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