HomeMy WebLinkAbout1974-02-19 ResolutionRESOLUTION NO- 74-!;9
on" mace PRRMIT APPLICATION
BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Class
"B" Beer Permit Application is hereby approved for the following named per-
son or persons at the following described locations:
Edna Eldeen,dba/Hilltop Tavern, 1100 N. Dodge St.
Said approval shall be subject to any conditions or restrictions hereafter
imposed by ordinance or state law.
The City Clerk shall cause a recomendation for approval to be en-
dorsed upon the application and forward the same together with the license
fee, certificate of financial responsibility, surety bond and all other
information or documents required to the Iowa Beer & Liquor Control Department.
seconded by n,an�+ that the
It was moved by Whi P and roll call there were:
Resolution as'read be adopted, and upon
AYES: NAYS: ABSENT:
X _
Brandt v
Coarneck'i-
Davidsen" x
deP rO S Se
Y.7L+ i to
day of FPhruarx , 19 7 4
passed this �,__
THIS AGREEMENT,.made and entered into this 19th day of
February 19 74 , by and between the City of Iowa
City, Iowa
party of the first part, hereinafter referred to as the Owner
and Metro Pavers, Inc. of Iowa City, Iowa
party of the second part, hereinafter referred to as the "Contractor".
WITNESSETH:
That whereas the Owner has heretofore caused to be prepared
certain plans, specifications and proposal blanks, dated the 27th
day of November , 1973 for the Burlington Street Improvement
Project
under the terms and conditions therein fully stated and set forth,
and.
Whereas, said plans, specifications and proposal accurately,
and fully describe the terms and conditions upon which the Contractor
is willing to perform the work specified:
NOW, THEREFORE, IT IS AGREED:
1. That the Owner hereby accepts
the
proposal of the
Contractor
for,the work and.for the
sums listed below:
ITEM
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
EXTENDED
AMOUNT
1.
9" PCC Pavement
sq. yd.
11,529
$ 9.50
$109,525.50
2.
7" PCC Pavement
sq. yd.
7,513
8.25
61,982.25
3.
6" Integral Curb
lin. ft.
4,854
.65
3,155.10
4.
6" PCC Alley Pavement
sq. yd.
- _ 765
8.00
6,120.00
5.
6" PCC Driveway Pavement
sq. yd.
1,827
8.50
15,529.50
6.
4" PCC Sidewalk
sq. ft.
16,712
1.00
16,712.00
7.
Asphaltic Conc. Surface-
ton
575
30.00
17,250.00
8.
Primer or Tack
gal.
248
.70
173.60
9.
Crushed Stone
ton
177
5.20
920.40
J
C-01
TOTAL EXTENDED AMOUNT
(Total Items 1-33)
C-02
11\luL
$12.60
14.57
16.75
20.00
27.50
38.22
47.00
600.00
2800.00
600.00
950.00
50.00
600.00
2.00
2.00
.13
1.50
1.75
100.00
2.75
8.00
1.00
3.50
6.50
900.00
50.00
.38
5.25
10.00
2.50
$ 9,878.40."
845.06
5,711.75
3,420.00
13,970.00
1,911.00
24,816.00
1,800.00
2,800.00
600.00
16,150.00
5,550.00
1,200.00
36,594.00
3,442.00
2,710.89
450.00
2,063.25
1,300.00
13,109.25
832.00
104.00
280.00
2,587.00
$ 383,492.95
_
ESTIMATED
ITEM
DESCRIPTION
UNIT
_
UANTITY
10.-
RCP 2000D Storm Sewer (12")
lin.
ft.
784
11.
RCP 2000D Storm Sewer (15")
lin.
ft.
58
12.
RCP 2000D Storm Sewer (18")
lin.
ft.
341
13.
RCP 2000D Storm Sewer (21")
lin.
ft.
171
14.
RCP 2000D Storm Sewer (30")
lin.
ft.
508
15.
RCP 2000D Storm Sewer (36")
lin.
ft.
50
16.
RCP 2000D Storm Sewer (42")
lin.
ft.
528
17.
Standard Precast Manhole
each
3
18.
Special Manhole
each
1
19.
RA -3 Inlet
each
1
20.
RA -8 Inlet
each
17
21.
RA -8 Throat
lin.
ft.
111
22.
Double Alley Inlet
each
2
23.
Pavement Removal
sq.
yd.
18,297
24.
Concrete Driveway Removal
sq.
yd.
19721
25.
Sidewalk Removal
sq.
ft.
20,853
26.
Asphalt Pavement Removal
sq.
yd.
300
27.
Saw Cut
lin.
ft.
1,179
28.
Inlet Removal
each
13
29.
Excavation
cu.
yd.
4,767
30.
PCC Steps
cu.
ft.
104
31.
PCC Step Removal
cu.
ft.
104
32.
Asphalt Curb
lin.
ft.
80
33.
30" Curb & Gutter
lin.
ft.
398
34.
RA -6 Inlet
each
As req'd
35.
RA -7 Throat
lin.
ft.
As req'd
36.
#4 Paving Reinforcing Rod-
lb.
As req'd
37.
1"-3" Rock Compacted in Place
ton
As req'd
38.
Sanitary Sewer Service Connections/lin.
ft.
As req'd
39.
Exposed Concrete Sidewalk
sq.
ft.
As req'd
TOTAL EXTENDED AMOUNT
(Total Items 1-33)
C-02
11\luL
$12.60
14.57
16.75
20.00
27.50
38.22
47.00
600.00
2800.00
600.00
950.00
50.00
600.00
2.00
2.00
.13
1.50
1.75
100.00
2.75
8.00
1.00
3.50
6.50
900.00
50.00
.38
5.25
10.00
2.50
$ 9,878.40."
845.06
5,711.75
3,420.00
13,970.00
1,911.00
24,816.00
1,800.00
2,800.00
600.00
16,150.00
5,550.00
1,200.00
36,594.00
3,442.00
2,710.89
450.00
2,063.25
1,300.00
13,109.25
832.00
104.00
280.00
2,587.00
$ 383,492.95
1
2. That this Contract consists of tine i:ollowing component parts
which are made a part of; this agreement and Contract.as fully -
and 'absolutely as if they were set out in detail in this Contract:
a. Addenda Numbers One and Two
b. Detailed Specifications for the BURLINGTON STREET IMPROVEMEP4T
PROJECT
c. Plans
d. Notice of Public Hearing and Notice to Bidders
e, Instructions to Bidders
f, Special Conditions
g. Supplemental General Conditions
h. General'Conditions
i. Proposal
j. This Instrument
Above components are complementary and what is called for by
one shall be as binding as if called for by all.
3. That payments are to be made to the Contractor in accordance
with and subject to the provisions embodied in the documents
made a part of this Contract.
4. That this Contract is executed in three (3) copies.
IN WITNESS WHEREOF, the parties hereto have hereunto set their
hands and seals the date first written above.
City of Iowa City, J.owa -- Contractor Metro Payers, Inc./I (Seal)
By (Sea
(Title) (Tile) President
ATTEST:
EST:
0
(Title.) (14'Zr
(Title) Johnson Count —Notar
(Company icia
C-03
.■
Iowa City, Iowa
Here insert the name and address or legal title of theContractor)
a Principal, hereinafter called the Contractor and
STATE SURETY COMPANY
Here insert the legaZ title of the Surety
as Surety, hereinafter called the Surety, are held and firmly bound
onto the City of Iowa City, Iowa, as obligee, hereinafter called the
Three Hundred -Eighty-three Thousand Four Hundred Ninety -
Owner, in the amount of two and 95/100
Dollars ($ 3839492.95- ) for the payment whereof Contractor and
Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated February 19 ,
74 �P
19 -,1yf4 %d��li i g t 8in 9StCMQ ne irr n�w �e�e4r
In accordance with drawings and specifications prepared by the City
of Iowa City, which Contract is by reference made a part hereof, and
is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Contract, then
the obligation of this bond shall benulland void; otherwise it shall
remain in full force and effect.
A. The Surety hereby waives notice of any alteration or extension
of time made by the Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in
default under the Contract, the Owner having performed Owner's
�B-1A-;
default, or shall promptly:
1.
2.
Complete the Contract, in accordance with its terms and
conditions, or
Obtain a bid or bids for submission to Owner for completing
the Contract in accordance with its terms and conditions,
and upon determination by Owner and Surety of the lowest
responsible bidder, arrange for a contract between such
bidder and Owner, and make available as work progresses
(even though there should be a default or a succession of
defaults under the Contract or contracts of completion
arranged under this paragraph) sufficient funds to pay the
cost of completion less the balance of the Contract Price;
but not exceeding, including other costs and damages for
which the Surety may be liable hereunder, the amount set
forth in the first paragraph hereof. The term "balance of
the Contract Price", as used in this paragraph, shall mean
the total amount payable by Owner to Contractor under the
Contract and any amendments thereto, less the amount properly
paid by Owner to Contractor.
C. The Contractor and his Surety shall, in accordance with the
provisions of Section 391 of the Code of Iowa be obligated to
keep the improvements covered by this bond in good repair for
a period of from the date of acceptance of
five years
the improvements by the Owner.
D. Any suit under this bond must be instituted before the expiration
of years from the date on which final payment under
tM years
the Contract falls due.
PB -2
IPB-1B
IT IS A FURTHER CONDITION OF THIS OBLIGATION that the principal and
Surety shall, in accordance with provisions of Chapter 573 of the
Code of Iowa, pay to all persons, firms or corporations having con-
tracts directly with the principal or with subcontractors all just
claims due them for labor performed or materials furnished in the
performance of the contract on account of which this bond is given.
The provisions of Chapter 573, Code of Iowa, are a part of this bond
to the same extent as if they were expressly set out herein.
SIGNED AND SEALED THIS DAY OF
A.D., 19 74
IN THE PRESENCE OF:
Witness
METRO PAVERS, INC.
(Principal)
STATE SURETY COMPANY
(Surety)
Witness
1_ -
PB -3
t
This Power; of Attorney Lmtte the those named 'therein to` the bonds- and uncle s
they have no su 7 Onty to bind the �gs specifically named therein,
y except m the,manne� and to?the a:tenf, n stated.
POWER OF :ATTORNEY
STATE`. "RETY" COXIPANY
Des Moines, Iowa
KNOW ALL MEN BY THESE PRESENTS:
That State Surety Company, a Corporation organized and existing under the laws of the State of Iowa, by
Vice President .in pursuance of authority y
Title Y gtanted by Section 1, Article II of its B Laws to wit:
"The Chairman of the Board, the President, any Vice -President or any Assistant Vice -President, the Secretary or any Assistant
Secretary or the Treasurer shall -have authority to issue bonds, policies or undertakings in the name of the Company. The
Chairman of the Board, the President or any Vice -President, or any Assistant Vice -President, in conjunction with the Secretary
or any Assistant Secretary may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evi-
dencing the appointment in each case, for and on behalf of the Company to execute and deliver and to affix the seal of the
Company to bonds, undertakings,recognizinces, and suretyship obligations of all kinds; and said officers may remove any such
attorney-in-fact or agent and revoke any power of attorney granted to such person."
does hereby nominate, constitute and appoint
C. B. Condon or G. A. La Mair, II or C. J. Grant, Jr. or James F. Norris or James
E. Thompson of Des Moines,Iowa
its true and lawful agent and Attorney in Fact, to make, execute, seal and deliver, for, and on its behalf as Surety, and as
its act and deed:
Any and all bonds or undertakings
And the execution of such bonds or undertakings in pursuance of thesepresents, shall be as binding upon said Company, as
fully and amply, to all intents and purposes, as if such bond had been duly executed and acknowledged by one of the
regularly elected officers of the Company in their own proper person.
This Power of Attorney or any certificate thereof may be signed and sealed by facsimile under and by the authority granted
by Section 1, Article II, Paragraph 3 of its By -Laws to wit:
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney
or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship
obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually
affixed."
It is certified by the officers signing that the foregoing is a true copy of Section I, Article II of the By -Laws of said Company,
duly adopted and recorded, and is now in force.
IN WITNESS WHEREOF, we have hereunto subscribed our names and affixed the corporate seal of the said State Surety
Company this-4-th—day of January 19_72
n
STATE SURETY COMPANY
Assistant Sec Cary
State of Iowa
Polk as.
County of 1
,J •
osan =
By, � T.
.�
On January 4, 197 1 2 before me, a notary public in and for said County, personally appeared Pi J. Lonc,
personally known who being by me dulysworn, did say that he is _Vice President
Company, of Des Moines, Iowa, created, organized and existing under and by virtue of the laws of the of State
Iowa;that the attached instrument was signed and sealed' on behalf of State Surety Company by authority of its Board of
Directors and the said I•t_ ,7_ i.onQ - acknowledged the execution of said instrument to be the voluntary
act and deed of State Surety Company by it executed.
IN WITNESS WHEREOF, I ;have hereunto subscribed by name and affixed m icial seal ar Des 11 Ines Zowa
the day and year last above written.
My commission expires_ly 4 1972 10W^
Notary Public
Charles L. Hollingsworth CERTIFICATE
The undersigned,e an A istaIlt Secretary
effect. uof State Surety Company, does hereby certify that the above and
foregoing is a trueand correct copy of a Power of Attorney executed by said State gill Company, which is sti11 in force and
In Testimony Whereof, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
--day of 19
2588 (Rev. 1/70)
Assistant Secreta'
RESOLUTION: NO. 7--
.RESO1,JJTIoAPPROVING CONTRACT AND BOND - 1974 Sanitar Sewer Improvement
Project 71-1
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IO[dA:
That the contract and bond executed by
Lincoln Development Corporation
of Marshalltown, Iowa
dated February 19 19 74
> for the construction of
1974 Sanitary Sewer Improvement Project_1, Burlington and Linn Streets
within the City of Iowa City, Iowa, as described in the plans and specifications
and which have been signed by the Mayor and City Clerk on behalf of the City of
Iowa City, Iowa, be and the same are hereby approved.
It was moved by White and seconded by Brandt
that the resolution as read be adopted, and upon roll call there
were:
AYES: NAYS: ABSENT:
Brandt X
�� Davidsen �-
�Z�necki �_
�*.._ deProsse _X
White __X_
Passed and approved this 19th day of February
19 74
ti
Mayor
ATTEST _ C%
City Cler
THIS AGREEMENT, made and entered into this 19th day o
February a 19 74 , by and between the
L- itv of 1o'r:a CitV. Iowa
party of the first part, hereinafter referred to as the 0%•mer
and I i rrnl n naval nmmnn+ ri,v, ,,,+;
party o-= the second part, hereinafter referred to as the "Contractor"
WITNESSETH:
That whereas the Owner has heretofore caused to be prepared
certain plans, specifications and proposal blanks, dated the 7th
day of December 19 73 , for the 1974 Sanitary Sevier Impr over.:ert
Project 71T
u -der the terms and conditions therein fully stated and set forth,
i";ereas, said plans, specifications and proposal accurately,
Mrd fully describe the terns and conditions upon which the Contractor
iS w4lir_7 to perform the work specified:
N'01'72 THEREFORE, IT IS AGREED:
1. That the O.,mer hereby'accepts the proposal of the Contractor
=or the work and for the sums listed below:
C-01
ESTIMATED
UNIT
EXTEi 1,ED
T=M
DESC rIPTIO�;
UNIT
UANTITY
PRICE
AMOU!,;T
1.
15" VCP Sanitary Sewer
lin ft
10
$30.00
$ 300,00
2.
12" VCP Sanitary Sewer
lin ft
20
25.00
500,00
3.
i0" VCP Sanitary Sewer -
lin r"t
50
20.00
1,000,00
=:.
8"VCP Sanitary Sewer
lin ft
870
8.00
61960,00
5.
4" VCP Sanitary Sewer
lin ft
522
7.00
;;1654100
6.
Standard Manhole Depth
lin ft
94.2
45.00
4,239,00
7.
Manhole Rings & Covers
each
10
70.00
700,00
3.
Remove Existing Manholes
each
10
300.00
" ^^
3,UVC.riJ
9
Sand Backfill
cu yds
1,175
4.00
4,700,00
10.
Rolled Stone Base (6" Depth)
sq yds
796
2.00
1,592.00
11.
Asphalt Matt (2" Mat)
tons
88
30.00
2,640.00
l2.
San. Sewer Service Connection
each
17
75.00
1,275,00
13.
San. Sewer Service Tap
each
2
250.00
500.00
TOTAL EXTENDED AMOUNT
$31,C6C.OG
Unit
Adjustment Prices: to adjust total
contract
amount for
unforeseen
conditions:
7"-3" Crushed Rock Bedding
ton
Adjustment
Unit Price
$ 8.50
C-01
b. Detailed Specifications for the 197 • Sanitary Selerer IPiprove,,ent
Project 7#1
c. Plans
,Notice of Public Nearing and Notice to Bidders
e. Instructions to Bidders
i. Special Conditions
g. Supplemental General Conditions
h. General Conditions
i. Proposal
j. This instrument
Above components are complementary and what is called for by
one shall be as binding as if called for by all.
—ha-- payments are to be made to the Contractor in accordance
With and subject to the provisions embodied in the documents
ade a part of this Contract.
'. 7haz this Contract is executed in three (3) copies.
IN iSIT\ESS WHEREOF, the parties hereto have hereunto set their
:ands and seals the date first written above.
City ot-1pola City�IovIa
L J
Mayor
Conta to
_(Seal) By z
(Title)
ATTEST:
(Title)
C-02
oln Deveiormc,--=t
`_ MM �Mq
ompany
RI
•;
Insurance comoa:ly of Mort:: ti-mrica
f ece inaer the aga Rt a e UrettJ
as Surety, hereinafter called the Surety, are held and firmly bound
onto the City of Iowa City, Iowo,.as obligee, hereinafter called the
Owner, in the amount of Thirty One.Thousand Sixty and no/100ths.
Dollar& ($ 31,Q60.00- ) for 2.:e payment whoroof Contractor and
Surety'bind themselves, their heirs, executors, administrators,
successors and assigns,,jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written dated February 19
19 74 entered into a Contract with Owner for ..._
1974 Sanitary Sewer Project No.- 1,__'Bur1ington and Linn Streets.
In accordance with drawings and specifications prepared by the City
of Iowa City, which Contract is by reference made a part hereof,'and
is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Contract, then
the obligation of this bond shall be null and void; otherwise it shall
reMain in full force and effect.
A. The Surety hereby waives notice of any -iteration o: extension
of time made by the Owner.
B.' Whenever Contractor shall be, -and is declared by Owner to ba, in
default under the Contract, the Owner having performed Owner's
PB -1
and upon determination by Ow.:er and Surety of the lowest
responsible bidder, arrange for a contract between such
bidder and Owner, and ;cake available as work progresses
(oven.though there should be a default or a succession of
defaults under the Contract or contacts of completion
arranged under this paragraph) sufficient funds to pay the
cost of completion less the balance of the Contract Price;
but not exceeding, including other costs and damages for
which the Surety may be liable hereunder, the amount set
forth in the first paragraph hereof. The term "balance of
the Contract Price", as used in this paragraph, shall mean
the total amount payable by Owner to Contractor under the
Contract and any amendments thereto, less the amount properly
paid by Owner to Contractor.
C. The Contractor and his Surety shall, in accordance with the
provisions of Section 391 of the Code of Iowa be obligated to
keep the improvements covered by this bond in good repair for
a period of TWO_(Z years from the date of•acceptance of
the improvements by the Owner.
D. Any suit under this bond must be instituted before the expiration
of two (2) years from the date on which final payment under
the Contract falls due:
P3-2
I1' IS A FURTHER CONDITION OF THIS OBLIGATION that the principal a, -.d
Surety shall, in accordance with provisions of Chapter S73 of the
Code of Iowa, pay to all persons, firms or corporations having con-
tracts directly with the principal or with subcontractors all just
claims due them for labor performed or m"-teriais furnished in the
performnance of the contract on account of which this bond is given.
The provisions of Chapter 573;.•Code of Iowa, aro a part of this bond.
to the same extent as if they were expressly set out horein.
SIGNED AND SEALED THIS DAY OF
A.D. , 19.
IN THE PRESENCE OF:
Lincoln Dove
ant corporation
tie
I :ruranco co;z?any of \ort:: lm arica
(Surety _
Atte.-aQy-.n-:
St Iowa 1ZQQidoa: .i,-Qnz
COMPANY OF NORTH AMERICA
roll.:u►F;f.Pn►a. Pa.
knoW all men by t6t%e prtilientst: That the INSURANCE COMPANY OF NORTH
AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the
City of Philadelphia, Pennsylvania; pursuant to .the following Resolution, which was adopted by the
Board of Directors of the said Company on June 9, 1953, to wit:
"RESOLVED, pursuant to Articles :3.6 and 5.1 of the By -Laws, that the following Rules shall govern the execution
for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof:
(1) "Such writings shall be signed by the President, a Vice President, an Assistant Vice President, a Resident Vice
President or an Attorney -in -Fact.
(2) "Unless signed by an Attorney -i» -Fact. such writings shall have the seal of the Co7npa ny affixed thereto, duly
attested by the Secretary, an Assistant Secretary or a Resident Assistant Secretary. when such writings are signed by an
Attorney -in -Fact, he shall either affix an impression of the Company's seal or use some other generally accepted method
of indicating use of a seal (as by -writing the word "Seal" or the letters "L.S." after his signature).
(3) "Resident Vice Presidents, Resident Assistant Secretaries and Attorneys -in -Fact may be appointed by the President
or .any Vice President, with such limits on their authority to bind the Company as the appointing officer may see fit to
impose.
(4) "Such Resident Officers and Atturneys-in-Fact shall have authority to act as aforesaid, whether or not the President,
the Secretary, or both, he absent or incapacitated: and shall also have authority to certify or verify copies of this Resolu-
tion, the By -Laws -of the Company, and any affidavit or record of the Company necessary to the discharge of their duties.
(5) "Any such writing executed in accordance with these Rules shall be as hinding upon the Company in any case as
though signed by the President and attested by the Secretary.
does hereby nominate, constitute and appoint M. L. HOLMES, RAY MURPHY, JR., H. S. BARROWS,
ROBERT A. DEE, ROY L..HEGGEN,-DANIEL J. GRIMM, R. J. NOYCE, ROBERT J. McCAULEY, C. J.
SMITH and WAYNE 0. DAILEY, all of the City of Des Moines, State of Iowa
its true and lawful agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf,
and as its act and deed any and all bonds and undertakings in its business of guaranteeing the fidelity
of persons holding places of public or private trust, and in the performance of contracts other than
insurance policies, and executing and guaranteeing bonds or other undertakings, required or permitted'
in all actions or proceedings or by law required or permitted.
All such bonds and undertakings as aforesaid to be signed for the Company and the Seal of
the Company attached thereto by any one of the said M. L. Holmes, Ray Murphy, Jr.,
H. S. Barrows, Robert A. Dee, Roy L. Heggen, Daniel J. Grimm, R. J. Noyce, Robert J.
McCauley, C. J. Smith or Wayne 0. Dailey, individually.
And *the execution of such bonds or undertakings in pursuance of these presents, shall be as binding
upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed
and acknowledged by the regularly elected officers of the Company at its office in Philadelphia, Com-
monwealth of Pennsylvania, in their ownproperpersons.
IN WITNESS WHEREOF, the said ..... ............._..........._..H UGH._ M. SINCLAIR.._..._..___. Vice -.President,
.. .
has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF
NORTH AMERICA this .................................16th......................... ...........:........:...clay of....................June............ ....
......... 19..x....
INSURANCE COMPANY OF NORTH AMERICA
HUGH M. _SINCLAIR
............. .. _ .. _....._.......__
(SEAL) by " "" " " "" Vice -President
STATE OF PENNSYLVANIA ss.
COUNTY OF PHILADELPHIA
y June A. D. 19 .... ., before the subscriber, a Notary
On this..........................__lb.th.___..._:_._.__da of_...._.........._......__..._.........._._._........_
Public of the Commonwealth of Pennsylvania, in and for the County of Philadelphia, duly commissioned and qualified, came
..... .___^THUGH M..... SINCLAIR _._........._.:.._. ............... _.... .._, Vice -President of the INSURANCE
COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in, and who executed
the preceding instrument,, and he acknowledged the execution of the same, and, being by me duly sworn, deposeth and saith,
that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate seal of
said Company, and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instru-
ment by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said
Company, referred to in the preceding instrument, is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Philadelphia,
the day and year first above written.
-......._.... .............. ........ $._...134�IL '. .....__....__...__
Notary Public.
res May 22nd, 1972
Assistant Secretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that
TORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect.
have hereunto subscribed my name as Assistant Secretary, and ane corporate seal of
_... __ _ _..__.day of.... _ ............ ..... .......... ./- _....... .... ....... ....
a
PRINTCD IN u > w
i
—
3 .
Z}
......
SB -1 B
-......._.... .............. ........ $._...134�IL '. .....__....__...__
Notary Public.
res May 22nd, 1972
Assistant Secretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that
TORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect.
have hereunto subscribed my name as Assistant Secretary, and ane corporate seal of
_... __ _ _..__.day of.... _ ............ ..... .......... ./- _....... .... ....... ....
a
PRINTCD IN u > w
That the bid of
Winebrenner-Dreusicke of Iowa City, Iowa
in the amount of $ 17,345.39 , for the purchase of
One (1) New and Unused 47,000 lb GVW Tandem Truck Chassis for Refuse Division
described in the specifications heretofore adopted by this Council on
January 8 , 19 74 , be and is hereby accepted, the same being the
I - bid received for said work.
The Finance Director is hereby directed to execute a purchase order with the
said Winebrenner-Dreusicke
for said equipment
. of Iowa City, Iowa
It was moved by deProsse and seconded by White
the resolution as read be adopted, and upon roll call there were:
Brandt
Czarnecki
Davidsen
deProsse
White
AYES: NAYS: ABSENT:
X
X
X
X
X
Passed and approved this 19th day of Februar
Ma
1 -
ATTEST: /u/ t
City Clerk
that
, 19 74
I
NOTICE TO BIDDERS
I Z bids ;:ill be received by the City of Io4:a City, Ioxa,-
t: __Cctor of Finance in the Civic Center Lint:l 1 E N IU GI CIGC':
Daylight Saving lime , Thursday on t'- C: 14-;r. —
ai'Y19 T4 to be opened by ,:hi. City M�: »
tOr fu. li5hi]ig and delivering the 4C01104!41, ,C'CuiC _n
>T)'C1fication S nolo on file in the Office of the Cy u
v; -.e (1) New and Unused 47,000 lb. GV+if rands,, Tru �Cijc-Ss
G
s ec^_fi Caticns and proposal fo=s a.ay OE
of t .^. Administrative Engineer, Department of Public
_:ds Snail be led forms furnished by -the l.ity Of i - _
filed o; one C
a%G J'.-4-ly marked ""Ids for 47,000 1b. CV14 Tandem Truck C:'ic,ssi5' .
=C.; 'Did must be aCCOi^.-Oanied, in a sep.^__ ate envelop.-, by ;.. C.3 .....,_
C: i...
on an Iowa bank made payable to the 1""'P•C?'"'^' -r _ h i f 4 „-
_.,-ou,c_ of C c_i.y G_ -
_G': in the slim Of not less than five (5) Percent Of the
seg =ty zhat the bidder will enter into contract withhc; Ci`v 32
_..:: £.. Said caeca shall not contain any Conditions 8'_-i.11dr i:i 1C
T ...:forsemert thereon. The envelope must be addressed to
dG"_sed with the name Of the bidder and :aa:e ref=encc t0 tho c:0u=i7:f.:i_.- ..
b=d. In the evert that the successful bidder s::ould -io
f."_nisi_ bond acceptable to the City Council as required by
be forfeited LO the Cit% Of 04:a City; _Gh'a, a--
._1C C.
Q:=.".:�."
�'-d5 y be withiTcwn at --Y time prior to ,:!lc
but no bid may be withdrawn for a period of Com_
.. _
�.:._ .. »_rLer.
-- .<aaer's cr.eca of the '.':nsllcCl;S5fta birders :kill G,� ,. --: -___cC .. _
�_ys after award of contract. The Check Of the sucC',-',_-s_Z
= cd after execution Of the CGnzract _. the f0_^1 7CJS =J C y
•.Or the unit 41:11 ID O made within thirty (JO) days
_=:y Council.
v_ 'J Or lo -....,a reserves the to waive ai y i=_-
It would be in the best interest of the City, and to rojcC_ .
Ci'iY 07 iCi"... CITY, _C:i
va. la(�1\1 a. V.. AYCII\L WE 1, vav lilH lil rua
1 New & Unused`24,OOO GVW Truck Chassis With Articulated
Hydraulic Crane and Flat Bed
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA:
That the bid of
Cline Equipment
in the amount of $ 16,300.00
of Iowa City', Iowa
, for the purchase of
One (1) New and Unused 24,000 GVW Truck Chassis with Articulated Hydraulic
Crane and Flat Bed. Trade in of one 1967 Chevrolet CS -3 Flat Bed Truck,
City Equipment No. 251
described in the specifications.heretofore adopted by this Council on
January 8 , 19 74 , be and is hereby accepted, the same being the
bid received for said work.
The Finance Director is hereby directed to execute a purchase order with the
said Cline Eouipment I of Iowa City, Iowa
for said equipment
It was moved by White
and seconded by
deProsse that
the resolution as read be adopted, and upon roll call there were:
Brandt
Czarnecki
Davidsen
deProsse
White
Passed and approved this 19th
AYES: NAYS:
X
_ X_
—X
X_
day of
Ma
ATTEST: C�l�jt��_ ;:�c�L�-�J
City Clerk
February
ABSENT:
19 74
Mics 1P__1 c raceived Ly t e City of Iol?a City IG:.a =
., J •Glut Gt Tziaance ii: t e Clvic Center un ti i ter. (10} - '`'`•. _ _ . _
D ' i lit SairingTiMe
Thursday
on. tha
197A, , LC be opened by the Cit,/
c.
�' Jr 5 7iitC and 'the f"0110:V1i:C I;OiL.. h.1c::1 _ - y
3�..___CaZ G s now One in the J -five c- .i;Ze C1ij C:c:
Jused anC Un
24> Truck Chassis
"d Crane and Fiat Bed. T-rcde-ir. of on -' _ y
_at Bed- :luck, C�,y LGU1pPenz �G. � �c�i ?•/,M�
.,_ <cS v_ hL: s'Oec_-=- cs t ions � 41 proposal y..,,_...
P L v_:_i may be CbLc_.cQL_
G_ e Ad-min-4strative Engineer, Departuert of Public i o� -I_
°- led sled
�t.u1? be .i or, iO=PiS=Ur:'.1 � by the•, •• -
Clty Of IG,...•u
Jiminly arke" "Bids for 24,000 GV14 ruck C}•:assis L•:- _ .
- - - Bed". ;th c�
-----
- b be accompaI"aed, in a separate enveiope, by a-
:: bank mode pay: isle to the Treasurer
� ,.h„ S..:.. O_ not .855 than TlvB (5).. pG--rCC-Ili. of t::G'
--..___j =hat t.i3 bidder Fiiil enter iri`-O Cvntr,^_Ci: tdi_-
t t V
0 a. Jaid C.^.ec,: shall rot Contain any conditions eit..er J:-,-
o"orse; leIlt thereon. envelope
the The 8n pe :i:'�gi.. �'ic. addressiC tG
- :?i-th e the _
_ bidder and ;-:�:;e refere.:c:; to c
-• .-IIe event rl-at the success_:I bidder should ..
l O - - .
_ Don' acceptabie to the Nzy Council as r'-,CL'i_edl by la/!,
10r.e..-,:ed to the City Of rola City iOlt'a
a '__ 'iC- _ .
> > S - _e_7 d2_...
be- wit :drawn at any time prior to the schedulec c_GS1 -
Oi _GS, but no bid may be withdra-•rn for a eriod O thir-cy
C_-S:ier S CheC{S of -ham unsuccessful bidders •r?11l
after award of contract. The check of t_e Su;C,c� es_s.=.-f._u'..: J 's
..
--et-La-7- -- execution Of the contract in the for:il 'JrGSC=_ vd .:j' i...•_ __
°a, ._nt for the unit will be madam
� within _bitty (30) days a_�cr
Council.
C.L_v of Iol;a City reserves the right to waive any ir.'
moo; i!t would be the: _a
r' ` ou' in best interest of the City, and to r; 4ac"
CITY Or I0111.4 CITY, IOL".
vyo
{ dt`,
Il'
,,1,
That Two (2) New and Unused 25 Cubic Yard Capacity Rear -Loading Refuse
Collection Units. Trade in of two (2) 20 cubic yard Heil Mark III Rear -Loading
Refuse Collection Units with 1970 International Roadster Co. CO 1700 truck chassis
City equip. # 798 and 799. ,
BE IT FURTHER RESOLVED that the specifications, as prepared by
Jim Brachtel, Administrative Engineer
of Department of Public Works
and the form of contract and Notice to Bidders, as prepared by the
City Attorney, be and the same are hereby approved; and are hereby
ordered placed on file in the office of the City Clerk for public
inspection.
BE IT FURTHER RESOLVED that the amount of the check to accompany
each bid shall be equal to five (5) per cent of the bid of each bidder.
BE IT FURTHER RESOLVED, that the City Clerk is hereby directed to
advertise for bids on said equipment bids to be received
by the City of Iowa City, Iowa, at the office of the City Clerk in the
Civic Center until 10:00 o'clock-
of March and opened then, and thereupon referred ntohthe City y
Council for action upon said bids at a meeting to be held at the Council
Chambers, Civic Center, Iowa City, Iowa, on the 2nd day of April
1974, Notice to Bidders is to be
published once each
week for two consecutive weeks in the Iowa City Press Citizen, a legal
newspaper, printed wholly in the English language, the first publication
to be not less than fifteen clear days prior to the date fixed for said
letting.
deProsse
It was moved by White
secoResolution as read be adopted, and upon roll ncall ded btherre�wwere: the
AYES: NAYS: ABSENT:
X
X Brandt
�XIffAiM Davidsen
X Czarnecki
X
NUMM" deProsse
White
Passed and approved this 19th day of —
ATTEST:iLilvlru
City Clerk- i
Februa
19 74.
nCOVJ,U11VN NV. -s- VV
RESOLUTION ACCEPTING THE WORK
1973 SANITARY SEWER REPAIR PROJECT
WHEREAS,thc EngineeringDepartment °has recommended that the im-
provement covering the construction of 1973 Sanitary Sewer Repair
Prnj plrt
as_included_in a contract between the City of Iowa City and
Pennetryn System, _Inc. of Rockford, Illinois
dated January 8, 1974 be accepted,
AND WHEREAS, the Council finds the improvement is in place and
does comply with the requirements for such improvements,
AND 1.7HF.REAS,maint-enance bonds have been filed,
NOW THEREFORE, BE IT RESOLVED by the City Council of Iowa City,
Iowa, that said improvements be hereby accepted by the City of Iowa
City, Iowa.
It was moved by White and seconded by Brandt
that the resolution as read be adopted, and upon roll call there were:
Brandt
�- . .•.•., ,,-4 41Z
Czarnecki
AYES: NAYS: ABSENT:
X
X
X
deProsse AMUROWBab X
White X
Passed and approved this 19th
ATTEST: --
day of February , 19 74
ENGINEER'S REPORT
1973 SANITARY SEWER REPAIR PROJECT
February 19, 1974
To the Honorable Mayor and City Council
Iowa City
Iowa
Honorable Mayor and Councilpersons:
I hereby certify that the improvements, as constructed in a contract
between the City of Iowa_ City and the Pennetryn Systems, Inc., of Rockford,
Illinois, dated January 8, 1974, has been completed by said contractor
in substantial accordance with the plans and specifications governing
said improvements.
I further certify that the improvements, as constructed, included
the following quantities:
ITEM DESCRIPTION
UNIT
UANTITY PRICE
1. Furnish the joint grouting
service on a total assumption
of all work, duties, equipment
supply, labor and materials
arrangement and handling 1,987 lin ft
2.
3.
GRB/mjc
AM -9 Grouting Compound
Additional set-up Charge
374 lbs.
2 each
$ 2.98
0.01
100.00
TOTAL CONTRACT AMOUNT
TOTAL DUE CONTRACTOR
Respectfully submitted,
George R. Bonnett, P.E.
City Engineer
AMOUNT
$ 5,921.26
3.74
200.00
$ 6,125.00
6,125.00
�vr:tirlol
CION 'MAKING
NU. 74—
- TTAFF-'TRTMMTATl-=CFR�)T/'+n+C
BE IT RESOLVED BY THE CITY COUNCIL OF -THE CITY OF IOWA CITY, IOWA:
That the bid of
-rmp RrPcden -
Of RrpprlpnS TrPP SP ryi rp
in the amount of $ 9�820.fi0 . for the Trimming of L96 street trees
within the City of Iowa City, Iowa, described in the plans and specifications
heretofore adopted by this Council on 19th. day of Febriiary, lg 71! be and is
hereby accepted, the flame being the lowest responsible bid received for said
work.
The Mayor and City Clerk are hereby directed to execute a contract with the
said ;gavne Prppden � of Preedens 'Free Service
forStreetTree Trimming= $9j83 0,80 said contract not to
be binding on the City until approved by this Council.
It was moved by Brandt and seconded by deP rosse that
the resolution as read be adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
Brandt
Davidsen
Czarnecki
deProsse
White
X
X
X
X
X
Passed and approved this - 19th day of_ February 19 74 .
ATTEST:
.■
0
1
Sealed proposals will be received by the Director of Finance of the City of
Iowa City, Iowa until 11:00 a.m. on the 11th day of February, 1974 for the
trimming of certain trees on public property and work incidental thereto as
described in the plans and specifications therefor now on file in the Office
of the Director of Finance, and will be opened at a public meeting presided
over by the Director of Finance to be held at 11:00 a.m-., Civic Center,
Iowa City, Iowa, at the time and date last mentioned.
Proposals will be acted upon by the City Council at -a regular meeting to be
held at the Council Chambers, Civic Center, Iowa City, Iowa on the 19th day of
February, 1974 at 7:30 p.m., or as such later time and place as may then be
fixed.
The proposed job will consist of the trimming of approximately 600 trees and
all work incidental thereto, as enumerated on the list attached hereto,
including the provision of all necessary labor, machines, tools, apparatus
and other means required to perform the work called for in the Contract
Documents in the manner prescribed therein, and in accordance with the
requirements of the City Forester or her representative under her.
Copies of the specifications, proposal, contract forms, may be obtained at
the Office of the Director of Finance.
All bids shall be filed on forms furnished by the City of Iowa City, Iowa,
sealed and plainly marked "Street Tree Trimming".
Each bid must be accompanied, in a separate envelope, by a certified check
drawn on an Iowa.bank made payable to the Treasurer of the City of Iowa City,
Iowa, in the sum of not less than five (5) percent of the amount of the base
bid as security that the bidder will enter into contract with the City of
Iowa City, Iowa. Said check shall not contain any conditions eLther in the
body of the check or endorsement thereon. The envelope must be addressed to
the Director of Financeandbe endorsed with the name of the bidder and make
reference to the services being bid. In the event that the successful bidder
should fail to enter into contract or furnish bond acceptable to the City Council
as required by law, said check shall be forfeited to the City of Iowa City, Iowa,
as liquidated damages.
Bids may be withdrawn at any time prior to the scheduled closing time for receipt
of bids, but no bid may be withdrawn for a period of thirty (30) calendar days
thereafter.
The certified checks of all bidders, except the two low bidders, will be
returned as soon as possible after the bids have been recorded. The retained
checks will be returned promptly after the contract has been signed and the
bond filed.
0
Attest
CITY OF IOWA CITY, IOWA
by and between the CITY OF IOWA CITY, party of the first part, hereinafter
referred to as the City and r cV l nib r,
party of the second part, hereinafter referred to as the Contractor.
WITNESSETH THAT WHEREAS, the City has heretofore caused to be prepared certain
lists, specifications, and proposal blanks, dated and filed the _ Z2-_ day of
under the terms and conditions therein fully stated and set forth, and WHEREAS,
said lists, specifications, and proposal accurately and fully describe the terms
and conditions upon which the Contractor is willing to perform work specified.
NOW, THEREFORE, IT IS AGREED:
1. That the City hereby accepts the proposal of the contractor for the work and
for the -sums
"" listed below:
S'
2.'1
'..t �:\n .Y. 7Y.,.. .. i'!}- C11•+.i.n Yom- _na .c � •. .�.�.��..
�....�
a. Specifications, including:
(1) Notice to Bidders
(2) General Specifications
(3) Lists
b. Contractor's Proposal
c. This Instrument
3. That payments are to be made to the Contractor in accordance with and
subject to the provisions embodied in the documents made a part of this
contract.
4. That this Contract is executed in quadruplicate.
ATTEST: {�
Title Cly rte, CL
i
ATTEST:
CITY OF IOWA
By /
Title iv,..
, IONA
CONTRACT01
By
That Two (2) New and Unused 46,000 lb. GVW Tandem Truck
Chassis
BE IT FURTHER RESOLVED that the specifications, as prepared by
Jim Brachtel, AdministrativeEngineer
Of Department of Public Works
and the form of contract and Notice to Bidders, as prepared by the
City Attorney, be and the same are hereby approved; and are hereby
ordered placed on file in the office of the City Clerk for public
inspection.
BE IT FURTHER RESOLVED that the amount of the check to accompany
each bid shall be equal to five (5) per cent of the bid of each bidder.
BE IT FURTHER RESOLVED, that the City Clerk is hereby directed to
advertise for bide on said equipment bids to be received
by the City of Iowa City, Iowa, at the office of the City Clerk in the
Civic Center until 10:00 O'clock a.m. on the 28th day
of March '74and opened then, and thereupon referred to the City
Council for action upon said bids at a meeting to be held at the Council
Chambers, Civic Center, Iowa City, Iowa,"on the 2nd day of April
1974, Notice to Bidders is to be published once each
week for two consecutive weeks in the Iowa City Press Citizen, a legal
newspaper, printed wholly in the English language, the first publication
to be not less than fifteen clear days prior to the date fixed for said
letting.
deProsse
It was moved by White and seconded by moi{ that the
Resolution as read be adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
— X Brandt
X,: XX XVAM Davidsen
— X Czarnecki
X iKKKAMN deProsse
X White
Passed and approved this 19th day of February , 197A
ATTEST:
- &64 -LL -
City Clerk dl
WHEREAS The City of Iowa City, Iowa, has established a sanitary landfill
pursuant to State law and said landfill has been approved by all agencies of
the State of Iowa whose approval is required, and
WHEREAS The City of Iowa City has negotiated contracts for the use of said
landfill by other municipalities a copy of said proposed agreement being on
file with the City Clerk, and
WHEREAS The City Council deems it in the public interest to enter into
said contract.
NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA
I. That the_Mayor and City Clerk are hereby authorized and directed to execute
sanitary landfill contracts with the following:
A. Kalona, Iowa
2. The City Clerk is hereby authorized'` and directed to certify copies of said
agreement as required by law.
It was moved by deProsse and seconded by Davidsen that the Resolu-
tion as read be adopted and upon roll call there were:
AYES: NAYS ABSENT:
X Brandt
X U"if8jcg Davidsen
X Czarnecki
X BYaksu[en deProsse
X White
1974
Passed and adopted this 19th day of February , 1913,
ATTEST:
City Clerk
A G R E E M E N T
THIS AGREEMENT, entered into by and between the City of
Iowa City, Iowa, a Municipal Corporation, hereinafter called
Iowa City and Cal nn-_ . Towa•.- a muni clDpl_onrporati on
hereinafter called Kalona ,
WHEREAS, Iowa City is the owner and operator of a sani-
tary landfill designed for solid waste disposal; said landfill
being located in Johnson County, Iowa; and
WHEREAS, said sanitary landfill has received the approval
for operation by the Commissioner of Public Health of the State
of Iowa, as prescribed by.Chapter 406 of the Code of Iowa; and
WHEREAS, Chapter 406 of the Code of Iowa further requires
that every city, town and county of the State of Iowa shall pro-
vide.for.a.sanitary disposal project for its residents, approved
by the Commissioner of Public Health and further provides that
said governmental entities may contract with another government
entity for the use of its approved project; and
WHEREAS, pursuant to Chapter 28E of the Code of Iowa and
Section 406.3 of the Code of Iowa, Iowa City and Kalona
wish to enter into an agreement that
Katona may use the facilities of the Iowa City San-
itary Landfill -or Sanitary Disposal Project. .
NOW THEREFOR BE IT AGREED BY AND BETWEEN Iowa City and
K lona as follows:
1. TERM.- That the term of this agreement shall be for a
period of three years, commencing with the date of this agree-
ment, unless terminated as provided herein.
2. TERMINATION BY IOWA CITY. That this agreement may be
terminated by Iowa City by giving notice to Kalona
in writing as prescribed in this agreement one (1) year in advance
of the date of the proposed termination.
3.- TERMINATION BY KA7nnjA That this agree-
ment may be terminated by _ Kalona by giving notice to
Iowa City in writing as prescribed in this agreement ninty (90)
days in advance of the date of the proposed termination.
sion.agreement shall specify the period of the extension and the
service rates or charges to be paid by Kqlnnq
to Iowa City and may include such other terms and conditions as
the parties agree to.
5. JURISDICTION AND OPERATION. The sanitary landfill or
sanitary disposal project which is the subject matter of this
contract shall be operated by Iowa City and shall be under its
exclusive jurisdiction and control, subject to State and Federal
regulations. Iowa City agrees to operate said sanitary landfill
or sanitary disposal project as required by law and State and
Federal regulation, but•in the event that a determination is made
Pursuant to law or State or Federal regulation that said project
is not being operated as required and a valid and legal order is
entered, cancelling or rescinding the approval of the operation
of said project, this agreement shall be automatically terminated
and it is understood and agreed that Iowa City shall not be res-
ponsible for any damages incurred by
as a result of Iowa City being unable to operate said project
because of the cancellation'or rescission of approval for the
operation of the sanitary landfill or sanitary disposal project
by Iowa City,
6. OPERATION COSTS AND FINANCING. Iowa City shall be res-
ponsible for all costs incurred in the operation of said sanitary
landfill or sanitary disposal project and the only costs to be
incurred by
are the rates or service
charges enumerated in paragraph 7_ of this agreement. Iowa City
shall be responsible for all financing involved in said operation
and the entering intothisagreement in no way obligates
Kalona as to financing and Kalona
in no way is acting as guarantor nor pledges any of its credit
or tax revenues or other revenues except to pay the rate or ser-
vice charge enumerated herein.
7. RATES AND CHARGES.
Ka�nn� shall
pay to Iowa City a price per ton for solid waste delivered to the
Iowa City Sanitary Landfill or Sanitary Disposal Project by co-
mmercial haulers designated by xa��na
as
computed by the following formula:
All charges shall be based upon an annual cost figure to be
calculated by .Iowa City based upon the cost per ton of all solid
waste delivered to the sanitary' landfill during the year. The
total annual cost shall be divided by the number of tons fo solid
waste delivered to the sanitary landfill. Total annual cost shall
include the following:
a) All personnel cost of individuals working at the site;
b) All equipment operating costs at the site including fuel,
maintenance, spare partsoand insurance and all other equipment
costs and repairs;
c) All operational costs of the site, including clean up
and maintenance provided by any other dividion of the Public
Works Department or other department of the City;
d) Capitalized cost of equipment based upon a five year
life and the capitalized costs of any capital improvements, in-
cluding fences, buildings or other structures, including scales,
etc.;
e) Capital costs for initial excavation and future excava-
tion at actual cost;
f) Debt service costs on the retirement of General Obliga-
tion Bonds sold to finance the project; and
g) Administrative costs estimated for the City Manager,
Finance Department, Public Works Department, Legal Department,
and Planning Department,
After establishment of the cost per ton on an annual basis,
there shall be added a ten per cent (10;) surcharge. said sur-
charge to compensate Iowa City for future landfill site expenses.
The above rate shall be charged for all commercial, construc-
tion or industrial haulers from
Kalana as
designated in writing. No commercial, construction or industrial
hauler not designated in writing by a governmental agency shall
be allowed to deposit solid waste at the sanitary landfill.
Casual loads delivered by residents on a non-commercial basis
may be delivered to the landfill without load charge, except that
Iowa City reserves the option to institute such a charge if the
facts at a later date warrant such a charge.
All charges shall be apyable on a quarterly basis as billed,
pursuant to Section 9 of this agreement. On the basis of an esti-
mated cost. At the end of the year Iowa City shall calculate the
actual cost and correction shall be made as to either a credit
or additional billing. Estimated cost shall be for the first
year period $2.35. Estimated cost after one year of operation
shall be the actual cost for the preceeding year.
8. NOTICES. All notices required by this agreement to be
made to Iowa City shall be made by mailing by ordinary mail a
letter to the Director of Public Works of Iowa City, at said
Director's office in the Civic Center, Iowa City, Iowa, 52240.
All notices required by this agreement to be made to
Kalona shall be made by mailing, by ordinary mail,
a letter to Mayor, Kalona, Iowa
All notices shall be effective upon receipt by the addressee.
Nothing contained in this paragraph shall prevent additional
or other notice being given and giving notice which would ex-
ceed the requirements of this paragraph but the requirements
of this paragraph shall be the minimim requirements for notice
under this agreement.
9. BILLINGS. Iowa City shall bill - Kalona
on a quarterly basis as established by the Finance Department
of Iowa City. Billing periods may be adjusted to a monthly basis
or for other periods, but shall not be for a period less than one
month. All billings shall be due and payable within thirty (30)
days of the receipt of said bill. Failure to pay billings may be
grounds for cancelling this agreement by Iowa City. It is under-
stood.and agreed that these billings are charged to
Kalona and not its designated haulers and
Kalona is responsible for the payment
thereof and failure of its haulers to pay Kalona
does not relieve of its obligation
hereunder.
- 10; COMPLIANCE WITH LAW. Kalona shall
be responsible to see that all designated haulers from
Kalona shall comply with all applicable ordinances,
statutes, regulations of any municipal, county, state or federal
agency, or jurisdiction and if said haulers or a hauler from
repeats any violations,
this may be grounds for terminating this agreement or for refu-
sing to allow a designated hauler to deliver to the Iowa City
sanitary landfill or sanitary disposal project.
11. NOTICE TO COMMISSIONER. It is understood and agreed
that this agreement is intended to be compliance by Kalona
With the requirements placed upon _Kalona
by Chapter 406 of the Code of Iowa, and the regu-
lations of the Commissioner of Public Health and that a copy of
this agreement will be filed with the Commissioner of Public
Health and it is further agreed that in the event either party
terminates this agreement that a copy of the notice of said
termination shall be forwarded to the Office of the Commissioner
of Public Health.
12. DEFAULT. In the event that either party to this agree -
mens breaches any of the terms and conditions hereof, the other
party may elect to declare this agreement to be in default and
terminate same by giving ten (10) days notice thereof. If the
party in default fails to correct its breach within the said
ten da '
y period, the contract shall be automatically terminated.
If the breach is corrected, the contract shall continue on its
regular terms and conditions.
13. RECORDATION. This agreement shall be filed with the
Secretary of the State of Iowa and the County Recorder of John-
son County, Iowa.
Dated this J % day of
19 .7 `/
CITY OF IOWA CITY CITY OF
Q KALONA , IOWA
BY: G BY_
NLaYOR�E.L zarne k ✓
ATTEST: CCLI�
A e fus, it Clerk-'
ATTEST ✓
C er
K lona
sS.
On this A7 day of A.D. , 19-741, before mee,
the undersigned, a Notary Public in and for said County, in
said State, personally appeared R/CflIg/-' o ftor7s and
A• A 744 its c ^' , to me personally known, who,
being by me duly sworn, did say:that they are the Mayor and
Ka lona
City Clerk, respectively, of said City of ZD3ia=d} , executing
the within and foregoing instrument; that said instrument was
signed on behalf of the City of Iowa City by authority of its
Board of Directors; and that the -said Mayor and City Clerk as
such officers acknowledged the execution of said instrument to
Kalona
be the voluntary act and deed of the City of gxCA#&,y, by it
and by them voluntarily executed.
Notary Public, in and for the
State of Iowa.
LAHBEiW B. G8IMM
.�- . � �COMNISSIOM
'" SEPTEMBER30�19777
l r T.1
r
Agreement
On this �� day of C�% -
A.D. , 19 %�, before me,
the undersigned, a Notary Public in and for said County, in
said State, personally appeared
L11�4/L o(�. and
to me personally known, who,
being by me duly sworn
did say that they are the Mayor and
City Clerk, respectively, of said City of Iowa City, executing
the within and foregoing instrument; that said instrument was
signed on behalf of the City of Iowa City by authority of its
Board of Directors; and that the said Mayor and City Clerk as
such officers acknowledged the execution of said instrument
to
- be the voluntary act and deed of the City of Iowa City, by it
and by them voluntarily executed.
Notary Public, in and for the
State of Iowa.
_ _ c�-'"'-rLCN- -...� �-G�-�-d�� •G!- _ L�W�-_r- .l J .7�, _ 7�c� �i'�-� Ci,1 d �...1 �v_.
-. _
C�`Yl'�/i'�•`�19%� '� r� ..?r'��'�-L:: ���..� �' �Li%B Gf-G �LOi! (/!%0��,,
37;
" ... �Vr��1-✓ ��G T - ��/-. iJf��,.+�.,�Ny,�Kf�w��.- rvi: f f�� n � �.I r �. ��..,: :�! ( 1 �� Q�C.I FL.A ,
_ ... _ _ . . _ �� : •`�i_-_ /l,� i� t til �^'V G.1 5 .��y'"�Kl.. .it--,� � � �-C._ �:.,�L�.. �'�ir.C/ '(iSjG... . __
I
WHEREAS, the Ordinances of the City of Iowa City, Iowa,
provide that the City Council may establish or remove stop
signs at designated intersections in Iowa City, Iowa, by Resolu-
tion, after determination that it is in the public interest
to establish orremovesaid stop signs, and
WHEREAS, the City Council of Iowa City, Iowa, has deter-
mined that it is in the public interest to establish stop signs
at the following intersections:
Union Place and Bloomington Street
WHEREAS, the City Council of Iowa City, Iowa, has deter-
mined that it is in the public interest to remove stop signs
at the following intersections:
Union Place and Bloomington Street
NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF IOWA CITY, IOWA, as follows:
A) That stop signs are hereby established at the following
intersections:
Union Place and Bloomington Street - at the Southeast corner
of the intersection, stopping northbound traffic as it enters Bloomington.
B:)
C) That the City Manager is hereby authorized and directed
to have appropriate signs installed to effectuate
the provisions of this Resolution.
AYES: NAYS: ABSENT:
X Brandt
X %kk Davidsen
X Czarnecki
X X&k9OXQ41iM= deProsse
X White
Passed and approved this 19thd ay of February r 1974
ATTEST: (21�4, /
City Clerk'
RESOLUTION NO. 74-70
RESOLUTION ESTABLISHING FAIR MARKET VALUE FOR ACQUISITION
OF
CERTAIN URBAN RENEWAL PROPERTY
WHEREAS, the City of Iowa City, acting as the Local Public
Agency, hereafter referred to as the LPA, has entered into a
contract for loan and grant with the United States of America
for the implementation of an urban renewal project known as
Project Number Iowa R-14, and,
WHEREAS, in order to accomplish the goals and objectives of
that urban renewal project and in furtherance of the public
welfare, the LPA deems it necessary and in the public interest
to acquire the property described below, either by purchase or
by the exercise of the powers of eminent domain, and,
WHEREAS, the LPA has received appraisals, staff reports and
recommendations concerning the fair market value of certain
property contained therein, and has reviewed the appraisals,
and reports, and being familiar with the property identified
below, desires to establish the fair market value of said
property for the purposes of acquisition.
NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF IOWA
CITY, IOWA, that the prices and amounts opposite each parcel of
land, and all interests therein, including improvements, build-
ings, and fixtures, identified below, is hereby declared to be
the fair market value for the purpose of acquisition of each
said parcel and all other interests.
The Staff of the LPA is hereby authorized to begin negotia-
tions for the purchase of said property and the Mayor and City
Clerk are authorized to contract for the purchase of said pro-
perty. In the event negotiations for purchase are unsuccessful,
the LPA Staff and the Urban Renewal Attorney are hereby author-
ized to institute condemnation proceedings for the acquisition
of said property.
■
This resolution certifies that the work of the appraisers and
the review appraiser with respect to each property has been
performed in a competent manner in accordance with applicable
State Law, Public Law 91-6-46, and Department of Mousing and
Urban Development policies and requirements.
Parcel
93-18
REAL ESTATE
Owner
Irene Mae Edwards
F.M.V.
22,000.00
It was moved by Brandt and seconded
by White that the resolution as read be
adopted, and upon roll call there were:
Brandt
Czarnecki
E . - i... ..�►�►
deprosse XiWWWV§M
White
AYES:
NAYS: ABSENT:
Passed and approved this
19th day of
February
I, C.L. Brandt, the duly elected, qualified, and acting
Mayor of the City of Iowa City, herein called the "Local
Public_ Agency," hereby certify that I have been authorized
by Resolution No. 70-438, duly adopted by the City Council
of the Local Public Agency at a -regular meeting on
December 1, 19702
as set forth in the minute book on file
at the office of the City Clerk, to make the following
certification and that the statements contained herein are
true and correct to the best of my knowledge and belief:
1. Each parcel, City -University Urban Renewal Area, Project
No. Iowa R-14, listed in the attachment to this proclaimer
certificate has been appraised by at least two qualified,
independent, professional real estate appraisers and a
written and signed copy of each such appraisal is con-
tained in the Local Public Agency files.
Z. Each such appraisal has been reviewed by E. Norman Bailey,
a qualified review appraiser under contract to the Local
Public Agency, and all corrections, revisions, or additions
requested by such reviewer have been made by the original
appraisers.
3. The reviewer has prepared a written report which indicates
that the appraisals are complete and consistent in the
factual data contained therein, comply with existing
statutory and administrative requirements of the Depart-
ment of Housing and Urban Development, and are acceptable
for the determination of fair market value.
4. Based upon such appraisals and the review thereof, the
Local Public Agency has established the fair market o
each parcel listed herein and all documentation relatef
d
to such determination is contained in the Local Public
Agency files.
S. The latest budget amount allowable for real estate acqui-
sition including amounts available in contingencies as
approved.by-HUD on March 1, 1971 is not exceeded by the
sum of the following:
a. Cost of property previously acquired.
b. Acquisition prices previously approved by HUD for
properties not acquired.
d. Fair market value_ determinations for properties
included in the proclaimer being filed.
e. The acquisition prices of the remaining properties
to be acquired as those prices were estimated for
the purpose of the above mentioned budget amount
allowable for real estate acquisition.
6. This certificate is issued pursuant to and consistent with
HUD Omaha Area Office letter 7.2 PTR(ET), dated April 271
1971, regarding use of the proclaimer system by the LPA.
LISTING OF PARCELS TO BE ACQUIRED
Any false statement made knowingly herein may subject the
signer to civil penalties under Section 231 of Title 31 of
the United States Code and, if such statements are made
willfully and knowingly, to conviction for a felony under
section 1001 of Title 18 of the United States Code.
--� - A9- 17zl-
ate
Cit
n
w
zli"D�l
r
o
F4 -
,
0
rt
C
cn
cn
ul
o�
C:)
CD w
C=)
r+ -i
+-h
cD
X
•�o
F' w
C7
N
to H
w
r+
ON
N
a z�
N
w
a
r+
o
a �o -3
to -t
ur
z -
CD
u, C
o
r•
N
o (DIn
G
w
ry
C
b
r•
U'l
rn
N
CL
U4
w
a
CD
r+
.
\ H
CD
�
a
LA
N O
y
ON
w
r•
0
o
N
C:)
G
w
C)
p
r,
r+
N
\
W
N
H
o(D
4�-
c�
�
N w
pi
N
w
o s
o
N
oo
G
w
rwr
N
r
N
r
w
r+
m
r•
x
r+
G
�o
N
0
G
N
O
O
O
n
H
r
--3
F4 -
(A
rt
C
r•
z
o
-t
+-h
Cn
•�o
-c
o
n
:co
N
a z�
N
;t7ya
�zn
r+
o
a �o -3
to -t
ur
z -
CD
cn
H
ry
C
b
r•
;v
rn
O
CL
CrJ
n
-•3
•
•
Block
93
Parcel
18
APPRAISAL REVIEW SUMMARY
Property Identification
325 South Capitol
Major tenant: Various residential
Owner: Irene Mae Edwards
Appraisals
i
A. $ 26,000.00 ) Used in staff recom-
B. $ 2z, ) mendation of FMV
C. $ 16,500.00
Recommendation ( 2/15/74 )
Staff recommends fair market value of
$ 22,000.00
Date of Appraisal
1'()ta I Value
Land
Improvements
'Total R.E. Appraisal
Leasehold Interest
Fixtures I. $
2. $
3. $
'Total Leased Fee
'Tota I Leasehold Interest
Actual Rent
Estimated Rent
I Expenses
Net Income
Cap. Rate
Value 'Today
$ 26,000
$3.00 PSF $ 16,500
$ 9,500
$26,000
$ 0
$ 26,000
INCOME
$
MARKET DATA
@ 2320)SW
@12735 PSF
@12150 PSF
27,000
1,=
26,000
0
0
1.B-1-74
2.B-2-74
3.B-3-74
$ 22,000
$ 2.75 PSF $ 15,000
$ 7,000
$ 22,000
$
$
$ 22,000
$
$ 3,240
$ 1,079
$ 2,161
10 %
$21,600
@16.27 PSF
@ 1516 PSF
@ 8. 18PSF
22,000
Reviewer Rodney R. Parsonlsate 2/15/74
A
Comps. 1.
#32-D
10%
2,
#40
4S%
3,
#41-A
45%
$PSF
less to
furniture
rounded
Value
$ 26,000
$3.00 PSF $ 16,500
$ 9,500
$26,000
$ 0
$ 26,000
INCOME
$
MARKET DATA
@ 2320)SW
@12735 PSF
@12150 PSF
27,000
1,=
26,000
0
0
1.B-1-74
2.B-2-74
3.B-3-74
$ 22,000
$ 2.75 PSF $ 15,000
$ 7,000
$ 22,000
$
$
$ 22,000
$
$ 3,240
$ 1,079
$ 2,161
10 %
$21,600
@16.27 PSF
@ 1516 PSF
@ 8. 18PSF
22,000
Reviewer Rodney R. Parsonlsate 2/15/74
Lot Size: Sai,�e _liiY. use �,i,e ilii.
5,500 square feet Appraiser A IARCO
Date %j Appraisal 5/30/73
Total Value
Land
Improvements
'notal R.E. Appraisal
Leasehold Interest
Fixtures 1. $
2. $
3. $
'Total Lcascd Fec
Total I.0aschold Interest
Actual Rent
Estimated Rent
Expenses
Net Income
Cap. Rate
Value Today
A
Comps. 1. #32-D 10%
2. #40 45%
3. #41-A 45%
less to furniture$PSF
rounded Value
$ 26,000
$3.00 PSF $ 16,500
$ 9,500
$ 26,000
$ 0
$ 2,75 PSF $ 15.000
$ 7,000
$ 22,000
$
$ 26.000 $ 22,000
$ $
INCOME
$ $ 3,240
$ $ 1,079
$ _ $ 2,161
% 10 %
$ $21,600
MARKET DATA
B
@ 2320c 1. B-1-74
@12735 PSF 2. B-2-74
@12150 PSF 3. B-3-74
27,000
1�uu0-
26,000
@16.27 PSF-
@15.16
SF@1516 PSP
@ 8. 18PSF
22,000
Reviewer Rodney R, ParsonPate 2/15/74
' _ �`�'� ....H1'^•'° nil_—'*wM1f c,T^' N - n�.-7717.
T R... _
1
FINANCE
DOCTOR OF BUSINESS ADMINISTRATION
February 14, 1974
mr. Rod :'arsons
Real Estate Coordinator
Urban Renewal Board
Civic Center
Iowa City, Iowa 52240
REAL ESTATE
SENIOR REAL PROPERTY APPRAISER
Dear Rod s
As you requested,I have rereviewed the Edwards property appraisals using
Waters new appraisal in place of his old one. The comparable sales data of
'Waters indicates that market values havd risen since his original appraisal
in 1971.
If one values the land at $3,000 per potential unit instead of $2,500 (as
I did previously)one obtains a value of $219000. Additionally, the $3,600
gross rents, if valued at a GRM of 6 X becomes $3600 X 6 or $21,600. There-
fore it appears that Waters estimate of $229000 is plausible.and I so
recommend.
ENB/vam
Sincerel , z
E. Norman Bailey /I