HomeMy WebLinkAbout1978-09-19 Resolutionj•. I1ICROFIL14ED BY JORM.MICROLAB
CEDAR RAPIDS AND DES I-I01NES, IO'W'A
RESOLUTION NO. 78-421
RESOLUTION OF APPROVAL OF CLASS C Beer SUNDAY
PERMIT APPLICATION
BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY„ IOWA,
that a Class C BeerSunday Permit application is
d` persons at
hereby approv 9 name person or P
ed for the following '. p
the following described location:'
QuikTrip Corporation dba/QuikTrip #503, 123 West Benton
Said approval shall be subject to any conditions or restrictions
hereafter imposed by ordinance of state law.
The City for shall cause a recommendation for approval to
on thea lication and forward the same together
endorsed u pp
be P
i
'
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. Roberts and seconded by Neuhauser
that the Resolution as read be adopted, and upon roll call there
were:
AYES: NAYS: ABSENT:
Balmer X
,
f
deProsse X'
,
Erdahl x
, 1
i
1
Neuhauser X
i
f
Perret x
Roberts X
Vevera z
Passed and approved this 19th day of September
19'78
a or Proalom
�
I
Attest: 7Z gO ' �2Rd& . ,�)s��r4.
,
City CILrrx '^r
6 '
/ 4
I tAICROrILMED BY
JORM MICR+LA9.
-. CEDAR RAPIDS • 'IES MOINES
t•1ICROFILI4ED'BY JORM MICROLAB CEDAR, RAPIDS AND DES MOINES, IOWA
y
L.
r
RESOLUTION NO. 78-422
I
RESOLUTION TO ISSUE CIGARETTE PERMITS
WHEREAS, the following, firms and persons have made appli-
for the sale of
cation and paid the mulct tax required by law
,
and cigarette papers; therefore,
cigarettes 9
'
BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that
be and he/she
the applications be granted and the City Clerk
issue a permit to the following named
is hereby directed to
and firms to sell cigarette papers and cigarettes:
persons
t
P & P of Iowa City, Inc. db/The Pleasure Palace,
315 Kirkwood
.ry
;(andseconded
by Ne_ uh_ a_ us
It was moved er
by Roberts
and roll call there
..
that the Resolution as read be adopted,
l
upon
'
were:
AYES: NAYS: ABSENT:
Balmer_ X
SI
deProsse X
Erdahl X
4
Neuhaus_ X
1
Perret X
i
X ¢pp
Robert_ ,
S
X SSSS,
Vever�_
19th day of Sept b er
Passed and approved this _ ems_
19 78 t
F
Ma or Pro _fom y
}
Attest:
City Clerk / 1
,
6172
r e
I4ICRO(]LI4CD BY
JORM MICR&Ael '
I
CEDRR RAPIDS •'IES MOINES
MICROFIL14ED BY JORM MICROLAB
CEDAR RAPIDS AND UES MOINES, INA'
MICROFILMED BY
JORM MICROLAB •' CEDAR RAPIDS AND DES MOINES, IOWA
4
RESOLUTION NO. 78-425
RESOLUTION APPROVING PRELIMINARY AND FINAL
LARGE SCALE RESIDENTIAL DEVELOPMENT FOR
CAPITOL HOUSE APARTMENTS
WHEREAS,
the owner, Capitol States Associates has
filed with the City
Clerk o Iowa City, Iowa, an application for approval
for a large scale
residential development for the following described
premised located
in,Iowa City, Johnson County, Iowa, to -wit:
All of
Lot 5, Lot 6, Lot 7, in Block 103 of the Original
Town of
Iowa City, Iowa, according-to.the recorded plat
thereof.
i{
f
or
WHEREAS,'
said property is owned by the above-named party and no
dedications are
required.
WHEREAS,
the Department of Community Development and the Public
;
Works Department
have.examined the proposed large scale residential
development and
have approved the same; and,
i
WHEREAS,
the, said large scale residential development has been
examined by the
Planning and Zoning Commission and after due deliberation ,
said Commission
has recommended "that it be accepted and approved.
WHEREAS,
said large scale residential development is found to conform
with requirements of the City, ordinances of the City of Iowa City, Iowa.
/7a8
K=
T MICROFILME
JORM MICR+LAB
CEDAR RAPIDS • DES 1401NES J
M!CROFILMED BY JORM 141CROLAB
CEDAR RAPIDS AND DES MOINES, 10'+!A
RESOLrim No. 78-426
RESOLUPION AUTHORIZING EX=ION OF CONTRACT
WITH STANLEY CONSULTANTS
WHEREAS, the City of Iowa City, Iowa, has negotiated acontract
I
J
with Stanley Consultants Inc. , a copy of said contract
being attac to a Resp u s reference made apart irxso
and,
WHEREAS, the City Council deems it in the public interest to enter
into said contract to provide design' and land acquisition services on the
Ralston Creek South Branch Dam.
NON, THEREFIORE, BE IT RESOLVED BY THE CITY COUNCIL:
ir
1.' That the Mayor and i � Clerk are herebyand directed
.authorized
j to execute the contract - with Stanley Consultants, Inc. of Muscatine, IA.
S
2 That the City Clerk shall furnish �Pies of said contract
to any citizen requesting same.
S�
J It was (roved by deProsse and seconded by Neuhauser the
Resolution be adopted,ar upon roll call there were:
I
AYES: NAYS: ABSENT:
X BALMER
—
r
X deProsse
X ERDAHL
;
X NEUHAUSER
X PERRET
X ROBERTS
I.
X VEVERA
Passed and approved this 19th day of September , 1978.
Ma r Pro om
ATTEST:
City Clerk
Received & Approved
h By The Legal Dopartmant
-7
L -IV v
7/5-
141CROf ILMCO BY'
,
JORM MICRmLAB
' CCDAR RAPIDS •DCS 1101 NCS(
h1ICROFILMED BY JORM MICROLAB CEDAR RAPIDS AND DES 110INES, IOWA Y
AGREEMENT
This Agreement, made and entered into this I N1 day of Se nibcc 197
by and between the City of Iowa City, a municipal corporation, herein-
after referred to as the City, and Stanley Consultants, Inc., of Muscatine,
Iowa, hereinafter referred to as the Consultant.:
Now therefore, it is hereby agreed by and between the parties hereto that
the City,'I 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:
I
The Consultant shall not commit any of the following employment practices
j
and agrees to prohibit the following practices in any subcontracts.
I�
a. To discharge from employment or refuse to hire any individual
{
because of 'their race, color, religion, sex, national origin,
!!!!i
disability, age, marital status, or sexual preference.
b. To discriminate against any individualinterms, conditions, or
i
privileges of employment because of their race, color, religion,
sex, national origin, disability, age, marital status, or sexual
preference.
I. SCOPE OF SERVICES
The City of Iowa City is planning constructionof a storm water detention
t.
structure(s)'on the south branch of Ralston' Creek at the east City limits.
R
This Project is described in'a report entitled Ralston Creek Watershed -
Existing Conditions, Problems Needs prepared_ by Powers and
c,
_and
Associates and Lindley and Sons,_ Inc., and dated March 21, 1977. 'The,
project is further described in an unpublished report_ entitled Ralston
"
Creek 'Iowa City, Watershed Improvements 1977 dated November 9
iP
1976 by Powers-Willis:and Associates.
5
The Consultant is to provide the following services:
i
1. Design Phase
a. Preliminary Design
b. Final Design
r
j
2. Bidding and Construction Phase
,1
6
3. Additional Services of the Consultant
,
4. Property Acquisition
S. Property Survey
1. DESIGN PHASE
t
a. Preliminary Design
The objective of this portion of the study is to review past work on this
Project and update or modify such work as maybe necessary to optimize
the location, size, and design details of the storm water detention
structure(s). Such work shall include the following:
1. Review past studies and reports.
2. Review stream gauging data on Ralston Creek.
3. Develop flood routing model and calibrate' with stream' gauging
data.
t416ROrILMCD BY
i J
JORM MICR6LAB
( CEDAR RAPIDS • HS Id01NrS
filCROFILMED BY JORM MICROLAB
CEDAR RAPIDS AND DES MOINES, IOWA'
4. Review of preliminary culvert design.
5. Review of preliminary spillway design.
6. Calculate and plot water levels fora 5, 10, 25, 50 and 100 year
storm.
7. Develop tail water rating curves.
B. Discuss this project as necessary with the Iowa Natural
Resources Council.
9. Briefly study a single dam alternative.
10. 'Confirm roadway location and width requirements.
11. Preparepreliminary cost estimate.
i 12. Provide recommendations to the City regarding the amount of
acquired under easement and
land to be purchased or
recommend land use policies for the area upstream' of the
structure.
The Consultant shall' coordinate closely with the Department of Planning
to coordinate the
and Program Development and the City Engineer
the City's comprehensive plan and with utilities in
+,
Consultant's work with
the area including storm sewers, sanitary 'sewers, etc. The Consultant
and land owners in the area
shall also coordinate with all utility companies
to receive their input.,
i
During property acquisition procedures, landowners in the area of the
may ask fora waiver from the Storm
{
storm water detention structure(s) e ant i
Water' Management Ordinance. Tholiciesoonua of the Stoprovirm
waiver
recommendations to the City regarding p
owners..
Water Management Ordinance for upstream property
information shall be prepared in a preliminary report and
;}
All of the above
the Consultant shall furnish five (5) copies of the document to the City
s
for approval.
b. Final Design
After City approval of the preliminary report and upon written authoriza-
final design phase which
tion to proceed, the Consultant will begin the
will include:
1. act forms, including the proposal
Preparation of required contr
technical specifications,
a
forms and notice to bidders, drawings,
to complete the construction
and other documents as needed
contract documents.
e C onsultant's latest
an es in the
an changes e
t of
2 Advise the Ci Y
construction costs caused by
,
o
opinion of the probable project
design requirements, construction costs or
changes in scope,
other conditions.
ultan t shall assure .that the contract documents meet
e'Cons d
Th n an
3, o
acts
l
all requirements of, local and Federal affirmative
The Consultant will coordinate
equal opportunity, programs,
City's Human Relatment.to assure that all
ions Depart
with the
required non-discrimination and equal opportunity statements
This
and programs are included in the, contract' documents.
anthe
contractable
Project Is being funded wit all�eotlherntlapplicable
include
s should
documents ument
regulations.
4. The Consultant shall furnish the City with five (5) copies of
for the final review by the City.
the plans and specifications
During the preliminary and final design phase, the Consultant shah vink'
Council and other app 9
closely with the Iowa Natural Resources
The Consultant shall be respons ible for obtaining'
agencies as necessary.
"approval from the Iowa Natural Resources Council for this design.
i
141CROFILMED BY _ 1
" JORM MICR6LAE3
— CEDAR RAPIDS • DES MOINES
MICROFILMED BY JORM MICROLAB
CEDAR RAPIDS AND UES NUINLS, IOWA
During
this phase of the Agreement there will be a need for soil borings.
o
The Consultant
will provide the City with a scope of services for such
borings
and the City will be responsible for hiring and compensation of a
soils consultant of the City's choice.
2. BIDDING AND CONSTRUCTION PHASE
The Consultant
shall provide the following services in this phase upon
written
authorization from the City:
a.
Assist the City in securing bids and providing 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
award of the contract.
d.
Review shop drawings and samples, the results of tests and
inspections, and other data which any contractor is required to
submit for general conformance with the design concept of the
project and general compliance with the information given in the
contract documents; determine the general acceptability of
substitute materials and equipment proposed by contractor(s);
and receive and review (for general content as required by the
specifications) maintenance and operating instructions,
schedules, guarantees, bonds and certificates of inspection
which are to be assembled by contractor(s) in accordance with
the contract documents. This review does not relieve, the
construction contractor or supplier from =responsibility. for
n
errors, correctness" of details, or conformance with the
contract(s).
e,
The Consultant and the City shall discuss interpretation 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.
I
f:
Review and process application for progress payments.
t
g.,
Conduct an inspection to determine if the project is substan-
tially complete and a final inspection to determine if the project
y
has been completed in accordancewith the contract documents
and if each contractor has fulfilled all of his obligations
thereunder so that the Consultant may approve, in writing,
final payment to each contractor.
h.
Issue all instructions of the City to the contractor; prepare
routine change orders as required for approval by the City;
and require special instruction and testing of the work' as the
Consultant deems necessary.
I.:
Make visits at appropriate Intervals to the site of the project to
familiarize himself generally with the progress, and quality of
the work'and determine in general if the work is proceeding in
accordance with the construction contract documents. On the
basis of on-site observations, the Consultant shall endeavor to
guard the City against defects or deficiencies' in the work of
the contractor and may disapprove or reject work as 'failing to
conform to the construction contract. The Consultant shall not
be required to make exhaustive or continuous on-site
observations to check the quality or quantity of work. The
Consultant shall not be responsible for the construction means, ,
methods, techniques, sequences or procedures, or for the
safety precautions and programs in connection with the work.
He'shalI not be responsible for any failure of the'Contractor(s)
to carry out the work in accordance with the construction
contract(s).
i
. I41CROFILMED BY
DORM MICR&AB
CEDAR R.MIDS BES MOINES
h1ICROFIL14ED BY JORM MICROLAB CEDAR RAPIDS AND UES MOINES, IOWA
i+W 4 n
3. ADDITIONAL SERVICES OF THE CONSULTANT
If authorized in writing by the City, the Consultant shall furnish or
obtain from others the additional services of the following types which are
not considered normal or customary basic services. These will be paid for
as stated in Section V, Compensation for Services.
a. Preparation of applications and supportingdocuments for
governmental grants, loans or advances in connection with the
Project; preparation or review of environmental assessments
and impact statements; and assistance in obtaining` approvals of
authorities having jurisdiction over the anticipated
environmental impact of the Project.
b. Assist the City as expert witness in litigation arising from the
development or construction of the Project.
C. Preparation of operating and maintenance manuals, extensive
assistance in; the utilization of any equipment or system, and
training personnel for operation in maintenance. ?'
d. Preparation of original contract drawings modified to reflect
significant changes made after the contract(s) award or during
construction progress. These Mylar reproducibles shall be
provided for the City's files and use and be based on data s'
furnished to Consultant by the Contractor or City, or
furnished by the Resident Project Representative if provided,
by the Consultant. The Consultant shall not be liable for use
of, such documents on other projects.
e. Services resulting from significant changes in general scope of
the Project or its design including, but not limited to, changes
in size; complexity, and revising previously accepted studies,
reports, design documents, or contract documents when such
revisions are due to causes beyond the Consultant's control.
f. Technical observation of construction by a full-time Resident
Project Representative and supporting staff. The duties, t
responsibilities' and the limitations on the authority of the f
Resident Project Representative and assistants are as set forth i
in Exhibit A and are made a part of this Agreement before such
services begin:
C I
Through more extensive on-site observations of the work in 4
progress and field checks of materials and, equipment, by the
Resident Project Representative and assistants, the Consultant
shall endeavor to provide further protection for the City
against defects and deficiencies in the work.
g. Providing field "stake out" of work beyond the initial stake out {
under the survey phase of this Agreement.
I,
h. Any other services not otherwise provided for in this' Agree-
ment, including, without limitation,,' the services normally
provided by the City as described; In the,
III of this
Agreement.
4. PROPERTY ACQUISITION
The City will acquire property for this Project under provisions of the
j
Federal Uniform Relocation Assistance and Real Property Acquisition
policy guidelines. The Consultant services under this portion of the
Agreement shall Include the following:
a. Determine alternative acquisition boundaries and policies and
recommend'a strategy to the City. Also see Preliminary Design
Phase.
b. Hold discussions with property owners to apprise them of the
Project and answer questions.
C. Coordinate appraisal and purchase negotiations. It will be the
responsibility of the City 'to'hire and compensate appraiser(s)
as necessary, to fulfill the obligations of the Federal Uniform
Relocation Act.
MICROFILMED BY
=i
JORM MICR6L AB
I
' CF.DAR PN'105 SCS MDL•!CS
fAiCROFILMED BY JORM 141CROLAB CEDAR RAPIDS AND DES MOINES, IuWA
i^•r 5
d. Assist in acquisition proceedings
e. Determine potential crop loss due to flooding.
5. SURVEYS
The Consultant shall provide the following surveying services:
a. Construction staking - one time field stakeout of construction.
Additional field stake outs shall be done as part of the
Additional Services of the Consultant.
b. The Consultant shall provide a scope of services for additional
surveying so that the City may hire a local surveying
Consultant to do the following work as necessary:
1. Provide topographic mapping with two foot contours.
2. Establish bench marks.
I
3. Do stream profile and cross sections.
4. Prepare metes and bounds description of the entire parcel 1
owned by each property owner and the parcel to be
acquired by outright acquisition or easement.
5. Flag the high water line.
6. Survey existing property linesand survey property for
acquisition or easement.
The City of Iowa City will be responsible for the hiring and compensation i
of the -local Consultant.
The City of Iowa City will be responsible :for making all offers and
{ negotiations of compensation, leases, etc.
If. GENERAL TERMS
!
1.
The ! Consultant or the City may terminate this Agreement upon seven i
(7) days notice. If the Agreement is terminated, the Consultant
i shall, be 'paid on the basis of work status satisfactorily completed
under Phases 1, 2, 3; 4 and 5 and accepted by the City. The
portion of work completed under each phase not, yet accepted by the
City shall be determined mutually by the Cit and t
If the '
Y he Consultant.
t.
City
and
the he Consultant are unable to agree on the percentage ,
Of completion, each side shall' pick an arbitrator. ' These two
arbitrators shall pick a third arbitrator and the City and the
Consultant shall, be bound by the decision of the arbitrators:
2.' Records of the Consultant's Standard Time Charges pertaining to the
Project shall be
kept a generally recognized nized acco
untin
9
basis and
,
be available to the City or its authorized'. representative at
mutually convenient times. It Is agreed' that the Department of
Housing and Urban Development, the Comptroller General of the
United States, or any other 'duly authorized representative shall
have access to any books; documents, papers, and records of the
Consultant which are directly pertinent to this specific contract for
i the purpose of making audit examinations, excerpts, and trans-
criptlons'. It 1s agreed such examinations by any party shall be
made at the Muscatine, Iowa office.
3. This Agreement' shall be binding upon the successor and the assigns
of the parties hereto; provided, however, that no assignment shall
be made wlthoutthe written consent of, all parties to said Agreement.
4. It is understood and agreed that the'empioyment of the Consultant
by the City for the purposes of said Protect 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,
.com ens
of o
n
� Insurance, and all clericaldetail involved in their employment.
r
141CROFILMED BY q
JORM MICR+LAB
CFOAR RAPM' • IT' MOINCS
Q!CROFILI4ED BY JORM LIICROLAB CEDAR RAPIDS AND ULS 1401NLS, IOWA
o
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 requirement 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 all reports and/or drawings with
the seal of a Professional Engineer or Architect affixed thereto where
such seal is required, by law.'
8. The City agrees to tender to the Consultant all fees and money in
accordance with this Agreement except that failure by the Consultant
to satisfactorily perform in accordancewith this Agreement shall
constitute grounds for the City to withhold payment of the amount
sufficient to properly' complete the Project in accordance with =this
Agreement:
9. Should' any section of this Agreement 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.
III. CITY'S RESPONSIBILITY
,
The City shall:
I,
1. Provide full', information as to the requirements for the Project.
$I
" 2. Designate Richard J. Plastino to act as the City's
€
representative with respect to the work to be performed under
this Agreement and such person shall have complete authority
to;, transmit instructions, receive information, interpret and
a'
define the `,City's 'policies, and decisions with respect to
materials, equipment, elements and systems pertinent to the
e
work covered by this, Agreement:
3. Assist the Consultant by placing at his disposal all available
.� information pertinent to the site of the .project including
previous reports and any other data relative to design and
construction of the Project.
4. Make all provisions for the Consultant to enter upon public and
private land as required for the Consultant toerform his
p work
under this Agreement.
5. Examine all studies, reports,, sketches, estimates, specifica-
tions, drawing proposals,. and other documentsP resented b
the Consultant and render in writing decisions pertaining to the
documents within fifteen (15) days after receipt so as not to
delay the work of the Consultant.'
r
IV. TIME OF COMPLETION
The Consultant will complete the various phases of this Agreement from
the times listed below:
Phase 1a - Preliminary Design
The preliminary design phase will be completed within ninety (90)
days after signingpf this Agreement:
,
Phase 1b - Final Design
This phase will be completed within sixty (60)` days after written
authorization' to proceed.
:41CRO'FILMED BY
. JORM 'MICR6LA13
I CEDAR RAPT S • DF.S. M011415
f•11CROFILMED BY JORM MICROLAB CEDAR RAPIDS AND UES 14U1NES, IOWA
Phase 2 Bidding and Construction Phase
There will be no specific time limits on the bidding and construction
phase.
Phase 4 - Property Acquisition
There will be no specific time limits on' the property acquisition
phase.
Phase 5 - Property Survey
There will be no specific time limits on the property survey phase.
V. COMPENSATION FOR SERVICES
Compensation to the Consultant and other conditions of service shall be in
accordance with "Schedule of HourlyFees and Charges for Professional
Services" in effect at the time the work is performed. A copy of the
current schedule is attached as Exhibit B. Estimates of cost and fee
limitations for phases of services outlined above are as follows:
Phase 1a - Design Phase - Preliminary Design
Estimated cost of this phase based on completion of the phase before
March 31, 1979, is $24,800.
Phase 1b - Design Phase - Final Design,
Estimated cost of this phase based on completion of the phase before
March '31, 1979 is $18,500. The total fee for Phase 1a plus 1b of the
n
Project shall not exceed $43,300.
Phase 2 - Bidding and Construction Phase
{
The total fee ,for this phase of the Project shall not exceed $10,250
Q'
{ based on completion of the work before March 31, 1980. A prorated
J
ad 1ustment of this fee limitation,. will be made to reflect f ees and
li charges in effect for work performed on this phase after March 31,
a
i
1980
v
Phase 3 - Additional Services of the Consultant
1
This phase of services on the Project has no fee limitation.
+'
Phase 4 - Property Acquisition
r
The total fee for this phase of the Project shall not exceed $16,200
t
7
based on completion of the work before March 31, 1980. A prorated
adjustment of this fee limitation will be made to reflect fees and
charges in effect for work performed on this phase after March 31,
y
1980.
3
Phase'5 - Property Survey
This phase of service on the Project has no fee limitation.
General
E
Items listed in Section 11 of Exhibit B are included In the not to
exceed figures listed above.
I
The fees listed' in this section will be billed and due payable
t shat list the classifica-
monthly. With g the Consultant
each billing I
worked and the hour) rate for each phase of the
tion the hours Y
tion,
contract. Billings shall be broken down into the following cate-
gories:
1. Design Phase
a. - Preliminary and Final Design
'I
t
Y t41CRUILKED BY .. .Ii
JORM'. MICR+LAB
COAR RAPIDS • PES MOVIES
I;i1CROFILMED BY JORM MICROLAB CEDAR RAPIDS A14D UES MOItIES, IOWA
2. Bidding and Construction Phase
3. Additional Services of the Consultant
4. Property Acquisition
5. Property Survey
The undersigned do hereby state that this Agreement is executed in
triplicate, as though each were an original and that there are no oral
agreements that have not been reduced in writing in this instrument.
FOR THE CITY: STANLEY, CONSULTANTS, INC.
MAY R roil o / �
l D
ATTEST:
CITY CL RK —T— f}Ss154j-ld T SEC2ETA2y
STATE OF IOWA
JOHNSON COUNTY
On this doll, day of , !, y 1978, before me, a Notary Public duly ;
commission d and quali led in apd*or said•County and ,State, personally,
appeared ��Mayoryoi the City of Iowa City, Iowa, and Vicki J. Brei
Deputy ity Clerk of said City, each being to me personally known to be
the Identical persons and officers named in the foregoing'Instrument who
.
I ;
executed the same under and by virtue of the authority vested in them by
the City Council of said City, and each for himself acknowledged the
execution thereof to be his voluntary act and deed for purposes herein
expressed.
IN TESTIMONY WHEREOF, I have hereunto set my hand and notarial seal
5 at Iowa City, Iowa,the day and year last above written. "
Notary Public, in and fo
J Johnson County, Iowa 1
STATE OF I 0 W A
COUNTY OF )
IYIVSCA7 nJE �
On thisahJday of SFp7Em66R. , 1978, before me, the undersigned, a
Notary Public in and for sold County and Bald State, personally appeared
m, i3RIGHT and �,E. AA SFAL to me personally
known, who being by me duly !,sworn, did say that they are the
La-PaELPW and .4"isYavr SECpBTA&Y, respectively, of said 'r
corporatlon;' that (Ao, aa4.bas_beoa-praaei) (the seal
affixed thereto is the seal of said) corporation; that said instrument was
sig ned and sealed on behalf of said corporation by authority of Its Board
ofDirectors' and _ that the : said UIc = • Pner f ofur and
AS&ISTAbr SFe�C-rARY as such officers, acknowledged the execution of
said Instrument to be the voluntary act and deed of said corporation, by
It and by them voluntarily executed.
No ry Public in and for said
County and State
n
S�11C8CP4� � .11;9V.,U
D
LEG
LL „ i
X TIMlL bbl Nt l t�,Y;lt C
MICROFILMED BY
JORM MICR6LAB 1
CEDAR RAPIDS • DES MOINES
MICROFILMED BY JORM MICROLAB
• CEDAR RAPIDS AND DES PIOINLS; 10'dA
• Y 4 EXHIBIT
.,A., _.
TO TERMS AND CONDITIOfvo BETWEEN THE OWNER AND THE CONSULTANT FOR PROFESSIONAL SERVICES
'
Dulies, Responsibilities and Limitations of the
Authority of Die Resident Project Represenmtive(sl
'
A, GENERAL -
Tire Resident Project Representative is the CONSULTANT's
10, Records:
Agent and shall act under the supervision and direction of the
CONSULTANT.
a. Maintain at Ihcjob site orderly lilrs for courspondenw
B. DUTIES AND RESPONSIBILITIES
repor is of job conlemnces, 51,01) drawings and other submissions,,
reproductions Of Original contract documents including all ad
7
The Resident Project Representative shall -clench,
bings
change authorizations, field orders, and additional draw.
1. Schedule: Review the. progress schedule prepared by the
for
issued subsequent to the award of the, contract(s), the
CONSULTANT's interpretations of Ihaconsbrction
p
tonuadorlsl compliant cewilh the contracts) and givowrit•
ten advice to the CONSULTANT concerning its acceptability.
conlract(s),
progress reports, and other PROJECT related documents.
-
t
' 2. Conferences: Attend pre -construction conferences At.
range a schedule of progress meetings and other job confer•
b, Keep a diary or log book; recording hours on the job site;
weather conditions, list of visiting officials, daily activities,
"
i
j
ences as required in consultation with the CONSULTANT
and notify in advance those expected to attend. Maintain and..
decisions, observations in general and specific est procedures, r s,
more detail as. in the cads 1)l observing the test
circulate copies of records of the meetings. !
c. Record the names, addresses and telephone numbers of all
bees fall
3. Liaison:
contractors, subcontractors and major material suppliers.
?
a: Sarva as [lie CONSULTANT's liaison with the Contractors)
d. Maintain a set of drawings on which authorized changes are
noted, and deliver to the CONSULTANT
r
working principally through the Contractor(s)' superinten•
Alert the Contractors), through his superintendent,to
at the completion of
the PROJECT.'.dent(s):
Sthe hazards involved in accepting and acting upon instructions
17, Reports..
-
"
from others, except such instructions transmitted through the
CONSULTANT;
a•! Furnish the CONSULTANT periodic reports as required of
'
progress of the PROJECT and the Contractor(s), compliance
9
br Cooperate with the Contractor(s) in his dealings with Iha
with the approved progress schedules).
various local agencies having jurisdiction over the PROJECT in
b•'. Carrier with 1110 CONSULTANT in advance of scheduled
order to completeservice connections to public utilities and
facilities.
major Tests, inspections. or start ofimportant phases of the'
,a
PROJECT.
r.e. Assist the CONSULTANT in obtaining from file OWNER
12• Payment Requisitions
:additional details or information, when required, at the job
silo for proper execution of the work.
Review applications for payment with the Contractor(s) for
4. Approvals: When required, assist the CONSULTANT in ob•
compliance with the established procedure for their submission
and forward them with. recommendations to the CONSULT•
laining from the Contractor(s) a list of his proposed suppliers
ANT, noting particularly their relation to the work completed
F
and subcontractors.
and. materialsand equipment delivered at the site..
5. Samples: Assist the CONSULTANT in obtaining field sam.
13, Guarant0s, Certificates. Maintenance and Operation
Pies of materials delivered to the silo which are required to be
Manuals ".
f
r
furnished, and keepd 1
record o actions coons mken by the CONSULT•
.ANT,
wocr,(ioem le thebleak Guarantees,
During life cenance
i
6. Shop D !
p rawmgs:
sales and
required aml0nmtco and 0 era i
p for Manuals andnother required
dela to be furnished by the Conlrador(s) and upon acceptance
1
a. Receive reviewed shop drawings and other submissions from
of the PROJECT, deliver this material to the CONSULTANT
r;
1
the CONSULTANT; record ilia data received, maintain a file of
for his review and forwarding to ilia OWNER,
j
the drawings and submissions, and check the construction for
14. Completion:
1
compliance with them.
b. Alen the Conlractor(s)' superimendont(s) when he observes
a. Prior to inspection for substantial completion, submit to the
Contractor(s) a list of observed items requiring rorreclions.
j
materials or equipment being installed before review of shop
drawings or samples,, where such is required, and advise ilia
b. Conduct final inspection in the company of the CONSULT
1
r CONSULTANT when he Imlieves it isnecessary to disrp•
ANT and the OWNER and prepare a final list of items to be
corrected.
i
prove work as failing to conform to Ilia construction con.
I
Imclls).
C. Verily that all items on the final list have been corrected and
`
7. Review of Work, Inspections and Tests:
make recommendations to the CONSULTANT .concerning
a. Conduct onsite observations of tileacceptance work in progress for
r
Ilia CONSULTANT as a basis for determining that the PRO.
'
JECT is proceeding^. In accordance with the construction
contmn(s):
C. LIMITATIONS OF AUTHORITY
b. Disapprove of or rojecl walk observed which is diflaclive;
Except upon written Inslmclions of, the CONSULTANT tiro
Resident Project Representative:
I.e, it is unsatisfactory, faulty, or does not conform to the
requirements al Iho f:00dIr1lClian conhactld).
I. Shall 001 0ulh0rizo any dnvinlion Item the conslruciinn
e. Vmily that tests, including equipment and sVstnms start.
: contract(s) at aplunv0 any, subslihrtn, niaturials at equipmanl
tip, which one required by 1110 construction contract(s) are con•
not undo ort any of file ospanstblor(s) rad the Com
dueled and that, 1110 Contraclorls) maintains adequate records
tr tor(
tractorlsl. the subcontractors or the Cmdmdor(sl' superinlen•,
the
dont.
thereof;' observe;. record and report to the CONSULTANT
p
appropriate details relative Io the test procedures and startups.
° 3, Shall not expedite Iho work for the Conl raclor(sl.4. .
d,Accompany visiting inspectors represonting public or other
!!i ise on at issue es 10
it not methods,
lror
ilea
agenciesg jurisdiction over the PROJECT, record Ilia out.
quencestions
of means, techniques, proceve
dures of
coma of these inspeciious and report to the CONSULTANT.
construction unless such is specifically called for in the Con•
1 struelion Commct(s).
B. Interpretation. of Construction Contract:' Transmit to ilia
ConlrnUnl(s) Ilia CONSULTANT's filler prolat ions Ilia
5. Shall not authorize the OWNER to occupy the PROJECT in
of can.
slnicliun conlmdlsl. -
!, whole Of In par l: -
6. Shall not participate in specialized field or laboratory.
B, Modifications Consider and evaluate the Contractor(sY sug•
lasts
',. or inspections conducted by others.
ations
report for with recom in lie ions tos' f specifications and
report them with recommmudelions to the'. CONSULTANT.
7, Shall not assist contractor(s) in maintaining up lo -date copy
'! of Record Drawings. •
10
'. kv-n.-....__P1LI4ED BY
,. JORM
MICR+LAB '.
CpAR PAPI?S' I.')ES MOVIES -
DORM MICR+LAB
CCDM P.APIOS DES'. MOINES
I1ICROFILMED BY JORM MICROLABCEDAR RAPIDS AND UES 140INES, IUWA ti
I.
Exhibit B
i
STANLEY CONSULTANTS
' SCHEDULE OF HOURLY FEES AND CHARGES FOR PROFESSIONAL
SERVICES
FY 1978-79
I. Compensation for oihee-based persannullocated in the contiguous United Status for time
used it, the perlmmance of
the work shall be in accordance with the following Hourly Fees:
Classification HourlyRale Classification cation Hourly Rate
,
. SC -1 8.50 SC -8 27.60
iS
SC -2° .10.00 SC -9 31.40 .
SC
i
i:.
-3 12.70 SC -10 35.70
SC -4 '.
15.00
I
SC. 11 41.50
SC -5' 17.90 SC -12 .54.30
I
SC -6 21.00 SC -13 68.00
}
SC -7 24 10 SC -14 84.00
f!
j'
Travel time in the Interest at the work and away from [tic assigned office, either local or intercity, will be charged in
accordance
,
with the foregoing schedule. When traveling by public carrier, the maximum charge will be eight hours per
'
4
day.
j
II. Compensation for items of expense and other charges Incurred In connection with the performance of the work be
,.
In accordance with the following schedule: shall
+
f
Commercial Travel Net Cost Living Expenses (away from assigned office) Nei Cost
SC or Personal Car
50.18/mile Telephone and Telegraph Nei Cost
Carry -all Survey Vehicles 50.20/milo Equipment Rental
C y
Net Cost
'SC Airplane - Norm at Charge 50.28/passonger mile Laboratory Work Net
Cost
SC Airplane • Minimum Charge S0.60/afr mile Soils Testing and Analysis Nei Cost
'ATS
Terminal and Outside Computer Special Outside Consultation Net Cost
First Preparation 53.75/page Outside Photographic Work Nei Cost
•
Revisions or Addenda 52.50/page Duplicating Work (schedule supplied upon request)
r
Mag Card Typing $3.50/ a o
IIL. Computer use for which special or customized programs aro established shall be charged at a cost per unit. Computer
use for which such programs have not been established shall be charged on an hourly basis. Unit and hourly charges
Include costs of programming and computer operation. Roles lot special programs and customized programs and
(.
current houdy.charges will be provided upon request.
.
,
'
IV. Statements Will. be submitted and payable monthly.
ff
V. Stanley Consultants will Indemnify, defend, keep and save harmless our Client, its agents, officials, arid employees
against all sults or claims that may be based on any bodily Injury or damage to property that is the result of an error,
omission, or negligent pct of Stanley Consultants, or any person employed by Stanley Consultants.
I I
.
VI Certificates of insurance coverage 9e will be supPlwtl .
upon request.
VII Exceptions to or deviations from any of the foregoing terms shall be valid only as specifically and mutually
�I
agreed upon.
VIII, All charges are subject 10 revision at Ilia beginning of our next fiscal yonr •April 1, 1978,
14r 4/24/78
tY 14ICROFILME0 BY _
DORM MICR+LAB
CCDM P.APIOS DES'. MOINES
t•11CROFILMED BY JORM MICROLAB
• CEDAR RAPIDS AND UES MOINLS, IuwA
EQU.kL OPPOR'NSll-y CLAUSE
1; The Company states that it is an equal opportunity employer and
shall not commit any of the following employment practices, and
agrees to prohibit the following practices in any subcontracts.
a. To refuse to hire or to discharge from employment any individual
because of their race, color, religion, sex or national origin.
b. To discriminate against any individual'in terms, conditions,
privileges of employment or any other way discriminate because
of race, color, religion, sex or national origin.
2. The Company agrees to comply with the contractualobligations for
participants on Federal or Federally -assisted construction and/or
non -construction projects as set forth in Executive Orders 11246
and 11375 and rules and regulations inssued pursuant thereto. (See
EXHIBIT
a. The City agrees to provide the best information available on
the Federal requirements for Federal or Federally -assisted
projects.
�.
b The City 'agrees "to provide technical assistance to the Company
to come into compliance with the Federal regulations.
c. The Company agrees to provide the City with a copy of its
re
Affirmative Action Program if the Federal regulations require
such.
1 3. In accordance with the Affirmative Action Program of the City of
Iowa City, the Company hereby agrees to file the "Statement of "
Intent: Nondiscrimination and Equal Opportunity Statement" attached
hereto when submitting its bid. (See ERHIBIT B)
1
I
i
rY. IdICROFILtdEU BY
' JORM MICR#LAB
CEDAR RAPM05 • PE. MO NES
h11CR0F1Lh1ED BY JORM MCROLAB CEDAR RAPIDS AND DES t•1UJNLS, IUWA
City of Iowa City
MEMORANDUM
DATE: September 14, 1978
TO: Neal Berlin and City Council l
FROM: Dick Plastino, Director of Public Works,',
J,
RE: _Contract with Stanley Consultants for the South Branch Detention
Structure
Professor Harrison Kane of the University of Iowa and myself interviewed
Shive-Hattery, Shoemaker-Haaland Professional Engineers, and Stanley
Consultants for this project.
Both Professor Kane and myself concurred on the selection of Stanley
Consultants. They have provided us with excellent work on the Environ-
mental Review Record for the south branch dam and the firm has 'a highly
qualified staff with a great deal of support in many disciplines.
Compensation was determined as follows:
Scope of services was prepared by the City. The Consultant
further defined the scope of services and prepared a work
schedule listing number of hours worked by each classification 5
of employ. The, City then reviewed:the number of hours to
determine whether the Consultant was either too high or too
low on anticipated workload. The number of hours were then ;
multiplied times the standard time charge and this provided
a not to exceed. The City is protected by the not to exceed
and at the same time will accrue any savings on, portions of
the project that do not require the anticipatednumber of
manhours.
The contract provides for five phases. These are:
1. Design Phase (Preliminary and final) t
2. Bidding and Construction Phase
3. Additional Services of the Consultant
4. Property Acquisition
5. Property Survey
We are finding that the property acquisition' under Federal guidelines, is
by far the most difficult portion of any Federally funded 'job. This
contract, provides extensive help to the City staff in property acquisition.
We are working with four property owners on this project and if all goes
well this winter a project will be bid and built in the summer of 1979.
111CRDFILMED BY
JORM MIOR#LAB..
.. CEDAR RAPIDS ..6 1401'IFS
11ICROFILMED BY JORM MICROLAB CEDAR RAPIDS AND
DES MOINES, IOWA
(AGREEMENTS/CONTRACTS
I
6",+
Attached are 'unexecuted copies of
1
.y
7'Y 7"/,;2,4 -
as signed b the Mayor.
B Y ,
1
-After their execution by the second party, please. route
1) .�/.(�n�ee�t� �t.,,..r� cin-rr✓
I
3) 12
4)
y
5)I
n is to be rea P onsible ,for
HH i
completion of this procedure.
f
I
i
Abbie Stoifus,'CMC
City Clerk
F I
I
f
L
j
.1
g HICRDFILIdEO BY., y'
I
.I JORM MICR+LAE3
CEDAR RAPIDS PES MOINES
CEDAR RAPIDS AND DES MOINES,'IOWA
RESOLUTION NO. 78-427
RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF
THE GOVERNOR ROBERT LUCAS SQUARE AND FOUNTAIN PROJECT
= WHEREAS, McComas-Lacina ConstructionCo, of Iowa ,City, Iowa,
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:
That the contract for the construction of the above-named
project is hereby awarded to McComas-Lacina Construction Co. of
Iowa City, Iowa, for the 'amount of $108,595.00, subject to the
condition that awardee secure adequate performance bond and insurance
certificates and subject to completion of financial arrangements
by the Lucas Square Committee.
It was moved by Neuhauser and seconded by Perret that
the Resolution as reaTFe a opte ,and upon roll caTT there were:
AYES: NAYS: ABSENT:
BALMER
!
-
x dePROSSE
x ERDAHL
11
x NEUHAUSER
—x PERRET
—x ROBERTS
— —_ x VEVERA
Passed and approved this 19th day of September, 1978.
��.
OH N R. BALMER, MAYOR PR0 TEM
ATTEST: 1/co'i 9 . 13rt,�
VICKI J. REI, DEPUTY CITY CLERK
i
I
Received 8, Approvmd
I
By The Legal Department
% 7 lA�
7/6
141CROFILMED BY J4{
JORM MICR46LAB i
'[
CEDAR PDPI.DS •, DFS MOINES. '
h11CROFILMED BY JORM 141CROLAB CEDAR'RAPIDS AND DES MOINES,, 10WF/ y
DIVISION 1,
SECTION G
FORM OF CONTRACT
'
THIS AGREEMENT, made and entered into this 191h day of September
19 78, by and between the CITY OF IOWA CITY, IOWA, by its Mayor upon order
by resolution of the City Council of said City, hereafter called the CITY
and McComas Lacina Construction Company
i
hereinafter called the CONTRACTOR.
WITNESSETH:
That whereas the CITY has heretofore caused to be prepared certain plans
j
and specifications dated Auoust 1, 1978 and entitled
'
'
Governor Robert Lucas ,Square and Fountain, Project which plans and
specifications are now on file with the City Clerk of the city of Iowa Lity,
!l
Iowa and
Whereas, the CONTRACTOR has sumbitted a bid to perform the work as described
1
r
the terms and conditions under which the CONTRACTOR is willing to perform
(
said work;
i
I
NOW, THEREFORE, IT IS AGREED:
1. That the CITY hereby accepts the bid of the CONTRACTOR for the
{
4
work and for the sums listed therein -Total Amours[
"s l08 595 00- one hundred eight thousand five hundred ninty-.
3
i
five dollars
"
2. That this Contract' consists of the following component parts
which are made part of this agreement and Contract as fully'
and absolutely as if they were set out in detail in this Con-
x
tract:
a. Addenda Numbers 1 thru l inclusive
{{l
9
_
b. Detailed Specifications Division Three - Sections
A thru H
g
c. Plans Dated August, 1,, 1978
d. Advertisement for Bids
e. Instructions to Bidders
f. Special Provisions
I
g. Special Conditions
1
h. General Conditions
i
I -G -I
I
i
141CROFILMED BY
I ,.",1
JORM MICR6LA13
i
CEDAR RAPIDS - DCS MOINES
• fjjCROFILMED BY JORM MICROLABCEDAR RAPIDS AND DES MOINES, IOWA
aY
I. Contractor's Bid
i
j. This Instrument
i
Above components are complementary' and wall is called for by one
shall be as binding as if called for by
3. That payment are to be made to the Contractor in accordance with
in the documents made a
`
i
and subject to the provisions embodied
i
part of this Contract.
4. That this Contract is executed 'In Quadruplicate.
1
IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and
seals the date first written above.
IOWA CONTRACTOR McCanas Lacing F.Construction Co.
CITY OF Iowa/C�i t/ j
(Title)
Ma or
(Title) y
ATTEST:
ATTEST:
0 Of
lTitle ' �
(
d
I
,
r.
r
1 1-G-2
I '
BY
'FILMED
JORM MICR LAB',
CEDAR RAPIDS • US MOINES'
MICROFILMED BY JORM MICROLAB
CEDAR RAPIDS AND UES MOINES, !UWA
Q4 CROFILMED BY JORM MICROLAB
CEDAR RAPIDS AND DES MOINES', IOWA
MICROFILMED BY JORM MICROLAB
CEDAR RAPIDS AND DES NOINES, 10�IA
i
ORDINANCE
'
AN ORDINANCE AMENDING ORDINANCE NO. 2605 TO REQUIRE
THAT AN ESTABLISHMENT FOR WHICH A LIQUOR CONTROL
LICENSE OR BEER PERMIT IS ISSUED SHALL BE LOCATED
-
ON THE GROUND FLOOR OF A BUILDING AND SHALL CONTAIN
x
WINDOWS WHICH PERMIT VISIBILITY OF ITS INTERIOR
i'
FROM THE PUBLICWAY.'
SECTION I. PURPOSE. The purpose of this ordinance
is to amend Ordinance No. 2605 to require that an
establishment for which a liquor control license or
a beer permit is issued shall be located on the
ground floor of abuilding and shall contain
windows which <permit visibility of its interior
^'
from the publicway.
a
r
SECTION II. AMENDMENT. Section IV Conditions for
Approval of License of a Permit -Premises is hereby
amended by adding the following:
`
F. No class "C" liquor control license nor class
j
"B" beer permit, except for hotels, motels,
1
and private clubs, shall be approved for an
establishment' which is not located on the
y
ground floor of a building and which does not
f
contain windows which permit visibility of its
interior from the publicway. This provision
shall not be :applicable to establishments
y
which were licensed prior to October 1, 1978.
II
SECTION III.REPEALER. All ordinances and parts
of ordinances in, conflict with the provision of
this ordinance are hereby repealed.
!'
SECTION IV. SEVERABILITY. If any section, 'pro-
v
vision or part of, the, Ordinance shall be adjudged
to be invalid or unconstitutional, such adjudica-
tion shall not affect the validity of the Ordinance
s
as a, whole or any section, provision or part
thereof not adjudged invalid or unconstitutional.
� 9
y
ROBERT A.sVEVERA, MAYOR
ATTEST:
ABBIE STOLFUS, CITY CLERK
it
/ O
7z
141CROFILMED BY
- JORM MICR+LA.E1
CEDAR RAPIDS - DES MORIIS.
MICROFILMED BY JORM 141CROLAB
CEDAR RAPIDS AND ULS M0i?ILS, IOWA
f (.
ORDINANCE
AN ORDINANCE AMENDING ORDINANCE NO. 2605 To REQUIRE
THAT AN ESTABLISHMENT FOR WHICH A LIQUOR CONTROL
LICENSE OR BEER PERMIT IS ISSUED SHALL BE LOCATED
ON THE GROUND FLOOR OF A BUILDING AND SHALL CONTAIN
WINDOWS WHICH PERMIT VISIBILITY OF ITS INTERIOR
FROM THE PUBLICWAY.
SECTION I. PURPOSE. The purpose of this ordinance
is to amend Ordinance No. 2605 to require that an
establishment for which a liquor control license or
a beer permit is 'issued shall be located on the
ground floor of a building and shall contain
windows which permit visibility of its interior
from the publicway.
SECTION II. AMENDMENT. Section IV Conditions for
Approval of License of a Permit -Premises is hereby
amended by adding the following:
F. No class "C" liquor control license nor class
B" beer" permit, except, for hotels, motels,
and private clubs, shall be ,approved for an
establishment which is not located on the
ground floor of a building and which does not
contain windows which permit visibility of its
§
interior from the publicway. , This 'provision
2
shall not be applicable to establishments
which were licensed prior to October 1, 1978.
SECTION III. REPEALER.' All ordinances and parts
n
of ordinances in conflict with the provision of
this ordinance are hereby repealed.
.�
SECTION IV. SEVERABILITY. If any section, pro-
vision or part of the Ordinance shall be adjudged
i to be invalid or unconstitutional, such adjudica-
tion shall not affect the validity of the Ordinance
i
as a whole or any section, provision or ',part
i
thereof not adjudged invalid or unconstitutional'.
ROBERT A. VEVERA, MAYOR
'
ATTEST:
ABBIE STOLFUS, CITY CLERK
_
y... •y am""
micRor]LMEO BY irl
JORM MICR6LAB'
.CEDAR RAPIDS - DES MOINES
ltlpROFILMED'BY 'JORM MICROLAB CEDAR RAPIDS AND DES MOINES, IOWA Y
,
j
from the desks of the
CITY: CLERXrS OFFICE
i
l-Gum Owl.
94
i
it
�
�
/.,7,��rr 7��1-cth� `rtc.Ll•ct_Fj.�,�2 -..
I i
I? ,
'
it
i
i
141 CROEILIAED BY
I
JORM MICR+LA9
CEDAR RAPIDS • DES MORTES
• CEDAR RAPIDS AND DES MOINES, IOWA
MICROFILMED BY JORM MICROLAB y
Ordinance No.
Page 2
It was moved by
and
seconded by
that the
l
Ordinance be adopted, and upon roll
call there
were:
AYES: NAYS: ABSENT:
! '
�.,
Balmer`
_ deProsse
i
Erdahl
—
Neuhauser
"
r:
— Perret
— Roberts
_ Vevera
I,
First consideration
Vote for passage:
`
Second consideration
Vote for passage:
I,
41
I
I
I
t
a I
RECEIVED k APPROVED
HX THE LEGAL DEPARTMENT
it t
,
y MICROFILMED BY � -
1
.. 7
JORM MICR#LAB I
l
CEDAR RAPIDS DES MOINES�
MICROFILMED BY JORM MICROLAB
• CEDAR RAPIDS AND DES MOINES, IOWA