreement is executed. III. GENERAL TERMS A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may -2- Section IV terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be available by said City upon reasonable request to the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. I. The Consultant agrees to furnish all reports, specifications, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep mylar reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes - 3 - Section IV members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. P. No modifications to the Scope of Services or other contract terms can be made without the written consent of both parties. Authority to approve changes from the City side is vested solely with the City Manager. O. Consultant is not authorized to approve amendments or change orders to the contract that the City enters into with a construction firm unless said construction contract specially provides for such authorization. IV. COMPENSATION FOR SERVICES The fee shall be a lump sum amount of $206,070 including reimbursables. V. MISCELLANEOUS A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. B. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. C. This Agreement shall be interpreted and enforced in accordance with the laws of the State of Iowa. Any legal proceeding instituted with respect to this Agreement shall be brought in a court of competent jurisdiction in Johnson County, Iowa. The parties hereto hereby submit to personal jurisdiction therein and irrevocably waive any objection as to venue therein, including any argument that such proceeding has been brought in an inconvenient forum. FOR THE CITY /fj aures A. Throgmortn Title: Mayor Date:v- Fb tHil rONSULTANT By: ephanie Stolz' Title: Director of Operation Date:_ August 30, 2017 L�2 ELk Approved A s. S-1} City Clerk City Attorney's Office ENGINEERING CONSULTANTS EXHIBIT A Task 1— Pre -Design Meeting with DNR BARKER LEMAR along with City staff, will discuss the FY18 Cell Construction with the DNR prior to preparation of FY18 Cell design plans and specifications as recommended by IAC 113.7(1). During this meeting, outstanding permitting and design criteria will be identified and discussed. This will streamline the design process by ensuring the required aspects are implemented, allowing for a smooth review and approval of the project by DNR. Deliverables: 1) Pre -design meeting minutes. Task 2 — Pre -Design Survey BARKER LEMAR will perform a pre -design topographic and infrastructure survey of the project area to be used for preparation of the Project Manual and Drawings. As identified in the RFP response, a complete survey is not needed due to the recent drone survey performed by Aeroview Services in May 2017. However, verification of existing infrastructure (i.e. pipes, culverts, etc.) may still be required. Survey of those items will be covered under this task if review of as built documentation does not provide adequate survey information for key infrastructure. Note: 1) BARKER LEMAR will conduct the pre -design survey prior to completion of the Project Manual and Drawings. Information from the pre -design survey will be included in the Project Manual and Drawings in Task 3, as well as the current facility site map. Tgsk 3 —Cell FY18 Design BARKER LEMAR Will perform the following services: Notes: Groundwater Underdrain Design: Based on the groundwater elevation data, and the presence of groundwater underdrains beneath the constructed phases of the Landfill, the design and installation of groundwater underdrains beneath the FY18 Cell will likely be required to address IAC 113.6(2)"i". BARKER LEMAR will review historic groundwater data to confirm whether a groundwater underdrain is required, and complete the necessary underdrain design. A strategically -placed French drain(s) may be able to be utilized to maintain the required separation distance from groundwater instead of installing a full coverage geocomp05ite drainage layer beneath the new cell, which can result in significant cost savings. Leachate Collection Desien: In accordance with IAC 113.7(5), the leachate collection system for the new FY18 Cell will be designed to maintain less than one -foot of liquid head over the liner. Leachate from the proposed FY18 Cell will be routed to the existing header pipe, and convey leachate to the sanitary sewer connection, or potentially to the leachate lagoon for storage if needed. BARKER 1801 INDUSTRIAL CIRCLE • WEST DES MOINES, IOWA 50265 • 515.256.8814 • 515.256.0152 (F) • www.barkerlemar.com ENGINEERING CONSULTANTS LEMAR will work with the Client to develop a pro and con list for the use of tire derived aggregate (TDA) versus traditional sand leachate collection layers. This will include a recommendation of the preferred media and will be summarized in a technical memo which will be provided to the Client. However, it will be the responsibility of the Client to decide which media will be used which will subsequently specified in the Project Manual prepared in Task 4. The design will also include a water budget model, which will determine whether leachate can be recirculated within the geomembrane-lined cell areas. The ability to recirculate leachate would give the facility additional operational flexibility going forward and assist with improving the facility's compaction rate. Interim Storm Water Management Design: BARKER LEMAR will work with Landfill management and operations staff to develop a phased fill plan for the FY18 Cell, and then use the fill -plan to develop interim storm water management strategies that will be beneficial to the Landfill. Settlement and Slope Stability Calculations: To address IAC 113.7(4)"b" and "c", BARKER LEMAR will provide calculations to demonstrate the FY18 liner materials have sufficient strength to support the weight of the landfill, and that loading and total settlement will not cause failure of the liner and leachate system components. The proposed FY18 Cell will be analyzed for performance for the maximum loading condition based on proposed top of final cover grades. BARKER LEMAR will also provide slope stability analyses on selected slopes occurring during interim configurations of the proposed FY18 Cell and for final top of waste grades to demonstrate FY18 will not cause slope failure, and that the new cell is in general conformance with IAC 113.7(7). Airspace Capacity: Once the configuration of the new FY18 Cell is finalized, the airspace and projected life of the proposed FY18 Cell and overall landfill will be calculated. This information will be useful not only for planning purposes but in the financial assurance calculations as well. Update QC&A Program: BARKER LEMAR WIII update the facility's Quality Control and Assurance (QC&A) Program to ensure it is in general conformance with IAC113.7(6) for new cell construction. This will include updating the QC&A Program based on changes the DNR has made since the previous FY09 construction, which includes additional requirements related to soils testing, and the incorporation of additional requirements necessary for TDA if required. Technical references will also be updated, especially as they pertain to geosynthetics. Task 4 —Preparation of Project Manual and Drawings and Request for Approval to Construct BARKER LEMAR will perform the following services using the results of Task 3: • Develop a Project Manual to include procurement and contracting documents, specifications, and drawings for construction of the Project from the permit plans, including but not limited to, grading, drainage, piping, and erosion control related to the proposed construction. IOWA CITY LANDFILL AND RECYCLING CENTER CELL FY18 DESIGN AND CONSTRUCTION SERVICES AUGUST 2017 2 PROPOSAL No. 164422 ENGINEERING CONSULTANTS • Drawings for this project are anticipated to include a cover sheet with location map, site map with Contractor staging and construction access, grading plans (subgrade and cell), leachate & gas collection systems, storm water and erosion control systems, and details. Drawings shall be prepared on AutoCAD Civil 3D (or compatible) software according to BARKER LEMAR's CADD guidelines. • Quantity takeoffs will be included in the Project Manual and an opinion of probable cost will be prepared. • Provide the technical specifications based on the Iowa Statewide Urban Designs and Specifications (SUDAS)©, the Natural Resource Conservation Service (NRCS) Standard Specifications, the Iowa Department of Transportation (]DOT) Standard Specifications, Army Corp of Engineers Standard Specifications, or custom -written. • Provide a copy of the "near final" Project Manual and Drawings to the Client for their review and approval. • Upon approval of the Project Manual and Drawings by the Client, BARKER LEMAR Will provide the Client with two (2) copies of the Project Manual and Drawings. Note: 1) This Task assumes Project Manual and Drawings for one construction scenario. If the Client requests a different scenario or modifications to the Project Manual and Drawings following commencement of work, additional fees shall apply and a change order will be prepared before commencing with further work. 2) Drawings and quantity takeoffs will be based on the pre -design survey outlined in Task 2. If site conditions change between the time of the pre -design survey and the start of construction, stated bid quantities may not be reflective. 3) This Task does not include a borrow area study, as based on knowledge of site and previous discussions with Client it is believed adequate soil borrow materials are available. However, it should be noted that additional costs may be incurred if sufficient borrow materials are not available, or if on-site soils are not in conformance with project requirements. If following a discussion between BARKER LEMAR and the Client regarding soil needs, it is determined a borrow study may be necessary, BARKER LEMAR can prepare a cost estimate to have a geotechnical study of available borrow materials completed. Deliverables: 1) Electronic versions (in the form of a PDF) and up to two hard copies of the "near final" Project Manual and Drawings to be provided to the Client for review. 2) Electronic versions (in the form of a PDF) and two hard copies of the finalized Project Manual and Drawings to be provided to the Client upon approval by the Client. Task 5 — Bid Letting Services BARKER LEMAR WIII perform the following services after City Council has approved the Plans and Specifications: • BARKER LEMAR Will provide a written bid advertisement (Notice of Hearing and Letting) to the Client, so it may be placed in local paper(s). • The Project Manual and Drawings will be provided to the client as follows: Client (2 copies, included in Task 4 and a PDF electronic file), Consultant (2 copies), and Plan rooms (up to 6 IOWA CITY LANDFILL AND RECYCLING CENTER CELL FY18 DESIGN AND CONSTRUCTION SERVICES AUGUST2017 3 PROPOSAL No. 164422 ENGINEERING CONSULTANTS copies). The Client will be responsible for distribution of the project manual and drawings, issuing addenda prepared by BARKER LEMAR to prospective bidders, and maintaining an up to date plan holders list. • BARKER LEMAR will respond to questions and provide addenda to Client accordingly during the letting period. • BARKER LEMAR will attend and assist with a pre-bid meeting to be held at the landfill. Minutes will be prepared by BARKER LEMAR and distributed following the meeting. Minutes are anticipated to be included in an addendum. • BARKER LEMAR will review the bids for conformance with the bid documents. Bids will be tabulated and a written recommendation for award made to the Client. Client will present the bid to City Council for approval. After Council approval, the Client is responsible for preparation of the notice of award and construction contract between the Client and the Contractor, and to coordinate the execution of the contract, bonds, and insurance certificate. Deliverables: 1) One copy of the Notice of Hearing and Letting to the Client for distribution to local newspapers by the Client. 2) Up to six copies of the finalized Project Manual and Drawings to be provided to plan rooms by Client. 3) One copy of the pre-bid meeting minutes provided to the Client for distribution to the plan holders. 4) One copy of the bid proposals received, bid tabulation, and recommendation of award provided to the Client. 5) if applicable, electronic copies of the Project Manual and Drawings, addenda, and bid tabulation shall be available on BARKER LEMAR'S website. Notes: 1) The Client will be responsible for distribution of plans and addenda as provided by the BARKER LEMAR and is responsible for maintaining an up to date plan holders list throughout the bidding process. Task 6 — Construction Administration BARKER LEMAR WIII perform the following services: • Attend and document a pre -construction meeting. • Prepare a letter to notify nearby residents of upcoming construction activities. Client is responsible for distribution of this document to residents of their choosing. • Review shop drawings and submittals. • Review and issue Contractor's Application for Payments. • Prepare and issue change orders, if applicable. • Provide technical clarification to Field Staff, Client, and Contractor. • Attend and document periodic construction progress meetings (up to three), including final walkover. IOWA CITY LANDFILL AND RECYCLING CENTER CELL FYI DESIGN AND CONSTRUCTION SERVICES AUGUST 2017 4 PROPOSAL No. 164422 ENGINEERING CONSULTANTS • Request from contractor final closeout documentation. Received documents will be forwarded to Client, including a cover letter. • Review as -built documentation. Deliverables: 1) Pre -construction and progress meeting minutes to Client Contractor, File, and Field. 2) Reviewed shop drawings and submittals to Client Contractor, File, and Field. 3) Processed Contractor's Application for Payments to Client Contractor, File, and Field. 4) Processed change orders, if applicable, to Client, Contractor, File, and Field. 5) Project closeout documentation to Client, Contractor, File, and Field. Task 7 — Construction Observation and Documentation, Field Testing, and Quality Control and Assurance BARKER LEMAR Will perform the following services: Provide a Resident Project Representative (RPR) on site to provide construction observation and documentation and quality control and assurance per the Project Manual and Drawings and the QC&A Program. This task will be invoiced at a per day rate. For the purposes of this proposal, the fees for this task are based on the number of days listed in Table 2. Invoicing will be based on the actual number of days the RPR is on-site. Provide the field density testing to evaluate soil compaction efforts for construction of the Project's compacted clay liner and general fill. • Measure and document constructed quantities for payment and reporting purposes. Notes: 1) Daily field logs, dally field density test forms, and construction progress photographs prepared under this task are to be included in the construction observation report in Task 9. 2) BARKER LEMAR estimates construction will take approximately 10 weeks, or 60 days. The actual number of days on-site will be based on the Contractor's construction schedule. The RPR will only be on-site as deemed necessary by BARKER LEMAR, or the Client for the duration of this project. BARKER LEMAR will monitor construction activities closely and plan accordingly to prevent the RPR from being on-site unnecessarily. If the Contractor's submitted construction schedule varies significantly from BARKER LEMARS estimated schedule, this task may be re-evaluated. Deliverables: I) Not applicable, see Task 9. Task 8— Soils and Materials Testing BARKER LEMAR Will perform the following services: • Perform an on-site visual soil investigation to determine soils from the borrow area that will likely be encountered during construction, collect soil samples, and submit them to a laboratory for analysis. For each soil type submitted, one standard Proctor test and one Atterberg limits test will be performed, as well as two remolded permeability tests (one at optimum moisture and one at +3% of optimum moisture). If additional soil types are encountered during construction, BARKER LEMAR Will IOWA CITY LANDFILL AND RECYCLING CENTER CELL FYI DESIGN AND CONSTRUCTION SERVICES AUGUST 2017 5 PROPOSAL No. 164422 t -J .L9 :`�'C P L I1 r t, r r �1� %' � �� I ENGINEERING CONSULTANTS collect samples and submit them to a laboratory for the aforementioned analysis. For the purposes of this proposal, the fees for this task are based on laboratory analysis for four soil types. Invoicing will be based on the actual number of soil types tested. • Obtain Shelby tube samples from the compacted clay liner (in general accordance with the DNR approved QC&A Program) for each soil type and submit to laboratory for permeability testing. For the purposes of this proposal, the fees for this task are based on sixteen Shelby tube samples. Invoicing will be based on the actual number of Shelby tube samples tested. • Equipment rental for nuclear density testing gauge. Notes: 1) The soils and material testing results obtained as part of this task shall be included in the Construction Observation Report in Task 9. 2) The Contractor will obtain and collect samples of soils and materials for slope stability -related testing (Interface friction angles, direct shear, etc.) and send the samples to a laboratory selected by the Quality Control and Assurance (QC&A) Officer. The costs for testing will be paid directly to the laboratory by the Client. Copies of the laboratory test reports will be sent directly from the laboratory to the QC&A Officer. The costs for transport of the samples to the laboratory will be paid by the Contractor. The quantity and costs for these tests depend on the number, type, and combination of materials. Therefore, the fees from this testing can range significantly ($5,000 to $15,000). 3) Laboratory testing will be performed by a subconsultant(s) selected by BARKER LEmAR. Deliverables: 1) Not applicable, see Task 9. Task 9 — Preparation and DNR Submittal of the Construction Observation Report BARKER LEMAR Will perform the following services: • Prepare and submit a construction observation report to the DNR following construction of the Project in general accordance with IAC 567 Chapter 113.7(6)d. • Develop new top of waste grades based on GPS as -built survey. Deliverables: 1) Construction observation report to be submitted to the DNR and Client (one copy each). 2) Fee does not include staking of top of waste or file conversion for GPS machine control. Top of waste grades to be included in future airspace analysis, used for staking, or for Client use in GPS machine control. Task 30 — DNR Site Walkover BARKER LEMAR Will perform the following services: Perform a site walkover with the DNR following construction completion and submittal of the Construction Observation Report. A site walkover will be performed only if the DNR requests BARKER LEMAR to be present for their site walkover following the submittal of the Construction Observation Report. Deliverables: Not Applicable. IOWA CITY LANDFILL AND RECYCLING CENTER CELL FYI DESIGN AND CONSTRUCTION SERVICES AUGUST 2017 6 PROPOSAL No. 164422 ENGINEERING CONSULTANTS 3.0 ON5ULTANT5 3.0 LIMITATIONS Services not set forth in the scope of services are excluded from the scope of BARKER LEMAR'S services and BARKER LEMAR assumes no responsibility to perform such services and no liability associated with the non-performance of such services. IOWA CITY LANDFILL AND RECYCLING CENTER CELL FY18 DESIGN AND CONSTRUCTION SERVICES AUGUST 2017 7 PROPOSAL No. 164422 ENGINEERING CONSULTANTS EXHIBIT B 4.0 SCHEDULE We anticipate initiating work upon receipt of a Notice to Proceed according to the following schedule in Table 1: Table 1. Schedule of Tasks Task Description Schedule 1 Pre -Design Meeting with DNR 30 days after receipt of signed notice to proceed 2 Pre -Design Survey 30 days after receipt of signed notice to proceed 3 Cell FY18 Design 90 days after the receipt of signed notice to proceed 4 Preparation of Project Manual and 90 days after receipt of signed notice to proceed Drawings 5 Bid Letting Assistance From signing of construction contract documents through project completion 6 Construction Administration From signing of construction contract documents through project completion Construction Observation and From signing of construction contract documents 7 Documentation, Field Testing and through project completion Quality Control and Assurance 8 Soils and Materials Testing From signing of construction contract documents through project completion 9 Prepare and Submit Construction 45 days after project final completion Observation Report 10 DNR Site Walkover As requested by DNR following submittal of construction observation report Notes: 1. The proposed schedule is subject to change following completion of Task 4 and/or review of the Contractors schedule. 2. At the time of writing of this proposal, the letting is expected to occur in January to February 2018, with construction commencing in late -spring 2018 such that completion is in Summer 2018. IOWA CITY LANDFILL AND RECYCLING CENTER CELL FYI DESIGN AND CONSTRUCTION SERVICES AUGUST 2017 8 PROPOSAL No. 164422 CITY OF 1 O WA CIT 09 -OS -17 AW COUNCIL ACTION REPO 3d(8) September 5, 2017 Resolution approving, authorizing and directing the Mayor to execute and the City Clerk to attest an Agreement by and between the City of Iowa City and Barker Lemar Engineering Consultants to provide engineering consultant services for the Landfill FYI Cell Construction Project. Prepared By: Daniel Scott - Sr. Civil Engineer Reviewed By: Jason Havel - City Engineer, Ron Knoche - Public Works Director Geoff Fruin - City Manager Fiscal Impact: $206,070 Recommendations: Staff: Approval Commission: N/A Attachments: Agreement Executive Summary: The City of Iowa City has owned and operated the Iowa City Landfill and Recycling Center, located at 3900 Hebl Avenue, since its opening in 1972. The City of Iowa City has taken on the responsibility for providing solid waste disposal services for all of Johnson County along with the cities of Kalona and Riverside. Historically, solid waste has been disposed of in landfill cells at this site that were constructed in accordance with State and Federal regulations every 3 to 6 years. The last landfill cell was constructed in 2013 and it is now time for a new landfill cell to be built. Background / Analysis: Proposals for consultant services were solicited by the City, and Barker Lemar Engineering Consultants was selected as the preferred consultant for design of the next landfill cell. Staff has negotiated an agreement for design services for the next landfill cell, which is scheduled to be constructed in 2018. The agreement also includes additional independent construction inspection, as required by law. Financial Impact: This project was approved in City of Iowa City Capital Improvement Plan during the budget process. The total estimated budget for design and construction is $1.2 million and will be funded by landfill revenues. The cost of this agreement is $206,070. Prepared by: Geoff Fruin, City Manager, 410 E. Washington St, Iowa City, IA 52240 (319) 356-5013 Resolution No. 17-288 Resolution amending the 2017 Personnel Policies Employment of Relatives provision to clarify that it shall be a violation of the policy when a Management Conflict is created by the hire of an external candidate. Whereas, Resolution Number 17-198, approved by the City Council on June 20, 2017 adopted the City of Iowa City Personnel Policies; and Whereas, an amendment to the Employment of Relatives Management Conflict provision is necessary to the efficient operations of the City by affording the City Manager the ability to promote or otherwise transfer employment assignments of existing employees not otherwise prohibited. Now therefore be it resolved by the City Council of the City of Iowa City, Iowa that: Personnel Policies Section 10 g. (1), Employment of Relatives, as adopted by Resolution number 17-198 on June 20, 2017 be amended to clarify that it shall be a violation of the Management Conflict provision of the policy for a familial conflict prohibited by the policy to be created through the hire of an external candidate. Said amendment to the Iowa City Personnel Policies is attached hereto as "Exhibit A" and incorporated herein by reference. Passed and approved this 5th day of September —,20 Ma or /'City Clerk V/ Approved. City Attorney's Office It was moved by rums and seconded by Taylor the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Cole X Dickens X Mims X Taylor X Thomas X Throgmorton Exhibit A 10g. Employment of Relatives (1) Management Conflict It shall be a violation of this policy for the spouse, domestic partner or partner by cohabitation, children', mother, father, son-in-law, daughter-in-law, mother-in-law, father-in-law, step-parent, brother2, sister, brother-in-law, sister-in-law, grandparents and grandchildren, foster child, persons who are parents of the same child, and persons with whom the employee is in an intimate relationship3 of the City Manager, Assistant City Manager, Assistants to the City Manager, City Clerk, City Attorney, Department Directors, Division Heads, or Human Resources staff to become employed by any department of the City. r 1 CITY OF IOWA CI COUNCIL ACTION REPO 3d�9; September 5, 2017 Resolution amending the 2017 Personnel Policies Employment of Relatives provision to clarify that it shall be a violation of the policy when a Management Conflict is created by the hire of an external candidate Prepared By: Geoff Fruin, City Manager Reviewed By: Susan Dulek, Assistant City Attorney Karen Jennings, Human Resource Administrator Fiscal Impact: N/A Recommendations: Staff: Approval Commission: N/A Attachments: Resolution Executive Summary: The City Council adopts the City's Personnel Policies by resolution. It is recommended that the Personnel Policies be amended to afford the City Manager the ability to promote or otherwise transfer employment assignments of existing employees if not otherwise prohibited. The policy would continue to prohibit the hiring of family members of certain management and other employees holding key positions within the City organization. However, the City Manager would gain the authority to promote or transfer existing employees if a chain of command conflict, as defined in the policy, is not presented. Prepared by: Susan Dulek, Assistant City Attorney, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5030 RESOLUTION NO. 17-289 Resolution setting a public hearing for September 19, 2017 to approve a purchase agreement with Alexander Lumber, Inc. for Lot 2 in the Industrial Park and to consider a proposal to convey said property. Whereas, the 420th Street Industrial Park is a 173 -acre shovel ready parcel for industrial use, which the City has been marketing since acquisition in 2008; Whereas, City staff has negotiated a purchase agreement, contingent on City Council approval, for the sale of Lot 2 (approximately 11.2 acres) to Alexander Lumber, Inc. for $589,495; and Whereas, a public hearing should be held on the proposed conveyance. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The City of Iowa City does hereby declare its intent to execute a Warranty Deed for Lot 2 of the Industrial Park pursuant to a purchase agreement with Alexander Lumber, Inc. 2. A public hearing on said proposed conveyance should be and is hereby set for September 19, 2017 at 7:00 p.m. in Emma Harvat Hall, City Hall, 410 E. Washington Street, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. The City Clerk is hereby directed to cause Notice of Public Hearing to be published as provided by law. Passed and approved this 5th day of September 2017, MOOR ATTE - TY CLERK Approved by zv)-0 � City Attorney's Office Resolution No. Page 2 It was moved by Mims and seconded by Taylor the Resolution be adopted, and upon roll call there were: AYES: NAYS x ABSENT: ABSTAIN: Botchway Cole Dickens Mims Taylor Thomas Throgmorton CITY O F IOWA CIT Y9-05-17 COUNCIL ACTION REPO 3e(4) September 5, 2017 Resolution authorizing conveyance of Lot 2 in the Industrial Park to Alexander Lumber, Inc. Prepared By: Wendy Ford, Economic Development Coordinator Reviewed By: Simon Andrew, Assistant to the City Manager Fiscal Impact: No impact Recommendations: Staff: Approval Commission: N/A Attachments: Resolution Executive Summary: Alexander Lumber has offered to purchase 11.2 acres in the 420th Street Industrial Park for $589,495 ($1.21/square foot) to relocate their South Gilbert Street wholesale lumber company. This is the first purchase offer the City has entertained for land in the 420th Street industrial park. Background / Analysis: The City purchased approximately 173 acres of agricultural land in 2008 to prepare for sale to industrial users. The site is just east and contiguous to the easternmost industrial parcels which were privately owned and almost all committed to other users. In the years since the City's purchase of the land, the City worked to prepare the land as "shovel -ready' by improving access via 420th Street, by building Compass Drive to provide access to the lots north of 420th St., and by constructing railroad siding and a spur into the park. All necessary water and sewer trunk lines were also extended to the property line along either 4201h or Compass Drive. The City has listed the property since 2014 and the current listing agreement is with Lepic- Kroeger Realtors and the designated broker is Jeff Edberg. On July 13, the City received an offer from Alexander Lumber, Inc. for Lot 2 of approximately 11.2 acres. Staff negotiated with Alexander and arrived at a figure of $1.21/sq. ft., or $589,495. On August 15 in an Executive Session, City Council advised staff that this price was acceptable. Thus, the purchase offer of $1.21/sq ft totaling $589,495 is before Council for consideration. If the sale is approved, an agreed upon 6% commission ($35,369.70) will be paid to the broker. Alexander Lumber serves the construction and contractor industry in Iowa City and does not conduct business as a retail lumber store. They will move their current lumber store operations from S. Gilbert Street to the Industrial Park and they will maintain their existing cabinetry show room at its location further south on S. Gilbert St. Alexander's business is considered a wholesale use which is allowed in the 1-1 Industrial zone. Alexander Lumber, Inc. is a 125 year old family owned company started in Illinois with 20 locations between Illinois, Wisconsin and now Iowa. Recommendation: Staff recommends approving the resolution setting a September 19, 2017 public hearing and the subsequent resolution approving the sale of the property. Aerial photo CITY OF IOWA CITY COUNCIL ACTION REPORT Prepared by: Ben Clark, Public Works, 410 E. Washington St, Iowa City, IA 52240, (319) 356-5436 Resolution No. 17-290 Resolution setting a public hearing on September 19, 2017 on plans, specifications, form of contract, and estimate of cost for the construction of the City of Iowa City Belt Filter Press Replacement Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in the Sludge Biosolid Dewatering Equipment Replacement account # V3141. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: 1. A public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 19th day of September, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 5th day of September 2017 Ma or OF Approved bypp�� Atte t �;/�rv�. -)• �_ ity Clerk Y Cj City Attorney's Office F/2 q 7 It was moved by Mims and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Dickens Mims Taylor Thomas Throgmorton not to A !®Im CITY OF IOWA CIT o9_05-,� COUNCIL ACTION REPO 3e(5) September 5, 2017 Resolution setting a public hearing on September 19, 2017 on plans, specifications, form of contract, and estimate of cost for the construction of the City of Iowa City Belt Filter Press Replacement Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Prepared By: Ben Clark — Senior Civil Engineer Reviewed By: Tim Wilkey — Wastewater Superintendent Jason Havel — City Engineer Ron Knoche — Public Works Director Fiscal Impact: The estimated cost for this project is $1,790,000 and funds are available in the Sludge Biosolid Dewatering Equipment Replacement account #V3141 Recommendations: Staff: Approval Commission: N/A Attachments: None Executive Summary: This agenda item begins the bidding process for the City of Iowa City Belt Filter Press Replacement Project. Background / Analysis: The Wastewater Treatment Facility currently operates three belt filter presses as part of the sludge biosolid dewatering process. These were installed in 1989 and are original to the plant. All three have exceeded their useful life and are in need of replacement. In order to select the replacement equipment best suited for the City's current treatment process, a request for proposals was issued through the Purchasing Department. Three (3) qualified manufactures were invited to pilot test their equipment for consideration. The evaluation and selection criteria included consideration of capital cost, present worth costs of polymer use and plant staff operational experience ratings. The selected equipment will be purchased and installed as part of this construction project. In addition to the new belt filter presses, upgrades will include site piping, air handling equipment, and ancillary equipment (grinders, mixers, feed pumps, flocculation tanks, etc.). Prepared by: Bob Miklo, Senior Planner, 410 E. Washington St., Iowa City, IA 52240; 319-356-5240 (SUB17-00012) Resolution No. 17-291 Resolution approving the extraterritorial preliminary plat of Lovik First Subdivision, Johnson County, Iowa. Whereas, the owner, Linda S. Lovik, filed with the City Clerk of Iowa City, Iowa, an application for approval of the preliminary plat of Lovik First Subdivision, Johnson County, Iowa; and Whereas, the Department of Neighborhood and Development Services and the Public Works Department examined the preliminary plat and recommended approval; and Whereas, the Planning and Zoning Commission examined the preliminary plat and, after due deliberation, recommended acceptance and approval of the plat; and Whereas, the preliminary plat conforms with all of the requirements of the City Ordinances of the City of Iowa City, Iowa. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that 1. The preliminary plat of Lovik First Subdivision, Johnson County, Iowa, is hereby approved. 2. The Mayor and City Clerk of the City of Iowa City, Iowa are hereby authorized and directed to certify this resolution, which shall be affixed to the plat after passage and approval by law. Passed and approved this 5th day of September 20 17. It was moved by Mims, and seconded by Dickens the Resolution be adopted, and upon roll call there were: Mayor Aftf� City Clerk Ayes: X X X X X X PCD/templaleslprew.ary plat county - resolubun.doc Nays: VY Approved by Ci y Attorney's Office / //-7 Absent: Botchway Cole Dickens Mims Taylor Thomas Throgmorton G". To: Planning and Zoning Commission Item: REZ17-00012 GENERAL INFORMATION: STAFF REPORT Prepared by: Sylvia Bochner, Planning Intern Date: August 17, 2017 Applicant: Linda S. Lovik 4665 Herbert Hoover Hwy SE Iowa City, IA 52240 319-471-6549 lindaslovik@mediacombb.net Requested Action: Purpose: Location: Size: Existing Land Use and Zoning: Surrounding Land Use and Zoning Comprehensive Plan: File Date: 45 Day Limitation Period: BACKGROUND INFORMATION: Approval of preliminary plat To create two residential lots and an outlot for future development 4665 Herbert Hoover Hwy SE 11 acres Residential (County Residential R) North: Residential (County R) South: Residential (County R) East: Residential (RS -5 and RM -12) West: Residential (County R) Fringe Area B July 13, 2017 August 27, 2017 09-05-17 5d The applicant, Linda S. Lovik, is requesting approval of the preliminary plat of a 3 -lot subdivision for 11 acres of property located at 4665 Herbert Hoover Highway SE in Fringe Area B, inside Iowa City's Growth Area. Because the property is within Iowa City's two-mile Fringe Area, the Fringe Area Agreement specifies that city approval is required when the property is subdivided. This property is within the current growth area of the City. Its eastern border abuts the city boundary. As set forth in Iowa City's adopted growth policy, the City will annex land within one mile of Iowa City to the east, so this property has high annexation potential. The County recently approved a rezoning of the property from County Commercial (C) to Residential (R). The City recommended that the County approve the rezoning subject to a Conditional Zoning Agreement (CZA) requiring City approval of any development of the property 2 and the owner consenting to annexation of all parts of this property upon the annexation of any adjacent property. This subdivision will divide the property into 2 residential lots and one outlot for future development. The applicant has chosen not to use the "Good Neighbor Policy". ANALYSIS: Comprehensive Plan: The Fringe Area Agreement, incorporated into the Comprehensive Plan, is intended to provide guidance regarding the development of land located within two miles of Iowa City's corporate limits. One of its goals is to ensure that development within Iowa City's growth boundary is compatible with future urban development. The Fringe Area Agreement specifies that property in this area will likely be annexed. The CZA requires that the owner consent to annexation at the time an adjacent property is voluntarily annexed into the city. To assure that future buyers are aware of this agreement it should be reiterated in the legal papers for the final plat. This subdivision will allow the City to meet the goals of the Comprehensive Plan, which show this area as appropriate for residential development. Outlot A can be sold and eventually developed for residential use, while Lots 1 and 2 will remain low density residential lots. The placement of Lots 1 and 2 fit within potential future street layouts based on the design of the Churchill Meadows subdivision to the east and will not impede future development. The Fringe Area Agreement requires that subdivisions of property located within Fringe Area B within the City's growth area, conform to the City's urban design standards, including, but not limited to City specifications for streets, roads, sanitary sewer lines, stormwater management facilities and water lines. Developments approved prior to annexation shall be required to be served by a package of sanitary sewage treatment plant and common wells with sanitary sewer and water collection and distribution systems which are constructed to City standards and can be connected to municipal systems upon annexation. At the time of the County rezoning of this property to Residential, the City agreed to allow the development of one additional lot to be served by an existing septic system and a well that will need to be approved by the County Health Department. Subdivision Design: There are no streets proposed within this subdivision. Lot 2 will have frontage along Herbert Hoover Highway, though the City does not support a curb cut to serve that lot. Instead, temporary access to both Lots 1 and 2 will be via an access easement over and along the existing driveway within Outlot A. Upon replatting of Outlot A, a street system must be established, thereby eliminating the need for this access easement and giving Lots 1 and 2 access to the new street. The preliminary plat includes an access and utility easement across Lot 2 to provide for a future connection of Lot 1 to Grindstone Drive. It is also possible that a north/south street will be located along the west side of lots 1 and 2 to provide access to those lots and futures lots when Outlot A is subdivided. Water and Sewer Treatment: Lot 1 is currently served by a private water well and a septic system. If Lot 2 develops prior to annexation, it may also be served by such private systems. However, upon annexation and further development, all lots, including Lot 1, will be required to hook into City water and sewer services at the owners' expense. To assure that future buyers are aware of this requirement, it should be contained in the legal papers with the final plat. Stormwater Management: The subdivision will initially need to comply with County stormwater management standards. Upon annexation, however, any development will need to comply with City stormwater management standards. STAFF RECOMMENDATION: Staff recommends that SUB17-00012, an application submitted by Linda Lovik for a preliminary plat of Lovik First Subdivision, a 3 -lot, 11 -acre residential subdivision located at 4665 Herbert Hoover Highway SE be approved. ATTACHMENTS: 1. Location Map 2. Preliminary Plat Approved by: John Yapp, Development S6rvices Coordinator Department of Neighborhood and Development Services APPROVED BY THE CITY OF IOWA CITY PRELIMINARY PLAT LOVIK FIRST SUBDIVISIONgg PART OF THE NE 1/. NV 1/1 0 CITY CLERK BATE OF SECTION ], T -79-N, R -5-V _ 0 JEHNSON COUNTY IOWA I �W' } W2X Jill ox ] ]]-5 \• \ . QUARTER DALE. SUBDFASION I 'qFTINA I ... _ • 6 " E ,3]vnYMl 1°I _.- TM V KT NOX1H L 4 (G..o-. _ LEGEND 1 LRMI > r\—AUIIITDR 3°PARCEL 2005084 . ,._..... X wcan� T TIESTIES i P4] \ �� / ias_ w „e.v,uvor:wn IAPlS ]V° �em.m.wx T9 d° J : •� T � 1`x_- 154 1110 O � Gds a I �� 90TAE9 I /N A. NO 14 69 / vim♦ � � —� DDUND SURVEY' x—LRpnSTBNE_ 00. IA .ea'.m... Iw I� I S eM"e h p✓ '°" 1��T�o IE , �. (D PUT <DF SURVEY°� d. �•h ® 19 O � OWIL AT LOT wI NAYS Y 2R/ To ®� V61�Y.PF rti • y v s[ X i] r is s e3 ee' V r 'S]3YE ,oee j - _ NTIA, /... y X LIT 'zn.a!'� �yv" .. mssm s Ia. / — Po a ] I —J \ , IYAN 14--l' INIGT)®'LL J1�4e N X ep,ek �sItlu °tMeK I� exeui ywV� e� 9eFe 1q-M,ul d -F Pn.Px� �. o p 114 tie. °Iw�. ,P 4V E Planning and Zoning Commission August 17, 2017 — Formal Meeting Page 9 of 13 Drive) may have extra land taken from them to allow for the grading to the north. Miklo replied that no current home lots will be affected, the shift occurs after the entrance to Lake Shore Drive. Ron Amelon (MMS Consultants) said that as far as the drainage on lots 1, 2 & 3 when the previous phase was graded the back lot line was designed to be the low point through there such that it would pick up water on both sides. The runoff from those three lots would not actually go onto the other lots, it would stay on the back lot line and keep the water there and send it up to Tumbleweed Terrace and collect it in the City storm sewer system. With regards to the construction schedule, Amelon said the developer would like to get started grading this fall and depending on the weather and when approvals are granted there is a possibility they may get streets paved yet this year, but if not then in the spring. Hensch closed the public hearing. Parsons moved to recommend the Commission approve SUB17-00009, an application submitted by Watts Group Construction for a preliminary plat of Country Clubs Estates Seventh and Eighth Additions, an 81 -lot, 27.95 -acre residential subdivision located of Rohret Road west of Lake Shore Drive. Theobald seconded the motion. Hensch asked how wide the pedestrian walkway will be and what the surface of the walkway will be. Miklo said it will be five -feet wide and concrete similar to other sidewalks in the subdivision. The sidewalk along Rohret Road will be eight -feet wide and also concrete. Dyer asked if the houses along Rohret Road face Rohret Road. Miklo confirmed they do. A vote was taken and the motion passed 6-0. DEVELOPMENT ITEM (SUB17-00012): Discussion of an application submitted by Linda Lovik for a preliminary plat of Lovik First Addition, an 11 -acre, 2 -lot residential subdivision located at 4665 Herbert Hoover Highway SE. Miklo stated that this property was recently rezoned from County Commercial to County Residential. The City recommended that the County approve the rezoning subject to a Conditional Zoning Agreement (CZA) requiring City approval of any development of the property and the owner consenting to annexation of all parts of this property upon the annexation of any adjacent property. This property is in the City's growth area and they do anticipate it will be annexed. The current owner has already agreed to be annexed whenever an adjacent property annexes. The City is comfortable with that agreement because it will make sure this does not prevent another property from being annexed. The intent is to subdivide the property into a lot with the existing house, create a second lot that could be sold and an outlot reserved for future development after annexation. Both lots would have access from the current driveway through a temporary easement. It is anticipated in the long term Grindstone Lane which is in Churchill Meadows will continue to the west and likely go Planning and Zoning Commission August 17, 2017 — Formal Meeting Page 10 of 13 through this property and that would provide long-term access to the second lot. There would also be an access and utility easement across Lot 2 to provide for a future connection of Lot 1 to Grindstone Drive so that Lot 1 would not have driveway access onto Herbert Hoover Highway. The remainder of the property will be an outlot that can only be developed on annexation to the City under the Conditional Zoning Agreement. Upon replatting of Outlet A, a street system must be established, thereby eliminating the need for this access easement and giving Lots 1 and 2 access to the new street. Lot 1 is currently served by a private water well and a septic system and the proposal is to use that common well and septic system for the additional lot. Upon annexation these properties would hook into the City's systems at the owner's expense. Martin asked if both Lots 1 and 2 are each at least 1 acre. Miklo confirmed they are each 1 acre which meets the County's minimum size for a lot with a septic system. Staff recommends that SUB17-00012, an application submitted by Linda Lovik for a preliminary plat of Lovik First Subdivision, a 3 -lot, 11 -acre residential subdivision located at 4665 Herbert Hoover Highway SE be approved. The CZA requires that the owner consent to annexation at the time an adjacent property is voluntarily annexed into the city. To assure that future buyers are aware of this agreement it should be reiterated in the legal papers for the final plat. Hensch asked if Staff is anticipating any additional access points on Herbert Hoover Highway. Miklo said there is the possibility of a street replacing the current driveway. Hensch opened the public hearing. Scott Ritter (Hart -Frederick Consultants) is representing the owner, Linda Lovik, who is also in attendance at tonight's meeting and is available for questions. Ritter noted they have worked extensively with Staff on the street ideas. Dyer asked if another house on the new Lot 2 is planned. Ritter confirmed another house is planned by Lovik's son. Hensch closed the public hearing. Parsons moved the Commission recommend approval of SUB17-00012, an application submitted by Linda Lovik for a preliminary plat of Lovik First Subdivision, a 3 -lot, 11 -acre residential subdivision located at 4665 Herbert Hoover Highway SE. Theobald seconded the motion. A vote was taken and the motion passed 6-0. CONSIDERATION OF MEETING MINUTES: AUGUST 3, 2017 Signs moved to approve the meeting minutes of August 3, 2017 with edits wig `ar .•,�a�, �,,,^. � " � .,_ � it ,�A"`�=: � � ;,'Y �'ky�' . n '"� � a �4 i �y xa ♦r♦if �� J i' '3 r� Y Yt f •`A',�, yT:✓ i l uwmui �p �„ - F --- ' Quaff DER RC.MMMN Rn � mYae �sep.,ye j� 4oa g Y �rAm lMl i W Ia. I 411f. R � kh C §d' QI PUT OP SCR9RY R0.R! I ui am�iw ® wer m ee"0a' �i lomrmimvv mrc. i wM aenr vm� I i IC iWMIONAM AO® e[PIS TrM R )[VISION f IV ,.. � sl f -- � I __------- �RiLG,Y _ —` AUDRRRR PARCH 2005084 Kia vkA. a ®Ye a4 l I I F'111.1 v OR o I limen' .i-. sl evrx rwc .i` . I F'111.1 :j / CITY BUDGET AMENDMENT AND CERTIFICATION RESOLUTION - Fy 2018 - AMENDMENT 01 To the Auditor of ._ _ __ JOHNSON County, Iowa: 0 Thr: City Council of Iowa City in said County/Counties met on 9/5/2017 ,at the place and hour set In the notice, a copy of which accompanies this certificate and is certified as to publication. Upon taking up the proposed amendment, it was considered and taxpayers were heard for and against FM'L 1LJ. the amendment. JOHNSON CO. IOVVA The Council, after hearing all taxpayers wishing to be heard and considering the statements made by them, gave final consideration to the proposed amendment(s) to the budget and modifications proposed at the hearing, if any. thereupon, the following resolution was introduced. RESOLUTION No.. 17-292 A RESOLUTION AMENDING THE CURRENT BUDGET FOR THE FISCALYEAR ENDING JUNE 3 2018 (AS AMENDED LAST ON N/A .) Be it Resolved by the Council of the City of Iowa City Section 1. Following notice published 8/19/2017 and the public hearing held, 9/5/2017 the current budget (as previously amended) is amended as set out herein and in the detail by fund type and activity that supports this resolution which was considered at that hearing: Passed this 61 Signature City Clerk/Finance Officer 5th day of September fMy) wm 1 Signature Mayor SEP 1 1 2017 !"tom COUNTY gUDITOR Total Budget Total Budget as certified Current after Current or last amended Amendment Amendment Revenues &Other Financing Sources r r , r . , r_ f c'ff i ft {'f f'�'f?N I- i i -`f :.. Taxes Levied on Property1 :f ::� 56,458,399 f'; € . 56,458,399 Less: Uncollected Properly Taxes -Levy Year 2 Net Current Property Taxes 3 56,458,399 56,458,399 Delinquent Propertv Taxes 4 TIF Revenues 5 2,333,912 2,333,912 Other City Taxes 6 2,720,389 2,720,389 Licenses & Permits 7 1,867,190 1,867,190 Use of Money and Properly8 2,330,393 C 2,330,393 Intergovernmental 9 29,463,240 6,451,144 35,914,364 Charges for Services 10 46,031,372 46,031,372 Special Assessments 11 —1,00C C 1,00 Miscellaneous 12 3,808,043 192,000 4,000,043 Other Financing Sources 13 17,477,592 663,000 18,140,592 Transfers In 14 38,537,158 8,351,582 46,888,740 Total Revenues and Other Sources 15 201,028,686 15,657,726 216,686,414 Expenditures & Other Financing Uses Public Safety 16 24,426,000 136,286 24,562,286 Public Works 17 9,702,697 254,287 9,956,984 Health and Social Services 18 300,000 300,000 Culture and Recreation 19 14,279,568 128,513 14,408,081 Community and Economic Development 20 8,834,675 2,685,092 11,519,767 General Government 21 9,544,370 33,64E 91578,015 Debt Service 22 14,256,417 14,256,417 Capital Protects 2332,530,291 46,375,321 78,9D5,612 Total Government Activities Expenditures 24 113,874,018 49,613,144 163,487,162 Business Typel Enterprises 25 59,455,617 28,222,041 87677,658 Total Gov Activities& Business Expenditures 25 173,329,635 77,835,185 251,164,820 Transfers out 27 38,537,158 8,351,582 46,888,740 Total Expenditures/Transfers out 28 211,866,793 86,186,767 298,053,560 Excess Revenues & Other Sources Over (Under)Expenditures/Transfers Out Fiscal Year 29 -10,838,105 -70,529,041 -81,367,146 Beginning Fund Balance July 1 30 133,730,385 0 133,730,385 Ending Fund Balance June 30 31 122,892,280 -70,529,0411 52,363,239 Passed this 61 Signature City Clerk/Finance Officer 5th day of September fMy) wm 1 Signature Mayor SEP 1 1 2017 !"tom COUNTY gUDITOR Resolution No. Page 2 17-292 It was moved by Dickens and seconded by Thomas Resolution be adopted, and upon roll call there were: AYES: NAYS ABSENT: ABSTAIN: Botchway Cole Dickens Mims Taylor Thomas Throgmorton the Budget Carryforwards: 1000 10120100 476130 Agenda Management software $ 9,500 1000 10210510 448070 Workforce housing tax credit support $ 100,000 1000 10210510 448070 Economic Development assistance $ 47,523 1000 10310100 476070 Kronostime clocks $ 15,576 1000 10410310 455110 Adobe upgrades $ 10,000 1000 10410310 474220 Police Cars $ 86,286 1000 10450120 474420 Two weather alert. sirens $ 40,000 1000 10510100 432060 Park Master Plan $ 7,400 1000 10510311 455120 Laptop for HVAC control $ 3,300 1000 10530211 473010 Laser grade ball fields $ 15,000 1000 10530300 432080 Tree inventory $ 53,787 1000 10550140 444080 Catalog software upgrades $ 35,000 1000 10570100 442020 Plaster, paint 2nd floor rooms $ 5,000 1000 10570100 442050 Blinds for room 208 $ 3,750 1000 10570100 474420 2nd Floor tables $ 30,144 1000 10570100 474420 Elliptical replacement $ 8,000 1000 10610100 432060 Bike Master Plan $ 3,163 1000 10610100 432060 Housing Market Analysis $ 35,000 1000 10610150 432060 Climate Action Plan $ 80,000 1000 10610150 448010 Local Foods Grants $ 10,832 1000 10610220 392100 UniverCity home sales $ (663,000) 1000 10610220 472010 UniverCity building improvements $ 225,030 1000 10610220 480350 UniverCity loan repayments $ 663,000 1000 10610620 432060 Form Base Code project $ 39,670 1000 10610620 334900 State grant-DHP survey $ (5,000) 1000 10610620 432060 101 Downtown Historic Preservation Survey $ 22,000 1003 30570400 472010 Room 103 flooring and improvements $ 13,237 2100 21610320 331100 CDBG Grants $ (186,038) 2100 21610320 448090 CDBG Grants $ 186,038 2110 21610420 331100 HOME grants $ (647,678) 2110 21610420 448060 HOMEgrants $ 647,678 2200 22710332 474420 Type III Barricades $ 7,500 2200 22710332 474420 Traffic sign control additions/replacements $ 10,000 2200 22710332 474420 Traffic control trailer $ 6,000 2200 22710322 473010 Traffic signal pole painting $ 90,000 2200 22710322 474340 Traffic signal head replacement $ 50,000 2200 22710322 445230 Tactics annual software maintenance $ 12,500 2200 22710325 469040 New bell light pole bases $ 13,000 2200 22710325 473010 Paint existing bell light pole bases $ 11,500 2300 23610215 432060 Invest Health grant $ 27,005 2300 23610290 331200 HMGP grant $ (313,338) 2300 23610290 334810 HMGPgrant $ (34,815) 2300 23610290 471010 HMGP grant $ 348,153 7150 71810221 474420 Bus tracking system $ 155,000 7150 71810221 474420 Wash bay motor replacement - two $ 12,203 7151 71810280 474250 Buses $ 4,924,297 7151 71810280 334900 Buses $ (3,655,255) 7200 72720140 474420 Software and training for CUES truck $ 21,059 7300 73730130 474420 Tappingand leak detection equipment $ 31,779 7300 73730140 474420 I -Pad Pros -5 $ 7,500 7300 73730140 474420 Tapping machines -2 $ 10,000 7502 75750220 474420 1,500 Recycle carts $ 75,000 7502 75750220 474420 1,000 food waste carts $ 10,000 8100 81710520 474230 Trucks $ 924,464 X 8100 81710520 474240 Tractors $ 36,097 X Budget Amendments: 1000 10410220 414100 Police Overtime $ 15,000 1000 10410310 414100 Police Overtime $ (15,000) 21 20 20 21 16 16 16 19 21 19 17 19 19 19 19 19 20 20 20 20 13 20 20 20 9 20 19 9 20 9 20 17 17 17 17 17 17 17 17 20 9 9 20 25 25 25 9 25 25 25 25 25 25 16 16 1000 10110100 449060 US Conference of Mayors Dues $ 5,269 21 1000 10520200 435057 Armored Car Service $ 3,392 19 1000 10520542 435057 Armored Car Service $ 3,392 19 1000 10520543 435057 Armored Car Service $ 848 19 1000 10310130 471010 Hazard mitigation home buyout in City Park $ 250,000 20 1024 10540500 442020 Monument restoration $ 1,500 19 1024 10540500 461030 Plants & trees $ 1,000 19 1024 10540500 432080 Map changes $ 850 19 7201 72720832 480100 2009ASewer Bond Refunding $ 5,245,000 25 7301 73730863 480100 20098 Water Bond Refunding $ 5,725,000 25 CIP Carryforwards: 7605 76850905 331100 Runway 12-30 Obstruction Mitigation $ (505,260) 9 A3442 7605 76850905 432060 Runway 12-30 Obstruction Mitigation $ 37,168 25 A3442 7605 76850905 473010 Runway12-30 Obstruction Mitigation $ 449,400 25 A3442 7605 76850905 331100 Runway 7/25 Design Conversion $ (225,000) 9 A3464 7605 76850905 432090 Runway 7/25 Design Conversion $ 37,500 25 A3464 7605 76850905 473010 Runway 7/25 Design Conversion $ 212,500 25 A3464 7605 76850905 334900 Airport South Taxiway Extension $ (80,185) 9 A3467 7605 76850905 432090 Airport South Taxiway Extension $ 3,568 25 A3467 7605 76850905 473010 Airport South Taxiway Extension $ 60,771 25 A3467 7605 76850905 334900 North T -Hangar Restrooms $ (56,088) 9 A3468 7605 76850905 472010 North T -Hangar Restrooms $ 66,080 25 A3468 3100 31610900 473010 Riverfront Crossings Redevelopment $ 453,292 23 E4513 3100 31610900 448070 Chauncey Building grant $ 13,349,055 23 E4516 3100 31610900 448010 Carbon Emissions Reduction $ 119,175 23 E4520 3100 31310790 473010 City Hall -other projects $ 125,236 23 G4704 3100 31310790 432060 Phone System Replacement $ 25,272 23 G4722 3100 31310790 475010 Phone System Replacement $ 500,000 23 G4722 3100 31310790 476130 Permitting5oftware Upgrade $ 569,723 23 G4720 7505 75750905 473010 Hebl Road Improvements $ 750,329 25 13322 7505 75750905 393260 Landfill Tarp Development System $ (901000) 14 L3329 7500 75750900 490040 Landfill Tarp Development System $ 90,000 27 7505 75750905 473010 Landfill Tarp Development System $ 90,000 25 L3329 7505 75750905 393260 Landfill Leachate Pumping Station $ (240,000) 14 L3330 7500 75750900 490040 Landfill Leachate Pumping Station $ 240,000 27 7505 75750905 473010 Landfill Leachate Pumping5tation $ 240,000 25 L3330 7705 77770905 473010 Storm Water Improvements $ 77,784 25 M3631 7705 77770905 432090 Normandy Dr Storm Sewer Replacement $ 8,158 25 M3629 7705 77770905 473010 Normandy Or Storm Sewer Replacement $ 350,000 25 M3629 7705 77770905 432090 Stevens Drive Storm Sewer Improvements $ 25,000 25 M3630 7705 77770905 473010 Stevens Drive Storm Sewer Improvements $ 350,000 25 M3630 3100 31710940 432060 Public Works Facility Site Improvements $ 150,184 23 P3956 3100 31710940 473010 CBD Improvements $ 334,645 23 P3971 3100 31710940 432090 Idyllwild Drainage Improvements $ 42,043 23 P3976 3100 31710940 473010 Idyllwild Drainage Improvements $ 450,000 23 P3976 3100 31710940 473010 Riverside Or Streetscape Improvements $ 651,541 23 P3977 3100 31710940 473010 West Riverbank Stabilization $ 400,000 23 P3981 3100 31710940 432040 Public Works Facility $ 700,000 23 P3959 3100 31710940 472010 Public Works Facility $ 3,750,000 23 P3959 3100 31530910 473010 Annual Park Improvements $ 156,118 23 R4130 3100 31530910 473010 Annual Park ADA Improvements $ 50,000 23 R4132 3100 31530910 473010 Frauenholtz-Miller Park Development $ 61,585 23 R4137 3100 31530910 473010 Happy Hollow Shelter & Restroom $ 134,314 23 R4192 3100 31530910 334900 Ashton House Patio Improvements $ (155,000) 9 R4193 3100 31530910 473010 Ashton House Patio Improvements $ 138,615 23 R4193 3100 31530920 473010 Annual Trail Improvements $ 100,000 23 R4206 3100 31520900 473010 ElementarySchool Rec Facility $ 750,000 23 R4331 3100 31530910 432060 Pedestrian Mail Reconstruction $ 501,213 23 R4340 3100 31530910 473010 Park at N W WTF Site $ 11000,000 23 R4185 3100 31530910 334900 City Park Cabin Restoration $ (12,500) 9 R4187 3100 31530910 362100 City Park Cabin Restoration $ (15,000) 12 R4187 3100 31530910 473010 City Park Cabin Restoration $ 176,003 23 R4187 3100 31520900 473010 City Park Pool Cabana5helters $ 12,524 23 R4188 3100 31530910 473010 Emerald Ash Borer Response Plan $ 186,585 23 R4189 3100 31530910 432090 Pheasant Hill Park Renovation $ 6,862 23 R4191 3100 31530910 473010 Pheasant Hill Park Renovation $ 5,771 23 R4191 3100 31530910 432060 Creekside Park Redevelopment $ 13,900 23 R4341 3100 31310790 369900 Upgrade Building BAS Controls $ (177,000) 12 R4332 3100 31310790 472010 Upgrade Building BAS Controls $ 528,240 23 R4332 3100 31520900 432040 Recreation Center Lobby Remodel $ 15,000 23 R4336 3100 31520900 472010 Recreation Center Lobby Remodel $ 144,874 23 R4336 3100 31520900 473010 Tennis/Pickle Ball Court Resurfacing $ 28,119 23 R4337 3100 31530920 473010 Hickory Hill Trail Redesign $ 536,115 23 R4224 3100 31530910 473010 Sustainable Roadway Vegetation Program $ 60,955 23 R4226 3200 32710910 473010 Gateway Project $ 14,152,789 23 53809 3200 32710910 393160 Gateway Project $ (8,021,582) 14 53809 1011 10310711 490040 Gateway Project $ 8,021,582 27 3200 32710910 331100 Gateway Project $ (374,987) 9 53809 3200 32710910 473010 Pavement Rehabilitation $ 983,810 23 53824 3200 32710910 473010 Annual Complete Street Improvement $ 260,716 23 53827 3200 32710930 473010 Sidewalk Infill $ 65,979 23 53828 3200 32710910 331100 Burlington & Clinton Intersection $ (200,000) 9 53840 3200 32710910 473010 Burlington & Clinton Intersection $ 1,021,811 23 53840 3200 32710910 473010 Davenport Brick Street Reconstruction $ 444,104 23 53850 3200 32710910 473010 Mormon Trek/Benton Right Turn Lane $ 1,071,133 23 53868 3200 32710950 473010 LED Streetlight Replacement $ 117,015 23 53932 3200 32710910 473010 First Ave Three Lane Conversion $ 196,073 23 53937 3200 32710910 473010 Washington Street Reconstruction $ 22,496 23 53938 3200 32710910 432090 Gilbert Street Intersection Improvements $ 100,000 23 53945 3200 32710950 473010 Myrtle/Riverside l ntersection $ 817,389 23 53933 3200 32710920 432090 Prentiss Street Bridge Replacement $ 125,000 23 53935 7105 71810915 473010 Parking Facility Restoration $ 391,568 25 T3004 7105 71810915 474420 Parking Facility and Enforcement Automation $ 505,213 25 T3009 7105 71810915 432060 Capitol & Dubuque5t Facade Improvements $ 150,000 25 T3017 7155 71810925 473010 Transit Bus Shelter Replacement $ 150,000 25 T3059 7155 71810925 473010 Transit Bus Camera Replacement $ 108,000 25 T3060 7155 71810925 472010 Transit Facility Office Remodel $ 40,000 25 T3061 7155 71810925 474270 Transit Bus Sign Replacement $ 95,000 25 T3062 7205 72720905 473010 Annual Sewer Improvements $ 458,765 25 V3101 7205 72720905 473010 Sludge Biosolid Dewatering Equipment $ 2,118,352 25 V3141 7205 72720905 473010 North W W Treatment Plant Removal $ 2,270,056 25 V3142 7205 72720905 473010 Wastewater Clarifier Repairs $ 154,782 25 V3144 7205 72720905 432090 Scott Boulevard Trunk Sewer $ 175,000 25 V3145 7205 72720905 471030 Scott Boulevard Trunk Sewer $ 300,000 25 V3145 7205 72720905 473010 Melrose Court Sanitary Sewer Replacement $ 450,000 25 V3146 7305 73730905 473010 Ground Storage Reservoir VFD Replacement $ 61,378 25 W3213 7305 73730905 473010 Douglas St/Ct Water Main $ 570,292 25 W3223 7305 73730905 473010 Water Plant Computer Control System Repl $ 159,922 25 W3226 7305 73730905 472010 Water Distribution Building Repairs $ 100,000 25 W3309 7305 73730905 472010 Water Plant Roof Replacement $ 400,000 25 W3310 7305 73730905 473010 Silurian Well Rehabilitation $ 90,000 25 W3312 7305 73730905 473010 Water Distrib Pressure Zone Improvements $ 498,617 25 W3301 3100 31450900 473010 Fire Station N3 Kitchen Remodel $ 35,000 23 Y4432 3100 31410930 448080 FY13 JAG Grant $ 13,987 23 Y4434 3100 31410930 472010 Fire/Police Storage Facility $ 700,000 23 Y4436 3100 31410930 448080 FY15 JAG Grant $ 6,263 23 Y4437 3100 31410930 448080 FY16 JAG Speed Trailers $ 14,797 23 Y4438 $ 71,489,601 Intergovernmental $ (6,451,144) 9 Charges for Services $ - 10 Miscellaneous $ (192,000) 12 Other Financing Sources $ (663,000) 13 Transfers In $ (8,351,582) 14 Public5afety $ 136,286 16 Public Works $ 254,287 17 Health & Social Services $ - 18 Culture & Recreation $ 128,513 19 Community & Economic Development $ 2,685,092 20 General Government $ 33,645 21 Debt Service $ - 22 Capital Projects $ 46,375,321 23 Business-Type/Enterprise $ 28,222,041 25 Transfers Out $ 8,351,582 27 Internal Service (not budgeted) $ 960,561 X $ 71,489,601 Internal Service (not budgeted) $ (960,561) Excess Revenues & Other Financing Sources under Expenditures/Transfers Out $ 70,529,041 29