HomeMy WebLinkAbout2009-09-15 Resolution~~f~
U
3e 2
Prepared by: Kevin O'Malley, Finance Director, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5053
RESOLUTION NO. 09-295
RESOLUTION SETTING A PUBLIC HEARING FOR OCTOBER 6, 2009 ON AN
ORDINANCE AMENDING TITLE 3 ENTITLED "CITY FINANCES, TAXATION 8~
FEES," CHAPTER 4 ENTITLED "SCHEDULE OF FEES, RATES, CHARGES,
BONDS, FINES AND PENALTIES," ARTICLE 3, ENTITLED, "POTABLE
WATER USE AND SERVICE," OF THE CITY CODE TO INCREASE OR
CHANGE RESIDENTIAL WATER SERVICE CHARGES AND FEES.
WHEREAS, pursuant to Chapter 384, Code of Iowa (2009), the City of Iowa City is authorized to
establish and provide for the collection of rates to pay for the City's utility systems; and
WHEREAS, it is in the public interest to increase certain fees and charges in order to fund the
costs of operations; and
WHEREAS, the City currently charges a $15 fee for returned check/automatic debit for payment
of City utility services; and
WHEREAS, the Iowa City City Council proposes to increase the fee for returned checks/automatic
debits for payment of utility services to cover operational costs; and
WHEREAS, the City Code requires that notice and public hearing on proposed changes in rates
for fees and charges for City utilities be provided to the public, prior to enactment of said rates for
fees and charges.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, that:
A public hearing on an ordinance amending Title 3 entitled "City Finances, Taxation and
Fees," Chapter 4 entitled "Schedule of Fees, Rates, Charges, Bonds, Fines and
Penalties," Article 3, entitled, "Potable Water Use and Service," of the City Code t~
increase Water Service charges and fees, is to be held on the 6~' day of October, 2009, at
7:00 p.m., in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is
cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk.
2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for
the above-named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
Passed and approved this 15th day of ~ September T, 2009.
ATTEST:- ~~%~~ ~~ ~• ~~r~
CITY ERK
Ap oved byCJ
9 ~T
City Attorney's Office
fi nad m\res\pota blewater909. doc
Resolution No. 09-295
Page 2
It was moved by Wilburn and seconded by champion the Resolution be
adopted, and upon roll call there were:
AYES:
NAYS:
ABSENT:
~_
x
~_
X
x
X
x
Bailey
Champion
Correia
Hayek
O'Donnell
Wilburn
Wright
wpdatalglossary/resolution-ic. d oc
~ ~ by-i 3-uy
3f 1
Prepared by: Sara Sproule, Asst. Controller, 8~ Ron Knoche, City Engineer, 410 E. Washington, Iowa City, IA 52240, 319-356-5088/5138
RESOLUTION NO. 09-296
RESOLUTION APPROVING THE CITY STREET FINANCIAL REPORT FOR THE
FISCAL YEAR ENDING JUNE 30, 2009.
BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that the City Street Financial
Report for the period beginning July 1, 2008, through June 30, 2009, be approved.
Passed and approved this 15th day of
ATTEST: ~-
CIT ERK
It was moved by Wilburn
adopted, and upon roll call there were:
.f..r,... - _~
~~~~
City Attorney's Office
and seconded by Champion the Resolution be
AYES: NAYS: ABSENT:
x Bailey
~ Champion
X Correia
~_ Hayek
x O'Donnell
g Wilburn
x Wright
finadm\res\finreport.doc
~ ~.~'(~)
m
N
~' ll.
C
m
N
m
_~
C
O
4
O
L1.
~' i
O
Q
R r
._ ~ ~
d
L ~
~ E
N U z ~n
L v ~ .-r
N U cart
U
c
0
(LYE
Q`
LL r
N
lC
F O 4;
O
N T
I~NO
~.+ `"'
c~ O ~O
C r.~Q
49 ~
fl. E U N
0 ll ~ Q
O d
~ U
f~
O
O~
O
0
N
_
f~
~ ~
U ~ _
~ ~
M
3
~ ~
T ~ C
O U +-+ ~
Q ~
O O
(C
C
f~ ~
O
O O O
c ~
~ ~
U ~'
~ ~
~
.~ ~ ~
~U ~
s
~
~
~_ o
~
~
.-. ~ ~
(E
~ OQ
~ (6
\ ~
^
W
O a 'c~
~ r c
C
~ o
r
N
~-
~ c
o ~
o ~_
~ U
a>
t
0
Z
Q
Q
w
L
C
C
U
C1
d ~
O o
U -t
a ~'
~-~
N ~
d
T O
Z
U m
r c
~. ~ o
v ° a
ti
y
O
r~ C
O
N n .~
~ ~ d
a 3 W
m w
~_
ar
c
~,
:J
1
N ice)
m
i -.
r
v ~C
a
d
w z a
O
i., ~
r i
d ~ ~ Q
~ ~ p O
Z ~ 2 00
c~
C
N
d ~
~ ~
U ~
a ~`'
N
U
N
f!/ ~-^
a~ ~
3
a N
m W
~ o
... r-
~u
0
~,
~u
1
//,
1~~
~ y,
m
~ ~ c
Q O
~' N
'~ C C
C ~~ ~_
L v O
~ c ~
C ~ ~O
L `= r~i
0 d 4J C
~ £ GIl O ~
~ Z R» a .M..
Z
c
0
.~
N~
I..L
N Y
7 N
io U
c T
~ w
cn U
~ `
~ O
~ T
c ~
rn~
.-.
~~
0 ~
Q ,s,^^
VJ
a-+
~~
.V N
__ /~~1
V. N
r
~ ~
,,~ E
V!
UN
C
O
a+
~Q
S.l N
N
~~~pp O N
YL.-. N ~
T
v~ O
U ~
^wQ
~ ~ ~-
p. Eum
p iiOQ
3
0
~~
C N
~ O
O F-
U
.+ f6
M d O
0 ~
7 y to
O ~ ~
UN ~
Y
N y O
_ ~ d v)
~ ~'C ~
O y O ~
V .L+ ~ ~'
~ LL.
C
T d 'p 7
lL
O O lE
UCH
C N
~o
OI- ~
U
0
M~
C 0 ~
7 m N
O i ~
VN Z
0
~ ' "'
0 ~ vii ° m , o rn
O r ~n O M ~/'k M !Y M 00 ~O
rf •7
N N vi
'^ '1 ~O O~ 01
`t O
i
N
N
a~ ~ ~ N v~ v
i
M ,n ~ ^.
~
~ ~ ~ ~ ~ ~
o ~ _ ~ ~
Q
~ a
~ o rn
~
O
V' ~ N
fV ~ ".
00 ~D o O
O M
h O l~
7 t`
t`
v~ 7 V o
o v~ N
~n ~
~ to oo
~ vi
~ t~ ~ o
N O
7 C ~ ~
~ N
d
~p
Vl l~
N 0 ~
00 ~
M ~
00 N
~!1
00
~ O
t` ~ <t
~ N
~ O
~ o0
M
M 01 ~ N ~O M
(s
C
p
' ~ ~
`
-p ~ N
C N
G
O ~ ~- ~ ` O O
~ R y (6 J .1
L ~
N
~ N
Q.' U
d 7
d 0
U ~ u) tII (B
~
O
~
>,
O O
U
C ca
N
to via
~ vi
~
~ ~ ~ ~ ~ ~ L p Otl O~
V
_ >,
~ ~
C O
~ •
C
O.
w C
m N
(n ~
L ~.. O
C -p ~
" ~ Z~ Z
in
~ 3 ~ v
~ a~ O ~ ~ N m ~ C
~ ~
~ ui .n-
-
~ +~ a~
~
r
m
o C
'rn
~ m
~
~
.C ~
~ cu
-y
w a
c C ~
c ~
~
Z C O
~ C
Ul V!
C C
W ~
T _
C/a ~
F-
~ g't
5 L U
to G1
i 0 'C
m d O C
m-
d c15
~
~
N
U
c-
N
M
~ -a
Q Q'
W a
~
N
~
N
w
~ ~ ~ o ~ o 00o rn
~., ~ oo v~ o ~~ 7
M
~n M
~n ^
N :T o0
~D O
r~ N
O ~
N '~'
~O
~j' nj vi v~ ~ l~ 7 ~
a, o,
i o 0 0
a o, v
i ~ o
00
7
~~ ~
7
vi N
7
M W
~
h ~
N
O T
.M-. ~
~
O O ~ N". r
~--~ ~n
N :.. vi
M
° ° ~ N Q~ 6~
N M ~ v'i
M V7 00 00
.
M M fn
w, v,
~
,~
~
-f
O
N
K 7 O T ~
~ `*
!`
_
,-,
O ~
N N N
ri' ~i ~ ~~ n
W ~ N N
U ~ ~ ~
Z ~ O ~ N
~ O vs
m Q`
~
g
O
~ _
"
~ =
~ o
~
m ~
m
Q c
i m
N ~ ~ -
~ a
i
~ ~ ~ O J ~ m
7~ ~
m C ~ ~ ~ N O ~ G)
Z m ~ ~ ' N m '
_
r LLJ N
~ ~ ?
~ . ~ ~ Ql in
~
~~ a +
Z
Z
T N C
~ ~
~ Z
LlJ ~
0 C~
(a • Q.
O U
~ U
N U~
O O
~
,~ C 3 M
IL ~C
c9 ~ q o ¢ w ~ ~
r ~ ~ ~ ~ n. z ~ ~ ~ ,~ c
m r N? M ~ ~ N M V ~ tD i~ CD ~
Q m U
N ~ ~
c ,~~, d ~
~~'~ ~
', L O ~
d ~
U0~ ~
0
Ems' ~
LL
~ ~ X
O O R
UHF
o a c
o, v~
~
b ~
O
M ~ ~
d'
vi
00 v-,
0~0 O
~
N M_ ~
O ~O
N 7
.r h
M
a,
v'> c
a,
vl
00
r` 00
r
~ ~
M M_..
v'~
7 00
t~ M-..
N
~ b n`,
[~ V~ N
I^ ..r ~
O
'77
C
3
O
U
d V Q
C~
` ~ ~
N 7
Q ~
m C
~ tll w ~Y ~ U
J C ~ ~ II
~, ~~ CV OJ
O F- c !tl t N +
F- Yvl ~~ ~~
R
}
U ~
~ o
o
0
.-. is
d ~
~ a
t a° °
(n ~, N
~ U ~
N
C
d
Q
X
W
y ~
L ~
O y
C. d
~ C
. ~
R ~
•~
_ ~ ~
LL O
d ~
~ ~n
d ~ Z7.,
L ~ ~Y_+ ~
~ U M
r N
U~
C
O
A
~ $E
H o ~
0
w N j~
0 v(n p
~ r U~
Q~ ~ ~ ~
~ ~J~
'~ ~,`oa
fl. E UN
u oa
~ ~ J
~, Z 3
~' O
U ._.~
0
~ y
Q
U "
N 0
M
N
~
N
l~
I~ ~
00 N
~--~ 00
M ~O
00 00
00 00
l~ l
l~ ~ O
01 O~
N
+'
d N ~ ~D 00 O\ ~ \O N N ~O M
C w y
~ _
O
~D
~
~
N
M _
r.,
vM'
~
~
3 ~. ~ M
osg
.~
O
h
w
O
F-
d
...{
m
m
N
c
m
E
::
:°
v,
t
E
7
N
d
L
w
C
O
m
d
c
~~
~~
do
~ :,
C U
>~
d ~
~ L
7 d
~'
o
c "'
m
m
U
V!
g
e
c
o
~. .~.
~
w
N c .
m Q Q
Y ~l
y
.,~
,-41 x
L
d ~\
~
U k+ U
C ~ y N t, ~
" . c~ y
U ~ ~ y ~ ,
^ ~'
~~ ~
~
~ j ~ ~ ~ ~ .~ ~
a
i
cG ~ o ~
'~ •~ v' w a.
o~,o
~
C7
U ~
u;
~
~ ...
¢
¢
.~
:~ ~ ~ ~ ~ ~° ~ ~ 3 ~
a = 0 0 v> > = w w c~
~ ~ ~ ~ N N N ~ ~ ~
.--~
.G
~
7 y
L
U ~'
N 0
N
.--
~ c
N
H
~
~
l"~
N
~ N
~ ~
=Y d
~ 'C ~ ~'
~ L Q
Uyg
O
r f-
N =
N
d m
~
J
a
c
0
.n
ai
., -a
mm
m
sw
N ~
= m
dd
m~
+~ c
~y
cn =
~` Q
~~
~w
~~
~ N
~
O
y V
t d
+
a
~
C w,
O `
= a+
M
G1 '=
C .~
d£
~~'
a~
m ~
c~
W 3 y
N
M C ~
7 '- y
O Vj y
~ m~
=
R
N ~
d
oc
c~
o=
w~
N
d
m
L
~
t
4 N
d ~
~
N
~
d T
Z O- ~
d ~ O
Q
V
Y
Y
L
Q .
^
0.
:~
m `~
an
~ i
~
:. = Y
N o ~
p ~ O
o 0
N M
N
d
d
s
N
d
N
d
Q
K
W
~ N
~ C
d
•_ ~
~ N
__ ~
LL ~
d =
ca
L
N
V
~_
U~
C
~(~~.1
Q`
S1 M
N
~ o~
N m
O vcn o
u~i no o ~°
~JN
t, ,~ o
a €~~
o ~°oa
3
O
`1
Y
c
O
a
~ o
N
V ~
m
Z ~n
m ~
~ U
2 Q
~. 3
,- o
r..
M ~
~^
~ y
O ~
U ~'
N O
M
N
pp
~
N O
` M
N
00
':.
N
00
00
01 ~
N O
O O
00 ~
~ O ~O O M
m
C w y ~•
~ ~n -j O
N O
~t N
~ ~ ~fl
,:
3
O M
o~~
O
N
O
H
d
C
J
d
d
t
~
_
c
a~
,m,
:°
A
7
d
L
r+
C
O
m
d
J ,..~
V!
d O
~ "+,
c v
~
a
i
~
~
C
d
~
d
my
c
ca
d
V
tll
O
c
0
»..
[6
N
'
~ ~_
y C
R y O
d ~ ~
~
~
E ~
~ ~
Z
s.
° ~n
y txp
~
~
w ~ b L
O
U U ~,
~ ~
~
~ ~
'
~ ~
v~
N
w
o ~
~,
~ ~
~ ~
~ ~
~
~
~ ~'' U ~
o N
~
,~ ~ ~ fi C7
~+
M ~
N
~
7 y
O ~
U "'' O
N
~
~
~
r
~
~'`~ N
O
C~ m
~~._ ~
d'
L
U~~
O
ra _;
w H
d =
M
m y
~
w J
,n
C
O
.-~ N
~ ~
y d
sw
~
~
my
m c
:° :~
N C
~.
~ O
w
~ N
~ O
m ~
L y
+.a ~
O cp
L
i+
N
d ~
;J E
R N
N
d ~
~aj0
C V +'
v
fl. R ~
X~«
N
N ~ ~
~'~ m
O 4! y
~ ~~
m
~a
N ~
dj
O ~
c~
o~
;~ °~;
N
d ~
Y Y
~
t
6 41
d
~
a
N
~
=
a
i
Z X
m
y
a
~
0
UY
ro
a
m
N
O
.-.
r
as
s
~ N
NNQ. ~
1.1. Q
. J
R
_ (Q
__
~ 0
Z
~ Q
Um
c
0
~ ~
m .
~ ~E
~ o a
N ~,
.n,..~ O
~ O
~ O UOO
C O~Q
yC ~ O_
Q ~U_N
[~ LL.~ Q
3
0
~1
l
W `'J O N O .-+ V h f
y ~ Q` ~
f6 ~ O M Vj O 0 r-i O ~--~ ~ v'\ ~ N
•V U '~ N oo M N v-~ oo rt' ~D °o N ~
~~~ M N .--r N N M 00 N 7- M
°
n. ~
m
t~
~O M
O ~--~
M v'i
h O
N ~O
d'
[~ M
N -~
O O~
~O ~D
v'i ~n
01 ~
~
~
+ ~ N \O ~ O N o0 7 M N ~O l~ O~
.
y ~
•
i N ~ ~ _
~n ~ vNi O~ ~ O ~ O~
,_" ~
N
~
.
°%
a
c
\O
~p vi
p~ O
00 O~
M oo
O N
01 N
M ~O
~ N
N ^~
~n O
O M
~n ~
~
N 00 ~!1 ~!1 ~-•~ M M N ~O O (~ ~
_
R
Q-'p M
O~ h
M 00
O O~
~t N
t~ ~
O~ l~
00 O~
~D N
O h
N 7
O~
' ~
vi O
D\
~
•V •~ ~ V M N l~ N N 7 ~ v
~
N O :
~
C 0. M ~
a
` ~p
~p p~
~n d•
O h
O~ ~
~O ~ N
M O
O ~
O ^r
~n O
O O
O O
O O
O
~
y N v'f ~ h M M O O ~
~ O O
Q1 O
~ O
^--'
~
fl. d ~ M
a\ ~--~
O M
o0 O~
O~ N
N ~
h l~
00 O
O ~t
O l
N ~
O~ ~O N M
L
•U C O ~ M N ~ ~ M N .-• 00 d~ V'1 ~O 00 vl
C~ ~ N M M M M Vl N Q, N d' ~
~
amp
0
w
~- y
f6 M ~!1
. [~
-. Vl
.-. ~
.-i N
.--~ ~D
.-. oo
~-. \O o0
.-, 00
,-r 00
rr \O
.--~ O~
.-. O
~
m .-.
O .-
O ~
O O O O O O O O O O O O H
~•• ~ N N N N N N N N N N N N N N
O
p M
,...~ 00
~O ~
M 00
00 O
[~ O
~n O
O O
O O
~n O
O O
O O
O O
O O
O
O V1 M M O M [~ O v'~ V O O O O ~
r+
y~ p
O ~--~
M ~D
h N
~D 01
~O t~
oo
l~ O
O O
M ~O O
O O\
~O 01
N
M ~
N
O
~ ~ vl \O \O V) Vl v1 V1 ~--~ O ~O 00 Vl
N O
_ o0 V' M N l~ vl M ~ 00 O\ 01 N ~t r`
a
00
O~ M
O [~
O Vl
O M
O N
O
O 00
O ~D
O
O Q\
O~ 00
O O\
O 01
O t~
O
y~ rn o
N 0
N 0
N 0
N 0
N 0
N 0
N 0
N 0
N ~ o
N 0
N 0
N ~
N R D ,~-~ ~ ~ .~. .-» ,-~ ,~~ O ~ ,~-~ ~ ~n ono 00 ~
~
f!1 O~ O O M O O O O M N O O ~-+ O O
O O O O O O O O O O O O O m
3
d
Z
H O ~" O N ~ oo h V. ~ V M N
Q N~
Q ^, O O O
M O
M O
M O
M O
M O
M O
M O
M O
M
^ C C C C G C Q C C C ~
~ ~ O O O O O O O O O O O O
- q
N ~
N U
~ U
7 U
7 U
7 U
~ U
~ U
~ U
~ U
7 U
~ U
~ U
O
N y y V1 N y VI N y h y
d ~
~ ~
~ (n
$r ~ ~ ~ ri ~+ ~+ Sir ~+ ~i = ~
y o 0 0 0 0 0 0 0 0 0 0 0
~ ~ ~ U U U U U U U U U U U U
3 E E a~3 X23 ~3 ~3 ~3 ~i ~3 X23 ~3 ~3 ~3 ~
a ~ ~~ do en on on en do on on on on co on
c ~ a c g c c ~ c c ~ c
c ~ a ~ ~ ~ ~ ~ ~ ~ ~ ~
d ~ ~ ro ~ ~
o ~ ~ a a a o. a s a, a s a, ~, w
c c c c c ^ a c c c c ^ c c
O O O O O O O O O O O O O O
cC cC cC iC R cC c~ Cd cC cC cd c~ cG iC
bA bq bA bA bq bA bA bA bA b4 bq by b~A bq
~ ~
~ .fl
~ .D
~ S~
~ ~
~ ..O
~ ~
O ~
~ ..D
~ ~
~ ~
~ .a
~ ~
~ ~
~
a
~ CO
7 CC
L cC
L cC
L cC
it fC
i•r fC
Lr cC
L CC
i-i cC
i.. cC
L fC
3-~ cC
i. cC
L
-i
Zi .
~+ ~+ ~ Z'i ~ ~ ~'i ~i T" Li ~ ~ ~
y
0 ~~rNr~~
V N
~ ~rN~
`/ rN^
~/ //N~~
V ~~rNr~~
V ~~rNr~~
V ~~GrrJ~~
V ~~rNr~~
V ~~Nrr~~
V ~~rNr~~
V ~~rOr~~
V ~~INI~~
V ,,Nnn
V
z X X X X X X X X X X X
No
ws
Nm ~ X X X
~ ~
R
y L d
A d
d ~ ~
41 N h O
W Y ~ N
w ~
w
L
d y
t
Y +''
v C
d d
U c
`o
o a~i
T
~ ~ (6
7
~ ~ w Q
N ~~,, ~ ~+
~+ N ._-. R
N U O G
V i m a o
C
~ ~ c ~ N
__ ~ ~ U ~
LL ~o ~
V ny
C
~_ ~ N
•O ~ (6
a` o
~ Q N
.~ •C
Ova
p, c o
N ~ N
LL c ~
o
IQ U
i
~V .. ~
C ~
w
_ L
~ O
LL C o
++ o o ~
d o ~ Z ~~
c
L y m ~' ~
~ cam' U r~
+~+ U ~
cu
N
U i° rn
C
O
a~
~~
c ~E
~
o °:
0
4- N j,
~ ~(np
a.+ ...
N ° o°
~ '~w¢
-'
-
~
,n O
a E°~a"i
LLOQ
o
cy U
G d
~' ~
2 L
~
~ '
°
v u
.
~ ~+
U
~ N
L U
>
Y
U ~ O
+~." ~
N O ~ ~--~
O ~ Q O
d
N S". 'Y
~
+
U
•
W y
~ cQ
E.. N
~
N U O ~~,
o~ 0 3 -o
c ° ~
~ ~
~' 3 Y
~
E :b o o
~ ~'
._ ~ ~
_ ~ ~ ~ 3
~
i ~
O ~
_ X .
~ ~
fl. a'r,, a
O U
N W
' ~ ~ L ~ ~
p p. ^
N ~ 'O p > ~ vVi ~ ~ ~
G1 ~ ~,~ L U ~ ~ M a
m U ~ ~ ~ 0. ~ ~' ~ ~
3
o
~ ~
a' ~
c ~
c
~. ~,
~ ~
~
~
a~
~
O Q U ~~~ Q by ~7 ~ d
l0 00 L" ~ yam., ~ ~ ~ ~ ~
V O L Lam. ~ O ~ O ~--~ ~
to 1 N C7 H ~ N U N C7 N
N
°'
v a .
i
O O O O
U
Y
U
Y
~
i.. U
~
~"~
~i ~i ~ ~ ~ tr ~i
a U U o o ~ U U
v 3 3 o a~ ~ ~ '~ 3 U
~
'O^
o CC ~ ~ ~ N CC
o ~ L
ri a a
' ~ E GA H ~ a
' ~ ~
vl O O O O O~ ~D M O
N O O O O 00 O M O
~ M
w ~ l~ ~D M t~ 00 O~ N
R M M 7 00
M ~
M O~ d'
a+
N
N O
cV W U
`m
Z
Y
V
( m N M O O r O ~ V' ~
~ M h °O ~ 0 ~ ~ N
o
O o
o o
O o
0 0
0 00 0
0 0
0 o
o
) r a M M M M M M M M M
i d
~
o
~
_
J Z N M d' v~ ~G [~ 00 O~
00 00 00 ~n a vti v, ~ o,
t~ ~n ra ~ ~ ~ o ~ m
~ Q< N . h .~ ~ ~ .-.
M N
f6
w
.
c'1 O
r H
L
R
61
t
m
~ }
r
N
R
.i
L
O d
~
Q r
J ~ ~
U C
m
a
.
~
a
°w
O
tC
ai J
01 ~ (~ O rh N O [~
y ~
~t N
O '
.
~ ~
cn 00
l~ N
N N
~ Oi
t~ v-~
M
~ C
~ ~ ~ ~ O ~ O
o ~-
.
~ N O N N
~.
v
m
-
v
OOQ~
N ~ N
M N O~ v
i 00 l~ DD
O C1i O~ M ~O \O M l~
V ONO ~ 01 M ~O d' v'i V rY
~ N M M ~n ~ 00 ~
~ m ri N
C V
O 'C
n U C.
Y
O
V
Q
U
~
a~ a~ a
i
L
o L
o ~
U U
o
~ U U c ~
~
z
~
L
L U
0
v
U
U
bn
'
U ,O
W
>
> ~
~
O ~ cC
a. cC
a
N
r d ¢ ~ ~ ~ ~ o o a
U _ _ 3 a, '~ a~ a~ ~
co Q Q `..4 ~.° Q ~ ~ ~ ~
m
Z
V
~ N M O~ O l~ O~ ~O r} 7
1 ~
00 00 a0 00 00 00 00 00 00
~~ M M M M M M M M M
)
~ ~
c
o
~
) _
J Z N M ~ ~n ~o [~ oo a,
w
dd
~~
L a
d ~
s ~
Y
W
d
V
d
t 0
~e a
v d
~ L
U c
+~+
d
m
t
N
~+
w~
W
Q-
~ d
.v .~
fl.
c s
CW
LL ~
r
a~
~N
ca
U~
0
t~
~~
~E
o d
w N ~
T
~ (n p
~ r V O
^wQ
~ ~ o-
a s~~
o u oa
R
3
O
~~
C
O
r
f0
3
a
0 0
0. N
~ N
E
3
>-
h
m U
Z Q
O
on an on ou on on cn eu on on on on on ao 00 on on an on on
c c c c c c c c c ^ c c c c c c c c a c
U U U U
~ ' U U U U U U U U U U U U 'j U ^O U U U
+.. C3
~
O
O
O
O
O
O
O
b
O
O
O
O
~
O
~
O
z
O
z
O
O
O
O
O
z
~;~ ~ z z z z z z ~ ~
~ N o O O O o 0 0 0 0
z 0
z 0
z 0
z 0
z 0
z 0
z 0
z 0
z 0
z 0
z 0
z 0
z 0
z 0
z
d y z z z z z z z z
d
wcs
n ~ 0 W
c
..~ .+
C N
co ~ U
r
C
O
a+
~ N
~
O
uiJU
0 0 ~o o rn ~ ~ o 0 0 0
O ~
oO -~
N rn
N ~
[~ 0
O 0
O 0
O 0
O 00
[~ 00
v~ 0
~D ~
N
~D
op O
p O~
~p O
00 N Q,
N ~
O O
l~ O
N O
O O ~ M C\ a1 ^-" N N N ~ ~ ~ ~
d M N M O vl N [~ l~ I~ [~ N oO ~ 'n N ~ ~
t6
L
a+
L V1
'
U
va
W
°
°
c
°
° 0
°
o o o o o O
-~ s -~ U U U U o U 3 3 3 ~ p
+ ~
~ w U U ~ ~ r U O ~ 00 00 00 O O
.
-. N
~ i
w ~
;:~
(~
~
~
.~
~
x
.~
~
~
.Y
Vl
M
~'
O
M
~
sG
a
a.
a
[Q
~
o y
t.
~
c0 s.. ~
N ~ 7 ~ ~ O ~ ~ ~ L C p" O O O O a> O ~ A
~. ~
.o o
W ~
~, '-
E"' N
~ s.
H ~,
E-~ ~,
F-' ~
E-' a,
U o
~ ~
RS s-
F ~
` ~
'" ti
i ~
~ ~
N
'~'
s
bA L ~
O N O C
L 0
. II. O
. O ~ ~ •~ C, a
i
bA a
i
bA W i ~ ~ O
~ 'r
~
v ,
~ C Y ~ ~ ~+
L'i ~
C+
G ~ ~
!
C'i ~ U Q ~ ~ r~-~ r~ H ~./
~
W _
R$ U ~--1
O i, Y
a
~ ~ ~
oa c~ ~
A ~
A ~
A ~
A ~ ~
'' Q.
~ ~
A ~ ~ ~ ,0, ~ a~ v
e
~ o
~
~ ~
~.
a; ~.,
c4
~
rx
c~
3 ~
~ .,
a ~,
i
~ o
~ 0
~ 0
~ ~
~ O
~ o
~ 0
x
~ x ~° 3 ¢ 3 3 3 3 ~ ~ .
~ ~ 3 ~ ~ ~ o ~.
y CL y ~ . ~ ~ ~ 1 ' > > , ~ ~ 3 3 ~ GL II. O. U ~ ~ Ln
a ~ ~ ~ a p, C7 .
~ C7 C7 C7 C7 ;, w ~ ~ ~ 0 0 0 ~ `~ :, `'
'~ o
F A o
F ~ ~ °o `-' °o o °o °o ~ a~ ~ a~ °o U U U -~ .b -°'v 'v
~
m
d N ~
p ~ ~
.~+ ' ~»
O ~
N ~
r 0
~ 0
[~ 0
~ 0
[~ ~
O Y ~;
+~ ;~
+~ o
00 ~ ~ ~ o
O X ~
O O
~
M 0 .- ti C/1 Q ~" ~ M M M M U V] Cn C/] M Q Q Q V1 V] ~l r-
m p~ O 00 00 ~--~ O~ O
O M
O M
O M
O M
O 7
O O
l~ O
O N
O ~
O~ ~
O~ M
O~ M
O~ M
O M
O N
O M
O
~.
~ N ~
O~ O
O O
O D1
O~ O
O 41
O~ O O O O O O O\ O O O~ O~ O~ 01 O O O O
O y N N N N N N N N N N N N N N N
N ~ ~
N
y
U
is 4t
V
~
[~
~O
~D
N
N
d'
O~
N
O~
^r
O~
O
O~
oo
00
O
00
~D
t~
01
~D
O~
vl
vl
7
7
~
M
~t
N
7 ~
~
d'
[~
M
~
M
O ~
~ J_ [~
oo O
N O
N M ^~
M O
M N N N N N N N N N N N N N N N N N
C
dd
~~
~, a
d 7
t 6
w d
w N
d~
L
d
~ 0
Y Q
V d
d~
t
U c
+~+
d
t
0
r
.~.+ ~
L
a-
~ a~i
~Q
~~ ~
cw
~ ~.+
d
i+
r N
~ ~
U~
C
O
lL9
~ ~E
~ N y
T
0 n (n p
~"' .., m
~ o o °o
~ ~J~
t' N o
a E~a~i
LL~Q
R
3
O
~~
C
O
Y
Or
a cv
N
~- N
m
,a
Z „~
U M
F,
m U
O
on
an
on
an
an
an
on
cn
ou
an ~
cn ~
cn ~
on
an
cn
ao
ao
on
an
tin
cn
on
on
c c c a ^ c c ^ ^ ^ c c c c c c c c ^ ~ c c c
~ te .c .
~ s
. .~ .~ .c ~ s ,/~~ .~ ./.c~ ~ s~ ..c .~c\ s`
U ~
U ./~~
U s`
U .(~~
U ~
U s1
U
r
,
~/ U /
~
U /
~
U U U U U U U U U U U U U
V
~ yy
r~ 7O
I~ 7O
r~ 7Op
r~ p p yyO
H 77p
F 77O
H yyp
H 77O
H 77p
r~ p yyp
r~ 77p
r~ 7p
/~ p yyp
I~ 77p
H yyp
r~ p
~ O yyO
r~
U
N N
°
r
O
O
O
O
O
O
O
O
Z
O
z
O
z
O
z
O
2
O
Z
O
z
O
Z
O
2
O
2
O
Z
O
Z
O
2
O
'z
O
Z
O
Z
.
u
. Z Z 2 2 Z Z 2
a
a
W
' N
tll C
F~ 0+.+
C
m
....
C N
d O
co ~ U
~_
d
fA '~
N
~
O
w ..°'i U
O
~O
v1
O
l~
M
O
~'
O
~
O
~h
O
d'
O
~
O
~
~--~
O
N
M
N
M _
N
v'~
7
O~
l~
~
~t
O~
O
M
00
M
~n
[~
~
~
'~
O
~t N
[~ N
M O
~O M ~ [~ (~ [~ l~ I~ ~--~ ~O \O
M ~
o0 ~D
O ~O
~ Vl
~n ~
oo 00
[~ ~t
~ o0
N M
~
d ~D ~ O
N O
N ~/"~ N
~O N
~O N
~D N
~O N
~O N
~O N
M M
~ ~ ~ ~ M N M M M
fA
t6
~
a+
~ N
~ O
er d U
0 0
0 0 0 0
o
~ U y U U .-a W U
M
w V
ce
L '
'
~
om U
L ^~
'
G
~
~
~
~
RS cC
L
v i
.
F.
F-i
~~' Y
.
H
F-'
F-'
O
T,
%
p"'
can
'6
°~
°o Q
`~'
O
,O f1 R. ~ G. 0. f1. vi Y ~ c~ w ~ ~
v ~ c'
w M
w
g ~ ~ ~ ~ ~ ~ ~ w ~ ~ '~ -o
N ~ ue 0 Q' ~ ~ O
o N
~ N
~ ~ ~+
3 P~.
3 3 Fi
3 C4
3 CG
3 p
`~' s
,
F 7
,
a L ~ ~ M ~ C/1 ~
v
~
~
~ n., ~ as U
~
~ ~ ~ U ~ C7 v ~ V 7
C C
7 ~ ~ w `~ ~ ~ Q
~ ~ .-
'-
U °'
~
U o 0
O 0 0 0 ~ Q Q -o
i' E
' ,
w v
~ ^ w
O w ~
~ N
~,,,,
cC , 4?
X O
O O
O
O O
O O
O O
O
Ci
~-i
~i
O O
C
Q~i
~ ,~
p
~. -
7
~+
PC
~ ~ ,J° o ~ ~ ~ ~ ~ 3 3 3 ~ ~ 3 ~ ~ 3 ~ 3 3
U ~ w M M M M M M , > > ~ ~ ~ a ,~ ~ ~ >
w
O. ~
~ ~ bq bq bA by bA bq C7 C7 C7 ~., p v L" cC C7 C C7 C7
'~,
v ~ ~
W cC
O ~
~ ~ C C C C C. G
O
O
O
O
O
O
F"
U
c~
O
O
O
F-^
~
-O
O
O
O
F"'
O
O
O
O
GNI sue O .~
C ~ y
~ %.
U+ s,
U+ %
Y %
aU+ %
U T,
Y O O O O
pp c~C O N ~ N N O O
M O .
U p
M W ~ U a
V] .
C/1 V1 V] V] Cn M M V] U
N ~O M N O~ M O O
O O
O O
O O
O O
o ~n
O v'i
O ~n
O v'i
O ~
O ~O
o ~O
O ~O
O ~O
O l~
O ~
o ~
O
`
~ R Q\
01 O
O O
O OO
D1 O
O O
O O O O O O O O O O O O O O O O O O
N N N N N N N N N N N N N N N N N N N N N
N g~
N
N
R
l0 3k
C.>
M
CN
O
~i'
N
~--~
~
O
00
O
V1
O
~
O
M
O
00
~
N
~
M
~
I~
O
M
O\
O
V'
N
O
N
M
N
-~
00
O
M
(~
N
O D
~ J~ M
N M
N M
N N
N N
N ~--
N N N N N N N N N M N N N N N M N N
~.
c y
~~ r
~a
d Q N
w d ~
;-- C1
L (Q
d
O
x a
~m
m
s o
U c
d
t
N
Q. -
~ N
.~ .~
Q
CW
ii d
L
.~ N
N
'~' ~
U ...
0
t~
~~
~ $E
F o a~
O y
~ N T
~ 1~~0
~ ^ UO
C ~J~
G n
~' ~n`oa
Q Eua"i
p ii~Q
3
O
\~
c
O
r
7
d
Q O
4. cv
~ N
d
7
Z ~~
'"
F-
U
Q
bn ~ own own
~
~ U U U U
3
3
~~ z z z z z z
U
dN
~°~
z
z
z
z
z
z
.~
a
~ ~ N
t~~ O~
c
~ ...
c N
d O
co ~ U
C
d
N ~''
A ~
O
tri J V
00 l0 M ~ ~1 ~
00
N
~ V">
M N
•--~ N
t~ M
d O M M M O
N
i'6
t
r
L ~
aac~
0
0
a ~
M O O
i
x O
~ O
~
a
M ~
M V] W p a~+
w
- ~ -o
o ~,
~ ~..-.~
~
o
s. ~;
~ Gy
~
~ o
~
Q ~
~
i
i~
~
~
N
~ ~,
F
O
x .
w ~ ¢ Q
(~ L
~
c U 3 ~' Y a
~i 3
°'
a
. -
a C7 x ~ ~ ~
~ o o ~ c
° ~ o0
ayi c °
M ~ F
, Y o
M ~ W 0. V] d'
N ~. ~
O ~
O ~
O ~
O ~
O ~
O
} N N N N N N
N~
N
N
R
U
. O D N M Q~ O ~ ~
r J ..~ N N N M N N
O
Q.
d~
~ m
~t
'v N
c =
ca
= o
Ll. cC
++ C
~ ~
La
~w
~,"
U
c
0
Y
n
N
~ $E
~ O N
w N T
~(n0
~ r UO
~ O ~O
C O~Q
yC N ~_
a ESN
o ~oQ
3
0
~1
0
0
N
N
+--~
O
'~
cC
s.
a.~
b
N
O
f1.
N
s,
G
.fl
N
'O
O
'O
O
w
c
-n
~.
3
on
c
.
~
0
0
Y
N
C
• ~ Lam..
W~
~ U
ow
~ o i
d ~ ~
b
~
E .~
~ OU
~~
3f 2
Prepared by: Denny Gannon, Asst. City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142
RESOLUTION NO. 09-297
RESOLUTION ACCEPTING THE WORK FOR THE SANITARY SEWER, STORM
SEWER, WATER MAIN, TRAIL, CERTAIN SIDEWALK, AND PAVING PUBLIC
IMPROVEMENTS FOR GALWAY HILLS SUBDIVISION -PART TEN, AND DECLARING
PUBLIC IMPROVEMENTS OPEN FOR PUBLIC ACCESS AND USE.
WHEREAS, the Engineering Division has certified that the following improvements have been completed in
accordance with the plans and specifications of the City of Iowa City:
Sanitary sewer, storm sewer, and water main improvements for Galway Hills Subdivision -Part Ten,
as constructed by Carter and Associates, Inc. of Coralville, Iowa.
Trail, certain sidewalk and paving improvements for Galway Hills Subdivision -Part Ten, as
constructed by Streb Construction Co., Inc. of Iowa City, Iowa.
WHEREAS, the maintenance bonds have been filed in the City Clerk's office; and
WHEREAS, the traffic control signs have been installed.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA,
THAT said improvements are hereby accepted by the City of Iowa City, Iowa and that all dedications and
public improvements previously set aside as not being open for public access are hereby formally accepted
and declared open for public access and use.
Passed and approved this 15th day of 5~,, mh , 2009.
ATTEST: ,/ /7~~.~,~.~ 9[ - ~~stJ
IC TYttERK
It was moved by Wilburn and seconded by Champion the
and upon roll call there were:
AYES: NAYS: ABSENT:
~- Bailey
~_ Champion
~_ Correia
_~ Hayek
~_ O'Donnell
_~ Wilburn
__V Wright
~~ ~~'
tion be adopted,
pweng/res/accept-ga Iwayh illspt 10. doc
~~Ca~
~ r
Sul ~
' '~"®~~~
-~.alr~
CITY OF IOWA CITY
410 East Washington Street
Iowa City, Iowa 52240-1826
(319) 356-5000
(319) 356-5007 FAX
www.icgov.org
ENGINEER'S REPORT
September 4, 2009
Honorable Mayor and City Council
Iowa City, Iowa
Re: Galway Hills Subdivision -Part Ten
Dear Honorable Mayor and Councilpersons:
I hereby certify that the construction of the sanitary sewer, storm sewer, water main, trail, certain
sidewalk, and paving improvements for Galway Hills Subdivision - Part Ten has been
completed in substantial accordance with the plans and specifications of the Engineering
Division of the City of Iowa City. The required maintenance bonds are on file in the City Clerk's
Office for the sanitary sewer, storm sewer, and water main improvements constructed by Carter
and Associates, Inc. of Coralville, Iowa, and for the trail, sidewalk and paving improvements
constructed by Streb Construction Co., Inc. of Iowa City, Iowa.
I recommend that the City of Iowa City accept the above-referenced improvements.
Sincerely,
Ronald R. Knoche, P.E.
City Engineer
pweng/engrpt-galwayh it Ispl10. doc
M~
3f 3
Prepared by: Liz Osborne, CD Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5246
RESOLUTION N0. 09-298
RESOLUTION AUTHORIZING THE MAYOR TO EXECUTE AND THE CITY
CLERK TO ATTEST TO A SUBORDINATION AGREEMENT BETWEEN THE
CITY OF IOWA CITY AND HILLS BANK AND TRUST, CORALVILLE, IOWA
FOR PROPERTY LOCATED AT 35 TREVOSE PLACE, IOWA CITY, IOWA.
WHEREAS, the City of Iowa City is the owner and holder of a Mortgage, executed by the
owner of the property on April 30, 2009, recorded on July 23, 2009, in Book 4482 Page
364 through Page 369, in the Johnson County Recorder's Office covering the following
described real estate:
35 Trevose Place, Building 21 Idyllwild Condominiums, Iowa City, Iowa,
according to the Declaration of Submission to Horizontal Property Regime
Pursuant to Chapter 4996 of the Code of Iowa, as recorded in Book 1516, Page
68 and amendments thereto, records of the Recorder of Johnson County, Iowa
WHEREAS, the Mortgage reflects the provisions of the state Jumpstart program,
through which the owner received flood rehabilitation assistance; and
WHEREAS, Hills Bank and Trust has provided a construction loan to the owner of the
property located at 35 Trevose Place for flood repairs and is securing the loan with a
mortgage covering the real estate described above; and
WHEREAS, Hills Bank and Trust has requested that the City execute the attached
subordination agreement thereby making the City's lien subordinate to the lien of said
mortgage with Hills Bank and Trust; and
WHEREAS, there is sufficient value in the above-described real estate to secure the
City's position.
.NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
IOWA CITY, IOWA that the Mayor is authorized to sign and the City Clerk to attest the
SUBORDINATION AGREEMENT BETWEEN THE City of Iowa City and Hills Bank and
Trust, Coralville, Iowa.
Passed and approved this 15th day of September , 20~_.
Resolution No. 09-298
Page 2
ATTEST: 1 ri
CI ERK
Approved by
g~d6~c
City Attorney's Office
It was moved by wiiburn and seconded by cha ~n~ ~n the
Resolution be adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Bailey
x Champion
x Correia
x Hayek
~ O'Donnell
_
x Wilburn
x Wright
SUBORDINATION AGREEMENT
THIS AGREEMENT is made by and between the City of Iowa City, herein the City, and Hills Bank
and Trust of Coralville, Iowa, herein the Financial Institution.
WHEREAS, the City is the owner and holder of a certain Mortgage which at this time is in the
amount of 48189.75, and was executed by Betty Jo Wilcox (herein the Owner), dated A rp i1 30,
2009, recorded Julv 23, 2009, , in Book 4482, Page 364 through Page 369, Johnson County
Recorder's Office, covering the following described real property:
35 Trevose Place, Building 21 Idyllwild Condominiums, Iowa City, Iowa, according to the
Declaration of Submission to Horizontal Property Regime Pursuant to Chapter 499B of the
Code of Iowa, as recorded in Book 1516, Page 68 and amendments thereto, records of the
Recorder of Johnson County, Iowa.
WHEREAS, the Financial Institution proposes to loan the sum of $32,000 on a promissory note to
be executed by the Financial Institution and the owner, securing a mortgage covering the real
property described above; and
WHEREAS, to induce the Financial Institution to make such loan, it is necessary that the Mortaage
held by the City be subordinated to the lien of the mortgage proposed to be made by the Financial
Institution.
NOW, THEREFORE, in consideration of the mutual covenants and promises of the parties hereto,
the parties agree as follows:
1. Subordination. The City hereby covenants and agrees with the Financial Institution that
the above noted Mortaage held by the City is and shall continue to be subject and
subordinate to the lien of the mortgage about to be made by the Financial Institution.
2. Consideration. The City acknowledges receipt from the Financial Institution of One
Hundred and Fifty Dollars ($150.00) and other good and valuable consideration for its act of
subordination herein.
3. Senior Mortgage. The mortgage in favor of the Financial Institution is hereby
acknowledged as a lien superior to the Mortaage of the City.
4. Binding Effect. This agreement shall be binding upon and inure to the benefit of the
respective heirs, legal representatives, successors, and assigns of the parties hereto.
~`^
Dated this Ze day of ~}" ~f "~ s~~' , 20 0 5.
CITY OF IOWA CITY
c
By
Mayor
FINANCIAL INSTITUTION
By ~ ~ ~~
Attest:
IIL ~f 'L~ A/1/_/ ~ ~ll/
City Jerk
CITY'S ACKNOWLEDGEMENT
STATE OF IOWA )
SS:
JOHNSON COUNTY )
'~' , 20 _~, before me, the undersigned, a Notary
On this _ l~___ day of S~Q~n~s~.rz ~
Public in and for the State of Iowa, personally appeare 'a .D ' f e and
Marian K. Karr, to me personally known, and, who, being by me duly sworn, did sa that they are the
Mayor and City Clerk, respectively, of the City of Iowa City, Iowa; that the seal affixed to the
foregoing instrument is the corporate seal of the corporation, and that the instrument was signed and
sealed on behalf of the corporation, by authority of its City Council, as contained in (Ordinance)
(Resolution) No. oR- 0'98' passed (the Resolution adopted) by the City Council, under Roll Call
No. of the City Council on the ~5 ~ day of S,~~nr<~sE2 , 20 0~_, and
that ~ ~ and Marian K. Karr acknowledged the execution of the
instrume t to be their volunt ry act and deed and the voluntary act and deed of the corporation, by it
voluntarily executed.
~'4,r SoNDRAE FORT ~ ~~
Commission Number 159791 " ~
• My Commission Expires Notary Public in and for the State of Iowa
ow ~ o
LENDER'S ACKNOWLEDGEMENT
STATE OF IOWA )
ss:
JOHNSON COUNTY )
On this v~• day of r' ~ , 201f/ ,before me, the undersigned, a Notary Public in
and for the State of Iowa, ersonally appeared llYl ~• I~1 i'1~i~ to me
personally known, who being by me duly sworn, did say that he/she is the
~nlp/' ~j(,¢ t'~°51 of Pi'U~I,S +C'~~Yk~~`that said instrument was signed on
behalf of said corporation by authority of its Board of Directors; and that said
D ~ ~~~~/ acknowledged the execution of said instrument to be the voluntary act
and deed of said corporation, by it and by him/her voluntarily executed.
""~ - ~ Notary ublic in and for the State of Iowa
gY" x
,~ ~a~~~-~or~-
~~' ~ - My Commission expires:
M ~ 09-15-09
5c
Prepared by: Robert Miklo, Senior Planner, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5240 (SUB09-006 &
SU609-0007)
RESOLUTION NO. 09-299
RESOLUTION APPROVING THE EXTRATERRITORIAL PRELIMINARY AND FINAL PLAT OF
JOHNSON COUNTY EXTENSION SERVICE SUBDIVISION, JOHNSON COUNTY,
IOWA.
WHEREAS, the .owner, the Johnson County Agricultural Society, filed with the City Clerk the
preliminary and final plat of the Johnson County Extension Service Subdivision, Johnson County,
Iowa; and
WHEREAS, said subdivision is located on the following-described real estate in Johnson County,
Iowa, to wit:
LEGAL DESCRIPTION
A PORTION OF THE SOUTH ONE-HALF OF THE NORTHEAST ONE-QUARTER OF SECTION 28,
TOWNSHIP 79 NORTH, RANGE 6 WEST OF THE 5T" PRINCIPAL MERIDIAN, JOHNSON
COUNTY, IOWA, MORE PARTICULARLY DESCRIBED AS FOLLOWS:
COMMENCING AT THE CENTER OF SECTION 28, TOWNSHIP 79 NORTH, RANGE 6 WEST OF
THE 5T" PRINCIPAL MERIDIAN, JOHNSON COUNTY, IOWA; THENCE N00°00'00"E ALONG THE
WEST LINE OF THE NORTHEAST ONE-QUARTER OF SAID SECTION 28, A DISTANCE OF 1193.65
FEET TO A POINT ON THE WESTERLY EXTENSION OF THE NORTHERLY LINE OF A TRACT OF
LAND SHOWN ON A PLAT OF PART OF THE NORTHEAST ONE-QUARTER OF SECTION 28,
TOWNSHIP 79 NORTH, RANGE 6 WEST OF THE 5T" P.M., JOHNSON COUNTY, IOWA AS
RECORDED IN PLAT BOOK 4 AT PAGE 233 IN THE RECORDS OF THE JOHNSON COUNTY
RECORDER; THENCE N86°43'02"E, ALONG SAID WESTERLY EXTENSION OF THE NORTHERLY
LINE AND ALONG SAID NORTHERLY LINE, 1205.20 FEET TO THE POINT OF BEGINNING;
THENCE CONTINUING N86°43'02"E, ALONG SAID NORTHERLY LINE, 407.00 FEET TO A POINT
ON THE WESTERLY RIGHT-OF-WAY LINE OF OAK CREST HILL ROAD SE; THENCE S01°34'43"W,
ALONG SAID WESTERLY RIGHT-OF-WAY LINE, 183.00 FEET; THENCE S87°03'36"W, 391.50
FEET; THENCE N03°16'58"W, 180.00 FEET TO THE POINT OF BEGINNING, CONTAINING 1.66
ACRES AND IS SUBJECT TO EASEMENTS AND RESTRICTIONS OF RECORD.
WHEREAS, the Department of Planning and Community Development and the Public Works
Department examined the proposed preliminary and final plat and subdivision, and recommended
approval; and
WHEREAS, the Planning and Zoning Commission examined the preliminary and final plat and
subdivision and recommended that said preliminary and final plat and subdivision be accepted
and approved; and
WHEREAS, a conditional dedication has been made to the public, and .the subdivision has been
made with the free consent and in accordance with the desires of the owners and proprietors; and
WHEREAS, said preliminary and final plat and subdivision are found to conform with Chapter 354,
Code of Iowa (2009) and all other state and local requirements.
Resolution No. 09-299
Page 2
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The said preliminary and final plat and subdivision located on the above-described real
estate be and the same are hereby approved.
2. The City accepts the conditional dedication of the streets and easements as provided by
agreement and by law.
3. The Mayor and City Clerk of the City of Iowa City, Iowa, are hereby authorized and
directed, upon approval by the City Attorney, to execute all legal documents relating to
said subdivision, and to certify a copy of this resolution, which shall be affixed to the final
plat after passage and approval by law. The City Clerk shall certify and send plat and
supporting documents to the office of Planning and Zoning of Johnson County, Iowa. All
recording expense is the responsibility of the owner/subdivider.
Passed and approved this t 5th day of Sepember , 20~.
Approved by
ATTEST:
CIT `ELERK
It was moved by Hayek, and seconded by Wilburn.
there were:
AYES: NAYS: ABSENT:
x Bailey
g Champion
x Correia
x Hayek
~_ O'Donnell
x Wilburn
x Wright
ity Attor ey's ice
he Reso tion be
t~d~~n~dpon roll cal
ppdadminlres/finalpla-county. doc
~~
STAFF REPORT
To: Planning & Zoning Commission Prepared by: Robert Anderson, Intern
Item: SU609-00006/SU609-00007 Date: August 20, 2009
GENERAL INFORMATION:
Applicant: Johnson County Extension Service
4265 Oak Crest Hill Road SE
Iowa City, IA 52246
Contact Person: Gene Mohling
Phone: (319) 337-3043
Requested Action: Preliminary and Final Plat Approval
Purpose: To subdivide the Johnson County Fairgrounds to
create a lot for the Johnson County Extension
Service
Location: 4265 Oak Crest Hill Road SE
Size: Parent Parcel: 45.27 Acres
New Parcel: 1.66 acres
Existing Land Use and Zoning: Johnson County Fairgrounds, C-AG
Surrounding Land Use and Zoning: North: Agricultural -County Highway Commercial
(CH)
South: Ryerson's Woods Park -County
Residential (R)
East: Industrial and undeveloped - (11)
West: Johnson County Fairgrounds -County
Commercial Agricultural (C-AG)
Comprehensive Plan: South Central District Plan -public
service/institutional
File Date: July 30, 2009
45 Day Limitation Period: September 13
60 Day Limitation Period: September 28
SPECIAL INFORMATION:
Public Utilities: The applicant has indicated an existing well will be
used for water and a leach field will be used for
2
sewer treatment.
Public Services: Police service will be provided by the Johnson
County Sheriff's Department. Fire Protection will be
provided by the Hills Fire Department.
BACKGROUND INFORMATION:
The applicant, Johnson County Extension Service, is requesting approval of a preliminary and
final plat to subdivide land owned by the Johnson County Agricultural Association located at 4265
Oak Crest Hill Road SE. The 1.66 acre Lot 1 would be divided from the Johnson County
Fairgrounds property. The Extension Service plans to build an office building on the proposed
lot. Their office is currently located within the fairgrounds. The remaining fairgrounds property
would contain approximately 45 acres.
The applicant has indicated that they have used the "Good Neighbor Policy" and have had
discussions with interested parties regarding the proposed subdivision over the past year. The
Johnson County Agricultural Association and Bart and Eugene Schuchert, property owners to the
north, among others were included in discussions that have taken place since September/October
2008.
ANALYSIS:
Comprehensive Plan:
The South Central District Plan designates the fairgrounds property for pubic service and
institutional uses. The District Plan indicates the area immediately to the north of the
proposed subdivision is appropriate for mixed use commercial development. The proposed
subdivision to allow a government office on this property is consistent with the public
service/institutional designation and the potential mixed use commercial development to the
north.
The property is within the city's growth area and it is anticipated that it will be annexed into the
city at some point in the future. The Johnson County and Iowa City Fringe Area Policy
Agreement indicates that residential, commercial and industrial developments should not occur
within this area prior to annexation. The Fringe Area Agreement does not specifically address
development of government uses. This minor subdivision does not appear to be inconsistent
with the Fringe Area Agreement. More significant development in the area would trigger
consideration of annexation prior to development.
Current Zoning:
The fairgrounds property is zoned County Commercial Agriculture. The proposed County
Extension Office is a permitted use in that zone. As noted above this use is compatible with the
city's future plans for the area.
Traffic Implications:
This property has direct frontage on Old Highway 218 (Oak Crest Hill Road), a major arterial
street. To minimize curb cuts onto Old Highway 218 the City and County are requiring that the
proposed lot not have direct access. Access will be provided from the existing driveway for the
fairgrounds and an access easement as shown in the attached plat.
PCD\Staff Reports\sub09-00006, sub09-00007 oak crest hill rd se
3
Fire Protection:
The Fringe Area Agreement requires that applicant's engineer establish a fire rating for the
subdivision and that the Hills Fire Department submit a letter approving provisions for fire
protection. This letter has not yet been submitted. It will be needed prior to approval of the plat.
STAFF RECOMMENDATION:
Staff recommends approval for SUB09-00006/SU609-00007, a preliminary and final plat for
Johnson County Extension Service, a 1.66 acre subdivision in the north portion of the Johnson
County Fairgrounds, subject to correction of deficiencies and discrepancies noted below and
staff approval of construction drawings and legal papers prior to City Council consideration.
DEFICIENCIES AND DISCREPANCIES:
1. Inconsistencies in the legal descriptions contained within the preliminary and final plat must be
corrected.
2. Afire rating must be established for the subdivision. A letter from the appropriate Fire
Protection District approving provisions for fire protection is required.
ATTACHMENTS:
1. Location Map
2. Preliminary and Final Plat
3. Aerial Photograph
Approved by: ~ C~~~
Robert Miklo, Senior Planner,
Department of Planning and Community Development
PCD\Slaff Reports\sub09-00006, sub09-00007 oak crest hill rd se
w `~ ' ~ I ~
~_- ~
.._
.~~ z p
~~
~ .~ O
`a° N ~ '~
o U o~ , ~, ~ . - ~
~`~ ` ~ a 3 0 ~ Q ~ '~~ ~:: Q
~" ~ ° ~~ ° O
~ ~.
i ~~~//~~
_.. _` ___.I V/
_.
' ~ _•--^
•~ ~ -
.,~ r'`~
r
...
_ ,- ~,.~
i ~ ~. r
~ Q - ~- ~
a '~
°' ~ ,-- Cn
~ :1f % ~ ,-~ .~
~ ~ ~..- ~:
r I
__ J
\__.~--____ S~,iWll 31VL14db0~ J.ll~ VMOI ~0 J.11~
a
~~.~_
~.
_ -, -_ -,
,~ ~
ar. ~~ i i O
ij ~ j i
T I
i BlZ AYMNDIH Qp Z
i -. O
~, ~__ __,
V
', ~ _ -- - _ _~ o
~ i ~ ~ O~~ f"~ - O
` ' !, _~~
i I ooQ
i ~~~ I
' ~,
~I ti
o"
I
j ;
o
`
---
~,
~
!
..
,
_,
~
z
__ __
I o
~ ~ ~ p(zF'P h~i
~~
1
O
c,2
'
~
';
; V
'
, O
~
~
i
i W
-- ~,,,,
1
~
~ j
~
i ~
0
~ ~ mo
j ~~ a3o n.
o '~`~
`~ 4
N
N
~ a
O
r
~° a
~~
~b~ \
0
Q`
Y \
Q
O
~ ~
_
.
-,J- - -- -
~~
•\~ •.
:~
`~ ` 4~.
QQ r ~ ~~
°' ~
aa_~~ M°/LiM r
_-~` - J
__
,I N
_ .-. - ---
m
j~ ~
~ \. '.
~ ~I ~
O
O
O
-- O
i
G~
O
~Q
0
~;.`
~, 1
O
~Q
\ \_
~.
b
r--~ u
i" ~ ~
M~
l~ I ~
___~.~.1W1~ 31VN I db0~ ,lll~ VMOI ~0 ,lll~
O
~-~.~~ • w
i- i
BtL AYMIpIH UW ~
V
j . _ ---~ ~
o~O ~~ O
~Z~
_~~
oo~ ~
o
a~ ti
`~
0
~,~ ..
z
------ - P~~P O
~~~~~
V
O
a
~ H
--_
v~cn ~n ~n~yF~g p~~ ~E1E ~ ~
W W O w~ ~2NW ~ ~'~,~ ~ a O
z z~ x w~ b~ 9 w ~a
~-' t0 _
w0,~~~ ~~ ~ poV ~~~ ¢O
v) w ma ~~ g~ r V
~~a
~ f~"o~~~~e~ a ~~ ~ ~7~s~
~e~~
~ Qb'O~I'IIt~I OIQAIVZIO ~
_ _ _ _ _ - _ _ _ (SiZ 'OH At+MH~JIH S !I Q'IO)
-- _ -- _ _ - _ - _ - _ ~S Qa'02I 'I'IIH .LS~IO }Id0 ~
- - ::~; R r~ ~ ids ~,. ~m a~.tl~ ~ ;,K~
Z~a~~
S ~ ~ Qp
~ ~ lf7 pU
N Z
Z~=LL~
w F- ~zQ
a LL ~ ~o~
Qo0 ~~~
o ~ ~ s
s =~~ a~ s a a
3~j8 ~
a ~ $ ~~
~ ;~a ~~
a U ~Sb ~
c. ~, `61 ~ ~ 8 €
N~ .~,c~~ ----- ~ -- ---------------
TLZZ)~ ~~ r ~,--- tl9 r~: s --T~
= VHT1V ~.a~ -
i
a ~~ ~„ Y
~ L
z
'
s
~
~~
~I
o
yi ~
.~
S
a°
j
~ .
.
~~ ~~ ~
8 1
~'R
m ~
~
y~ .
~~ ~ ~e ~
,
~
E- ~ e ~ O s
..~ ~ R y /
~ 3 ~
~ '~
~ ~~
I--~ V ¢ ~
5 ~
F~7k < ?
~~~ ~
~ __
_ - ____ ~" -__ 3Nl J351j1 a/_31v-__~ ________-_ _-
w ~ Y~
J~
i~
w ____ _-_____- -^I
~
Q /
3
a Sa`g E~`
~~°
~,
/ I
z p
O B F
~
~
V1 (,)
'' a
G ~ ~ ~ ~~
oar r~ g~~
~
` ~~ Nos)ase'w lao oo i
~ m
~
zz ~ r
~~
~ ~ y _
~
~
7 'C `~
G 5
d ob ~§Y~~ ~. ~~d'i <4 gbb~`'
F.~,g
c.,;
- ' 4 S~"A~
~ L(1
kl ~ '
~ ~s' ~`R%~ ICS ~
~ESg ~ ~ . C4 - ~ ~ ~-~ f-
~
r
~ ~- ~
%
8 e
Z
~ r c ~
~~~
,~
~ ~~
l ~ -1~1~ ~
~ ~€g ~~`~ "z4 3a~';j
~
~ ~ c ~
$ ~
~
w~
0.
Q ~R ~° ~
'
G ?~
i ~ ~n
~~
. ~
~
~ ~
~ ~~bw
es~
o
~ I € ~
x s~s
..
..~
U C3~ '
~~~~. ,~~ ~5" I ~
1 ~ ~ ~.
a~C F~33 €4~ ~ 8
~_ aP St
~ ~
~ ~ ~i
~~ "at~
~~ g
~~ <i~~3 ~~
K
~ ~S F.~
P
~ ~ /
n~e a~§~g~~
~' ~
~
a
" i
..
5 sag a ~ ' ~
~ / ~~ ' ~
$~,
s
~<
z~e y~~g ~~° a
3 ~ ~.t~~~~ ~~ '4
O i ~ i W
~ ~
F~ ~
_ 4 ~ G.~a~
~~~ 3 ~~F$ -~~ G
~ W
~p ~°
8" 9
~
~ ~ ~6 ~~~ ~~~* tC~~ ~~ ~ ~ ~
k'
D a
a
ONp
.I
~ ~
. ~ S
c ~
_
~
V
,
/
z z .-_ -_. _ ,65)6 - -__
Ir
N
o m
M ~
~~~ I ~
m ~ ~ ~ ~ ~ p
~ ~ O O ~ p ~ ~
1
a
a
a o
u N
w +1
~ a 1
~om~-
o
oo
`a
~ a
tt
a ~~
I
zym
a ° v ~9~`~w
~~z~
~~~~s
V "
i
Op~~V ~~
~ ~<~~°~
~
a q
a~$
l8
:gym ~ ~~n
~~s
__---~
- ,~ ,
FI
I~
b
~ki8 g @@
~~~~ ~ ~~ ~~~ II
4Y~~~~~~ ~~~ ~g~,~'bb~ 4
~~~~~. ~~ ~~ka~a.
aaa~~SY ~~ s~ a ~ ,
e ~~~ ~aa
~~~~cl~x~~~~n=~W~eg~ ~
68 8 ~~ ~ 7~
~~~~~~3~~aYJ°9,Swffi~~
I I i i i I ~ a7 P
III I >,~ ~~
..(~<:.
Y I
ICI II ~ ~
~I
€ ~ I
nmma
~€~S~
~~~e~
~I
al
~E~ i
X58 R i
°So ~ ~
~~~b ~
~g.~
E J ~~ nyxN41M UOpry k
7 S
~oo~~,,,,~~~~
~"arN~imr~^~"
~~~° ~~~
~o=s
~~~~~ ~~,' I ~ s
o -
LI'Gttl ~ - - '-- ~59'f6tt_ -~~- --- ,- (tl).LC'ZOZI (N),9['1811. 3,S5 LC.OON
,OB'OIBL 3,00,00.00N 9Z '035 1/I 3N 3Nl !0 3NI3 153M
S
8
'~ ~ I
/ b~
m€~i
a~„~
Z ~ 8
m
N ~ ~ ~ ~ a
J r`
a o ,
f ~ ~ s 5 a
o~
M~
6
Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 319-356-5145
RESOLUTION NO. n9-inn
RESOLUTION AUTHORIZING THE ACQUISITION OF PROPERTY INTERESTS
NECESSARY FOR CONSTRUCTION OF THE SYCAMORE STREET FROM
LANGENBERG AVENUE TO DEFOREST AVENUE IMPROVEMENT PROJECT.
WHEREAS, notice of public hearing on the City's intent to proceed with a public improvement
project and to acquire property rights for the above-named project was given as required by law,
and the hearing thereon held; and
WHEREAS, the City of Iowa City desires to construct the Sycamore Street from Langenberg
Avenue to Deforest Avenue Improvement Project ("Project") which includes reconstruction of
Sycamore Street from the south city limits to Burns Avenue, pavement patching from Burns
Avenue to Highway 6, new traffic signalization at the U.S. Hwy. 6 and Sycamore Street
intersection, a turning lane addition on Sycamore Street (north of U.S. Hwy. 6), and installation of
an 8' wide sidewalk along Sycamore Street from U.S. Hwy. 6 to Deforest Avenue, and
WHEREAS, the City Council has determined that construction of the Project is a valid public
purpose under State and Federal law, and has further determined that acquisition of certain
property rights is necessary for the proposed project; and
WHEREAS, the City's Consultant, Foth Infrastructure and Environmental, has determined the
location of the proposed Project; and
WHEREAS, City staff should be authorized to acquire necessary property rights at the best
overall price to the City.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
It is the City's intent to proceed with the Sycamore Street from Langenberg Avenue to
Deforest Avenue Improvement Project.
2. The City Council finds that it is in the public interest to acquire property rights necessary
for the construction of the Sycamore Street from Langenberg Avenue to Deforest Avenue
Improvement Project ("Project"), which Project constitutes a public improvement under
Iowa law. The City Council further finds that acquisition of said property rights is necessary
to carry out the functions of the Project, and that such Project constitutes a valid public
purpose under state and federal law.
3. The City Manager or designee, in consultation with the City Attorney's office, is authorized
and directed to establish, on behalf of the City, an amount the City believes to be just
compensation for the property to be acquired, and to make an offer to purchase the
property for the established fair market value.
4. The City Manager, or designee, is hereby authorized and directed to negotiate the
purchase of property rights for the construction, operation and maintenance of the Project.
Resolution No. 09-300
Page 2
The City Manager or designee, in consultation with the City Attorney's Office, is authorized
and directed to establish, on behalf of the City, an amount the City believes to be just
compensation for the property to be acquired, and to make an offer to purchase the
property for the established fair market value.
5. In the event negotiation is successful, the Mayor and City Clerk are hereby authorized to
execute and attest all documents necessary to effectuate the purchase of said property
rights. The City Attorney is hereby directed to take all necessary action to complete said
transactions, as required by law.
6. In the event the necessary property rights for the Project cannot be acquired by
negotiation, the City Attorney is hereby authorized and directed to initiate condemnation
proceedings for acquisition of any and all property rights necessary to fulfill the functions of
the Project, as provided by law.
Passed and approved this 15th day of September , 2009.
ATTEST:~i~,t~,~ 7~ _ i~
CITY~6LERK
It was moved by Wilburn
adopted, and upon roll call there were:
and seconded by Wright the Resolution be
AYES: NAYS: ABSENT:
x Bailey
~_ Champion
x Correia
x Hayek
x O'Donnell
~_ Wilburn
x Wright
pwenglres\easres2-Sycamore-La ngenbe rg. doc
8/09
City Attorney's Office
8
~~
Prepared by: Mike Moran, Parks & Recreation, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5100
RESOLUTION NO. 09-'~01
RESOLUTION ESTABLISHING ANNUAL PASS FEES FOR THE THORNBERRY OFF-
LEASH DOG PARK AND RITA'S RANCH DOG PARK
WHEREAS, the City Code provides that, "Upon recommendation of the Parks and Recreation
Commission, all Parks and Recreation fees shall be established by City Council resolution"; and
WHEREAS, the City of Iowa City Parks & Recreation Department and Johnson County DogPAC
(Johnson County Dog Park Action Committee) have worked cooperatively to establish and
operate off-leash dog parks in Iowa City; and
WHEREAS, Johnson County DogPAC has recommended a $25 annual pass fee with a
reduction of $5 for dogs who have been spayed or neutered, a $50 biannual pass fee with a
reduction of $10 for dogs who have been spayed or neutered, or a $75 tri-annual pass fee with
a reduction of $15 for dogs who have been spayed or neutered; and
WHEREAS, the Parks and Recreation Commission on August 19, 2009, approved the above
fee schedule and recommended it be adopted for FY10 and FY11; and
WHEREAS, it is in the public interest to establish such a fee.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY,
IOWA, THAT the proposed fee schedule for the Thornberry Off-Leash Dog Park and Rita's Ranch
Dog Park is hereby adopted.
Passed and approved this 15th day of September , 2009
ATTEST: /?1~~~~-~ i'~ ~ %~
CITY~ERK
Appr ved by `,/
i ~ ~~ ~/
City Attorney's Office ~ ~ 1, ~~
It was moved by Champion and seconded by Correia the Resolution be
adopted, and upon roll call there were:
AYES:
X
x
x
X
~_
-.~L_
NAYS: ABSENT:
Bailey
Champion
Correia
Hayek
O'Donnell
Wilburn
Wright
wpdatalparksreGresldogparkfees.doc
~9
NOTICE TO BIDDERS
PHASE ONE-TRAIL DEVELOPMENT OF THE
TERRY TRUEBLOOD RECREATION AREA
PROJECT formally known as
Sand Lake Improvements -Phase 1
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:00
A.M. on the 9th day of September, 2009. Sealed
proposals will be opened immediately thereafter
by the City Engineer or designee. Bids submitted
by fax machine shall not be deemed a "sealed
bid" for purposes of this Project. Proposals
received after this deadline will be returned to the
bidder unopened. Proposals will be acted upon
by the City Council at a meeting to be held in the
Emma J. Harvat Hall at 7:00 P.M. on the 15th day
of September, 2009, or at special meeting called
for that purpose.
The Project will involve the following:
Demolition of metal building; miscellaneous
site demolition, clearing and grading; construction
of recreation trail.
All work is to be done in strict compliance with
the plans and specifications prepared by Snyder
& Associates, Inc., of Cedar Rapids, Iowa, which
have heretofore been approved by the City
Council, and are on file for public examination in
the Office of the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be accompanied
in a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a
surety in the State of Iowa, in the sum of 10% of
the bid. The bid security shall be made payable to
the TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to
the City Council.
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100%) of the contract price, said bond to
be issued by a responsible surety approved by
the City, and shall guarantee the prompt payment
of all materials and labor, and also protect and
save harmless the City from all claims and
damages of any kind caused directly or indirectly
by the operation of the contract, and shall also
guarantee the maintenance of the improvement
for a period of one (1) year from and after its
completion and formal acceptance by the City
Council.
The following limitations shall apply to this
Project:
Working Days: 70
Specified Start Date: September 16, 2009
Liquidated Damages: $500.00 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifi-
cations and form of proposal blanks may be
secured at the Office of Snyder & Associates,
Inc., Cedar Rapids, Iowa, by bona fide bidders.
A $25.00 non-refundable fee is required for each
set of plans and specifications provided to
bidders or other interested persons. The fee shall
be in the form of a check, made payable to
Snyder & Associates, Inc.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quanti-
ties, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
Prepared by: Mike Moran, Parks & Rec. Dept., 410 E. Washington St., Iowa City, IA 52240 (319)887-6100
SOLUTION NO.
RESOLUTION AWARD
SIGN AND THE C
CONSTRUCTION OF T
ONE PROJECT (FORM
WHEREAS,
responsible bid of $
NG CONTRACT AND AUTHORIZING THE MAYOR TO
TY CLERK TO ATTEST A CONTRACT FOR
TERRY TRUEBLOOD RECREATION AREA ,PHASE
LY KNOWN AS SAND LAKE RECREATION ~4REA).
of has submitted the lowest
for c nstruction of the above-named project:'
NOW, THEREFORE, BE IT RESOLV~,p BY THE CITY COUNCIL OF TFIE CITY OF IOWA CITY,
IOWA, THAT: ~
1. The contract for the construction of the above-named project is hereby awarded to
subject to t e condition that awardee secure
adequate performance and payment bond, insurance p~ificates, and contract compliance
program statements.
2. The Mayor is hereby authorized to sign and -tile City Clerk to attest the contract for
construction of the above-named project, s ject to the condition that awardee secure
adequate performance and payment bond, ~ surance certificates, and contract compliance
program statements.
3. The Parks & Recreation Director is uthorized to execute change orders as they may
become necessary in the constructs of`the above-named project.
Passed and approved this y of , 20
%,
i~
~ MAY R
Approved by
ATTEST:
CITY CLERK '~~ City Attorney's Office
It was moved by and seconded by the Resolution be
adopted, and upon roN"call there were: `;
AYES: NAYS: ~ ABSENT:
'~~ Bailey
Champion
~- ~ Correia
/ Hayek
~' ~- O'Donnell
Wilburn
Wright
'~,
pweng\res\award wnt Trueblood.doc `~
9/09 ~
'~~ J
Prepared by: Mike Moran, Parks & Rec. Dept., 410 E. Washington St., Iowa City, IA 52240 (319)887-6100
RESOLUTION NO. 09-302
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE TERRY TRUEBLOOD RECREATION AREA PHASE
ONE PROJECT (FORMERLY KNOWN AS SAND LAKE RECREATION AREA).
WHEREAS, Howery Construction of Rockwell City, Iowa, has submitted the lowest responsible
bid of $355,613.05 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The contract for the construction of the above-named project is hereby awarded to Howery
Construction, subject to the condition that awardee secure adequate performance and
payment bond, insurance certificates, and contract compliance program statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
3. The Parks & Recreation Director is authorized to execute change orders as they may
become necessary in the construction of the above-named project.
Passed and approved this 15th day of se t:etnber , 20~_.
1 - ,~ ~ ^~
ATTEST: ~-~-
CITY LERK
~"
Approved by V
City Attorney's Office
It was moved by Hayek and seconded by 0' Donnell the Resolution be
adopted, and upon roll call there were:
AYES:
x
x
x
x
x
NAYS: ABSENT:
Bailey
Champion
Correia
Hayek
O'Donnell
Wilburn
Wright
pweng\res\award cont Trueblood.doc
9/09
09-15-09
10
Prepared by: Susan Dulek, Asst. City Attorney, 410 E. Washington St., Iowa City, IA 52240-319-356-5030
RESOLUTION NO. 09-303
RESOLUTION ADOPTING A COMPLAINT FEE POLICY FOR CODE VIOLATIONS.
WHEREAS, Housing and Inspection Services responds daily to complaints regarding zoning
code, housing code, and other code violations;
WHEREAS, every complaint entails at least one inspection and a minimum two inspections if
the first inspection confirms a code violation;
WHEREAS, Resolution No. 09-39 provides an administrative fee of $75.00 for snow and weed
complaints, and the inspection fee for all other code violations should also be $75.00;
WHEREAS, the inspection fee of $75.00 is based on the actual administrative costs incurred to
inspect code violations; and
WHEREAS, it is in the best interest of the public that the City adopt the attached Complaint Fee
Policy.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA:
The attached Complaint Fee Policy is adopted.
Passed and approved this 15th day of Septembe , 2009.
ATTEST: ~~~~~ ~~ ~
CITY ERK
~-~,~5
City Attorney's Office
Resolution No. 09-303
Page 2
It was moved by Wight and seconded by Champion the Resolution be
adopted, and upon roll call there were:
AYES:
X
X
x
x
X
x
NAYS: ABSENT:
Bailey
Champion
Correia
Hayek
O'Donnell
Wilburn
Wright
wpdata/glossary/resolution-ic. doc
COMPLAINT FEE POLICY
Housing Inspection Services will investigate complaints concerning Code violations. If a
Code violation is confirmed and the person(s) responsible abates the violation prior to
the compliance date, then no inspection fee will be charged; however, if the person(s)
responsible for the violation does not abate the violation and further inspections are
necessary to achieve Code compliance, then each inspection will be charged a $75
inspection fee. Repeat violations (repeat of same violation) will result in a $75 inspection
fee for every inspection. This does not apply to weed and snow removal complaints,
which are addressed by separate policies.
hisadmlcomplaint fee policy9-3-09.doc
'~ 11
Prepared by Jennifer Jordan, Recycling Coordinator, 3900 Hebl Ave. SW, Iowa City, IA, 52246, (319) 887-6160
RESOLUTION NO. 09-304
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST TO A THREE-
YEAR CONTRACT WITH CITY CARTON COMPANY, INC. FOR RECYCLING PROCESSING SERVICES.
WHEREAS, the City previously contracted with City Carton Company, Inc. for sorted curbside recycling
services; and
WHEREAS, the City of Iowa City wishes to improve its curbside and drop-off site recycling programs by having
the option to move to single stream curbside recycling within the next three years; and
WHEREAS, the City of Iowa City issued a Request for Proposals for Recycling Processing Services that
included both sorted and single stream curbside recycling;
WHEREAS, City Carton Company, Inc. responded to the Request for Proposals and Staff finds the response
adequately fulfills the requirements of the Request; and
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY THAT the
Mayor is authorized to sign and the City Clerk to attest to the attached contract for recycling processing
services, whereby the City does enter athree-year contract with City Carton Company, Inc.
and approved this 15th day of SeQtember, 2009.
~ Approved by:
MA ~C(~C ~ ~~~~w
ATT T: City Attorney's Office ~j~3lrc~
CIT LERK
It was moved by Wilburn and seconded by Correia that the Resolution be adopted, and
upon roll call there were:
AYES: NAYS: ABSENT:
g Bailey
~_ Champion
X Correia
_~ Hayek
_~_ O'Donnell
y Wilburn
Wright
~~
AGREEMENT FOR RECYCLING SERVICES
This Agreement is being made and entered into between the City of Iowa City ("City") and City Carton
Company, Inc. [aka City Carton Recycling] ("Contractor") in Iowa City, Iowa for services in connection with
recycling.
WHEREAS, the City desires to remove and recycle certain materials in a manner consistent with regulations
developed by the U.S. Environmental Protection Agency, the Iowa Department of Natural Resources and
consistent with good environmental practices; and
WHEREAS, the Contractor would like to provide said recycling services to the City of Iowa City.
NOW THEREFORE, in consideration of their mutual promises, City and Contractor agree as follows:
I. STORAGE AND REMOVAL
1. Contractor agrees to provide recycling services to the City of Iowa City for the following recycling
commodity streams, hereinafter called "recyclable materials:" magazines, newsprint, mixed paper,
old corrugated containers, #1-#7 plastics (no motor oil bottles or Styrofoam), tin/aluminum/steel,
clear glass and mixed brown/green glass. Contractor agrees to provide said recycling services in a
safe and good faith manner.
2. Contractor shall provide all necessary labor, equipment and materials for performing services
described herein. These shall be considered an integral part of the service, and no additional
compensation will be paid therefor.
3. Contractor shall provide adrop-off site suitable for the unloading of recyclable materials from refuse
packer trucks, side loader trucks and dump trucks, as delivered by City or its agents, in order to ensure
total storage of all recyclable materials delivered to the Contractor's place of business at 3 E. Benton
Street or agreed upon designated area. Once City drops the recyclable materials off at Contractor's
plant, Contractor assumes all responsibility for said recyclable materials.
4. Contractor agrees to have no markings on vehicles or containers that indicate or tend to indicate any
official relationship between the Contractor and the City.
5. The City's hauling vehicles shall be weighed on the Contractor's scale upon entry to the Contractor's
2
place of business, and shall be weighed again when unloaded and prior to leaving the site. A copy of
the scale ticket will be given to City's driver at that time. Records of net weight of recyclable materials
delivered shall be forwarded to the City on a monthly basis, and shall be deemed accurate and
accepted unless objected to by City within ten (10) calendar days of receiving the monthly records. The
Contractor shall maintain accurate cumulative records for the duration of this Agreement, and shall
provide such records to the City within a reasonable time after City's request.
6. Contractor will provide City with access to Contractor's place of business during City's normal working
hours of 7:00 AM to 5:00 PM, Monday through Friday. This provision in no way limits Contractor's
ordinary hours of business or hours of operation apart from City's use.
II. RECYCLING
7. Contractor agrees those portions of Contractor's recycling and measuring operations that are material
to its performance of this agreement shall be subject to periodic inspection by the City or its agents.
City agrees to give reasonable notice to Contractor prior to such inspections.
8. The Contractor shall recycle materials following generally accepted standards in the industry, which
may include a variety of processes.
9. Upon receipt of City's recyclable materials, Contractor agrees to carry out the delivery, packaging,
crushing and/or any other preparation according to standard operations of the recycling industry.
Parties acknowledge Contractor may sell said recyclable materials to bona fide users or sell back into
the manufacturing stream for recycling purposes.
10. The Contractor's recycling operation,. including storage of materials. to be recycled and of recycled
materials, shall be conducted on a site which meets the requirements of all applicable federal, state
and local laws and regulations, including zoning ordinances.
11. Parties agree that Contractor shall be responsible for its own equipment in order to satisfactorily
perform this Agreement, and that City shall in no way be responsible for the method or means by which
material is recycled.
12. The Contractor shall be responsible for all permits, fees, and expenses related to the disposal of any
waste material from its operation which is not recyclable, and shall do so in a manner consistent with
all applicable federal, state and local laws, including rules and regulations promulgated or enforced by
3
the U.S. Environmental Protection Agency, the Iowa Department of Natural Resources, and/or local
solid waste disposal facilities. This provision shall have no application in situations where the City fails
to provide material free from any and all hazardous waste, in which case all expenses related thereto
shall be attributed to the City.
III. CITY'S RESPONSIBILITIES
13. The City may secure "drop off' locations in Iowa City for the public's disposal of residential and
commercial recyclable materials, and will designate these locations for said use, with notice to the
public. Any material deposited at the Contractor's designated drop site located at 3 E. Benton St. will
be the responsibility of the Contractor and is not part of this agreement.
14. The City shall provide bins of sufficient capacity and quality at these drop-off locations to protect the
recyclable materials from adverse weather. City also agrees these bins shall include instructions and
notice to the public on appropriate use of the bins, and that these notices will be prepared by City in
cooperation with Contractor.
15. The City will provide pickup and delivery service from the "drop-off' locations to the Contractor's place
of business located at 3 E. Benton Street, Iowa City, or agreed upon designated area, as previously
described above.
16. The City may provide curbside collection of recyclable materials to residential and commercial
properties as defined in the Iowa City Code of Ordinances, as amended. The City will deliver the
recyclable materials collected to the Contractor's place of business, as previously described above.
17. The City agrees that it will not knowingly or intentionally deliver to Contractor any loads that contain
solid waste or material other than recyclable materials, including any materials contaminated by
hazardous waste. If Contractor believes that a delivery of recyclable materials contains solid waste
or material other than recyclable materials that exceeds 1.5% of the total weight of the delivery or
contains any quantity of hazardous substances, Contractor may reject the delivery and contact City
representative to inspect load. If load is deemed contaminated in excess of 1.5% of load's total
weight, City will pay for all costs of hauling and disposal plus $75 per ton for additional handling.
Materials with significant food contamination and wet materials are considered contaminated.
IV. GENERAL PROVISIONS
4
18. The City reserves the right to terminate this Agreement upon 10 calendar days' written notice for
Contractor's substantial violation of state or federal law or City ordinance, which violation is directly
related to the subject matter of this Agreement. If the violation is not cured within the said 10-day
period given, this Agreement shall terminate unless 1) Contractor has made substantial steps to cure
the violation prior to expiration of the 10-day period; and 2) City, in its sole discretion, agrees not to
terminate.
19. This Agreement shall remain in effect for a period of three (3) years, beginning retroactively on July
1, 2009 and ending on June 30, 2012. The City may elect to extend this Agreement for one (1)
additional three (3) year term. In the event the City opts to extend the agreement, said extension
shall be done in writing within 30 days prior to the expiration of the initial term and only after Council
approval.
20. Two options for delivery of materials are available in this contract, outlined below. The City will
notify the contractor at least 90 days prior to making the change. On the agreed-upon date for the
change to single stream, Section V.28 will go into effect and Section V.27 will no longer apply.
(a) The City may deliver the materials sorted by stream. In this case, no processing fee will be
charged and some materials will be compensated based on market values (see Section V. 27).
(b) The City may determine within the contract to switch to single stream curbside collection and
deliver to City Carton single stream materials. In this case, a new pricing structure (Section V.
28) will go into effect.
21. This Agreement shall be governed by the laws of the State of Iowa.
22. Neither the City nor the Contractor shall assign or transfer its interest in this Agreement without the
written consent of the other. Nor shall Contractor or City compete against the interests of the other.
23. This Agreement represents the entire agreement between the City and the Contractor and supersedes
all prior negotiations, representations or agreements, whether written or oral. This Agreement may be
amended only by written instrument signed by both the City and the Contractor, and attached as an
Addendum.
24. Nothing contained. in this Agreement, nor the performance of the Parties hereunder, is intended to
benefit any third party.
25. If any one or more of the provisions contained in this Agreement are held to be invalid, illegal, or
5
unenforceable, this Agreement shall be deemed severable and the remainder of the Agreement shall
remain in full force and effect.
26. The Contractor shall not commit any of the following employment practices, and agrees to include the
following clauses in any of its subcontracts:
Contractor agrees not to:
(a) Discharge from employment or refuse to hire any individual because of sex, race, color, religion,
national origin, sexual orientation, gender identity, marital status, age, or disability unless such
disability is related to job performance of such person or employee.
(b) Discriminate against any individual in terms, conditions, or privileges of employment because of
sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or
disability unless such disability is related to job performance of such person or employee.
V. COMPENSATION FOR MATERIALS
The default system for this contract is for materials to arrive at the contractor's facility sorted by
material stream, in which case Section V.27 will be in effect. If and when the City is ready to change to
a single stream system, the City will notify the contractor at least 90 days prior to making the change.
On the agreed-upon date for the change to single stream, Section V.28 will go into effect and Section
V.27 will no longer apply.
The prices listed below shall not increase during the initial 3 year term. Within 90 days of the end of
the initial 3 year term, should the Contractor desire to modify the terms of this provision, Contractor
shall submit such request to the City in writing. The City reserves the right to reject such request and
not extend the Agreement for the subsequent period.
27. Materials sorted by stream.
a. Newsprint and magazines. The market price paid to the City will be based on the Official Board
Market (OBM) (#6 News-Chicago region). The unit price per ton paid each month to the City
by the Contractor shall be the high side #6 minus $30 per ton for drop box materials and
curbside material for term of the contract. The Contractor will honor a floor price of $0 per ton
for term of contract should the OBM drop below $30 per ton. The City will not be charged for
the material.
6
b. Old Corrugated Containers (OCC). The market price paid to the City will be based on the
Official Board Market (OBM) (#11 OCC-Chicago region). The unit price per ton paid each
month to the City by the Contractor shall be the high side #11 minus 50% per ton for drop box
materials and curbside material for term of the contract. The Contractor will honor a floor price
of $0 per ton for term of contract. The City will not be charged for the material.
c. Mixed paper. No compensation shall be paid for mixed paper. The City will not be charged for
the material.
d. Plastic. No compensation shall be paid for plastic. The City will not be charged for the
material.
e. Tin, Aluminum and Steel. No compensation shall be paid for tin, aluminum and steel. The City
will not be charged for the materials.
f. Clear glass. The City will be charged $10 per ton for clear glass.
g. Mixed brown/green glass. The City will be charged $40 per ton for mixed brown and green
glass.
h. Co-mingled Materials. The Contractor will accept up to 10% of the monthly recycling tonnage
(both curbside and drop box materials) co-mingled. The Contractor will charge a $65 per ton
fee for co-mingled material. This applies only within the pricing structure in Section V.27.
When the City changes to single stream, the pricing structure in Section V.28 will be in effect.
i. Non recyclable materials Exceeding 1.5%. Contractor will charge City $75 per ton for
Contractor's handling of materials. City is responsible for all costs of hauling and disposing of
material.
28. Single stream materials.
a. Contractor will charge City $65 per ton for material received.
b. Contractor will provide revenue sharing with the City based up on the following (percentages are
based upon prior audits of material received from the City):
7
Allocated Percent Rebate if Market Price Rebate if Market Price is
Commodit of total Tonna a is </=$55 er ton >=$55 er ton
OBM #6 News 53% 30% of OBM Hi h Side 50% of OBM Hi h Side
Mixed Pa er #1 37.5% 30% of OBM Hi h Side 50% of OBM Hi h Side
30% of Low Side of End 50% of Low Side of End
Ferrous Tin Cans 3% Market Price Market Price
Commingled 30% of Low Side of End 50% of Low Side of End
Plastic Containers 5% Market Price Market Price
Non-Recyclable
Materials 1.5% $0 Per Net Ton $0 Per Net Ton
OBM Official Board Market
HS High side of pricing published in the Chicago Region of the Official Board Market for
the specific grade
ONP Old Newsprint
c. Non recyclable materials Exceeding 1.5%. Contractor will charge City $75 per ton for
Contractor's handling of materials. City is responsible for all costs of hauling and disposing of
material.
d. City has the option to annually ask for an audit and percentage re-allocation based on an audit
performed by Contractor.
29. If payment to the City is appropriate after calculating the difference between the base price and the unit
deduct price, payment to the Iowa City Accounting Division, 410 East Washington St., Iowa City, Iowa
52240 will be due and payable within 30 days of the last day of each calendar month. Delinquent
payments shall draw interest at 1.5% per month from the due date, until paid. Contractor also agrees
that if the City obtains a judgment on the amount due, Contractor agrees to pay court costs and
reasonable attorney fees.
VI. LIABILITY
30. The Contractor is solely responsible for the means, methods, sequencing and procedures used in
fulfilling its obligations under this Agreement, and is solely responsible for the safety of Contractor's
personnel and its own operations.
VII. INSURANCE
31. Certificate of Insurance; Cancellation or Modification
8
(a) The Contractor shall submit to the City, for approval, an annual Certificate of Insurance for the
term of this agreement.
(b) The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any
substantial changes or in the event of any cancellation or notice of non-renewal of said policy,
policies or coverage.
(c) Cancellation or non-renewal of said policy or policies shall be considered just cause for the City
to immediately cancel this Agreement and/or to halt work under this Agreement.
32. Minimum Coverage
(a) Any policy or policies of insurance purchased by the Contractor to satisfy Contractor's
responsibilities under this Agreement shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
Tyge of Coverage Class I
a. Comprehensive General Liability Each Occurrence Aagregate
(1) Bodily Injury and Property Damage $500,000 $1,000,000
b. Motor Vehicle Liability & Combined
Property Damage Insurance: Single Limit
(1) Bodily Injury and Property Damage $500,000
c. Workers' Compensation Insurance as required by Chapter 85, Code of Iowa.
d. The City requires that the Contractor's insurance carrier be A rated or better by A.M. Best.
(b) In addition, the Contractor shall be required to comply with the following provisions with respect to
insurance coverage:
1) The entire amount of Contractor's liability insurance policy coverage limits, identified in the
policy and on the Certificate of Insurance, must, under the policy, be available to pay
damages for which the insured Contractor becomes liable, or for which the insured
9
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction or set off by virtue of investigation or defense costs
incurred by Contractor's insurer.
2) The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self-insured
retention to be attributed to, the Contractor unless this requirement is waived by the City.
Contractor's Certificate of Insurance must set forth the nature and amount of any such
deductible or self-insured retention.
3) If Contractor's liability insurance coverage is subject to any special exclusions or limitations
not common to the type of coverage being provided, such exclusions or limitations shall be
noted on the Certificate of Insurance.
4) Contractor agrees to provide City with "occurrence form" liability insurance coverages.
VIII. MISCELLANEOUS
33. Hold Harmless; Endorsement Required
a. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers,
employees, and agents from any and all liability, loss, cost, damage, and expense of whatever
nature, which may result from the negligent acts or omissions of Contractor, including
Contractor's agents, assigns, officials and employees. This provision shall apply to and include
costs of defense, reasonable attorney fees and court costs, and shall apply to all such claims
regardless of whether the claims are meritorious.
b. It is further agreed that the Contractor's insurance coverage shall include an endorsement that,
with regard to Contractor's insurance coverage, the Contractor shall not assert any claim against
the City, its officers or employees arising in any way from this Agreement. This in no way
precludes Contractor from asserting claims for damages arising from the City's own negligence.
34. Independent Contractor
Contractor, including any of its subcontractors, are not and shall not be deemed to be an agent or
employee of the City of Iowa City, Iowa, but at all times are deemed to be independent contractors.
10
This Agreement executed this 15th day of September , 20 09 _ .
CITY
CONTRACTOR
CITY OF IOWA CITY, IOWA CITY CARTON COMPANY, INC.
By: By:
Regenia D. i y, Mayor Andy Ockenf resident
ATTEST: ~~~~
Marian K. Karr, City Clerk
ATTEST:
Approved by
City Attorney's Office ~ ~ `~ ~ `~`~
pwadmin~agfldty carton.doc
AGREEMENT FOR RECYCLING SERVICES
This Agreement is being made and entered into between the City of Iowa ' y ("City") and City Carton
Company, Inc. [aka City rton Recycling] ("Contractor") in Iowa City, low or services in connection with
recycling.
WHEREAS, the City desires t remove and recycle certain materi in a manner consistent with regulations
developed by the U.S. Environ ental Protection Agency, the wa Department of Natural Resources and
consistent with good environments ractices; and
WHEREAS, the Contractor would like to~provide said
NOW THEREFORE, in consideration of
ng services to the City of Iowa City.
promises, City and Contractor agree as follows:
I. STORAGE AND REMOVAL
1. Contractor agrees to provide recy ing servic to the City of Iowa City for the following recycling
commodity streams, hereinafter ailed "recyclab materials:" magazines, newsprint, mixed paper,
old corrugated containers, #1 7 plastics (nom or oil bottles or Styrofoam), tin/aluminum/steel,
clear glass and mixed brow green glass. Contract r agrees to provide said recycling services in a
safe and good faith mann
2. Contractor shall prov' a all necessary labor, equipm t and materials for performing services
described herein. T ese shall be considered an Integra part of the service, and no additional
compensation will a paid therefor.
3. Contractor sh I provide a drop-off site suitable for the unloadi of recyclable materials from refuse
packer truc ,side loader trucks and dump trucks, as delivered by ity or its agents, in order to ensure
total stora a of all recyclable materials delivered to the Contractor' place of business at 3 E. Benton
Street o agreed upon designated area. Once City drops the recycl le materials off at Contractor's
plant, ontractor assumes all responsibility for said recyclable materials.
4. C ntractor agrees to have no markings on vehicles or containers that indicate or tend to indicate any
fficial relationship between the Contractor and the City.
5. The City's hauling vehicles shall be weighed on the Contractor's scale upon entry to the Contractors
2
place of business, and shall be weighed again when unloaded and prior to leaving the site. A copy of
the scale ticket will be given to City's driver at that time. Records of net weight of recyclable materials
delivered shall be forwarded to the City on a monthly basis, and shall bed med accurate and
accepted unless objected to by City within ten (10) calendar days of receiving t monthly records. The
Contractor shall maintain accurate cumulative records for the duration of is Agreement, and shall
provide such records to the C~ty within a reasonable time after City's requ t.
6. Contractor will provide City wit access to Contractor's place of bu ' ess during City's normal working
hours of 7:00 AM to 5:00 PM, onday through Friday. This pr vision in no way limits Contractor's
ordinary hours of business or hou of operation apart from Cit~/'s use.
II. RECYCLING
7. Contractor agrees those portions of Co ractor's rec cling and measuring operations that are material
to its performance of this agreement sha be su ct to periodic inspection by the City or its agents.
City agrees to give reasonable notice to Con a r prior to such inspections.
8. The Contractor shall recycle materials foil ing enerally accepted standards in the industry, which
may include a variety of processes.
9. Upon receipt of City's recyclable m terials, Contractor grees to carry out the delivery, packaging,
crushing and/or any other preps tion according to stan and operations of the recycling industry.
Parties acknowledge Contractor ay sell said recyclable mat vials to bona fide users or sell back into
the manufacturing stream for r cycling purposes.
10. The Contractor's recyclin operation, including storage of materials to be recycled and of recycled
materials, shall be cond cted on a site which meets the requirements all applicable federal, state
and local laws and re lations, including zoning ordinances.
11. Parties agree tha Contractor shall be responsible for its own equipment in order to satisfactorily
perform this Agr ement, and that City shall in no way be responsible for the method or means by which
material is re cled.
12. The Con actor shall be responsible for all permits, fees, and expenses related to the disposal of any
waste aterial from its operation which is not recyclable, and shall do so in a manner consistent with
all a livable federal, state and local laws, including rules and regulations promulgated or enforced by
3
the U.S. Environmental Protection Agency, the Iowa Department of Natural Resources, and/or local
solid waste disposal facilities. This provision shall have no application in situations where the City fails
to provide material free from any and all hazardous waste, in which case all expenses related thereto
shall be attributed to the City.
III. CITY'S RESPONSf$ILITIES
13. The City may secure ' rop off' locations in Iowa City for the public's disposal of residential and
commercial recyclable m erials, and will designate these locations for said use, with. notice to the
public. Any material deposit d at the Contractor's designated drop sit ocated at 3 E. Benton St. will
be the responsibility of the Co ractor and is not part of this agree nt.
14. The City shall provide bins of su cient capacity and qual' at these drop-off locations to protect the
recyclable materials from adverse ather. City also a rees these bins shall include instructions and
notice to the public on appropriate us of the bins, nd that these notices will be prepared by City in
cooperation with Contractor.
15. The City will provide pickup and delivery sE
of business located at 3 E. Benton Stree ,
described above.
from the "drop-ofF' locations to the Contractor's place
City, or agreed upon designated area, as previously
16. The City may provide curbside ~Ollection of recycla le materials to residential and commercial
properties as defined in the to a/ City Code of Ordinan s, as amended. The City will deliver the
recyclable materials collected ~he Contractor's place of bus ess, as previously described above.
17. The City agrees that it wi not knowingly or intentionally deliver Contractor any loads that contain
solid waste or materia other than recyclable materials, includin any materials contaminated by
hazardous waste. If ontractor believes that a delivery of recyclable aterials contains solid waste
or material other t an recyclable materials that exceeds 1.5% of the t al weight of the delivery or
contains any qu ntity of hazardous substances, Contractor may reject the delivery and contact City
representative to inspect load. If load is deemed contaminated in excess f 1.5% of load's total
weight, City will pay for all costs of hauling and disposal plus $75 per ton for additional handling.
Materials ith significant food contamination and wet materials are considered contaminated.
IV. GENERAL PROVISIONS
4
18. The City reserves the right to terminate this Agreement upon 10 calendar days' written notice for
Contractor's substantial violation of state or federal law or City ordinance, which violation is directly
related to the subject matter of this Agreement. If the violation is not cured within the said 10-day
period given, this Agreement shall terminate unless 1) Contractor has made s stantial steps to cure
the violation prior to expiration of the 10-day period; and 2) City, in its sol discretion, agrees not to
terminate.
19. This Agreement shall remain in e
1, 2009 and ending on June 30,
additional three (3) year term. In
shall be done in writing within 30
approval.
t for a period of three (3) y rs, beginning retroactively on July
12. The City may elect o extend this Agreement for one (1)
t event the City opts extend the agreement, said extension
20. Two options for delivery of materials ark
notify the contractor at least 90 days prior
change to single stream, Section V.28 will
(a) The City may deliver the materials
charged and some materials will b c
(b) The City may determine within t e c
to the expir~tfon of the initial term and only after Council
availa le in this contract, outlined below. The City will
o aking the change. On the agreed-upon date for the
~ nto effect and Section V.27 will no longer apply.
rt d by stream. In this case, no processing fee will be
>mp sated based on market values (see Section V. 27).
>ntrac to switch to single stream curbside collection and
deliver to City Carton single str am materials. In this case, a new pricing structure (Section V.
28) will go into effect.
21. This Agreement shall be gover ed by the laws of the State of Iowa.
22. Neither the City nor the C ntractor shall assign or transfer i interest in this Agreement without the
written consent of the of r. Nor shall Contractor or City compet against the interests of the other.
23. This Agreement
all prior negoti;
amended only
~sents the entire agreement between the City nd the Contractor and supersedes
representations or agreements, whether writte or oral. This Agreement may be
written instrument signed by both the City and the~Contractor, and attached as an
Addendum.
24. Nothing ntained in this Agreement, nor the performance of the Parties hereunder, is intended to
benefit y third party.
25. If an one or more of the provisions contained in this Agreement are held to b invalid, illegal, or
5
unenforceable, this Agreement shall be deemed severable and the remainder of the Agreement shall
remain in full force and effect.
26. The Contractor shall not commit any of the following employment practices, and rees to include the
following clauses in any of its subcontracts:
Contractor agrees not to:
(a) Discharge from employment or refuse to hire any individual b cause of sex, race, color, religion,
national origin, sexual orientation, gender identity, marital tatus, age, or disability unless such
disability is related to job performance of such person or mployee.
(b) Discriminate against any in ividual in terms, cond' ions, or privileges of employment because of
sex, race, color, religion, nati nal origin, sexual rientation, gender identity, marital status, age or
disability unless such disability related to jo performance of such person or employee.
V. COMPENSATION FOR MATERIALS
The default system for this contract is for at rials
material stream, in which case Section V.27 wi be
a single stream system, the City will tify the c
On the agreed-upon date for the ch nge to single
V.27 will no longer apply.
to arrive at the contractor's facility sorted by
in effect. If and when the City is ready to change to
tractor at least 90 days prior to making the change.
~tream, Section V.28 will go into effect and Section
The prices listed below shall of increase during the initi 3 year term. Within 90 days of the end of
the initial 3 year term, sho d the Contractor desire to mo ify the terms of this provision, Contractor
shall submit such reques to the City in writing. The City res \s the right to reject such request and
not extend the Agreem nt for the subsequent period.
27. Materials sorted
a. Newspri and magazines. The market price paid to the City will a based on the Official Board
Marke (OBM) (#6 News-Chicago region). The unit price per ton aid each month to the City
by t Contractor shall be the high side #6 minus $30 per ton fo drop box materials and
cur side material for term of the contract. The Contractor will honor a oor price of $0 per ton
f r term of contract should the OBM drop below $30 per ton. The City ' I not be charged for
the material ,
6
b. Old Corrugated Containers (OCC). The market price paid to the City will be based on the
Official Board Market (OBM) (#11 OCC-Chicago region). The u price per ton paid each
month to the City by the Contractor shall be the high side #11 'nus 50% per ton for drop box
materials and curbside material for term of the contract. The ontractor will honor a floor price
of $0 per ton for term of contract. The City will not be char ed for the material.
c. Mixed paper. No
the material.
d. Plastic. No compensation sh
material.
e. Tin, Aluminum and Steel. No co
will not be charged for the materi
shall be paid for mid paper. The City will not be charged for
be paid fqf plastic. The City will not be charged for the
ion shall be paid for tin, aluminum and steel. The City
f. Clear glass. The City will be ch rged $1 per ton for clear glass.
g. Mixed brown/green glass. he City will be charged $40 per ton for mixed brown and green
glass.
h. Co-mingled Materials. The Contractor will accep up to 10% of the monthly recycling tonnage
(both curbside and rop box materials) co-mingle The Contractor will charge a $65 per ton
fee for co-mingle material. This applies only wit 'n the pricing structure in Section V.27.
When the City c nges to single stream, the pricing str cture in Section V.28 will be in effect.
i. Non recycla le materials Exceeding 1.5%. Contractor will charge City $75 per ton for
Contractor' handling of materials. City is responsible for all osts of hauling and disposing of
material.
28. Single stre~fm materials.
a. Crbntractor will charge City $65 per ton for material received.
b. ~ Contractor will provide revenue sharing with the City based up on the followin (percentages are
based upon prior audits of material received from the City):
7
Allocated Percent Rebate if Market Price Rebate if Market Price is
Commodit of total Tonna a is </=$55 er ton >=$55 er ton
OBM #6 News 53% 30% of OBM Hi h Side 50% of OBM Hi h Side
Mixed Pa er #1 37.5% 30% of OBM Hi h Side 50% of OBM Hi h Side
30% of Low Side of End 50% of Low Side of End
Ferrous Tin Cans 3% Market Price Market Price
Commingled 30% of Low Side of End 50% of Low Side of nd
Plastic Containers 5% Market Price Market Price
Non-Recyclable
Materials % $0 Per Net Ton $0 Per Net n
OBM Official Board Mark t
HS High side of pricing ublished in the Chicago Regio of the Official Board Market for
the specific grade
ONP Old Newsprint
c. Non recyclable materials Exceeding .5%. Contra or will charge City $75 per ton for
Contractor's handling of materials. Ci is resp sible for all costs of hauling and disposing of
material.
d. City has the option to annually ask for dit and percentage re-allocation based on an audit
performed by Contractor.
29. If payment to the City is appropriate aft r calculating th difference between the base price and the unit
deduct price, payment to the Iowa C' y Accounting Divis n, 410 East Washington St., Iowa City, Iowa
52240 will be due and payable ithin 30 days of the la day of each calendar month. Delinquent
payments shall draw interest a .5% per month from the d date, until paid. Contractor also agrees
that if the City obtains a ju ment on the amount due, Con actor agrees to pay court costs and
reasonable attorney fees.
VI. LIABILITY
30. The Contractor i solely responsible for the means, methods, sequenci and procedures used in
fulfilling its obl' ations under this Agreement, and is solely responsible for a safety of Contractor's
personnel a d its own operations.
VII. INSURAcNCE
31. Q'ertificate of Insurance; Cancellation or Modification
8
(a) The Contractor shall submit to the City, for approval, an annual Certificate of Insurance for the
term of this agreement.
(b) The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any
substantial changes or in the event of any cancellation or notice of n-renewal of said policy,
policies or coverage.
(c) Cancellation or non-renewal of said policy or policies shat a considered just cause for the City
to immediately cancel this Pgreement and/or to halt w under this Agreement.
32. Minimum Coverage
(a) Any policy or policies of i surance pur ased by the Contractor to satisfy Contractor's
responsibilities under this Agre ment sh I include contractual liability coverage, and shall be in
the following type and minimum a ou s:
Type of Coverage
a. Comprehensive General
(1) Bodily Injury and
b. Motor Vehicle Lia lity &
Property Dama a Insurance:
Class I
ility Each Occurrence
Damage \$500,000
(1) Bodily Ir}~ury and Property Damage $500,
c. Worker;t Compensation Insurance as required by Ch
d. Th~City requires that the Contractor's insurance carrier be
(b) I~ddition, the Contractor shall be required to comply with the
i surance coverage:
Aggregate
$1,000,000
85, Code of Iowa.
or better by A.M. Best.
provisions with respect to
1) The entire amount of Contractor's liability insurance policy coverage lirr~, identified in the
policy and on the Certificate of Insurance, must, under the policy, be available to pay
damages for which the insured Contractor becomes liable, or for which the insured
9
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction or set off by virtue of investigation or defense costs
incurred by Contractor's insurer.
2) The entire amount of the Contractor's liability insura ce policy coverage limits shall be
payable by the C ntractor's insurer, with no de ctible to be paid by, or self-insured
retention to be attri fed to, the Contractor unl s this requirement is waived by the City.
Contractor's Certificat of Insurance musts forth the nature and amount of any such
deductible orself-insure retention.
3) If Contractor's liability insura ce cov age is subject to any special exclusions or limitations
not common to the type of co ra being provided, such exclusions or limitations shall be
noted on the Certificate of Insur ce.
4) Contractor agrees to provid~ City with "occurrence form" liability insurance coverages.
VIII. MISCELLANEOUS
33. Hold Harmless; Endorsement ~tequired
a. The Contractor shall indemnify, defend and hold har ess the City of Iowa City and its officers,
employees, and a ents from any and all liability, loss, st, damage, and expense of whatever
nature, which ay result from the negligent acts or omissions of Contractor, including
Contractor's a nts, assigns, officials and employees. This ovision shall apply to and include
costs of defe se, reasonable attorney fees and court costs, a d shall apply to all such claims
regardless f whether the claims are meritorious.
b. It is fu er agreed that the Contractor's insurance coverage shall incl a an endorsement that,
with r gard to Contractor's insurance coverage, the Contractor shall not a serf any claim against
the ity, its officers or employees arising in any way from this Agreem nt. This in no way
pr cludes Contractor from asserting claims for damages arising from the City's wn negligence.
34. Indghendent Contractor
Contractor, including any of its subcontractors, are not and shall not be deemed to be an agent or
employee of the City of Iowa City, Iowa, but at all times are deemed to be independent contractors.
This Agreement executed this
CITY
CITY OF IOWA CITY, IOWA
By:
Regina Bailey, Mayor
ATTEST:
Marian K. Karr, City Clerk
Approved by
10
day of , 20
CONTRACTOR
CITY CARTO COMPANI
By:
And~JOckenfels, President
Cum- ~r~` II ~"~
City Attorney's Office ~ ~ 3 I °~ /
in duplicate originals.
INC.
ATTEST:
pwadmin~agt\dty prton.doc
'~~`J 12
Prepared by: Marian Karr, City Clerk, 410 E. Washington Street, Iowa City, IA 52240; (319) 356-5041
RESOLUTION NO. 09-305
RESOLUTION SUPPORTING THE NAMING OF THE US HIGHWAY 6 BRIDGE
LOCATED IN THE CITY OF IOWA CITY, IOWA THE BRIGADIER GENERAL
JOHN CORSE MEMORIAL BRIDGE.
WHEREAS, the State of Iowa and this community's sons defended the freedoms of the United
States of America and its sacred Union during the American Civil War of 1861-1865; and
WHEREAS, the sacrifice and pride of Iowa's veterans are deserving of recognition; and
WHEREAS, the Sons of Union Veterans of the Civil Wars has requested that the US Highway 6
Bridge be recognized as the Brigadier General John Corse Memorial Bridge; and
WHEREAS, the City of Iowa City concurs that such recognition is appropriate by designating
and commemorating the US Highway 6 Bridge; and
WHEREAS, the US Highway 6 Bridge is located within the corporate limits of the City of Iowa
City; and
WHEREAS, the Iowa Department of Transportation has jurisdiction for the operation and
maintenance of the US Highway 6 Bridge.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA,
THAT:
1. The City of Iowa City supports the designation and appropriate signing of the US
Highway 6 Bridge as the Brigadier General John Corse Memorial Bridge.
2. City staff is hereby directed to forward the request to name and sign the US Highway 6
Bridge to the Iowa Department of Transportation for their review and consideration.
Passed and approved this 15th day of Septe~T, 2009. ~
c ,I // `
ATTEST: ~ j'C
CI CLERK
Ap ved by'
~ 9~9~~g
City Attorney's Office
Resolution No. 09-305
Page 2
It was moved by Wilburn and seconded by Hayek the Resolution
be adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Bailey
g~ Champion
x Correia
x Hayek
x O'Donnell
g Wilburn
x Wright
~~
Publish 8/3
ADVERTISEMENT FOR BIDS
IOWA CITY POLICE STORAGE PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before 2:00 P.M. on the
3~d day of September, 2009. Sealed proposals will be opened immediately thereafter by the City Engineer or
designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project.
Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon
by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15tH
day of September, 2009, or at a special meeting called for that purpose.
The Project will involve the following:
The remodeling of the lower level of the North Water Treatment Facility into secure storage and an office
and restroom space for the Police Department. The work includes general building construction, and
mechanical, and electrical work. There will be a mandatory prebid meeting at 9 a.m. on Tuesday August
11, 2009 on site in the meeting room at the North Water Treatment Facility at 80 Stephen Atkins Drive.
All work is to be done in strict compliance with the plans and specifications prepared by Howard R. Green
Company, of Cedar Rapids, Iowa, which have heretofore been approved by the City Council, and are on file
for public examination in the Office of the City Clerk.
Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed
envelope, separate from the one containing the proposal, by a bid bond executed by a corporation
authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be
made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of
Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days and
post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said
Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of
the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a
contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabula-
tion of bids is completed and reported to the City Council.
The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%)
of the contract price, said bond to be issued by a responsible surety approved by the City Council, and shall
guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from
all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall
also guarantee the maintenance of the improvement for a period of one (1) year from and after its completion
and formal acceptance by the City.
The following limitations shall apply to this Project:
Specified Start Date: September 21, 2009; completion date: March 31, 2010
Liquidated Damages: $250.00 per day
The plans, specifications and proposed contract documents may be examined at the office of the City Clerk.
Copies of said plans and specifications and form of proposal blanks may be secured at the Office of
Technigraphics, 125 S. Dubuque Street, Iowa by bona fide bidders.
A $50.00 refundable fee is required for each set of plans and specifications provided to bidders or other
interested persons. The fee shall be in the form of a check, made payable to Technigraphics, 125 S.
Dubuque Street, Iowa 52240; (319) 354-5950.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and
subcontractors on City projects.
Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract
amount(s).
The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed
subcontractors, together with quantities, unit prices and extended dollar amounts. If no minority business
enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts
to recruit MBE's.
A listing of minority contractors can be obtained from the Iowa Department of Economic Development at
(515) 242-4721.
By virtue of statutory authority, preference will be given to products and provisions grown and coal produced
within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The
Iowa Reciprocal Preference Act applies to the contract with respect to bidders who are not Iowa residents.
The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities
and irregularities.
Published upon order of the City Council of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
~~
13
Prepared by: Kumi Moms, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5044
RESOLUTION NO. 09-306
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE IOWA CITY POLICE STORAGE PROJECT.
WHEREAS, Tricon General Construction of Dubuque, Iowa has submitted the lowest responsible
bid of $331,900 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The contract for the construction of the above-named project is hereby awarded to Tricon
General Construction, subject to the condition that awardee secure adequate performance
and payment bond, insurance certificates, and contract compliance program statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
3. The City Engineer is authorized to execute change orders as they may become necessary
in the construction of the above-named project.
Passed and approved this 15th day of September ^20~_•
~~
ATTEST:~I
CI `£LERK CityAit ney's Office q_p..~.~~
It was moved by Wright and seconded by xayek the Resolution be
adopted, and upon roll call there were:
AYES:
x
x
x
X
x
x
x
NAYS: ABSENT:
Bailey
Champion
Correia
Hayek
O'Donnell
Wilburn
Wright
pweng\res\awrdcon-policeStorage.doc
9/09
~ / ~'
ADVERTISEMENT FOR BIDS
FY09 -LANDFILL GRADING PROJECT AT
THE IOWA CITY LANDFILL AND RECYCLING
CENTER
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
A.M. on the 8th day of September, 2009. Sealed
proposals will be opened immediately thereafter
by the City Engineer or designee. Bids submitted
by fax machine shall not be deemed a "sealed
bid" for purposes of this Project. Proposals
received after this deadline will be returned to the
bidder unopened. Proposals will be acted upon
by the City Council at a meeting to be held in the
Emma J. Harvat Hall at 7:00 P.M. on the 15th day
of September, 2009, or at a special meeting called
for that purpose.
The Project will involve the following:
Landfill grading project at the Iowa City Landfill
and Recycling Center. Project includes topsoil
stripping, mass excavation, and stockpiling.
This work is in preparation for future landfill
cell construction that will be completed under
a separate contract.
All work is to be done in strict compliance with
the plans and specifications prepared by Howard
R. Green Company, 8710 Earhart Lane S.W.,
P.O. Box 9009, Cedar Rapids, IA 52409-9009,
which have heretofore been approved by the City
Council, and are on file for public examination in
the Office of the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be accompanied in
a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a surety
in the State of Iowa, in the sum of 10% of the bid.
The bid security shall be made payable to the
TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to the
City Council.
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100°/0) of the contract price, said bond to
be issued by a responsible surety approved by the
City, and shall guarantee the prompt payment of
all materials and labor, and also protect and save
harmless the City from all claims and damages of
any kind caused directly or indirectly by the
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of two (2) year(s) from and after its completion
and formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Completion Date: February 3, 2010.
Liquidated Damages: $1,000 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Office of Copies of said plans and
specifications and form of proposal blanks may be
secured at the Office of Howard R. Green
Company, 8710 Earhart Lane S.W., P.O. Box
9009, Cedar Rapids, IA 52409-9009, by bona fide
bidders.
A $50.00 non-refundable fee is required for each
set of plans and specifications provided to bidders
or other interested persons. The fee shall be in
the form of a check, made payable to Howard R.
Green Company.
A pre-bid conference will be held at 9:00 a.m. on
September 1, 2009 at the landfill site. Attendance
at the pre-bid conference is recommended but not
required.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quantities,
unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
M~~ 14
Prepared by:Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5144
RESOLUTION NO. 09-307
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE FY09 LANDFILL GRADING PROJECT.
WHEREAS, Tom Kueter Construction, Inc. of Peosta, Iowa has submitted the lowest responsible
bid of $1,082,004.50 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
The contract for the construction of the above-named project is hereby awarded to Tom
Kueter Construction, Inc., subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance program
statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
3. The City Engineer is authorized to execute change orders as they may become necessary
in the construction of the above-named project.
Passed and approved this 15th day of September , 20 09
A
App oved by
r~/~
ATTEST:
CIT ERK City Attorney's Office
It was moved by Havek and seconded by wil b ern the Resolution be
adopted, and upon roll call there were:
AYES:
x
x
x
x
x
x
NAYS: ABSENT:
Bailey
Champion
Correia
Hayek
O'Donnell
Wilburn
Wright
pweng\res\FY091andfil Igrad ingcon. doc
9109
ua-~a_uy
15
Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145
RESOLUTION NO. 09-308
RESOLUTION APPROVING, AUTHORIZING, AND DIRECTING THE MAYOR
TO EXECUTE AND THE CITY CLERK TO ATTEST AN AGREEMENT
BETWEEN THE CITY OF IOWA CITY AND THE IOWA DEPARTMENT OF
TRANSPORTATION TO JOINTLY PARTICIPATE IN PROJECT COSTS FOR
THE BURLINGTON STREET / US HWY 6 BRIDGES FLOOD REPAIR
PROJECT [ER-3715(641)--8R-52 &~ER-3715(642)--8R-52].
WHEREAS, the City of Iowa City has received federal funding for emergency repairs to
Iowa 1 (Burlington Street) and US 6; and
WHEREAS, the Iowa Department of Transportation, and the City of Iowa City are
entering herewith into a Cooperative Agreement for a FEDERAL AID project that clarifies
the responsibilities for use of the funds toward the permanent restoration repairs to Iowa
1 (Burlington Street) and US 6; and
WHEREAS, this Agreement (No. 2009-16-279) serves as an outline of the
responsibilities for the design, bid process, and inspection duties between the Iowa
Department of Transportation and the City of Iowa City, and
WHEREAS, this Agreement (No. 2009-16-279) includes the financial responsibility of the
Iowa Department of Transportation and City of Iowa City for the permanent restoration
repairs to Iowa 1 (Burlington Street) and US 6; and
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
IOWA CITY, IOWA, THAT:
The Mayor is hereby authorized to sign and the City Clerk to attest the attached
Agreement 2009-16-279 FINAL (Emergency Repairs on Iowa 1 and US 6 in Iowa City)
(two copies).
Passed and approved this 15th
ATTEST: X ~ ~~~~
City Clerk
Approved by:
`~ ~ v ~
City Attorney's Office
Resolution. No. 09-308
Page 2
It was moved by Hayek and seconded by Wilburn
Resolution be adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Bailey
x Champion
x Correia
x Hayek
x O'Donnell
x Wilburn
x Wright
the
STAFF ACTION NO:
COOPERATIVE AGREEMENT
For
FEDERAL AID Project
County Johnson
City Iowa City
Project No. ER-3715(642)--8R-52
ER-3715(641)--8R-52
Iowa DOT
Agreement No. 2009-16-279
his Agreement, is entered into by and between the Iowa Department of Transportation,
Thereinafter designated the "DOT", and the City of Iowa City, Iowa, hereafter designated the
"CITY" in accordance with 761 Iowa Administrative Code Chapter 150 and Iowa Code sections
28E.12 and 306A;
WITNESSETH; that
WHEREAS, the CITY has received federal funding for emergency repairs to Iowa 1
(Burlington Street) and U.S. 6 within Johnson County, Iowa; and
WHEREAS, the CITY in joint cooperation with the DOT proposes to perform said
emergency repairs; and
WHEREAS, the repairs include emergency repair work completed by DOT forces, permanent
restoration repairs to be completed by contract and the associated preliminary
engineering/construction engineering (PE/CE) efforts; and
WHEREAS, the CITY and DOT are willing to jointly participate in said project, in the
manner hereinafter provided; and
WHEREAS, this Agreement reflects the current concept of this project which is subject to
modification by the DOT; and
NOW, THEREFORE, IT IS AGREED as follows:
1. The CITY will design, inspect. and administer and the DOT will let construction of the
emergency repair prof ect outlined in the Detailed Damage Inspection Reports (DDIR) RRW-
3715-OS and RRW-3715-002 as referenced on Exhibit B attached hereto and by reference
made a part of this agreement.
Project ER-3715(642)--8R-52 is for work identified on DDIR RRW-3715-005 on Iowa 1 in
Iowa City. Work will be permanent restoration repairs completed by contract and includes
1
reshaping the near berm, removing/replacing storm sewer apron, placing erosion stone, and
filling voids with flowable mortar.
Project ER-375(641 -~-52 is for work identified on DDIR RRW-3715-002 on U.S. 6 in
Iowa City. Emergency repair by DOT forces were completed under this DDIR. Permanent
restoration work by contract includes reshaping the far berm, placing erosion stone,
removing/replacing designated areas of concrete block retaining wall and removing/replacing
designated areas of a wooden hand rail.
2. The CITY will be the lead local governmental agency for carrying out the provisions of this
agreement.
3. All notices required under this agreement shall be made in writing to the DOT's and/or the
CITY's contact person. The DOT's contact person shall be the District Local Systems
Engineer. The CITY's contact person shall be the City Engineer.
4. The CITY shall request reimbursement from the 2008 Emergency Relief Program funds
(Disaster Code IA08-O1) for eligible emergency repair and permanent restoration items as
described in DDIR's RRW-3715-005 and RRW-3715-002. Total eligible project costs are
estimated at $98,563.95; including $3,115.71 in emergencyrepairs, $76,703.00 estimated for
permanent restoration work by contract, and $18,765.24 estimated for PE/CE.
The DOT shall request reimbursement from the CITY for the $3,115.71 in emergency
repairs.
For permanent restoration contract items and PE/CE, the reimbursement shall be limited to a
maximum of 80% of eligible costs. The estimated reimbursement is $76,374.59, representing
80% of the estimated $76,703.00 in contract costs and $18,765.24 in PE/CE costs.
5. The DOT shall be responsible for the 20% match for the permanent restoration costs in
Division 1 and 3 items as shown in Exhibit B, estimated at $6,460.00 (20% x $32,300.00) for
project ER-3715(642)--8R-52 and $6,234.00 (20% x $31,170.00) for project ER-3715(641)--
8R-52. The actual amount of DOT participation will be determined by the quantities in place
and the accepted bid at the contract letting.
The DOT shall be responsible for 85% of the matching funds required for PE/CE. The
required matching funds for PE/CE are estimated at 20% of $18,765.24, or $3,753.05 and
DOT's share is estimated at $3,190.09.
A summary of the cost sharing is shown in Exhibit C.
6. The CITY shall be responsible for design and construction administration/inspection.
7. The CITY shall be responsible for making initial payments for all project costs incurred in
the development and construction of the project. After payments have been made, the CITY
may submit to the DOT periodic itemized claims for reimbursement for eligible project
2
activities. Reimbursement claims shall include certification by a Professional Engineer
licensed to practice in the State of Iowa that all eligible project activities for which
reimbursement is requested have been paid in full and completed in substantial compliance
with the terms of this agreement.
8. The DOT shall reimburse the CITY for properly documented and certified claims for eligible
project activity costs, less a withholding of 5% of the Federal and / or State share of
construction costs, either by state warrant or by crediting other accounts from which payment
may have been initially made. If upon final audit, the DOT determines the CITY has been
overpaid, the CITY shall reimburse the overpaid amount to the DOT. After the final auditor
review is complete and after the CITY has provided all required paperwork, the DOT will
release the Federal or State funds withheld.
9. Upon completion of the project, a Professional Engineer licensed to practice in the State of
Iowa shall certify in writing to the DOT that the project activities were completed in
substantial compliance with the plans and specifications set out in this agreement. Final
reimbursement of State and / or Federal funds shall be made only after the DOT accepts the
project as complete. The CITY shall provide the DOT with three sets of "as-constructed"
plans.
10. The CITY shall be responsible for all other project costs which are not reimbursed with or
paid for by the funds specified above.
11. The CITY shall comply with the Federal-aid provisions, except those in Item 2, contained in
Exhibit A which is attached hereto and by this reference is incorporated into this agreement.
12. The CITY shall be responsible for obtaining any permits, such as the Right to Occupyand/or
Perform Work Within the Right-of-Way, Permit of Access ,Utility Accommodation, Right
to Install and Maintain Traffic Control Devices, and/or other construction permits required
for the project prior to the start of construction. Neither the approval of the project funding
nor the signing of this agreement shall be construed as approval of any required permit from
the DOT.
13. The CITY shall take the appropriate actions and prepare the necessary documents to fulfill
the FHWA requirements for project environmental studies including historical/cultural
reviews and location/design approval. The CITY shall complete any mitigation agreed upon
in the FHWA approval document.
14. Iowa 1 and U.S. 6through-traffic will be maintained during the construction period.
15. If the CITY has completed a Flood Insurance Study (FIS) for an area which is affected by
the proposed Primary Highway project and the FIS is modified, amended or revised in an
area affected by the project after the date of this Agreement, the CITY shall promptly
provide notice of the modification, amendment or revision to the DOT. If the CITY does
not have a detailed Flood Insurance Study (FIS) for an area which is affected by the
3
proposed Primary Highway project and the CITY does adopt an FIS in an area affected by
the project after the date of this Agreement, the CITY shall promptly provide notice of the
FIS to the DOT.
16. Upon completion of the project, no changes in the physical features thereof will be
undertaken or permitted without the prior written approval of the DOT.
17. Subject to the provisions hereof, the CITY in accordance with 761 Iowa Administrative Code
sections 150.3(1)c and 150.4(2) will remove or cause to be removed (within the CITY
project limits) all encroachments or obstructions in the existing primary highway right of
way. The CITY will also prevent the erection and/or placement of any structure or
obstruction on said right of way or any additional right of way which is acquired for this
project including but not limited to private signs, buildings, pumps, and parking areas.
18. Subject to the approval of and without expense to the DOT, the CITY agrees to perform or
cause to be performed all relocations, alterations, adjustments or removals of existing utility
facilities within the CITY, including but are not limited to power, telephone lines, fiber
optics lines, natural gas pipelines, water- mains and hydrants, curb boxes, utility accesses,
storm water intakes, sanitary sewers, and related poles, installations and appurtenances,
whether privately or publicly owned, and all parking meters, traffic signals and other
facilities or obstructions which are located within the limits of an established street ar.alley
and which will interfere with construction of the project and the clear zone, as provided in
Chapter 761 Iowa Administrative Code section 150.4(5) and in accordance with the Utility
Accommodation Policy of the DOT referenced therein:
19. With the exception of service connections no new or future utility occupancy ofproject right
of way,' nor any future relocations of or alterations to existing utilities within said right of
way (except service connections), will be permitted or undertaken by the CITY without the
prior written approval of the DOT. All work will be performed in accordance with the
Utility Accommodation Policy and other applicable requirements of the DOT.
20. In accordance with Iowa Code Chapter 216, the CITY shall not discriminate against any
person on the basis of race, color, creed, age, sex, sexual orientation, gender identity, national
origin, religion, pregnancy, or disability.
21. The CITY agrees to indemnify, defend and hold the DOT harmless from any action or
liability arising out of the design, construction, placement of traffic control devices,
inspection, or use of this project. This agreement to indemnify, defend and hold harmless
applies to all aspects of the DOT's application review and approval process, plan and
construction reviews, and funding participation.
22. It is the intent of both (all) parties that no third party beneficiaries be created by this
Agreement.
23. If any section, provision, or part of this Agreement shall be found to be invalid or
4
unconstitutional, such finding shall not affect the validity of the Agreement as a whole or any
section, provision, or part thereof not found to be invalid or unconstitutional, except to the
extent that the original intent of the Agreement cannot be fulfilled.
24. This Agreement may be executed in two counterparts, each of which so executed will be
deemed to be an original.
25. This document; as well as the unaffected provisions of any previous agreement(s),
addendum(s), and/or amendment(s); represents the entire Agreement between the CITY and
DOT regarding this project. Any subsequent change or modification to the terms of this
Agreement will be in the form of a duly executed amendment to this document.
5
IN WITNESS WHEREOF, each of the parties hereto has executed Cooperative Agreement
No. 2009-16-279 as of the date shown opposite its signature below.
CITY OF IOWA CITY:
By:
Date Se~ember LS , 200
I, Marian K. Karr ,certify that I am the Clerk of the CITY, and that
Regenia D Bailey ,who signed said Agreement for and on behalf of the CITY was
duly authorized to execute the same on the 15th day of September , 200 9
Signed cc.•t .~.~~' `~ ~~~~'..~.~~
City It,rk of Iowa City, Iowa.
IOWA DEPARTMENT OF TRANSPORTATION:
Date a_f ZZ , 200
By: _ -
James R. Schnoebelen
District Engineer
District 6
6
November 2008
EXHIBIT A
General Agreement Provisions for use of Federal Highway Funds on Primary Highways
As a condition of receiving Federal Highway funds, the Recipient shall comply with the following additional
provisions:
Before beginning any work for which Federal funding reimbursement will be requested, the Recipient
shall contact the Department to obtain the procedures necessary to secure FHWA authorization. The
Recipient shall submit a written request for FHWA authorization to the Department. After reviewing the
Recipient's request, the Department will forward this request to the FHWA for authorization and
obligation of Federal funds. The Department will notify the Recipient when FHWA authorization is
obtained. The cost of work performed prior to FHWA authorization will not be reimbursed with
Federal funds.
2. The Recipient shall be responsible for including the project in the appropriate Regional Planning
Affiliation (RPA) or Metropolitan Planning Organization (MPO) Transportation Improvement Program
(TIP). The Recipient shall also ensure that the appropriate RPA or MPO, through their TIP submittal
to the Department, includes the project in the Statewide Transportation Improvement Program (STIP).
If the project is not included in the appropriate fiscal year of the STIP, Federal funds cannot be
authorized.
3. The Recipient shall take the necessary actions to comply with applicable State and Federal laws and
regulations. To assist the Recipient, the Department has provided guidance in the Federal-aid Project
Development Guide (Guide) and the Instructional Memorandums. to Local Public Agencies (I.M.s) that
are referenced by the Guide. Both are available on-line at: http://www.iowadot.gov/local systems/
publications/im/Ipa_ims.htm. The Recipient shall follow the applicable procedures and guidelines
contained in the Guide and LM.s in effect at the time project activities are conducted.
4. In accordance with Title VI of the Civil Rights Act of 1964 and associated subsequent
nondiscrimination laws, regulations, and executive orders, the Recipient shall not discriminate against
any person on the basis of race, color, national origin, sex, age, or disability.
5. The Recipient shall comply with the requirements of Title II of the Americans with Disabilities Act of
1990 (ADA), Section 504 of the Rehabilitation Act of 1973 (Section 504), and the associated Federal
regulations that implement these laws. When pedestrian facilities are constructed, reconstructed, or
altered, the Recipient shall make such facilities compliant with the ADA and Section 504. Pedestrian
facilities include facilities that are designed for pedestrian use, such as pedestrian signals and push
buttons, sidewalks, multi-use trails, curb ramps, and the street surface in the pedestrian crossing
area. Alterations are changes to the structure, grade, function, or use of the pedestrian facility, and
include such activities as: full depth pavement replacement, widening, resurfacing, signal installation,
pedestrian signal installation, and other projects of similar scale and effect. In addition, by signing this
agreement, if the Recipient has 50 or more employees, it certifies one of the following: it has provided
ADA compliant curb ramps at all intersections of sidewalks with public streets under its jurisdiction; it
has a transition plan that meets the requirements of 28 CFR 35.150(d), including provisions for
installation of curb ramps at all intersections of sidewalks with public streets under its jurisdiction; or it
is working to develop such a transition plan. If the Recipient does not have a transition plan or its
transition plan does not include curb ramps, the Recipient shall prepare or modify its transition plan to
include curb ramps in accordance with I.M. 1.080, ADA Requirements.
The Office of Management and Budget (OMB) Circular A-133 requires the Department to inform the
Recipient of the appropriate Catalog of Federal Domestic Assistance (CFDA) number and title to be
used on the Schedule of Expenditures of Federal Awards (SEFA) that is required by OMB Circular A-
133. CFDA #20.205 and title, "Highway Planning and Construction" shall be used for the Federal
funds awarded for this project. If the Recipient will pay initial project costs and request reimbursement
from the Department, the Recipient shall report this project on its SEFA. If the Department will pay
7
November 2008
initial project costs and then credit those accounts from which initial costs were paid, the Department
will report this project on its SEFA. In this case, the Recipient shall not report this project on its SEFA.
7. Certain utility relocation, alteration, adjustment, or removal costs may be eligible for Federal funding
reimbursement in accordance with the FHWA rules applicable to the type of utility involved and Iowa
Code Chapter 306A. If the Recipient desires Federal reimbursement of these costs, it shall submit a
request for FHWA Authorization prior to beginning any utility relocation work, in accordance with the
procedures outlined in I.M. 3.650, Federal-aid Participation in Utility Relocations.
8. If Federal funding is requested for in-house services, the Recipient shall follow the procedure outlined
in I.M. 3.310, Federal-aid Participation in In-House Services. If the Recipient desires to claim indirect
costs under Federal awards, the Recipient shall prepare an indirect cost rate proposal and related
documentation in accordance with the requirements of 2 CFR 225. Before incurring costs for in-house
services, such an indirect cost rate proposal shall be certified by the FHWA or the Federal agency
providing the largest amount of Federal funds to the Recipient.
9. If the Recipient requests Federal funds for consultant services, the Recipient and the Consultant shall
prepare a contract for consultant services in accordance with Title 23, Code of Federal Regulations,
Part 172 -Administration of Negotiated Contracts (23 CFR 172). These regulations require a
qualifications-based selection process. The Recipient shall follow the procedures for selecting and
using consultants outlined in I.M. 3.305, Federal-aid Participation in Consultant Costs.
10. If preliminary engineering is Federally funded, and if the "do nothing" alternate is not selected, and if
right-of-way acquisition for or actual construction of the road is not started by the close of the tenth
fiscal year following the fiscal year in which the Federal funds were authorized, the Recipient shall
repay to the Department an amount equal to the amount of Federal funds made available for such
engineering.
11. The Recipient shall take the appropriate actions and prepare the necessary documents to fulfill the
FHWA requirements for project environmental studies including historical/cultural reviews and location
approval. The Recipient shall complete any mitigation agreed upon in the FHWA approval document.
12. If farmland is to be acquired, whether for use as project right-of-way or permanent easement, the
Recipient shall submit the U.S. Department of Agriculture Farmland Conversion Impact Rating form,
when required, to the U.S. Natural Resources Conservation Service (NRCS).
13. In all contracts entered into by the Recipient, and all subcontracts, in connection with this project that
exceed $100,000, the Recipient shall comply with the requirements of Section 114 of the Clean Air Act
and Section 308 of the Federal Water Pollution Control Act, and all their regulations and guidelines. In
such contracts, the Recipient shall stipulate that any facility to be utilized in performance of or to
benefit from this agreement is not listed on the Environmental Protection Agency (EPA) List of
Violating Facilities or is under consideration to be listed.
14. If the Recipient is responsible for acquisition of the project right-of-way, it shall provide relocation
assistance benefits and payments in accordance with the procedures set forth in I.M. 3.605, Right-of-
Way Acquisition, and the Department's Office of Right of Way Local Public Agency Manual. The
Recipient shall contact the Department for assistance, as necessary, to ensure compliance with the
required procedures, even if no Federal funds are used for right-of-way activities. The Recipient shall
obtain environmental concurrence before acquiring any needed right-of-way. With prior approval,
hardship and protective buying is possible. If the Recipient requests Federal funding for right-of-way
acquisition, the Recipient shall also obtain FHWA authorization before purchasing any needed right-
of-way.
15. If the project right-of-way is Federally funded and if the actual construction is not undertaken by the
close of the twentieth fiscal year following the fiscal year in which the Federal funds were authorized,
the Recipient shall repay the sum or sums of Federal funds in the right-of-way to the Department.
8
November 2008
16. If Federal funding is requested for construction performed by local agency forces, the Recipient will
follow the procedures outlined in I.M. 3.810, Federal-aid Construction by Local Agency Forces.
17. The non-Federal share of the project costs may include cash or non-cash contributions to the project.
If the Recipient desires to use anon-cash contribution as credit toward the non-Federal share, the
Recipient shall submit a request to the Department for review. The Department will have sole authority
to determine the value of the Recipient's non-cash contribution for the purposes of this agreement.
18. The total funds collected by the Recipient for this project shall not exceed the total project costs. The
total funds collected shall include any Federal or State funds received, and any special assessments
made by the Recipient (exclusive of any associated interest or penalties), pursuant to Iowa Code
Chapter 384 (cities) or Chapter 311 (counties). The total project costs shall include all costs that can
be directly attributed to the project. In the event that the total funds collected by the Recipient does
exceed the total project costs, the Recipient shall either:
1) refund to the assessed property owners the excess special assessments collected (including
interest and penalties associated with the amount of the excess), or
2) refund to the Department all funds collected in excess of the total project costs (including interest
and penalties associated with the amount of the excess) within 60 days of the receipt of any
excess funds. In return, the Department will either credit reimbursement billings to the FHWA or
credit the appropriate State fund account in the amount of refunds received from the Recipient.
9
EXHIBIT B
N
a
U
J
OC
m
LL
p
Z
O
z
0
O
a
p
O
W
U'
D
a
m
7
F
to
O
Z
F~
L.1
7
w
m
0
0
N
c
a
N
N O O
O O
~
N 0
O 0
p 0 0
0 0 0
0 O' 0
O; O~ 0
0 p
0
-~ `h. o (- Mm o o uWi~ ~ oo g
C
O ~'~~ N
O p
M O
CJ . N ~P
- M ~ N
_
- W- N _ O.
~~~:~ Y I q V3 f A fR f A: A Nf !A
[C
~
N O O
G ~
w ~ F
O ua
~~
rr
~
F. o
o
o
0 o
b
c
0 . oo
o a
m vi.
o i~ b'.
~~;;
n
.:o?.
._
-
-
N
O
c
o
~a
cv
cr v?
~ ,
~
A ~-. O L = Uq iR fA ~ tH.
o o N~
W ~ o .
~_g ~. 4 Q Q Q' 4. R Q Q Q p
N ~m r{ a co
f N mH
~ n
«
m ~,,:;~, ~ ~ O ro w.
~. N o ~
' ~
a ~..~ (- y H 4Y M IR N M M -bf
~
~ ~~ N O '. O G O N M
:a .
Q
.
n
~ oO O
. 0 0 O. O. O. O
N
J.~ O
F ~ ~
~ ~. O
LLl p
p
O
N G.
N p
O
O 00
W p
0.
O' :00
o G
?`
'L 5 U' M
~ ~~ ~ i9 .tR Vi IR . W iR; Vi
~; ~ :it ~' s- ~o in o ' ~
O ~ ~
g 3
L F N
a u
4_
O
O
O
'O pp
p-
~
N o m
m O O O' O
O
~.~
' NVJ H N N 100; ~ t.
A. m ~ U ~ N
N _c^
O tX ~ ' m Ui IA. VY /A
~
~.~
IiI ~ {
(1"~
~
o-
ry
O
ry
:O
L S
N _
~ 0
O
ti 0
o
o 0
O
FS 0
O
o 0
O
o
°
O M
F: B.. ~ ~, W O. CV -
I
.q~
~ UC
_
q ~-Y F ~ to tH 4T Eq A
Hi
~. LC
w a
O ~.~ ~
~ SO O
f`y~ 00
O
C
~ 0
o 0
p 0
o 0
o 0
0 0
o
g 0
o 0
o
g 0 0
o 0 0
o 0 0
q. 0
,n
N M o 0 0 0 ~G'
- q O O O~ O
.
O O o
V .n <y N ~ri Qq
rf~ M ~ c q
10;
7
W
fR
V!
'/R
fR
Vi
(9
iH
&f
d!
f9 (A
f9
Y) tl
Y N
7
O
J a
O
~
J
J ~y rrWV~~ ~_
G
J J
U . W J. U fn J Q
J
J
N
N
Z
~
F
~ y a z z
r j yay c'~i
~ w
N Ww
U ~
~ w
0 1-
N U
il
J
U ^
J O K ~ II~ K .. (J~ µ~
^J ~
.
ZO =
O H
ti
~ p
w l)
Z O
t~A F
U
~ p
m~
F-
'
W
l
F O
a
U
o
o
~
lu
Z
U
~
H
"`~
~.
gw
6
(
w r
i.
j
Za.
Q
> ~ ~ z N a ~ o
~
= U x ~ wo
LL
Z
~
~ U
~
~
U2
~
>
w
p
N LL
~
o
ga U
~
~ ~
J~
w C7 ~ ¢ ~ ~ ~ w r ~ ~ 3 ~ (n: N ~
w o o •-
O ~~ N
0 O
0 m
0 o 0 0 0pp~~
O
~ O 0
O
~ ee~~
y~
O oo
N [0
b 0 w
0 o O
ui 0 o
O v1 sf o m elf o O m ~ i0 0 0 -(
O
U
c`ri N
° O
~ O
o N
~ W
c 0
~ N
Ow sf
~ OD
v Qt
i gi
X M
N ' M:
rv O p
poo Q
p
O ~ O
' ~ O O N ~ ~y+
~'~
40" (00 p
t0~
t 0D N iZ-~
N
N V
N V
N )
' t!
N
N iCl
N t0
N t[i
N
N 1(l
~
N N
N .
N
N N ..
"0
wo
~
~
N
M
a
~n
1n
ti
co
rn
°
"
°J
r
"~ w
S
~ o
l~
EXHIBIT C
Exhibit C -Summary of Estimated Cost Sharing
Emerg Repair Permanent Restoration $ 76,703.00 PFJCE TOTAL
ER-3715(641) ER-3715(642) $ 37,700.00 ER-3715(641) $ 39,003.00 ER 3715(642) ER-3715(641) Subtotal
DOT Div 1 Ci Div 2 DOT Div 3 Ci Div 4
ER Funds 115.71
$ 3 $ 25,840.D0 $ 4,320.00 $ 24,936.00 $ 6,266.40 $ 5,337.07 $ 9,675.12 $ 15,012.19 $ 79,490.30
Ci Match ,
$ $ 1080.00 $ - $ 15fi6.60 $ 200.14 $ 362.82. $ 562.96 $ 3,209.56
DOT Match $ - $ 6,460.00 $ - $ 6,234.00 $ - $ 1,134.13 $ 2,055.96 $ 3,190.09 $ 15,884.09
TOTAL $ 3,115.71 $ 32,300.00 $ 5,400.00 $ 31,170.00 $ 7,833.00 $ 6,671.34 $ 12,093.90 $ 18,765.24 $ 98,583.95
11
M~J 16
Prepared by: Denny Gannon, Asst. City Engineer, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5142
RESOLUTION N0. 09-309
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A
COOPERATIVE AGREEMENT AMONGST THE IOWA DEPARTMENT OF
TRANSPORTATION, THE UNIVERSITY OF IOWA, AND THE CITY OF IOWA CITY FOR THE
BURLINGTON STREET PEDESTRIAN BRIDGE REHABILITATION PROJECT BRFN-6-7(76)--
39-52.
WHEREAS, the City of Iowa City, Iowa has negotiated a cooperative agreement with the Iowa Department
of Transportation and the University of Iowa, said agreement being attached to this Resolution and by this
reference made a part hereof; and
WHEREAS, the City Council deems it is in the public interest to enter into said agreement with the Iowa
Department of Transportation and the University of Iowa for the Burlington Street Pedestrian Bridge
Rehabilitation Project BRFN-6-7(76)--39-52.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA,
THAT:
1. It is in the public interest to enter into the above-mentioned agreement, and the agreement is hereby
approved as to form and content.
2. The Mayor is authorized to sign and the City Clerk to attest the agreement amongst the City of Iowa
City, the Iowa Department of Transportation, and the University of Iowa in triplicate.
3. The City Clerk shall furnish copies of said agreement to any citizen requesting same.
Passed and approved this 15th day of Set er , 20
_ ,~ // ~
ATTEST: ~ 7?
CI ERK
App ed byU
~` '/,
City Attorney's Office
It was moved by Champion and seconded by Hayek the Resolution be adopted,
and upon roll call there were:
AYES:
NAYS:
ABSENT:
.~ Bailey
~~ Champion
_~ Correia
~_ Hayek
~_ O'Donnell
X Wilburn
~_ Wright
Pwenglres/burlpedbrdge-authfin. doc
STAFF ACTION NO: s _ n~3g
COOPERATIVE AGREEMENT
County
City
Project No.
Iowa DOT
Agreement No
Johnson
Iowa City
BRFN-6-7(76)--39-52
2009-16-199
This Agreement, is entered into by and between the Iowa Department of Transportation,
hereinafter designated the "DOT", the City of Iowa City, Iowa, hereafter designated the "CITY",
and the University of Iowa, hereafter designated the "UNNERSITY" in accordance with 761 Iowa
Administrative Code Chapter 150 and Iowa Code sections 28E.12 and 306A;
WITNESSETH; that
WHEREAS, the CITY in joint cooperation with the UNIVERSITY and DOT proposes to
improve the pedestrian overpass over U.S. 6 within the CITY; and
WHEREAS, the CITY, UNIVERSITY and DOT are willing to jointly participate in said
project, in the manner hereinafter provided; and
WHEREAS, this Agreement reflects the current concept of this project which is subject to
modification by the DOT; and
NOW, THEREFORE, IT IS AGREED as follows:
The CITY will design, let, inspect and administer the following described project in
accordance with the project plans and DOT standard specifications:
The Burlington Street pedestrian bridge crossing US 6 (Riverside Drive) along the
north side of Burlington Street and crossing Grand Avenue along the west side of
Riverside Drive will be rehabilitated. The project provides for the removal and
replacement of the concrete bridge deck including the circular ramp and reinforced
bridge approach sidewalk and expansion joints, existing aluminum bridge railing, and
cleaning and painting structural steel An alternate bid item for new railing will be
included.
2. The CITY, UNNERSITY and DOT have previously entered into the following agreements
for the above referenced project:
Memorandum of Understanding 2003-16-071 signed by the CITY, UNIVERSITY
1
and DOT on November 19, 2002, December 3, 2002 and January 6, 2003
respectively to clarify funding participation and ownership and maintenance
responsibilities for the pedestrian bridge.
Special Provisions
3. The CITY will be responsible for the design of all proposed improvements.
4. The CITY shall be the lead agency for carrying out the provisions of this Agreement and
development and completion of the referenced project.
5. All notices required under this agreement shall be made in writing to the DOT's, CITY's
and/or the UNIVERSITY'S contact person. The DOT's contact person shall be the Area
Engineer. The CITY'S contact person shall be the City Engineer. The UNIVERSITY'S contact
person shall be the Design Project Manager.
6. The prof ect plans, specifications and engineer's cost estimate shall be prepared and certified
by a Professional Engineer licensed to practice in the State of Iowa. The CITY secured
engineering services for the design of the bridge rehabilitation project and for the
development of the bridge rehabilitation prof ect report. The cost of the engineering services
will be paid by the CITY and may be part of the CITY'S cost share in accordance with the
Memorandum Of Understanding 2003-16-071 referenced in Paragraph 2 herein. The
estimated cost of engineering services for design of this project, including deck core
sampling and testing, is $48,771.
The bridge rehabilitation project report shall define all non-compliant design elements that
do not meet the American with Disabilities Act accessibility guidelines.
8. All proposed highway or street improvements shall be designed using good engineering
judgment and the "AASHTO LRFD Bridge Design Specifications, Fourth Edition, 2007".
9. The project design shall comply with the "Manual on Uniform Traffic Control Devices for
Streets and Highways", by the Federal Highway Administration, as adopted by DOT, as per
761 Iowa Administrative Code, Chapter 130.
10. The project shall be designed and constructed using the DOT Standard Specifications for
Highway and Bridge Construction (Series 2001). Prior to their use in the bidding documents,
any Special Provisions or other modifications to the Standard Specifications shall be
approved by the DOT.
11. The CITY shall be responsible for the daily inspection of the pedestrian overpass bridge
rehabilitation project. The CITY may elect to have a consultant perform inspection and
testing services. The cost of said services will be paid by the CITY and may be part of the
CITY'S cost share in accordance with the Memorandum Of Understanding 2003-16-071
referenced in Paragraph 2 herein. The estimated cost of inspection and testing services for
2
this project is $38,500.
12. Two emergency major repair projects were previously let by the CITY. The first at a cost of
$6,500 to retrofit one of the pier supports; and another at a cost of $870 to repair loose hand
railing. The CITY agreed to administer and initially pay for these two projects with the
understanding that the incurred costs for the repairs would be shared between the CITY,
UNIVERSITY and DOT at the pro rata share previously agreed to (CITY 25%,
UNIVERSITY 25%, DOT 50%) in the Memorandum of Understanding 2003-16-071 as
referenced in Paragraph 2 herein. The total cost for the emergency major repair projects is
$7,370 (CITY, $1,843; UNIVERSITY, $1,843; DOT, $3,684).
13. The estimated Base Bid construction cost for the pedestrian overpass bridge rehabilitation
project is $418,807. The estimated construction costs for the Base Bid and Alternate Bid is
$670,207 (see Exhibit A). The estimated cost for the design engineering services and cost of
inspection and testing services are $87,271, as detailed in Paragraphs 6 and 11 above. The
funding participation scenarios for construction of the bridge rehabilitation project are as
follows:
The estimated final cost share for construction of the pedestrian overpass rehabilitation
.project for the Base Bid for the CITY is $126,520 [($418,807 +$87,271) (0.25)] less the
..estimated cost of design and construction engineering of $87,271 or $39,249. The resultant
cost of construction to be shared between the DOT and UNIVERSITY is $379,558
.($418,807 - $39,249). Of the resultant construction costs the cost share for the DOT istwo-
thirds or $253,038 ($379,558 x 2/3) and one-third for the UNIVERSITY or $126,520
($379,558 x 1/3).
The estimated final cost share for construction of the pedestrian overpass rehabilitation
project for the Base Bid and Alternate Bid for the CITY is $189,370 [($670,207 + $87,271)
(0.25)] less the estimated cost of design and construction engineering of $87,271 or
$102,099. The resultant cost of construction to be shared between the DOT and
UNIVERSITY is $568,108 ($670,207 - $102,099). Of the resultant construction costs the
cost share for the DOT is two-thirds or $378,738 ($568,108 x 2/3) and one-third for the
UNIVERSITY or $189,370 ($568,108 x 1/3).
14. For the Base Bid the estimated final cost share for reimbursement of construction costs for
the rehabilitation and emergency repair projects to the CITY from the DOT is $256,722
($253,038 + $3684) and from the UNIVERSITY $128,363 ($126,520 + $1,843). Ifthe Base
Bid and Alternate Bid are selected the estimated final cost share for reimbursement to the
CITY from the DOT is $382,422 ($378,738 + $3,684) and from the UNIVERSITY is
$191,213 ($189,370 + $1,843). Reimbursement will be made upon completion of
construction and proper billing by the CITY.
15. The CITY shall submit the plans, specifications, and all other contract documents to the DOT
for review and approval prior to letting by the CITY.
3
16. The CITY shall conduct the project bid letting in compliance with applicable laws,
ordinances, and administrative rules. The CITY shall advertise for bidders, make a good faith
effort to get at least three (3) bidders, hold a public letting and award contracts for the project
work. DOT concurrence in the award, including the Alternate Bid for bridge railing, must be
obtained prior to the award. The CITY shall provide the DOT file copies of project letting
documents within five (5) days after letting.
17. The CITY shall include in their Notice to Bidders that Sales Tax Exemption Certificates will
be issued, as provided for by Iowa Code section 423.3, subsection 80. The CITY shall be
responsible for obtaining the sales tax exemption certificates through the Iowa Department of
Revenue and Finance. The CITY shall issue these certificates to the successful bidder and
any subcontractors to enable them to purchase qualifying materials for the project free of
sales tax.
18. The work on this project shall be in accordance with the approved plans and specifications.
Any substantial modification of these plans and specifications must be approved by the DOT
prior to the modification being put into- effect.
19. The CITY shall comply with the procedures and responsibilities for materials testing and
construction inspection according to DOT Materials Instructional Memorandums (LM.'s) and
the Construction Manual. If requested, the DOT may be able to perform some testing
services. If performed, the DOT will bill the CITY for testing services according to its
normal policy.
20. U.S. 6through-traffic will be maintained during the construction period.
21. If the CITY has completed a Flood Insurance Study (FIS) for an area which is affected by
the proposed Primary Highway proj ect and the FIS is modified, amended or revised in an
area affected by the project after the date of this Agreement, the CITY shall promptly
provide notice of the modification, amendment or revision to the DOT. If the CITY does
not have a detailed Flood Insurance Study (FIS) for an area which is affected by the
proposed Primary Highway project and the CITY does adopt an FIS in an area affected by
the project after the date of this Agreement, the CITY shall promptly provide notice of the
FIS to the DOT.
22. The CITY shall be responsible for making initial payments for all project costs incurred
in the development and construction of the project. The actual cost sharing will be
determined by the actual quantities in place and the accepted bid at the contract letting.
General Provisions
23. The CITY as well as their contractors, if any, agree to maintain all books, documents, papers,
accounting records and other evidence pertaining to all costs incurred under this Agreement
and to make such materials available at their respective offices at all reasonable times during
the Agreement period and for three years from the date of the final payment under the
4
Agreement, for inspection by the DOT and copies thereof shall be furnished if requested. If
more than a nominal number of copies are requested the additional copies shall be furnished
at the expense of the requesting agency. The CITY will maintain these records.
24. Upon completion of the project, no changes in the physical features thereof will be
undertaken or permitted without the prior written approval of the DOT.
25. After the project construction is complete and prior to final acceptance of the project by the
DOT, the CITY shall furnish three sets of "as-built" plans to the DOT.
26. Also as part of the project, it may be necessary to temporarily close various local CITY
streets and/or alleys during portions of said prof ect. If temporary closures are necessary, the
CITY will furnish and install the required road closure barricades and signing at prof ect cost
and shall remove same upon completion of the prof ect also at no expense or obligation to the
UNIVERSITY or DOT. The CITY will work in close cooperation with the contractor to
accommodate fire protection and local access across the project during construction.
27. Subj ect to the provisions hereof, the CITY in accordance with 761 Iowa Administrative Code
sections 150.3(1)c and 150.4(2) will remove or cause to be removed (within the CITY
project limits) all encroachments or obstructions in the existing primary highway right of
way. The CITY will also prevent the erection and/or placement of any structure or
obstruction on said right of way or any additional right of way which is acquired for this
project including but not limited to private signs, buildings, pumps, and parking areas.
28. Subject to the approval of and without expense to the DOT, the CITY agrees to perform or
cause to be performed all relocations, alterations, adjustments or removals of existing utility
facilities within the CITY, including but are not limited to power, telephone lines, fiber
optics lines, natural gas pipelines, water mains and hydrants, curb boxes, utility accesses,
storm water intakes, sanitary sewers, and related poles, installations and appurtenances,
whether privately or publicly owned, and all parking meters, traffic signals and other
facilities or obstructions which are located within the limits of an established street or alley
and which will interfere with construction of the project and the clear zone, as provided in
Chapter 761 Iowa Administrative Code section 150.4(5) and in accordance with the Utility
Accommodation Policy of the DOT referenced therein.
29. With the exception of service connections no new or future utility occupancy ofproject right
of way, nor any future relocations of or alterations to existing utilities within said right of
way (except service connections), will be permitted or undertaken by the CITY without the
prior written approval of the DOT. All work will be performed in accordance with the Utility
Accommodation Policy and other applicable requirements of the DOT.
30. In accordance with Iowa Code Chapter 216, the CITY shall not discriminate against any
person on the basis of race, color, creed, age, sex, sexual orientation, gender identity, national
origin, religion, pregnancy, or disability.
Miscellaneous Provisions
31. All previously executed agreements (see Paragraph 2 herein) will remain in effect except as
amended herein.
32. It is the intent of the three (all) parties that no third party beneficiaries be created by this
Agreement.
33. If any paragraph, provision, or part of this Agreement shall be found to be invalid or
unconstitutional, such finding shall not affect the validity of the Agreement as a whole or any
paragraph, provision, or part thereof not found to be invalid or unconstitutional, except to the
extent that the original intent of the Agreement cannot be fulfilled.
34. This Agreement maybe executed in three counterparts, each of which so executed will be
deemed to be an original.
35. This document; as well as the unaffected provisions of any previous agreement(s),
addendum(s), and/or amendment(s); represents the. entire Agreement between the CITY,
DOT, and UNIVERSITY regarding this project.. Any subsequent change or modification to
the terms of this Agreement will be in the form of a duly executed amendment to this
document.
6
IN WITNESS WHEREOF, each of the parties hereto has executed Cooperative Agreement
No. 2009-16-199 as of the date shown opposite its signature below.
CITY OF IOWA CITY:
By: -
Titl
Date September 15 , 200 9
I, Marian K. Karr ,certify that I am the Clerk of the CITY, and that
Regenia D . Bailey _ ,who signed said Agreement for and on behalf of the CITY was
duly authorized to execute t11e same on the 15th day of September , 200 9
Signed ~c~°-r~,~~r~ ~n /\~ ti'Z-~
~ le~'tc of Iowa Cit Iowa.
City C y,
UNIVERSITY OF IOWA:
gy. Date ~/ , 200.
Name/ itle: Geo ~ M. Hollins
business Manager
IOWA DEPARTMENT OF TRANSPORTATION:
'~ l~-J
By. Date
J mes R. Schnoebelen
District Engineer
District 6
200
7
EXHIBIT A
PROJECT ESTIMATE
B1b-TAB
BURLINGTON STREET PEDESTRIAN BRIDGE REHABILITATION
!"'ITV nF I(l1A/~ f"'ITV
Engineer's Estimate
ITEM
NO. ITEM UNIT TOTAL
QUANTITY U-NIT
PRICE EXTENDED
PRICE
BASE BID:
~ MOBILIZATfON L.S. 1 $ 35,000 $ 35,000
2 BRIDGE REM017ALS, ASPER PLAN L.S. 1 $ 45,000 '$ 45,000
3 STRUCTURAL CONCRETE (BRIDGE)' CY, YD. 1.61 $' 750 $ 120,750
4 STEEL, REPNFORCING, EPOXY COATED LBS. 58,126 $, 1.12 $ 65,101
5 STRUCTURAL "STEEL LBS 1460 $ 10.00 $ 14,600
6 HAND RAIL REPAIR- L.S. 1 $, 42,000 $ 42,000
7 BRIDGE GLEANING L.S. 1 $ 10,000 '$ 10,000
$ EXPANSION JOINT EA 5 $; 2,200 $ 11,004
g PAINTING OF STRUCTURAL STEEL L. S, 1 $ 10,000. '$ 1Q,000
10 REINFORCED$RIDGEAPPROAGH SECTION (8°) SO. YD. 19 $; 125 $ 2,375
1 1 REMOVAL., EXISTING SIDEWALK SQ. YD. 186 $ 12 $ 2,232'
12 REMOVAL, TEMPORARY ASPHALT SQ. YD. 13 $ 12 $ 156
13 SIDEWALK, 6" P.C. CON-CRETE SQ. YD. 189 $ 55 $ 10,395
14 TEMPORARY ASPHALT SO, YD. 13 $' 40 '$ 520
15 :PAINTED PAVEMENT MARKINGS, DURABLE STA 1 $ 1,150 $ -1,150
16 TRAFFIC CONTROL L.S. 1 $ 20,000 $ 20,000
17 TEMPORARY BARRIER RAILS, FURNISH. & PLACE LIN_ FT. 312 $ 14 $ 4,368
1$ CURB & GUTTER, P.G. CONCRETE, 2'-0 LIN. FT. 23.5 $ 40 $ 944
1 g SQDDING SQUARE 78 $. 40 $ 3,120
20 WATERING FOR SOD MEAL 47 $; 100 '$ 4,700
21 FENCING LIN. FT. 270. $ 20 $ .5,400
22 INCENTIVE DAY 10 $ 1,000- $ 10,000
~HSC tiaU, I V I HL t7S 1 tIVUtU HMIJWV I =
ALTERNATE B11]:
1 NEW ALUMINUM HAND RAIL (ADD) LIN. Ff. 1304 $ 225
2 HAND RAIL REPAIR"(DEDUCT) L.S. 1 $ (42,000)
-BASE BID + ALTERNATE BID, TOTAL EXTENDED AMOUNT
~4'I if,iiVl
$ 293-,400
$ (42,000)
$ 251,400
$670,2Q7
28-Apr-09
8