Loading...
HomeMy WebLinkAbout1976-08-03 ResolutionV• / RESOLUTION NO. 76-256 OF BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class "C" Beer Permit Application is hereby approved for the following named per- son or persons at -.the following described locations: Richard J. Mueller dba/Paul Revere's Pizza, 440 Kirkwood Said approval shall be subject to any conditions or restrictions hereafter imposed by ordinance or state.,law. The City Clerk shall cause a recommendation to be endorsed for approva upon the application and forward the same together with the license fee, ts required to the Iowa Beer surety bond and all other information or documen and Liquor Control DOParpment. \\ \ that the and seconded by �---- It was moved by dam- n roll call there were: Resolution as read be adopted, and upo NAYS: ABSENT: AYES: Balmer e rosse \ Foster \ Neuhauser \ Perret \ Selzer \ Vevera \ 3rd day of Aum 19 76 Passed this 'A `� k� t r/ y' • RESOLUTION NO. 76-244 RESOLUTION OF APPROVAL OF CLASS "C" BEER PERMIT APPLICATION BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class "C" Beer Permit Application in hereby approved for the following named per- son or persons at the following described locations: John 14. & Cathy Kellogg dba/A & V Pizza Villa, 431 Kirkwood Said approval shall be subject to any conditions or restrictions hereafter imposed by ordinance or state law. The City Clerk shall cause a recommendation for approval to be endorsed upon the application and forward the same together with the license fee, surety bond and all other information or documents required to the Iowa Beer and Liquor Control DApartment. It was moved by Foster and seconded by S 1 that the Resolution as read be adopted, and upon roll call there were Balmer e Fosse Foster Neuhauser Perret Selzer Vevera AVS: NAYS: ABSENT: x Passed this 3rd day of August , 19 76 12 2 7 r V' RESOLUTION NO. 76-244 OF C7scC C Bee BEPITTmRESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class son or Application is hereby approved for the following named Persona at the following described locations: Per - John M. & Cathy Kellogg dba/A & V Pizza Villa, 431 Kirkwood Said approval shall be subject to any conditions or restrictions hereafter imposed by ordinance or state law. The City Clerk shall cause a recommendation for approval to be endorsed upon the application and forward the same together with the license fee, surety bond and all other information or documents required to the Iowa Beer and Liquor Control DVPartment. It was moved by Foster Resolution as read be adopto�d, and ua nd seconded by S Pr that the pon roll call there were: Balmer e rosse Foster Neuhauser Perret Selzer Vevera Passed this 3rd _ day of A'gS: NAYS: ABSENT: x x x x August 19 76 12 27 `�G 3y RESOLUTION NO. 76-245 RESOLUTION APPROVING CLASS A LIQUOR CONTROL LICENSE APPLiZ' T?5N BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class A Liquor Control License application is hereby appro�vec—for the following named person or persons at the following described location: Loyal Order of Moose, Lodge #1096, 2910 Muscatine Ave. Said approval shall be subject to any conditions or re- strictions hereafter imposed by ordinance or State law. The City Clerk shall cause a recommendation for approval to he endorsed upon the application and forward the same together with the license fee, certificate of financial responsibility, surety bond, sketch of the premises and all other information or documents required to the Iowa Beer and Liquor Control Department. It was moved bypost-pr_and seconded by Sel7Pr that the Resolution as read be adopted, and upon rollcall there were: AYES: NAYS: ABSENT: Balmer x deProsse Foster Neuhauser x Perret Selzer Vevera x x x M x Passed and approved this 3rd day of August 19 76 $.12 ZQ 0 RESOLUTION NO 76-246 • Bs A RESOLVED BY THE CITY COUNCIL OF IOWA CITY a Class A Liquor approved Sunday Sales Permit application isIOWA that following describedlocation:named Person or persons at the Loyal Order of Moose, Lodge #1096, 2910 Muscatine Ave. Said approval shall be subject to any conditions or restrictions hereafter imposed by ordinance of state law. The City Clerk shall cause a recommendation for a be endorsed upon the application and forward the same together with the license fee approval to docu- ments required to the Iowa Beer and Liquor ll Other iControl iDepartment. It as- Moved that the wResolutionyas rea Fester and seconded by Selzer were: a oP e , and upon roll ca t ere Balmer deProsse Foster Neuhauser Perret Selzer Vevera Passed this AYES: NAYS: ABSENT: x x x x 3r—�,_ day of 4 Au ust 19 76 fF \29q RESOLUTION NO. 76-247 RESOLUTION OF APPROVAL OF CLASS "C" BEER PERMIT APPLICATION BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class "C" Beer Permit Application is hereby approved for the following named per- son or persons at the following described locations: John's Grocery, Inc., 401 Market St. Said approval shall be subject to any conditions or restrictions hereafter imposed by ordinance or state law. The City Clerk shall cause a recommendation for approval to be endorsed upon the application and forward the same together with the license fee, surety bond and all other information or documents required to the Iowa Beer and Liquor Control Department. it was moved by Foster and seconded by Selzer that the Resolution as read be adopted, and upon roll call there were: Balmer deProsse FocYPr Nc�uhaua�r _ Perret Selzer Vevera Passed this 3rd AYES: NAYS: ABSENT: x 0 x x day of August , lg 76 # 1Z so RESOLUTION NO. 76-248 RESOLUTION APPROVING CLASS C LIQUOR CONTROL LICENSE APPLTCA IM BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class C Liquor Control License application is hereby approve or the followinnamed person or g persons at the following described location: William L. C. Faux-Burhans dba/Bull Market, 325 E. Washington St. Said approval shall be subject to any conditions or re- strictions hereafter imposed by ordinance or State law. The City Clerk shall cause a recommendation for approval to he endorsed upon the application and forward the same together with the license fee, certificate of financial responsibility, surety bond, sketch of the premises and all other information or documents required to the Iowa Beer and Liquor Control Department. It was moved by that the Resolution there were: Balmer deProsse Foster and seconded by Selzer as rea a adopted, and upon ro11 calT AYES: NAYS —x_ Foster x Neuhauser x Perret Selzer x Vevera x ABSENT: x x Passed and approved this 3rd day of August 1976 RESOLUTION NO. 76-249 RESOLUTION APPROVING CLASS "B" BEER PERMIT APPLICATION BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class "B" Beer Permit Application is hereby approved for the following named person or persons at the following described location: Iowa City L, Inc. dba/D.J.'s, 1250 Highway 6 West Said approval shall be subject to any conditions or re- strictions hereafter imposed by ordinance or State law. The City Clerk shall cause a recommendation for approval to be endorsed upon the application and forward the same together with the license fee, certificate of financial responsibility, surety bond and all other information or documents required to the Iowa Beer and Liquor Control Department. It was moved by Foster and seconded by that the Resolution as read -5e adopted, and upon roca there were: Balmer deProsse Foster Neuhauser Perret Selzer Vevera AYES: NAYS: x x x x x ABSENT: x x Passed and approved this 3rd day of August 19 76 0 0 RESOLUTION NO. 76-250 OF APPROVAL OF CLASS B Beer BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class B Beer Sunday Sales Permit application is hereby approved or a ollowing named person or persons at the following described location: Iowa City L, Inc. dba/D.J.'s, 1250 Highway 6 West Said approval shall be subject to any conditions or restrictions hereafter imposed by ordinance of state law. The City Clerk shall cause a recommendation for approval to be endorsed upon the application and forward the same together with the license fee, bond, and all other information or docu- ments required to the Iowa Beer and Liquor Control Department. It was moved by Foster and seconded by Selzer that the Resolution as read be a op e , and upon roll call there were: AYES: NAYS: ABSENT: Balmer x deProsse x Foster x Neuhauser x Perret x Selzer x Vevera x Passed this 3rd day of August , 19 76 # (233 Ar— 3o RESOLUTION NO. 76-251 RESOLUTION OF APPROVAL OF CLASS "C" BEER PERMIT APPLICATION BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class "C" Beer Permit Application is hereby approved for the following named per- son or persons at the following described locations: Osco Drug, Inc., 120 E. College St. Said approval shall be subject to any conditions or restrictions hereafter imposed by ordinance or state law. The City Clerk shall cause a recommendation for approval to be endorsed upon the application and forward the same together with the license fee, surety bond and all other information or documents required to the Iowa Beer and Liquor Control Department. It was moved by Foster and seconded by Selzer that the Resolution as read be adopted, and upon roll call there were: Balmer deProsse Foster Neuhauser Ferret Se zer Vevera AYES: NAYS: ABSENT: x U Passed this 3rd day of August_, 19 76 �12�� 0 • RESOLUTION NO. 76-252 RESOLUTION OF APPROVAL OF CLASS "C" BEER PERMIT APPLICATION BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class "C" Beer Permit Application is hereby approved for the following named per- son or persons at the following described locations: Ely -Vee Food Stores, Inc. dba/Hy-Vee Food Store #1, 227 E. Kirkwood, Iowa City Said approval shall be subject to any conditions or restrictions hereafter imposed by ordinance or state law. The City Clerk shall cause a recommendation for approval to be endorsed upon the application and forward the same together with the license fee, surety bond and all other information or documents required to the Iowa Beer and Liquor Control Department. It was moved by Foster and seconded by 5alZar that the Resolution as read be adopted, and upon roll call there were: Balmer deProsse Foster Neuhauser Perret Selzer Vevera AYxES: NAYS: ABSENT: x x x x x x Passed this 3rd day of August 19 76 I 9 RESOLUTION NO. 76-253 0 RESOLUTION OF APPROVAL OF CLASS "C" BEER PERMIT APPLICATION BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class "C" Beer Permit Application is hereby approved for the following named per- son or persons at the following described locations: lly-Vee Foods Stores, Inc. dba/Hy-Vee Food Store #'2, 310 North 1st Avenue, Iowa City Said approval shall be subject to any conditions or restrictions hereafter imposed by ordinance or state law. The City Clerk shall cause a recommendation for approval to be endorsed upon the application and forward the same together with the license fee, surety bond and all other information or documents required to the Iowa Beer and Liquor Control Dgpardment. It was moved by Foster and seconded by Selzer that the Resolution as read be adopted, and upon roll call there were: Balmer deProsse Poster eu auser erre SeI zer evera AYES: NAYS: ABSENT: x x x x x x Passed this 3rd day of August , 19 76 A C \,_ 0 RESOLUTION NO. 76-254 RESOLUTION APPROVING CLASS C LIQUOR CONTROL LICENSE APPLIZ' TM BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class !'7 Liquor Control License application is hereby approved for the following named person or persons at the following described location: Robert H. Jeter dba/Plamor Bowling, Inc., 1555 - 1st Ave. Said approval shall be subject to any conditions or re- strictions hereafter imposed by ordinance or State law. The City Clerk shall cause a recommendation for approval to he endorsed upon the application and forward the same together with the license fee, certificate of financial responsibility, surety bond, sketch of the premises and all other information or documents required to the Iowa Beer and Liquor Control Department. It was moved by Fo and seconded by that the Resolution as read be adopted, and upon ro i ca there were: AYES: NAYS: ABSENT: Balmer x deProsse x Foster x Neuhauser x _ X Perret _ Selzer x Vevera x Passed and approved this 3rd day of August 19 76 */237 h RESOLUTION NO. 76-255 OF CLASS C Liquor BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class C Li uor Sunday Sales Permit application is hereby approved or a ollowing named person or persons at the following described location: Robert H. Jeter dba/Plamor Bowling, Inc., 1555 - 1st Ave. Said approval shall be subject to any conditions or restrictions hereafter imposed by ordinance of state law. The City Clerk shall cause a recommendation for approval to be endorsed upon the application and forward the same together with the license fee, bond, and all other information or docu- ments required to the Iowa Beer and Liquor Control Department. It was moved by Foster and seconded by Selzer that the Resolution as rea e a op e , and upon roll ca t ere were: , 19 76 1235 AYES: NAYS: ABSENT: Balmer —_� x deProsse --� x Foster x Neuhauser x Perret x Selzer x Vevera x Passed this 3rd day of August , 19 76 1235 0 RESOLUTION NO. 76-257 RESOLUTION TO ISSUE CIGARETTE PERMITS WHEREAS, the following firms and persona have made application, filed the bond, and paid the mulct tax required by law for the sale of cigarettes and cigarette papers; therefore, ' BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that the applications be granted and the cigarette bond now on file in the office of the City Clerk be and the same are hereby approved, and the City Clerk be and he in hereby directed LO issue a permit to sell cigarette papers and cigarettes to the following named persona and firms: Hometown Restaurant, 900 South Dubuque Pershell Corp. dba/Colonial Bowling Lanes, 2242 Hwy 218 So. The Sanctuary Restaurant, 405 S. Gilbert St. Ken's Distributing Co., 424 Hwy. 1 (Iowa City Supply & Vending) Tuck's Place, 210 N. Linn Rochester Ave. D -X, 2233 Rochester Ave. Great American Saloon Co, dba Maxwell's, 121 E. College It was moved by Foster and seconded by Selzer that the Resolution as res e a opted, and upon roll call there were: Passed this 3rd day of August 19 76 X123 9 A -3%,7> AYES: NAYS: ABSENT: Balmer X deProsse X Foster X Neuhauser- X Perret X Selzer X Vevera X Passed this 3rd day of August 19 76 X123 9 A -3%,7> C� RESOLUTION NO. 76-258 RESOLUTION TO REFUND CIGARETTE PERMIT WHEREAS, people's Grocery at 701 E. Davenport in Iowa City, Iowa, has surrendered cigarette permit No. 77 -gr , expiring June 30 , 19 77 and requests a refund on the unused portion thereof, now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that cigarette permit No. 77-86 issued to people's Grocery be cancelled, and BE IT FURTHER RESOLVED that the Mayor and City Clerk be and they are hereby authorized and directed to draw a warrant on the General Fund in the amount of $ 75.00 , payable to people's Grocery as a refund on cigarette permit No.77-86 It was moved by Foster and seconded by Selzer that the Resolution as read be adopted, and upon roll call there were: AYES:AN YS:BSA ENT: Balmer x deProsse Foster x Neuhauser x Perret Selzer x Vevera x x x Passed this 3rd day of August , 19 76 � l 2 �•{� 0 RESOLUTION NO. 76-259 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 filing an application, having endorsed thereon the ceritifcates of the proper city officials, as to having complied with all health and sanitary laws, regulations, and ordinances and all fire laws, regulations and ordinances, and having a valid Class "B" Beer Permit, to -wit: - Great American Saloon Co. dba/Maxwell's, 121 E. College, Box 895 It was moved by Foster and seconded by Selzer that the Resolution as read be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Balmer x deProsse x Foster x Neuhauser x Perret x Selzer x Vevera x Passed this 3rd day of Tura st , 19 7G r, RESOLUTION NO. J RESOLUTION SETTING PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE SUNSET STREET PROJECT DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECT- ING CITY ENGINEER TO PLACE SAID PLANS, ETC., ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is to be held on the 24thday of August , 19 76 , at 7:30 P.M. in the Council Chambers, Civic Center, Iowa City, Iowa., 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the construction of 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. That the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project are hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. It was moved by and seconded by that the Resolution as read be adopted, and upon roll call there were: AYES: NAYS: ABSENT: BALMER dePROSSE POSTER lZMAUSER PERRE"r `. SELZER VEVERA Passed and approved this day of 19 76 Mayor ATTEST: City Clerk I,2SZ • City Clerk City of Iowa City 410 E. Washinton Street Iowa City, IA 52240 0 510 East Burlington Street Iowa City, IA 52240 July 19, 1976 Gentlemen: This is to request that the application of land north of American Legion Road by forwarded to the City Council for their Thank you in advance. Sincerely, Courtcrest, Inc. Oy James K. Fisher to rezone the tract Courtcrest, Inc. be consideration. F 8(�' D D JUL211976 ABBIE STOLFUS CITY. CLERK • 0 STAFF REPORT Planning and Zoning Commission July 1, 1976 SUBJECT: Z-7608. Application submitted by Court Crest, Inc., to rezone a tract of land located north of American Legion Road and cast of Gay's Funeral Home from an R2 Zone to an R3A Zone; date filed: 6/21/76. 45 -day limitation: 7/5/76. srAFF The subject property consists ANALYSIS: of about 4.6 acres of vacant land. The predominate type of land use in the vicinity of the property is single family residential detached dwellings. Non-residential uses -- a lodge, funeral home and a church are located to the east, west and southeast of said property. Vacant parcels of land zoned R2 and RIB abut the subject property to the north. The general quality of development in the area is good. Much of the area reflects an appreciation for sound urban design and sophistication of development. The present R2 zoning classification of the subject property would allow for a maximum development density of about 14.5 dwelling units per acre. This type of residential density is consistent and compatible with the immediate surrounding area. The R2 designation of said property provides the opportunity for the development of low to medium density renter -occupied housing in an area predominately characterized by low density owner -occupied housing. The Staff feels that an R3A zoning designation for the subject property would be inappropriate. An R3A designation would allow for a development density of almost 43.5 dwelling units per acre. The present dwelling unit density of the area is from 4.3 to 14.5 dwelling units per acre. This type of density relationship (4.3-43.5 dwellings units per acre) is incompatible and undesirable. If multi -family development is desired for the subject property, an R3 zoning change would be more appropriate since the development potential of an R3 zone is 14.5 units per acre, which is the same as the R2 Zone. STAFF The main intent of the R3A COMMENT: zone classification proposed by Harland Bartholomew and Associates, authors of the 1962 Comprehensive Plan, was to increase the needed supply of rental units in and around the downtown area of Iowa City, thus, providing multi -family housing for Iowa Citians who were unable to or preferred not to travel relatively long distances by auto or public transit to the University of Iowa and other nearby activity areas of the City. In the Staff's opinion, it was not the intent of the authors of the 1962 Comprehensive Plan and Zoning Ordinance to permit 113A development in scattered areas located throughout the City. Therefore, any proposal for 113A zoning must be especially sensitive both to the present prevailing values and needs in residential 0 -2- 0 developments and to the best assessment of what those needs and values will be in the years ahead. In this regard, it is suggested that future proposals for R3A zoning should be delayed until such time as the forth- coming Comprehensive Plan or new and revised Zoning Ordinance for Iowa City is completed. While a mixture of dwelling types within neighborhoods can be desirable, it is the Staff's opinion that multi -family development of scattered sites should occur under the R3 zoning classification. The R3 Zone, because of the limited density requirements, can be in keeping with single and two- family residential areas within the same neighborhood. STAFF RECOMMENDATION: Based on the above analysis, it is the Staff's recommendation that the application be denied. Mi J 1 R3A 11 REQUEST fl.LR.IA w MERGER PARK "._111._.. 1 ► - Q 690 1200 1800M NUM@ER: NORTH GRAPHIC SCALE c 1"= 660' Z-7608 2 ; RIB RESOLUTION NO. RESOLUTION AUTHORIZING PERMIT PARKING IN THE IOWA CITY PUBLIC LIBRARY PARKING LOT, AND ESTABLISHING A FEE THEREFOR. WHER.ENS, Section 6.38.5 of the Code of Ordinances of. -Iowa City, Iowa, grants to the City Council the authority to establish;permit parking in municipal parking lots in Iowa City, and to set the fees for,said permits, and I WHEREAS, the Council deems it in the public'interest to grant permits for the Iowa City Public Library parking lot, and to establish fees therefor. NOW, THEREFORE, BE IT RESOLVED BY THE,,COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That permit parking, in addition to metered parking, is allowed in the Iowa City Public Library\parking lot. 2. That the fee for such parking permits shall be $10.00 per month, except that the fee for City employees shall be $5.00 per month. 3. That permit parking withinthe Iowa City Public Library parking lot shall not exceed 40% of the total spaces within that lot. 4. Permit holders shall follow the"rules and regulations for said permits as established by the City Manager or his/her designee. It was moved by and seconded by that the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Balmer deProsse Foster Neuhauser Perret Selzer Vevera Passed and approved this day of Mayor ATTEST: City Clerk 1976. Q, G33 RESOLUTION NO.7G-2G1 RESOLUTION APPROVING CAPITAL IMPRO EUIUS PROGRA14 FOR THE CITY OF IO'NA CITY, IOSVA FOR THE FISCAL YEARS 1977 THROUGH 1981. . METAS, the City Council of the City of Iowa City, Iowa deems it in the public interest and in the interest of good and efficient government for the City of Iowa City, Iowa, to adopt certain capital improvements planning, subject to annual review and revision: NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IM: 1. That the City Council of the City of Iowa City, Iowa., does hereby adopt as its Capital Improvements Program for the fiscal years 1977 through 1981, the Capital Improvements Program which is attached to this Resolution and by this reference made a part hereof. It is understood by the City Council of the City of Iowa City, Iowa that said 1977 through 1981 Capital Improvements Program is subject to annual review and revision consistent with good planning and operating practices of the City of Iowa City, Iowa; that this resolution is an expression of the Council's legislative intent for future projects and planning for the City of Iowa City, Iowa; and the anticipated means of financing said.projects, subject to applicable laws and elections upon financing by the voters of the City of Iowa City, Iowa. Z. The City, Clerk is hereby authorized and directed to certify copies of this Resolution and the appropriate Capital Improvements Program adopted to all governmental agencies as required by law. �Li (l l U P • JRQW-A A 1 UQ-A AYES: NAYS: ABSENT: BALMER MYOR u. i x DE PROSSE %.%_. x ATTEST:- ..�_�..,'�-C.�/i�.., POSTER ti City Clerk !' x NEUHhUSER m _ It was noved by Balmer and seconded by � �f Selzer the Resolution be adopted and x PEMT N G -N upon roll call there were: x SELZER 'J Passed and approved this 3rd day of x VEVERA August 19 76 W' CITY OF IOWA CITY, IOWA John Balmer Carol deProsse L. P. Foster CITY COUNCIL Mary C. Neuhauser Mayor CITY MANAGER Neal G. Berlin David Perret Max Selzer Robert Vevera DEPARTMENT OF FINANCE Patrick J. Strabala Director Thomas J. Struve Purchasing Agent Debbie Rauh Controller i ' TABLE OF CONTENTS The Capital Improvements Programming Process • . • • • • . . . ' Fiscal iii Policy • • • • • • • • • • • • . • • • • • vi ' Resolution Approving CIP . . . . . . . . . . . . . . . . . viii Source of Funds Summary _ . . . . . . . 1 ' Bond Authorization Schedule . . . . . . . . _ . . 2 FY 77 Capital Improvements Budget Summary ' . . . . . . . . . . . . . Projects . . . . . . . . . . . . . . . . . . . 3 . . . . . . 4 FY 77-81 Capital Improvements Program ' Summary Administration . . . . . . . .12 .10 Community Development . . . . . . . . . . . . . . ... . .14 Public Safety Transportation: _ . . . . . . ' .16 ' ' Traffic Control .20 ' ' 20 Mass Transportation . . ...... . . . ...... 24 Airport . . . . . . . . . .. . . 26 Streets & Storm Sewers . . . . . . . . . . . .. ' ' 28 Environmental Protection: . . . . . . . . . 38 . . Pollution Control • . • • . . 38 Water Treatment . . . . . . . . . Leisure & Cultural Opportunities:: . . . . . . . . . .40 . 46 ' Parks & Recreation Library . . . . . . . . . . . .46 . . . . . .50 ' ii 111E CAPITAL DipRwmws PROGRADMING PROCESS PLANNING AND PROGRMTIING CONSIDERATIONS is the planning, coordination, and scheduling of public physical Capital Improvements Programming a of years. The scheduling is developed according to improvements for a community over period based on need,, desire and importance of such improvements to the community within to design and priorities the constraints of the City's ability to finance as well as having the staffing is legislative and management 'tool to facilitate administer the projects. Essentially the CIP a of public improvements over a five-year period. the scheduling, planning and execution of a series usually the development of a CIP begins with and proceeds from a current or recently updated and desires of the community over an Comprehensive Plan. The plan presents an analysis of needs translates these into prescribed action programs and intermediate to long range time span, and be by city government. As an element of the Comprehensive Plan, determine services that can performed a Community Facilities Study would analyze the various city services and facilities to would need to be their adequacy; and to develop recommendations where services or facilities initiated. These recommendations would thenassist in improved and where others would. need to be needed public capital improvements as well as providing a framework for initiall}' proposing scheduling the majority of proposed projects. prioritizing and ' In that a new comprehensive plan is in the developmental stage, the process for this current to develop a list of CIP has necessarily.deviated from the above procedure. The first step was deliberations, staff/departmental needs surveys,.consua, ' projects that reflected Council CIP ocum ent and citizens' suggestions. These were then assembled into a preliminary February1, reports, and to Council on February 2, 1976. The Council held public informal sessions on the preliminary projects presented February 5, and May ;17 for the:purpose of obtaining citizen input concerning be undertaken during FY 77-81. and to determine the schedule of projects to The major change made to the preliminary CIP was the deletion of'all proposed urban renewal related the Eastham, Bechtoldt, projects from the final FY 77-81 CIP document because of the impact of resulting uncertainties regarding the urban renewal project. Smithfield vs. City litigation and the It is anticipated that revised urban renewal projects will be.included in subsequent.CIP's as Soon projects will ' as the current uncertainties are resolved. The inclusion of revised urban renewal of all projects as they relate to the identified necessitate a thorough review and reprioritizing funding limitations and City Council intentions. This final FY 77-81 document the City community needs, is direct result of the Ci.ty Council's deliberations and decisions, and it reflects ' a Council's intentions regarding future capital improvement projects. ' iii FISCM, POLICY CQVSIDJ 7iATIgYS The concept of critical for f sound Financial I Capital Imp success Planning is of of f-rovement Pro aF an program whether it importance withinsthe ext cin those Outlay is Ysete n Bete°n Oft(b) the or p= vateca qs aannuiR, and is five outla result ' limitations, both Yeathat t wash been o deal with schedul'ng of capital outla lt, the the as Policy those Ys and Y by the established h the Ci Programs the latter City Council as a ty s f• for comp limitation guide Y State law Inancial resource completion Of a fiscal to which the to future Cit and those that service c General that is aimed City Council addressed and have been ad fiscal Obligation at controllin itself c 1973 by opted 1.Poli Y can be expected top °Vie to finance ina ce talegulat1expene property tax le Ormal debt adoption property advantages: Adherence for , Y prix le gad ges: this limit rel be t'Y for debt service increase at pr for and regulated on which there an even controlled to either is no State IMPOsed , Z. Investors rate. remain relativel maximum rely on .interest Cit Y constant or to it in mak' In Y of Iowa City bonds ' determiniuig the ?te decisions on whether to b can refer to a fiscal policy has a stro ter rate that the id obi refer Poli 3 Plat rating, bearing on the City�s1abilitdY to formally approved the � a in and �g for improve ' cal Nearly alwaysPublic improvements °n its Ye in whisurds are spent foroen�liy takes amounts of actual co engineering Place over a period of ' money which will ruction takes a and f.sc l Years. facilities public be spent for place. The fiscal way Prior to the the dryand s on those improvements planning andineral Years in the�futurecy an establish city,s financial Y Projects wluch can it Possible' to best limitations, be financed tO concentrate time 4' and constructed within, or additional in: itional rove advantage of a formal fiscal o ' indebtedness permitted sources in future policy is to demonstrate for additional Public impro ementsuch a iscal poi cY ars gainsth he eXpenditurthe need . much greater need 1, iv I ' APPLICATrON OF FUNDS The funding of the projects included in the FY 77-81 CIP major categories of: has been categorized .into the four L Operating Revenue, ' 2. Bond Issues - General Obligation and Revenue, 3. State and Federal Grants - Grants for specific projects, and 4. Special Revenue - Revenue whose use is restricted to specific types of projects. The City has strived to secure and utilize funds other than operating revenue and general obligation bonds to the maximum extent practical, and utilize general obligation debt within the parameters of the fiscal policy. As the "Summary by'Source of Funds" chart on page 1' illustrates, operating revenue and general obligation bond debt account for 29.9% of the funding for the five year FY 77-81 CIP. Of the remaining sources, revenue bond debt accounts for 1% of the five year total, state and federal grants account for 55.3% of the five year total, and special revenue accounts for the remaining 13.8% of the projected five year total of $39,321,790. The projected issuance and use of general obligation bond -debt is within the ' limitations of the current adopted fiscal policy and a review of our financial position by the Moody's Investment Service in July reaffirmed our Aaa, general obligation'bond'rating.— v FISCAL POLICY 1 CITY OF IOWA CITY, IOWA ANNUAL OPERATING EXPENDITURES ' 1. Balanced Budget: The budget of the City of Iowa City shall be drawn so that estimated ' revenues .Uidanticipated expenditures arc equal. (State law requirement) 2. Tax Ceiling: We budget of the City of Iowa City shall be drawn so that tax revenue in the gen- eral operating, or "seven functional," funds do not require a tax levy of more than 30 mills. (State law , requirement) CAPITAL EXPENDITURES 1. Definition: Current year expenditures (first year of the five year Capital Improvement Program) for all public improvements and their preliminary studies and the acquisition of property or equipment .for a new public improvement shall be defined as "Capital Expenditures' and,'shall be financed under the provisions of this fiscal policy and planned in terms, of the five year Capital Improvement Program, 2. Project Analysis: A clear distinction shall be made between tax supported and self-supported loans. All projects supported by self-supported loans must demonstrate ability to develop suffi- cient income to repay their cost. ' 3. Maximum limitations on General Obli ation Bonds: The following two maximum limitations shall apply to General 0 ligation bon s: ' a. Debt Limit: Debt pledged as a general obligation of the City of Iowa City shall not excee 5% of the market value of the taxable property within the corporate limits as established by the City Assessor, (State law requirement) b. Borrowing Reserve: A minimum of 20% borrowing reserve, or debt margin, shall be rained to meet emergencies. main- 4. Ceiling on Debt Service: Debt Service charges payable from the general tax levy shall not exceed 25% of-that — levy in any one fiscal year. S. Tax Su orted Loans; New tax supported loans (General Obligation Bonds) shall not exceed an average of 1,recurr0 in any of the years of the Capital Improvement Program except for selected projects of a non-recurring type. ' vi. CAPITAL EXPENDITURES (CONT'p) <" ' 6. Pa -As-You-Go Financin ; least equal to 10 o In addition to the $1,000 for a total of the tax su ,000 in tax supported to ?J supported loans shall be financed from currentno, an amount at 51,100,000 available annually to finance capital expenditures. 7, Bond Issues• operating funds Tax supported loans shall have maximumshall be Of a amatuurities ype and ofnZpal obligations of the ' maturity schedule shall provide for City of Iowa City, to maturity• payment of Years. Insofar as it is practical principal in equal installments over t the B. Outstandin the Debt: The outstanding general obligation debt of leveled off at the earliest Possible date. the City of Iowa Cit s This fiscal Y sha11 be ' 1973, Policy was adopted b t' y motion of the City Council at its regular meetin l 8': 0£ June S, City Clerc City of Iowa City. Iowa' vii RFSOLUTION, N0. %f - -42 9 / RF.SOLUrim APPROVING CAPITAL INIPROJiai - S PROGRAM FOR TIM CITY OF IOWA CITY, I01A FOR TILE FISCAL YEARS 1977 T11ROUGII 1981. WERE1S, the City Council of the City of Iowa City, Iowa deems it in the public interest and in the interest of good and efficient government for the City of Iowa City, Iowa, to adopt certain capital improvements planning, subject to annual review and revision: NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF TIM CITY OF IOWA CITY, IOWA: 1. That the City Council of the City of Iowa City, Iowa, does hereby adopt as its Capital Improvements Program for the fiscal years 1977 through 1981, the Capital Improvements Program which is attached to this Resolution and by this reference made a part hereof. It is understood by the City Council of the City of Iowa City, Iowa that said 1977 through 1981 Capital Improvements Program is subject to annual review and revision consistent with good planning and operating practices of the City of Iowa City, Iowa; that this resolution is an expression of the Council's legislative intent for future projects and planning for the City of Iowa City, Iowa; and the anticipated means of financing said projects, subject to applicable laws and elections upon financing by the voters of the City of Iowa City, Iowa. 2. The City Clerk is hereby authorized and directed to certify copies of this Resolution and the appropriate Capital Improvements Program adopted to all governmental agencies as required by law. A AYES: NAYS: ABSENT: �IlUh III C. 0A l A LL o f x BAIMER MAYOR DE PROSSE ATTEST: L !; - �i ;.� X FOSTER City Clerk NEUIUUISER .iiii �z �u�--E�-L'=�'^' X FERRET' "'.t.�A/C�sLC�L. SELZER Passed and approved /this _ j �( day of x VEVFRA 19 '7,6 . viii RESOLUTION NO. 76-262 The meeting was called to order by btary Neuhauser-1 Mayor, and on roll call the following Council Members were present: John Balmer, L. P. "Pat" Foster, Mary C. Neuhauser, Max Selzer, Robert Vevera Absent: Council Member Carol deProsse, Dave Perret Foster introduced the following Resolution entitled "RESOLUTION AUTHORIZING AND PROVIDING FOR THE ISSUANCE OF $285,000.00 GENERAL OBLIGATION ESSENTIAL CORPORATE PURPOSE BONDS AND LEVYING A TAX TO PAY SAID BONDS" and moved that it be adopted. Council Member Selzer seconded the motion to adopt, and the roll being called thereon, the vote was as follows: AYES: Balmer, Foster, Neuhauser, Selzer NAYS: Vevera Whereupon, the Mayor declared said Resolution duly adopted as follows: -2- ANLERS• GOONEY. DORWEILER. HAYNIE N SMITN. LAWYERS. DES MOINES. IOWA 0 0 RESOLUTION NO. 76-262 RESOLUTION AUTHORIZING AND PROVIDING FOR THE ISSUANCE OF $285,000.00 GENERAL OBLIGATION ESSENTIAL CORPORATE PURPOSE BONDS AND LEVYING A TAX TO PAY SAID BONDS WHEREAS, the City of Iowa City, in the County of Johnson, State of Iowa, sometimes hereinafter referred to as the "City" or "Municipality", was duly incorporated, organized and exists under and by virtue of the laws and Constitution of the State of Iowa; and WHEREAS, the City has designated the City Treasurer to act as the financial officer of said City with respect to the registration and payment of its bonds and interest thereon; and WHEREAS, said City is in need of funds to pay costs of construction of street and sidewalk improvements, the acquisition and installation of traffic control devices and storm sewers at various locations within the City of Iowa City, including such improvements in connection with projects designated as the Washington Street Mall, Asphalt Resurfacing Improvement Program, Highway 6-218-1 Intersection Improvements, East-West One Way Couplet Project $1 and Highway 6-218 Storm Sewer Project, and it is deemed necessary and advisable that said City should issue its General Obligation Essential Corporate Purpose Bonds to the amount of $285,000.00, for said purpose; and WHEREAS, pursuant to notice published as required by Section 384.25 of said Code, the Council of said City has held a public meeting and hearing upon the proposal to institute proceedings for the issuance of said bonds, and the Council is therefore now authorized to proceed with the issuance of said bonds; and -3- AHLERS. GOONEY. DORWEILER. HAYNIE A SMITH. LAWYERS. DES MOINES. IOWA WHEREAS, pursuant to the provisions of Chapter 75 of the Code of Iowa, 1975, the above mentioned bonds were heretofore sold at public sale and action should now be taken to issue said bonds conforming to the terms and conditions of the best bid received at the advertised public sale: NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: Section 1. That in order to provide a fund to pay the principal and interest on the bonds hereinafter authorized to be issued and pursuant to the authority granted by Chapter 76 of the Code of Iowa, 1975, there is hereby levied a sufficient annual tax for the years 1976 to 1980, inclusive, said tax being in the following amounts, to -wit: FISCAL YEAR (JULY 1 TO JUNE 30) YEAR OF AMOUNT YEAR OF COLLECTION: 1976 $105,692.00 1977/1978 Fiscal Year 1977 $ 58,450.00 1978/1979 1978 $ 56,250.00 1979/1980 1979 $ 54,250.00 1980/1981 1980 $ 52,125.00 1981/1982 (NOTE: Reference to "year of levy" is to the year of the assessed valuations against which the tax levy will be made. For example the 1976 levy e ywillto be made and certified in 1977, will be app licablethe taxable valuations of January 1, 1976, and will be collected during the fiscal year commencing July 1, 1977.) Section 2. Said tax shall be collected each year at the same time and in the same manner as, and in addition to, all other taxes in and for said Municipality, and when collected they shall be converted into a fund to be known as the "ESSENTIAL CORPORATE PURPOSE BOND FUND 1976", which is hereby pledged for and shall be used only for the payment of the principal and interest of the bonds hereinafter -4- AHLERS, GOONEY. DORWEILER. HAYNIE N SMITH. LAWYERS. DES MOINES. IOWA 0 0 authorized to be issued; and also there shall be apportioned to said fund its proportion of taxes received by the City from railway, express, telephone and telegraph companies and other taxes assessed by the Iowa State Department of Revenue. Section 3. All moneys held in the Bond Fund, provided for by Section 2 of this Resolution shall be deposited in banks which are members of the Federal Deposit Insurance Corporation and the deposits in which are insured thereby and all such deposits exceeding the maximum amount insured from time to time by FDIC or its equivalent successor in any one bank shall be continuously secured by a valid pledge of direct obligations of the United States Government having an equivalent market value. Section 4. That General Obligation Essential Corporate Purpose Bonds of said City in the amount of $285,000.00, be issued pursuant to the provisions of Section 384.25 of the City Code of Iowa for the aforesaid purpose; that said bonds be designated "GENERAL OBLIGATION ESSENTIAL CORPORATE PURPOSE BOND", that they be 57 in number, dated August 1, 1976, and shall bear interest from the date thereof, until payment thereof, payable December 1, 1976, and semiannually thereafter on the 1st day of June and December in each year until maturity as follows: bonds numbered 1 to 7, inclusive, shall bear interest at the rate of 4.00% per annum, bonds numbered 8 to 27, inclusive, shall bear interest at the rate of 4.40% per annum, bonds numbered 28 to 37, inclusive, shall bear interest at the rate of 4.00% per annum and bonds numbered 38 to 57, inclusive, shall bear interest at the rate of 4.25% per annum. -5- AHLERS. COONEY. DORWEILER. HAYNM A SMITH. LAWYERG. DEa MOINE6. IOWA Said bonds shall be signed by the Mayor and attested by the Clerk, and the seal of said City affixed, and certificate of registration endorsed thereon; that interest on said bonds be evidenced by coupons thereto attached and maturing on the several days when such interest matures; such interest coupons may be executed with the original or facsimile signature of the Clerk; that principal and interest be payable at the office of the Treasurer in said City; that said bonds be numbered from 1 to 57, both numbers inclusive, and be in the denomination of $5,000.00 each. Said bonds shall mature on June 1st in each year as follows: Bond No. Amount Year of Maturity 1 to 7, both incl. $35,000.00 1977 8 to 17, $50,000.00 1978 18 to 27, $50,000.00 1979 28 to 37, $50,000.00 1980 38 to 47, $50,000.00 1981 48 to 57, $50,000.00 1982 Section 5. That upon presentation at the office of the City Treasurer of any of said bonds, same may be registered as to principal in the name of the owner, on the books in the office of said official, such registration to be noted on the reverse side of the bonds by said official, and thereafter the principal of such registered bonds shall be payable only to the registered holder, his legal representatives or assigns. Such registered bonds shall be transferable to another registered holder, or back to bearer, only upon presentation to said official with a legal assignment duly acknowledged or proved. Registration of any such bonds shall not affect the negotiability of the coupons thereto attached, but such coupons shall be transferable by delivery merely. -6- AHLERS, GOONEY. DOPWEILER. HAYNIE N SMITH. LAWYERS. DES MOINES. IOWA 0 0 Section 6. That said bonds and the coupons annexed thereto, shall be in form substantially as follows: (FORM OF BOND) UNITED STATES OF AMERICA STATE OF IOWA COUNTY OF JOHNSON CITY OF IOWA CITY GENERAL OBLIGATION ESSENTIAL CORPORATE PURPOSE BOND No. $5,000.00 The City of Iowa City, Iowa for value received, promises to pay to bearer FIVE THOUSAND DOLLARS, lawful money of the United States of America, on the 1st day of June, 19 , with interest on said sum from the date hereof until paid at the rate of % per annum, payable on December 1, 1976, and semiannually thereafter on the 1st day of June and December in each year, on presentation and surrender of the interest coupons hereto attached, both principal and interest payable at the office of the Treasurer of Iowa City, Iowa. This bond is issued by the City of Iowa City, Iowa, pursuant to the provisions of Section 384.25, of the City Code of Iowa, for the purpose of paying costs of construction of street and sidewalk improvements, the acquisition and installation of traffic control devices and storm sewers at various locations within the City of Iowa City, in conformity to a Resolution of the Council of said City, duly passed and approved. This bond is fully negotiable but may be registered as to principal only in the name of the holder on the books of said City in the office of the Treasurer such registration -7- ANLERS, GOONEY. DORWEILER. HAYNIE & SMITH, LAWYERS, DES MOINES, IOWA to be endorsed by notation on the back hereof by said official, after which no transfer shall be valid unless made on said books and similarly noted hereon, but it may be discharged from said registration by being transferred to bearer, after which it shall be transferable by delivery but it may again be registered as before. The registration of this bond as to principal shall not restrain the negotiability of the coupons by delivery merely. And it is hereby represented and certified that all acts, conditions and things requisite, according to the laws and constitution of the State of Iowa, to exist, to be had, to be done, or to be performed precedent to the lawful issue of this bond, have been existent, had, done and performed as required by law; that provision has been made for the levy of a sufficient continuing annual tax on all the taxable property within said City for the payment of the principal and interest of this bond as the same will respectively become due; that the faith, credit, revenues and resources and all the real and personal property of said City are irrevocably pledged for the prompt payment hereof, both principal and interest; and the total indebtedness of said City, including this bond, does not exceed the constitutional or statutory limitations. IN TESTIMONY WHEREOF, said City, by its Council, has caused this bond to be signed by its Mayor and attested by its Clerk, with the seal of said City affixed, and the coupons hereto attached to be executed with the facsimile signature of said Clerk, which official, by the execution of this bond, does adopt said facsimile signature appearing on said coupons, all this 1st day of August, 1976. ATTEST: Mayor AHLERE. GOONEY. DORWEILER. HAYNIE 6 SMITH. LAWYERS. OEe MOIN96. IOWA 0 (FORM Or COUPON) 0 The Treasurer of the City of Iowa City, Iowa, will pay to bearer $ on the 1st day of 19 , at his office in the City of Iowa City, Iowa, for months' interest on its General Obligation Essential Corporate Purpose Bond, dated August 1, 1976, No City Clerk And on the back of each bond there shall be endorsed a certificate of the Treasurer in the following form: (FORM OF CITY TREASURER'S CERTIFICATE) This bond has been duly and properly registered in my office as of the 1st day of August, 1976. Treasurer of Iowa City, Iowa There shall also be printed on the back of the bonds the following form of registration: Date of Registration In Whose Name Registered Signature of City Treasurer Section 7. That principal and interest coming due at any time when the proceeds of said tax on hand shall be insufficient to pay the same shall be promptly paid when due from current- funds of said City available for that purpose and reimbursement shall be made from such special fund in the amounts thus advanced. -9- AHLERe. GOONEY. DORWEILER. HAYNIE 6 SMITH. LAWYERS. DES MOINES. IOWA 0 • Section 8. That this Resolution constitutes a contract between said City and the purchaser of the bonds; that when said bonds have been executed as aforesaid, they shall be delivered to the Treasurer of said City, who shall register the same in a book provided for that purpose and shall thereupon deliver said bonds to the purchaser thereof, as directed by the Council. Section 9. That a certified copy of this Resolution be filed with the County Auditor of Johnson County, Iowa, and that said Auditor be and he is hereby instructed in and for each of the years 1976 to 1980, both years inclusive, to levy and assess the tax hereby authorized in Section 1 of this Resolution, in like manner as other taxes are levied and assessed, and that such taxes so levied in and for each of the years aforesaid be collected in like manner as other taxes of said Municipality are collected, and when collected be used for the purpose of paying principal and interest on said bonds issued in anticipation of said tax, and for no other purpose whatsoever. Section 10. That there be printed on the back of each bond herein authorized to be issued, a copy of the legal opinion of Ahlers, Cooney, Dorweiler, Haynie & Smith, Attorneys, of Des Moines, Iowa, under the certificate of the Clerk certifying the same as being a true copy thereof, said certificate to bear the facsimile signature of said Clerk. -10- AHLERS. GOONEY. DORWEILER. HAYNIE H SMITH. LAWYERS. DEB MOINES. IOWA 0 0 Section 11. The City, as issuer, covenants that no use will be made of the proceeds from the issuance and sale of the bonds issued hereunder which will cause any of the bonds to be classified as arbitrage bonds within the meaning of Section 103.(d)(2) of the Internal Revenue Code of the United States and that throughout the term of said bonds it will comply with the requirements of said statute and regulations issued thereunder. Pursuant to said statute and regulations, it is hereby certified that the issuer reasonably expects that: (a) The issuer within six months from the date hereof will have incurred substantial binding obligations to commence or acquire the project and each project included herein to be financed hereby. (b) The original proceeds of the bonds issued hereunder will not exceed the costs of said project by more than five percent. (c) At least 85% of the spendable proceeds of the bonds, including investment proceeds, will be expended to pay the cost of the project within three years following the date of the bonds. (d) Work on the project is expected to be commenced following the incurrance of the substantial binding obligation referred to in (a) above, and to proceed thereafter with due diligence to completion. (e) The project has not been and is not expected to be sold or otherwise disposed of in whole or in part prior to the maturity of the bonds. (f) Accrued interest received upon the sale of the bonds will be applied to the first interest due thereon. (g) Any temporary notes issued in anticipation of the bonds will be retired coincidently with the date of issue of the bonds and at all events within three months thereof. To the best knowledge and belief of the issuer, there are no facts or circumstances that would materially change the foregoing statements or the conclusion that it is not expected that the proceeds of the bonds will be used in a -11- AHLEnr. COONEY. DORWEILER. HAYNIE R SMITH. LAWYERS. DEE MOINES. IOWA manner that would cause the bonds to be arbitrage bonds. The Treasurer is hereby directed to deliver a certificate at issuance of the bonds to certify as to the reasonable expectation of the issuer at that date. Section 12. If any section, paragraph, clause or provision of this Resolution be held invalid, such invalidity shall not affect any of the remaining provisions hereof, and this Resolution shall become effective immediately upon its passage and approval. Section 13. That all ordinances and resolutions and parts of ordinances and resolutions in conflict herewith are hereby repealed. PASSED AND APPROVED this 3rd day of August 1976. ' ATTEST: Clerk+ -12- AHLERS, COONEY, DORWEILER, HAYNIE & SMITH, LAWYERS, DEE MOINES, IOWA RL•SOLUFION N0. 76-263 RESOLUTION AUIIIORIZING EXECUTION OF CONTRACT IBIEREAS, the City of Iowa City, Iowa, has negotiated a contract with Wehner, Nowysz, and Pattschull , a copy of said contract being attached to this Resolution and by this reference made a part hereof, and hTEREAS, the City Council deems it in the public interest to enter into said contract for design services to remodel the lower level of the Police station to accommodate women's locker and sanitary facilities and provide proper ventilation for the rifle range NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL: 1. That the Mayor and City Clerk are hereby authorized and directed to execute the Agreement with Wehner, Nowysz and Pattschull 2. That the City Clerk shall furnish copies of said Agreement to any citizen requesting same. It was moved by Foster and seconded by _Belzer the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: i x BALMER x dePROSSE x FOSTER x NEUHAUSER x PERRET x SELZER 7ibain VEVERA Passed and approved this 3rd day of August 1976.. Mayor ATTEST: City Clerk 1 CCG • A_ G R E E M E N T e.c This Agreement, made and entered into this 3 day of 1976, by and between the Cit municipal corporation he y Of Iowa City, a hereinafter referred to as the City and 14ehner, Nowysz, and Pattschull, Inc. of Iowa City, Iowa,_ hereinafter referred to as the Consultant. Now, THEREFORE, it is hereby agreed by and between the parties hereto that the City does retain and employ the said Consultant to act for and represent it in all matters involved in the terms of this Agreement. Such contract of employment to be subject to the following terms and conditions and stipulation, to -wit: Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts: a. To discharge from employment or refuse to hire any individual because of their race, color, religion, sex or national origin. b. To discriminate against any individual in terms, condition, or privileges of employment because of their race, color, religion, sex, or national origin. I• SCOPE OF SERVICES The Consultant agrees to provide basic architectural services in a. project to remodel the lower level of the police station, thereby providing locker and sanitary facilities for both male and female Police officers and further to provide a proper ventilation system for the police rifle range. Generally, the services shall include: A. Plans, specifications and estimate; arrd•- B. Inspection of work progress. A. Plans, Specifications and Estimate Upon execution of this document, the Consultant shall proceed with final design for remodeling in conformance with the revised scheme A, a preliminary plan submitted by the Consultant, of which both City and Consultant have copies. Items and sequence Shall be as follows: I. Preparation of detailed contract drawings; r,_ 12 96 Agreement Page 2 • 2. Preparation of specifications, contract documents and estimates. The Consultant will coordinate with the human relations department to insure that all non-discrimination, equal opportunity statements and/or the City's affirmative action programs are included in the contract documents; 3. Furnish the City with 2 initial draft copies of specifications and contract drawings for review purposes and 10 finalized copies of same for bidding purposes; and 4. The Consultant shall assist the City in securing bids and in preparation of formal documents for the award of a contract. B. Inspection The Consultant shall provide the following services under this phase: 1. Consultation and advice to the City during construction; 2. Preparation of supplementary sketches required to resolve actual construction conditions encountered; 3. Review laboratory reports, materials, etc; 4. Make periodic visits (at least once daily) to insure that the intent of the plans and specifications are being implemented in the construction process; 5. Determine amounts owed to the Contractor and issue certificates of payment in such a manner as to comply with the provisions of Chapter 573 of the Code of the State of Iowa. The issuance of a certificate of payment shall constitute a representation by the Consultant to the City that work has progressed to the point indicated and that to the best of the Consultant's knowledge, the quality of the work is in accordance With the construction contract documents; 6. Provide a final inspection report to the City on completion of the project. 7. The Consultant and the City shall discuss interpretations of the requirements of the construction contract documents. The Consultant shall have authority to act on behalf of the City; however, final decisions on any matter shall rest with the City; Agreement • • Page 3 B. The Consultant shall have the authority to reject work which does not conform to the contract documents; 9. The Consultant shall process any change work orders, which shall be effective only after being signed by the City's representative; and 10. At the end of the project, the Consultant shall provide as -built record drawings of the completed project. II. TIME OF COMPLETION The Consultant shall complete phase A (plans, specifications and estimate) within 42 days after the execution of this document. All other aspects are dependent upon action by the City, but will be fulfilled in a timely manner upon authorization to proceed. III. GENERAL TERMS 1) Should the City abandon the project before the Consultant shall complete the work contemplated by this Agreement, said Consultant shall be paid on the basis of direct hourly rates as herein attached for the various classes of personnel actively engaged on the project for all work completed and for all work and services performed up to the time of termination. Either party may terminate this Agreement upon 30 days notice. i 2) This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto. Provided, however, that no assignment shall be made without the written consent of all parties to said agreement. 3) It is understood and agreed that the employment of the Consultant by the City for the purposes of said project shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the project. Said Consultant shall be responsible for the compensation, insurance and all clerical detail involved in their employment. 4) It is aorcod by the City that all records and files pertaining to information needed for the said project will be made available by said City upon request of the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. Agreement • • Page 4 5) It is further agreed that no party to this Agreement will perform contrary to any State, Federal or County law or any of the Ordinances of the City of Iowa City, Iowa. 6) It is further agreed that in the event of any disagreement as to the meaning or scope of this Agreement that cannot be worked out to the mutual satisfaction of both parties concerned, the disagreement shall be referred to a three member arbitration panel with one member selected by the City, one selected by the Consultant and the third to be selected by the two arbitrators. Each party will be finally and fully bound by the decision of the arbitration panel and said panel shall have full authority to allocate the cost of such arbitration between parties. Nothin herein shall be construed as preventing subsequent appeal to a court of law from the decision of the arbitrators, but such cost and expenses of said appeal shall be borne by the appealing party. 7) The Consultant shall attend such meetings of the City Council relative to the work set forth in this contract as may be requested by the City. Any requirements made by the above named representatives of the City shall be given with reasonable notice to the Consultant so that he may attend. Such requests shall be made in writing to the Consultant. 8) 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 the cost and without restriction or limitation as to their use. 9) The Consultant agrees to furnish all -reports-and/orr drawings with the seal of a Professional Engineer or Architect affixed thereto where such seal is required by law. 10) The City avrees to tender to the Consultant all fees and money in accordance with the schedule that follows except that failure by the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment in the amount sufficient to properly complete the project in accordance with this Agreement. Agreement Page 5 • 11) Should any section of this contract be found to be invalid, it is agreed that all other sections shall remain in full force and effect as though severable from the part invalid. 12) Direct personal expense for the purposes of this contract shall be defined as hourly wage plus retirement and fringe benefits. Said Consultant shall, upon demand, furnish receipts therefore or certified copies thereof. 13) Records of the Consultant's Direct Personnel, Consultant and Reimbursable Expenses pertaining to the project, and.records of accounts between the Owner and the Contractor, shall be kept on a generally recognized accounting basis and shall be available to the Owner or his authorized representative at mutually convenient times. 14) All reimbursable outside expenses are in addition to the fees for Basic Services and include actual expenditures made by the Consultant, his employees, or his consultants in the interest of the Project for the following incidental expenses listed: a) b) C) Expense of transportation and living when traveling in connection with the Project, for long distance calls, and telegrams for extraordinary work requested by the Owner. Expense of reproduction, postage and handling of Drawings and Specifications, excluding copies required under scope of services. Fees paid by Consultant for special consultants employed with City's approval for services other than those normally provided by {9ehner-Nowysz-Pattschull. 15) Should litigation arise from the construction of this project, the Consultant shall assist the City as an expert -witness. ----Fees for such services would be as shown for basic services contained herein. IV. COMPENSATION FOR SERVICES 1) The City agrees to pay the Consultant for services stated in phase A and.B at the rate of 2.2 times the Direct Personnel Expense. The DirCct Perz,^--cl Expense of all personnel associated with this project shall be attached as Exhibit A. The City agrees to reimburse the Consultant for all outside expenses at costs. The Consultant shall furnish receipts of all outside expenses. 4 Agreement Page 6 . • The total fee for phase A and B listed under scope of services shall not exceed $3,000.00 . 2) Fees will be due and payable monthly. 3) All provisions of the Agreement where not specifically defined shall be reconciled in accordance with the highest ideals of the engineering profession and the Code of Ethics therefore as set forth in the 1972 Suggested Guide for Selection and Compensation of Consulting Engineers and Land Surveyors, published by the Iowa Engineering Society` and the Consulting Engineers Council of Iowa; and/or those professional ideals as established in the 1964 edition of the Standards of Profession. Practice, AIA Doc. No. J330. The undersigned do hereby covenant and state that this contract is executed in triplicate as though each were an original and that there are no oral agreements that have not been reduced to writing in this instrument. It is further covenanted and stated that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement nor have any of the above been implied by or for any party to this Agreement. FOR THE CITY: ATTEST: pity Clerx FOR THE CONSULTANT: ATTEST: i ��1i?or L/� I u AGREEMENTS/CONTRACTS 1?13 n u Attached are unexecuted copies oflr��.'� ^ ( 1 (��-� ) as signed by the Mayor. Aftertheir execution by the second party, please route n r G 2 3) is to be responsible for completion of this procedure. Abbie Stolfus City Clerk \C�' :f 1 the City Coun and • RESOLUTION N0. • RESOLUTION PROHIBITING PARKING ON THE SOUTH SIDE OF JEFFERSON STREET BETIYETN EVANS STREET AND THE RALSTON CREEK BRIDGE the Ordinances of the City of Iowa City, Iowa, I to prohibit parking by resolution on desiana prohibWHEREAS, tparh e City kingo}�the Council Southsideems it in the of Jefferson Street b Street and the Ralston Creek Bridge, IOWA: NOW THEREFORE BE IT RESOLVED 1) That Jefferson Street betieensEvans bStr 2) That the City Ma cause appropriate signs to this Resolution. It was moved by that the Resolution a7 AYES: NAYS: AB ENT: ow streets, t to Evans CITY COUNCIL OF IOWA CITY, ted on the South side of d the Ralston Creek Bridge. r is hereby authored and directed to posted to effectua the the provisions of BALMER dePROSSE FOSTER NEU] IAUSI:R PERRET SELZER VEVERA and seconded a and upon roll�a t ere were. • RESOLUTION NO. 76-264 RESOLUTIONr AUTHORIZING EXECUTION OF CO\TRACT 1%90the City of Iow Powers -Willis City, Iowa, has negotiated a contract with -iYillis T, Associates a copy of said contract being attached to this Resolution and by this reference made a part hereof, and RIIEREAS, the City Council deems it in the public interest to enter into said contract for design services and various other services to Construct nrniertc n i a and a detention and erosion control. NOW ITIEREFORE, BE IT RESOLVED By THE CITY COUNCIL: P.A:- on storm water ton 1. That the Mayor and City Clerk are hereby authorized and directed to execute the Agreement with Powers -Willis $ Associates 2. That the City Clerk shall furnish copies of said Agreement to any citizen requesting same. It was moved by Selzer and seconded b• the Resolution be adopted, and upon roll call there were: y Foster AYES: NAYS: ABSS�rT: x BALMER x dePROSSE x FOSTER NEUHAUSER x x PERRET x SELZER VEVERA Passed and approved this 3rd day of August y 1976. -ILD W d ddd�cA I n t 7 Mayor .1716ST: City Clerk P AGREEMENT 0 L"d This Agreement, made and entered into this -5iz day of , 19 rJ6 , by and between the City of Iowa City, a municipal corpo ation, herein ter referred to as the City and Powers -Willis, and Associates of Iowa City, Iowa, hereinafter referred to as the Consultant. NOW, THEREFORE, it is hereby agreed by and between the parties hereto that the City does retain and employ the said Consultant to act for and represent it in all matters involved in the terms of this agreement. Such contract of employment to be subject to the following terms and conditions and stipulations, to wit: Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. a. To discharge from employment or refuse to hire any individual because of their race, color, religion, sex or national origin. b. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex or national origin. I. SCOPE OF SERVICES This Scope of Services shall be comprised of three (3) main work elements. The three (3) work elements are: A. Improvement Projects; B. Preparation of Environmental Review Records; C. Implementation of Stormwater Management Ordinance. A. IMPROVEMENT PROJECTS On page 77 of the March 5, 1976 report, entitled "Ralston Creek Watershed Management Plan" several projects were listed as partial interim solutions for flooding on Ralston Creek, The Consultant will be responsible for the preliminary phase, the design phase and the construction phase of the following projects: 1. Elevated sanitary sewer removal under Benton St. bridge, 2. Elevated sanitary sewer removal at Court/Van Buren St., 3. Retaining wall removal at Johnson St., 4. Dredging at Rock Island Railroad bridge, 5. Dredging at Center Avenue bridge, 6. Stormwater facility at Iowa/Illinois Gas and Electric site, 7. Stormwater facility at Happy Hollow Park, S. Stormwater facility at three (3) Hwy. H1 sites. The services required under the preliminary phase, the design phase and the construction phase are further defined below: Preliminar Phase - This phase of each project will more definitely Te -tine tie exact work Co be done. The Consultant will confer with the City to review the basic plan proposed by the Consultant and the Consultant will inspect the site with the Public Works Director, the Community Development Director and the appropriate division head. The Consultant will also obtain and review any construction plans for projects R1 and #2 that the City may have on file. Meetings and contracts with various approving and regulatory agencies and with any utility companies will be done by the Consultant. The City shall be responsible for contact with private landowners and the City shall handle relocation requirements for Project A3. In this preliminary phase the Consultant will prepare 5 sets of a preliminary study and design of each project which will be submitted for review and approval by the City and other required approving agencies, such as the Iowa Natural Resources Council and other agencies as necessary. Preliminary cost estimates for each project will be page 2. • 0 refined frau the data in the Ralston Creek Watershed Management Plan Report. In the preliminary phase, the work elements defined in Section B, Preparation of Environmental Review Records will be completed. Design Phase - After City approval of the preliminary design, cost estimate, and Environmental Review Records and upon written notice to proceed, the Consultant will begin the design phase which will include: a. preparation of detailed contract drawings; b. preparation of specifications, contract documents and final estimates. The Consultant will insure that the contract documents meet all requirements of the City's affirmative action and equal opportunity program. The Consultant will coordinate with the Human Relations Department to insure that all required non-descrimination and equal opportunity statements or affirmative action programs are included in the contract documents. C. furnishing the City with five (5) copies of the specifications and contract drawings for a final review by the City and submittal to other approving authorities. The Consultant will obtain project approval from other agencies after City review and approval. Construction Phase - The Consultant will provide the following services under this p ase upon written notice from the City: a. assist the City in securing bids and provide bid documents for contractors; b. tabulation and analysis of bid results and furnishing recommendations on the award of the construction contracts; C. assistance on the preparation of the formal documents for the award of the contracts; d. consult and advise the City during construction; e. preparation of elementary sketches and supplementary sketches required to resolve actual field conditions encountered; f. checking detailed construction drawings and shop and erection drawings submitted by contractors for compliance with design concept; and g. reviewing laboratory reports, materials and equipment. In addition, the Consultant will do the following field engineering: a. make periodic visits (at least once daily) to the sites to observe the work in progress and provide appropriate reports to the City. The Consultant shall determine the amounts owed to the contractor and shall issue certificates of payment in such a manner as to comply with the provisions of Chapter 573 of the Code of the State of Iowa. The issuance of a certificate of payment shall constitute a representation by the Consultant to the City that work has progressed to the point indicated and that to the best of the Consultant's knowledge the quality of the work is in accordance with the construction contract documents; b. make a final inspection report to the City upon completion of the project; C. the Consultant and the City shall discuss interpretations of the requirements of the construction contract documents. The Consultant shall have the authority to act on behalf of the City; however, final decisions on any matter shall rest with the City; and d. the Consultant shall have the authority to reject work which does not conform to the contract documents. The Consultant shall process change orders. Change orders shall become effective only after they have been signed by the City's representative. Special Services - Upon request the Consultant agrees to furnish special services.Such special services may include: a. soil investigations, including test borings, related analysis and recommendations; page 3. • • b. land surveys, title and easement searches and descriptions of boundaries and monuments and related office computations and draftings; C. technical observation of construction by a full-time resident project engineer or representative and supporting staff as required who will observe the work for compliance with contract documents, and provide drawings of the completed projects; and d. assist the client as expert witness in litigation arising from the development or construction of the project and in hearings before various approving and regulatory agencies. B. PREPARATION OF ENVIRONMENTAL REVIEIV RECORDS For all aforementioned construction projects, an Environmental Review Record will be maintained to meet the Federal,State and local requirements. The Con- sultant will meet the environmental review rules and regulations presented in Federal Reizister, July 16, 1975, pp. 29992-29998,and any amendments thereto. ltant will use the "CDBG Environmental Review Process" prepared by the Department of Community Development, City of Iowa City, as a general guide for the local review record content and procedures. The Consultant will prepare five (5) sets of the following information on each construction project for City review and -approval: I. CDBG project information report, 2. Noise review, 3. Historical review, 4. Comments describing a City staff site visit, S. Acknowledgement of compliance to State environmental regulations, 6. Acknowledgement of compliance to local environmental regulations, 7. Statement of implementation plan regarding mitigating actions and/or future reviews, 8. Completed matrix of environmental parameters, 9. An assessment statement, 10. A statement defining the level of clearance. Thereafter, the City staff will publish the notice of clearance level and the notice of request of funds, observing Federal regulations, and request funds from the HUD office (approximately 45 -day procedure). If the finding is that the project does not significantly affect the environment (no EIS) the Consultant will begin work on the design phase of the project after notice from the City. If the result of the Environmental Review Record process is a finding that an environmental impact statement is needed, the Consultant's work on that particular project shall terminate at this point and no further work on an environmental impact statement shall be undertaken unless an addendum to this contract is prepared. C. IMPLEMENTATION OF STO10VATER MANAGEMENT ORDINANCE In this phase the Consultant shall provide the City with design criteria, procedures and techniques for implementing provisions of the Stormwater Management Ordinance. Initially, the Consultant shall present a Short Course for all interested parties, including consultants, developers and the City Engineering Staff, to present design techniques for stormwater detention. The Consultant shall utilize Bill Lindley as the instructor of this course and as a minimum, the course will cover use of the rational formula including its modifications such as the Ven Te Chow method and any other methods that Bill Lindley of Lindley and Sons considers useful for actual design procedures and theoretical understand- ing of stormwater detention. The Stormwater Management Ordinance has sections relating to dry bottom and wet bottom stormwater detention ponds and other miscellaneous methods of storage. The Consultant will prepare a design manual outlining proposed City specifications for such design considerations as: 1. flat roof storage, 2. street storage, 3. sloping roof storage, page 4. • • 4. sump Pumps, S. storage on plazas, 6. parking lot storage, 7. surface ponds (wet and dry) , B. inlet structures, 9. outlet structures, 10. spillway and bypass design, 11. routing of excess stormwater through developments, 12. sizing of stormwater inlets and pipes in subdivisions and commercial developments, 13. methods and types of bank stabilization, 14. nuisance control in wet bottom ponds, 15. trash control, 16. energy dissipators, 17. storm sewer grates, 18. check dams, 19. subpavement storage, 20. pedestrian considerations, 21. easements, and 22. other important considerations. The Stoimwater Management Ordinance also requires the control of erosion and siltation. The Consultant will prepare a design manual outlining proposed City specifications for erosion and siltation control. Design considerations shall include, but not be limited to the following: Method of sizing sediment basins, Maintenance of sedimentation ponds, Engineered forebay for pond cleaning, Chemical stablizers, with and without mulch, Erosion and sediment control structures, such as: I. check dams, 2. filter berms, 3. filters placed in front of inlets, 4. fiber mulches, S. mulch blankets, 6. netting, 7. contour scarification, 8. natural vegetation, 9. vegetative filter strips, and 10. other methods of silt and erosion control. II - TIME OF COMPLETION The Consultant will complete the phases of this contract within the times listed velow: Work Element A (Preliminary Phase) - The Preliminary Phase, including et n onmental Review Record will be done in the following times: Projects 1, 2, 4, and 5; 60 days after signing of this contract, Projects 3, 6, 7 and 8; 120 days after signing of this contract. Work Element A (Design Phase) - The Design Phase of the project shall be one in t e following times: Projects 1,2, 4 and 5; after acceptance of the Preliminary Phase by the City, the Consultant will complete the design.within 30 days after notice from the City; Projects 3, 6, 7 and 8; after acceptance of the Preliminary Phase by the City, the Consultant will complete the Design Phase within 60 days after notice from the City. Work Element A (Construction Phase) - The Construction Phase of all protects s a be carried out in a prompt manner. Exact time periods will not be stated since speed of construction depends upon factors over which the Consultant has no control. Work Element g (Environmental Review Record) - This will be done in the sametune period as defined under Work Element A (Preliminary Phase). page S. • • Work Element C (Implementation of the Storm Water Mangement Ordinance) - pre iminary raft of the specifications manuals on stormwater detention and erosion control will be completed within 60 days after signing of this contract. After City review, the Consultant will prepare 5 final copies of manuals. The Short Course will be presented within one (1) month after completion of the specification manuals. III GENERAL TEPMS 1. Should the Consultant or the City terminate the contract, said Consultant shall be paid on the basis of direct hourly rates as herein attached times 2.2 multiplier for the various classes of personnel actively engaged on the project for all work completed and for all work and services performed up to the time of termination; however, such sums shall not exceed the "not to exceed" amounts listed in Section IV. Either party may terminate this Agreement upon thirty (30) days notice. 2. This Agreement shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the written consent of all parties to said agreement. 3. It is understood and agreed that the employment of the Consultant by the City for the purposes of said project shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the project. Said Consultant shall be responsible for the com- pensation, insurance and all clerical detail involved in their employment. 4. It is agreed by the City that all records and files pertaining to information needed for said project will be made available by said City upon request of the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. 5. It is further agreed that no party to this Agreement will perform contrary to any State, Federal or County law or any of the Ordinances of the City of Iowa City, Iowa. 6. The Consultant shall attend such meetings of the City Council relative to the work set forth in this contract as may be requested by the City. Any requirements made by the above named representatives of the City shall be given with reasonable notice to the Consultant so that he/she may attend. 7. 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 restriction or limitation as to their use. 8. The Consultant agrees to furnish all reports and/or drawings with the seal of a Professional Engineer or Architect affixed thereto where such seal is required by law. 9. The City agrees to tender to the Consultant all fees and money in accordance with the schedule that follows except that failure by the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment in the amount sufficient to properly complete the project in accordance with this Agreement. 10. Should any section of this contract be found to be invalid, it is agreed that all other sections shall remain in full force and effect as though severable from the part invalid. 11. Direct Personal Expense for the purposes of this contract shall be defined as hourly wage plus retirement and fringe benefits. Said Consultant shall, upon demand, furnish receipts therefore or certified copies thereof. 12. Records of the Consultant's Direct Personal Expense, Consultant Expense and Reimbursable Expenses pertaining to the Project, and records of accounts between the Owner and the Contractor, shall be kept on a generally recognized accounting basis and shall be available to the Owner or his authorized repre- sentative at mutually convenient times. page 6. • • 13. All reimbursable outside expenses are in addition to the fees for Basic Services and include actual expenditures made by the Consultant, his em- ployees, or his consultants in the interest of the Project for the following incidental expenses listed: a. Expense of transportation and living when travelling in connection with the Project, for long distance calls, and telegrams for extra- ordinary work requested by the Owner. b. Expense of reproduction, postage and handling of Drawings and Specifi- cations, excluding copies for Consultant's office use. c. Fees paid for securing approval of authorities having jurisdiction over the project. Fees paid by the Consultant for special consultants employed with City's approval for services other than those defined in this contract. 14. It is agreed that the Department of Housing and Urban Development, the Comptroller General of the United States, or any other duly authorized repre- sentative shall have access to any books, documents, papers and records of the Consultant which are directly pertinent to this specific contract for the purpose of making audit -examination exerpts and transcriptions. IV COMPENSATION FOR SERVICES The City agrees to pay for services stated in this contract on the basis of the following fees: Work Element A, Improvement Projects - The Consultant shall e pai a ee based upon 2.2 x Direct Personal Expense. The total fee for the Preliminary Phase, Design Phase and Con- struction Phase of all improvement projects shall not exceed $17,000. Work Element B, Preparation of Environmental Review Record - e onsu tont shall be paid a fee based on 2.2 x Direct Per- sonal Expense. The total fee for this work shall not exceed $7,500. Work Element C, Implementation of Storm Water Management r finance - e Consultant shall be paid a fee based on 2.2 x Direct Personal Expense. Total cost of this work element shall not exceed $5,000. GENERAL The Direct Personal Expense of all personnel classifications asso- ciated with this project shall be attached as Exhibit A. The City agrees to reimburse the Consultant for outside expenses at cost. The Consultant shall furnish receipts of all outside expenses upon request. The "not to exceed" figures listed in this section refer only to Direct Personal Expense and do not include reimburseables. Re- imburseable expenses are above and beyond the "not to exceed" figure. These fees will be billed and due payable monthly. With each billing the Consultant shall list the individual, the hours worked, and the hourly rate. Billing shall be broken down into the following catagories: Page 7. • • Work Element A - Improvement Projects Preliminary Phase Design Phase Construction Phase Work Element B - Preparation of Environmental Review Record Work Element � - Implementation of Storm Water Afanagement Ordinance Specifications Short Course All provisions of this Agreement when not specifically defined shall be re- conciled in accordance with the highest ideals of the Engineering Profession. The undersigned do hereby state act is as hale not been educedwere original and tthat sthere rare no oraluagreementsted in pthatte, have not been reduced to writing in this instrument. It is further stated that there are no other consideration or monies contingent upon resulting from the execution of this contract nor have any of the above been applied by any party to this Agreement. FOR THE CITY: FOR THE CONSULTAM—_ 7 i ATTEST: ATTEST: v E X H I B I T " A" ATTACHMENT TO CITY OF IOWA CITY AGREEMENT FOR RALSTON CREEK IMPROVEMENTS POWERS-WILLIS AND ASSOCIATES IOWA CITY, IOWA SCHEDULE OF HOURLY RATES For the various personnel of the firm the following schedule of charges for services will apply for all work performed under the agreement for the Ralston Creek Improvements. PWA CLASSIFICATION Clerical Grade A Technician Grade B Technician Grade C Technician Grade D Technician Grade 1 Pre -Professional Grade 2 Pre-Prefessional Grade 3 Pre -Professional Grade 4 Professional Grade 5 Professional Grade 6 Professional (Associate) Grade 7 Professional (Principal) DIRECT PERSONNEL EXPENSE HOURLY RATE X 2.2 MULTIPLIER $ 6.00 7.00 10.00 12.00 14.00 17.00 19.00 21.00 24.00 27.00 29.00 35.00 July, 1976 AGREEMENTS/CONTRACTS Attached are �� unexecuted copies of � C/ f'- 9-7e, as signed by the Mayor. After their execution/by the second party, please route /J 2) Cil L- L�✓ 3) 4) 5) .Ll, i !�=4 e e-� L.i-� is to be responsible for completion of this procedure. Abbie Stolfus City Clerk J RESOLUTION NO. 76-265 RESOLUTION ACCEPTING THE INDRK D5YJLITION F, SITE CLEARANCE CONTRACT 95 CITY/UNIVERSITY PROJECT U.R.-14 m REAS, the Engineering Departaent has recommended that the im- provement covering the demolition and site clearance of the City/University Project U.R.-14 as included in a contract between the City of Iowa City and Bob Madget Inc. of St Joseph Missouri dated October 28th, 1975 be accepted, AND uimREAS, the Council finds the improvement is in place and does comply with the requirements for such improvements, AND Ph{EREAS, maintenance bonds have been filed, NOW THEREFORE, BE IT RESOLVED by the City Council of Iowa City, Iowa, that said improvements be hereby accepted by the City of Iowa City, Iowa. It was moved by Selzer and seconded by B,imPr that the resolution as read be adopted, and upon roll call there were: AYES: NAYS: ABSENT: BALMER x dePROSSE w FOSTER x NEUHAUSER x PERRET x SELZER x VEVERA x - Passed and approved this 3rd day of August , 1976. PeD4A0.f j Wiyor / - City Clerk RESOLUTION N0. 76-266 RESOLUTION AUTUORIzING THE CITY NU\NAGER TO HEAR RELOCATION GRIEVANCES I%TIEREAS, the City of Iowa City is undertaking the Urban Renewal Project, Iowa R-14, and other federally assisted programs which from time to time cause the displacement of individuals, families, or businesses, and 11IIEREAS, this activity is governed by the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, and H}IEREAS, regulations promulgated by the U.S. Department of Housing and Urban Development specify the requirements for a urritten grievance procedure, and MIEREAS, such regulations set forth the right of appeal to the head of the agency or its authorized designee. NOW, '111EREFORE, BE IT RESOLVED 13Y THI'. CITY COUNCIL OF I01VA CITY, I011A, that the City Manager is authorized and directed to hear relocation grievances which may from time to time be filed and to report his findings thereon to the City Council of the City of Iowa City, Iowa. It was moved by Balmer and seconded by Vevera that the Resolution as read e adopted and upon roll call there were: AYES: NAYS: ABSENT: x Balmer x deProsse x Foster x Neuhauser x Perret x Selzer x Vcvcra Passed and approved this 3rd day of August 1976. C Mayor ATnIs,r; City Clerk l 2 76 TO: FROM: RE: C1 City of Iowa City DATE: July 30, 1976 Neal Berlin, and the City Council Eugene A. Dietz, City Engineer �� FY 77 Landfill Excavation Project and FY 77 Asphalt Resurfacing Project Bids were received on July 29, 1976, for the FY 77 Landfill Excavation Project, and the FY 77 Asphalt Resurfacing Project. A list of bidders and the total contract amount is as follows: FY 77 Landfill Excavation Project Contractor Freiburger Exc. Co. Davenport, IA Sulzberger Exc., Inc. Muscatine, IA Barker's Inc. Iowa City, IA Engineer's Estimate FY 77 Asphalt Resurfacing Project Contractor Cessford Construction Co. Le Grand, IA Mulgrew Blacktop, Inc. Dubuque, IA Iowa Road Builders Co. Des Moines, IA L.L. Pelling, Inc. Iowa City, IA Engineer's Estimate Total Contract Amount $ 72,891.50 62,951.75 56,987.90 54,999.95 Total Contract Amount $156,467.11 152,829.20 151,223.91 141,834.27 143,875.20 The Engineering Division recommends that the contract be awarded to the low bidder in each of the above projects. 127 / 4-12-7. a RESO RESOLUTION NO. 76-267 • LUTION AWARDING CONTRA, -� 77 ASP}igI T OR SPACING TFfE PR CONSTRUCTT of WHEREAS , Iowa Cit`_ submitted the best bid OUte 5, Scot for the construe ton Of NOW' THEREFORE BE IT RESOLVED BY 1 the above_ That the awarded � contract for THE COUNCIL OF T the construe HE CITY OF L. L. PELLINGion of the above- IOWA CITY, IOWA: awardee secure adequate �• named project is hereby performance , �. "" urance certificatee condition t that he was moved by Resolution as read be adopted, and and uES.pon rseconded by Sejyer AY` N there were: X ASSENT.! Rk1Jk¢R � x dePROSSE x �_ FOSTER NaIAUSER — x PERRET x SELZER — VEVERA Passed and approved this 3rd ---, day of August ATTEST.MAYon t CITY CLERK - • •' 19 76 . I7 DVERTISEMENT FOR BIDS FOR THE CONSTRUCTION OF FY 77 ASPHALT RESURFACING PROJECT IAND WORK INCIDENTAL TO CO,N'STRUCTION IN AND FOR THE CITY OF 101VA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until. 10:00 a.m. on the 29th l day of July _ 1976 , and opened immediately there- after, by the City Engineer. Proposals will be acted upon by the City Council at a meeting to be held in the Council Chambers at 7:30 p.m. _ on August 3, 1976 or at such later time and place as may then be fixed. The proposed improvements will consist of a. -i asphaltic surface with necessary leveling and miscellaneous construction on streets or portions thereof; a 4" asphaltic concrete surface course at the Service Building; and a 2" surface course on por- tions of existing roadways in the City Cemetery. The kinds of materials and estimated quantities of materials r proposed to be used in conjunction with said improvements are as follows: DIVISION I --VARIOUS CITY STREETS --2548 Tons ur ace Course, Type A (3/81, mix) 1067 Tons Leveling Binder, Type A (3/8" mix) 2041 Gals Tack Coat 24 each Manhole Adjustment 14758 Sq yd Surface Planing DIVISION II --SERVICE BUILDING LOT 160 Ions Surface Course Type A (3/4" mix) i DIVISION III--CED[ETERY ROAD 1TJ0 Tons ur ace Course Type A (3/8" mix) i i A-1 All work isbe done in strict compl• cc with the plans and specifications prfared by Eugene A. Dietz P.E. City Engineer , of Iowa City, Iowa, which have heretotore been approved by the Uly Council, and are on file for public examination in the Office of the City Clerk. 11herever reference is made to the specification in the plans or contract proposal, it shall be understood to include the "Standard Specifications for Construction on Primary, Farm to Market, and Secondary Roads and Maintenance Work on the Primary Road System", Series of 1972, Iowa State Highway Commission. Each proposal shall be made on a form furnished by the City and must be accompanied b/ a cashiers or certified check, drawn on an Iowa Bank and filed in a sealed envelope separate from the one con- taining the proposal, and in the amount of $ 10 000.00 made payable to the City Treasurer of the City of Io::a City, oua, and may be cashed by the Treasurer of the City of Iowa City, Iota, as liquidated damages in the event the successful bidder fails to enter into a contract within ten (10) days and post bond satisfactory to the City insuring the faithful performance of the contract. Check? -of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) days until a contract is awarded or rejection made. Other checks will be returned after the canvass and tabulation of bids is completed and reported to the City Council. Payment to the Contractor will be made in cash from such funds of the City that may be legally used for such purposes on the basis of monthly estimates in amounts equal to ninety percent (90%) 'of the — work accomplished as outlined in "Method of Payment". , _._ __. -.. By virtue of statutory authority; preference will be given to products and provisions grown and coal produced within the State of Iowa, and preference will be given to Iota domestic labor in the construction of the improvement. The successful bidder will be required to furnishia bond in an amount equal to one hundred percent (1000) of the contract price, said bond to be issued by a responsible surety approved by the City Council and shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims and damages of any kind caused by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of 1 years from and after its completion and acceptance by the City. The work under the proposed contract will be commenced within ten (10) days after signing of the contract and shall be completed October 1. 1976 Time is an essential element of the contract. Liquidated damages in the amount of Fifty Dollars ( $50.00 ) will be assessed in accordance with "Base Specifications" Article 1108.08 for each calendar day required for project completion after the above designated date. A-2 i -6.a • 0_ The plans and specifications governing the construction of the Proposed improvements have been prepared by Eugene A. Dietz P.E. City Engineer of Iowa City, owa, to is p ins an ceedings of the City Council referring specifications, a so prior pro to and defining said proposed improvements are hereby made a part of this notice by reference and the proposed contract shall be executed in compliance therewith. The plans, specifications and proposed contract documents nay be examined at the Office of the City Clerk. Copies of the said plans and specifications and form of proposal blanks may be secured at the Office of Eu ene A. U:ietz P.E. , City Engineer of Iowa City, Iota, y bona i e i ers upon payment of fifteen dollars ( $15.00).which will be returnable to the i ers prove e the plans and specifications are returned to the City Engineer's office in good condition within fifteen (15) days after the opening of bids. The City reserves the right to reject any or all pro poosals and to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. JUAbbiC bLOItub City Clerk of Iowa City, Iowa A-3 1 IJ . RESOLUTION NO. 76-268 RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF WHEREAS, BARKER'S INC. , Route 1, Iowa City has submitted the best bid for the construction of the above- named project. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That the contract for the construction of the above-named project is hereby awarded to BARKER'S INV awardee ject to secure adequate performance bond and insuranceucertificates,condition that It was moved by Balmer that the Resolution as read be adopted, and upondrollonded call there were: AYES: NAYS: ABSENT: X BAIMER x dePROSSE x POSTER x NEL iAUSER x PERRET x SELZER x VEVERA Passed and approved this 3rd day of August 19 76 . c MAYOR ATTEST: �� /� %r -- CITY CLERK ala. l,7 •ADVERTISEMENT FOR BIDS • FOR THE CONSTRUCTION OF THE FY 77 LANDFILL EXCAVATION PROJECT AND 1:ORK INCIDENTAL TO CONSTRUCTION IN AND FOR THE CITY OF IOWA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until _10:00 P.M. _ on the _ 29th day of July , 19 76, and opened immediately there- after, by the City Engineer. Proposals will be acted upon by the City Council at a meeting to be held in the Council Chambers at 7:30 p.m. _ on August 3, 1976 or at such later tine and place as may then be fixed. The proposed project will consist of the excavation, stockpiling and shaping excavated material as required on the following property owned by the City of Iowa City, Iowa: 1S0 acres located 4h miles west of the Iowa River on the I.W.V. Road and 1 mile south of the I.W.V. Road. The kinds of materials and estimated quantities of materials proposed to be used in conjunction with said improvements are as follows: 66,265 cu.yds Excavate' material, stockpile, and shape as required A-1 All work is • be done in strict compl.ce with the plans and specifications prepared by Eu ene aDietz. P.E. F of Iowa City, Iowa, which have eretotore een City o' approve y the 1 Council, and are on file for public examination in the Office of the City Clerk. Wherever reference is made to the specification in the plans or contract proposal, it shall be understood to include the "Standard Specifications for Construction on Primary, Farm to Market, and Secondary Roads and Maintenance {York on the Primary Road System", Series of 1972, Iowa State Highway Commission. Each proposal shall be made on a form furnished by the City and must be accompanied by a cashiers or certified check drawn on an Iowa Bank and filed in a sealed envelope separate from the one con- taining the proposal, and in the amount of $ 3,000.00 made payable to the City Treasurer of the City of Iowa City Iowa, and may be cashed by the Treasurer of the City of Iowa City, Iowa, as liquidated damages in the event the successful bidder fails to enter into a contract within ten (10) days and post bond satisfactory to the City insuring the faithful performance of the contract. Checks of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) days until a contract is awarded or rejection made. Other checks will be returned after the canvass and tabulation of bids is completed and reported to the City Council. Payment to the Contractor will be made in cash from such funds of the City that may be legally used for such purposes on the basis of monthly estimates in amounts equal to ninety percent (900) of the work accomplished as outlined in "Method .of Payment", By virtue of statutory authority; preference will -be given to products and provisions grown and coal produced within the State of Iowa, and preference will be given to Iowa domestic labor in the construction of the improvement. 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 Council and shall guarantee the prompt payment of all matai;ials and labor and protect and save harmless the City from claims and damages of any kind caused by the operation of the contract, and shall also guarantee the maintenance of the improvement for a pt-riod of 0 years from and after its completion and acceptance by the City. The work under the proposed contract will be commenced within ten (10 ) days after signing of the contract and shall be comp etea December 15, 1976 . Time is an essential element of the contract. Liquidated damages in the amount of Fifty Dollars ( $50.00 , ) will be assessed in accordance with "Base Specifications" Article 1108.08 for each calendar day required for project completion after the above designated date. A-2 , 6A The plans and specifications governing the construction of the proposed improvements have been prepared by Eugene f1. Dietz p�_ City a Per of Iowa City, owa, w is p ans and— speci ications, a so prior proceedings of the City Council referring to and defining said proposed improvements are hereby made a part of this notice by reference and the proposed contract shall be executed in compliance therewith. The plans, specifications and proposed contract documents may be examined at the Office of the City Clerk. Copies of the said plans and specifications and form of proposal blanks may be secured at the Office of Eit ene A. n' , City Engineer of Iowa City, Iowa, y len i e bidders upon payment of fifteen dollars ( $15.00) which will be returnable to the i ers provt e the plans and specifications are returned to the City Engineer's office in good condition within fifteen (15) days after the opening of bids. The City reserves the right to reject any or all proposals and to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. Abbie Szolzus City Clerk of Iowa City, Iowa A-3 -66 -•a H TT � iv •�s7 O Cyl.+ •n n m X o m H (D s� �s CD a h7 % n w CD m � w ct 0 r• SD r m cn ., z css r 0 z i^ 0 d CD < o H cD r• o iv v N tD to r to O X .-7 m m C=) o o o p Y CP ,r r. ry > Cr N rt N oC) C 7 q o K h7 X C1 I o t0 Ln H H W c r N n e? G cn C / N Q <n rn N t0 to V tl� m 1 M O m O o O O & r• > 7 < (D 0 C M o N N V Ct N CJ •-i CD M n v3v C b+ CD W N K rn G X O (t vs M o n to m cr N a z o In t0 M C V > t0 to O N N a C H Z H m m z v m 0 c y. CD z m 3 w -s M >x • H a z C7 C7 N t•* tD o r• tp 9 G Lo 0 E AGREEMENTS/CONTRACTS unexecuted copies of as signed by the Mayor. After their execution by the second party, please route J A " 4) 5) (7) �� is to be responsible for completion of this procedure. Abbic Stolfus City Clerk I 0 RESOLUTION NO. 76-269 0 RESOLUTION AUTHORIZING EXECUTION OF A PERMANENT SIDEWALK EASE- MENT IN FAVOR OF THE IOWA CITY COMMUNITY SCHOOL DISTRICT FOR THE MARK TWAIN ELEMENTARY SCHOOL. WHEREAS, the City holds an easement for certain property near the Mark Twain School in Iowa City, Iowa, and WHEREAS, the School District wishes to construct a sidewalk and a fence upon that property, and desires an easement in their favor to protect the sidewalk and fence, and WHEREAS, the Council deems it in the interest of the citizens of Iowa City that the sidewalk and fence be constructed. IOWA: NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, 1. That the Mayor is hereby authorized to sign, and the City Clerk to attest, a permanent easement in favor of the Iowa City Community School District, which easement is attached to this resolution as Exhibit A, and by this refer- ence made a part hereof. 2. That the Mayor is hereby authorized to sign, and the City Clerk to attest, this resolution. It was moved by Foster and seconded by Vevera that the Resolution as read be adopted, and upon roll call there were3 AYES: NAYS: ABSENT: X Balmer x deProsse X Foster X Neuhauser X Perret X Selzer X Vevera Passed and approved this 3rd day of August Mayor ATTEST: City Clerk 1976. 127S ?HRAANENT-EASERENT M. i'his agreement, male and entered into by and between the City of Iowa City, first party, which expression shall include its agents or assigns, and the Iowa City Community School District, second party, v.hich expression shall include their agents or assigns, witnesseth: It is hereby agreed as follows: For the sum of $1.00 plus other valuable consideration, the receip of which is hereby acknowledged, first party hereby grants and conveys to second party an easement for the purposes of constructing a sidewalk - and fence over the following described real estate, to -wit: The center ten feet of a twenty foot walkway lying between and adjacent to lots 12 and 13 of Mark Twain South'Addition to the City of Iowa City, in the h'{V. of Section 23, T79V, R611 of the 5th Principal Merdian, Johnson County, -Iona. The second party shall maintain in good repair the fence and sidew for the express purpose of providing pedestrian access between Mi r� Twa" School and Brookwood Drive. Such maintenance and repairs shall include' but not necessarily limited to snow removal, weed control,, and periodic. structural maintenance to the sidewalk and fence as necessary. First party reserves the right to use said strips for purposes which will not interfere with second party's full enjoyment of the rights hereby grant Further, first party reserves the right to review plans and specificati: for the proposed construction, and to require that all said constructio: conform to ordinances and regulations as established in the City of Iow City, Iowa. First party does hereby covenant with second party that they are lawfully seized and possessed of the real-estate above described; that they have a good and lawful right to convey it, or any part thereof. It being understood that the Iowa City Community School District, accepting this giant of easement, right of entry and encroachment, agr to replace and repair any damage to said real estate caused by said construction and to resod or reseed said real estate after fine grading) said real estate. and that in the event any damage is caused to said estate by the negligence of the Iowa City Community Sehdol District or its employees, that said damage will be repaired or compensated. The provisions hereof shall inure -to the benefit of and bind the successors and assigns- of. the respective parties hereto'.,' and all covenan shall apply -to and run with the land. Dated this 3 h, Q day of A.D_ /X �r For The City: 01 JAA I LkJA ayor city Clerk' — — — — — — — — — — — For The Iowa City Community School District i ef�c� • RCSOLUTION NO. 76-270 RESOLUTION AUTHORIZING AMENDMENT TO ANNEXATION AGREEMENT WITH CITY OF CORALVILLE AND AUTHORIZING EXECUTION OF NEW AGREEMENT. WHEREAS, the City of Iowa City and the City of Coralville have entered into an agreement dated December 30, 1968, which agreement included, among other things, provisions governing the annexation of certain unincorporated land or territory, and, WHEREAS, said prior agreement as stated in Paragraph 1 on page 5 thereof provided for a ten-year period of time which will expire December 29, 1978, and, WHEREAS, since the execution of said agreement by the parties in 1968 matters have arisen requiring clarification and modification of said agreement, which clarification and modification is best accomplished by terminating said prior agreement and entering into a new agreement which is necessary and desirable to continue the parties' harmonious relationship to the joint benefit of both Iowa City and Coralville, and, WHEREAS, said new agreement has been formalized and reduced to writing and is attached to this resolution and has already been executed by the City of Coralville, NOW TIJEREFORE BE t'I' RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY that the Mayor and City Clerk are hereby authorized and directed to execute the attached agreement and the City Clerk is requested to forward a signed copy of said agreement to the City I -Z-7� Res. 76-270 - 2 - of Coralville. The City Clerk is also requested to send an informational copy of this agreement to the Board of Supervisors of Johnson County and the Johnson County Zoning Commission. It was moved by Vevera _ __ and seconded by Foster that the resolution as read be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Balmer x x deProsse Foster Ne.uhauser Perrot Selzer Vevera x Es x Passed and approved this 3rd day of August , 1976. X11 j './ A'TTES'T: City Clerk RESOLUTION No. RESOLUYIOW AUTHORIZING AND DIRECTING TiIE MAYOR AND CITY CLERK TO EXECUTE ON BEHALF OF THE CITY OF CORALVILLE, JOHNSON COUNTY, IOWA, AN AGREEMEYT `WITH IOWA CITY, IOWA, REGARDING THE A'111EXATION OF CERTAIN UNINCORPORATEa TERRITORY A -1-r- AMENDING A PRIOR AGREEME.IT. :HEREAS, IOWA CITY and CORAL`JILLf, entered into an "Ar..REEMENT' dated Oocember 30, 1963, which included among other items provisions gover,ing IOWA CITY and CORALVILLE regarding annexation OF certain unincorporated land or territory; and WHEREAS, said prior "AGREEMENT" as stated in enumerated Paragraph one on page five thereof provided for a ten-year period of time whie` will terminate December 20, 1973; and 1YEREAS, since the execution of said "AGREEMENT" by the partits, matters have arisen requiring clarification and modification of said "AGREEMENT" :hick is best accomplished by terminating sai_ "AGREEMENT' and forr.ali=ing a new AGREEMENT, which is necessary ane :e>irable to cegtinue tho parties' harmonious relationship to the joint benef't of IOWA CITY and CORALVILLE; and WHEREAS, said new AGREEMENT has been formalized and reduced to a three (3) page type -written AGREEMENT which requires exrcutlon by the City of Coralville and forwarding to the City of Iowa City. N0W, THEREFORE, 3E IT RESOLVED, by the City Council of the Cit'. of Coralville, Johnson County, Iowa, that the Mayor and City Clerk are h: -„by authorized and directed to execute the above described AMEMENT: and nie City Attorney Is directed to deliver said AGREEMENT to the City of jowl City. Passed and approved this �.5 Oay of July, 1976. Mayor - - ----- -- --- ATTEST: ,:Ity The above and foregoing Resolution was introduced by Councilman who moved its adoption. Seconded by Councilman �,•� •- /,-/y After discussion, the following roll was called: AYE NAY ABSENT Y,attchee L Lyon / Ehmsen Cole !� Shoemaker 4 I Whereupon, the Mayor declared the motion duly carried and the j Resolution duly adopted this ; day of C RICHARD MYERS, mayor/ Attest: HELEN GAUT, City Clerk Ace;a., EW TIIIS AGREMENT, entered into by and between the City of Iowa City, Iowa, a municipal corporation duly organized, authorized and existing by virtue of the laws of the State of Iowa, herciaafter called "IOPA CITY", and the City of Coralville, Iowa, a municipal corporation duly Organized, authorized and existing by virtue of the lao+s of the State of Iowa, herein- after called "CORALVILLE". WITNESSETH: WIIEREAS, IOWA CITY and CORALVILLE entered into an "AGREEMENT" dated December 30, 1968, which included among other items provisions governing IOWA CITY and CORALVILLF. regarding annexation of certain unincorporated land or territory; and WHEREAS, said prior "AGREEPIENT" as stated in enumerated paragraph one on page five thereof provided for a ten-year period of time which will terminate December 29, 1978; and IdIIERFAS, since the execution of said "AGREEMENT" by the parties, matters have arisen requiring clarification and modification of said "AGREEMENT" which is best accomplished by terminating said "AGRF.EMEP'T" and formalizing a new AGREE2IEU, which is necessary and desirable to continue the parties' harmonious relationship to the joint benefit of IOWA CITY and CORALVILLE, the same being the mutual consideration of this AGREEIEI'1T . 1101.1, TI?EREFORE, IT IS HEREBY AGREED by and between the parties as follows: 1. That the prior "ACRFFMENT" above mentioned dated December 30, 1968, is hereby amended by deleting in its entirety the single sentence contained in enunerated paragraph one on page five and by adding and inserting in lieu thereof the following sentence: , h I ��•GRI;F; �7%" Shaii terminate .duly " at t 713 �+ 2. That as provided in Section 368.4 of the Code of Iowa 1975 as amended, IOIdA CITY hereby agrees not to annex under any provisions of Chapter 368 of the Code of Iowa 1975 as amended any territory respectively northerly or westerly of the following line: 5M ME Commencing with a northerly extension of the east line of Section 29, 11,T 80 N, R 6 W of the 5th P.M.; thence South along the east line of said Section 29 and Section 32, TWP 80 N, R 6 t•' of the 5th P.M. to the northwest corner of the Southwest Quarter of Section 33, TWP 80 Li, R 6 W e'_ the 5th P.M.; thence east along the north line of the Southwest Ouarter of said Section 33 to its intersection with the center of the Iowa Riper; thence southerly along the center- line of the Iowa River to its intersection with the Fast -West center- line of Interstate 80; thence southerly and westerly following the corporate limits of the City of Iowa City to a point wherein the west line of Camp Cardinal Poad intersects with the centerline of Clear Creek, said point Laing appro.imately on the east line of Section 1, TF:P 79 N, R 7 W of the 5th P.M.; thence westerly and northerly fol- lowing the corporate limits of the City of Coralville to its point of intersection with the north line of said Section 1, TWP 79 N, R 7 W of the 5th P.M., said point of intersection being on the southerly right-of-way line of the Chicago, Rock Island and Pacific Railroad; thence westerly along the south right-of-way line of the Chicago, Rock Island and Pacific Railroad. 3. That as provided in Section 368.4 of the Code of Iowa 1975 as amended, CORALVILLE hereby agrees not to annex under any provisions of Chapter 368 of the Code of Iowa 1975 as amended any territory respectively southerly or easterly of a line of the same description as set out in enumerated paragraph two immediately above. 4. That upon compliance with the provisions of Sections 368.8 and 368.7 respectively of the Code of Iowa 1975 as amended, I01 -!A CITY shall sever from its incorporated land area and CORALVILLF. shall annex into its incorporated land area the following described parcel of. land: Commencing as a point of reference at the Southwest corner of Section 6, TWP 79 N, R 6 W of the 5th P.1t.,.Johnson County, Iowa, said point being on the centerline of Camp Cardinal Road;•thence North 0°25'ln" East 1621.97 feet along said centerline of Camp Cardinal Road to a point (this is an assumed bearing for purposes of this description only); thence North 20°24'10" Fast 322.69 feet along said centerline of Camp Cardinal Road to the point of beginning of tract herein described; thence North 69°34'50" West to the west right-of-way line of Camp Cardinal Road; thence North 20°24'10" East 1735 feet more or less along said west right-of-way line of Camp Cardinal Road to point of intersection with the Southwesterly right-of-way line of the Chicago, Rock Island and Pacific Railroad; thence South 54'55'40" East along said Southwesterly right-of- way line of the Chicago, Rock Island and Pacific Railroad to the center- line of Camp Cardinal Road; thence South 5405514n" East 2069.87.feet along Southwesterly right-of-way line of the Chicago, Rock Island and Pacific Railroad to a point; thence South 21°26'30"'West 1673.36 feet to a point; thence South 89°33'40" West 731.54 feet to a point; thence North 0°52'4n" East 767.00 feet to a point; thence North 69°34'50" West 1032.00 feet to the point of beginning; and containing 80 acres more or less. 5. That the line described in enumerated paragraph two above, including the easterly and southerly boundaries of the parcel described in enumerated paragraph four above shall also be the line defined for use in this AGRFE4ET'T as the "Line of Jurisuiction" batwecn '0" CITY and CvRALVILLE. 6. That in the event a rural or county subdivision is proposed which by state statute requires IOWA CITY or CORALVILLE approval, the same being outside of both corporate limits but within either city's two-mile jurisdictional limit or the equidistant line between the two cities; then the city receiving -2- the application shall first determine on which side of the "Line of Jurisdiction" (see paragraph five above) said subdivir;ion is situated, and if on their side, approve or disapprove said application at their discretion; but if situated on the other city's side or on hoth sides, shall not approve or disapprove the application until the other city has had a reasonable opportunity to examine the same and report its findings or recommendations to the city having received the application. 7. That nothing, herein contained shall prevent either of the parties from extending trunk lines for water or sewer into areas the parties are pro– hibited from annexing and the parties further specifically agree to cooperate in the construction of said lines. This cooperation shall not extend to any financing or any payment of any costs but shall only be in the area of juris– diction. It is understood that any joint use of lines or any agreements for the provision of services are not covered by this AGRFF,4FNT. 8. That any provision herein may be altered, amended, changed, modi– fied or rescinded by the mutual consent of the parties in writing. Further, it is agreed that no officer, employee or agent of either of the parties has the power, right or authority to waive any of the terms or to change, vary or waive any of the provisions of this AGRFEMRNT; nor shall any custom or habit of dealing involving the performance of the services made within the knowledge or authority of the Councils of the parties have the effect of changing, modifying, waiving or rescinding any of the terms, conditions or Provisions of this ACRE&NT. Any modifications herein must berdone by Resolution, duly enacted by the respective City Council of the parties. 9. That no waiver of any breach of this AGREEMENT or failure to enforce any of the provisions of this AGRF.pM-NT shall be held to be a waiver of any of the provisions of this AGREEMENT or any -part thereof or the rights of the parties to thereafter enforce each and every provision of this AGREEMENT. 10. That the term of this AGREEMENT shall be from the date of its execution to July 1, 1986. Dated this j/tcQ day of C C c.,.� CITY OF IOWA CITY, IOWA 1976, CITY OjgORALVILLE,IOWA Ry � ��II�A/'/11An/ /� r _ Attest By ',� _ayo Attest ✓/���i//—~� —�_ –3– *City of Iowa Ci* MEMORANDUM DATE: July 27. 1976 TO: Abbie Stolfus FROM: John Hayek RE: Iowa City - Coralville Annexation Agreement Dear Abbie: Please place the enclosed resolution and agreement on the Council's agenda for their next meeting. John Hayek JWH:vb Enclosures i'�),-7q 9 CA- ff c r) City/ of Iowa City MEMORANDUM DATE: July 29, 1976 TO: Neal Berlin, City Manager FROM: Director of Community Development RE: Personnel Changes Recommended for Department of Community Development Due to the initiation of a housing rehabilitation program and changing work loads in the redevelopment division present staffing arrangements are not appropriate to effectively carry out the responsibilities of the Department of Community Development. It is the purpose of this memorandum to describe the need and the details of the recommended personnel changes. These changes will enable the department to effectively carry out its duties in urban renewal, block grant administration, leased housing, minimum housing code enforcement and housing rehabilitation for FY 177. A complete organizational chart for the Department of Community Development will be presented in September. Redevelopment Programs Professional Staffing The Redevelopment Division of the Department of Community Development is currently composed of a Community Redevelopment Coordinator at the administrative level with salary ranging from $998 to $1500 per month, and two Redevelopment Specialists, at pay range 9, with pay ranging from $866 to $994 per month. The Redevelopment Coordinator was responsible for overseeing the completion of the Urban Renewal Project and the initiation of the Community Development Block Grant Program. This personnel classification system is no longer appropriate. s have ted to litigatil on whichrcaused nearlyal of thels situation. A Urban Renewal landctolon in the be revertedbcent ackto the City, has caused a drastic increase in the Urban Renewal workload. Rather than being in a situation of decreasing Urban Renewal activity, the City must now direct a major Urban Renewal staff effort. At the same time, the City has entered its second year under the Community Development Block Grant Program. The second year's program budget includes several action programs as well as the continued planning and program design phase. The projects relating to Ralston Creek, parks improvements, and housing rehabilitation will require monitoring to insure compliance with the Camnmity Development Block Grant Program regulations. Environmental Reviews must be accomplished. The accounting for both last year's and this year's Community Development Block Grant funds must be monitored. This increased level of activity in both the Urban Renewal and the Community Development Block Grant Programs can no longer be adequately handled by a single redevelopment coordinator, even with support from the two redevelopment specialists. Because both programs are building up, one individual can no longer adequately administer two such diverse programs. It is necessary that one individual concentrate on the administration of the Urban Renewal Program and another individual concentrate on the administration of the Community Development Block Grant Program. 127 + 1271 Neal Berlin, City Manager July 29, 1976 Page 2 IT IS RECCNNFADED that the Urban Renewal activity be carried out by a Pro ordinator (Redevelopment) with the support of from 1 1/2 to 2 redevelopment specialists. It is recommended Sian Co - be administered by a ecogram mmend Coordinator Community Development Block Grant program this change is: ( ) The required action to implement a. Reclassify the current Community Redevelopment Coordinator position now classified at the administrative level downward to a level 13, as Program Coordinator of Urban Renewal activities. b. Create a complementary position of Program Coordinator/CDBG at pay range 13. C. Retain the two redevelopment specialist positions at pay range 9. The elimination of one position at the administrative level and the creation of two positions at pay range 13, is justified by the fact that the individuals Who hold the two new positions will not be required to have as great a depth of knowledge and experience as was required of the redevelopment coordinator. Each Of these individuals will be dealing solely with a single program, rather than two. At the same time, because each individual is able to concentrate their efforts in a single program, the quality of work can be significantly higher. Salary requirements for the redevelopment division without this change would be approximately $3480 per month. Salary requirements following this change would range from $3400 to $3950, depending on the education and experience background of the individuals and upon whether or not one full-time and one-half time re- development specialist are utilized, division salary ror whether two full-time redevelopment specialists are utilized in Urban Renewal. The increase of redevelopment equirements will not exceed $500 per month. This increase is justified and necessitated by the program changes which have occurred since the establishment of this year's budget. Redevelopment Programs Clerical Staff - Redevelopment Programs, Clerical Staffing is currently under classified as summarized by the following activities: 1) The individual will be completing work for four staff members in addition to supervising the division 'flag card" typed work as rehabilitation program is developed. 2) During the CDBG application Process next spring, the individual will be required to take minutes of meetings and compose written summaries. 3) Due to the confidentiality of rehab participant information more responsibility is required of this person versus a clerk -typist. 0 0 Neal Berlin, City Manager July 29, 1976 Page 3 4) Due to the frequent public contact, the individual must have good judgement, an ability to work with various types of individuals, and knowledgeable grasp of the programs. 5) During the rehab program development, this individual must set up an efficient filing system rather than simply maintain an existing system. This position is funded through HCDA-CDBG program administration and Urban Renewal funds. The upgrading of this position will provide more adequate support staff for two multi-million dollar, federal programs. To best utilize administrative staffing time and effort, quality clerical staffing is necessary. The current job tasks clearly justify the position reclassification. Housing Rehabilitation Program The rehabilitation program staffing should now be authorized to allow for August advertizing and interviewing and then September employment. The following positions have been identified ---using the consultant's recommendations and considering current staffing levels in communities with comparable rehabilitation programs: *1 Housing Rehabilitation Supervisor and *1 Rehabilitation Construction Specialist for the following tasks: a. To supervise the operation of the program (supervisor only). b. To complete inspections and prepare responsible work writeups. c. To prescribe improvements, make cost estimates, and determine project feasibility. d. To be knowledgeable of all building codes and provide technical assistance to homeowners. e. To represent the city in a professional manner and respecting the confidentiality of participant files and information. f. To efficiently and responsibly complete a federally funded program maintaining adequate documentation and following prescribed rules and regulations. *1 Rehabilitation Finance Specialist for the following tasks: a. To screen applicants and confidentially verify income levels and participant eligibility. b. To counsel homeowners in financing requirements and finance management. c. To determine and process applicant finance package. d. To act in a professional manner. e. To efficiently and responsibly complete a federally funded program maintaining adequate documentation and following prescribed rules and regulations. 0 Neal Berlin, City Manager July 29, 1976 Page 4 0 All three individuals will be funded out of 11CDA-CDBG program administration funds. The (lousing Rehabilitation Supervisor will be at job classification 12, the Rehabilitation Construction Specialist at range 11, and the Rehabilitation Finance Specialist at range 9. The success of the program will depend on the staff we hire. To be competitive with other Iowa communities, we must offer comparatively equal salaries. To efficiently carry out the program currently being designed to meet previously voiced Council expectations, we must have a prescribed number of staff members. The positions and salaries listed above were advised by our consultant, Mike Kucharzak, and seem very realistic as compared to the rehab staffs of other communities. This resolution will authorize three staff members to implement the new housing rehabilitation Program. DEPARTMENT 004ANI2ATlONAI CNARr I COORNATORI I COORDWA(CPSCRI REDEV.SPEC. REOIW.SP£G. DI REGTU4 REMBILITV011 I NOUSIN4 su""Isole COOROINATOR CO3MCT10N FIIJANCC SPEC. ANU �WVN IND 2 7 RESOLUTION N0. 76- 271 RESOLUTION AMENDING BUDGET AUTHORIZATION RESOLUTION NO. 76-238 FOR DEPARTMENT OF COMMUNITY DFVELOWENT PERSONNEL Mil -REAS, the City of Iowa City, Iowa, employs certain personnel subject solely to the action of time City Council referred and, to as classified personnel, 1" -REAS, it is necessary to amend the FY '77 Budget as authorized by Resolution No. 76-238, NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF IOIVA CITY, IOtVA, THAT: Resolution No. 76-238 be amended as follows: 1) By the addition of one (1) Rehabilitation Construction Specialist to the Department of Community Development, and 2) By the addition of one (1) Rehabilitation Finance Specialist to the Department of Community Development, and 3) By the addition of one (1) Program Coordinator (Block Grant) to the Department of Community Development, and a) By the reclassification of one (1) Redevelopment Coordinator to one Program Coordinator (Redevelopment) in the Department of Community Development, and 3) By the addition of one (1) Housing Rehabilitation Supervisor to the Department of Community Development, and 6) By the elimination of one (1) Clerk -Typist position and the addition Of one (1) Senior Clerk -Typist to the Department of Community Development. It was moved by Poster and seconded by Balmer that the Resolution as e a opt a upon roll call t ere were: AYES: NAYS: ABSENT: x Balmer x deProsse x x Foster Neuhauser x Perret x Selzer x Vevera Passed and approved this 3rd day of Au ust 9 1976. Malr" � � U ATTEST: City Clerk 0 RESOLUTION NO. 76- 272 RFiSOLUTION AMENDING SALARIES AND COMPENSATIONS FOR CLASSIFIED PERSONNEL WITHIN THE DEPARTMENT OF COMUNITY DEVELOPNFENF' RESOLUTION NO. 76-238, BY ESTABLISHING POSITIONS WHEREAS, the City of Iowa City, Iowa, employs certain personnel subject solely to the action of the City Council referred to as classified personnel, and, M]I REAS, it is necessary to establish within the Department of Community Development the positions of Rehabilitation Specialist and Program Coordinator (Block Grants) and to establish the salary range, and, M EREAS, it is necessary to amend the classification plan included in Resolution No. 76-238, NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOF9A, THAT: Resolution No. 76-238 be amended by the addition of the positions of 1) Rehabilitation Construction Specialist within Range 11 which currently provides for compensation of $866 to $1092 per month. 2) Rehabilitation Finance Specialist within Range 9 which currently provides for compensation of $866 to $994 per month. 3) Program Coordinator (Block Grants, Redevelopment) within Range 13 which currently provides for compensation of $998 to $1244 per month. 4) Housing Rehabilitation Supervisor within Range 12 which currently provides for compensation of $950 to $1194 per month. It was moved by Selzer and seconded by Balmer that the Resolution as read be adopted and upon AYES: NAYS: ABSENT: roll call there were: x Balmer x deProsse x Foster x Neuhauser x Perret x Selzer x Vevera Passed and approved this 3rd day of August 1976. �J/U CLI lJ C. V1X�1Ytld U� D A Mayor U ATTEST: !t' City Clerk �a76 RESOLUTION NO. 76-273 • - RESOLUTION GRANTING SPECIAL AUTHORIZATION FOR PERSONS To BE IN THE CITY PARK OF IOWA CITY, IOWA, BETWEEN 10:30 P.M. ON AUGUST 6, 1976, THROUGH 6:00 A.M. ON AUGUST 7, 1976, AND TEMPORARILY CLOSING LOWER PARK ROAD IN CITY PARK FROM 3:00 P.M. ON AUGUST 6, 1976, TO 8:00 A.M. ON AUGUST 7, 1976. WHEREAS, the participants in the great cross -Iowa bicycle trip (RAG BRAI IV), will be arriving in Iowa City on August 6, 1976, in their journey across Iowa, and WHEREAS, the Council deems it a pleasure and an honor to have them stay overnight in City Park, and WHEREAS, special authorization must be granted by the City for persons to stay in City Park between 10:30 P.M. and 6:00 A.M., and in WHEREAS, it is considered desirable to temporarily close Lower Park Road Iowa City so that participants in the bicycle trip may not have to contend with motor vehicle traffic, and WHEREAS, the Council deems it desirable to grant permission to participants in the bicycle trip to camp in City Park overnight 1976. between August 6 and August 7, NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY: 1. That special authorization is hereby granted for participants great cross -Iowa bicycle trip to be in City Park between the hours of 10:30 in the he on August 6, 1976, and 6:00 A.M. on August 7, 1976. 2. That on August 6, 19 6,JetoP8r00.M.onAugust7, Road A1City rb1976m�rarily closed from 3:00 P.M. 3. That participants in the great cross -Iowa bicycle trip be allowed to camp in City Park in designated areas during the night of August 6, 1976, to August 7, 1976. It was moved by Balmer and seconded by that the Resolution as read be adopted, and upon roll call there wFQctar ere: AYES: NAYS: ABSENT: x Balmer x deProsse x Foster X Neuhauaer x Perret x Selzer x Vevera Passed and approved this 3rd day of August 1976. ATTEST: City Clerk _i MAYOR ia*77 • RESOLUTION NO. 76-274 0 RESOLUTION AUTHORIZING NOTICE TO BIDDERS FOR PURCHASE OF TWENTY (20) TRANSIT COACHES IN THREE (3) SEPARATE DIVISIONS, AND DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING THE TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, the City of Iowa City, Iowa, has filed an application under the Urban Mass Transportation Act, as amended, to finance the purchase of transit buses, and WHEREAS, the City has been awarded a capital grant by the United States Department of Transportation to finance the purchase of twenty (20) forty-five passenger buses, which grant contains approved specifications for the buses, and WHEREAS, the specifications for the buses are now on file with the City Clerk at the Civic Center, Iowa City, Iowa, 52240. IOWA: NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, 1. That the City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the purchase of the above described buses, in three separate divisions, in a newspaper published at least once weekly and having a general circulation in the City not less than forty-five (45) days before the date established for the receipt of bids. 2. That bids for the purchase of the buses are to be received by the City of Iowa City, Iowa, at the office of the City Manager at the Civic Center until 11:00 A.M. on the 20th day of September, 1976. Thereafter, the bids will be opened by the City Manager or his/her representative, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting to be held at the Council Chambers, Civic Center, Iowa City, Iowa, at 7:30 P.M. on the 28th day of September, 1976. It was moved by Foster and seconded by Vevera that the Resolution as read be adopted, and upon roll call there werec AYES: NAYS: ABSENT: X Balmer x deProsse x Foster x Neuhauser x Perret x Selzer x Vevera Passed and approved this 3rd day of August 1976. 4h i C. Ma ATTEST:( ( �C�;�f-L..%�;, C�--�'.i ` Mayor City Clerk l' 1 a 7e 0 0 E CITY OF IOWA CITY, IOWA DEPABTIMENf OF TRANSPORTATION SPECIFICATIONS FOR: DIVISION I - THREE (3) 42 OR 43 PASSENGER TRANSIT COACHES DIVISION II - 11VELVE (12) 42 OR 43 PASSENGER TRANSIT COACHES DIVISION III - FIVE (5) 42 OR 43 PASSENGER TRANSIT COACHES LUFA PROJECT NO. IA -03-0015 • 1 �700 S INVITATION TO BID • DIVISION I Sealed bids will be received by the City of Iowa City, Iowa, at the • Office of the City Manager in the Civic Center until 11:00 o'clock, CST_ September 20, 1976, to be opened by the City Manager immediately thereafter for furnishing and delivering the following equipment in accordance with the specifications now on file in the Office of the City.Clerk, Iowa City, Iowa. DIVISION I: Three (3) New and Unused 42 or 43 Passenger Transit Coaches Copies of the specifications and proposal forms may be obtained at the Office of the Transit Superintendent. All bids shall be filed on forms furnished by the City of Iowa City, Iowa sealed and plainly marked "Bids for Three (3) Division I Transit Coaches, Transit Department". Bids submitted in any other form will be considered non-responsive and will be rejected. Each bid must be accompanied, in a separate envelope, by a cashier's check, or certified check, made payable to the Treasurer of the City of Iowa City, Iowa, in the sum of not less than ten (10) percent of the amount of the bid as securtiy that the bidder will enter into contract with the City of Iowa City, Iowa. Said check shall not contain any conditions either in the body of the check or endorsement thereon. The envelope must be addressed to the City Clerk and be endorsed with the name of the bidder and make reference to the equipment being bid. In • the event that the successful bidder should fail to enter into contract or furnish bond acceptable to the City Council as required by law, said check shall be forfeited to the City of Iowa City, Iowa, as liquidated damages. Bids may be withdrawn at any time prior to the scheduled closing time for receipt of bids, but no bid may be withdrawn for a period of thirty (30) calendar days thereafter. The cashier's checks of the unsuccessful bidders will be returned within three (3) days after award of contract. The check of the successful bidder will be returned after execution of the contract in the form prescribed by the City Council. Payment for the units will be made within twenty (20) days after acceptance by the City Council. Contractor will be required to comply with all applicable Equal Employment Opportunity laws and regulations. All bidders will be required to certify that they are not on the Comptroller General's list of ineligible contractors. The City of Iowa City reserves the right to waive any irregularities when by so doing it would be in the best interest of the City, and to reject any or all bids. 0 0 • This project is subject to the terms of a financial assistance contract between the City of Iowa City and the United States Department of Transportation. Attest: i erk- 0 E J CITY OF I014A CITY, IOtiVA Mayor • Ll INVITATION TO BID DIVISION II Sealed bids will be received by the City of Iowa City, Iowa, at the Office of the City Manager in the Civic Center until 11:00 o'clock, CST, September 20, 1976, to be opened by the City Manager immediately thereafter for furnishing and delivering the following equipment in accordance with the specifications now on file in the Office of the City Clerk, Iowa City, Iowa. DIVISION II: Twelve (12) New and Unused 42 or 43 Passenger Transit Coaches Copies of the specifications and proposal forms may be obtained at the Office of the Transit Superintendent. All bids shall be filed on forms furnished by the City of Iowa City, Iowa sealed and plainly marked "Bids for Twelve (12) Division II Transit Coaches, Transit Department". Bids submitted in any other form will be considered non-responsive and will be rejected. Each bid must be accompanied, in a separate envelope, by a cashier's check, or certified check, made payable to the Treasurer of the City of Iowa City, Iowa, in the stun of not less than ten (10) percent of the amount of the bid as securtiy that the bidder will enter into contract with the City of Iowa City, Iowa. Said check shall not contain any conditions either in the body of the check or endorsement thereon. The envelope must be addressed to the City Clerk and be endorsed with the name of the bidder and make reference to the equipment being bid. In the event that the successful bidder should fail to enter into contract or , said check shall e belto thehCitytofCIowa1l as City,rIowa,easbliquiliquidated damages. Bids may be withdrawn at any time prior to the scheduled closing time for receipt of bids, but no bid may be withdrawn for a period of thirty (30) calendar days thereafter. The cashier's checks of the unsuccessful bidders will be returned within three (3) days after award of contract. The check of the successful bidder will be returned after execution of the contract in the form prescribed by the City Council. Payment for the units will be made within twenty (20) days after acceptance by the City Council. C t ctor will be required to comply with all applicable Equal Employment on ra Opportunity laws and regulations. All bidders will be required to certify that they are not on the Comptroller General's list of ineligible contractors. The City of Iowa City reserves the right to waive any irregularities when by so doing it would be in the best interest of the City, and to reject any or all bids. 9 • . This project is subject to the terms of a financial assistance contract between the City of Iowa City and the United States Department of Transportation. Attest: city clerK 0 CITY OF IOWA CITY, IOWA • INVITATION TO BID • DIVISION III • Scaled bids will be received by the City of Iowa City, Iowa, at the Office of the City Manager in the Civic Center until 11:00 o'clock, CST, September 20, 1976, to be opened by the City Manager immediately thereafter for furnishing and delivering the following equipment in accordance with the specifications now on file in the Office of the City Clerk, Iowa City, Iowa. • L J DIVISION III: Five (5) New and Unused 42 or 43 Passenger Transit Coaches Copies of the specifications and proposal forms may be obtained at the Office of the Transit Superintendent. All bids shall be filed on forms furnished by the City of Iowa City, Iowa sealed and plainly marked "Bids for Five (5) Division III Transit Coaches, Transit Department". Bids submitted in any other form will be considered non-responsive and will be rejected. Each bid must be accompanied, in a separate envelope, by a cashier's check, or certified check, made payable to the Treasurer of the City of Iowa City, Iowa, in the sum of not less than ten (10) percent of the amount of the bid as securtiy that the bidder will enter into contract with the City of Iowa City, Iowa. Said check shall not contain any conditions either in the body of the check or endorsement thereon. The envelope must be addressed to the City Clerk and be endorsed with the name of the bidder and make reference to the equipment being bid. In the event that the successful bidder should fail to enter into contract or furnish bond acceptable to the City Council as required by law, said check shall be forfeited to the City of Iowa City, Iowa, as liquidated damages. Bids may be withdrawn at any time prior to the scheduled closing time for receipt of bids, but no bid may be withdrawn for a period of thirty (30) calendar days thereafter. The cashier's checks of the unsuccessful bidders will be returned within three (3) days after award of contract. The check of the successful bidder will be returned after execution of the contract in the form prescribed by the City Council. Payment for the units will be made within twenty (20) days after acceptance by the City Council. Contractor will be required to comply with all applicable Equal Employment Opportunity laws and regulations. All bidders will be required to certify that they are not on the Comptroller General's list of ineligible contractors. The City of Iowa City reserves the right to waive any irregularities when by so doing it would be in the best interest of the City, and to reject any or all bids. This project is subject to the terms of a financial assistance contract • between the City of Iowa City and the United States Department of Transportation. Attest: City Clerk E 0 CITY OF IOWA CITY, IOWA • Proposal DIVISION I COACES 1'0: City btanager • City of Iowa City Civic CenteIowa 52240 Iowa City, The undersigned hereby agrees c furnish the equipment f listed below in accordance with the sp ecifications on file in teXaminedei°d w]uch are Clerk, Iowa City, Iowa, which have been carefully attached hereto. Delivery Date: Unit Total Extended Price Price price llescri tion of Item The following terms of payment are proposed: 1, Total bid price is based on payment terms of net twenty (20) days • after acceptance of bus. one (21) or more 2. Extended bid price is for payments made twenty - days after acceptance. condition stated above, clarification that any other The undersigned understands tion submitted on or with form -' made to the above O -I will the bid unresponsive. than that req ame o in ivi ua , partner or corp• ress Title Aut orize signature 0 • F_ 1 U 0 Proposal • DIVISION II COACHES To: City Manager City of Iowa City Civic Center Iowa City, Iowa 52240 The undersigned hereby agrees to furnish the equipment as listed below in accordance with the specifications on file in the office of the City Clerk, Iowa City, Iowa, which have been carefully examined and which are attached hereto. Delivery Date: Description of Item Unit Total Extended Price Price Price The following terms of payment are proposed: 1. Total bid price is based on payment terms of net twenty (20) days after acceptance of bus. 2. Extended bid price is for payments made twenty-one (21) or more days after acceptance. The undersigned understands that any condition stated above, clarification made to the above or information submitted on or with this form -- other than that requested -- will render the bid unresponsive. ame o individual, partner or corp. Address Authorized signatureTitle Proposal • DIVISION III COACHES • To: City Manager City of Iowa City Civic Center Iowa City, Iowa 52240 The undersigned hereby agrees to furnish the equipment as listed below in accordance with the specifications on file in the office of the City Clerk, Iowa City, Iowa, which have been carefully examined and which are attached hereto. Delivery Date: Unit Total Extended Description of Item Price Price Price The following terms of payment are proposed: 1. Total bid price is based on payment terms of net twenty (20) days after acceptance of bus. 2. Extended bid price is for payments made twenty-one (21) or more days after acceptance. The undersigned understands that any condition stated above, clarification formation submitted on or with this made to the above form -- other or in ill render the bid unresponsive. than that requested -- w ,ame o in ivi ual, partner or corp. Address ut oriz signature title 0 APPEAL PROCEDURES 1. The (Purchaser) reserves the right to postpone bid opening for its own convenience and to reject any or all bids. 2. Changes to the specifications will be made by addendum. Prime contractors and subcontractors may make appointments to discuss these specifications. This, however, does not relieve them from the written, documented requests required by para- graphs 4 and 6 below. Request for approved equals, clarification of specifications, and protest of specifications must be received by the (Purchaser), in writing, not less than 28 full days before the roved date of scheduled bid opening. Any request for an app equal or protest of the specifications must be fully supported with technical data, test results, or other pertinent informa- tion as evidence that the substitute offered is equal to or better than the specification requirement. s. The (Purchaser) replies to requests under paragraph 4 full days before the date above will be postmarked at least 17 scheduled for bid opening. 6. Appeal from the decision of the (Purchaser) by a prime subcontractor must be in contractor or an adversely affected and received by UfrA not less than seven full days days . writing before bid opening. Appeals received less than seven full The (Purchaser) before bid opening will not be considered. of all previous correspondence will furnish UfrA a copy subjects covered by the appeal. In deciding pretaining to the appeals, UfrA will consider only the documentation developed and the supplier during negotiations between the project sponsor ained through forsuch third-party. or othercthir e thproject1Sponsor,acontractor, to the 7. Upon receipt of a notice that an appeal has been submitted to the appro UirA, the (Purchaser) will immediately contact determinl open(nuechould)be priate UfrA official to is postponed, postponed. If bid opening have and subcontractors who will telegraph all prime contractors the specifications that an app h ealbeen been furnished a copy of postpone filed and that bid opening wuntil Appr ates ill issued issued its decision. P rescheduling bid opening. 8. Any appeal to UrrA may be withdrawn at any time before UII'A has issued its decision. IA 6 will be final. 9. TFdecision appeal Nofurther appeals willsideredabygU • • • SPECIFICATIONS 2 Bidder must furnish a certification in writing that: A. The horsepower of the vehicle is adequate for the speed range and terrain in which it will be required to operate and also to meet the demands of all auxiliary power equipment. B. All gases and vapors emanating from the crankcase of a spark -ignition engine are controlled to minimize their escape into the atmosphere. C. Visible emission from the exhaust will not exceed N1 on • the RinFa ernin Scale when measured 6 inches from the tail pipe with the vehicle in steady operation. a. The following requirements and conditions shall be considered as an essential part of specifications and proposal. Quotations are requested for transit type coaches (42 or 43) passenger capacity, propelled by a diesel engine, with automatic hydraulic transmission. Size of vehicle required is approximately (35) ft. long by (96) inches wide. Manufacturer to include complete main- tenance manual for coaches proposed. 2. Equal Employment ortunit "In connection with the execution UL Lnits contract, tte contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The contractor shall take affirmative actions to insure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment, or recruitment advertising; layoff, or termination; rates of pay, or other forms of compensation; and selection for training, including apprenticeship. 3. Interest ofMembers of Congress. "No member of or delegate to the (Congress gr t e nate tates s all be admitted to any share or part of this contract or to any benefit arising therefrom." • 4. Interest of Public Officials. "No member, officer, or employee of t e p lie oro y a local public body during his tenure or for one year thereafter shall have interest, an direct or indirect, in this contract or the proceeds thereof." 5. Coaches shall be equipped to prevent or control air pollution in accordance with criteria issued by the Department of Health, Education, and Welfare. However, in those locations where State or Local air pollution regulations are in force, the more criteria shall govern. restrictive All contractors and suppliers must submit evidence that. the governing air pollution criteria will be met. Bidder must furnish a certification in writing that: A. The horsepower of the vehicle is adequate for the speed range and terrain in which it will be required to operate and also to meet the demands of all auxiliary power equipment. B. All gases and vapors emanating from the crankcase of a spark -ignition engine are controlled to minimize their escape into the atmosphere. C. Visible emission from the exhaust will not exceed N1 on • the RinFa ernin Scale when measured 6 inches from the tail pipe with the vehicle in steady operation. 3 • il• When the vehicle has been idled for three then minutes and accelerated to 80 Pei -cent of rated speed under load, the capacity of the exhaust will not exceed b2 on the Ringleman Scale for more than five seconds, and not more than 41 on the Ringleman Scale thereafter. E. The coaches will comply with the Motor Vehicle Safety Standards s5 cstah:;shed by the U.S. Department of Transportation. F. The manufacturer must certi.Fy that the bus bid has been designed offered in his , manufactured, assembled and tested for transit purposes and is suitable for extended in heavy, stop and go traffic. service 7• All bidders must conform to The product they furnisthe final approved specifications. h must be of first quality, and the workmanship must'be the best obtainable in the various trades. The design of the body and equipment which the manufacturer proposed to furnish must be such as to produce a vehicle of substantial and durable construction in all respects. 8. No advantage shall be taken by the manufacturer in of any the omission parts or details which go to make the coach ready for • complete and service, even though such parts or details are not mentioned in these specifications. All units or parts not herein specified shall be the manufacturer's 9• standard units. In all cases, where brand names are used, consider the term "approved equal" to follow; however, written approval for any proposed substitution must be obtained by bidder mitting prior to sub- bid. It should be understood that specifying a brand name, components and/or equipment in this specification shall not relieve the supplier from his responsibility to produce the product in accordance with the performance warranty and con- tractual requirements. The supplier is responsible the for notifying City of any inappropriate brand name, component and/or equipment that may be called for in thespecification, propose a suitable substitute for and to consideration. 10. Coach manufacturer shall assume responsibility for materials and accessories used in the coach, whether the same are made by the coach manufacturer or purchased outside source. under subcontract from an 11. Bidder shall furnish with his bid, for the coach on which bid is submitted, standard detailed specifications, performance curves sh owing percent grade against vehicle speed in MPIi, speed in MPI( against time in seconds, brake horsepower against ,and torque engine speed in RPM. Gradeability and acceleration curves shall represent • performance with a full complement of fuel, water, and oil, and a full seated load of passengers (basis 1sON per passenger on basis of manufacturer's with all standard) engine driven accessories in operation. 4 12. A supply of replacement parts for the coaches specified must be guaranteed by the manufacturer of the coaches for a fifteen • year period from the date of purchase. Manufacturer shall keep parts, books, and maintenance manuals up-to-date for that period. 13. Bidder shall state with his bid, concerning the coach model on which bid is submitted, the number of coaches sold, name and address of purchaser, and date of delivery. 14. Bidder shall state with his bid the names and locations of technical service and parts representatives responsible for assisting the purchaser, as well as the location of the nearest depot which will furnish a complete supply of parts and components for the repair and maintenance of the vehicles to be supplied. Bidder shall state his policy on freight charges for parts. 15. Bidder shall state in detail the warranty provisions offered covering his proposed coaches and all optional equipment. 16. All coaches shall be in complete compliance with the requirements of the laws of the State of Iowa, as to lighting equipment and all warning and safety devices. 17. In determining the successful bidder, consideration will be given to price, financial responsibility of the bidder, • responsiveness to these specifications suitability of the vehicles offered for use in the locat transit system, and the purchaser's past experience. 18. Purchaser reserves the right to accept any bid or to reject any or all bids, or to award the contract for the purchase of the motor coaches on such basis as purchaser deems to be in its best interest to do so. 19. The price to be quoted in any proposal submitted shall include all items of labor, materials, tools, equipment and other costs necessary to fully complete the manufacture and delivery of the coaches pursuant to these specifications. It is the intention of these specifications to provide and require a complete motor coach vehicle to the type prescribed ready for operation. Any items omitted from such specifications which are clearly necessary for the completion of such equipment and its appurtenances shall be considered a portion of such equipment although not directly specified or called for in these specifications. 20. "Ihe bidder's proposal shall state the terms of payment offered. 21. Purchaser is exempt from payment of Federal, State and Local taxes, and taxes not be included in proposal prices. Purchaser will furnish necessary exemption certificates. 40 • 0 5 22. Delivery or motor coaches purchased under these specifications within 183 days is desired. Each bidder shall specify on the bid proposal form the guaranteed number of days from execution of the contract until delivery of all the coaches is completed. 23. In the event of delay in the completion of delivery of coaches beyond the date of the successful bidder specified, the purchaser shall assess as liquidating damages, fifty dollars ($50.00) per day, per coach until delivery is completed. 24. In case the delivery of completed coaches, under this contract, shall be necessarily delayed because of strike, injunctions, government controls, or by reason of any cause or circumstances beyond the control of the contractor, the time of completion of delivery shall be extended by a number of days to be determined in each instance by mutual agreement between purchaser and contractor. 25. As a security for the acceptance of the contract, each bid shall be accompanied by a bid bond, cashiers or certified check in the amount of 10% of the bid, rounded to the nearest thousand dollars, dram payable to purchaser. Such bid deposits of all bidders will be held by the purchaser until all proposals submitted shall have been canvassed and the bids have either been rejected in whole or in part or the award of the contract or contracts has been made. The bid deposit of successful bidders will be held until contracts are duly executed. Bid deposits will be returned to unsuccessful bidders within one week after the award • of the contract(s). If the successful bidder(s) to whom contract(s) shall have been awarded refuse to execute the contract(s) within one week after the award of the contract(s), the amount of the bid deposit shall be forfeited to and retained by the purchaser as liquidated damages for such neglect or refusal. The contract period shall begin at the time of signing by the successful bidder and the City of Iowa City and shall end upon acceptance of and payment for buses purchased under the contract. 26. Successful bidder must agree to save, keep, bear harmless and fully indemnify the purchaser and any of its officers or agents from any damages, costs or expenses in law or equity, that may at any time arise or to be set up for any infringement of the patent rights of any person or persons in consequence of the use by the purchaser, or by any of its officers or agents of articles supplied under the contract, arising from bids submitted, and of which the contractor is not lawfully entitled to sell, provided the purchaser gives contractor prompt notice in writing of any suit and all information necessary to defend same. 27. All units or parts not specified shall be contractor's standard units or parts, and shall conform in material, design or workman- ship to the best practice known in the automotive industry. All parts shall be new and in no case will used, reconditioned or obsolete parts be accepted. Any one part used shall be an • exact duplicate in manufacture and design and construction in each of the buses of each class in this contract. Equipment throughout each bus shall be so installed that it will be inter- changeable among the coaches. 0 0 0 rl 28. Workmanship throughout shall conform to the highest standard of commercial accepted practice for the class of work, and shall result in a neat and finished appearance. All exposed surfaces and edges shall be smooth, free from burrs and other projections, and shall be neatly finished. 29. Bidder shall show UMPA Project Number IA -03-0015 in all correspondence with purchaser or with UM1'A. 30. The purchaser will notify 15 days after delivery if A letter of non-acceptance 31 32 • 33 34. 0 the manufacturer, in writing, within the ill furnish deus has or tailstOfethe en adeficiencies. Invoices shall be furnished with or prior to delivery of each bus. Require the prospective bidders to submit, during the approved andequal Period specified in UMPA's Appeal Procedures, air conditioning road test plans for testing of completed buses prior to li ments.ryThe two plansorder to vmus incerify lude ace with specification require - that the City's representative shouldpsign Off to the effect bus before the bus is shipped sign off ve each tested not constitute acceptance fthe buss City; however, this shall The City may, upon notice by certified mail to the successful bidder, cancel this contract due to breach of contract by the bidder, or cancellation of this project by UMIA. Mlax"m1m compensation under this contract (not including contingency funds) will be: Division I: $195,000 Division II: $720,000 Division III: $300,000 0 0 40 GE\'M, %L llI;,i NSI0\S The vehicle furnished under these specifications shall comply with the following general dimensions: Length overall ---------------------------------35 ft. max. Width ------------------------------------------96" Height overall ---------------------------------125" max. Seatingcapacity ------------------- P Y---------- --42 or 43 Step height from ground - front ----------------13 1/2" max. Step height from ground - rear -----------------16" max. Turning radius (Front body corner) -------------37' max. Wheel base -------------------------------------285" max. Where a specifically named product is called for and approved equal is permitted, bidder must have written consent from the purchaser for such substitution prior to submitting bid. AXLES 1. Front axle shall be Rockwell Standard, or approved equal, with tubular steel or "I" beam center. Provision shall be made to permit caster adjustment without necessity of removing any torque rods. The axle shall be of ample capacity to carry the load imposed upon it. 2. Rear axle shall be heavy duty Rockwell Standard, as normally provided on 40' transit coaches, with tubes of replaceable press to fit type. Ring gear must be bolted instead of riveted. Wheel bearing inner grease seal shall run on a replaceable chromed wiper rind on the tube. Axle gear ratio shall be such as to provide a minimum speed of 45 m.p.h. road speed at recommended governed rpm. The axle shall be of ample capacity to carry the load imposed upon it. 0 7 3. Propeller shaft shall be minimum 3 1/2" O.D. heavy duty type 8 utilizing Spicer 1710 Series universal joints. A guard for propeller shaft is required. BODY 1• Body and understructure shall be built as an integral unit adequately reinforced at all joints where stress concentration may occur. 2. Before assembling, all metal body parts shall be given a thorough multiple stage anti -corrosion treatment and zinc chromate prime paint shall be applied to both aluminum and steel. 3. All nuts, bolts, clips, washers, clamps and like parts shall be zinc or cadmium plated or phosphate coated to prevent corrosion. 4. Interior surfaces of body panels and posts which are covered by trim materials, shall be given a coat of enamel paint as additional protection against corrosion. 5. A11 exterior side panels between window belt and rub rail shall be fluted minimum .063" anodized aluminim. Rear closure door shall be at least partially fluted .063" anodized aluminum. Skirt panels below rub rail shall be smooth anodized aluminum. All exterior panels shall be riveted in place and no sheet metal screws shall be permitted. 6. All exterior joints and seams shall be protected by the application of caulking compound of zinc chromate type, or approved equal. Body shall be thoroughly water tested and made tight to prevent leakage. 7. Floor - 3/4" thick 7 -ply resin waterproof bond laminated fir Plywood, Grade AC or better, treated to make it rot resistant and must be solidly attached to underframe. 8. Floor shall be level throughout, except that gradual incline over rear axle is permitted but not to exceed 3" maximum rise. Minimum head room at aisle shall be 76". 9. RCA floor covering shall be furnished. Color to be black Flexi-Flor 1/8" smooth under seats. Color for the balance of coacis to lack. Fexi-Flor ibbed inaisle andbonbdriver'slplatform;a3/1611ribbed �front/16"rstandee area; 5/16" ribbed in entrance and fare box area with 6" wide stainless steel backing at entrance and standee line area. 10. Step treads shall be of matching colored material, 5/16" ribbed, with metal backing totally enclosed in rubber to prevent contact of metal backing with stepwell. Integrally molded white nosing to be furnished on all step edges including floor level. • A white line shall be provided across aisle just rearward of driver's seat. • • 9 11. Anodized aluminum trim moldings shall be applied at floor covering dash panel, and edges around all wheelhouses, driver's platform, covered by floor heating ducts. at side wall joints not otherwise 12. All joints in floor covering shall be butt cut type. Aisle strip shall extend between seat mounting tracks. 13. Step wells with risers not over 10 inches high and minumum 12 construction, inches deep, shall be molded fiberglass, one piece step deflection. with coved corners and reinforced to minimize tread plates Top surface of steps shall be recessed to receive level with bottom so that surface of tread plate is approximately of coved corners to facilitate cleaning. 14. Access Doors - shall be provided, where necessary to service radio. transmission, engine, radiator, batteries, and 15. Insulation - ceiling shall be insulated with fiberglass blankets sealed in polyethyleen 1 1/4" thick with 1.03# density; side 3/16" walls shall be two layer compressed fiberglass minimum thick with 1.5# density. 16. Engine seat and riser shall be insulated with maximum 1 1/4" by aluminum foil for long thick fiberglass blankets protected heat radiation from engine life and .iiaximum protection against compartment. 17. Undercoating - buses shall be undercoated with non-flamable Varnish, Ashland Oil Tect 1 resin type material such as Pontiac YL 506 G, or approved equal. RADIO INSTALLAPION PROVISIONS 1. A waterproof box minimum 9 1/2" x 16 1/2" x 23" shall be in the first bay rear of installed on the left side of the coach door in the skirt, hinged on the the front wheel. An access lower edge with two (2) key type locks shall be provided. A six (6) position terminal block shall be installed in the box providing the following: 1. Continuous bus power 2. Ground 3. Run switch power 4. Starter power 5. $ 6. Silent alarm switch 2. Access holes with cover plates shall be installed in the left installation of the antenna hand air duct to permit access for the removable driver's window post. A minimum .62 O.D. cable via the with "fish" wire shall be provided from the post to a conduit ceiling access panel below the antenna mounting reinforcement. 3. A 12" x 12", 1/8" thick reinforcement plate shall be installed panel. Below the • at approximately the roof centerline on roof in the interior ceiling panel, a 5" x 5" access panel to plate, be the antenna mounting shall provided. 0 • to 4. A minumun 1.290 O.D. flexible steel, vinyl sheathed, liquid tight, electrical. conduit shall be routed from the radio box to the control head area at the top left of the driver's seat. The conduit shall include a "fish" wire. S. A waterproof, momentary switch similar to a light dinmier switch shall be used as a silent alarm switch. hIlEELHOUSES 1. Shall be fiberglass or stainless steel. to resist deterioration and to provide an attractive interior appearance. 2. Splash aprons shall be installed behind each wheelhouse extending to within 3 inches of ground. Rear splash aprons shall be full width of coach to protect all rear compartments from road splash. 3. Aluminum trim moldings and rubber fenders shall be applied to exterior contour of wheelhouses for finished appearance and to control wheel splash. INTERIOR TRIM 1. Ceiling trim panels shall be Melamine, or equal, 1/10" minimum thickness, applied sectionally with trim strips covering panel joints, color and pattern shall be selected from manufacturers options. The sections between large side windows down to the bottom of the window shall also be covered with Melamine material 1/16" thickness in a color and pattern to be selected. 2. Lower side wall trim panels shall be leather grained anodized alumunum, or equal, minimum thickness .032" with 1/8" thick masonite or 1/8" thick thermobar backing, applied sectionally with trim strips covering panel joints. Horizontal trim molding shall cover top of side wall trim at base of side windows. 3. Rear window ledge and longitudinal floor air ducts shall be patterned anodized aluminum, or approved equal. Modesty panels, rear lounge seat riser, and panel above driver's curtain housing to ceiling shall be leather grained pattern anodized aluminum. 4. Driver's platform riser shall be anodized aluminum or stainless steel. 5. Openings to underside of dash compartment shall be protected to prevent accumulation of debris behind dash panels. A plastic or aluminum shield shall protect all apparatus in front of driver's toe board. n U • 11 DORS 1. Front entrance door on right hand side ahead of front wheel shall be two section slide glide type, with clear opening of at least 30". Meeting edges shall be equipped with 2" extruded rubber edges on each door section that overlap in same plane. Door shall be full air operated with Midland pneumatic door engine and controls, or approved equal, with shut off valve. Door operating levers shall be splined to shafts. Stainless steel sloping hand grips to be installed on inside of eadi section of entrance door. 2. Rear exit door on right hand side ahead of rear wheels shall be air assist "push type" with sensitized grab handles and with minimum 26 1/2" clear opening between the door shafts, operated by a Midland door return and check mechanism. Meeting edges of door to have 2" extruded rubber edge on each door section that overlap in same plane. Each section of door shall be glazed above and below the belt rail. Anodized sensitized aluminum grab handles, approximately 48" long, shall be installed vertically on each section of door near meeting edge. Door operating levers shall be splined to shafts. 3. Rear door shall be interlocked by Midland controls with rear brakes. Interlock controls shall be mounted above floor and readily accessible for servicing. 4. Front and rear doors shall be controlled from a five -position Midland single lever door control valve with handle operating in a horizontal plane. 5. Green light above exit door shall indicate when door is unlocked. Exit door master switch shall be located in right hand front dash compartment. 6. Emergency door shall be located in the roof of the bus. WINDOWS 1. Four large side windows on each side of coach shall be anodized aluminum horizontal slide type sash equipped with "zipper type" glazing channel to allow easy removal of glass without removing sash from coach. Sash shall be equipped with latches which prevent closing on brake application. Also, sash shall be hinged at top for emergency and incorporate ramp type locks with reset feature. Windshield shall be fixed type, glazed with safety float laminated soft -ray glass. Upper portion of windshield, for standee vision forward, shall be glazed with laminated super, neutral safety sheet glass. 0 • 0 12 3. Driver's window shall • sliding horizontally, glass. be anodized aluminum sash, two sections glazed with safety float laminated soft -ray Standee windows shall be fixed type glazed with laminated super neutral safety sheet glass. Glass sections shall be as uniform in legnth as practical to facilitate maintenance. Soft -ray, or equal, single density tempered glass in side windows, rear window, and exit door. Single density tempered glass in entrance door. 6. Padded type sun visor adjustable for windshield or driver's window shall be provided. WINDSHIELD WIPERS 1. Two air operated heavy duty Sprague Super Challenger or approved equal windshield wipers of self parking type with individual control for each wiper shall be provided. 2. Sprague air push windshield washers shall be provided. 3. Screened defroster opening shall be full width across bottom windshield so that the entire windshield will be kept free from frost and fog. 4. Wiper motors shall be piped so air will exhaust below floor. HEATING SYSTEM 1. Water circulating pump, shall be of a design not requiring annual bearing and motor brush replacement and shall be readily accessible for service and inspection. This unit shall have a capacity of 15 gallons per minute for adequate circulation throughout the coach. 2. Main heating system shall be thermostatically controlled and equipped with Dlinneapolis-Honeywell gradustat and water modulating valve. Heater water pump to operate only when gradustat or defroster require heat. This system shall have a capacity of at least 110,000 BTU at 1000 water -air temperature differential. 3. Heater water lines shall be routed through inside of coach, with the exception that lines to the driver's heater may be routed under the driver's platform, provided they are heavily insulated. Use slip fit soldered joints at all line joints. Cores to be constructed entirely of copper and brass. Tanks shall either: (a) be minimum .040" brass; core tubes shall be a .006" wall thickness; a minimum of 9 fins per inch is required, or (b) have a multi - circuit copper tube of aluminum fin type with coil tubes of 3/8"OD by .020" wall thickness copper tube with 6 circuits of 4 tubes each. The fins shall be .0085" thick aluminum spaced 9 to the inch. 4- 13 Driver's heater and defroster • shall - separate dash heater and blower provided for driver's comfort A heater unit heater and for windshield defrosting. least 40,000 BTU output at 1000 water -air temperature differential is ff re required for this application. 'No speed blower shall have an air volume of 500 cfm minimum with minimum separate switch and manual valve to control water 5- Heater air duct along wall, both sides of coach at floor, shall not extend over 6 inches from wall. Heater duct shall be full length of side windows and shall disperse heated air upward through openings at window sills. Provision must be Of made for dispersal warm air over driver's window through adjustable outlet. ball type 6. Blowers to operate only when generator is charging. Blower motors must be shielded from dust and dirt to prolong commutator and brush life, and clean air is to be routed through motors from plenum chamber to atmosphere. 7. Alain under floor blower motors shall be heavy duty 3/4 h.p. with minimum output type of 2800 cfm on high speed setting. 8. Heated air is to be provided to entrance stepwell to formation of ice. prevent DESTLINIATION SIGN 1. Front destination sign above windshield shall be a single curtain type with manual gear drive :and shall keep sign curtain in constant relation to opening. Mask opening to be minimum 6" x 49". Sign curtain material shall be Mylar, or equal, with minimum height with minimum of 1 readings of 5" 1/2" bcrives and left reading side index showing sign readings through plastic covered window in inside headsign cover for driver's use in accurately centering desired reading. Sign shall be illuminated by a single flourescent tube. Flourescent tube to be mounted to end frame of sign mechanism assembly so as to be same distance from curtain at all times providing maximum illumination. 2. Readings will be furnished by the purchaser. State number of readings as standard, total number available and cost of additional readings and blank spaces. 3. Sign rollers to have friction device to prevent curtain from "creeping" 4. Single curtain side destination sign shall be provided and shall be mounted in standee window immediately behind entrance door on curb side. STANCHIONS AND GPAB RAILS I• All l CLIJionstub andle grab rails shall he 1 1/4" diameter staijiless steel clad tubing. Stninlcss clad shall be minimun of .020" thick. Fittings shall be stainless steel, cast aluminum, cast zinc, or approved equal corrosion resistant material. C� • 14 • 2. Full length ceiling grab rail, one each side of aisle, with stainless steel or heavy cast aluminum brackets with baked enamel finish incorporating wrap-around clamp at rail, shall be provided. Grab - rail ends shall terminate at ceiling connections or in elbms's and exposed ends are to be avoided. 3. Vertical stanchion shall be mounted from floor to ceiling or ceiling grab rail at right rear of driver's seat. 4. Vertical stanchions shall be mounted from fllor to ceiling or ceiling grab rail at inside rear corner of front and rear stepwoll. A hand rail of smooth surface anodized extruded aluminum, or approved equal, shall be extended from stanchions to body side approximately 34" off floor. Modesty panels shall be securely attached to hand rails, stanchion and body side. Panels shall be attached at bottom to extruded anodized aluminum rails for stiffness. 5. Fare box stanchion and entrance grab rail shall be provided at dash. 6. Floor to ceiling grab rail bent stanchion at rear of seat ahead of exit door to be connected by sloping cross rail to vertical stanchion at front of exit door adjacent to body side from side of stepaell to door header. r 7. Vertical stanchion to be provided from rear of each longitudinal seat frame to ceiling grab rail. DRIVER'S CURTAIN Roller type curtain with housing shall be provided behind driver. Curtain shall be neutral gray color. An anodized panel shall be provided between curtain housing and ceiling. MIRRORS 1. Fully adjustable outside rear view mirrors, Acme or approved equal, shall be provided at left and right front body corner. Mirrors shall be minimal 8" x 8" in size and contructed of anodized aluminum or chrome plated, or other approved nor. -corrosive materials. Mirror arms shall be chrome plated and designed to permit mirror to be moved out of way to preclude damage by automatic bus washing equipment. 2. A 4" x 16" rectangular rear view mirror, Acme or approved equal, shall be installed fro driver's view of coach interior. 3. Acme, or equal, 6" x 12" exit door mirror combination to provide driver's view of exit door stepweli is to be furnished. • 4. Acme 7" x 10" convex minor to be mounted on entrance door header. • 0 AllVER'fISING CAW) RACKS 15 • Interior advertising card racks are to be provided along each side of vehicle to accomodate 11" advertising card signs. Screw heads shall not interfere with insertion of advertising cards. Butt joints of panel sections must be covered with trim strips. VENTILATORS 1. Adjustable ventilator in front of driver at floor level shall be provided which will close by exterior pressure. 2. Two hinged type ram ventulators shall be provided immediately above windshield. 3. All ventilators shall include weatherproof seals. PAINT AND LETTERING I. Exterior paint shall be acrylic enamel (except fluted siding), oven baked, and finished in two solid colors divided at roof line. Exterior colors and arrangement to be per detail on paint diagram. Belt rail when used shall be anodized aluminum. Exteriors to be different for Division I, II, and III. 2. interior shall be acrylic enwnel in two colors. Side walls from top of large windows to and including advertising card rack will be painted white (DuPont No. 93-21667 or equivalent). Area below driver's window, around windshield, dash and inside of entrance and exit doors to be painted blue metallic (DuPont No. 181-83670 or equivalent). 3. Lettering shall consist of purchaser's name on engine panel cover and coach numbers at designated places per paint chart. SEATS 1. Operator's seat - shall be American Model 6300F, upholstery to be different from Division I, II, and III, and to be selected from manufacturer's standard options. 2. Passenger seats: a. Shall be American Model 6426, or approved equal, with bucketed backs in 42 or 43 passenger configuration with minimum 26" hip to knee room. The top rail and frame of all passenger seats shall be stainless steel. Leg 'W's, if used, shall be stainless steel. b. Seats to be mounted on inverted "T' 2" square stainless steel pedestals bolted through floor. 0 C. Upholstery to be different from Divisions I, IIand III 16 , • and to be selected from manufacturer's standard options. d. All seat padding shall be neoprene foam. 3. Bidder to provide diagram of 42 or 43 passenger layouts he proposes to furnish. INTERIOR LIQITING 1. Interior shall be .illuminated by flourescent lighting in a single row over center aisle. Lens shall be hinged for easy access to flourescent tubes. Lights shall operate with or without engine running. Individual ballast power supply units shall be located in light fixtures. 2. Front door hooded stepwell light shall be mounted on modesty panel and wired to light when fron door is opened. 3. Rear door hooded stepwell light shall be mounted to front side of stepwell or modesty panel. EXTERIOR LIGHTING I. "Dual" headlights of seal beam type are required with high and low beam controlled from foot switch on floor that is sealed and • protected from moisture. Sealed beam units shall be latest type and low beam rating of 600 hour life. 2. directional signals shall be minimum 4" dia, front; red rear signals shall be a minimum 7" dia. Directional signals shall be operated by lever on left side of steering column. 3. Rear lamps shall consist of four (4) 7" lamp assemblies, mounted vertically, two per side of rear closure door. Lamps shall have red lens. Top lamp on each side shall be combination taillight and directional signal. Bottom lamp on each side shall be combination taillight and stoplight. 4. Dual red rear reflectors and three reflectors each side ambur front and middle, and red rear shall be provided. S. Roof market lights, one at each corner of coach with amber front and red rear lens shall be provided. Intermediatemarker lights with amber lens shall be provided on each side roof at center of coach. 6. Identifications lights (Michigan market lights, individual type) mounted at front and rear center of roof crown panels, front to have amber lens, rear lights have red lens - shall be provided. • 7. Armored type directional side lights with amber lens, to function with directional signals, one under operator's window to rear, one under right hand side belt rail to rear of entrance door above front quarter of wheel -housing. 0 0 17 8. A circuit shall be provided for directional signals which, when • on, will cause them to function as traffic hazard warning signals. 9. A 4 CP rear license plate light shall be provided in license plate well. 10. Two (2) back-up lights shall be provided. 11. White hooded light shall be mounted above rear exit door and aimed so as to light up the ground area directly outside the exit door. The light will be wired to function when rear door is unlocked. WIRING I. All general purpose wiring shall be both vinyl and fabric insulated and color coded for ease of identification. Engine compartment wiring insulation (except wiring for lights) shall be cross link ployethylene. Engine compartment wiring may be numbered in lieu Of color code. Flourescent light wiring shall be cross link polyethylene insulation. Battery cables to engine bulkhead terminal block shall be 4/0 gauge with minimum of .075" wall plastic insulation. Two (2) 1/0 with cross link polyethylene type insulation from junction block on engine bulkhead to starter shall be used. 2. Main wiring harness shall be loom covered and conealed within the body for protection from the elements. All harness and wiring shall be securely retained by rubber covered clips. Wiring shall terminate at appropriate junction terminals set in bakelite or molded plastic material. All wiring end connectors shall be of the soldered insulated type. All circuits shall be protected by automatic resent circuit breakers, except speedometer which may use line fuse, and the engine emergency shut-off circuit. 3. Multiple plug and receptacle type connectors shall be provided to permit rapid disconnect of multiple circuits for engine, closure door wiring, and directional signal switch. 4. Wiring for electric fare box to be furnished. SIGNAL SYSTEM Single stroke passenger signal chime, operated by two pull switches, one each side of coach shall be furnished. Signal cord shall be 3/16" dia. wire center plastic cord with cord guides not more than 30" apart. INSTRUMENT PANEL AND CONTROL SWITCHES F I. Instrument panel shall be clearly visible to driver and shall include 3" air gauge (150 psi), electronic speedometer with odometer, voltmeter, oil pressure and collent temperature gauges and telltale lights to indicate: Exit door unlocked, stoplights on, headlight high beam, 101-1 oil pressure, low air pressure, hot engine, and • directional signal action. Directional signal telltale lights shall indicate bulb outage. In addition, a buzzer shall sound for i low oil pressure, hot engine, or low air pressure. 18 2. Control switch panel shall be located convenient to the operator and shall be designed for simplification of electrical controls and shall be inclided for easy access to control. switches. Top surface of control panel shall have main control or master switch with "eng. stop", "Run", "Lights", and "Cl, $ IDLPS" positions. Separate switch shall control driver's heater and defroster motor. Engine start switch shall be push-button type. Normal control of all electrical units except stop lamps, turn signals, hazard flashers, horn and destination sign shall be obtained through positioning of main control switch. Toggle type switches for emergency stop, alternate control of interior and sign lighting, passenger chime, and any special equipment shall be installed. Emergency stop switch shall be protected against accidental operation. 3. Starting motor switch to be wired so that engine cannot be started when coach is in gear. BATTERIES L. Furnish two Delco, Exide, or equal 12 -volt batteries, minimum 17 -plate with 175 ampere hour rating at 20 hour rate. 2. Batteries shall be mounted on pull-out type tray with access door in body side. Inside the door shall be covered with a durable insulating material to prevent electrical short if door is damaged inward. Battery compartment and tray shall be coated with acid resistant paint. GENERATOR Generator shall be Delco 12 -volt, oil tolled brushless type, flange mounted and gear driven from engine, with output capacity of 330 amperes and capable of developing minimum of 190 amperes at engine idle of 46S rpm. Voltage regulator shall be 3 unit transistor type, and must be compatible with the operating characteristics of the generator. HORN Heavy duty dual 12 -volt horns shall be furnished and installed so as to be protected from wheel wash. STEERING 1. Steering mechanism shall be so contructed that coach can be easily steered by operator and shall be such as to make the wheel free from road shock and viberation. Steering from full left to full right turn shall be accomplished in no more than eight complete turns of the steering wheel. Steering mechanism shall be self -centering, requiring little, or no effort for the operator to bring the coach back to a straight -ahead position after turing. Steering wheel shall be not less than 22 inches in diameter and the wheel ring shall be of all plastic or synthetic resin construction off white or similar light color, molded over metal. Further, it shall be provided with puller holes in the hub so that a standard or Universal puller may be used. • 0 19 Z. The following specifications shall be adhered to in regard to ease of steering: With a 22 inch steering wheel, the required pull at the rim will not exceed 40 pounds to turn the front wheel 5 degrees Tight or left. These requirements are for a wet coach empty on a dry concrete floor, clean and free from loose or foreign material with tires aired at 70 pounds pressure. The pull at the rim for a wet coach with a seated lead (150 pounds per passenger) shall not exceed 60 pounds under the same conditions as outlined above. 3. Provisions shall be made for easy external adjustment of steering gear blacklash. SUSPENSION 1. Full air suspension system is required with functions by compressed air, regulated by leveling valves. System must maintain constant height of body in relation to axles regardless of lead. Source of air shall be a separate tank and a pressure regulating valve shall protect against air loss from leaks or failure of suspension system. 2. To control lateral, longitudinal, and torsional movement adequate radius rods shall be provided. 3. Shock absorbers are to be provided on each side of axle at front and rear. BRAn-S 1. Service brakes shall be four wheel internal expanding air operated type, capable of stopping vehicle at a deceleration rate equivalent to a stop within 22 ft. from a speed of 20 mph. All air brake controls shall be Bendix-Westinghouse, with an R-5 rear brake relay valve and E-1 brake application valve. 2. Brake drums shall be 14 1/2" inside diameter with minimum lining width as follows: Front 5" Rear 10" 3. Brake shoes shall he equipped with 3/4" ABB HBO, bolted lining with bushings at anchor pin end. All anchor pins shall be chrome plated and provisions made for lubrications. Brake camshaft bearing surfaces shall be chrome plated. 4. Parking brake shall be mechanical type with hand brake lever at left of driver and shall be capable of stopping vehicle at a deceleration rate equivalent to a stop within 50 ft. from a speed of 20 mph. 5. Slack adjusters shall be Bendix-Westinghouse lock type with grease fittings. 0 20 6. Any modifications to braking or air systems specifications required to comply with any safety standards shall be submitted to purchaser • prior to bidding. 7. No nylon air lines shall be used below floor level. AIR SYSTDI I. The air compressor shall be flange mounted and gear driven from engine and shall have a minimum output of 14 cu. ft. per minute at 1250 Engine R.P.M. and shall be lubricated from the engine and be water cooled. Ball bearings shall be used at each end of crankshaft. The air storage system shall consist of three tands with a combined capacity of at least 4850 cu. inches. 2. The following shall be Bendix-Westinghouse, or approved equal: (a) Tu -Flo 600 air compressor (b) Application valve, E-1 (c) Relay valve, R-5 (d) Brake chambers (e) Air Governor, D-2 (f) Switches, stop light and low air 3. Provision shall be made to apply shop air to coach air system using a Shrader valve, or equal, on engine compartment bulkhead. • 4. Third air tank for air suspension shall have valve or valves to regulate and protect air system. S. Air lines shall be seamless annealed copper tubing with standard brass fittings and supply line to first tank shall be 1" minimum diameter. Flexible air compressor discharge line shall be 1" minimum diameter and shall have flanged type swivel connector at compressor. All air lines shall be loomed, except supply line to first and second tanks, and shall be protected with rubber grommets at all points where lines pass through understructure components. 6. A check valve shall be furnished between 1st and 2nd tanks adjacent to 2nd tank. Fist air tank shall have 150 psi safety valve. 7. All air tanks to be equipped with B -W, or equal, quality type drain cocks. S. Bendix-1%estinghouse alcohol evaporator with one quart aluminum reservoir to be furnished. 9. Expello valve with heating element to be mounted in first air tank. ►%HEELS AND TIRES 1. Wheels to be Firestone with drop center rims, hub type mounting. Wheels shall be suitable for mounting 1200 x 22.5 14 P.R. - Nylon Firestone, Goodrick, Goodyear, or Uniroyal - 100 level (tires to be furnished by bus manufacturer). • 21 single front and dual rear and of same offset for 2• Wheels shall be sing d tine interchangeability. space wheel an 3 The manufacturer shall provide one additional P • per bus. BUMPERS - TOW Ey 130" min thickness and 1r el bumpers of Bumpers ] Stainless steel chaF Wrap around„ type. Btm p bump er shall be interchangeable front .sections width shall be furnihed front and h ar and at bottom of radiator side door. Fron shall be two piece construction wi and interchang able rear sections- bumpers - 2. Dual tow eyes Shall be provided at front above bwnp VP CQdPARIriENC the oxhaust duct plenum, shall poWER PI.h including entering Plant compartment, smoke or fumes from um shall be 1 Power letely sealed to event exhaust duct pier be comp Engine bulkhead d noise transfer to coach interior. interior. in. . e heat an insulated to a minimum of five (5) 21 CP lamps. illuminate electrical )unction box• 2. Con, tmerit shall be lighted by An additional 21 Cp lamp shall rovided t°of opening 3 Small spring loaded caws doors waterhwithoutall be tnecessity fill engine oil an large compartment door. and transmission ant including radiator, engine, Lt and so arranged Complete power p Cradle shall q for servicing• uencies shall be cradle mounted and ibil tab solation of audible freq to provide conventoprovide may' r second. be so mounted as cycles rter cut-out switch, Pe over the range of 35 to 275 engine "Tun11 Switch, sta 5. oil pressure gauge' switch are required in engine compartment. starter switch, and lamp engine, ear driven two (2) cycle DeTea=tfi Lmted with g 'IV 71 Diesel Engine shall be transversely able of giving satisfactory 1. or approved equal, engine est be cap ntenance, operate 1e shall, with normal mal oils meeting accessories. mance and fuels and life and performan ectionable odors se engine is to be eq u.`PPedish W1 no smoke or °bj Biddler to Earn volume fuel injectors. the manufacturer's recommendation* with appropriate low -sac charts. horsepower and torque curve filter and a 2 -quart full flow oil mounted, Engine Shall be equipped with If by-pass is extent size fittings 2' 2 -gallon by -Pas type filter. with different sz line connections at filter shall be ® to prevent interchange- • 3• The engine air intake 22 ® openin shall be through a removable louvered screened the air duct htorear of the coach. The louvered air cleaner shall be isolated fromreen opening and structure for no attenuation. the incorporating broad b A Donaldson ERA t Primary second shall be used. attenuation centered about 250 air cleaner Se to minimize water Said engine air duct shall be gapes per shall be entrance into the air induction systemsh A paas ssage provided so prtoanany which does find entry into the system can be drained 4• All flexible fuel entry into the air cleaner element• shall be teflon ' 0>1, air and water lines in engine co type with braided stainless steel cover. mpartment S. Engine splash Pans shall be furnished. COOLING 1. Radiator fan shall be a thermostatically controlled fluid drive type so as to be effectively power driven Only temperatures. The fan is to be directly at efficient engine engine, y driven (no belts) by the 2. Radiator shall be removable drawn stress relieved brass S top and bottom tanks, (minimum 080 thick) with inlet 15 necks of brass. Headers AE Outlet shall be a .00725 ea shall be .040 brass SAE and outlet • coppet, There shall be 008 brass. Fins shall be 85-15, Tubes minimum 8 1/2 fins •0032 to .0037 3• Radiator surge t Per inch. steel g tank mounted or above radiator shall be stainless safety heavy duty copper or brass and equipped to engitypene filter ca q Aped with sight glass, ter manifold withshut-off sure valvelief tobevalve. Vent line facilitate bleeding of engine, provided to 4, Water hose must be Gates silicone or equivalent Hose 'lamps shall be stainless steel worm type for long life. screw with combination* 5. A Kysor radiator winterfront will be furnished. 6• Electronic loss-of-collant device wired to hot engine light buzzer shall be installed in radiator surge tank. FUEL and 1• to Fuel tank shall be minimum 95 gallon capacity, Supports,prevent surging and rigidly supported b least four baffled with miarranged for easy removal. T y least four (4) minvm� 1/2" hex head brass Tank shall incorporate sump with an audible signal to drain Plug. Tank shall be e Filler pipe shall be indicate when tank is a gU1PPed • capable of removable for easy�OSt full. located on taking a mzn>� of 30 inspection and shall be the curb side of bus gallons per minute and must be 0 • 23 2. TWO engine mounted 8" fuel filters are required, AC or equal, with replaceable type elements - secondary filter element to re ove • particles of 10 micron size. A swing type check valve is required in fuel supply line to prevent siphoning of fuel back to tank thus facilitating filter service. EXI \UST SYST&I I. Exhaust at tt it pipe shall be constructed of metal tubing directed from the muffler or mufflers upward to a location near the top of the vehicle. The tale pipe shall be split so as to provide for aspir ted exhaust to increase exhaust dilution. 2. A single muffler, Nelson Muffler Company or approved equal, shall be provided. Exhaust muffler shall not be located in engine compartment. Flexible tubing shall not be used between engine and muffler. 3. The use of the vertical exhaust outlet shall not increase the overall length of the vehicle, nor shall it be located in such a way as to present a burn hazard to pedestrian traffic. The termination of the tail pipe shall be such that it complies with FMVSS 108 Pertaining to side marker and clearance lights. A rain hat or deflector shall be provided at the termination of the tail pipe. TRANSMISSION 1. Transmission shall be an Allison VH fully automatic heavy-duty • power shift single fluid hydraulic type. Transmission shall shift from hydraulic to direct drive at a predetermined vehicle speed. Teleflex transmission shift control cable shall be provided. Transmission shall be so constructed as to permit easy access to, and removal of, clutch and convertor components. 2. Transmissi n shall be equipped with a hydraulic transmission governor, three plate clutch, oil pump with a minimum capacity of 9 1/2 GPM at 1000 engine RITZ, oil filter, and water -oil heat ex hanger. SAFETY EQUIWENT AND FIRST AID KIT Safety equipment box including door with at least:4" x 5" glass window lock and hammer to break glass to be mounted in dash compartment. Box to include fire axe, ten (10) unit first aid kit and Fyr-fyter 4.5 pound model FS SKC dry chemical fire extinguisher. THE FOLLOWING SHALL BE SUPPLIED ONLY ON THE THREE(3) DIVISION I COACHES AIR CONDITIONING 1. A complete air conditioning system of nominal ten ton capacity shall be furnished. Distributi.n of cooled air shall be through common ducting described under heating system. • r� 0 24 2. The compressor shall be four cylinder Trane driven through bevel gear drive directly from main engine. 3. Condenser shall be mounted on roof of coach at rear four maximum cooling, efficiency and cleanliness and shall be enclosed in fiberglass shroud. 4. Condenser fan drive shall be 48 -volt electric system and shall function only when air conditioning is in operation. S. Evaporator shall be mounted under floor in same compartment as heater cores and shall be "Reheat" type for hunidity control. 6. Bidder to provide details of air conditioning system he proposes to furnish. THE FOLLOWING SHALL BE SUPPLIED ONLY ON THE THREE (3) DIVISION I AND FIVE (5) DIVISION III COACHES 1. A double vault recording lock box shall be installed in each bus by the manufacturer. 2. The City shall furnish the fare boxes and necessary mounting • hardware. 0