Loading...
HomeMy WebLinkAbout1975-02-25 CorrespondenceDJOTICE OF APPEAL 4.r MUNICIPAL CODE OF IOWA CITY, IOWA UNDER CHAPTER 9.20 OF THE TO: City Council, City of Iowa City, Iowa City Clerk, City of Iowa City, Iowa Iowa City Electrical Board of Iowa City, Iowa Chief Electrical Inspector, City YOU AND EACH OF YOU ARE HEREBY NOTIFIED that Jerry Lanser of 105 - 14th Street, Ames, Iowa, believes that he has been aggrieved by the action of the Iowa City Electrical Board denying him a license and/or certificate and does hereby appeal the decision of the Electrical" Board of the City of Iowa City, Iowa, and requests that the City of Iowa City, Iowa, set a hearing pursuant to Chapter 9.20 of the Municipal Code. JERRY LANSER By it k Thomas. J. 100 South Li. n Iowa City, Iowa 52240 Attorney for Jerry Lanser oLE FE91 8 1975 0 AB131E STOLFUS CiTy CLERIC SELBY,'UPDEGRAFF & SMITH - ATTORNEYS AT LAW HERBERT S. SELBY P. O. BOX 845 AREA CODE 515 --- NATHAN B.. UPDEGRAFF. 101 FIRST AVENUE WEST _ TELEPHONE KEN J. SMITH NEWTON. IOWA .5.0208 792.4141. ID A2 -02025a(3 - - JOHN E. CROSS (1880-1955) W. KEITH HAMILL (1895-1960) February 17, 1975 City Council of Iowa City Civic Center Iowa City, Iowa 52240 Electrical Board Civic Center Iowa City, Iowa 52240 RE: Decision dated February 10, 1975 NOTICE OF- APPEAL '(Under Chapter 9.20) TO the City Council and Electrical Board of Iowa City, Iowa and the Clerk and Secretary of each respectively: "You are herebynotified that Jerry-_Lanser of 105 14th Street, Ames, Iowa feels aggrieved by the action of the Electrical Board denying him a license and/or certificate and does hereby appeal the decision of the Electrical Board to the City Council of Iowa City an asksthat the City Council set a hearing and give reasonable notice of the time of said hearing to him and the Electrical Board." SELBY, UPDEGRAFIF & SMITH U FEB1 9 i575 � ' /Ken,.J! 6ith) 101' First Avenue West [-NJ Ir i F U J Newton, Iowa 50208 CITY CLERK ATTORNEYS FOR JERRY LANSER APPELLANT Copies sent to the attention of: City Clerk - of Iowa City Iowa Donald Pace - Secretary of Electrical Board PLEASE DIRECT ALL CORRESPONDENCE TO THE ADDRESS SET OUT IN THE LETTER HEA,-" ABOVE. MEARDON, SUEPPEL, DOWNER &.HAVES' - - LAWYERS - TUEPHoni - WILLIAM L.MEAROOn - - - WILLIAM F_SUEPPEL .100 SOUTH LINH STREET AREA COD 22 AR EN CODE 319 ROBERT N DOWNER .. IOWA CITY, IOWA 52240 - JAMES P. NAV ES. JAMES O. MCCAPPAGMER February 19, 1975 TYOMAS J. CILER - MARK T. HAMEP THOMAS O.MOBAPT City Council Civic Center - Iowa City, Iowa 52240 Re: Jerry Lanser - Appeal of Iowa City Electrical Board Dear Council: - - On February 18, 1975, -I -filed a -Notice of Appeal under Chapter 9.20 of the Municipal Code of Iowa City on behalf of Jerry Lanser in connection with the decision of the Iowa City Electrical Boarddenying him a license and/or certificate. I hereby respectfully request that a prompt hearing be held on this matter pursuant to Section 9.20.12 of the Municipal Code. I am working with Mr. Lanser's attorney, Ken J. Smith of Selby, Updegraff & Smith, Newton, Iowa, who may also appear at the hearing before you. Very ulY Yours, Thomas J. Cilek TJC:tmp sn-nois 318gd V SZ6! i Z83.4 EXHIBIT L: PROTECTION OF THE ENVIRONMENT This grant application is limited to the acquisition of new transit coaches to modestly expand present mass transit services and to replace present old and obsolete equipment. As such, it is estimated that the project will have a posi- tive and favorable impact upon the environment in many respects: 1. Additional buses will allow -a higher level of transit services and will thus attract more transit patrons which will reduce automobile usage and its negative impact in terms of energy consumption, congestion, air pollution, etc. 2. Additional buses will extendtransitpatronage and its bene- ficial impact to areas of the City not presently served by transit. 3. Newer equipment (replacing the seventeen buses of the Coralville and CAMBUS,system) will have fewer exhaust emissions than the existing equipment. Specifications for thenewequipment will provide for Environmental Improvement Packages to reduce exhaust emissions. Because of somewhat increased capacity, the new -equipment will also attract and serve larger numbers of persons, thus also reducing further the use of the automobile by residents of the community.. In view of the apparent absence of any negative impact, it is requested - that the Urban Mass Transportation Administration prepare a negative declare - tion under the provisions of the National Environmental Policy Act (NEPA). 1 EXHIBIT 14: F.I.DEPI,Y AND HANDICAPPED • Within Johnson County, the April, -1.970, federal census enumerated 5,013 citizens of the age 65 and older. Sixty-nine percent of these senior citizens reside in the metropolitan area of Johnson County within the municipal boundaries of Coralville, Iowa City and University Heights. The number of handicapped - residents has been estimated at 5,400 within the same area. - Since definitions vary concerning both 'elderly' and 'handicapped' and since a number of elderly people are also handicapped, difficulty arises in assessing an accurate count of these subgroups within. the total population. However, using federally established percentage figures (see section II, Appendix B), the combined elderly and handicapped population can beestimatedat. 6,400 to - 7,900 within the Iowa Cit/ metropolitan area or approximately 12-14% of the - total urban population. Handicapped residences are scattered throughout the urban area, primarily due to a strong emphasis by local. groups on inlegrating_handicapped persons into the total population. Among elderly residents, however, some patterns of residential concentration have been observed. (Refer -to map in Exhibit N.) Within the inner core area of Iowa City, a large proportion of the elderly pop lation is situated to the east, north-east, north-west and south of the CED. All of these areas, especially the central business district are well served by the three operating pubilc transitsystems and bus stops are also situated near each large nursing home in the urban area. Whereas, figures show that currently 85% of the total. population live within 3 blocks of a bus stop, 958 of the elderly live within two blocks of a bus Stop - In addition, CA.NP,US Shuttle is freetoall riders and the.. Iowa Ci.LY system is -- - planning to institute free service to elderly and handicapped persons durin•± - _• - _... nun -peak.. hour:; ol. ,11117- 1 The public transportation alternatives for elderly and handicapped persons �.• in the. Iowa City urban area are numerous: however, due to the nature or come handicaps,_ notatl persons. in these suh-groups are physi-•ally able to use• all_ systems. (Por furt.her information conc,,rni.nq trans)�rtat-.iun needs of t:h(- elderly and handicapped, see Section 11, Appendix B.) - - - In Johnson County, a new public low-cost public transportation System called SEATS was initiated prnvidinq door-to-door transportation services to the elderly and handicapped, and otherriders at a.higher _.fee. ._.Inaddition -to the SEATS _- ser,ice, Systems Unlimited provides a daily door-to-door system primarily used to take handicapped children to and from school. The Iowa City School System, University of Iowa Hospital Schools, Hawkeye Area Community Action Program, - nursing homes, Johnson County Home, University Baptist.: Church, and Johnson County Social Services all. utilize vans or-busestoaid .those elderly and handi- capped who cannot use the fixer] route systems. (For more detail see Section II, Appendix B.) For elderly handicappedgroupsin particular-, the National Center for Health Statistics has stated that only 8.21. are confined to a wheel chair or using walkers, which leaves a-sizeablepercentage who do not have serious mobility limitations, and are therefore eligible users of regular urban transit services. A committee composed of handicapped citizens and representatives of various service and transportation agencies is being formed to deter- .. -. mine transportation needs of area handicapped residents and the best - methods to satisfy those needs. Alternatives to be considered will in- clude, but are not l.imitt�d to: subsidized taxi service, demand respons- ive service and increased accessabi.lity of line haul equipment. The - work of this committee will be integrated with the plans oftheCity of Iowa City and the University of Iowa to provide increased community accessibility to the handicapped. -- EXHIBIT N:- DISTRIBUTION OF TRANSPORTATION BENEFITS Within the Iowa City urban area there are no apparent Concentrations Of minority groups and 851. of those who would be considered members of minority groups live within three blocks of existing transit systems- (See Figure 2.43, p. 2-94 of Appendix B.) In any case, the proposed expansion of transit services will not displace any of the area residents. The project is anticipated to affect minority groups, sub -group Populations and captive _riders by offering a higher level of service including somewhat increased accessibility. For a full descrip- tion of existing transit routes, transfer zones, headways, etc., see Section II, Appendix B. low-income and. elderly sub -groups, accessibility to a Among minorities, transit service is often linked with primary needs; such as, grocery shopping, employment and medical care. The.. importance of adequate transit facilities to these sub -groups necessitates their participation in the planning to _ensure project responsiveness to their needs. Therefore; the Social Services Committee of the Johnson County Regional Planning Commission, which includes representatives from citizens and population sub -groups as well as providers of services, will continue to be involved in the review and evaluation of existing and proposed transit services. This committee will continue to coordinate with the Transit Advisory Committee to link social needs with transit programming. Demographic, economic and technical data for use in comparing the existing system with the forecasted system has not been submitted as this project is not anticipated to have widespread impacts of that nature. I ASSURANCE OF COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 _ - (DEPARTMENT OF TRANSPORTATION) The City of Iowa City (hereinafter referred to as the "Recipient") HEREBY AGREES THAT asacondition to receiving any Federal financial _ assistance from the Department of Transportation it will comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d _ 42 U.S.C. 2000d-4 (hereinafter referred to as the Act) and all require- ments imposed by or pursuant to Title 49, Code of Federal Regulations, - Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -Assisted Programs of the Department of Transportation - Effectuation of Title VI of the Civil Rights .Act of 1964 (hereinafter referred to as the Regulations) and other pertinent directives, to the endthat -in accordance with the --Act, Regulations, and other pertinent directives, no person in the United States shall, on the grounds of race, color, sex or national origin be excluded from partici- pation in, be denied the benefits of, or be otherwise subjected to dis- crimination under any program or activity .for which. the Recipient re- ceives Federal financial assistance from the Department of Transportation,:.. including the Urban Mass Transportation Administration -(UMTA),and HERE- BY GIVES ASSURANCE THAT it will promptly take any measures necessary to - - effectuate this agreement. This assurance is required by subsection 21.7 (a) (1) of the Regulations. - - More specifically and without limitingthe-abovegeneral assurance, the Recipient hereby gives the following specific assurances with respect to the project: 1. That the Recipient agrees that each "program" and each "facility as defined in subsections 21.23(e) and.21.23(b) of the Regulations, will be (with regard to a "program") conducted ,_or will (with re- gard to a "facility") operated in compliance with all requirements -. - imposed by, or pursuant to, the Regulations. 2. That the Recipient shall insert the following notification in all solicitations for bids for work or material subject to the Regula- tions and made in connection with a project under the Urban Mass Transportation Act of 1964, as amended -(the UMTA Act) and, in --- - adapted form in all proposals for negotiated agreements: The Recipient, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252,42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department_of_Transportation,- Subtitle ;A,'Office of the Secretary, Part 21, Nondiscrimination in Federally - Assisted Programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in regard to any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of raen, co(Ur, nqx, or naL(otln)_. ori[I(h In (40hfdofhti.t;fi frit. an award. 3. That the Recipient shall insert the clauses of Appendix A of this assurance in every contract subject to the Act and the Regulations. 4. That the Recipient shall insert the clauses of Appendix B of this assurance, as a covenant running with the land, in any deed from the United 'States effecting a transfer of real property, structures, or improvements thereon, or interest therein. - - 5. That where the Recipient receives Federal financial assistance to construct a facility, or part of a facility, the assurance shall - - extend to the -entire -facility and facilities operated in connection - therewith. 6. That where the Recipient receives Federal financial assistance in the form, or for the acquisition of real property or an interest in real property, the .assurance shall extend to rights to space- - on, over., or under such property. - - 7. That where the Recipient receives Federal financial assistance to carry out a program of managerial training under section 10(a) of the Urban Mass Transportation Act of 1964, as amended, the assurance shall obligate the recipient to make selection of the trainee or fellow without regard to race, color, sex, or national origin. 8. That where the Recipient receives Federal financial assistance to carry out a program under the Urban Mass Transportation Act of 1964, as amended, the assurance shall obligate the recipient to assign transit operators. and to furnish transit operators for - charter purposes without regard to race, color, sex, or national origin. 9. That where.. the Recipient receives Federal financial assistance to carry out a program under the Urabn Mass Transportation Act of 1964, as amended, routing, scheduling, quality of services, fre- quency of service, age and quality of vehicles assigned to routes, quality of stations serving different routes, and location of routes may not be determined on the basis of race, color, sex, or national origin. 10. That the Recipient shall include the appropriate clauses set forth in Appendix Cofthis _assurance, as a. covenant running with the land, in any future deeds, leases, permits, licenses, and similar agreements entered into by the Recipient with other par- ties: (a) for the subsequent transfer of real property acquired or improved under (Project Number); and (b) for the construction of use of or access to space on, over or under real property acquired, or improved under (Project Number). 11. That this assurance obligates the Recipient for the period dur- ing which Federal financial assistance is extended to the project, except where the. Federal. financialassistanceis to provide, or---- is in the form of, personal property, orreal.property or interest - therein or structures or improvements thereon, in which case the assurance obligates the Recipient or any transferee for th,3 longer 11. (cont'd) of the following periods: (a) the period during,which the property-isusedfor a purpose for which. the. Federal financial - assistance is extended, -or`.for another purpose involving the - provision of similar services or benefits; or (b)the period during which the Recipient retains ownership or possession of the property. 12. The Recipient shall provide for such methods of administration for the program as are found by the Secretary of Transportation ___..._.... orthe ..official of whom -be -delegates specific authority to give reasonableguaranteethat-it,-otherrecipients, subgrantees, con- tractors, subcontractors, transferees, .successors .-ininterest, __ _ and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the Act, the Regulations and this assurance. 13. The Recipient agrees that the United States has aright to seek judicial enforcement with regard toanymatter arising under the Act, and Regulations, and this assurance. THIS ASSURANCE is given in consideration of and for the purpose of. ob- taining any and all Federal grants, loans, contracts, property, dis- counts or other Federal financial assistance extended after the date hereof to the Recipient by the Department of Transportation under Federal Urban Mass Transportation Programs and is binding on it, other recipi- ents,-subgrantees, contractors, subcontractors,--transferees,successors in interest and other participants in the Federal Urban Mass Transporta- tion Program. The person or persons whose signatures appear below are .authorized to sign this assurance on behalfof the Recipient. .DATE CITY OF IOWA CITY (Recipient) by _. Neal Berlin, City Manager--- - -- Attachments A)irymdice❑ A, Il, and Department of TransporLaLion _ APPENDIX A During the performance of this contract, the contractor, for itself, its assignues and successors in interest (hereinafter referred to as the "contractor") agrees as follows: (1) Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination infederally-assisted (2) (3) (4) (5) programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of: Federal- Regulations,. Part 21, as they may be.::. _ amended from time to time (hereinafter referred toasthe Regula- tions), which are herein incorporated by reference and made a part of this contract. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractorshallnot participate either directly or - indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practiceswhen the contract covers a program set forth in Appendix B of the Regulations. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations either. by competitive bidding or negotiation made bythe-contractorfor.work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be noti- fied by the contractor of the contractor's obligations under this contractand-the --Regulations -.relative_ tonondiscriminationonthe - grounds of race, color, sex, or national origin. Information and Reports: The contractor shall provide all informa- tion and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Recipient or the Urban Mass Transportation Administration (UMTA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. _Where any information is required or a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the Recipient, or the Urban Mass Transportation, as appropriate, and shall set forth what efforts it has made to ob- tain the information. Sanctions for Noncompliance: In the event of the contractor's non- compliance with the nondiscrimination provisions of this contract, the Recipient shall impose such contract sanctions as it or the Urban Mass Transportation Administration may determine to be appro- priate, including, but not limited to: - - - (a)- Withholding of -payments. -to the -contractor -under the -.contract.. -.- until the contractor complien, and/or (b) Cancellation, termination or suspension of the contract, in .whole or in part. - - - -- - -(6) Incorporation of Provisions:. The contractor shall include the provisions of paragraph (1) -through` -(6) -in -every -subcontract, - - .including procurements of materials and leases of equipment, - - - unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurementasthe-Recipient or the Urban - -- Mass Transportation Administration may direct as a means of. en- forcing n forcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes in- volved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may re- quest the Recipient to enterintosuch litigation to protect the - interests of the Recipient, and, in addition, the contractor may - - request the United States to enter into such litigation to protect -- - - the interests of the United States. A. APPENDIX B The following clauses shall be included in any and all deeds effecting or recording the transfer of real property, structures, or improvements thereon, or interest therein from the United States. - - - - (GRANTING CLAUSE) - - - NOW; THEREFORE, the Department of Transportation, as authorized- - by law, and upon the condition that the Recipient will accept title to the lands and maintain the project constructed thereon, in accordance with the Urban Mass Transportation :,Act -of 1964, as - amended, the Regulations for the Administration of Federal Urban Mass Transportation Programs and the policies and: procedures pre- scribed by the Urban Mass Transportation Administration of the - Department of Transportation and, also in accordance with and in compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, - Subtitle A, Office of the Secretary,. Part 21, Nondiscrimination -_ in federally -assisted programs of the Department of Transportation (hereinafter referred to as the Regulations) pertaining -to -and effec- tuating the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252; 42 U.S.C. 2000d to 2000d-4), does hereby remise, re- lease, quitclaim, and convey unto the City of Iowa City all the right, title, and interest of the Departmentof Transportation in and to said lands described in Exhibit "A" attached hereto and made a part hereof. (HEBENDUM CLAUSE) TO HAVE AND TO HOLD said lands and interests therein unto the City _ of Iowa City and its successors forever, subject, however, to the - - covenants, conditions, restrictions, and reservations herein con- tained as follows, which will remain in effect for the period during, which the real property or structures are used for a purpose for which Federal financial assistance is extended or for another pur- pose involving the provision of similar services or benefits and shall bebinding on the City of Iowa City, its successors and assigns. The City of Iowa City, in consideration of the conveyance of said lands and interests in lands, does hereby convenant and agree as a covenant runninq with the land for itself,_its-successors and assigns, that (1) no person shall on thegrounds of race, .color, -sex, -or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to dsicrimination with regard to any facility located wholly or in part on, over or under such land hereby conveyed _(,)..(and).* (2) that the City of Iowa -City. shall use - the landsandinterests in lands so conveyed, in compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regu- lations, Department of Transportation, Subtitle A, Office of the Sec- retary, Part 21, Nondiscrimination in fr-d.rai.ly-artsiate9 prrijrem;i rf the Department of: Transportation-- Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations may be amended (,) and (3) that in the event of breach of any of -the above-mentioned - nondiscrimination conditions, the Department: shall have right to --- re-enter said lands and facilities on said land, and the above de- scribed land and facilities shall thereon revert to and vest in and .become the absolute property of theDepartment of Transportation and its assigns as such interest existed prior to this instruction.* - *Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to effectuate the purposes of Title VI of the Civil Rights Act of 1964. s - APPENDIX C clauses. shall be included in all deeds, licenses,: leases;: The follits, or the Recipient pursuant. permits,or-similar instruments entered into by to the provisions nf. Assurance 10(a). The (grantee, licensee, Lessee, permittee, etc., as,aPPropriate) for him- licensee, representatives, succedoessherebyinterest, covenantand and self.; his heirs, P- with the assigns, as a part of the consideration hereof, agree (in the case of deeds and leases add "as a covenant running lease, land") described in this (deed, license, that in the event facilities are constructed, maintained, or other- facilities operated on the said property Transportation program _wise op u se for -which a Department of Tra�hPoprovision of permit, etc.) for a P rPo involving ermitee, etc.) or activity is extended or for another purpose licensee, lessee, p the (grantee, compliance with similar services or benefits, Code of Federal Regu- shall maintain and operate such facilities and services in comp sed pursuant to Title , the Secretary, all other requirements impTransportation, Subtitle A, Office of Department lations, Department of Transpo assistedprograms Of the Depar -- Nondiscrimination in federally-. Rights Act Of - Part21, _ Effectuation of Title VI o£ the Civil of Transportation be amended. - 1954; and as said Regulations may (Include in licenses, leases, permits, etc)" _ , -- That in the event of breach of any of the above nondiscrimination covenants, o£ Iowa City shall have the right to _terminate the (license, lease, the City repos said land anthe facilities permit, etc.) and to re-enter and repo thereon, and hold the same as if said (license, lease, permit, never been made or issued. (Include in deeds)* he event of breach of any of the above nondiscrimination covenants, That in tight to re-enter said lands and facili- the City he Iowa City shall have the r property of the City of -Iowa ties thereon, ome the absolute prop and the above described lands and facilities shall thereupon revert to and vest in and bec City and its assigns. Teases, permits, The following shall be included in_all thedeeds, CitylOf Iowinse alCity pursuant to or similar agreements entered into byy rance 10(b)• the provisions of_Assufor him - The (grantee, licensee, lessee, permitee, etc., asappropriate)erest, and self, his personal representatives, successors in lcovenant and agreens, does hereby with the as a part of the consideration here add "as a covenant running national and leases, color, sex, or (in the case of deeds, ontheground of race, _ land") that (1) denied the benefits Of, origin shall be. excluded -from participation in in, over, or under itie or be otherwise subjected to discrimimp�pVecnentshonuso a said facilisuch ties, no person on the ground of race, (2) that in the construction of any anticipation in, land the furnishing of services ssther beexcludedfrom P color, sex, or national origindedto discrimination, (3) 5orm(tee, etc.) shall use the Pre - loll, the b„nef.Its of, or otherwise be subjectedurouant that the_ (grantee, )Lr_ensc:, l.ennee, {uirements impooud by or l - mises in compliance with all other req Department of Transportation, to Title 49, Code of Federal Regulations, Subtitle A, Office of the Secretary, Part 21,_Nondiscrimination -in federally -assisted programs of the Department of Transportation - - EffectuationofTitle VI of the Civil Rights Act. of 1964), and as said Regulations may be amended. (Included in licenses, leases, permits, etc.)* -- That in the event of breach of any of the abovenondiscrimination covenants, the -City of Iowa City shall have the right to terminate the (license, lease, permit, etc.) and to re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, lease, permit, etc.) had never been made or issued. (Include in deeds)* That in the event of breach of any of the above nondiscrimination covenants, the City of Iowa City shall have the right to re-enter - said land and facilities thereon, and the above described lands and facilities shall thereupon revert to and vest in -and -become the absolute property of the City of Iowa City and its assigns. *Reverter clause and related language to be used onlywhenit is determined that such a clause is necessary in order to effectuate the purpose of Title VI of the Civil Rights Act of 1964. PART V ASSURANCES FOR CAPITAL GRANT PROJECTS _- assures and certifies that he will comply with the The applicant hereby regulations, policies, guidelines, and requirements, including they relate to the Management and Budget Circular Nos. A-87, A-95, and A-102, as they applications, acceptance, anand usegivof faFederal ands cefundrtifies wir this th respect to _ -'project. —Also, . the app. the grant that: 1. It possesses legal authority to apply for the grant and to finance and construct the proposed facilities;that asaanaofficiallact oftthelorsimilar applicant's ---action has been duly adopted he passed application, including all under - governing body, authorizingthefilingof'Lhe`app the - standings and assurances contained herein, and directing.. andiautho izing ive of the o act in person identified as theoffiona(Authorizing tResolution and Opinion of Counsel connection with the app are attached). 2. It will comply with Title VI of the Civil Rights Act of 1964 (P.L. 83-352) and in accordance with Title VI of that Act. Nopersonin the United be denied the benefits of, or be otherwise States shall on the grounds of race, color, sex or national origin ub excluded subjected to from participation 'in, program or activity for which the applicant receives discrimination under any p 9 take any measures necessary _ Federal financial assistance and will immediately to effectuate this agreement. Ifany -real property or structure thereon isto provided or improved with the aid of Federal ll obligte the Appassistance licantor, in caseoofdany the Applicant, this assurance sh=ansfereeaforthe period during which the real transfer of such property, Y property or structure is used for a purpose oinvolvinghtheefinancial provision of assistance is extended or for another purpose the provision of similar similar services or for another purposeAinvolving ssurance ithe provision services or benefits (DOT Civil Rig 3, It will comply with Title VI of the Civil Rights Act of 1964 (42 USC se of a 2000d) prohibiting employment discrimination where (1) the primary yrac�es will grant is to provide employment, or (2) discriminatory employment result in unequal treatment of persons who are or should -be benefiting from the grant -aided activity. 4. It will the grantor agency and the. Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers, or documents related to the grant. 5. It will cause work on the project to be commenced within a reasonable deral agency that funds time after receipt of notification from the approving Fe to completion with have been approved and that the project will be prosecuted reasonable diligence. er its or other interests in 6. it will not dispose of or emcumb the facilities during the period of Federal interest or while the Government holds bonds, which:ver is longer. 7. It will establish safeguards to prohibit employees from using their positions for a purpose that is or gives the appearance of being motivated by a desire for private gain forthemselvesor others,-particularly those with whom they have family, business, or other ties. e. It will comply with all requirements imposed by the Federal grantor agency concerning special requirements of law, program requirements, and other administrative requirements approved in accordance with Office of Management and Budget Circular A-102. - - - --- - - - 9. It will comply with the provisions of the 'Hatch Act which limits the political activity of employees. - 10. It will make the certification required by section 3(d) of the Urban Mass Transportation Act of 1964, as amended (Certification attached). 11. Applicant agrees not to engage in charter bus operations in competition - 'th rivate bus operation outside of the area within which it provides regularly ent 1 ■ E wi p of this agreem scheduled mass transportation service. Any violation bar the Applicant from receiving any other Federal financial assistance under: (1) Subsection (a) of (c) of 23 U.S.C. 142;`(2) paragraph '(4) of subsection (e) of 23 U.S.C. 103; or (3) the Urban Mass. Transportation Act of 1964. .(This assurance applies only to applications for Federal financial assistance for the purchase of buses.) 12. Applicant agrees not to engage in school bus operations, exclusively for the transportation of students and school personnel, in, competition with private bus operators. Any violation of this agreement shall bar the Applicant from receiving any other Federal assistance under: (1) Subsection (a) or (c) of 23 U.S.C. 142; (2) paragraph (4) of subsection (e)of„23 U.S.C. 103; or (3) the Urban Mass Transportation Act of 1964. (This assurance applies only to applications for Federal financial assistance for the purchase of buses.) ■ 1 -. - - NOTICE TO BIDDERS. Scaled bids will be receivedbythe -City of Idwa City, Iowa, at the office of the _- CILy Managurin the Civi,• Canter unl it - o'clock, _ 19 Lo be ope31c91 11y the City Manager immediately Lhey(._ Ater for furninhinq :nal deliverinq Lhe foliowin(I crluipmrnt. in a(rordance with l.he vpr. r.i/i••.if inns now on rite in tlm Office of th- City (]Irrk, Iowa City, Iowa. Twenty (2()) New and Unused 42 or 43 Passengers_: 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 furnishedbythe -City. of Iowa City, Iowa, sealed and plainly marked "Bids for 42 or 43 .passenger Transit Coaches,. Transportation-Depart- ment". Each bid must be accompanied, in a separate envelope, by a cashier's check, or certi- fied check, made payable to the Treasurer of the City of Iowa City, Iowa, in the sum of not Iess than ten (10) percent of the amount of the bid as security that the bidder will enter into contract with the City of Iowa City, Iowa.: Said check shall not con- lain any conditions either in the body of the check or endorsement.. thereon. The envelopemust 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 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 checkofthe-successful-bidder will bereturned •after ` execution of the contract in the form prescribed -by -the City Council - Payment for the units will be made within thirty (30) days after acceptance by the City Council. - - -- - 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 financialassistance-contract betweentheCity of Iowa City and the United States Department of Transportation. -- .CITY OF -IOWA-CITY, IOWA _. Attest:':_ Mayor • P-7 • PROPOSAL 19 City Council City of Iowa City _. _. Iowa City, Iowa 52240 - -Centl.emen: The undersigned proposes to furnish the following equipment,`,f.o.b. Iowa. City, Iowa, ready for immediate use with all the necessary parts and accessories needed for its operation, as follows: - - - DIVISION I.: Three (3) New and Unused 42 or 43 Passenger Transit Coaches. DIVISION II.: Twelve (12) New and Unused 42 or 43 Passenger Transit Coaches. DIVISION III.: Five (5) New and Unused 42 or 43 Passenger Transit Coaches. -MANUFACTURER'S NAME MODE&L NO. --- GROSSVEIIiCLE WEIGHT (lbs.) - 14HEELBASE (inches) NUMBER OF COACHES SOLD TO DATE NANF. AND ADDRESS OF PURCHASERS AND - - - DATE OF DELIVERY - CHASSIS - Length overall Width Height overall. Seating capacity Step height from ground front rear • P_z • CHASSIS (continued). -. - -_ - ._Turning radio, (front 1x1dy corned -. - - - wheelhouses (describe) Interior. trim (describe) Doors (de,cribe) windows (describe) Windshield Wipers (describe) Destination Sign (describe) Standard Number readings Cost per additional reading -- Stanchions and grab rails ((3escribe) AXLES - 'Pype of Front. Axle - - - Type of Rear Axle Capacity (lbs.) Rear AXLE RAT CO (to 1) _ BATTERIES ... _ Capacity (amp -hr) Insallation (describe) - - - - - - -- _. GENERATOR Description --_...... Capacity - HORN (describe) - - - STEERING GEAR (describe) - SUSPENSION (describe) - - - - - - - - - - -- - - - - -- • P_5 • -.: - BRAK):S (describe) : Rxpeil, Valve (describe) - AIR SYSTEM (describe) - - - WH):ELS Type and size ❑EATING SYSTEM (describe) - - BUMPERS - TOW EYES (describe) - - POWER PLANT COMPARTMENT (describe) - ENGINE _.. _ .. Model No. Number of cylinders Displacement - Maximum Cross Torque @ rpm - - - - - '- - Maximum Gross Horselower @ rpm --- - Oil Capacity • P-6 • -- COOLING SYSTEM Idescribe) - - SYSTEPl (describe) - - - --EJ.WtUST SYSTEM (describe) TRANSMISSION (describe) - -- - -SAFETY-EQUIPMENT (describe) _. AIR CONDITIONING (describe) - Mb IUFACTURER'S CATALOGS Manufacturer's catalogs, specification sheets or other literature giving full detailed informatin of the coach bid on, shall be filed with this proposal. The coach shall be identified in the catalog, specification sheet or literature by model name or number. Modifications or deviations from printed literature or miscellaneous items not covered by printed literature shall be described by a written statement. • P-7 • INSTRUCTION BOOK, PARTS BOOK AND SERVICE MANUAL One (1) Instruction Book, one (1) Parts Book and one (1) Service Manual shall be furnished 'with 'each 'at the time of delivery. Totall delivery pricewillbe used for bid evaluation. DIVISION T: Delivered price three (3)- transit --coaches - -$ - DIVISION II: Delivered price twelve (12) transit coaches DIVISION III: Delivered price five (5) transit coaches TOTAL. Delivered Price (Less Federal and State Tax) $" If awarded the contract on the basis of the above bid, we agree to deliver the equipment to the City within days from the elate the contract is awarded. Signed:_ (Name of Company) By: Address: - - SPECIFICATIONS - 1. 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 Opportunity. "In connection with theexecution of: this contract, the 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 insurethat-appli cants 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.:" 1. Interest of Members of Congress. "No member of or delegate to the Congress - of the united States shall 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 the public body or of a local public body during his tenure or for one year thereafter shall have an interest, direct orindirect, ..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 restrictive criteria shall govern. All contractors and suppliers must submit evidence that the governing air pollution criteria will be met.- - - - 6. Bidder must furnish a certificationin-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 a uxiliary power equipment. -- B. All gases and vapors emanating from the crankcase of aspark-ignition engine are controlled to minimize their escape into the atmosphere. C. visible emission from the exhaust will not exceed @1 on the Ringleman Scale when measured 6 inches from the tail pipe with the vehicle in steady operation.. D. When the vehicle has been idled for three minutes and then accelerated to B percent of rated speedunderload, the capacity oftheexhaustwill -- - - not exceed 42 on the Hingleman Scale for. more than fiv,= ,r.rgngis, and not mor,! . than III „n LL,: I<incjiamanale thgr�•af'er. 7. 12. E. - The coaches will comply with the Motor Vehicle Safety Standards as estab- lished by. the U.S. Department of Transportation. - All bidders must conform to the final approved specifications. The product they furnish 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 - substantialand durable construction in all respects. - NO advantage shall be taken by the manufacturer in_the _omission of any parts or details which go to make the coach complete -arid ..ready ..for 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 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 prior to submitting bid.. Coach manufacturer shall assume responsibility for materials and accessories used in the coach, whether thesame are made by thecoach-manufacturer or Purchased under subcontract from an outside_ source. Bidder shall furnish with his bid, for the coach on which bid is submitted, standard. detailed.. specifications, performance curvesshowingpercent grade - against vehicle speed in MPH, speed in MPH against time in seconds,brake horsepower and -torque against engine speed in RPM. Gradeability and accel- eration curves shall represent performance with a full complement of fuel, water, and oil, and a full seated load of passengers (basis 150° per passenger on basis of manufacturer's standard) with all engine driven accessories . operation. - - - - in A supply of replacement. parts for the coachesspecified 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. Bidder shall state with his bid, concerning thecoachmodel on which bid is submitted, the number of coaches sold, name and address of purchaser, and date of delivery. - - 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-whichwill-furnish acomplete 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 thesespecifications, 25. • suitability of the vehicles offered for use in the local transit system, and the purchaser's past experience. - - Purchaser reserves the right to'accept any bid ..or -to -_ reject _-any or all -'.`bids,; - or to award the contract for the purchase ofthe -motor .coaches on such. basis - a:: purchaser deems to be in its best interest to do so. -.. The price to be quoted in any proposal submitted shall include all items of labor, materials, tools, equipment and _other costs, necessary_ tofully ".complete the manufacture and delivery of the coachespursuantto these specifications. It is the intention of these specifications to provide and require complete `I motor coach vehicle to the type prescribed readyforoperation. 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. The bidder's proposal shall state the terms of payment offered. Purchaser is exempt from payment of Federal, State and Local taxes, and taxes must not be included in proposal prices.- Purchaser will furnish necessary _ exemption certificates. - - Earliest possible delivery of motor coaches purchased under these specifications 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. For purposes of bid evaluation, the amount of $50.00 per coach , per day will be added to the bid price for delivery completion specification of more than 183 days after execution of the contract. In the event of delayin the completionof-'del.iveryof 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. - In case the delivery of completed coaches, under this contract, shall be nec- essarily delayed because. of strike, injunctions, government controls, or by reason of any cause or circumstances beyond thecontrolof 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. 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. 102 of the, bid, - rounded to the nearest thousand dollars, drawn payable to purchaser. Such bid deposits ,of all bidders will be held by the purchaser until all proposals submitted shall have been canvassedand-the-bidshaveeither 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 successfulbidder(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 dnnu1gce for mich ovfjlirr;i, of le?fwtrt). -4- . • 26. Successful bidder. must agree tosave, .keep, bear harmless and fullyidentify Lhe 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 - nf Lhe ustt by the purchaser, or by any of iLs officers or agents of articles c:uppl.ied under thecontract., 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 orparts not specified shall be contractor's standard units or - parts, and shall conform in material, design or workmanship to the best practice known in the automotive industry.- All parts shall be now and -in no case will used, reconditioned or obsolete parts be accepted. Any one part used shall be an exact duplicate in manufactureand-design and construc- tion in each of the buses of each classin -this contract. Equipment through- out hrough out each bus shall be so installed that it will beinterchangeable among the coaches. 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. - GENERAL DIMENSIONS _. -_ - - - ---- The vehicle furnished under these specifications shall comply with the following qeneral dimensions: Length overall -----------------------------------. width--------------------------------------------- Height overall ----------------------------------------- ----------35 ft. max. --------- 96" ---------- 124i" max. Seating capacity -------------------------------------------------- 42 or 43. - -- - Step height from ground - front ----------------------------------- 134" max. Step height from ground - rear ------------------------------------ 16" max. - Turning radius (Front body corner) -------------------------------- 37' max. Wheelbase -------------------------------------------------------- 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. _. A%LES 1. Front axle shall be Rockwell Standard, orapproved .equal, .with tubular steel or "V' beam center. Provision shall. be made to permit caster adjustment without _ -_ m-c!esslLy of revvjvin,l any Cnrqua rodn.-:--The axle rhsli t�2 of`atsj.)h.-cspeclt7 ?;o carry the load imposed upon it. - -5- 3 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. Wheelbearing inner grease seal shall run on a replaceable chromed wiper ring 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 loadimposedupon it. Propeller shaft shall be minimum 35" O.D. heavy duty. type 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 rein- forced 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. All 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 renin w.itcrprf,of- bond l;,minal.rd fi.r 111.71,1'1011, riffle AC or better, treated to make it rot resistant and must be solidly attached to underframe. -6- B. Floor shill be lovel Lhroughout, 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 balance of coach is tobeblack. Flexi-Floc as follows: 3/16" ribbed in aisle and on driver's platform; 3/16" ribbed front standee 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 metalbacking -with stepwell. integrally molded white nosings to be furnished on all step.: edges --- including floor level. A white line shall be provided - across-aislejustrear-- ward of driver's seat. 11. Anodized aluminum trim moldings shall be applied at -floor covering edges around all wheelhouses, driver's platform, dash panel, and at side wall joints not otherwise covered by floor heating ducts. 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 andminimum12 inches deep, shall be molded fiberglass, one piece construction, with coved corners and reinforced to minimize step deflection.- Topsurface -of steps shall be.recessed. to receive tread plates so that surfaceof tread plate is approximately level - with bottom of coved corners to facilitate cleaning. 14. Access Doors - shall be provided, where necessary to service transmission, engine, radiator, batteries, and radio. - -- - 15. Insulation - ceiling shall be insulated with fiberglass blankets sealed in ---- ]nlyethylene IV" thick. with 1._01511 de nrti ty; :ide a.;1.J,. :�ihll t. ri •.:rte yr;t �L!:i pressed fiberglass minimum 3/16" thick -with 1.54 density. - -- -7_ - _.. • _ _ -• _ 16. Engine seat and riser shall be insulated with maximum 1S" thick fiberglass - blankets protected by aluminum foil for.. long .life and maximum protection against heat radiation from engine compartment. 17. Undercoating - buses shall be undercoated with non-flamable resin type material such as Pontiac Varnish, Ashland Oil Tect YL 506 G, or approved -. equal. -- -- RADIO INSTALLATION PROVISIONS - 1. A waterproof box minimum g4".x 164"_x 23" shall be installed on the left side-'- of the coach in the first bay rear of the front wheel. An access door in the - skirt, hinged on the lower edge with two (2) keytypelocks shall be provided A six (6) position terminal block shall be installed in the box providing the following: - 1. Continuous bus .power 2. 2. Ground 3. Run switch power 4. Starter. power - 5 6 6. Silent alarm switch Access holes with cover plates shall be installed in the left handair-ductto permit access for the installation of-theantenna cable via the removable driver's window post. A minimum .62 O.D. conduit with "fish" wire shall be provided from the post to a ceiling access panel below the antenna mounting reinforcement - A 12" x 1211, 1/8" thick reinforcement plate shall be installed at approximately the roof centerline on roof panel. Below the plate, in the interior ceiling panel, a 5" x 5" access panel to the antenna mounting shall be provided. A minimum 1.250 O.D..flexible steel, vinyl .sheathed, ._liquid ;.tight, electrical conrhilt 911n11 1,,. rout.4frl From 11w raflio hox Io glia c,nttir)l Iw+d aiey Ag Q)e !.pp left of the driver's seat. The conduit shall include a "fish" wire. 5. A waterproof, momentary switch similar to a light dimmer switch shall be ---- mounted approximately eight (8)inches to the rear. of the dimmer switch to be used as a silent alarm switch. WHEELHOUSES - - - 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 splashapronsshall be full width of coach topro- tect 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 aluminum, or equal, minimum thickness .032" with _1/8"thick masonite or 1/8" thick, thereto- _ bar 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 anodl•rcd aluminum. 1 J. 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. DOORS - 2 3. .1 5 6 Front entrance door on right hand side ahead of front .wheel shall- be two sec ',I tion slide glide type, with clear opening of at least 30 Meeting edges shallbe equipped with 2" extruded rubber edgeson 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 oper ating levers shall be splinud to shafts. Stainless steel sloping hand grips tobe installed on inside or each section of entrance door. Rear exit door on right hand side ahead of rear wheels shall be air assist "push type" with sensitized grab handles and with minimum 26Y' 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 oneach door section that overlap in same plane. Each section of door shall be glazed above and below the belt rail. Anodized sensitized aluminum-grabhandles, approximately 48" long, chall be installed: vertically on.each section of door_nearmeeting edge. .Door operating levers shall besplined to shafts. Rear door shall be interlocked by Midlandcontrolswith rear brakes. Interlock controls shall be mounted above floor and readily accessible -for servicing. - Front and rear doorsshall -be controlled from a five -position Midland single lever door control valve with handle operating in a horizontal plane. Green light above exit door shall indicate when door is unlocked. Exit door master switch shall be located in right hand front dash compartment. Emergency door _shall _..be located in the roof of the bus:. - - -- zontal_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 andincorporate -ramp type locks with reset feature. 2• Windshield shall be fixed type split vertically at coach centerline, 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. 3. Driver's window shall. be anodized aluminum sash, two sections sliding horizon- tally, glazed with safety float laminatedsoft-rayglass. 4 .Standee windows shall be fixed type glazed with laminated super neutral safety. _.. sheet glass. Glass sections shall be as uniform in le th 5 G ng as practical to facil- itate maintenance. - - - soft -ray, or equal, single density tempered glass in side windows, rear window, and exit door. Single _density _tempered glass in entrance door. Padded type sun visor adjustable for windshield or-driver'swindow shall be provided. WINDSHIELD WIPERS - 1. Two air operated heavy duty Sprague Super Challenger 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, SYS'1'E1.1 1. Wat,_r circulating pump, shall b•, of a design not requiring annual bearing and -11- • • motor brush replacement and shall be readily accessible for service and inspec- tion_ This unit shall have a capacity of 15 gallonsperminute for adequate _.. - circulation throughout- the coach. - - - --.1. Main heating system shall be thermostatically controlled and equipped with t-linneapolis-Honeywell gradustat and water modulating. valve. Heaterwaterpump to .operate only when gradustator defroster require heat. This system shall have a capacity of at: least 110,000 BTU at 1.000 water -air temperature differential. 3. Heater water lines shallbe 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 be minimum .040" brass; core tubes shall be a .006" wall thickness; a minimum of 9 fins per inch i:i required. - - 4• Driver's heater and defroster - separate dash heater and blower shall be pro- vified for driver's comfort and for windshield defrosting. A heater unitof -at -- least 40,000 BTU out at 1000 water -air temperature differential is required for this application. Two -speed blower shall have an air volume of 500 cfm minimum with separate switch and manual valve to control water flow. 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 made for dispersal of warm air over driver's window through adjustable ball type outlet. 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. Main under floor blower motors shall be heavy duty _3/4 h.p. t7pc with minimum. _.. output: of 2600 cfm on high speed setting. -12 • d.. Heated air is to be .provided to entrance stepwell to prevent formation of ice, DESTINATION SIGN --- - ,. with sire: above - Frr ml dentination windshield s ,: hall be single curtain type . enin manual gear drive and shall keep sign curtain in constant relation to op 9- Mask opening to be minimum V x 49 sign curtain material shall be Mylar, or equal, with readings of 5" minimum heightwithminimum of 14" between read - ding readin s through plastic covered window logs and left side index sho•aing sig9 d i❑ inside headsi.gn cover for driver's use in accurately centering desire_ t tube. Flo reading.. sign shall be illuminated by a single flourescento be of .sign mechanism-assemblyso as cent tube to be mounted to to b end frame same distance from curtain at all times providing maximum illumination. 2- Readings will be furnished by the purchaser. -State number of readings and s_as standard, total number available and cost of additional readings and blank _ spaces.: Sign rollers to have friction device to prevent curtain .from "creeping"- 3. Sig 4.-- Sin roller curtain side destination sign shall be. provided and shall be mounted ely behind entrance door on curb side. in standee window immediat STANCHIONS AND GRAB RAILS - 1• All stanchions and grab rails shall be 1l+" diameter stainless steel clad tubing, Stainless clad shall be minimum of .020" thick. Fittings shall be stainless steel, cast aluminum, cast zinc, or approved equal corrosion resistant material- steel, each side of aisle, with stainless steel or 2- Full length ceiling grab rail, _. .. heavy cast aluminum bracketswithbaked enamel finish incorporating wrap-around clamp at rail, shall be provided. Grab -rail ends shall terminate at ceiling connections or in elbows and exposed ends are to be avoided. - ,- - ,t- rlryrl.lr.�rl ;iC.,nCl:lr,n uhal] be mountr•d_f.rom floor to ceiling or ceiling grab rail at right rear of drive' r.'s seat -13- • • 4. vertical stanchions shall be mounted from -floor to.. -ceiling or ceiling grab rail at inside rear corner of front and rear stepwell. 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 bolted (not riveted) to hand rails with self-locking nuts and securely. attached - to 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 stepwell to door header. 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 pro- vided at left and right front body corner. Mirrors shall be minimal 8" x B" in size and constructed of anodized aluminum or chrome plated, or other approved non -corrosive materials. Mirror arms shall be chrome plated and designed to permit mirror to be moved out of way toPreclude ..damage by automatic bus wash- ing equipment. A 4" x 16" rectangular rear view mirror, Acme or approved equal, shall be i.naC.�lled for dri.ver'n view of coach i.nl:r,rior.. - - Acme, or equal,. 6" x 12" exit door mirror combination to provide driver's view of exit door stepwell is to be furnished. - 4. Acme 7"x. 10" convex mirror to be mounted on entrance door header. ADVERTISING CARD RACKS - 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 inser- tion 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. 'Iwo hinged typeramventilators shall be provided immediately above windshield. 3. All ventilators shall include weatherproof seals. - PAINT AND LETTERING -- - Exterior paint shall be acrylic enamel,(except fluted siding), oven baked, and finished in two solid colors divided at roof line. Exterior colors and arrange- ment to he per detail on paint diagram. Belt rail when used shall be anodized aluminum. Exteriors to be different for Division I, 11, and IIT. Interior shall be acrylic enamel 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). Lettering shall consist of -purchaser's -name on engine panel cover and coach numbers at designated places per paint chart. - 1. "_Operator'; seat - shall be American Model 6300F, upholstery to be different for Division- 1, 11, and 1.1I,.. .and to be :elect •9 fro -:.,.:a mJ`a.aure:'s standard _. options. - - a ■ ■ -Shall be American Model 6426 withbucketedbacks in 42. or 43 passenger configuration with minimum 26" hipto-kneeroom..-The top rail and frame of all passenger seats shall be stainless steel. Leg "H"s, if used, shall. be stainless steel. Seats to be mounted on inverted "T"-2" square stainless steel pedestals -- - bolted. through. floor. c. Upholstery to be different for Divisions I, IT; and ITT, and to be selected from manufacturer's standard options. - -- -- d. All seat padding shall be neoprene foam. _. 3, }odder to provide diagram of 42 or 43 passenger layouts he proposes to furnish. INTERIOR LIGHTING flourescent lighting in asingle row over center 1. Interior shall be illuminated by 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 front door is opended. 3. Rear door hooded stepwell light shall be mounted to front side of stepwell or modesty panel. _ - EXTERIOR LIG}ITING - - '. - 1. "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 on rear closure door. Lamps shall have red lens. Top lamp on each -16- • • side shall be combination taillightanddirectional signal. Bottom lamp on each side shall be combination taillight and stoplight. i. Dual red rear reflectors and three reflectors each side amber front and middle, and red rear shall be provided. 5. -Roof market lights, one at each corner of coach with amber front and red rear Lens shall be provided. Intermediate marker lights with amber lens shall be Provided on each side roof at center of coach. 6. Identification 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. 8. A circuit shall be provided for the 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-beprovided. -_ 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 - 1.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 numbered in lieu of color code. rlourescent light wiring shall be cross link polyethylene insulation. Battery_ cables to engine bulkhead terminal blockshallbe 4/0 guage with minimum of .075" wall plastic. insulation. Two 1/0 with cross link polyethylene_ type insulation from junction block on engine bulkhead to atazt�-ri shall be used. - 2. Main wiring harness shall be loom covered and concealed within the i»dyfor, pro-. tection from the elements- All harness and wiring shall be securely retained by rubber covered clips Wiring--shall-terminate atappropriate 'junction termin- als set in bakelite or molded plastic material. All wiring end connectors shall be of the soldered insulated type._ All -circuits shall be protected by,auto- matic reset circuit breakers except speedometer which may use line fuse, --and the engine emergency shut-off circuit. Multiple plug and receptacle type connectors shall beprovided _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 twopull-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 - - -- 1 Instrument panel directly in front of driver shall include 3" air gauge (150 psi), electronic speedometer with odometer, voltmeter, oil pressure and collent temper- ature gauges and telltale lights to indicate: Exit door unlocked, stoplights on, headlight high beam, low 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 low oil pressure, hot engine, and low air pressure. Control switch panel shall be located convenient tothe operator and shallbe designed for simplification -of_electrical controls and shall be inclided for easy access to control. switches. Top surface of.control panel shallhavemain control or master switch with "eng. stop", "Run", "Lights", and "CL b IUL.PS" 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 sha1,L be obtained through positioning of main control switch. .Toggle type swiillhen for emergency stop, alternate controlof interior and sign light- ing, pannenger chime, and any special equipment shall be installed. Emergency -- - stopswitchshall be protected against accidental operation. - - 3. Starting motor switch -tobe wired-'sothatengine cannot be. started when coach is in gear. --- --- ---- _PUBLIC ADDRESS SYSTEM - - 1. A public address system shall be supplied ONLY on the twelve (12) DIVISION II coaches. 2. At least six (6) speakers shall be located on the coach to provide adequate .sound _.. propagation. _. 3. The system shall provide FM stereo and AM radio as well as public address. capabilities. 4. The system shall provide easy operation from .the-driver'sseat and shall be equipped with a hand held michrophone. 5.. Bidder shall furnish specifications for system he proposes to.furnish for pur chaser's approval prior to bidding: BATTERIES 1. 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 mountedon-pull-outtype tray with access door _in body side. Inside of 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 )2 -volt, oil collect br.ushlese type, flange -,punted and gear driven from engine, with output capacity of 330 amperes and capable of developing -19 • • minimum of 190 amperes at engine idle of 465 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. - - STEERRIG - 1. Steering mechanism shall be so constructed that coach can be easily steered by operator and shall be such as to make the,. wheel freefromroad shock and vibra- tion. Steering from full left to full right turn shall beaccomplishedin no more -- than eight complete turns of-thesteering 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 turning. 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 holas in the hub so that a standard or Universal puller may be used. 2. The following specifications shall be adhered to in regard to ease -of .steering: With a 22 inch steering wheel, the required pull atthe rim will not exceed 40 pounds to turn the front wheel 5 degrees right or left. These requirements are for a wet coach empty on a dry concrete floor, clean and free from loose or foreign material with tiresaired 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 backlash.. SUSPENSI0t7 - 1. Full air suspension system is required which functionstrycompressed air, regulated by leveling valves. System must maintain constant height of body in relation to 2. 3. axl.ee; reqardless of load. Source of air shall be a separate tank and a pressure requlatinq valve shall- protect. against .air loss from leaks or. failure of suspen- sion system. To control lateral, longitudinal, and torsional movement adequate radius rods shall be provided. - Shock absorbers are to be provided on each side of axle at front and rear. BRAKES _ 1 1_ 4 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 andE-1 brake application valve. Brake drums shall be 14y" inside diameter with minimum lining width as follows: Front 5 Rear _ 101. Brake shoes shall be equipped with 3/4" ABB N80, bolted lining with bushings at anchor pin end. All anchor pins shall be chrome plated and provisions made for lubrication. Brake camshaft bearing surfaces shall be chrome plated. 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. Slack adjusters shall be Bendix-Westinghouse lock type with grease fittings. Any modifications to braking or air systems specifications required to comply with any safety standards shall be submitted topurchaserprior to bidding. -. No nylon air lines shall be usedbelowfloor level. AIR SYSTEM 1. The air compressor shall. be flange mounted and gear driven from engine and shall -21- • • ; 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 tanks 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 Provision shall be made to apply shop air to coach air system using a Shrader valve, or equal, on engine compartment bulkhead. Third air tank for air suspension shall have valve or valves to regulate and protect air system. - Air lines shall be seamless annealed copper tubing with standard brass fittings and supply line to first tank shall be l" minimum diameter. ,Flexible air com- pressor discharge line shall be '1" minimum diameterandshall 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 A check valve shall be furnished-betweenlst and 2nd tanks adjacent to 2nd tank.. First air tank shall have 150 psi safety valve.- - All air tanks to be equipped with B -W, or equal, quality type drain cocks. Bendix-Westinghouse alcohol evaporator with one quart aluminum reservoir to - be furnished. Expello valve with heating element- to be mounted in first air tank. WHEELS AND T11dS - wheels to be Firestone with drop center rims, hub type mounting. Wheels shall _22_ • - • be suitable for mounting 1200 x 22.5 14 P.R. -,Nylon Firestone, Goodrich, Good- year, or Uniroyal - 100 level (tires to be furnished by bus manufacturer). 2. Wheels shall be single front and dual rear andofname offset for interchange- - ability. 3. The manufacturer shall provide one additional spare wheel and tire per bus. BUMPERS - TOW EYES - - 1. Stainless steel channel bumpers of .130" minimum thickness and 10" width shall be furnished front and rear and at bottom of radiator side door. Front bumper shall be "wrap around" type. Bumpers -shall be two piece constructionwith interchangeable front sections and interchangeable rear sections. 2. Dual tow eyes shall be provided at front above bumpers. POWER- PLANT COMPARTMENT - 1. Power plant compartment, including the exhaust duct plenum, shall be completely sealed to prevent _smoke _or fumes from entering interior. Engine bulkhead and exhaust duct plenum shall be insulated to minimize heat and noise transfer to coach interior. 2. Compartment shall be lighted by a minimum of-five-(5) 21 CP lamps. An additional -- 21 CP lamp shall illuminate electrical junction-box. -- --- - - 3. Small spring loaded access doors shall be provided to check and fill engine oil and radiator water without necessity of opening large compartment door. 4. Complete power plant including radiator, engine, and transmission shall he cradle mounted and demountable as a unit and so arranged to provide convenient accessibility for servicing. Cradle shall be so mounted as to provide maximum - - .isolation of audible frequencies over the .range of.35 to 275 cycles per second. .. 5. Oil pressure gauge, engine "run" switch, starter cut-out switch, starter switch, and lamp switch are required in engine compartment. ENGINE --: 1. Engine shaiL be two (2) cycle Detroit Dienel 5V-71 Diesel engine; or approved equal, transversely rear mounted with gear driven accessories. The engine must be capable of giving satisfactory. life and performance and shall, with normal maintenance, operate with no smoke or objectionable odors using fuels and oils meeting the manufacturer's recommendation. The engine is to be equipped with appropriate low -sac volume fuel injectors. Bidder to furnish horsepower and torque curve charts. - - 2.Engine shall be equipped with a 2 -quart full flow oil filter and 2 -gallon by-pass type filter. If by-pass is externally mounted, line connections at filter shall be with different size fittings to prevent interchange. - 3.. The engine air intake shall be through removable louvered screened opening at the rear of the coach. Thelouvered-screenopeningand the air duct to air cleaner shall be isolated from theprimary -body structure fornoiseattenuation. A Donaldson EBA type air cleaner incorporating. broad band attenuation centered about 250 cycles per second shall be used. Said engine air duct shall be so --- - shaped as to minimize water entrance into the. air induction system. Apassage -shall be provided so that any water which does find entry into the system can be drainedprior --to--entry into the air cleaner. element.- - 4. All flexible fuel, oil, air and water lines in -engine -compartment sha11 be -- teflon type with braided stainless steel cover. - --- - 5. Engine splash pans shall be furnished. COOLING SYSTEM 1. Radiator fan shall be a thermostatically controlled fluid drive type so as to bei- effectivelypowerdriven only at efficient engine temperatures.. The fan is to be directly driven (no belts) by the engine. - 2. Radiator shall have removable drawn stress relieved brass SAE 85-15 top and bottom tanks, (minimum .080 thick). with inlet and outlet :necks ofbrass. Headers shall be .040 brass SAE 85-15. Tubes shall be -a..00725 to..008brass. Pins shall be. .0032 to .0037 copper. There shall be minimum 85 fins per inch. -24- 3. Radiator -surge -tank mounted above radiator shall be stainless steel, heavy duty copper or brass and equipped with sight glass, safety type filter cap and manual - Pressure relief valve. Vent line to engine water manifold with shut-off valve to be provided to facilitate bleeding of engine. 4. Water hose must be Gates silicone or equivalent, for long life. Hose clamps shall be stainless steel worm type with combination screw and hex head. _. 5. A Kysor radiator winterfront will be furnished. - 6. Electronic loss-of-collant device wired to hot engine light and buzzer shall be _.. installed .in radiator surge tank. - - - - _.- FUEL_ SYSTEM 1. Fuel tank shall be a minimum 95 gallon capacity, internally baffled to prevent surging and rigidly supported by at least four (4) supports, arranged for easy removal. Tank shall incorporate sump with minimum �^ hex head brass drain Plug. Tank shall be equipped with an audible signal to indicate when tank is almost full. Filler pipe shall be removable for easy inspection and shall be capable of taking a minimum of 30 gallons per minute and must be located on the curb side of bus. 2. Two engine mounted 8" fuel filters are required, AC or equal, with replaceable type elements - secondary filter element to remove particles of 10 micron size. A swing type check valve is required in fuel supply line to prevent siphoning Of fuel bark to tank thus facilitating filter service. EXHAUST T SYSTEM - 1- Exhaust tail pipe shall be constructed of metal tubing directed from the muffler or mufflers upward to a location near the top of the vehicle. The tail pipe shall be split so as to provide for aspirated exhaust to increase exhaust dilu- tion. 2• A single muffler, Nelson muffler Company or approved equal, shall be provided. -25- • • Exhaust muffler shall not belocated 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 thevehicle,- 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. Transmission shall be equipped with a hydraulic transmission governor, three plate clutch, oil pump with a minimum capacity of 95 GPM at 1000 engine RPM, oil filter, and water -oil heat exchanger. - SAFETY EQUIPMENT AND FIRST AID KIT Safety equipment box including door with at least a 4" r. 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 F5 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. Distribution of cooled air shall be through common ducting descfibed unds_•Y. hge3t— ing system. -26- • • 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 for; maximum cooling, effi- ciency 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. 5. Evaporator shall be mounted under floor in same compartment as heater cores and shall be "Reheat" type for humidity 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: FARE BOXES - - 1. A keene Model K-25 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. -i I I Sealed bids will be recelved by the City Of Town. City,down, nC.tht'.o((Lce of Che City FJao;lgvr In the (:Ivlr Crnter until oclock, , - l) to bc.oprned by the Clty Wronger Immcdiatcly there - the following equipment in nerordnnce with the after for Eurnl.shing and dclLve_rl,ng Office of the City Clerk, Town City, Iowa. specifications now on file in the Fight (8) Now and Unused Registering Fareboxes. - 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 "Rids for Eight (8) New and Unused Registering Fareboxes." Each bid must be accompanied, to a separate envelope,by a cashier's check, or certi- fied check, made payable to the Treasurer of the City of Towa City, Iowa, in the 'sum of not less than ten (10) pe -cent of the amount of the bid as security that the bidder will enter into contract with the City of Iowa City, Iowa. Said check shall not con- tain any conditions either in the body of the check or endorsement thereon. The emvelope must be addressed to the City Clerk and be endorsed with the name of the bidder and make reference to the egnipment being bill. 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 tile 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 thirty (30) days after acceptance by the City Council 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. CITY OF IOWA, CITY, IOWA City Manager Attest: City Clerk GENERAL 1. These specifications provide detailed requirements for electrically operated, registering, locked fare boxes. - 2._.Itis the Intent of this specification to purchase a fare box of substantial _ and durable construction in all respects. In order to properly evaluate a proposed fare box, bids are to be accompanied by a -detailed description of manufacturer's standard product. - _.. _ 3. No advantage shall be Lakenbythe manufacturer in the omission of any parts or details which are required to make the fare boxes complete and ready for service even though such parts or details are not mentioned in these speci- fications. All units or parts not herein specified shall be the manufacturer's standard units. 4. In all cases, materials must be furnished as specified, but where brand names are used, consider the term "approved equal" to follow; however, written approval for any proposed substitution must be obtained by bidder prior to submitting bid. _... 5. Fare box manufacturer shall assume responsibilityfor materials and accessories. used in the fare box, whether the 'same are made by the fare box manufacturer or purchased under sub -contract form an outside source. 6. A supply of replacement parts for the fare boxes specified must be guaranteed by the manufacturer of the fare boxes for a fifteen year period from the date of purchase. Manufacturer shall keep parts and maintenance manuals up to date for that period. 7. Bidder shall state with his bid, concerning the fare box model onwhichbid is -submitted, the number of fare boxes sold, name and address of purchaser and date of delivery for past two years. 8. 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 firm which will furnish a complete supply of parts and maintenance of the fare boxes to be supplied.Bidder shall state his policy on freight charges for parts. 9. Bidder shall state in detail, the warranty provisions offered covering his pro— posed fare boxes and all optional equipment. 10. In determining the successful bidder, consideration will be given to price, re- sponsiveness to these specifications, suitability of thefareboxes offered for - use in the local transit system and the purchaser's past experience. 11. 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 fare boxes on such basis as the purchaser deems to be in its best interest to do so. 12. The price to be quoted in any proposal submitted shall include all Ltems of labor, mnterinls, Lools, equipment, and other costs necessary to -fully com- P1eLl. the innnufitrture fold del,lvttry of Che' fnria bor.f!s pursuant to Uw specifications. - - - is _ 13. The bidder's proposal.hall state the terms of payment proposed. lei. Purchaser is exempt from payment. of Federal Excise:. Tax, and taxes must not be included in proposal prices. Purchaser will furnish necessary exemption certificates. 15. As securLty for the acceptance of the contract, each bid shall be accompanied by a certified check or bid bond in the amount of ten (10) percent of the amount bid drawn payable to the City of Iowa City. 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 contracts has-been made. The bid deposit of successful bidder(s) will be held until contrnct(s) are duly executed. Bid deposits will he returned to unsuccessful bidders within one week after the award of the contract. 1f the successful bidder to whom contract shall have been awarded refuses to execute the contract and to furnish .the performance bond herein prescribed within two (2) - weeks after the award of the contract, the amount of.thebid-shall be forfeited to and retained by the purchaser as liquidated damages for such neglect or refusal. 16. The successful bidder shall furnish at his own expense, a performance bond equal " to the full amount of the contract as a, guarantee of good faith on behalf of the - contractor that the terms of the contract shall be complied with in everypartic- ular. 17. Successful bidder must agree to -save, -keep bear harmless, and fully indemnify the purchaser and any of its officers or agents from all damages, costs, or ex- penses in law of equity, that may at any time arise or to he set up for any in- fringement 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. 18.- All units or parts not specified shall be_contractor's standard units or parts and shall conform to material, design or workmanship to the best practice known in the fare box industry. Any one part used shall be an exact duplicate in manufacture and design and construction in each of the fare boxes of each class in this contract. Equipment throughout each fare box shall be so installed that -- it will be interchangeable among the fare boxes. 19. 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. 20. In case the delivery of completed fare boxes under this contract shall be nec- essarily 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 de— termined in each instance by. the. Authority and the contractor(s). 21. Each propnsal will he submitted with the understanding that the acceptance -. In writ Ing by the tally of Iown.City of the offer to furnish tiny or .111 of : the faro boxos do:acrthed heroin, s11nII cons tItut c it contract between the _ bIgldrr and Iho I'nrrhh rr whI,-Ii nbaIl bind the blddcr on Iln part to furnish and deliver ;it the--prlc,•n glvcn and In accordance with the conditions of . said ac-cepLed prnponnI and spec Ifi.cntloils. 22. Conditional hids, or those whichLakeexception to the specifications,.will - be considered non-responsive and will be rejected. 23. Aids must be submitted on the form provided. Aids submitted in any other form will be considered non-responsive and will be rejected. 24. Protests concerning the specifications or bidding procedures, requests for clarification of the specifications, or requests for the substitution of "approved equal." items must be submitted in writing to the City of Iowa City .not less. than 28 days beforebi.d-opening. Any protest relating to restrictive -- specifications must be fully supported by evidence that the substitute offered is equal to or better than the specification requirement. 25. The City of Iowa City will accept or reject any protest or respond to any ' request under the foregoing paragraph In writing no less than 17 days before bid opening. Any change in the specifications will be effected by issuance of an addendum. 26. Any appeal from the decision of the City of Iowa City must be submitted in writing to II,ITA not less than 7 clays before bid opening. :Appeals received by UMTA later than 7 days before bid opening will. not be considered. 27. All bids received shall remaLn in effect for thirty (30) days after bi.d opening. SPECIAL REQUIREMENTS This purchase agreement is subject to a financialassistancecontract between- -- the City of Iowa City and the U. S. Department of Transportation. The following paragraphs will be Included In any agreement between the Purchaser and the successful bidder. 1. EQUAL EMPLOYMENT OPPORTUNITY "In connection with the execution of this contract, the 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-thatapplicantsare employed, and their - 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 re- -- cruitment advertising; layoff, or termination; rates of pay, or .other forms of compensation; and selection for training,_ including apprenticeship." 2._ INTEREST OF MGNBRRS OF CONGRESS "No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising therefrom." 3. INTEREST OF PUBLIC OFFICIALS "No member, officer, or employee of the public body or of a local public -- -body during his tenure orfor one year -thereafter, shall have any interest, direct or indirect, in this contract or the proceeds thereof." iv (;ENFRAI, I)ll,l:NSTONS - SPECIFTCATTONS The equipment provided must be of modular construction to allow for maximum mileage, passenger count, flexibility for future conversion to vacuum e venue removal, automatic data collection and reporting of bus number, dat route/run subdivided data and garaga. All bidders must include e servicing with their bid, evidence of their expertise in these areas. conditional 1 with this specification and any the All bidders are required to fully comp Y ustecin Clarificatioei or ht or qualified bids will be rejecter}'ecifiEach cation inmall respe in writing twenty- g rovrd equals musthenPproved inwriting. Ears boxes offered w11T meet the sP requests for deviation or nPP (28) days before bid opening, The fare collecting and registering device shall consist of two parts: the fare receiver, the fare inspection area, the mechanism, including counting and totaliziregistering cyclometers, and 1, An upper Part containing ng other required parts. art or tach to both the vehicle floor vault housing which shall at 1.. A lower p � - and "grab rail' or stanchion. upper inspection register- �, The vault housing shall rigidly support the app lace the coin deposit slot at forty-nspectionnregisf ing section and p upper it sing without the (42 1/2") inches from the vehicle floor. The uPP le clamps, access tering section shall be onlyrm niPulatiole from neOfatwo toggleclamps, and removal use of tools, requiring �.of the vault housing to which is through the unlocking of security seals. - - direct current ete fare box shall perform a1 4) volts without miscounting or b, The compll operations on a to fourteen (1assed voltage of from nine (9) circumstances shall coins ootokens thencyclometer jamming. Under no operating registered correc through the fare box withoutly t being dials. ister, discharge, controls g whose use may jam the reg register c Any driver -operated coins or direct uncounted lectricaltconnection o areas hto then fare box ashall be made shall be „ Polarized connectors. through twist lock orients shall be protected by a manual reset circuit break - the removal of a security rod and seal. d. Electrical comp - er, accessible through- . routinepreventive e. Pertinent parts catalog, installation instructions, maintenance, and general service and maintenance manuals shall be pro- vided. INSPECTTON AREA cr eltnn a quarter can he to The coin de- l. re- 1, The coin" and topers S111111 enter the fare box through a single slot of such adjustable for maximum pnnaenger cm a length that to posit area is t° be adj ositioning• striction due to fare box p INSPECTION AREA, continued 1 2. Deposited coin is to he held on a horizontal viewing; plate for inspection by the driver. it shall he possible for the driver, inspectors or passen- gers to view the deposited fare.Lhrough,a 160 -degree range. ACCO.'s tn- deposited --- - -coin -shall he prevented by appropriate slot baffles anti fixed, double thick- -- - ness transparent viewing surfaces 3_ Advancement of the deposited coin Into the registering mechanism shall. be controlled by the driver by the depression of an external bar. Such de- pression of the bar shall also set the registering mechanism into motion. --Deposits-which have been advanced by the driver shallbe-passed..through an area which will hold ferrous foreign material before proceeding to the _. registering mechanism. Illumination of the viewing area is to be by two long life shockproof bulbs, shielded from driver and passenger's eyes and controlled by an external switch. REGISTERING AND TOTALIZING PiECIIANISPf 1. The outside structure housing the mechanism shall. he constructed of stain- less steel.- The mechanism, complete with motor drive, timecyclecontrol, counting mechanism, registering cyclometers, etc. shall be a self-contained "plug-in" removable unit. Access to the mechanism shall be made through the removal of a security rod and seal. 2. The mechanism shall. be capable of registering onone -set -.ofcyclometers, -- -- quarters, dimes, nickels, pennies, In dollars and cents, and up to two sizes of tokens in units on separate registering cyclometers. Except during a counting cycle, the cash and token cyclometers shall be locked against rota- tion. It shall not be passible to restrict the rotation of thecyclometers during a counting cycle. A selective coin plate construction shall be used - to avoid miscounting due to thin, worn coin and shall. provide no possibility of double register operation or miscounting due to outsize coinage. 3. Any objects not conforming to eithernewor worn coin or token diameters shall' be retained inside the mechanism. The registering mechanism shall be protected -- against damage due to jamming by use of a slip clutch.- Operation of the clutch shall also automatically reverse the coin plate in an effort to dislodge such mutilated coin or foreign material responsible for jamming. 4. The registering cyclometers shall be Illuminated by a non -glare lighted system using two long -life, shockproof bulbs. PEDESTAL 1. The pedestal shall. accommodate fare box. 2. It shall be constructed of 13 gauge steel treated with a corrosion -resistant material. Z PEDESTAL, continued 3 It shall accommodate the vault, described below, In the following fashion. it shall he arranged so that when vault is removed, Its cover is closed -- - and locked. The vault cavity closure shall be equipped with a Pour -way Lock. 4. At a location accessible to driver, a slot shall be furnished which will permit insertion of scrip envelopes, at least 2Z' X 31t" into the vault container. 5. All mounting hardware, electrical connector, security seal rods and seals, mounting base, and drilling template shall be provided with each fare box. 6. Pedestals must be of modular construction to allow for future conversion to vacuum revenue removal system. VAULTS 1. Two vaults shall be furnished for each pedestal. 2. All vaults shall be completely compatible with the pedestals. 3. They shall be constructed of 13 gauge steel. 4. They shall not be subject to corrosion. __... 5. To provide for dumping of contents and easy service,_the locking cover function shall be detachable from the vault housing. 6. The vault shall contain at least 360 cubic inches of useable volume. _ - 7, Separate compartment shall be furnished in the vault, positioned and di- mensioned so as to accept insertion of scrip envelopes in a fashion which will afford the inserted material security. This implies a means for pro- hibiting the removal of such material through the slot once if has been inserted; top of vault shall also cover this separate compartment. 8. The vault top shall be equipped with a means for closing and locking auto- matically upon removal of vault from pedestal, also vault will not have ability to be inserted in pedestal in any position except when in open position, ready to accept coin. 9. The vault top shall be equipped with Four -Way Lock or approved equal. LOCKING SYSTEM The locking system shall employ the use of one Four -Way Lock on the vault hous- ing which controls ous-ing-whichcontrols the vault removal and one Four -Way Lock on the vault cover - controlling coin removal from the vault. 3 Cit of Town CtL (Transit Authority) Clvlc Center (Address) 52240 -- Iowa Clt Tows (City> State, Zip Code) P R 0.P 0 city listed below in accord - TO: City of Iowa ui ment as been care - furnish the eiocation) which have _ Theundersig ned hereby agrteso °file (sPecif.y_ once with the --spec ifications fully examined and which are attached hereto, Delivery Date: FXTF.,TDED RC TOTS UNIT PRICF DFSCRTPTION OF ITEM The following terms of payment are Proposed: condition stated above, clarification made that any n that The undersigned understands t or with this form -- ether-tha submitted on above, or information bid unresponsive, to the l render the requested -_wil - Name of Individual, Partner or Corporation Address 'flue Authorized Signature TABLE OF CONTENTS 1111: I:OMMUNICAT IONS SYS'11IiMS invitation for Bids - - Information and Instructions for Bidders Bid for Radio Communications System for the City Of Iowa City Part I Contract - (Bidder to insert proposal here) _ - Part II Terms and Conditions Part III Authority to Purchase. _.. Part IV Specifications - - -. - 1_ Installation Requirements - - - -- 2. system Requirements - - 3, Equipment Performance q. Maintenance Requirements. Technical Data Section - - - Signature and Corporate Seal _.. -2- . NOTI -Epo BIDDERS _ hr_ recoiv,�d by the City Of Iowa City Iowa, at the office of the o'clock,- �---'. Sealed bids will .� — Nanayer immediately tho Civic Center o be ened by the. city with - C1.Cy.Manager in l,f to be of i❑ accordance - the following low delivering th,,City C1erk,Iowa-City. thereafter for rurrnow y the vpecificatiuu, now oft f.ilf� in the Office of cifications- _ with the attached sPe Radio communications system in accordance a of the ecifications and proposal forms may be obtained at the office f the sP Department of Works. Copies o sealed - AdministrativeEngineer,,. P: - - .the City. of Iowa City,. Iowa,. - forms furnished by Stem, Transportation Department". All bids shall be filed on Comm by Sy and Plainly marked "Bids for or certi- b a cashier's check, in a separate envelope, Y Iowa, in the --sum Each bid must accompanied, Of Iowa City, that the bidder fieri check, mado payable to the Treasurer of the-Citynot of not less than ten (10) 1 _Iowa. saidcheck shall The con - amount of the bid as security percent of the - _ of Iowa:City, - - ract w h the body of the check or endorsement thereon. will enter into contract with the Citythe twin any conditions Clerk and be endorsed with e must be addressed to the City bid.- in Council envelop equipment being table to the City as bidder and make reference to the co P City, Iowa,.. law, said check shall be forfeited to -the_. Cityof. Iowa 'bidder should fail to enter into contract or furnish bond accep as required by liquidated damages- - time for receipt of prior to the scheduled closing days thereafter. be withdrawn at any time P thirty__ Bids may bid may be withdrawn for a period of :days bids, but no will be :.returned within three (3 The cashier's checks of the unsuccessful bidders Council. the form prescribed by the City ter award of contract. The check of the successful bidder will be returned after of contract in the execution of the co thirty (30) days after acceptance by Payment for the units -will be made within y so doing City Council. irregularities when by - -- ht to waive any reject any or all bids. _ The City Of Iowa City reserves the fig and to in the best interest of the Cityr the it would be between subject to the terms of a financial assistancitationact the United States.Departll of Transportation This project is sub? . City Of Iowa City and _ IOWA CITY OF IOWA CITY, Mayor ATTEST:.__ - city clerk - _3- BIDS FOR PURCHASE OF RADIO COMMUNICATIONS SYSTEM INFORMATION AND INSTRUCTIONS FOR BIDDERS These instructions and the contract proposal provide detailed legal and technical requirements for the purchase of a radio communications sytem for the _. Where the word "Authority" or "Purchaser" is used in these instructions or the contract proposal, reference is made to the City of Iowa City. .The words "bid", "offer", "contract proposal and "Proposal" are synonymous, and it is understood that once the City accepts the same, the document will constitute the contract - contemplated by these instructions. .The words "bidder", --"contractor"- and "manu- facturer" are also synonymous. 1.0 SCOPE - - 1.1 Scope. _ These_ instructions, contract proposal and specifications set forth performance criteria to be used in the design and implementation of a radio communications system for the City's .Transit .operation. The system described - will provide efficient two-way communications to.support and enhance the operation of. the City's bus system. Voice communications, .selective - addressing of buses and all other fixed radio equipment necessary for a two-way radio system will be provided. The performance requirements herein cover the central. control transmitting and receiving equipment, and mobile - radio equipment for buses, maintenance and supervisory vehicles. - 1.2 Frequencies. The System will utilize a -single UHF channel in the Local Government Radio Service. 1.2.1 The bidder, in developing his proposed system, shall adhere to all provisions of the FCC rules and. regulations as they apply in the Local Government Radio - Service. - '-- -- 2.0 CONTRACT PROPOSAL.. The City has -prepared --and attached -to --these instructions the required form of the contract proposal. Bidder will insert his completed contract proposal in the designated place. The contract proposal and all other accompanying documents or materials submitted by the bidder will be deemed to constitute part of the bid. Bid must be submitted on the contract proposal form provided. Bids submitted in any other form will be considered non-responsive and will be rejected. 3.0 PROPOSAL ACCEPTANCE. Each contract proposal is to be submitted with the - _ understanding that the acceptance in writingby the.. City of the offer to - -- furnish the radio communications system described therein, shall constitute a contract between-thebidderand the purchaser which shall bind the bidder on its part to furnish,. deliver and install at the. prices given and inaccor- dance with the terms and. conditions of said accepted proposal and these instructions. The contract shall he considered as made in Iowa City and the -- - - - COn81:ru(,AAOn ilnd (•11tH rC h,10?/t 1. Of 11. ?ilial I h,% it; ' it1 ) fli„ )i,w!* ref - -.. the State of l:owa. - _n- 6.0 6.1 BIDDING. Bidder:; are responsible for furnishing a complete, satisfactorily operating System. Bidders shall familiarize themselves with inewhich9pron- ditiOns Of the Systems and with all facilities and equipment not posed equipment is to be installed. Failure to do so shaProspective bidders bidders of their responsibility for system contracting. may make arrangements to inspect the system by ac EXuEC�e fur. r sha111 biddersthe must actual explainf intcompleteof a detailelectronic equipment to bhow the system will: function. operationally and electronically,. _ _ ro osals. Elabor- PROPOSAL RE9DIRE''�NTS. The following is intended to indicate the minimum re- quirements for the preparation and submission of contract proposals. ation for the purposes of clarity and withathe general s is not intent ofbthe format r_ntire proposal, however, must comply response one complete, carefully described. Each bidder must submit in his respo. um described system which re in the bidder's estimation, the optimum performance. system which has been set forth in this document. In determining the op system, each bidder shall consider cost aswellas technical p y ion of requirements CONTENT. The Contract proposal. shall contain a detailed description of the proposed system. Any recommended changes to the basic hasessormsteps intowhich set forth herein shall be included. .Such items as p uired this project might logically be divided and estimated time and conies contract to complete each phase or step must be detailed. Additionally, proposal shall include a technical discussion of the operation of the proposed system, its capabilities and limitations, and the detailed operating charac- ystem, its all equipment to be supplied. Such operating characteristics shalt include, but not en limited to, the list of items contained in the t IV of the contract. Technical Data section contained in Par- FORMAT. To aid in the evaluation of the proposals, it pr required that all ct pr bidders follow the same general format. Each contra dance shall contain as a minimum the information specified below in accordance with the following general format: I Table of Contents II - List of Tables and Drawings III Short Introduction and Summary IV Technical of Approach .the major portion of the technical This section IV shall contain d in'as--much .detail as necessary and proposal. It shall be presente contain as a minimum the following: a, Complete detailed statement of proposed system design layout inrludi,ng transmitter site profiles and Ycpacation pred c- innn, nro� of-hf.r inform.•,tinn dcrm�d pnr.tirrnt. b, specific statements of any exception to all sl,ecificati.ons in all the exhibits. -5- - V Project Organization This section V should include the following: a. General organizational experience and background fbidder in similar projects. Available specifications, photographs, technical descriptions or other data are welcomed, and may be submitted to support the proposal. - b. Estimated percentage of subcontracting anticipated together with a list of items or effort to be subcontracted. C, Itemized list of equipment, .materials and services to be furnished. VI raci.l ities and Equipment Data This section VI should include a statement of available roplant, ect whichatory equipment and test facilities proposed for statement on this project assigned System personnel shall have the privilege of inspecting and observing. - - - - _... VII Project Schedules This section VII should include the period ofcontract performance, incif ludingdurationofproject inweeks, by.pses _. s of alltimes. applicable, and delivery schedule. -.VIII Maintenance I POs meeting maintenance This section vill shall. detail bidder's. proposa ide sufficient information requirements for the system. Bidder shall prov with his proposal to permit the City to assure itself of bidder's capa- bilities to perform in this area. Bidder shall list by allled test equipment required to efficiently service the egeiuipment bid shall state the Furthermore, the manufacturers of the equipment availability Of system engineer s,. field, engineering personnel and: field service representatives available to assist in the installation and maintenance of the proposed contracted, a list of proposed hall not be construed to relieve the City approval. This approval s successful bidder of any responsibility or liability in regard to the contract. _ IX Technical to - To aid in the evaluation of proposed equipment, pertinent technical information shall be provided in the format outlined in the Technical Data Section contained in Specifications in Part Iv of the contract. The latest EIA measurement standards are to be used where applicable. 6.3 PERi•'ORMANCE SPECIFICATION SHEETS. .Performance specification sheets shall be provided for all, items shown on the_equprovidpment list. I=at r ocharacterif these stics are tO I),! npncilicnl.ly manufact:ured'rr provide Lt"r'l ,rrif�caLirint�, Lhrr. desired in these instructions, contracL proposal F -- specific Operational details shall be provided. -6- --- 0.4 DELIVERY.. Delivery .and installationof..equipment-specifiedherein shall be made in accordance with the following schedule: - a. All spocified equipment shall be delivered within 163 calendar days. - after award of contract. b. Complete system installation shall be accomplished within 30 calendar days after delivery of thecompletesystem. C. System evaluation tests shall be performed within 15 calendar days following completed installation and submitted in writing to the City. 7.0 PRICING. -- Bidder's price to be quoted in the contract proposal shall include all items of labor, materials, tools equipment, transportation, and other costs necessary to fully complete themanufacture, delivery and installation of the radio communications system pursuant to these instructions and the con- tract proposal. Warranty on parts and labor shall be provided for :one year. All prices shall be guaranteed for 12 months from award of contract. The completed system shall consist of the following numbers of equipment: - a. Bus Radios 17 units - b. Dispatcher's Control Facility - - - 2 --units. C. Fixed Station Equipment 1 unit- d. Full Line Telephone Remote 1 unit e. Supervisory and Maintenance VehicleRadios4 units f. Hand Held Radios 6 units 7.1 TERMS OF PAYMENT. Bidder shall state in his proposal terms of payment offered. - 8.0 EVALUATION OF PROPOSALS - Proposals will be evaluated according to the following criteria: a. Conformance with the technical and :performance aspects of this speci- fication. - - - b. Procurement, installation and operating costs of "he system proposed=- C. Demonstrated performance on similar projects in the United States. 9.0 _ BID FORM.. -..PROTEST a. Conditional bids, or those which take exception to these instructions or the contract requirements or specifications,will be considered nonresponsive and will be rejected. b. Bids must be submitted on the contract proposal form provided. Bidder's proposal shall be inserted L'c in-tkc ,• form provided herein.— Bids submitted in any other form will be con- sidered nonresponsive and will be rejected. -7- - C. Wherever brand, manufacturer, or product names are used, they are included only for the purpose of establishing a description of minimum quality of the item. This inclusion is not to be construed as advocating or prescribing the use of any particular brand or item or product. Whenever such names appear, approved equals or better ..._ will be accepted upon-priorapprovalof.. purchaser.- --- - i e f. ira 1 i j - The City reserves the right to postpone bid opening for 30 days from the bill opening date for its ownconvenience.and to reject any or all bids as it deems necessary tobein its best interest.-..-Partial-- bids will not be accepted. 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 paragraphs g and i below. Requests for approved equals, clarification of specifications, and protest of specifications must be received by the City, in writing, not less than 28days before the date of scheduled -bid -_opening. Any: request for an approved equal or protest of the specifications must be fully supported with technical data, .test results, or other pertinent information as evidence that the substitute offered is equal to or better than the specification requirement.Where an approved equal is requested, the contractor must demonstrate the equality of his product. to the City and must furnish sufficient technical data test results, etc., to enable the City to determine whether the contractor's product is or is not equal to that specified. The City's replies to a request under paragraph g. above will -be-post---: marked at least 17 days before the date scheduled for bid opening. Appeal from the decision of the City by a prime contractor or an adversely- affected subcontractor must be inwritingand received by Urban Mass Transportation Administration ("UMTA") not less than seven full working days before bid opening. Appeals received less than seven full working days before bid opening will not be considered. The City must receive _ a concurrent notice, indicating the nature of the appeal. UMTA must be furnished a copy of all previous correspondence pertaining to the subjects covered by the appeal. in deciding appeals, U4TA will consider only the documentation developed during negotiations between the City and the supplier, and the information obtained through specific requests for such to the City,contractor, or other third party. _ Upon receipt of -a notice that an appeal has been submitted to UMTA, - the City will immediately notify all prime contractors and subcon- tractors who have been furnished a copy of the specifications that an appeal has been filed and that bid opening is postposed until UMTA has issued its decision. Appropriate addenda will be issued resched- uling bid opening - Any appeal t:o UMTA may bq withdrawn at; any time br-fors. UMTI,, hLJ, is ued i.ts r1n_cis-ion.. - - - UMTA's decision on any appeal will. be final. No further appeals will be _ considered by _UMTA.. - - 10.0 - PROPOSALS -14ECEIVED - Sealed bids will be received by the Iowa City City Managar, Civic Center, Iowa City, Iowa, 52240, until P.M. CST, , 1975, .for radio communications system iu accordance with these instructions,_ specifications and the contract proposal, at which time all bids properly received and in proper form shall be publicly opened and read aloud. Bids received prior to the-advertisedhour of opening will be kept securely sealed. Any bid received after the time to which refer- ence is made will not be considered and will be returned to the bidder; except that when a proposal arrives by mail after the time fixed for opening, but before the reading of all other bids is completed, and it is shown to the - satisfaction of the City that the nonarrival on time was. due solely to delay in the mails for which the bidder was not responsible, .such bid will be received and considered. 11.0 BIDDER'S BOND - A bidder's bond, cashier's or certified check, made payable to the City in the amount of ten percent (10%) of the amount of the bid, must. _ accompany each proposal. Said bond or check will be returned to unsuccessful bidders within one week of awardofthe. contract,- and to the successful bidder upon receipt of a performance bond in the amount of the contract awarded._ - - Said performance bond is subject to approval by the City.` 12.0 WITHDRAWAL OF CONTRACT PROPOSALS a. Bids may be withdrawn on written request received by the City prior _ to the time fixed for bid opening. The bond or certified check of any _. bidder withdrawing his bid in accordance with the foregoing condition will be returned promptly.-- b. No bid may be withdrawn for a period of sixty (60) days after the time set herein for the public opening and reading of bids. 13.0 BID REJECTION - The City shall have the right to reject any or all bids or quotations whenever in the opinion of the City such rejection is necessary for the protection of the interest of the City. 14.0 15.0 16.0 17.0 INSPECTION - Bidders may inspect bids after tabulation. AWARDS - The contract will be awarded within thirty (30) days after the bids- are opened tothe-lowest reliable and responsible bidder complying with the _ conditions of these instructions and the contract proposal, provided that, if the City decides that the public interest will be best served by accepting other than the lowest bid,the City _shall have the right to acceptthebid -: that will best serve the public interest. - - - - TAX EXEMPTION - The City is exempt from payment of federal and state taxes, and such taxes must not be included in the proposal price. City will furnish the successful bidder the necessary. tax exemption certificates. AUTHORIZATION OF BID If the -bid ismadeby an individual doing business under a fictitious name, the bid shall so state. If the bid is made by a copartner- ship, the full names and addresses of all members and the address of the copa rtnernh i p shall he given and I:he bi.d shal1, be signed for al 1. members by rine member Lh%•rcot. I:Y the hid In mado, by n corporator', it :01n11 hit a6JJ/i44 in the corporate name_ by an authorized officer, and the corporate seal shall -9- be affixed thereto. In addition, a certified copy of the corporate resolution --authorizing-said officer to execute the bid shallbe-attached thereto. If - -- thebidis made by a joint venture, the full names and addresses of all members of the joint venture shall be given and the bid 'shall ,be signed by each venturer. IR:O FINAL ACCEPTANCE - Upon final acceptance by the City of all work to be per- formed by the contractor, the City will so notify the contractor in, writing. CONTRACT FOR PURCHASE OF RADIO COMMUNICATIONS SYSTEM PART I The undersigned, as bidder, upon receipt of contract acceptance, hereby agrees to furnish a radio communications system for the City in accordance with the Instructions accompanying the contract and in accordance with all the terms of the contract, both of which have been carefully reviewed and examined by bidder. - Bidder shall state proposed lump sum price for the total of all items listed below. Bidder shall also provide price breakdown for each component as installed. Bidder has submitted this bid with the understanding that the acceptance in writing by the City of this offer to furnish the system described herein shall constitute a contract between the bidder and the City which shall bind the bidder on its part to furnish and deliver at the prices givenandthe City to payforsame-inaccordance. -with-the terms and conditions as set forth in this contract, the following: Delivery Date: - __.. _ ....Unit Price `- Descriotion of Item Unit Quantity Installed Bid Price a. Bus Radios 17 - b. Dispatcher's Control Facility 2 C. Fixed Station Equipment 1 d. Full Line Telephone Remote 1 -- - e. Supervisory and Maintenance Vehicle Radios 4 f. Hand Held Radios 6 Total System Bid Price, including one - - - - - - year warranty on parts and labor - $ A bidder's bond or certified check drawn on a solvent bank and payable on sight to - the City in -the amount of ten percent (106) of the amount bid, is attachedhereto and deposited with the City to guarantee the furnishing of the performance bond as required by this contract. Bidder is to insert contract proposal in accordance with all requirements herein. This contract proposal, along with all instructions, terms, conditions, specifications, and accompanying documents, upon. acceptance in writing bythe City becomes a binding contract. - - - - - PART 'IL Ridder hereby express Ly warrants and covenantstothe Following terms and conditions: I INSTRUCTIONS COMPLIANCE -- All requirements and conditions as set forth in the instructions have been satisfied by bidder and all information furnished and representations belief. a by bidder are true and -.correct to the best of his -informa- tion and belief. 2. PERFORMANCE BOND -_Bidder agrees to furnish a corporate surety bond in a penal sum not less than the amount. of_this contract as awarded to guarantee the faithful performance of this contract and as--securityforthe payment of all persons, firms or corporations to whom it may become legally indebted for labor, materials, tools, equipment or services of any nature employed or used by it in performing the work, within ten days after receiving notice from the Authority to furnish such bond. Such bond shall be in form satisfactory to the Authority and is to remain in force until acceptance of all work by the Authority under this contract. - --- Should bidder fail or refuse to furnish a performance bond within ten days after receiving notice from the Authority ..to...furnish such bond, the Authority may, at its Option, determine that the bidder has abandoned its bid and may accept the bid of, and award the contract to, another bidder.. Thereupon, the award of said contract to the first bidder shall be null and void, and.the security, con- sisting of the bidder's bond or certified check accompanying this bid, shall be presented for collection and the proceeds thereof shall be retained by the Authority as liquidated damages for failure of bidder to furnish the corporate surety bond herein required. - 3. EQUAL EMPLOYMENT.. OPPORTUNITY -- Bidder shall notdiscriminateagainst -'any employee or applicant for employment because of race, religion, ser., color or national origin. Bidder. will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, religion,-sex,coloror-national origin -- - Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay- off or termination; rate of pay or other forms of compensation; and selection for training, including apprenticeship. 4. PROHIBITED INTERESTS -- No member, officer, or employee of the City or of a local public body during his tenure or for one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds hereof or any interest in the bidder. No member of or delegate to the Congress of the _United -- -- States shall be admittedto -:any shareor'part of the contract or to any benefit arising therefrom. This shall not be construed to prevent any such person from owning stock in a publicly owned corporation.. 5. COLLUSIVE AGREEMENTS - SUBCONTRACTORS APPROVAL - - - a. Bidder has not colluded with any other person, firm or corporation in regard to any bid submitted. b. Before executing any subcontract, the bidder shall sUbmit the name of any proposed subcontractor for prior approval of the City. - --12- _' 6. COMPLIANCE WITH STATE AND FEDERAL LAW - The radio communications system and all components thereof shall be in complete compliance with all requirements of all applicable laws ,and regulations ofthe state where -the work -is -tobe- performed, ..-- and the United States of America. 7. ACCEPTANCE OF SYSTEM - -NO-RELEASE Unless the City otherwiseagrees,-acceptances - of any portion of the system prior to final acceptance shall not-releasethe bidder from liability for faulty workmanship or materials or for failure to fully comply with all of the terms of this contract. The City reserves the right and shall be at liberty to inspect all materials and workmanship at any time during the manufacturing or installation process and shall have the right to reject all materials and workmanship which do not conform with the Instructions contract requirements and. specifications; provided, however, the -:City -is -under -, no dutyto make such inspection and no inspection so made shall relieve bidder -- from any obligation to furnishmat-erials -and workmanship in accordance with the instructions, contract requirements and specifications. - 8. PAYMENT DOES NOT IMPLY ACCEPTANCE OF WORK - The granting of any progress payment or payments by the City, or the receipt thereof by bidder, shall not constitute in any sense acceptance of the work or ofany portion thereof, and shall in no- way lessen the liability of the bidder to replace work or material which does not conform to the contract documents, though the character of such work or material may not have been apparent or detected at the time such payment was made. Materials, components or workmanship which do not conform to the Instruc- tions or these contract requirements and specifications, or are not equal to the samples submitted to and approved by the City, will berejectedand-shallbe replaced by_.the. bidder without delay. - 9. RETENTION OF SUMS CHARGED AGAINST BIDDER - When, under any provisionofthis - contract, the City shall charge any sum of money against the bidder, the amount_ of such charge shall be deducted and retained by the City from the amount of the next succeeding payment, or from any other moneys due or that may become due the contractor on account of the contract. If, on completion or termination of - the contract, such moneys due the contractor are found insufficient to cover the City's charges against the contractor, the City shall have the right to recover the balance from the contractor or its sureties. 10. INTERPRETATION OF CONTRACT -.The City's determination ofmeaningand ,intent ofany;- .- ambiguities in this contract shall be final and conclusive, except that such decision shall not preclude the contractor from exercising his rights and remedies under the law. 11. ASSIGNMENT OF CONTRACT - This contract may not be assigned, except with the prior - written approval of the City. - - -- - - 12. MODIFICATION OF CONTRACT - The City may order changes in the work herein required, and may delete materials-andwork or may order extra materials and extraworkin. connection with.the performance of the contract, and the contractor shall promptly comply -with -such.- orders, --except ,that: a. If changes ordered in design, workmanship or materials are of such a`nature as to increase or decrease the cost of any partofthe work, the price fixed in the contract -.-shall be increased .or decreased by such amount as the - utntractur and Lha Cl.l.y may m1rou Upton nit Oho rerlr.oriable Ind prriiier nilcrr- ance for Lhe increase or decrease in the cost of the work. If prompt agree- ment as to the change in price is not reached, City may order contractor to -13- proceed with the work under protest. Except it is agreed that the City may not decrease the cost of the work by more than ten percent (109) of the contract price. - b. No order for any alteration, modification, or extra which shall increase or decrease the cost of the work shall be valid unless the resulting - "-- --- increase or decrease ill price -shall:. have been agreed .upon in writing and -- approved by the City. c. No oral ntatement of any Person whomsoever shallinany manner or degree modify or otherwise affectthe terms of this contract or the requirements of the Instructions. - - 13. INSPECTION •• The manufacturer and installation of the system or any component thereof, shall be subject to inspection by the City either at plants of the contractor, or upon installation at the .City's site. - - - Any work or material found to be in any way defective or unsatisfactoryshall -- be corrected or replaced by the .contractor-:atitsown-expense at the order of the City, notwithstandingthatit may have been previously overlooked or passed by any inspector. Inspection shall not relieve the contractor of its obligation -- to furnish materials and workmanship in accordance with this contract and its specifications. 14. TITLE - Title to each component of the system shall pass to the City when such component is delivered, installed and accepted by the City. The contractor shall bear all risk of loss until passage of title and adequate documents for securing __. title shall be provided the City by the contractor. 15. PATENTS - COPYRIGHTS - TRADEMARKS - Contractor shall assume the defense of all claims and suits against the City, .its officers, agents and employees for infringe- ment of the patents, copyrights, or trademarks of any person arising out of the use by the City, its officers, agents and employees of any articles manufactured by contractor and supplied under this contract. The City will give the contrac- tor prompt notice in writing of the institution of any suit or proceeding and permit the contractor through his counsel to defend same and will give all needed information, assistance and authority reasonably necessary to enable the contrac- tor to-do so.. 16.WARRANTY - GUARANTY - Contractor shall be solely responsible for all materials and workmanship, including all parts and accessories,, whether manufactured by it or others, used in the manufacture and installation of the radio communica- tions system, and for adequate installation and connection of all equipment, accessories, parts and components.. Contractor, guaranteesthe radio communica- tions system and all components thereof for a period of one year from the date of the installation of the system against defects in design, workmanship, and material, unless failure is due to negligence of the City. Any part or parts that prove defective either in design, material, or workmanship during the period of the guarantee shall be replaced by the contractor without expense -. to the City. _. _.Contractor also guarantees that a stock of replacement parts for .the system, and all components thereof, will be available for a period of not less than ten - yearn after tlra rl.3tn of installation of the completed system under this contract- lnformat Lon to pads and 1l,9Lrur_rt1bti mhr,unl,: Al`011. Fay V/41t l.;iTCf.A1= - during this ten year period. Revised manuals shall be available for a -nominal. charge- -14- I NSt1Cr - The contractorshall at his own expense maintain in effect at RAN "a Ll Limes duri.nq tilerk under. the - performance of wocontract at least coverage and liMILn of insurance which shall be maintained the fol.iowing with insurer!; and udder forms ofpolicius satisfactory the City. (1) Workm<n Compensation and hmploycr-'s Liability State Workmen's Compensation coverage as required by law. (2) (3) Employer's Liability-limitsofat least $100,000 per occurrence. I In-ur Liabilit - Automobile Comprehensive Bodi $500,000 per person; $1,000,000 per occurrence- Comprehensive ccurrence.Com rehensive i3odil In'ur Liabilit — Except Automobile $500,000 per person; $1,000,000 per occurrence. ComprehensivePro pert Dama e Liabilit Automobile - $500,000 each occurrence. Comprehensive Property Damage Liabilit - Exce t Automobile $500,000 each occurrence. fire and extended coverage, and malicious mischief on 100 percent of the completed value A11 Risk Installation Floater -- Including vandalism, naming the city as a co -ice a - providing that writ (a) All policies shall contain an endorsement �ior notice shall be given to .the city at least thirty (30) days p to .termination, cancellation or reduction in coverage in the policy. erty Damage Liability policies shall (b) The Bodily injury and Prop contain the following: 1. Provision or endorsement (a) naming the City as an additional out Of named insured as respncesofttheaworktunderies rthencontract, and bi contractor's pe the - (b) that such insurance as respects the interests byhefCity is City and that any other insurance maintained by excess and not contributing insurance with the insurance required hereunder. - or "Severability of interest" clause. 2. "Cross Liability". 3, Elimination -:of any_exclusion -regarding. loss or damageto property caused by explosion or resulting from collapse of buildings or structures or damage to property underground, as tip "f �" y`uds. commonly referred to by insurers ,at q. provinlon or outdornm eenC tstntlnq ts, I'allnliesntolsubject thu to all of its other terms and conditions, Liability, liability assumed by the contractor pursuant to (ei below. -15- (c) Promptly on award of the contract and prior to commencement. of any work thereunder, the contractor shall deliver to the City Certificates of Insurance issued in duplicate to the City cover- ing all policies providing the insurance required hereunder. Such certificates shall make reference to all such provisions and endorsements referred to above, and shall be signed on behalf of the insurer by an authorized representative thereof. The con- tractor agrees, upon written request by the City, to furnish copies of such policies, certified by -an -authorized representa- tive of the insurer. - - - (d) The foregoing requirements as to types and limits of insurance coverage to be maintained by the contractor are not intended to and shall not in any manner limit or qualify.. the.. liabilities and -_- - - obligations otherwise assumed by -the contractor pursuant to the contract including, but not limited -to contractor's liability assumed pursuant to (e).- Liability, .below. (e) Liability - As between the City as one party, and the contractor. -_- - as the other party, the contractor isdeemed toassume responsi- bility and liability for all damage, loss or injury of any kind or nature whatever to persons or property caused by or resulting from or in connection with the fault or negligence ofthecontractor or any of his officers, agents, servants, employees or subcontrac- tors in his or their performance of the work. The contractor shall indemnify and hold harmless the City and any and all of its officers, -agents, servants, or employees from and against _any and all claims, loss, damage, charge or expense, including reason -- -- able attorney's fees, . whether directorindirecttowhich -any of them may be put or subjected by reason of any such loss or injury. In addition to any other remedy authorized by law, so much of the money. due the contractor under. the contract as shall be considered necessary by the City may be retained until disposi- tion has been made of any .claims for damages attributable to the - fault or negligence of the contractor, its officers, agents, servants, or employees or subcontractors. - 18. TAX EXEMPTION----Cityis-exempt .from payment of federal and state taxes and will furnish contrator the necessary tax exemption certificates. - 19. PROJECT SUPERVISION - The contractor shall --employ -, a, factory... trained project manager who shall be technically competent with all equipment furnished.He shall be assigned to coordinate the installation and scheduling of all materials to be furnished. 20. MANUALS - Four (4) copies of comprehensive installation, operation and maintenance manuals and parts lists shall be supplied as a part of all equipment furnished. The manuals shall provide sufficient, precise information including logic and block diagrams, detailed schematics, circuit diagrams, layout drawings, test and alignment procedures, cabling diagrams, and parts lists. - 21. THAMING OF PF.PSONIIEL - - 21.1 Driver Training. The contractor will assist for a period of time not to exceed one year from the date of acceptance ofthe system as required in the training of all drivers, maintenance and supervisory personnel in use of on -board radio equipment. One hour per man is considered adequate. -16- 21.2 Dispatcher Training. The contractor -shall offer a controlroom operating course for the City for a period of time not to exceed one year from the date_of acceptance of the system. The course shall be offered for up to ten (10) employees and shall instruct theseemployeesin the proper operation of.the control room equipment relative to its operating functions in relation to the complete system. This course shall be included as part of the contract at no additional expense to the City. Course shall be open to all employees who will be operating dispatch control centers in the system. 22. DELAYS - Contractor shall not be liable for any delay in manufacture or delivery resulting from any cause beyond contractor's control. Such causes shall include, but are not limited to, compliance with any regulations, orders, acts, instruc- tions, or priority requests of any government, or any department or agency thereof, acts of civil or military authorities, acts of God, acts of the public enemy, acts or omissions of the City, fires, floods, strikes, lockouts, differ- ences with workmen, embargoes, wars, riots, insurrections, accidents, shortage of cars, fuel, labor, or materials, delays in transportation and loss or damage of goods in transit, or defaults of contractor's suppliers or subcontractors due to any such cause. The delivery and/or installation schedules shall be extended by the amount of any delay resulting from any such cause. In no event will contractor be liable for any incidental, special or consequential damages. 23. Licenses. Contractor shall assist in preparing forms for all necessary licenses for the system, and in their final approval. - PART III The Grant Contract for Urban . Mass Trans - 1 '---pEPARTMENT OF TRANSPORTA'PION GRANTProjectNo. portation Administration ("UMTAs)mainloffice and provides for the Federal as amended, is on file at City Cit under this contract. UMTA's concurrence shares Of the money to be paid by Yobtained- in �. in the expenditureofGrant funds under this contract has been obtained. CITY'S AUT110RI2AT ION OF PURCHASE.- All necessary and proper action has been taken by the City to authorize the acceptance of this contract and the erpen- Z, diture of City and Staff funds pursuant to the contract's terms. -1E1- _ PART IV _. SPECIF�ONS 1.0 INSTALLATION RREQU7REMIiNTS provide sufficient 1.L Instate The contractor shall be responsible for, the installation of all equipment furnished under this contract. The contractor shall p bcopetent emprosecuted iinethe amanner nd haccording toulocals conditions, instalbesnicians to spervie the tocalculated All itachall F to secure safety to life, person, and property, promote rapidity and accuracy, - to assure safe and continuous operation of the transit systems and to reduce to a minimum any interference with the public and with other contractors in or about the property. 2.0 SYSTEM REQUIREMENTS - ications system to be supplied must provide cover - 2.1 Coverage. The complete communradius throughut within a 10 toiinsurethatftwo-wayavoicetand data communi- shall cations will be provided to at least 90% of the area at least 90% of the time. o degradation of service from such natural phenomena Radio systems are subject tnable control of the as scatter propagation and other causes beyond the reaso contractor, such as motor, ignition and other electrical noise, and interference he Federal Communications Commission. The City fromotherusers assigned by t freedom from interference and noise cannot be understands and agrees that guaranteed. 2.2 Capability- teed. The system shall provide the following operational capabilities: 2.2.1 Voice. Facilities for normal two-way voice communications shall be provided for in the fn all users of the system. This provision shall not be unduly hampered by the in ture additional functions which may berequired of these system theseadditionaluaspecte shall negat voice communications transmitted at the beginning of each call originating from a bus. Uponreceipthe t 2.2,2 identification. Automatic identification of each bus. The bus number will be layed at of the bus identification at the control location, istused exclusively for pvoice contact control console on an L.E.D. display rovided to display up to six (6) incoming calls. In addition, provisions must be p isplayed "Call Request" calls simultaneously. ldisplayedfirstocthe leftall iofdthelfirstdcall, and on the right;will be remaining calls so on up to six calls. As a call is cleared from the display, shall move over automatically to the right. -19- 2.2.2.1 Emergency Alarm. _In the event of an emergency, the bus driver will have the capability to send an alarm to the control. location by the operation of an Inronsplcitous switch approved by the. purchaser. The technique ofsending the alarm shall nssure that It will be sent without any indication on board the bus .(as a protection for the (Iriver).- when an alarm message is received, tile bus ID - (Ilsplayed .hall rlash nn and off. An audible alarm shn1l automatically be sounded. 'rhe alarm is cleared by depressing a reset button. 2.2.2.2 Selective fall. The system shall provide for selectively calling an individual radio, group of radios, or all radios in the combined fleet. The radio or radios called shall be alerted via an audible signal from within the radio control head. A pulsing alert tone shall be used for individual calls and a continuous tone for group and "all -calls.' `2.2.2.3 Intercom. An intercom capability shall be included providing a direct non -radio communications link between all base station control units. Control of this sub- system shall be designed into the dispatcher's control centers. 3.0- FIXED STATION RQUIPMF.NT_- 3.1 Requirements. Ridder shall propose transmitter power levels, antennas, trans- mission line types and antenna heights which, based on its analysis of terrain factors and coverage, requirements, will provide the most cost-effective system design. Proposals shall provide complete detail concerning proposed system parameters. rhe fixed station equipment shall meet the following requirements: 3.1.1 It is the intention of these specifications to set forth the minimum requirements for a transistorized two-way FM repeater base station. In all details not sP ecif- scally stated herein, it is understood that the equipment shall meet or exceed those requirements of the F.IA and FCC which are current at the time of award. 3.1.2 The FM repeater base station shall be capable of operating on a single transmitter and single receiver frequency in the 450-470 MDz band. 3.1.3 Minimum RF output power shall be 60 watts, maximum input power shall be 120 watts in order to comply with the Rules as set forth -in -the Local Government Radio Services. 3.1.4 The station shall be designed and constructed as a compact, highly reliable, two- - - way FM repeater base station consisting of a transmitter,receiver and power supply in a cabinet unit. Transistors and other solid-state devices shall be used through- out the receiver, power supply, transmitter -exciter, and for all control functions to maximize the life expectancy of the-radl.o equipment. 3.1.5 The base transmitter shall have the capability of transmitting either continuous tone coded squelch or carrier squelch. The control of this shall lie within the control consoles. --3.1.6 Remote control shall be accomplished by means of audio tones from the control points and shall not rely on D.C. line continuity. 3.1.7 The station shall operate from 120 VAC, 50/60 llz. 3.1.9 panel desktop housing, with provisions for displaying up tosixM incoming calls_ - simultaneously on solid-state L.E.D. display modules. The first message received is to be displayed on the right module. The bus ID - - number.is -shown near the top, and -a red--indicator-lights--immediately below, designating a "Call Request" from a particular bus. The next "Call Request" shall be displayed to the left of the first message and so on for up to six (6) calls. As messages appear before the dispatcher, lietakesaction according to the order of the call received. Then he`clears the call on which he hasactedvis a reset button and the remaining calls move over to the right. This provides the dispatcher with a logical sequence for handling multipleincoming calls and elim- inates keeping notes on radio traffic. In addition, a separate L.E.D. display module shall be provided which indicates the identification of each bus as it transmits a voice message. This module shall also provide the display for emergency alarm calls originating from any bus in the fleet. The L.E.D. display shall have both flashing and audible signals to which the dispatcher will be alerted. .The dispatcher control centers shall also include the ,provision for direct non - radio intercom between all control points in the system. Both CAMBUS and the Coralville bus fleets will operate on the same channel and will share the base station. Each console will be able to communicate with the Coralville full line desk set telephone remote. -Each console will have the capability to display any combination of identifiers for up to three fleets. The system shall have the capability of receiving alarm messages while the base transmitter is activated throughtheutilization of a four -wire system design, thus assuring the alarm message will be received by the dispatcher at all times. The alarm message shall repeat three times as an additional safeguard to assure that the message will get through to the dispatcher. In cases where the channel is busy at the moment an emergency alarm from a bus is activated, the „system will transmit the message. Each control. center facility shall also provide provisions for headset operation and adjusting the audio volume and squelch. In addition, the dispatcher -'s panels shall includea VU meter, 24-hour clock, two speakers, monitor and transmit bar, and swivel microphone. Pushbutton encoders shall be supplied to activate the selective signaling decoders in .the radios. The encoding equipment shall provide not less than AO selective`. paging tone combinations. The system shall provide individual, group, and all -call capability. 3.1.10 One Technical Products Company printed circuit card (part #TPE Assy. 998-1169) - and any necessary additional parts will be supplied to enable control of the base station from the University Communications Control Console which will allow interface with local law enforcement and emergency radio frequencies. 3.1.11 One full -Line telephone remote will be provided to connect the Coralville opera- tions center with the CA141SUS dispatch station. _21- 3.2 Antennas. Antennas and transmission ]file shall conform to applicable ETA - standards and be designed -to --meet their stated performance levels in the - environment In which they will be utilized. Indoor application type -line will not be accepted. 4.11 BITS F(IIJIPMENT 4.1 Requirements. The radio equIpment shall consist of a radio set, control unit, interenbling kit and such other Items as shall he required for -a;complete, highly reliable, two-way FM mobile installation. It is the intention of these specifications to set forth the minimum requirements for F74 mobile two-way:; radios. 4.1.1- The radio sets shall be designed to transmit and receive on specific frequencies in the 450-470 MHz band. Bus radios shall operate on a single channel but be capable of up to two channel operation,_ The following operational specifications must be met or exceeded. - Transmitter: Output Power: Frequency Stability FM Noise: - Audio Distortion: 25 watts + .0005% 70 dB below, +3 dB for 3.0 KHz deviation at 1000Hz Less than 3% at 1000 Hz Receiver: EIA SINAD Selectivity: More than 90 dB down at + 25 KHz Audio Output: - 5 watts - - - Audio Distortion: Less than 52 ETA SINAI) intermodulation: 80 dB down at + 25 KBz Sensitivity 20 dB Quieting: 0.50 uV An A+ filter is to be furnished for each mobile unit to reduce the interference caused by the fluorescent lighting power supply used in the base. 4.1.2 The radio set shall be a self-contained, compact, rugged, single -drawer type unit consisting of a transmitter and receiver assembly in a fully enclosed housing. Solid state circuitry shall be used throughout the radio to minimize battery drain and maximize life expectancy _of,the _radio. The radio.shall operate without the need for an-internal--power-supply and no vacuum tubes shall be used in the radio. 4.1.3 The equipment shall meet or exceedallapplicable FCC requirements. All -- electrical measurements shall be either referenced to a specific test procedure, or shall be described in full by the manufacturer. The equipment shall be capable of operation without significant degradation when subject to applicable shock and humidity tests as set _forth _in EIA Standards RS -152B and RS -204. 4.1.4 A key lock on each unit shall be provided to lock the drawer into the mount to prevent the unit from being removed or opened by other t1lan authorized personnel. -22- I 4,1.5 The radio set shall be capable of being easily installed in any suitable location. All mountJng hardware shall be furnished. - 4.i.6 The radio set housing shall consist of a rugged chassis, with top cover, base cover and front panel.. The assembled housing shall be tight fitting and shall have nolouversor other openings, so that the radio shall be protected from dust, dirt, moisture, and splashing water. 4.1.7 The housing cover and base shall be made of heavy guage steel to protect the radia from damage. - - 4.1,$ The radio set shall. operate from a nominal 12 volt negative ground U.C. source. Provisions shall be made to accommodate 12 volt positive ground vehicular voltages through the additionof an optional conversion kit which shall auto- matically convert the radio to permit positive ground operation. 4.1.9 A bus radio control unit shall be provided and include the following: a. An armor cable handset with integral positive action hang-up facility. b. Control unit shall he designed for rugged environments to withstand the shock and vibration experienced on buses. C. Control unit shall contain a volume and squelch control which are not accessible to the bus operator. d. The control unit shall internally contain a selective signaling decoder and an audible enunciator. The decoder shall be a frequency sensitive device which responds to correctly coded audiotonesignals. The decoder, when indi- vidually activated, wil.1 cause the audible enunciator to sound with an intermitt- ent tone for individual call and a continuous tone for group and all-call. This will alert only the driver selected by the dispatcher. When the handset is removed from the hang-up receptacle, the decoder is reset and the enunciator is silenced. - - e. A handset push-to-talk switch shall be provided to key the mobile transmitter during voice messages. it is released to receive.` f. A transmit indicator shall be located on the front of the control unit and will light when a transmission is initiated. 14.2 Antennas. A rugged low-profile antenna, suitable for bus transit applications, such as Sinclair Excaliber-450 or equivalent, approved by the Authority, shall be provided. Technical data and drawings must be submitted for approval. 4.3 Supervisor and Maintenance Units. Mobile units shall be supplied eomplete with speaker, microphone and control unit. The control unit shall provide volume and squelch control, and transmit indicator. These units shall include tone coded ective call The mobileunitsshall operate on a single channel; squelch and sel however, must have-two-channel capability. L,4 Hand-Held Units. Hand-held units shall be-at least four (4)- watt -single :-channel with two channel capnbllity. Units shall be powered by rechargeable `i-Czc batteries. A charger unit 1111111) be provided with each hantiheld rnnit. F;�_rd- held units will be compatible with the system and shall have tone-coded squelch and selective call. -23- _ - 5.0 MAINTENANCE REQUIREMENTS 5.1 Maintenance. Each bidder shall -quote onthefurnishing of parts and warranty for the entire system in accordance with these specifications for a period of one year following completion of installation. It is imperative that all equipment in the system be serviceable and in good operating condition at all times during normal operating hours, so as to assure maximum working efficiency at.,: prevent unnecessary outages. Contractor shall provide a preventive maintenance check on all radio equipment at least once every 180 days during the -one-year period. - 5.2 Equipment and Parts. A test equipment complement and replacement -parts -inventory shall be maintained at the service station to handle all types of repair work. 5.3 Procedure. Maintenance work on the base stations and other fixed equipment shall be performed at the location of the equipment on a twenty-four (24) hour per day 1 emergency basis. Mobile units will be reported out of service daily to the radio maintenance shop. The bus shall be -.ready -for radio dispatching within twenty-four.- (24) hours. In the event a spare chassis is used to replace the defective unit, _ then the defective unit shall be repaired and available for use the following day. 5.4 Records. The contractor shall maintain a unit record card for each unit or equipment and enter the service performed on this card by date, work performed, parts used and service technician. This card shall be maintained locally under the contractor's control but shall be available for inspection by the City upon request. The record is the property of the City and is to be surrendered upon _ termination of the contract. In addition, the contractor shall submit in detail a description of his proposed service facilities, methods of recordkeeping, and management of the maintenance program of the proposed system for City approval. -24- TECHNICAL DATA SECTION A. EQUIPMENT ON RUSES (1) General Radio: - - (a) Size L W _ H Control Unit: (a) Size L W H (b) Weight: Radio lbs. Control Unit lbs. (c) Current Drain Transmit (d) Mounting Configuration (e) Operating Temperature Range (f) Servicing Features (g) FCC Type Acceptance Number for all equipment requiring type accept- ance (h) Power Output (2) Alarm and Identification Equipment (a) Description (b) Method of Entering Data (3) Fixed Station Equipment (a) Operating Frequency (b) Power Output (c) Type Emission (d) Frequency Stability Over (e) Audio Distortion (f) Audio Output (g) Rec. Sensitivity (EIA) (h) Rec. Selectivity (EIA) (1) Intermodulation (EIA) (j) Spurious and Image -Rejection (k) Modulation Acceptance - B. CONTROL EQUIPMENT (1) Control and Encoder (a) Continuity (b) Number of tone combinations (c) Size L W _. U (d) Features (2) Antenna(s) (a) Number Required _ (b) Type (c) Transmission Line Upon receipt of the contract award, the undersigned hereby warrants, covenants, and agrees to furnish all articles within the dates specified, in the manner, form_ and price as stated to this contract, and instrictaccordance with the terms and conditions of the Instructions and this contract. DATP.D TITLE - BY (CORPORATE SEAL) Accepted this day of 197 BY 4. i r -- Bus Lease This lease agreement is made this day of 19 by and between the .City of Iowa City, Iowa, hereinafter called LESSOR, and The University of Iowa, Iowa City, Iowa, hereinafter called LESSEE. - ' WHEREAS, the City of Iowa City, as lead agency has filed a unified capital grant application with the Urban Mass Transportation Administration, Department of Transportation on behalf of the City of Iowa City and the University of Iowa, for capital assistance in purchasing 20 forty-five pass- enger buses, an operations office and training center, and bus shelters; and .WHEREAS, the University of Iowa desires to lease 12 buses to be used in a coordinated bus system in the Iowa City area; NOW, THEREFORE, for and in consideration for the mutual covenants and agreements contained herein, and the performance thereof, the LESSOR hereby leases and delivers to the LESSEE the property herein described on the follow- ing terms, covenants, and conditions. 1. Leased Equipment. The leased equipment consists of twelve (12) - forty-five passenger buses, the make and serial numbers as follows: - - --- 2. Use. During the term of the lease, the leased buses shall be used for the transportation of the general public as part of a coordinated bus system in the Iowa City area. 3. - Term. The term of the lease shall be for twenty (20) years from 19 through 19 4. Rent. As consideration for thelease of .the equipment, LESSEE - - agrees to pay (here enter proper amount - 20% match of federal funds - not known til bids are in). Rent to be paid within thirty (30) days of receipt by LESSOR of invoices from bus manufacturer. - - 5. Insurance. LESSEE agrees to carry public liability insurance in the amount of S -S -$ ;$ -- deductible collision insurance;. and.-$ deductiblecomprehensive coverage on the leased equipment. 6. Maintenance. LESSEE shall be responsible for all maintenance on the leased equipment. - - 7. License. LESSEE agrees to provide State of Iowalicense-plates for the buses during the term of the lease LESSOR agrees to provide LESSEE with a -letter. of transfer of the buses for the lease period for the purpose of - - obtaining the state license plates. - IN WITNESS THEREOF, we have hereunto affixed our. signatures on the date first above written. - LESSOR City of Iowa City BY LESSEE The University of Iowa By: - Copy for Cit.Oerk . March 4, 1975 Senator Minnatte Boderez _ State L gialaturn- 4333 Grand Avenuo Mn !'rjince, Iowa 9031.7 D_ar Minnctter At its regular Council meating of robruary`2:, 1A75, the City Council of Iowa City Meted the onolNpcS Reeolutlpt ivy�s anndlnl that the State Lvya M✓rtr, atJopt raraudgJ pan"tJ.ae /t�q respect with marijuana. I am .grAinq a copy of this) pesoledS.oc to you for your Information. Thank you for your efforts concerning Chia matter. Very truly L"dgdr 11. rza=06--i Mayor` rac Imb n _ Fer. I _N7 _ _. -`� .. MID -STATES ENTERPRISES, INC. Op, 225 225 west Sixth/Carroll, Iowa 51401/(7121 792-1300 February 19, 1975 City Council Iowa City, Iowa Gentlemen: I -read in the paper recently where you people were considering the possibility of relaxing local ordinances regarding marijuana. Please read the enclosed reprint before you act on that matter. I am confident you will wish to retain or possibly improve your ordinances against this drug after having read the enclosed. Sincerely yours, obert A. Feldmann, CPA President RAF/bf Enc. Reader's Digest I j.EASAN'tVILLii. NrW YORK 10570 _ - - Marijuana: More Dano emus Than you Know Once regarded as relatively harmless, marijuana is now discovered to be among the most dangerous of drugs• sycjliatrjst explains why A distinguished p By D. IiARVEv PmVEtSON. M.D. in the early t9f�s—`vithoutnoticing EOALI7.E POT. That was the head- rn . ill effects. I had read the medi- on cal literature which, although sparse line in the Daily Californian l our campus newspaper, in out of _date,. indicated that it April tz, 1967• ,,Marijuana is harm- was non -addictive and produced no less;' the article quoad meas saying. cs harmful effects. a trs 1 kncn' I `vas ,There is no evidence that co Iled0 - Within five y anything except make l p total) wrong: What caused me [o thane my mind' it was the conse- good. It has never made anyone into Y qucnce of observing some zoo s[u• a cciminal or a narcotics addict. It g should be legalized:' dents whom I counseled. "Y Can Trust Everybody:' The At the time 1 made [host remarks, cay a student I was chief of the Department Health catalyst was_a z; -y Joan, a �rncd dike whom nlY "'tf0 psychiatry in the Swdelitof Health Y u chiatric social worker, and 1 Center r the University of nv lve treated privately. Mike was a bright ria, 13crkde}S and deeply im•olec[1 psychiatric Y ile Your man who was get - in the debate over hdrolsoLSll and Y and "mind-expanding' g • tin hie law degree and Ph.D. sm l Culcoits}y, - was working just be - and mescaline, I thought, were very g = ' ous. I3u[ marijuana was dila r tss that year. I'd frcn . f had tried it tnysdf two • his pilots license. He had os and again gun using grass but now times -once in the 195 known Mike 1 rofessionally. .Ile. I'owrEy,� if in pwit P•I'chirtri. pnc- 11C \Valllt`d l0 sCe Inc p ,nd i, �l.., t'mgrmn chid 1-ic told us that he had come m rice in Sake[, �1cnr�l Health. Glavcul G,unty, Cili(nrma. 7 WjU,4NA: MORE Dd\•GL•ROUS THAN YOU16u, 4• • =Tell. READER'S DIGEST —__ _ _ _ , Dr. Nahas concludes." It isnot a mild, mind-expanding herb. 1 deplore efforts to make \etc findings e\bout iilarijtruta - - itsuciallyacccptablcorrnJtlyIes.nai1913. I� - - _. for of United cations Narcotics I.aburaulq'. t` n otter \IcdiDoc age chorions \'IStcnchcter and aeu associates pot}sm okertah s �si I ' DR. nt_+e j. _Lxa..ocs; Direct ��z.. -cihc U.S. Senate Internal Security Sulxontntiucc in Scptentlxr I a niuule of the prid+lem could 34 hefur • 1opinionseus that ojxd "a vgnilicant increaseinchromosome breaksh Users itudciN-cracd tile breaks per loo the scientists Working in the field, it �t}io,,, see jhat there is dangernus'll'nsennls` nt 5[ vF ceche xnl cells; non ilcerslaher.lgal only than The m gE the marijuana users eve = cannabis [generic term for both hashes opinion. '•when one considers the number u(' however, on the degree (if the danger tri the individual and to soviet}'. In my { ' _ young people using this drug. -Thc priority assigned to such 5[«dlCc should l+c the -seems that, its pn+gressivelf °otent dttl ngcrsific s''IrC discovered alwut cannabis. the �highests possible.,, . Dr. le Rctruducti •es etiology Itesearch Foundation in St.. L.uuis,. Inure one hecorn s aware I • Mole. ttrrilit -At the 1 I Iktailed studies have. produced report alter re{wrt pinking put to: , marijuana at Icast four times a week to be q; percent lower• • - Uamage to tells. A(mr cxainining lung-term {wt Sol" m New York ter haver. Y , of the use had reduced sperm couna—cnuubh ert C. _ tctrahcJnKann•Ibmul ;Is - mnnc, In men smukin},35xrccn Gabriel ;a Nao c and his ex m chief Columbia ngrcdicnt, �TI IC �ri;ln Jled"l ItIC' Center fr iucl-- chant n''non sslnul.e sr- cods („Ind the Ict'ds of tcstosteronc the pnnopal mahc sex ur- found evidence char mane well as other sllbstanecs in the plant which sycre thought}o Ix:.veep b iterations in tissues as Jucs tobacco -- lxxl s xcxluctiuu of DNA. This is the generic M. Increased that causes cell in several cases Dien ne, [Ib`mll�,' ilx+ut cancenms drug progrim in l.io- here with the. } i del hereditary chancreristics, Id sl � e by inhibiting thctprhKl Ic- and I asldshra rirkt a/ y brit: Medica ancere6 boa' supports thelnokcrslin thcirn H 1-. division and ) - +rKcss, marijuana weakens the body's inttnuniq' to dl. c+w Inure Iq(iH until 197x: reported that he found in than •cs in lung biopsies that:, { + ri aril ••Itting while bhxel cells: t hes damaging elicct of nil ripuan;I on the un- smoke. Da Purest S. Tennant. Jr., who healed the U.S. Army's !. g 6 tion + ( not )CI n,ity .'stem-has-been confirmed by thrcc other indclxnJcm gruuhs 1( rcvulnpl rope ae5uc.'led with patients svbo had}nx+kcd cigsociatcJf wid'tlun{,utluccrbnpnnJi•• mI 1 n+ tis so, (ewer nn- are "acre the same that are as uicntists at Indiana Unircrsiq•, the \lcdical College u( Viigimt ante Sl. Lukt s ph di6l{ and c.lrly zns .I type of acme +rune uus, . center in New-York City. Heat)• marijuana smokers prudu¢d .1 I ' contolune cells—the 'L--lvmphoeyles—than nun-users. "\Ianjuana Is a harmful cuhc[anee, uec; said Dr.Tennant. ret trqu:uta, both his gullibility with patients ss ho used {xtt told us if u u dizc that he had Dole attluaint mused. It seemed unlikely that there others and his hostile sugninutsucparw ss heightened that act trcness' of ICIn ru •of its were aggravated With each ticular_txpericnces •Ind made them antes and no: friends. In. therapy svi\t1dtatttime�thcrc w:u nu medical _ essis a ice noted than \tike's think- use of pot. \{c:utwhile. he was has•- feel mellow and pc world. L hese real fect after ing trouble concentrating un his insight about the world. These self- ing often became cloudy and unreal evidence that marijuana a6cacd• ,�T studies and couldn't finish Itis work. observations were simply not true. :\t such times he was ccr"in orate more ubscrvned nati n ittbe1uune clear «+ � ilotin • -come to rccognlrc as the niarquann - `ever. 'that i is es he tai c Sex months pater. \like was piloting Thcy werepartof what me hive uslghtlit, and clearer than ever. us that the times Mike had the' I11Utt a 5m:111 plane \t'IIICh Crashed, illusion. _ ays hint and two Companions. - What they. didn't tell us—bee use "1 Iccl like escrpunc is nn' Iricnd: luttroeede tile ttimescllie rlitndsssnu+ked Unpredictable Symptoms. An it,- observed one da}•. \1,e ability to thinklo6CAlc, a tendency they` didn't loos. ss is,all t liter- to speak in ehehes :u1J gencr ditic., smail amounts u( ret tnju:m t utter- _ "Du vutl mean cnmi❑ ds are your manju;lna or hashish (a more am-. ated Inends= Gtr-}'outrua_e`vervl>i:1y:' tolJr\tikel'wetthctughttttherc .vasa se ss'ere the memory storage.lheydidlitrealize ielidsh. 1 can' tru. a tcmpurarc loss of nnntory and a fetedsviththesenseo{untcattdtsith cunnectiun..Ind .tskcd him «, stop gnscing ptrtnoia-the \hike said. s ret uuuu \lilt had displayed after that they stere becomin utscmc t 011e' afternoon• as ole Were walk• smoking mariit 411 .Is an uch :11 using manjuaru-- 93%'+`� ice find quare in areas Where ) dg ing back to our house.- Ju.tn nits .aunt: h was nhviuns that such an }'_ 1 them in other patients as w•e[I' It clarity memury and reascouldn't `Cc I arc thinkin_ nut loud atxwt our. session cxperi"'cut u•"old not hurt pun• of didn't take cls.long to conclude that ❑eves.';,._ They eoulJli t-see ,thot .tach hem. I said. - -It sounds -like Ili% r c'""' wit, lwslilc: he s.':'s r-"1 didne was adefinite correlation -Clic their own pastholugical, forms of _ organic burin damage. "f 1e was at going _ :I lxn party three clays ago; • Joan - As lie Ixcunc more ins•alvcd with. • *1lUA,\1A; J/ORE DANGEROUS THAN YOU /11' --.6 Sl ,...- - --- thinking were lxupming more en- ed into the Army, but got out by prc- Prior leve]. He simply couldn't fol- have r who a _ loan- the arcur-amcs :u.p=.oR oar. use: wfio dfdn i actively attempt to _ trenched and that they %were becom- tending to be crazy. He came to us three and a half }•cars later. he still influence friends to use the drug. ing paranoid. Heavy users lost their _ ayondcring if indeed it had been :m cannot. He is convinced that the Across the cowitry, state" legis- - will to du anvthing..sustained, and act. He had used so much marijuana change is permanent and was drug- _. latures are considering proposals to - all users became vulnerable to the that he didn't know. Like all man- induced. P legalize marijuana: This is a mis- , lures of easy solutions to personal juana users, he was totally unable to B the spring oft o 1 had seen take. Legislators and parents should and uxietal problems. For man}•. evaluate a person's character. Nor more than 1000 patients, both in realize there is no argument l for the search for highs. meant other_ molly slay andreserved. Tom had consultation and in therapy sessions. marijuana. Rationalizations such as hard drugs. become promiscuous. and was con- _. - _ _. _ John. a young gradu1) 1ate student. stanch• ina•uWed .with cmouonapy 1 could no longer avoid the conclu- soacq• is sick." re hypocritdy.ical," cls" Was tn. ;I of many graduate Sts who disturbed women. In the process cion that my first opinion of pot was docs it;' "the laws are hypocritical used marijuana every_ day: 1Ic of therapy he Icanicd for himself wrong. and publicly said so. Subse- its no worse than alcohol tobacco couldn't sleep regular hours and had that lie could not smoke dope. The quently, medal research groups etc." arc smoke screens. clergy, n need trouble concentrating. He spoke in withdrawal process lasted two years, a[tcr a generation of neglect, began parents, teachers and Clergy need all to attribute long-range ill effects to the help they can get. At present, the all the current cliches and was un- but today he is totally involved the use of tsec os page backupof the late is all the.heip able to focus his attention. He had in running his own flourishing As a use of pot (c findings and m)• there i. The law should remain on followed me out of a lecture. where. _ business. - - - - own, 1 now bcli"ve that marijuana is.. the honks and b" enforced. had talked about marijuana. He The 'Most Dangerous Drug. The the most don emus drug the have « I Once we legalize marijuana or re - came to see us regularly to argiic ` chronic heavy use of marijuana, we contend wi ngcro for g e have to m We penalties for its use or posses- , about Iva. It was'a"year before he bound; leads «, a deterioration 0f ..Its earl irscyis beguiling. Pot cion, hundreds of thousands of ' gaa•e it up. But the effects of smok- b odily ftmctions that is difficult. smokers arc so enraptured red ti • the young. people who have refrained ing w much marijuana over w lung .sometimes impossible « I reverse illusion of warm- feelings chat they ..from using it will be tempted to ex - I period remained. Even today, John Heavy pot smokers lose their normal are unable to sense the deterioration perimcnt. And many of them will has «, anncinusly focus his attention appetite. They have trouble sleeping f their Dawn mental and physiologi- suffer serious consequences before he can do what other people regular hours. They can become cal processes: - - - do spontaneously sexually imjxnent. • Its continued use fends to le _a P„^,: Oi Ins .rrfdO .re Rasu 500 A sensitive coed named Helen L•ccn innrc serious is the scemmgl}' r r ,,P,;a „ ^HO .aa .: io-sor; lusimml chinking. And along witlp so sz: mo -s 3.sa; .Soo si: so;. i000 - told its that she smoked "only” non permanent buss of mental ability'• the delusions comes thestrone need 370.s Address ReDrl^I Editor, Readds or. three joints a month. But every Consider the case of Steve, an ath- Tn seduce others into using drugs. 1 RIFF.=. FI..FR,,.iu,. `.y. iosTo time she lit up, she heard voices. Ictic young junior faculty member On several occasions she had to be who had earned a degree in malhe- - hospitalized. After months of treat- matics and then gone on to take ment she regained self-control, but graduate w•ork in philosophy. Soon - every time she shared a joint she after he started the daily use of - began to have her old symptoms. hashish. he dropped out of school Her reaction—disturbing because it and did nothing for IS months. was so extreme—%vas not typical. When he -discovered that the drug But it sen cd as a needed reminder affected his athletic timing, lie gave. - that, with marijuana, as with all it op and returned to Berkeley to mind -:freeing drugs; it is impossible stud}' f r his Ph.D. ISut the effects re - to predict the effects on users. rnained. l Ic told me that he could no PEPPINTED FROM THE DECEMBER roc. ISSUE or READER'S DIGEST 'Ibm. a college graduate, was draft- longer handle mathematics at his eIV. THE sis;ER•s mscsT ASSOCIATION, INC.: PLEASANTVILLE, N. r.10570 PRINTED IN ILS... Robert A. Peldmaw, Mid-States EnterprLs", :tr. 225 West sirth- Carroll, lmsa :L4.?1 D-mr fir. yeldmrn: _ At its regular sr.N:lr.7 of Pnbruary 25, 1075, t1%+e City Couaail of Town City offia:aLLy end placed on Ti.j.e y4nr letter raQnmlinq thN d4arlmin„i;lr (on •rt marijuana. A2 thln aoetlnq thn Cbnno.i2 passed a resolution recommending. to the State Legisla turn reduced psnal.ties for possession of tarij _ 1 aI enclosing a copy of the resolution for your information. Than', you •scary much for, exprossinq your concerns on this matter to the city SiiurtlJ.. gerf truly yours, Peal C. Plarlin City Manaqer :7GB : mhm Enc. - _. Forrn C: T. 110-A" Ha11aa4-2WA ROCK ISLAND LIN J- 2-117 / /C �7 l �`' •/�� 1 -r 1 /v ff`l f L✓ 1,' Al T6 -ea, / N ci q �:-ac�✓a f r o f =Cw �.'f-y �••TV n��. Scln Oo lJ aticl wOY.(�r d /ear f PO CL _27 A :+✓ r e/u,'J�/ S �"k r^t C i7 v 5 y R�.� �u.,? -t-0 e -c /'T grout kT/ ;.I 7/`�)- l ,J y�cl = ('La v -c --Ie.�1 tvt�.-'tr rC�.dS Rk Cf lrO7-/,.t-f t"V ,.h -c.l /�r i-,•+ (,'SC 0. 41 aS n Yov�f Qc��l� Z -CL 7 r, ac�t�.� r yo ani co.,5;c�rv,iy ti L .C. S. �v �. I �< �vG l��<--n e -C - !/ r.��.l ..•1 74.* 3 GO✓Inrn v:, -�/: Tu 5 T I •, -t"4 Jra -r �.. k J. / f 7cC hi % ca �• s ti y' c J V.•a :or k 5h5 .L �rd,,.c '5-fe., ct--cl✓'as1 - a' { 7- ;r -r -�!{ c. Vyc/I�CL ti 7 5 rS av c S wf-c IN l2 % t4 }/ _(/.'fl,CIT E %i"J%-�-i..�fCa ll % 7�:% - fS f T�eT t.rr aae reT �•. J-er a / / c p `/ o Y' 7- 'r -.L / izt. i -c o•'7- FEB211975 ABBIE STOLFUS This form to be used for copying train orders from stencil only. Operators must copy direct from dispatcher operator's to handwriting ting will not from He will wrrithen make all ite with typewriter the following, es needed bwh chc s� printed one. On nsthe f form CT -110. At bottom, after signature At the top: "TRAIN ORDER NO:' Cf:E" "AT' _ of Train Dispatcher "MADE COMPLETE" "TIME M,, "BY" "OPERATOR." I gr. Ron Tisinger Pock island Lines 115 wright Iowa City, Iowa 52240 Dear Ns. Tisinger: At its regular meeting of February. 25, 1975, the City Council received and on file your letter of Iowa City officially - regarding the decriminalization of :ar;ndina• At meeting the Council passed a resolution recp;rmedir g to theeState iegisla- S ture reduced penaltien for possession of marijuana. Thank you for expressing your concerns on this matter to the City Council. - - - very truly yours. Neal G. Berlin City manger \7. ,r ci c,r `'r''tiri .r; 1071nl7 �� ,L,•u - Fourth Yj r Iowa r r/- - 2R DCO SL BJ C'1 ! y}:CCLI"tiv n Search _ ALL r: )°i1CILit1,`iP?.Y , fntonl;h aou 't^rr br T ter,,, h`lln 1RSt +:vr t ',+}ln Cf1U.0^r t ... lit iia,)ar::r wan to lnzilct olzr City. ' utz z �;z tact 1rn - t year I nt } p- „+.ler tion pros r._ - ' thl'; Hart Lc1paL'iotl)tln LL �, ly 11Clp 1 l r io n C Pr ' while a air tur c i. '�' 71 and o,lr. rr 11 L OYU `Car iko to int^r. L=::r yan / 1 llr' -rl yt llr aC; ,q7'?t$IIC r- ir_7 T'- X1- _fiitl nr'c: Compiled earli.r-r- ,, be pr r , T`r,mi e th+` (}110 t: LQit i l lt''r.V . )tt Ol.a ,Ur .'rr ✓ r- ri. Ur1 t.)0 ,:, r,. Toon t C trot ld ur. roT ._ u,ti, yt,v parr. "Y +.l )1?1. vi_ o,) my honu;)tnoott) , }. oli tical Ho'-Mrs, •i r'1•-?}�JZ}jr)rAi;) J ". l r. t City Council:nrrmi,r:r:,' February 27, 1975 Stephen D. Varcoe Department of the Army - Fourth FATC Region Senior Instructor Group University of Ioi+a Iowa City, Iowa 52247. - At its reculmr meeting of February 25, 1975, the City Cocr it of Iowa City officially received anti placed or file your letter regarding in:srvivz with City Councilmembers. The Council would be very happy to meet with you to discuss the _executive search. I would nug3ent that you contact the individual members in order to set up irster-iiew tines with :hem. mat of luck with your endeavors. Very truly yours, Beal G. Berlin City Manager �U THE UNIVERSITY OF IOWA 0- - IOWA. CITY, IOWA 52240 4 - 4 i_ Graduate Student Senate Student Activities Center Iona Memorial Union Area 319: 353-4472 -. February, 12, - 1975 - City Council of Iowa City Civic Center Iowa City, Iowa 52240 Gentlemen: Unfortunately, it seems inevitable that the bus fare in Iowa City will need to be raised. A Minnesota city of comparable size (40, 000+population) which has a small college (10, 0004students) charges 25� fare morning and evening and 100 during midday. Admittedly the bus service there is not as extensive as in Iowa City. It seems that a fare schedule similar to the above would be feasible in Iowa City. Thus, we make the following suggestion: If the bus fare in Iowa City must be raised to 25¢, that it be raised only in morning and evening schedules allowing midday fares (from 10:00 a. m. to 3:00 P. M. ) to remain at 150 (or, even perhaps, if possible, lowered to 100). We feel that such a schedule would: 1. encourage patrons who can change their schedule to do so, alleviating some overcrowding of buses at rush hours; 2. increase revenue of Iowa City transit nearly the same amount as raising the fare to 25¢ across the day (since many patrons will avoid using the city bus if the fare increases; 3. make it easier for bus patrons to accept the fare increase. Respectfully submitted, The Executive Committee of the Graduate Student Senate L it FE131 81975 L)� LCt� C�� -� President ABBIE STOLFU5 Vice President CITY CLERK ZC1114 C°Secretary T reasurerGizd� ��j Februzzy 27, 1975 Anna Klein F:cccutive Coanitt©eof. the Graduate Student Senate Student Activities Center Iowa Memorial Union The University of Iowa Iowa City, Iowa 52242 - Dear Ns. Klein- At its lein:At-its regular meeting of reb=aarq.25,.1975, the City Council of Iowa City officially received ani ?laced on filo your letter regarding bus fares in Iowa City. The Council very much appreciates your letter regarding the bus fares. We are presently working on a Irus fare procedure for the transit system. -hank you for expressing your concerns on this matter to the City Council. Vary truly yours, Neal G. Berlin City Managger NGA:nbm R \ 608 Whiting Avenue Iowa City, Iowa 52240 February 14th, 1975 (ity Council C;ty Hall Fast 'riashington street 52240 Ladies and Gentlemen: council has not yet con Apparently your city our city asses for patrons of y ter of you are open to suggestions. here is mine: bussystd the pr heeevent weekly p bus system. In asses could be issed 14ondays' only ,hey could be be valid for 1) The weekly p uor each week. T the entire week ahead, and change col sold for $2, by the bus driver on Mondays only. 2 If a pass passenger rode the bus twice a day for five days 01 the week, each fare would amonnt to 20¢. 0 only bills for those e e entering the pass serviceach week. 3) The $2. fare would mean the driver would be handling jangling chane, ass would encourage a steady and dependable use of the 4) Thep wpurchase a it. It could help establish a bus service by those who - predictable pattern of bus use across the community. for it 5) The pass would not be sold beyond Monday of each week, ated by the next Monday. would become invalid a minimum o£ bookkeeping, change this would be a relatively simple, attractive and I suggest that inexpensive provision,ce to both patrons and drivers. involving making and inconvenien at I am basically opposed to the substantial fare I might say th rise of two -thins at one fell swoop; we all know whare rose soaamtpuiteesuretthere will be patronage the last time ; a twenty cent feecfor all customecsowould e a reduction in patronage; slipping the increa-ed have been a fair, (fare) compromise, PP gentlyto the patron. Sin�ely .Yours Robert E. Belding, FEEL ABBIE S-1 OLc CITY CLERK - Copy i0r Cl.*1ork c March 4, 1975 Mr. Pobert E. Belding 508 Whiting Avenue Iona City, Irma 52240 Dear. Mr. 6aiding. _. At its regular meeting of February 25, 1975, the City Co--r+.t of Iowa City officially received and placed on file your lett ooncerning bus passes in Iowa City. She Council appreciates 7 --- suggestions for weekly passes. He are currently worki:r on * !pis pass system for the City. Thank you for exoreasing gour concerns on this mattes zr the Council very truly yours, Ileal G. Berlin - City Manager *?GB : �Lp t I0/1 / f��� � I • .CMC C'OWA q0 E W0.5Cay. IOWA 22-0 5T. 319-351.1800 CffY'MWPMMd; Wnftfl February 19, 1975 Iowa City City Council and Mayor Czarnecki Civic Center Iowa City, Iowa Dear City Council Members: The Housing Commission has viewed the Housing- Assistance Plan draftedbythe Staff. We recommend approval of the Annual Goal for.Housing-Assistance. In this regard that portion of the Community,Development Block Grants to be utilized for rehabilitation should have a priority system established that will insure first priority be given to providing better living conditions for people rather than beautifying a Particular building. Preference should be given to low income families. Further that the amount established for this year is minimal and for future years the Council may expect requests for larger allocations from Community Development Block Grants. Sincerely, JlLeC�tn-i.C: ��CorrL�U�'� Fredine Branson Chairperson Iowa City Housing Commission pnbrurr-I 27, 1975 Fredine.Branson Chairperson Iowa City Housing Coumcission 410 F. Washington St. Iowa City, Iowa 52240 Dear rriedne: Fr iregular. meeting of February 25, 1975, the City Council of Iowa City officially received and placed on file your letter f the Annual Goal for Hauling Assistance regarding the approval o. omission in the The Council would like to meet with You � the will be informed near futureime to discuss matter. The ibR-`en established- when a meeting ,hank you for bringing this matter to the attention of the Council. Very truly yours, 2,��1 G. Berlin City :".anagen - -Form Approved - OMB No. 63-R1471 DR AF DEPARTMENT-OF -_HOUSING-AND -URBAN LOPMENT - - HOUSING ASSISTANCE PLAN TABLE I SURVEY OF HOUSING CONDITIONS - - 1. NAME OF APPLICANT - - - - - 2. APPLICATION. NUMBER0 3: ORIGINAL - 0 AMENDMENT 4. PROGRAM YEAR From: To: - A. OCCUPANCY STATUS AND - 'CONDITION OF HOUSING UNITS NUMBERS OF YEAR-ROUND HOUSING UNITS TOTAL -- - - - - OWNER - TYPE RENTAL -TYPE 1.e._OCCUPIED UNITS: TOTAL 14,766 6,775 71991 b. SUBSTANDARD. _928 - ... ... 65 _ 863 m ALL OTHER 13,838 6,710 7,128 2. e. VACANT UNITS: TOTAL - _. 413 87. 326 - b. SUBSTANDARD - 97 O 97 m ALL OTHER 316 87 229 3. TOTAL OCCUPIED AND .VACANT UNITS 15,179 .. 6,862 8,317 B. SUITABLE FOR REHABILITATION - 1. OCCUPIED UNITS 170- - - - - 85 - 85 - 2. VACANT UNITS - - - -` 3. .TOTAL SUITABLE. FOR REHABIL- ITATION -.170.. -_85.._ _ 85 C. DATA SOURCES AND METHODS - I_ HUD -70169 (11.74) - --_- OMB No. 63-RIA71- T1 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT -. In HOUSING ASSISTANCE PLAN - - - TABLE II - HOUSING ASSISTANCE NEEDS OF LOWER INCOME HOUSEHOLDS 1. NAME OF APPLICANT. _ _ - --12. APPLICATION NUMBER 3. ❑ ORIGINAL ❑AMENDMENT - 1 4. PROGRAM YEAR - - _ - From: To: - -- - - --- - - NUMBERS OF HOUSEHOLDS - -- ---- - -- - SOURCES OF TOTAL - - -- BLACK• _ ( 1) _. - SPANISH for other --- /density l (2) HOUSING NEEDS Total F Large Families^ Other Total Larw Familtn'• Other Total _ LargeOtM Families— - - - AL CURRENTLY REQUIRING - - ASSISTANCE YexcL disPlaceesl - 1. TOTAL: 41365 150 - 2. ELDERLY AND HANDICAPPED _ - .660 -'--3.-NON-ELDERLY/HANDICAPPED 3,705- -- B. DISPLACED OR -TO -BE DISPLACED .. /+<_.,.., .. --..0 •r,: _. 1. TOTAL: 2. ELDERLY AND HANDICAPPED -. 3. NON-ELDERLY/HANDICAPPED C. ADDITIONAL, HOUSEHOLDS EX- PECTED TO RESIDE IN LOCALITY - 1. TOTAL: 90 - 2. ELDERLYANDHANDICAPPED — 3. NON-ELDERLY/HANDICAPPED 90 D, DATA SOURCES AND METHODS - - -- • (1) According to the 1970 census, the black population constituted 0.98% of the total Iowa City population. ' I j (2) In 1970, the Spanish surnamed population constituted 0.698 of the total Iowa City population. - • Required only it group represents 5 percent or more o/ population - - ••Four or more minors - - - IHU 0.7015.9 (11-74) _ Form Approved _ .I OMB Ne. 63-RI471 U.S. DEPARTMENT OF HOUSING AND URBAN EVELOPM ENT HOUSING ASSISTANCE FLAN i -got l {� j TABLE III - ANNUAL GOAL FOR HOUSING ASSISTANCE 1. NAME OF APPLICANT 2. APPLICATIONNUMBER B. ❑ ORIGINAL - - - ❑ AMENDMENT _. - 4. PROGRAM. YEAR.. -' _ From: - To; NUMBERS OF-UNITS(except es notedl _. FIRST YEAR GOAL - THREE YEAR GOAL' - A. CATEGORY _ TYPES OF. UNITS - TYPES OF: UNITS - TOTAL- TOTAL-- New Exist Reheb.- :New Extn Reheb. 1.- TOTAL *170 100 ' 48 22.. - _ 2. ELDERLY - 100 100 -. 3. NON -ELDERLY LARGE Z _ 3 _ 22 4. OTHEfl. �nJ :'... 45 — 45 — - A SOURCES OF ASSISTANCE - 1. HUD _. 100 - 48 _. e. SECTION 8** AMOU T S S. S S S S S S -- in t o b. CO BLOCK GRANTS 200 - - - c OTHER 2. STATE AGENCIES IDENTIFY PROGRAM: --. b. 3. OTHER 4. FARMERS HOME AD. b. LOCAL PROGRAMS c. OTHER I,ptci/yl C. EXPLANATION OF PRIORITIES A.1. The 1970 units do not include the 209 units presently administered by.this city under the provision of Section 23 Leased Housing Program (existing) nor the 62 units, newconstruction currently being processed under the Section 23 Housing Assistance Payments Program. Two properties are projected to be purchased and rehabilitated through support of the Community Development program -and twenty properties rehabilitated through a loan and grant program. ••ExPI.In any Stele agency amounts Included - - _. _... , HUD -7016.10 _ Form Approved -� -OMB No. 63-R1471 .....:. V%A.S. DEPARTMENT OF HOUSING AND URBAN VELOPMENT r7 HOUSING ASSISTANCE PLAN - — Vi '. TABLE IV - GENERAL LOCATIONS OF LOWER INCOME HOUSING NAME OF APPLICANT 2.APPLICATION NUMBER 3. ❑ ORIGINAL - ❑AMENDMENT 4. PROGRAM YEAR From: ... -To: A. IDENTIFY GENERAL LOCATIONS ON MAP IN THIS APPLICATION. - - 1. NEW CONSTRUCTION: CENSUS TRACT NUMBERS - 2. REHABILITATION: CENSUS TRACT NUMBERS - B. EXPLANATION OF SELECTION OF. GENERAL LOCATIONS - 1. NEW CONSTRUCTION - - -- - - - --- Selection of site under Section `8 new construction is determined by the developer.. Therefore, no general - location can be provided. Final site selection will be in accordance with HUD guidelines. 2. REHABILITATION TABLE I ® AFT:_ A. l.a. 1970 Census of-Population and Housing -- Fourth Count, Summary Tape table 59. b. Same source as l.a. Substandard units are defined as units lacking some or all plumbing facilities. However, it shouldbe noted that since 1970, 94 substandard units have been demolished in the urban renewal area. In addition, 159 units in block 105 (census tract 9501.02) should be deducted from the census total number of substandard units since they consist in new apartments with shared kitchen and bathroom facilities. Then the total number of sub - - standard units should be 675. C. Tabulation. 2.a. 1970 Census of Population and Housing -- Fourth Count, Summary Tape table 59. b. Same source as 2.a. - C. Tabulation. B. The number of units suitable for rehabilitation is based on the number of housing units rated as deteriorating and needing.rehabilitation_in the-1974-exterior-conditions survey-of Iowa-City'"s-housing-conducted-by-the`Department of Community- -Development.---The breakdown-of units suitable for rehabilitation is based ori the same proportion' of owner-occupied to renter- occupied units-for-all occupied units.-in the city by single family, duplex and multi-family. - A. 1. Based on the family income limits for HUD Leased Housing ' -- - Program and FHA 236 Rent Supplement Program (1970), 4820 households are low income. 209 households are currently assisted in the Leased Housing Program and 248 additional households in the "236. Subsidized Program. Then 4355 (round figure) households are currently_ requiring assistance. Large Families include 120.5 -person households and 60 6 -or more person households who are low income, minus 30 who are currently assisted. A. 2. The number of low income elderly households is estimated` in the following way: 939 1 -person households have persons 65 years old and over; this represents.278 of the total number of 1 person households (3488) 1885 1 -person households are low income. If we suppose, that only 278 (percentage computed above) of the 1 -person elderly households are low income we get 509 households. In addition, among.,the low-income husband -wife families (in that case with an income under $5,000) there are 281 households -whose -head -is 65 years-old:_or.more.. The_.result_of -these -computations__is-_790-or.._8.00-inxound__ numbers. As 122 -elderly households are in the Leased Housing Program and 20 in the "236" Subsidized Program, 660 households (round figures) are still requiring assistance. -- No elderly or non -elderly households are expected to be displaced. Between April 1970 and September 1974 the number of households has been increasing by 1261, i.e., 8.68 in 4'h years. or 1.98 per year. If we apply this percentage (1.98) to the 1970 number of . - • •` :DAFT � households (14766) we get 280 households, which represents the eventual increase in households for the next year. i. j All these households won't be in the low income group. To get an estimated number of new low income households we can apply the following percentage: 32.6% which is the proportion of low income households in '1970. Then we get 91 households, which probably is an underestimation j because the main growth in the population between , 1970 - 1974 was in the 15-34 age group which includes mainly students with little income. i C. 2. Demographic comparison of the -1970•census and the 1974, i special census has indicated that there is no net change expected in the elderly group. J Feburary 21, 1975 The Honorable Mayor and Council Members 410 E. Washington Street Iowa City, Iowa 52240 Dear Mayor and Council Members Local 610 International Association of Professional Fire Fighters, Iowa City, Iowa; has the honor and pri- vilege to be the host -,for the 1976 Iowa Association of Professional Fire Fighters Convention. de hone to solicit your moral support for this worth- while endeavor. We feel the convention will be a success and _a credit to Iowa City. :hank ,you for your consideration in this matter. respectively, Don Dolezd Pat Akers ?ebruary 27, 1975 Local 610 IAFF 1976 Convention Chairman Don Dolezal, Pat Akers Central Fire Station - - Iowa City, Iowa 52244 Gentlemen: At its regular meeting of February 25, 1975, the City Council of a<a City officially received and placed on file your letter regarding the 1976 Iowa Association of Professional Fire Fighters Convention in Iowa City. Please do not hesitate to contact me if I can be of any assistance on this matter. Very truly yours, Ileal G. Berlin City Manager City oft 0©VVa City M TMORANDUNW c�8 DATE: February 24, 1975 TO: Members of the City Council FROM: Neal Berlin, City Manager RE: Equipment Service Facility and School District Participation Attached is a memo from Dick Plastino regarding the status of the abovematter. As indicated in the memo, we -will -soon -be recommending a consultant for the feasibility study. I would appreciate any input you might have concerning this matter. - /cb DATE: February 20, 1975 TO: Meal Berlin, City Manager FROM: Dick Plastino, Director of Public Works RE: Equipment Service Facility and Participation of School District in this Facility On June 18, 1974, a contract was signed with Hansen Lind Meyer, Architects, of Iowa City which provided architectural services for selection of a Central Equipment Maintenance Facility Site and design of the facility. When I -arrived in Iowa City on September 1, 1974, a discussion was underway with the school district and various other entities of government considering the benefits of these agencies participating in the Central Equipment Facility both in the location planning and in the actual construction costs of the facility. It was my observation that background material defining the need for a new equipment facility was almost nonexistent. The Capital Improvements Program shows that this item was to be funded with general obligation bonds and I felt that any further work on site locations: was ue would almost surely be defeated with the superfluous since a bond iss total lack of background information that existed at that time. Accordingly, I recommended to the Council that we temporarily terminate our contract with Hansen Lind Meyer and retain another consultant to do a basic feasibility study to examine whether we even needed a new equipment facility, or whether we should simply remodel the one we have. A great many issues need to be examined in determining just what type of facility is needed if any. The entire functional relationship- among the various Divisions of Public Works must be examined and, perhaps more importantly, the impact of mass transit and its relationship to this cility must be examined. Purely operational factors such equipment fa as cold weather storage, part shrinkage, better parts control and storage space, paint shop, violations of OSHA, etc. also need to be examined. We have interviewed two firms, Black S Veatch Consulting Engineers of Kansas City, Missouri, and Barton Aschman of Chicago. We are ready at this time to recommend selection of Barton Aschman. Our normal procedure would be to write a contract with this firm and present it to Council for approval. They, of course, already approved retention of a consultant for this project. BOARD MEETING — July 15, 1974 CIVIC CENTER - 410 EastWashingtonStreet Mayor Edgar Czarnecki Presiding, 7:OO p.m . BOARD MEMBERS PRESENT: Huston, Nelson, Powell, Timmerman, Vermace - BOARD MEMBERS ABSENTS Dane, Cline CITY COUNCIL PRESENT: Czarnecki, Davidson, DeProsse, White CITY COUNCIL ABSENT: Brandt DISCUSSION: This was a joint meeting between the Board of Education and the City Council to discuss subjects of mutual interest. The following items were considered: ; 1) Possible joint use of a central equipment facility. 2) Timing of future bond issues. 3) 4—C's Program. + Superintendent Ludwig suggested that the agenda for future meetings include: 1) Operating costs of Regional Planning Commission to be the responsibility of the county. 2) Problems created by daylight savings time in the winter months. 3) Traffic safety. It was agreed that another meeting should be held in the near future EXECUTIVE SESSION: Motion by Powell, second by Timmerman, that the - Board go into executive session to discuss a personnel matter. Roll call vote: Ayes: Huston, Nelson, Powell, Timmerman, Vermace. Nays: none. Motion carried. No action was taken in executive session. ADJOURNMENT: On motion and vote the meeting was adjourned. L;, President 4.1 Tuesday. July lli,1577.1—lo Iftdl-Pi6iClhzen-3Q city -7 School Board Discuss i. _; :. 61n Moi f ice buldi i City Manager Ray S. Wells he will report to the board a Wells told Ludwig -we'd.be ch asked the Iowa City School week from today on his staffs very interested In exploring e- Bnard '.Monday to indicate, study of the school districts that" for training nand Jy before designs for a proposed needs if it %were to share in such recruitment purposes he municipal equipment main- a facility. - - - - -Iftheschoolboarddecidesto tenance building are prepared, He -said representatives -of share thebuilding ,' the igh'_ywhether.-•the 'school district the :: school '-administration operation: : could'-be'ad- iv- would be interested in sharing 'already have met with the ministered jointly, or the school it'll the new building. - `r:',city's design team to discuss -district-' could ;purchase - ser- - A -- - the The school board and the City - sharing the proposed structure. - vices from the city, Wells said.- Council aid.Council met 3louday afternoon - The proposed S2 -million Another possibility, hesaid. Board of t - to discuss`: the proposed equipment .maintenance would be for both the city and - - :astructure, which is in the city's facility would replace the city's the school district to use the .•.,�, -- capitalimprovementsprogram existing service building, which building as tenantsofabuilding - a'3 o - for construction next year. - -Wells has said is -seriously authority. i.! 1;-; n, Facility John P.'. Gillespie, school outmoded.' It also. 1would _.1 district business manager• said provide space for storage and OFF[ Ctar.FuatICAT1oN maintenance of the city's :Ins '.'NOTICE TOVACATE W fleet, which currently is housed F,eoe,ict- ,nauy. rn cr sr.�n^e / v , and SeCVICed in a structure on Dr ve, NW. Cedar Hands Iowa y/✓ �Fred Wilbert. 3977 Crestod Orive ,1 Area Gilbert Court. • . , JTe ,- _: City officials plan a ring referendum this fall on a Sid- u _ million bondissue to finance °H'n { H the equipment. facility and f Cf /i t new $100.000 animal shelter. dean's The architect - for:the _7/,u•� .4 Iowa's equipment facility—Hans it ides 17 Lind - Meyer of - Iowa , City, cT1- - _ whom currently is selecting a site for a,,- the structure. too °ire Wells told the school board "O T 1 V^ "Y�,Glb Monday it is "very important - wesr - ddd Q 111 ��1� _if you have the interest, to get - Rr``/%w i sra in right now while we are in the East IV Verybeginning of the design , - stage.s"tsri".:.... ile% He the school district's Co' rt, ,woe 2G operation "would in many ways ovine at dovetail with ours" in such a.m. oa or a - }TI dovetail .ori n categories. as equipment road or iao - „, r- e /f.. /y'/✓vA'l maintenance, asphalt. and salt• road or Ia -Q storage and fuel purchases., -"•l'a'airneaWrit �i _ - Schnnls Supt. Merlin A., oaled ae 1 Ludwig also suggested the da, of Ju - l W the - facility might be used: for - - B0 nia career education in auto er = ron mechanics- -,. - -f arY city ®- Iowa City DATE: February 24, 1975 TO: City Council Members, Dennis Kraft, Joe Pugh FROM: Neal Berlin, City Manager RE: Johnson County Regional Planning commission Evaluation Questionnaire Attached is an evaluation questionnaire from Johnson County Regional -- Planning-commission. I would be interested in how you would like the City to respond to it. Please give me a call at your convenience. /cb - - --- - - .. � • • February 1975 )CRPC EVALUATION QULS'PIOi� Je�IRE Tile follot.ing, questionaire is addressed to governments and public_enti ies partfc Dating in the support and functioning of the JOI'.1`ISO\ COUNTY REGIONAL. PLANNING NINE CG:✓r1.4IS�IQ1d. It is a part of the nrocuss of soliciting feed be,ci: to the Commission (Executive Board and the -staff II"?articular) and also a Part of an evaluation being carried out by an ad hoc' comrl_t±ee for Lc Executive Board For nie,nber gwern:nents it the intention of the committee to solicit agile response from each ru'iernment (City Council, Board of Supervisors, etc.) to reflect a consensus. 1'IO'v�'2Verr eilollgi` forms are to be. supplied for- individuals on these governing bodies to state v r12ng_ c•?'.r:ions • For other bodies (University of Iowa, Ievja City Conlm. Sch. Dist. and the john -.-on t ounty Conservation Commission) a similar, single :espouse is requested but provisi.cn for individual opinions, comrrrents, etc. is provided in the sante manner, with extra forms. PLEbSE G0.MiFLET:, T E FOLLOlVIieG IDENTIFICATION: - This r, -Ply is from: _ (rn i`Jribel' government or entity) r= -ply re_ sar:anis cc.rnbincd evaluations of members of the follow: ing bo•9y: reply repro cuts eValuatio!ls of an individual (or individuals) identified as or he'_ding the foiloarfng position(s) Do not identify individual respondents by name. --- The questionaire is dividedintofour Part_ -as seen. space for longer essay responses should be found by u::ing the back of each sheet and keying the response to applicable question. Separate sheet attachments are acceptable also: The puraosc is to contribute to self evaluation by the Commission end i.ts staff and to a531 teaGll aftlCaPatillg Ontit}' In evaluating the COm111iS S10ll� ; V•JO1K end fUnctlon. it not the intent to evaluate the performance of individual stat.`. about t e performance lcShould any restonndant desire to raise quo tions or offer criticisms about the thsut individuals, it iS requested that such he sent to _tile Executive Board, with ouif]C7Cnt dotail to convey the issues being raised. PROI'APT REPLIES TO THIS IIQQUIRY SHALL -BF, APPRECIATED Cjnr'.a.ltiu!i :cLP'llri hn, rlddres;:�d t,i lrahcrl 'Turner 337 .1414 (home), or 11ob 11119c'iibeig 351 01 6 (MfJcr:), JC'PC EVALUATION - ESTIOic NidRE • P 2 A Work Program: Each year the Executive 3o5rd and the Commission establish a wor), program to'di.rect the ec i�. Cies of tl;e_Commission and staff. Very deliberate policies have'aeen followed to "'vole elected offici:;IS, staff, appointor] commission members and citizens in the work of the Commission through the functional committees. It is already clear that full under standing of the Co:PmiSsiOr"S function and output requires a great deal of time on the pact of individuals. Often this is more than can be ailocated.-- However, partici- pation in Policy and the understanding of the various work program items is essential, if the JC;RPC is to have the support of its members. For these reasons, it is important to evaluate: (1) the committee system (2) policy making as it'now -occurs - - - (3) communication -with elected officials and others involved in government functions - particularly suggestions for improvement In July of 1974 the Commission adopted a three year work program which includes the major studies and services listed for evaluation on the f011ocving pages. In order to acSe55 the ieleVallCc? Of thCaC prOj-ects to the needs of individual governments or agencies, plea'See indicate which are di'-CCtly rC!Ovanl, Should receive-moremphasis, etc For i.'. data ifcd discussion of each hro_iram ii2:n, please sea e the JCR! Cis Program heoort, ulv 1973 terojj Docem._r 1974, published Jan. 7, 1875. EVALUATION • QU.IONitiAIRE p. 3 .r .. - '.0 .. 'ti VI L C7 •J C -• - S - Y.. v O v C • Y. U f fl 13 u u Q C1 U (Circle the numbers that best o v o r� indicate your views. You may -- L �� o r c\ .� 0 o. C) c mark more titian one number for c e c each item. --•n - f' __ U.. J .. —. 1 r _. ... .-1 � � • . Central information Services ...... 1 2 3 4 5 6 7 8 Community Involvement Program .... 1 2 3 4 5 6 7 8 9- County -wide Data Information System 1 2 3 4 5 6 7 8 9- Services to the Johnson County Commission on Environmentat Quality ... 1 2 3 4 5 6 7 8 9 ---Program Planning . . . . . ... . . . . 1 2 3 4 5 6 7 8 9 Sub -state, State and Federal Coordination . 1 2 3 4 5 6 7 8 91 Current General Planning . . . .' . . . .' 1 2' - 3 4 5 6 -7 8 9' • J=.RPC EVALUATIOF QOTIONP1AME p. -4 N U o T, r •a c, ` r T.. r C G j J .0 rJ u O a, 0 o J U o o r> ri c- N. •7 O C\ r ., 17 VIRO:•ii: JCRPC EVALUATIO QUESTIONNAIRE • P. 5 ,o to rn p U... - y, C y 0 0. O a 10 n Q o - rJ -. v O. L . -.. -.4- .0 p, p pL o NL U r) L �_� U. 0o- - p0 0 0 . U .J. L Q_ O .� O. p J p o .0 L a O. 6 U o �.. a �• U - `� HU.'MAN NEEDS r r o o" O p o p Johnson County Resources Directory . , , 1 2 3 a 5 5 7 S o Human Needs Analysis -2 . 1 3 4 5 6 7 B 9 Housing Planning . •. ' . 1 2 Grant Assistance, Administration and Evaluation of Human Needs • . 1 2 -3 Q Comments: JCRPC EVALUATION &STIONNAIRE . n 6 N U p c o ° p fl - ca N rJ w 1 OC. O 7 J _Q U p. ..�1 p U C +-' is f p - �I rD G rJ > Y Y 1-. rp U 0 n CJ U E .. O �� c - .' 1 y N c p Y _ .-pi Y L 10 -. n > ..y N 0 L L' Tj .r ri 7 U U rv.. C C). U: 4 -- SPECIAL STUDIES These projects are :: ° m o o o funded through contractual arrange- o [ N -.. -U o C c o ments with individual jurisdictions.) e. 0 o o p• > o C po U ro -.0 - 0 .0 U En ' O U U C.` - U Governmental Services and Facility Analysis ........ 1 2 3 E 5 6 7 8 9 joint Law Enforcement Planning ..... 1 2 3 4 5 6 7 8 9 Capital Improvements Planning and Coordination . . . . . . . . . 1 2 3 4 5 6 7 8 9 • Riverside Community Improvement Plan and Program ....... 1 2 3 4 5 6 7 8 9 North Liberty Community Plan 1 2 3 4 5 6 7 8 9 Coralville Community Plan .. 1 2 3 4 5 6 7 8 9 Small Area Site and Architectural Planning 1 2 3 4 5 6 7 8 9 Interjurisdictional Operating Organization Analysis ....... 1 2 3 4 5 6 7 8 9 Pilot Program: Small City Public Administrators . . . . . . . . . . . 1 2 3 4 5 6 7 8 9 • • p. 7 JCRPC EVALUATION QUESTIONNAIRE B. General Administrative Policy, Procedure and Operations: check appropriate responses. 1. Identification of the program and budget for the Commission (see attachment no. 1' "Proposed Sequence for FY 76 RPC Work Program and Budget Development" dated Jan. 21, 19 75) a. yes Is this procedure (attachment no. 1) adequate for member agency participation, in addition to member agency representation on the no Commission and/or on the Executive Board? If no, can you suggest changes? b. yes Do you feel that you and your agency should have more control over the size, composition and scheduling of the work program (and no indirectly over the annual costs to member agencies) ? If yes, how can such control be accomplished? and yes Should member agencies be able to choose which parts of the JCRPC budgeted work program each agency is willing to support? no If Yes, how can the time for general program development and execution be supported? Also, if yes, are you advocating another basis for JCRPC support? yes, no - rzplaln: JCRPC EVALUATIOQUESTIONNAIRE • P. 8 c. On many occasions throughout the year the Regional Planning Commission is asked to perform "special tasks" which are outside the regular work program. Do you feel that the staff time made available for these special _ projects is: excessive about right insufficient d. Do you feel that time in the wort: program should be budgeted for such ad hoc time demands ? Yes no comments: 2. Please comment if you have specific feelings about any of the following: a.) review functions - A-95, Environmental Impact, other. b.) relationships to planning within and between member governments, e.g„ within the JCRPC functions, etc. conflicting policies, competition for funds for planning, competition for control C.) relationshipto ar eawide plannin via Commission g t he East Central Regional 9 1 PI arming d.) relationship to Linn County Planning Commission. • • P. 9 JCRPC EVALUATION QUESTIONNAIRE 2. e.) relationship to state planning agencies and special projects, etc. 3, yes Should JCRPC have an ongoing evaluation process with staff time budgeted therefor? no Any further comments ? 4. Comment on the public relations functions of the JCRPC 5. Does the general mission of the JCRPC as reflected in its, operations differ frctu your belief about what it should be? Explain. ■ ■ -_ ■ CRPC EVALUATION TIONNAIRE • P. 10 C. COMMITTEES AND MEETINGS The following three questions are concerned with an evaluation of the various functional committees of the Commission. Generalh!, it should be noted that the committee membership is comprised of public officials, Commission members, and citizen appointments. (See publication entitled "JohnsonCounty Regional Planning Commission: An Introduction for an Elaboration on the Organization Characteristics of the Commission.") (1) Please evaluate the operations of the Commission relative to the work of the committees. (Check one or more.) - The committeestructure is proper and functions well. _The committees should assume greater responsibilities and should meet more frequently. There should be fewer functional committees. Other: (please specify) (2) On occasion the Commission meetings have become quite lengthy; which of the. following suggestions do you think might best accelerate the deliberations of the Regional Planning Commission? (Check one or more.) - The Executive Board should screen the RPC agendas. The functional committees should do a more thorough job of examining the issues, and should provide clear-cut recommendations. The functional committees should conduct their meetings more in the manner of a public hearing. Greater efforts should-be_made_to involve all relevant participants in matters which come before the functional committees. The Regional Planning Commission should limit its agenda by finding more items as "not of regional significance. " The RPC should set time limits for debate on individual agenda items. Other: (please specify) (3) Do you feel that the structure for soliciting citizen participation Is adequate or inadequate? Do you have any Suggestions for improving -the process? CRPC EVALUATION ESTIONNAIRE • P. 11 D. SERVICE TO MEMBER AGENCIES (1) Please assess your overall satisfaction with the services of the Regional Planning Commission to your individual jurisdiction or interest. Check one. _EXCELLENT _GOOD _FAIR POOR (2) Do you favor amendments to the current Work Program to' provide increased communication to local agencies ? If yes, which of the following techniques do you feel would be most effective? Newsletters Annual Report Media Coverage Periodic meetings of all public officials in Johnson County jurisdictions, The Commission should host more special meetings on items of general public interest. Other: (3) Please list the services provided by the Commission which are of the greatest value to you: (4) During the past year the Commission has significantly expanded its activities relative to state and federal legislation. Do you feel that these services (e.g., Grant Information Service, Legislative Bill Analysis, and the Legislative Monitoring Service) are of significant worth to you? ADDITIONAL COMMENTS: •. ATTACH,INIENT • PROPOSED SEQUENCE FOR FY76 RPC WORK PROGRAM AND BUDGET DEVELOPMENT (January 21, 1975) January 23 Executive Board Discuss and adopt a procedure January 27 Executive Board _ Meet with previous Executive Board and Iowa City Council to review past work and discuss new priority rankings (fill out questionnaires) . January 27 Small Towns Meet with old Executive Board - to review past work and discuss new priority rankings Week of January 27-31 Repeat as necessary with remaining Commission members. January 30 Executive Board Review priority rankings and :review staff's initial project cost assignments. Week of February 3 Staff Develop 3 alternate budgets and programs February 6 Executive Hoard Review Alternate Budgets and programs Week of February 10 Member Agencies Presentation by Executive Board ' to agencies, discussing alternate budgets and programs February 13 Executive Board Select a recommended budget and program February 14-25 (optional extra meetings with member agencies) - February 26 SPECIAL RPC Discuss, revise, and adopt budget MEETING and program City of Iowa City EmRDI DATE: February 24, 1975 TO: Members of the City Council FROM: Neal Berlin, city Manager RE: painted Wall Graphics and the Iowa City sign Ordinance I recently met with Donna. Freedman to. discuss an idea she had to paint wall graphics related to the bicentennial in Iowa City. The attached memo from Dennis Kraft indicates the relationship of painted wall signs and our present sign ordinance. I will be keeping you informed on the status of this project afterfurther-discussion with Donna Freedman. /cb r® 1 As we discussed yesterday, there appears to be certain instances under which some types of painted wall graphics Ccould be allowed i I ' it Y, with a fair degree of artful interpreowa tation of the Ordinance. Section 8.10.35.3 of the Sign Ordinance is on signs prohibited in all zones. Subsection F of this section contains a prohibition` -against painted wall signs and reads "such on -premises and/or Off -premises signs painted on any building walls". I believe -this effectively disallows the painting Of virtually any type of painted wall sign. i am further convinced that this is the case after reading the definition of a sign which, as I indicated to you yesterday, is rather all-inclusive. However, Section 8.10.35.2 of the Sign Ordinance is on signs permitted in all zones. Subsection E of this section does allow the construction of signs Of a non-commercial nature and in the public interest which are either erected by or upon the order of a public officer. This definition further - allows such signs which may be considered to be of historical interest Therefore, I'am of the opinion that signs which are painted on the walls of buildings which specifically relate to commemoration of the bicentennial are allowed. As we also discussed yesterday, I think it would be a good idea to inform the Council prior to any signs of this sort being painted, because -undoubtedly - there is going to be`some-questionning:and conceivably criticism by certain segments of the community. I will continue working with Donna Freedman jn-t")ljs endeavor.. IDRK:sc TO: Members of the City -Council FROM: Meal Berlin, City Manager ; RE: Speed Enforcement on Muscatine Avenue -- --- - - - - Attached is information you requested concerning this matter. If you would like to discuss this with Dave or me, feel free at any time. - /cb City of Iowa City EMORANDUM A DATE: February 17, 1975 TO: City Manager FRONT: David G. Epstein RE: Speed Enforcement - Muscatine Ave. From July through December 1974,'75 speeding tickets were I given on Muscatine Avenue. All tickets were given on radar. The bulk of tickets (over 70) were, given in the 1800 block of Muscatine or near vicinity. In January 1975, 10 tickets were given on Muscatine. Eight of these were in the 2500 to 2800 block of Muscatine Avenue To date (February 14, 1975) 36 tickets have been given on Muscatine Avenue. Of these, 25 tickets were given in the area of the 2600 to 3000 block of Muscatine Avenue. Muscatine Avenue has always been a speed -way. We had been concentrating in the more populated areas of the street until January of this year when we began to get complaints that people were speeding further out on Muscatine, thus the emphasis shifted. I am sure that some of the complaints were due to concern over comments that the street may be widened. Last year however, a child was struck and killed by a car>in -this area. Whatever the motivation of the callers we do see a roblem p We do not give speeding tickets unless people are going_ a minimum of 10 MPH over the limit. In other words, you will not see any 34 mile -an -hour tickets, but you will see many at 36 miles -per -hour and up. Thus, what this total represents is, not speedingear se, but speeding at more than 35 miles an hour. I think the totals indicate an engineering problem in this area. George Bonnett and I have done some preliminary consulting about the Muscatine speed problem, but I don't know what his view is. r David G.LEpstein Director of Public Safety Dc:r : ew TO: Members of the City Council FROM: Department of Finance DATE: February 21, 1975 After considering all of the Council deliberations since January 24, 1975, and after again reviewing the estimated resources to be available in the coming fiscal year, the following will summarize the recommended budget for the City of Iowa City for the period from .July 1, 1975 to June 30, 1976- The purpose of this summary and attached schedules is to identify some of the decisions that Were made in bringing the budget estimates into balance and to provide a means for sdiscussing teps in these decisions with the City Council prior to proceeding with the next the budgeting process. Providing overall agreement is reached today, the full budget document and -_the tax certification form required by the State will be published on Tuesday, February 2S. Copies of the full budget document will be available at the Public Library, the Department of Finance, and the City Clerks office for review by the public. The City Council has scheduled a public hearing on the budget for March 4 at 7:30 P.M., and is scheduled to adopt the budget at its regular meeting of March 11. I proposed budget will be accompanied by comments The complete printing of the -- ----ice included within each of the functions and pertinent to the activity or sery programs. Therefore, the following outline is not meant to be co-mpletely explanatory but should cover the items we feel are most important for discussion at today's meeting. ..Adjustments in general fund receipts and expenditures combined to produce a $1,010,363 increase in available funds which were used to balance the budget and provide for a year ending working capital balance of $213,189. An outline of the changes can be found in the attached materials. ..A major adjustment in the general revenue sharing program has been required in order to provide the additional funds necessary to complete the balancing adjustments. An additional allocation of $262,790 was made to the operating budget which makes the total revenue sharing committment in FY 1976 $472,790 Some additional changes in the revenue sharing program are as follows: A. An assumption has been made that the revenue sharing programs for Code Enforcement, Park Development, and Riverfront Acq- uisition projects will be committed from now on to Housing and Community Development Act funds, thereby making available to the operating budget the revenue sharing funds previously allocated to these projects. B. The recreation and library roof re -building projects have been allocated from revenue sharing funds, and can be completed this spring. C. An amount of $105,000 in revenue sharing has been allocated to provide the last half of FY 1977 funding for the Mass Transit system. it will be recalled that only $105,000 has been previously revisions from those previously given to the City Council with the Budget Briefing Document, and reflect the changes as outlined above. ..The year ending balance (6-30-76) is $189,637 short of the original recommendation. Ilowever, it has been decided not to proceed to level of service reductions to come up with the additional amount beyond those that the Council has already identified, and instead we are recommending that the $181,005 balance in the general revenue; sharing program estimated to be available at .June 30, 1976 be considered a contingency reserve that will remain unallocated and therefore available in the General Fund if needed in an emergency. The total amount unallocated in the general revenue sharing program is $202,827; however, only S181,00S will be available during FY 1976. ..As outlined in the attached materials the major receipt adjustments have been made possible by the use of general revenue sharing funds, an increase in the estimated amount to be available from the University Heights contract, and an increase in revenues from bus fares. Minor adjustments were made as a result of a further review of estimated receipts since the budget briefing document was prepared. ..Servi.ce level increases for Traffic Control, Library, Recreation, Mass Transit, and Parks Programs have been provided as discussed and approved by the City Council. ..The Capital Projects Fund has been adjusted and funds have been allocated based upon Council decisions with regard to the Mass Transit Program, the Housing and Community Development Act allocation, and other projects identified in the Capital Improvements Program for FY 1976. You will - note that $2,600,000 in general obligation bonds will require the approval of the voters to be issued during the coming fiscal year. An amount of $216,750 of general obligation bonds has been indicated for the completion of the Washington Street project; however, that amount will be available from special assessment construction funds, and as a result no additional general obligation bonds beyond the voter authorized issue will he required. ..Because of the current uncertainty with regard to the changes in the IPERS program an additional amount of $148,000 has been added to the Trust F, Agency Fund as a contingency for the cost of increased benefits. This amount represents an additional 1.54 mills which would enable the City to accommodate the most generous increase in IPERS now being discussed which calls for an increase in the percentage to 9.5% with no maximum salary. We have investigated this item thoroughly and find no other prudent course but to provide for an almost certain, but as yet undefined, increase as of July 1, 1975. ..The water and sewer operations funds have been adjusted to reflect anticipated increased receipts sufficient to cover projected cost estimates for operations in FY 1976. The increase in receipt estimates were made only to the extent necessary to bring the year ending - balance to zero. ..'rhe total property tax request for FY 1976 will be $4,119,634 divided as follows: Dollars Mills General Fund $2,892,150 30.000 'tort Liability 69,000 .716 Debt Service 396,225 4.110 Trust G Agency 762,259 7.907 Total $4,119,634 42.733 This levy reflects a 1.132 mill decrease from the levy certified by the City Council for the FY 1975. ..IVc have estimated that the increase in the tax base now being realized as a result of reappraisals by the City Assessor will produce approximately SS60,000 in additional new tax money at_30_mills in FY 1977. Combined with an estimated $90,000 in additional funds to be available from State Municipal Assistance, this increase will provide the resource support for as much as a loo growth in expenditure levels for FY 1977. Although we do not now estimate that a 10% increase will be required, this additional resource availability will provide the City Council - with a way out of the currentfinancialconstriction and/or the ability to expand service levels in FY 1977. _--- -- - - Est. Bal. Property -- Other - Transfers Total Funds - Transfers Expenditures -Total - -`-' Est.. Bal.-:'; -------- FUND BUDGETED: - 7/1/75 Tax Receipts _ In Receipts ..Available Out Disbursements 6/30/76 ..GENERAL:- -$1,227,296 ADMI:ISTP_ATION S 390,606 S 69,000 3 809,165 S- 118,348 S _.996,513 $1,387,119 S 60,779 -.$1,166,517 ' $ 23 CO C.JNITY DEVELOPMENT (I,IS3) 377,047 123,947 - 500,994 499,806 - :499,806 499,806 _ PUBLIC SAFETY - (80,857) 1,416,388 228,314 60,779 1,705,481 1,624,624 - 1,624,624- 1,624,624 -TRANSPORTATION 454,355 - 1,464,126 - 1,464,126 1,948,931 378,500 1,517,115 1,895,615 53,366 G- ENVIRONMENTAL PROTECTION 22,264 398,277 198,171 - 596,448 618,712 22,790- 595,922 618,712 LEISURE AND CULTURAL OPPORTUNITIES 27,023 700,438 267,214 --- - - --- - 967,652 994,675 15,000 -979,675 - 994,675 --_--SUBTOTAL--• 3 842,703 52,961,150 -53,090,937 S 179,127 - 56,231,214 $7,073,917 $ 477,069 $6,383,659-. 36,360,728-- $ 213.189= DEBT SERVICE S 333,384 S 396,225 S - S. 213,300 S 609,525 S 942,909 S - S 942,909.5942,909 S -. - t. CAPITAL PROJECTS 163,340-- -- -- - - 5,346,695 891,359 -6,236,OS4 6,401,394 - 6,267,807- 6,267,807 - _.,..133,587.-:- -. ENTERPRISE: _ _.. - .._ PARKING REVENUE 441,103 - 287,900 - 287,900 729,098 258,723 65,132. 326,855 - '402,243 - SE%ER OPERATIONS _ .132,883 -. 574,373 _ - - 574,373 757,256 383,669 - 373,587 - 757,256 --.`SEWER RESERVE -----252;145 - - - = 133,285 133,285 385,430 50,322 95,610 --- 145,932 '239,498.= - NATER OPERATIONS 65,179 - -- - -1,133,540 - 1,133,540 - 1,198,719 456,414 742,305 -1,198,719 --. - .WATER -RESERVE -- 633,099 - - 301,626 301,626 934,725 135,000 235,626 370,626 - S641099, TRUST & AGENCY - (36,239) 762,259 17,864 - 780,123 743,834 -. 743,834 743,834 - -, '- SPECIAL ASSESSMENT CONSTRUCTION 204,433 - - 5,000 - 5,000 209,433 - 174,000 -174,000 - 35.433-. $3,DA2,075 $4,119,634 $10,451,309 $1,723,697 $16,294,640 $19,376,715.51,761,197 516,027,469. $17,788,666 SI,S88, 049:,- 49 -MILL .TOTAL MILLLEVY ESTIMATED: - GENERAL FUND 30.000 - - - - TORT LIABILITY .716 DEBT SERVICE 4-110.- - TRUST '& AGE9CY 7.907 TOTAL 42-733.:- CITY OF IOl9A CITY - General Fund Projected Financial Summary Estimated Estimated Balance Balance Total Di sbursements 6/30/76— 7/�_ Receipts . •- General: $ 390,606 $ 996,513 $1,227,296 $ 159,823 Administration (1,188) 500,994 499,806 Community Development Public Safety: (50 750) 981,595 930,845 - Police(30,107) 723,886 693,779 . Fire Transportation: (35,317)_ 6,346 299,422 (328,393) Traffic Control 547 953 (73,754) (107,301) 581,500 357,904 Mass Transit 528,943` 845,020 1,016,181OS9 97,609 Street System 31,260 32;181 98.530 Airport Environmental Protection: 631111 487,649 550,760 (40,847) Sanitation 108,799 67,952 Cemetery_ Leisure $ Cultural Opportunities: 330,764 341,266 - 12,502 ,890 301,409 - Recreation 23,519 277- - Parks 8 998 3581998 350,000 Library 213,189 Fund Total $ 842,703 $6,231,214 $6,860,728 $�>_ 3 ,= CITY OF. IOWA CITY _. Balance Adjustments General Revenue Sharing Fund' General Revenue Sharing-, Totals Available Additions— Subtr_ a_ t=°ns Program/Function $ 96,607 Unallocated Reserve Project Reallocation Study $ 30,000 230,000 River Corridor Neighborhood Park 50,000 Southside Park Acquisition 10,000 Eastside Park Acquisition 150,000 Rivcrfront Acquisition 55,510: Code Enforcement $ 95,500 Recreation Roof 16,000* Library Roof_10_ Transit (FY 77) 5 -- $ 216,500 $ 5 5158 5 36 9010 Mass Operating Subsidy Additions 15,000 Recreation Center Planning _ ___25,000: Johnson County Social Services 22,790 - Sanitary Landfill Acquisition -100,000 --- - - Recreation Activities 100,0_00' _-- -- $ (262,790) Sanitation Activities $ 262,790: $ 202,827 Unallocated Reserve from current $35,000 Library allocation 514,000 will be reallocated CITY • • CITY OF IOWA GeneralRevenueSharing Total Project Allocation Project Rcvcm,c Sharing Pro cct Allocation 1 Allocation GG/1�- Adjustments 2/1-�- Rccci ts: $2,440,229 $ $2,440,229 33,315 83,3]5 Federal Revenue Sharing 50,000- $� '33,315 $2,52- 3,54-4 Interest $2,499,229 Total Receipts _ Expenditures: $ 4,490 Operation and Maintenance: 000 $ _ 60, $ (55,510) - 105,904 824,404 - Cod. Enforcement - 718,500 _ 25,000 299,919 Mass Transportation 274,919 1,595 66,162 Social Services 64,567 - 38,000 Public Safety - PoIicc 38,000- - 10000 - 1:ire 10,000 (14,000) 21,000 t Financial Administration Repairs OdP 35,000 30,000 S0,000 and Library - 122,790 122,790 Roof Repair - 100,000 100,000 - Sanitary Landfill _ - 95,500 �- 95,500 51,6 liccrcation---Operptions - Roof Repair $1,2_00,986 $ 41 0 T, M Subtotal Capital Improvement Program: $ 60,000 $ (30,000) 20,000 S 30,000 20,000 Ralston Creek - River Corridor Study 221,574 5,978 (9 571) 227,552 40,429 Civic Center Remodeling 50,000 - 7,500' Central Equipment Facility _ 7,500 (25,000) 10,000. Animal Shelter 35,000 (230,000) 10,000 Parks - Walks F, Paths 240,000 _ 127,000 Parks - Development 127,000 400 70,400 Park Road Construction Court 70,000 25,000 25,000) - _ Mercer Park Tennis Willow Creek Development 70,000 (70,000) (2,680) 22,320 Fast Side Park Acquisition 25,000 2 680 2;680 rs Headquarters Public Safety q facility study _ 24,000 , - 24,000 Joint Law Enforcement 150,000 (150,000) - Bikeways Riverfront Acquisition 50,000 0,000) (50,000) 25,000 Southside Park Acquisition 25,000 - 62,000 Public Library Study 62,000 - 9;571 571 9,571 - Fire Truck Purchase Space Study - 5, 5,000 15,000 Government Johnson County Bike Path 15,000 $ (5� 22) � $ 70_ 8 Recreation Center Planning S1.242,04 Expense Subtotal S l3_3_6�= S 202,827 S 47 69 ---- Contingency Reserve $-- $2 523,544 $2,499 Expenditure 'Total ----- 5 • CITY 01: IOWA CITY • General Revenue Sharing Revised Program Summary by Fiscal Year Act./Est. Proposed Proposed Proposed Program Program to lixpens0 Expense Expense FY 1977 FY 1978 totals 6/30/75 FY 1976 $ - $ _ $ 235,745 $ `181,005 $ 210,827 Beginning Balance _ Receipts: 1,547,037 501,050 392,142' - 2,440,229 83,315 Federal Revenue Sharing 83,315 - - - $2 523,544 interest $T.630 $ 501.050 $ - 392,142 $ - Total Receipts Expenditures: Operation and Maintenance $ 4,490 - - _ $ 4,490 824,404 -Code. Enforcement 404,404 $ 210,000 $ 210,000 - 299'919 Mass Transportation 164,919 100,000 35,000 - ' 66,162 Social Services Public Safety - Police 66,162 - - _ ` 38,000 - Fire 39,000 - _ _ 10,000 Financial Administration 10,000 - 21 000 - _ 21,000 30,000 Library - Operation & Repair , _ 30,000 - _ 122,790 - Roof Repair _ 122,790 - 100,000 Sanitary Landfill _ 100,000 - 95,500 Recreation - Operations - Roof Repair$1,612,265 95,500 - ' 5 245,000 $ _ - 0 f, M Subtotal $--W.-54 ,475 $ 532,790 Capital Improvement Program: $ 30,000,000 _ $ 30,000 20,000 Ralston Creek Corridor Study 20- - - _ _ 227,552 River Civic Center Remodeling - 227,552 _ 40,429 _ 40,429 7,500 Central Equipment Fac. 7,500 - _ 10,000 Animal Shelter f, Paths 10,000 - _ _10,000 Parks - Walks Parks - Development 10,000 - - - - _ _127,000 Park Road Construction 127,000 70 400 - - _ 70,400 _ _Mercer Park Tennis Court - - - Willow Creek Development Side Park Acquisition $ 22,320 - 22,320 East Public Safety Headquarters Study _ 2,680 - - - 2 680 24,000 Joint Law Enforce. Fac. $ 9,000 8,000 58,000 Bikeways - 25,O00 Southside Park Acquisition _ - 25,000 02,000 Public Library Study _ 62,000 - 2,571 Fire Truck Purchase - - Study 9 571 - - - 5,000 Government Space Co. Bike Path _ 5,000 --g000- 15,000 Johnson Recreation Center Planning Recratione - 15,000 $ 2__ 3_ -S 117,320 5 .5 7 s�2 ExpensSubtotal $ 560,132 ,000 $ 8,000 $2,320,717 $1,394,607 $ 5551790 $ 3G_ 2,320 Expense Total $ '181,005 $ 210,827 $ 202,827 $ 202,827 $ 235,745 Ending Balance y • _ CITY OF IOWA CITY • Balance Adjustments FY 1976 Budget General Fund Increase Decrease Remarks Receipts Federal Revenue Sharing $ 247,790 $ - F.R.S. reallocation Mass Transportation 151,500 - Increased fare revenue Community Development Act 63,400 - Planning_support Monies and credits 29 080 - Additional state revenues ` University Heights 16,460 - Contractural Increases Recreation Receipts 7,200 - Expanded ASERP Project Green Contribution 5,000 - Expanded Maintenance Total Receipt Adjustment $ 520,430 $ - Expenditures Administration: Legislative: $ - $ 7,500 Council salaries City Council 3,354 - East Central Planning contr. 25,000 - Inc. Soc. Ser. contribution - 8,400 Professional Service City Attorney 5,000 - Increased service over FY75 Boards & Committees Executive: - 3,000_ _Technical services training City Manager _ 2,000 Vehicle replacement Personnel - 401 Equipment replacement _ 1,000 Training - 12,900 Administrative Assistant Community Relations - 500 Additional equipment _ 1,500 Publishing costs' Financial Administration - 6,000 Risk Management study _ 850 Travel expense 700 Training Government Buildings - 30,000 Flood proofing project Total Administration $ 33,354 $ 74,751 Community Development: - $ 500 Equipment replacement Planning -- _ - 14,000 -Project engineering Engineering _ 600. Telephone - _ 750 Publications Total Community Dev $ - $ 15,850 Public Safety: - - 5 3,338 Overtime salaries - Police Department _ 1,300 1 Health care 6,680 Training Tuition , Travel _ 6,000 Vehicle repair - 8,000 Building modifications _ S,000 Gasoline _ 500 Construction materials _ 3,550 Equipment" --- Increase Decrease Remarks Public __Safety (Continued): _- - $ $ 1,050 Vehicle materials tuition & travel I:irc pepartment _ 600 Training, 'Dotal Public Safety S 67,p1g Transportation: 5 $ - 275' Office, supplies lies & supp Traffic Control 2,000 - - - - Building construction Office rental - 9,000 7,500 Equipment Additional personnel Mass Transportation 14,761 2,635 - - Fuel & lubricants 12,604 - Repair & maintenance transfer 36,000 - 58,219 Grant matching lies Repair and maintenance supplies Street Maintenance 19,000 Repair and maintenance to veh. _ 5,000 134,200 Equipment R-14 Street transfer 4,000 Landscaping Building modifications Airport _ _ 2,000 11000 Legal contingency 68,000 $�— $ 240,194 - Total 'Transportation Environmental Protection: $ $ - 300 Telephone service Sanitation _ 15,000 Excavation Total Environmental Pro. $ $ 15,300. .Leisure $ Cultural Opportunities' $ $ 16,000 Recrecation study Roof (FRS) Recreation _ 95,500 Rec. Center Rec. Center Planning (FRS) _ 15,000 3,500 Additional vehicle _ 200 Communication & Maintenance to Imp. Parks 5,000- Repair 10,000- Tree trimming 15,000 Street Tree Planting _ 8,042 Additional staffing library300 _ Fuels & lubricants r 4:426 Truck van -_ 5,915 `Audio-Vis Equipment 250 Library materials Total Leisure & Cultural $ $ 179,133 Opportunities - 101,354 $_� $ 592>246 Total Expenditure Adjustments - $ 520,430 Net Receipt Adjustment 490,892 Net Expenditure Adjustment --.$1,011,322 Subtotal 959 Net Tax Adjustment $l p Total Adjustment — . CITY OF IOWA CITY -. - -Capital Improvements Programs _ _ - - - FY 1976 Budget SOURCE OF _ ROAD USE HOUSING 6 FEDERAL BONDS.}.. .% - 1 co I.. CIP PROJECT - LOCATIONREVENUES I II Ii �ol ALLOCATION AnquS KENALLOCATION t Repair Faeility4 : .i IJ da!a - Sri l d.i •� L I; I I •_� 1 I 0-i.. EquipcenU- i i i i l i l Civ lo-ic Center Flood Proofing 1300 30 2 - — I ! I t I i Lor Income Housing _ Ralston Creek Plnnnin- River Corridor Study 3p g Urban Renewal Project 30-1� AnimalShelter _ _.. 10 ,I I It is /op ! l 'I I I 1 1 1 I .I•_ V 41-1 R-14 Signals .. _ 1 I' qr� i I I �.i. i III -. ,. 1..: - 1 u R-14 Lighting _- �1� told ; 8 loi ' S HHS_ 75 Traffic Signalixasion Pzoi. 4 _1 Bus Ac msition ,l�;o-o lig ddo ' I i I_ -q2_Z Bus Shelters j I ,' ( tj I i 7! oo• i 1 12_3 Bus Stoigning gl °ob ui enc i 1 - I ! • (- Id a'7Sa 42-4. Communication Eq lm R-10 Streets Storm Severs s- _ :4s-3 R-14 Trees 6 Plantings ddd I I i I / ls'S !o I jj 1 44-3 R-14 Sideralks I 4 I d '. Is ep 44-5 Asphalt Resurfacing I -- 5� °� I _ Sidewalks- I /° innnlll I� -7 Cit Share Extra Width Pav- 44-8 - wscatine Ave. Improvements SSIo ; 1 '44_9 Gilbert Court Storm Serer lsb r I I ° 44-10Benton Street Bridge SidJ. 44-11 Bikeways - •' i I Is I DDG --BUDG 0 ERAT CIP I PROJECT ALLOCATION LOCATION REVENUES RESERVES TAX ADJUSTMENT ALLOCATION MM. DEVE. AID Rnvnq - 01 110 SO Parking Fa Facility �1 [4 1-1 R-14 SewerImprovements' 1 0 9 ^ ( - '' I I S 1-2 River Corridor Trunk Sewor S1-3. Sanitary Assessment Proj6ct I Id I I 51-4 Grit Remov I Equip. lmprqve.t. aift si-S i West Park Station I Infiltration -Inflow Analisi! -- . 156 -n , 'I - , , I I ! i I 1 1 1 , I : '. : t 52-1 ' R-14 Water Improvements New Subdivision Water Mains I .52-2 S2-3 Remote Read Conversion Al I 1 j ' I. _`_j I j , I I i I l ( I : _l - - S2-4 Two Inch WaZtr,:i:,,Rep] ice I/�f�Iol� ��^I I I j ..' I S2 -S I water main , .I Sludge Treatment Project 53- 1_ Sanitary Landfill.Acq. S4-1- Cemetery Road Neighborhood Parks Imp. 61- 61-2 1- Public Tree Planting Pro 1 61-3 Southside Park Acq. j 61-4 Recreation Center Plannik 61 -S East Side Park Acquisition I 11 1,7� 61-6 Riverfront Acquisition Total j WAP7 loab FLO Represents local share of I I lj03zi0ol University share of 156,70 city of Coralville of 65,2g�% Total Resources S __.— .:_.-- Total Requirements S. ---- _ ...... Estimated Saxes per 51000 valuation.. S ...— .. 1973 Actual Expenditures S._—._.—__:..._. r�..� ..m-•• --• — -- -1. --_-- 1974.5 (18-maj Est. Expenditures S____------- — — ----- �� .t F, M6- ( Iowa BUDGET ESTIMATE SUMMARY July 1, 1975 = lune 30,19.76: PR0GRA61 E%PFtiOITUflES- flESOUflLES flE-0UIREMENTS 10 Protection - Human Development Ham eBCom munity --- Policy and Total Beginning NorrProperty Property iax Less. Working Net Resources Total Resources S __.— .:_.-- Total Requirements S. ---- _ ...... Estimated Saxes per 51000 valuation.. S ...— .. 1973 Actual Expenditures S._—._.—__:..._. r�..� ..m-•• --• — -- -1. --_-- 1974.5 (18-maj Est. Expenditures S____------- — — ----- �� Line I 2 - 3 4 5 6 7 FUNDS - o1 -GENERAL: - Within 30 mill levy - Liquor Profit Account— !Municipal Assistance Account Ag Land levy a,= Tort Liability lery. _... ................. _.—levy ....... ... .. ...... o -levy 10 203040 : Environment 506070 Adminislraiion 80 Cash Balance Tax Income - 74-75 FYE G3076 Asking FYE 030.76 Balance (Reserve) for Expenditure 7-1.7: FYE 63076 -. (H) F - _ _.._ _. . -- ---. ---- - --- -- - - ---- -- - 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 OS—ELiERGENCY 06—ROAD USE TAX 07—rEDERAL REVENUE SHARING I"EBT SERVICE (G.O.) 2D—TRUST 8 AGENCY: City Share -HCA. [PERS Pension—fire. Police Other -................. _._._............. ---- 30—CAPITAL 10PROVEMENT RESERVE SO—UTILITIES: Water Sewer : - - ....Electric .... ............... ........ —_—.�_..._...�_--._. .... _....... ..__._....... _..... .. 55—ENTERPRISES Parking System Airport System -. Solid Waste System- - Hospital System Transit System - - - ........9.... ..... _.......... .... _....... — ...._..:. .._..-........... _. ..._...._. _._____..:: 6D—SPECIAL ASSESSMENTS -- ------ - - -. - - - _ - _- ._. - - - - _. - - - - - - -.. I -. ( 34 Tatals z. e Total Resources S __.— .:_.-- Total Requirements S. ---- _ ...... Estimated Saxes per 51000 valuation.. S ...— .. 1973 Actual Expenditures S._—._.—__:..._. r�..� ..m-•• --• — -- -1. --_-- 1974.5 (18-maj Est. Expenditures S____------- — — ----- ��