HomeMy WebLinkAbout1998-08-25 Resolution Prepared by Marian K. Karr, City Clerk, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5041
RESOLUTION NO. 98-267
RESOLUTION TO ISSUE CIGARE'i'I'E PERMITS
WHEREAS, the following firms and persons have made application and paid the mulct tax
required by law for the sale of cigarettes, therefore
BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that the applications be
granted and the City Clerk is hereby directed to issue a permit to the following named persons
and firms to sell cigarettes:
G. A. Malone's - 121-123 Iowa Avenue
Passed and approved this 25 th
day of Auqust ,19 98
Approved by
City Attorneys Office
It was moved by Norton and seconded by
adopted, and upon roll call there were:
Kubby
the Resolution be
AYES: NAYS: ABSENT:
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
derkVes~cigperm.doc
Prepared by: Terry Trueblood, Parks & Rec., 410 E. Washington St., Iowa City, IA 52240 (319) 356-5110
RESOLUTION NO.
RESOLUTION ACCEPTING THE WORK FOR THE REMOVAL ' AND
REPLACEMENT OF THE ROOF AND INSULATION ON THE CIVIC CENTER.
WHEREAS, the Engineering Division has recommended that the work for replacement of two
sections of the Civic Center roof, as included in a contract between the City of Iowa City and
Maintenance Associates of Marion, Iowa, dated September 9, 1997, be accepted; and
WHEREAS, the performance and payment bond has been filed in the City Clerk's office.
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.
Passed and approved this day of , 19
MAYOR
Approved by
ATTEST:
CITY CLERK
City At orn y's Offic
It was moved by and seconded by
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
pweng~resVoof-cc.doc
the Resolution be
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
Prepared by: Jeff McClure, Engineering, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138
RESOLUTION NO. 98-268
RESOLUTION ACCEPTING THE WORK FOR THE SHAMROCK/AhBOR
CULVERT ENTRANCE IMPROVEMENT.'
WHEREAS, the Engineering Division has recommended that the work for construction of the
Shamrock/Arbor Culvert Entrance Improvement Project, as included in a contract between
the City of Iowa City and Peterson Contractors Inc. of Reinbeck, Iowa, dated September 24,
1997, be accepted; and
WHEREAS, the performance and payment bond has been filed in the City Clerk's office.
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.
Passed and approved this 25th
day of August ,19 98
Approved by
ATTEST:
CIty Attorney's O f ce
It was moved by Norton and seconded by
adopted, and upon roll call there were:
Kubb.y
AYES: NAYS: ABSENT:
X
X
X
X
X
X
X
the Resolution be
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
pwengVes~shamroc4.doc
ENGINEER'S REPORT
August 13, 1998
Honorable Mayor and City Council
Iowa City, Iowa
RE: Shamrock/Arbor Culvert Entrance Improvement
Dear Honorable Mayor and Councilpersons:
I Hereby certify that the construction of the Shamrock/Arbor Culvert Entrance
Improvement Project has been completed by Peterson Contractors Inc. of
Reinbeck, Iowa, in substantial accordance with the plans and specifications
prepared by the of the City of Iowa City Engineering Division. The required
performance and payment bonds are on file in the City Clerk's Office.
The final contract price is $97,756.00
I recommend that the above-referenced improvements be accepted by the City
of Iowa City.
410 EAST WASIIINGTON STREET · IOVv'A CITY, IOWA 52240-1826 · (319) 356-5000 · FAX (319) 356-5009
Prepared by Denny Cannon, Asst. City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142
RESOLUTION NO. 98-269
RESOLUTION ACCEPTING THE WORK FOR THE SANITARY SEWER, STORM
SEWER, TILE LINE, WATER MAIN, AND PAVING PUBLIC IMPROVEMENTS
FOR LOTS 55-64 AND 69-74 OF VILLAGE GREEN SOUTH - PART 4B~ 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, tile line, and water main improvements for Lots 55-64 and
69-74 of Village Green South - Part 4B, as constructed by Maxwell Construction, Inc. of
Iowa City, Iowa.
Paving improvements for Lots 55-64 and 69-74 of Village Green South - Part 4B, as
constructed by Metro Pavers, Inc. of Iowa City, Iowa.
WHEREAS, maintenance bonds have been filed in the City Clerk's office; and
WHEREAS, traffic control signs have been installed.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, THAT:
Said public 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 25th day of August ,1998.
ATTEST:Ci, i,i,i~CL~ERK/'Z¢2·
It was moved by No~'ton
adopted, and upon roll call there were:
and seconded by Kubby the Resolution be
AYES:
X
X
X
X
X
X
X
NAYS:
ABSENT:
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
pweng/resNillgr4b.doc
ENGINEER'S REPORT
August 14, 1998
Honorable Mayor and City Council
Iowa City, Iowa
RE: Lots 55-64 and 69-74 of Village Green South - Part 4B
Dear Honorable Mayor and Councilpersons:
I hereby certify that the construction of the sanitary sewer, storm sewer, tile line,
water main, and paving improvements for Lots 55-64 and 69-74 of Village Green
South - Part 4B 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, tile line, and water main improvements constructed by
Maxwell Construction, Inc. of Iowa City, Iowa and for the paving improvements
constructed by Metro Pavers, Inc. of Iowa City, Iowa.
I recommend that the above-referenced improvements be accepted by the City
of Iowa City.
Sincerely,
Richard A. Fosse, P.E.
City Engineer
410 EAST WASHINGTON STREET * IOx, VA ('ITY, IOWA 52240-1826 * (319) 356-5000 * FAX (319) 356-5009
Prepared by: Rob Winstead, Sr. Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5145
RESOLUTION NO. 98-270
RESOLUTION ACCEPTING THE WORK FOR THE SANITARY SEWER, STORM
WATER SYSTEM, WATER MAIN AND-PAVING PUBLIC IMPROVEMENTS FOR
WALDEN HILLS, LOTS 1-6, LOTS 37-51, LOT 53, AND LOTS 55-79, AND
DECLARING THE 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 water system, and water main improvements for Walden Hills,
Lots 1-6, Lots 37-51, Lot 53, and Lots 55-79, as constructed by Maxwell
Construction, Inc. of Iowa City, Iowa.
Paving improvements for Walden Hills, Lots 1-6, Lots 37-51, Lot 53, and Lots 55-79,
as constructed by Streb Construction Co., Inc. of Iowa City, Iowa.
WHEREAS, maintenance bonds have been filed in the City Clerk's office; and
WHEREAS, traffic control signs have been installed.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, THAT:
Said public 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 25th
ATTEST:CiT'iT~LE4~~RK/~'
IT
pweng\res\waldlots.doc
day of August , 1998.
MAYOR
Approved by
Resolution No. 98-270
Page 2
It was moved by Norton and seconded by
adopted, and upon roll call there were:
Kubb~
AYES: NAYS: ABSENT:
X
X
X
X
X
X
the Resolution be
Champion
Kubby
Lehman
:
Norton
O'Donnell
Thornberry
Vanderhoef
ENGINEER'S REPORT
August 25, 1998
Honorable Mayor and City Council
Iowa City, Iowa
RE: Walden Hills, Lots 1-6, Lots 37-51, Lot 53, and Lots 55-79
Dear Honorable Mayor and Councilpersons:
I hereby certify that the construction of the sanitary sewer, storm water system,
water main, and paving improvements for Walden Hills, Lots 1-6, Lots 37-51, Lot
53, and Lots 55-79 have 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 water system, and water main improvements constructed by
Maxwell Construction, Inc. of Iowa City, Iowa, and for the paving improvements
constructed by Streb Construction Co., Inc. of Iowa City, Iowa.
I recommend that the above-referenced improvements be accepted by the City
of Iowa City.
Charles Schmadeke
Public Works Director
410 EAST WASIIINGTON STREET , IOV~A ('II'Y, IOWA 52240-1826 * [319) 356-5000 * FAX (319) 356-5009
Prepared by: Liz Osborne, CD Division, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5246
RESOLUTION NO. 98-271
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO
ATTEST THE RELEASE OF A LIEN REGARDING A REHABILITATION AGREEMENT, A
STATEMENT OF LIFE LIEN, A PROMISSORY NOTE IN THE FORM OF A TEN YEAR
DECLINING BALANCE AND FINANCING STATEMENTS (UCC-2 AND UCC-4) FOR THE
PROPERTY LOCATED AT 944 MILLER STREET, IOWA CITY, IOWA
WHEREAS, on July 23, 1990, the property owner of 944 Miller Street, executed a Rehabilitation
Agreement, a Statement of Life Lien and a Promissory Note in the form of a Ten Year Declining
Balance for the total amount of $25,000 and the Financing Statements (UGG-2 and UGG-4)
through the City's Housing Rehabilitation Program; and
WHEREAS, these documents created a lien against the property; and
WHEREAS, the balance remaining on the Ten Year Declining Balance Note was $2,500; and
WHEREAS, the total amount due was $15,000 which was paid off on August 18, 1998; and
WHEREAS, the liens need to be released.
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 attached Release of Lien for
recordation, whereby the City does release the property located at 944 Miller Street, Iowa
City, Iowa from the Rehabilitation Agreement, the Statement of Life Lien and the
Promissory Note in the form of a Ten Year Declining Balance recorded August 3, 1990 in
Book 1154 Page 161 through 167 and the UCC-2 Financing Statement recorded February
25, 1991 in Book 1206 Page 152 and the UCC-4 Financing Statement record February 9,
1996 in Book 2033 Page 44 of the Johnson County Recorder's Office.
Passed
ATTEST:
and approved this 25th
c F= K
day of August ,1998.
"I~T'AYOR
Approved by
'it~Aito~ney's Offic6~
It was moved by Norton
upon roll call there were:
and seconded by Kubb.y
the Resolution be adopted, and
AYES: NAYS:
X
ABSENT:
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
pl:x:lrehab/res/gM, millr.doc
Prepared by: Liz Osborne, CD Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5246
RELEASE OF LIEN
The City of Iowa City does hereby release the property at 944 Miller Street, Iowa City,
Iowa, and legally described as follows:
Lot Forty-eight (48) in Bailey and Beck's Addition to Iowa City, Iowa, according to
the recorded plat thereof, subject to easements of record, ,
from an obligation of the property owner, Elizabeth C. Reynolds, to the City of Iowa City in
the total amount of $15,000 represented by a Rehabilitation Agreement, a Statement of
Life Lien, a Promissory Note in the form of a Ten Year Declining Balance recorded on
August 3, 1990 in Book 1154 Page 161 through Page 167 and a UCC-2 Financing
Statement recorded on February 25, 1991 in Book 1206 Page 152 and a UCC-4 Financing
Statement recorded on February 9, 1996 in Book 2033 Page 44 of the Johnson County
Recorder's Office.
These obligations have been satisfied and the property is hereby released from any liens or
clouds upon title to the above property by reason of said prior recorded documents.
MAYOR
ATTEST: C~ ~'
Approved by
STATE OF IOWA )
) SS:
JOHNSON COUNTY )
On this 2.~~'/' day of 'A~LGu~s--r , A.D. 1998, before me, the undersigned, a Notary
Public in and for said County, in said State, personally appeared Ernest W. Lehman and
Marian K. Karr, to me personally known, who being by me duly sworn, did say that they are
the Mayor and City Clerk, respectively, of said municipal corporation executing the within
and foregoing instrument; that the seal affixed thereto is the seal of said corporation, and
that the instrument was signed and sealed on behalf of the corporation by authority of its
City Council, as contained in Resolution No. t//~_ 2 7/ , adopted by the
City Council on the Z5' day of ~_u_Gt~<,-i- , 1998 and that the said Ernest W.
Lehman and Marian K. Karr as such officers'acknowledged the execution of said instrument
to be the voluntary act and deed of said corporation, by it and by them voluntarily executed.
I
ppdrehab/944millr. doc
Notary ~Jblic in _and. for Johnson County, Iowa
7rL- l 3-7-
Prepared by: Liz Osborne, CD Division, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5246
RESOLUTION NO. 98-272
RESOLUTION AUTHORIZING THE MAYOR TO EXECUTE AND THE CITY CLERK TO
ATTEST A SUBORDINATION AGREEMENT BETWEEN THE CITY OF IOWA CITY AND
COMMERCIAL FEDERAL BANK OF OMAHA, NEBRASKA FOR PROPERTY LOCATED
AT 1807 G STREET, IOWA CITY, IOWA.
WHEREAS, the City of Iowa City is the owner and holder of a Rehabilitation Agreement, and a
Statement of Life Lien, executed by the owners of 1807 G Street on July 3, 1990 and recorded
on July 25, 1990 in Book 1150, Pages 275 through 279, Records of Johnson County, Iowa, and
an Amended Statement of Life Lien executed by said owners on January 10, 1992, and
recorded on January 10, 1992 in Book 1315, Page 85 in the Johnson County Recorder's Office
covering the following described real estate:
Lot Four (4), in Block Forty-Three (43), in East Iowa City, Johnson County, Iowa, according
to the recorded plat thereof,
WHEREAS, the City's lien totals $5,966.52; and
WHEREAS Commercial Federal Bank of Omaha, Nebraska is in the process of financing a
home equity loan in the amount of $35,000 to the owners of 1807 G Street and to secure the
loan by a mortgage covering the real estate described above; and
WHEREAS, it is necessary that the mortgage held by the City be subordinated to the lien of the
proposed mortgage in order to induce Commercial Federal Bank of Omaha, Nebraska to make
such a loan; and
WHEREAS, Commercial Federal Bank of Omaha, Nebraska has requested that the City
execute the attached subordination agreement thereby making the City's lien subordinate to the
lien of said mortgage to Commercial Federal Bank of Omaha, Nebraska; and
WHEREAS, there is sufficient value in the above described real estate to secure said lien as a
second lien.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA that the Mayor is authorized to execute and the City Clerk to attest the attached
subordination agreement between the City of Iowa City and Commercial Federal Bank of
Omaha, Nebraska.
Passed and approved this 25 th day of
ATTEST: C~
ppdrehab/res/1807g.doc
August ,1998.
AYOR '~ '
Approved by
'~ ~torney's ~z'ffi¢~.
Resolution No. 98-272
Page 2
It was moved by Norton and seconded by
adopted, and upon roll call there were:
Kubby
AYES: NAYS: ABSENT:
the Resolution be
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
SUBORDINATION AGREEMENT
THIS AGREEMENT is made by and between the City of Iowa City, herein the City, and
Commercial Federal Bank of Omaha, Nebraska, herein the Financial Institution.
WHEREAS, the City is the owner and holder of a certain Rehabilitation Agreement for Rehabilitation Loan
which at this time is in the amount of $5,966.52 and were executed by Vincent Wilson and Barbara Wilson
(herein the Owner), dated July 7, 1990, recorded July 25, 1990, in Book 1150, Page 275, Johnson County
Recorder's Office.
WHEREAS, the City is the owner and holder of a certain Statement of Life Lien, and were executed by the
Owner, dated July 3, 1990, recorded July 25, 1990, in Book 1150, Page 279, Johnson Country Recorder's
Office.
WHEREAS, the City is the owner and holder of a certain Amended Statement of Life Lien, and were
executed by the Owner, dated January i0, 1992, in Book 1315, Page 85, Johnson County Recorder's
Office, covering the following described real property:
1807 G St.
Iowa City, IA 52240
Legal description: Lot 4, in Block 43, in East Iowa City, Johnson County, Iowa, according to the recorded
plat thereof.
WHEREAS, the Financial Institution proposes to loan the sum of $35,000 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 mortgage 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:
Subordination. The City hereby covenants and agrees with the Financial Institution that the above
noted mortgage 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.
SUBORDINATION AGREEMENT
Page 2
Senior Mortgage. The mortgage in f~//:r,4 of the Financial
acknowledged as a lien superior to the
Insti~:ution is hereby
of the City.
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 beret0.
Dated this /y.,/iL day of ,/~,- .-,-~7L , 19 ? ~
ayor
Attest:
CITY'S ACKNOVVLEDGEMENT
FINANCIAL INSTITUTION
Approved By
CIty Xt~orney s ~ff~ice
STATE Of IOWA )
) SS:
JOHNSON COUNTY )
On this 2~ day of
Notary Public in and
A~,c~s~ 199~, before me. the undersigned, a
for the State 'of Iowa, personally appeared
and Madan K. Karr, to me personally known, and. who,
being 13y me duly sworn. did say that they are the Mayor and City Clerk, respectively, of the
City of iowa City. Iowa; that the seal affixed to the foregoing insb-ument 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 (Ordinancc9 (Resolution) No. q
passed (the Resolution adopted) by the City Council, under Roll Call No. - of the
City Council on the ~.5~- day of /~tr~,a-r , 19 ?~. and that
~c,~ ~5-t ~. Ld~,~ ._ and Madan K. Karr acknowledged the execution of the
instrumem to be their voluntary act and deed and the voluntary act arid deed of the corporation,
by it voluntarily executed.
Notary Public in and for the State of Iowa
SUBORDINATION AGREEMENT Page 3
STATE OF IOWA )
) SS:
un emigned a Nota~ Public~ and for the rate of Io~. ~monally appeared
ing by me duly worn. d~ ~y ~at ~ey am ~2 ~{~T .~; 5~~ and
~~ ~ ~c~( , mspe~vely, of ~ ~tion exerting the w~hin and
fobgoing ins~ment ~ which this ts a~ched, that said jnst~ment was signe'd and seal~
a~nowl~ged (he exertion of said instrument to be th~ volunta~ a~and deed of said
coloration, by it and by ~em voluntary executed.
Prepared by: Steve Nasby, Assoc. Planner, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5248
RESOLUTION NO. 98-273
RESOLUTION APPROVING AN AGREEMENT BETWEEN THE CITY OF'IOWA CITY,
HILLS BANK AND THE FEDERAL HOME LOAN BANK OF DES MOINES FOR
HOUSING REHABILITATION FUNDING, AND AUTHORIZING THE MAYOR TO
EXECUTE AND THE CITY CLERK TO ATTEST TO SAME.
WHEREAS, the Federal Home Loan Bank of Des Moines has created the Affordable Housing
Fund program which utilizes private funding to provide affordable housing opportunities for low
income households; and
WHEREAS, Hills Bank and Trust Company, a participating member of the Federal Home Loan
Bank of Des Moines, has agreed to be the sponsor for this program; and
WHEREAS, the City of Iowa City deems it in the public interest to support affordable housing
efforts for low income households; and
WHEREAS, the project addresses the needs of low income households, homeowners in
particular, and helps achieve the goals of Iowa City's Consolidated Plan (CITY STEPS); and
WHEREAS, the expansion of funding for the housing rehabilitation program was a strategy
identified in the Community Housing Forum and approved by the City Council.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA THAT:
1. The Agreement for Federal Home Loan Bank of Des Moines funding, a copy of which is
on file in the office of the City Clerk, is hereby approved.
2. The Mayor is hereby authorized to execute and the City Clerk to attest said Agreement.
3. The City Manager is hereby authorized to execute all necessary documents required by
the Federal Home Loan Bank of Des Moines for the administration of these funds.
I~IAYOR
Approved by
ppdcdbg/res/funding.doc
Resolution No. 98-273
Page 2
It was moved by Norton and seconded by
adopted, and upon roll call there were:
Kubby
AYES: NAYS: ABSENT:
the Resolution be
Champion
Kubby
Lehman ,
Norton '
O'Donnell
Thornberry
Vanderhoef
FEDERAL
HOME LOAN BANK
DEE MOINE$
Affordable Housing Program Agreement
For Owner Occupied Project
(Direct Subsidy)
The Federal Home Loan Bank of Des Moines ("Bank"), Hills Bank & Trust Co. ("member") and City
of Iowa City ("project sponsor) enter into this Affordable Housing Program Agreement For Owner Occupied
Project (Agreement), effective July 23, 1998, which sets forth the respective duties and obligations of the
Bank, membei' and project sponsor with regard to the approval and funding of the member's Affordable
Housing Program (AHP) Application ("Application") by the Bank.
This Agreement shall be binding upon the parties and upon any successor in interest to the parties.
1. The member and the project sponsor shall be bound by the terms and conditions goveming
the approval and funding of the Application, including any and all representations made in said Application.
Certain of the Application's features are as follows:
Project Name: Housing Rehabilitation Program
Project Number: 98A19
Project Sponsor: City of Iowa City
Amount of AHP Subsidy (hereinafter "subsidy"): $120,000.00
Form of Subsidy: Direct
Total Units: 24
Targeting: 0 units at or below 31 percent of median income
24 units at or below 50 percent of median income
0 units between 51 and 60 percent of median income
0 units between 61 and 80 percent of median income
0 units above 80 percent of median income
Retention Period: 5 years
The grant award is subject to the following contingencies:
· The city will provide a matching grant of $90,000 in CDBG funds
2. Member and project sponsor agree to be bound by (i) the AHP regulations (12 C.F.R. Part
960) and policies of the Federal Housing Finance Board ("FHFB") as may be in effect from time to time, or
the regulations in effect from time to time of any successor in interest to the FHFB and (ii) the AHP guidelines
and requirements of the Bank or any successor in interest to the Bank as may be in effect from time to time.
Member and project sponsor agree that no modifications will be made to the project's specifications, as set
forth in the Application, without the prior written approval of the Bank. To the extent the FHFB's applicable
regulations are inconsistent with any term or provision of this Agreement, said regulations shall govern the
conduct and obligations of the parties.
3. The use of the subsidy, as set forth in the approved Application, is for rehabilitation. In order
to ensure that the approved level of subsidy from the Bank is still warranted at the actual funding date, in
conformity with the requirements of the FHFB's applicable regulation, the Bank will reevaluate the subsidy
level and will only fund that portion of the subsidy deemed necessary by the Bank to fund the project. In such
reevaluation the Bank will principally consider pro-forma data, including, among other factors, the following:
(a)
(b)
All sources of funds including estimates of funds from all other sources, whether actually
committed or not;
An estimate of the market value of in-kind donations and volunteer professional labor and
services but not the value of sweat equity;
(c)
Project costs, as reflected in the project's budget, including whether such costs are
reasonable and customary, in accordance with the Bank's project feasibility guidelines, in
light of industry standards for the location of the project and the long-term financial needs of
the project.
4. Before funding, the Bank shall determine whether the project is operationally feasible, in
accordance with the Bank's project feasibility guidelines, based on factors including but not limited to,
applicable financial ratios, geographic location, needs of the tenants, and other non-financial project
characteristics. The approved subsidy must be necessary for the financial feasibility of the project, and the
rate of interest, points, fees, and any other charges for all loans financing the project must not exceed a
market rate of interest, points, fees and other charges for loans of similar maturity, terms and risk.
5. The member shall pass on the full amount of the subsidy to the project for which the subsidy
was approved.
6. The member shall use the subsidy in accordance with the terms of the member's
Application, the requirements of the FHFB's applicable regulations, and the Bank's policies and procedures.
7. The project sponsor agrees to use the subsidy in accordance with the terms of the member's
Application, the requirements of the FHFB's applicable regulations, and the Bank's policies and procedures.
8. The subsidy must be drawn down and used by the project within one year of approval of the
Application. Therefore, all sources of funding must be committed within a reasonable period of time from the
Application's approval. If the subsidy approved is not drawn down and used by the project within one year,
the Bank shall cancel its approval, any funded subsidy shall be returned to the Bank and the Bank shall make
such cancelled subsidy available for other AHP-eligible projects.
9. The member shall repay to the Bank that portion of the subsidy including interest as
determined in the Bank's discretion, if appropriate, that as a result of the members actions or omissions, is
not used in compliance with the terms of the Application or the requirements of the FHFB's applicable
regulations, unless such non-compliance is cured by the member within a reasonable period of time as
determined by the Bank, or the circumstances of such non-compliance are eliminated through a modification
of the Application, pursuant to the applicable FHFB regulations.
10. The project sponsor shall repay to the member and the member shall recover and repay to
the Bank that portion of the subsidy, plus interest as determined in the Bank's discretion, if appropriate, that,
as a result of the project sponsors actions or omissions, is not used in compliance with the terms of the
Application or the requirements of the FHFB's applicable regulations, unless such non-compliance is cured
by the project sponsor within a reasonable period of time as determined by the Bank, or the circumstances of
such non-compliance are eliminated through a modification of the Application, pursuant to the applicable
FHFB regulations. The member shall not be liable to the Bank for the return of amounts that cannot be
recovered from the project sponsor through reasonable collection efforts by the member.
11. During the period of construction or rehabilitation of the project, the project sponsor must
report to the member quarterly on whether reasonable progress is being made towards completion of the
project. During such period, the member must take the steps necessary to determine whether reasonable
progress is being made towards completion of the project and must report to the Bank quarterly on the status
of the project. Within one year of the disbursement to the project of the entire subsidy, the member must
review the project documentation and certify to the Bank that (i) the subsidy has been used according to the
commitments made in the Application, and (ii) the AHP-assisted units are subject to deed restrictions or other
legally enforceable retention agreements or mechanisms as specified in paragraph 14 below.
12. Where the subsidy is used to finance the purchase of owner-occupied units, the project
sponsor must certify annually to the member and the Bank, until the entire subsidy is provided to eligible
households in the project, that those households receiving the subsidy funds during the year were eligible
households, and such certifications shall be suppoded by household income verification documentation
maintained by the project sponsor and available for review by the member or the Bank.
13. The member shall make best efforts to transfer its obligations under the Application and this
Agreement to another member in the event of its loss of membership in the Bank, prior to the Bank's final
disbursement of the subsidy.
14, The member shall ensure that an owner-occupied unit financed by the proceeds of a direct
subsidy is subject to a deed restriction or other legally enforceable retention agreement or mechanism
requiring that (i) the Bank is to be given notice of any sale or re~nancing of the unit occurring pdor to the end
of the retention period, (ii) in the case of a sale pdor to the end of the retention period, an amount equal to the
pro rata share of the direct subsidy, reduced for every year the seller owned the unit, shall be repaid to the
Bank from any net gain realized upon the sale of the unit after deduction of sales expenses, unless the
purchaser is a low- or moderate-income household as defined in the applicable FHFB regulations; and (iii) in
the case of a re~nancing prior to the end of the retention period, an amount equal to the pro rata share of the
direct subsidy, reduced for every year the occupying household has owned the unit, shall be repaid to the
Bank from any net gain realized upon the refinancing, unless the unit continues to be subject to a deed
restriction or other legally enforceable retention agreement or mechanism, incorporating the requirements of
clauses (i), (ii), and (iii) of this paragraph.
15. If the member or project sponsor lends a direct subsidy to the project, any repayments of
principal and payments of interest received by the member or the project sponsor must be paid forthwith to
the Bank.
16. The project sponsor and the member agree to promptly report to the Bank's Community
Investment Department any material changes in the financial structure of the project, including but not limited
to, any new sources of funds, failure to receive other project-related funds and compensated tax credit
utilization, or any other material changes in the project's scope and terms. The Bank retains the right to
reevaluate the need for the subsidy in light of any such material changes and may make such modifications
thereto, including the amount of subsidy, as it deems appropriate in its sole discretion.
17. The failure by the Bank to exercise any right or privilege granted to it under this Agreement
shall not operate as a waiver of that right or privilege.
18. This Agreement and all matters incorporated herein by reference constitute the entire
Agreement and understanding between the parties heroto relating to the subject matter hereof and
supersedes all prior discussions, understandings and agreements, written or oral, between the parties that
relate to such subject matter. Any modifications to this Agreement shall not be valid unless it is in writing and
signed by both parties hereto. Words used in this Agreement shall be interpreted according to their ordinary
and usual meaning, despite and excluding any trade, custom, or usage to the contrary.
19. This Agreement shall be govemed by the Federal Home Loan Bank Act, the rules,
regulations, guidelines, and statements of policy of the Federal Home Loan Bank system and, except to the
extent inconsistent therewith, the laws of the State of Iowa without giving effect to the choice of law principles
therein included. The parties expressly agree that any action or proceeding with respect to the performance
or non-performance of any term or condition contained herein which is brought by or against the Bank shall
be resolved by the United States District court for the Southern District of Iowa or, if such action or
proceeding may not be brought and maintained in said court, by an appropriate district court of the State of
Iowa for the County of Polk.
20. Should any provision of this Agreement be held invalid or unenforceable, the remainder of
this Agreement shall remain in effect.
The parties accept the terms and conditions of the funding as set forth heroin by executing this
Agreement in the space set forth below. In indicating their acceptance of the terms and conditions of the
funding set forth herein, the parties also represent and warrant that they have full corporate power and
authority and have received all corporate and governmental authorizations and approvals as may be requirod
to enter into and perform their obligations under this Agreement and that at all times they will adhero to the
terms and conditions set forth heroin.
Dated:
Dated:
Agreed to and Accepted
By:
Curt Heidt
Title: Vice Prosident, Community Investment Officer
For the Federal Home Loan Bank of Des Moines
Agreed to and L/~~d~
BY:iTle:"e:'~~!
Na
Title:
For: Hills Bank & Trust Co.
Dated:
Agroed to and Accepted
Name:
Title:__
For: City of
Prepared by: Terry Trublood, Director, Parks and Rec, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5110
RESOLUTION NO. 98-286
A RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM
OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE
PARK MAINTENANCE BUILDING IN NAPOLEON PARK, DIRECTING CITY CLERK TO
PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE PARKS AND
RECREATION DIRECTOR TO PLACE SAID PLANS ON FILE FOR PUBLIC
INSPECTION.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA:
That a public hearing on the plans, specifications, form of contract, and estimate of cost for
the construction of the above-mentioned project is to be held on the 9th day of September,
1998, at 7:00 p.m. in the Council Chambers, Civic Center, Iowa City, Iowa.
That the City Clerk is hereby authorized and directed to publish notice of the public hearing
for the above-named proposal 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.
That the copy of the plans, specifications, form of contract, and estimate of cost for the
construction of the above-named project is hereby ordered placed on file by the Parks and
Recreation Director in the office of the City Clerk for public inspection.
Passed and approved this 25th
It was moved by Norton
adopted, and upon roll call there were:
day of ~ ' ~1 ~ -
prove~by 2
and seconded by Kubby the Resolution be
AYES:
'X
X
X
NAYS:
ABSENT:
Champion
Kubby
Lehman
Norton
O' Donnell
Thornberry
Vanderhoef
parksrecVes\napol4.doc
Prepared by: Marian Karr, City Clerk, 410 E. Washington St., Iowa City, IA (319)356-5040
RESOLUTION NO. 98-274
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND CITY CLERK TO
ATTEST THE LICENSE AGREEMENT FOR TEMPORARY USE OF PUBLIC RIGHT
OF WAY BETWEEN THE CITY OF IOWA CITY, AND G.A. MALONE' S, LC
D/B/A G.A. MALONE' S FOR A SIDEWALK CAFE
WHEREAS, the City of Iowa City is the custodian and trustee of the public right of way
within the City; and
WHEREAS, G.A. Malone' s, LC d/b/a G.A. Malone' s applied for temporary use of the public
right-of-way at 121-123 Iowa Avenue for a sidewalk cafe thereon; and
WHEREAS, the City staff has reviewed the application, location, and specifications for the
proposed sidewalk cafe and found these to be in compliance with the regulations adopted by
Ordinance 97-3764; and
WHEREAS, such use of the public right-of-way is compatible with the public use thereof; and
WHEREAS, it is in the public interest to set forth the conditions regarding such use of the
public right-Of-way, as enumerated in the License Agreement for Temporary Use of Public
Right-of-Way (hereinafter "license agreement ").
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, THAT:
1. The Mayor and City Clerk are hereby authorized and directed to respectively sign and
attest said license agreement, and direct copies of this resolution together with the
application and signed license agreement to the applicant.
2. The City Clerk is hereby directed to record this Resolution and license agreement with
the Johnson County Recorder at City expense.
Passed and approved this 25th day of August , 1998.
Clerk\malone.res
Approved by
f
City Attorney's Of ice
Resolution No. 98-274
Page 2
It was moved by Tho~'nber'~'y and seconded by
adopted, and upon roll call there were:
0' Donnel] the Resolution be
AYES: NAYS: ABSENT:
X
X
X
X
X
Champion
Kubby
Lehman ,
Norton '
O'Donnell
Thornberry
Vanderhoef
LICENSE AGREEMENT FOR TEMPORARY USE OF PUBLIC RIGHT-OF-WAY
BETWEEN THE CITY OF IOWA CITY AND G. A. MALONE' S
FOR A SIDEWALK CAFE ON THE PUBLIC RIGHT-OF-WAY
AT 121 IOWA AVENUE, IOWA CITY, IOWA
This Agreement is made between Landowner John Graham and Sara T. Bell, and Tenant
Judy Ambrose and the City of Iowa City, Iowa, a municipal corporation.
WHEREAS, the City of Iowa City ("City") is the owner, custodian and trustee of the public
right of way within the City of Iowa City; and
WHEREAS, Applicant has applied for temporary use of the public right-of-way as a sidewalk
caf~; and
WHEREAS, City staff have examined the Applicant's request for a sidewalk caf~, and found
same to be in substantial compliance with City regulations; and
WHEREAS, said application has also been examined by staff associated with the Design
Review Committee, and has recommended approval of the proposed sidewalk caf~, as
submitted and/or as amended; and
WHEREAS, such temporary use of the public right-of-way is not adverse to the public use
thereof; and
WHEREAS, so long as said proposed use is consistent with the conditions set forth in this
Agreement, said use is in the public interest.
NOW, THEREFORE, in mutual consideration of the promises herein, Applicant and City agree
as follows: 0003~L;;~;~
2
Landowner John Graham and Sara T. Bell own certain real estate abutting the public
right-of°way located in Iowa City, Iowa, at the following street address: 121 Iowa
Avenue, Iowa City, Iowa; and Landowner has given Applicant/Tenant permission to
operate a sidewalk caf~ as herein provided.
Applicant/Tenant Judy Ambrose (her.eafter "Applicant") occupies said real estate
abutting the public right-of-way located at said street address, and wishes to use a
portion of said right-of-way for location and operation of a sidewalk caf~, as permitted
by City regulations.
City staff of the Design Review Committee has reviewed Applicant's proposed use of
a portion of the right-of-way as set out in the Application and Schematic Diagram,
attached hereto as Exhibit A and incorporated by reference herein, and find
Applicant's proposed use to be compatible with the public's use thereof and that said
use will not adversely affect the City's interests.
Based on this review, the City now finds Applicant's proposed use of public right-of-
way to be in the public interest, and that it is appropriate to permit Applicant's tempo-
rary use of the public right-of-way as a sidewalk caf~ in accordance with this Agree-
ment, including Exhibit A, and also in conformance with all applicable local regulations
concerning sidewalk caf(~s.
City and Applicant agree this Agreement shall be binding upon the successors and
assigns of the Parties hereto, provided that no assignment shall be made'without the
written consent of both Parties to be attached hereto as a formal written Addendure.
0003:1-3
3
Applicant acknowledges and agrees that this agreement is limited exclusively to the
location, use and purposes listed herein for a sidewalk caf~, that any other uses,
locations and purposes are not contemplated herein, and that any expansion of said
uses, purposes or locations must be specifically agreed to in writing by the City of
Iowa City.
Applicant further acknowledges and agrees that no property right is conferred by this
agreement for the use of portions of the public right-of-way, that the City is not
empowered to grant permanent or perpetual use of its right-of-way for private purpos-
es, that the City may order said locations and/or uses within the right-of-way to cease
and desist if, for any reason, the City determines that said right-of-way is needed for
public use and/or should be cleared of any and all obstructions, as provided by
§364.12, Code of Iowa (1997), or for public health and/or safety reasons, and that
the Applicant shall not be entitled to any compensation should the City elect to do so.
Applicant also agrees to indemnify, defend and hold harmless the City, its officers,
agents and employees from and against any and all claims, losses, liabilities or damag-
es, of whatever nature, including payment of reasonable attorney fees, which may
arise from the Applicant's use of the public right-of-way arising from this agreement,
or which may be caused in whole or in part by any act or omission of the Applicant
including their agents or employees. Applicant further agrees to provide the City with
a certificate of insurance coverage of the sidewalk caf(~ required by the City's
schedule of Class II insurance coverage.
Applicant further agrees to abide by all applicable federal, state, and local laws, and
to maintain said sidewalk caf~ in accordance with the approved Schematic Diagram
contained in Exhibit A. Moreover, Al~plicant specifically agrees to comply with the
00031
4
conditions herein, especially regarding storage location of outdoor furnishings and
equipment when the sidewalk caf(~ is not operating.
10.
In the event of a breach of this agreement, or revocation of this license by the City,
the City may, at its sole discretion, elect to give written notice to Applicant to remove
all equipment, furniture and/or other objects from the City's right-of-way, as provided
%
in §364.12, Code of Iowa (1993). In the event Applicant does not comply within the
time period designated in the written notice, the City may elect to remove, or direct
removal of, any obstructions from the right-of-way and charge the cost of such
removal to Applicant for collection in the manner of a property tax, as permitted by
state and local law.
11.
In consideration for the City's concerns for public safety on the public right-of-way,
Applicant specifically acknowledges said safety concerns and agrees to refrain from
any and all special sales on alcoholic beverages in the sidewalk caf(~ area (e.g. no "2
for 1" or "happy hour" specials). Applicant also agrees to be responsible for proper
education of Applicant's employees to comply with this provision.
12.
In further consideration of the City' s concerns for public safety on the public right
of way, Applicant specifically acknowledges said safety concerns and agrees to a
four foot setback of the proposed sidewalk caf~ boundaries from the adjacent
private drive on the east side of the proposed sidewalk caf(~, and further agrees to
locate any grill to the northeast corner of the proposed sidewalk caf(h and to locate
any bicycle rack so that it complies with all applicable City code provisions.
Applicant further agrees to provide a four-foot clearance area for entrance to
apartments adjacent to the proposed sidewalk caf~.
00031-5
13.
5
Applicant further agrees that there will be no increase in vehicular traffic on the City
Plaza of abutting right-of-way as a result of set-up or removal of the sidewalk caf~
furnishings or equipment and as noted in Exhibit A.
14.
Should any section of this agreement be found invalid, it is agreed that the remaining
portions shall continue in full force and effect as though severable from the invalid
portion.
Dated this 25/L_ day of 4.Zc~--~r- , 19 c/~.
CITY OF IOWA CITY, IOWA
Attest:Mar~lK.~z~Karr'/~-
City Clerk
APPLICANT/TENANT
By
By
CORPORATE SEAL
APPLICANT/LANDOWNER
By
By
By
Approved by:
Office
000316
5
Applicant further agrees that there will be no increase in vehicular traffic on the C'
Plaza o tting right-of-way as a result of set-up or removal of t ewal!< cafe
furnishings or equipm nd as noted in Exhibit A.
13. Should any section of this ' it is agreed that the remaining
Dated this day of , 1
CITY OF IOWA' CITY, IOWA
APPLICANT/TENANT
By
Attest: By
Marian K. Karr, City Clerk
By
APPLICANT/LANDOWNER
By
By
Approved by:
City Attorney's Office
0003:1,'7
05/27197 TUE 22:33 FAX 317~5821577 Denny Armington POP ~ 008
5
1 nt further agrees that there wsli be no rancrease ,n vehicular trafhc on the C
Plaza or- tting right-of-way as a result of set-up or removal of th ' ewalk care
furnishings or equipm nd as noted in Exhibit A.
13. Should any section of this a ' it is agreed that the remaining
Dated this day of . 19__.
CITY OF IOWA CITY, IOWA
APPLICANT/TENANT
BV By
Ernest W. Lehman, Mayor
Attest: By
Marjan K. Karr, City Clerk
By
APPLICANT/LANDOWNER
By
By
Approved by:
City AttorneV's Office
6
APPLICANT/TENANT'S ACKNOWLEDGEMENT (Individual)
STATE OF IOWA )
) ss:
JOHNSON COUNTY )
On this c9 C>-~ day of ~ ~ , 197f, before me, the undersigned, a Notary
Public in and for the State oT~wua, personally appearred ~ ~ i/~(. ~,~j%~_~.~ ~. ,
to me personally known, and acknowledged the executi~n~:~ thJe foregoing instrume'~t to be
his/her voluntary act and deed and by him/her voluntarily executed.
Nota'Ty'Public in and for the S~tt te~/~f I~'~a
APPLICANT/TENANT'S ACKNOWLEDGEMENT (Corporate)
JOHNSON
IOWA
)
) SS:
)
On this day of , A.D. 19 , me, the undersigned, a
Notary Public in and for the e of Iowa, personally
and , personally who, being by me duly sworn,
did say that they are the , respectively, of
said corporation executing the within and ]oing instrument to which this is attached,
that (no seal has been procured by ration; that said instrument was signed
(and sealed) on behalf of (the se~ thereto e seal of said) said corporation by
authority of its Board of ; and that the id and
as s acknowledged the exec ' n of said instrument to be
the voluntary act of said ' , ' ' .
corporation by ~t and
Notary Public in and for the State of Iowa
0003]_9
7
APPLICANT/LANDOWNER'S ACKNOWLEDGEMENT (Individual)
STATE OF
JOIINCON COUNTY )
to me persoha!ly known, and ~wledged the execution of the foregoing instrumer
his/her voluntary act and deed and by him/her voluntarily executed.
N~ in a~n'd fo~leNe-X/C..
APPLICANT/LANDOWNER'S ACKNOWLEDGEMENT (Cornorate)
STATE OF IOWA
) ss:
, A.D. 1 efore me, the undersigned, a
· Notary PubliC"'in and for/the Sta'~e-of Iowa, personally appeared
and , to me personally known, who, being by me duly sworn,
did say that they are the and , respectively, of
said corporation executing the within and foregoing instrument to which this is attached, that
(no seal has been procured by the said) corporation; that said instrument was signed (and
sealed) on behalf of (the seal affixed thereto is the seal of said) said corporation by authority
of its Board of Directors; and that the said and
as such officers acknowledged the execution of said instrument to be the voluntary act and
deed of said corporation, by it and by them voluntarily executed.
Notary Public in and for the State of Iowa
0003 0
APPLICANT/LANDOWNER'S ACKNOWLEDGEMENT (Individual)
STATE OF IOWA )
) SS:
JOHNSON COUNTY )
On this%,~'~ day of'~ ~'~,, , 1~,, re me, th n rsigned, a Notary
to me personally known, and ack~wledged the execution of the foregoing i~strument to be
· ~c ' d~or the ~ Iow~a%
APPLICANT/LANDOWNER'S ACKNOWLEDGEMENT (Corporate)
STATE OF IOWA )
) ss:
JOHNSON COUNTY )
On this day of , A.D. 19 , before e'undersigned, a
'cJ~ Iowa, personally appe-~red
Notary Pubh for the State of 21nl~l~m
and , to me person ' e duly sworn,
did say that they are th"b--,, , respectively, of
..... for.~or~tio~s ' . . ,
sealed) on behalf of (the seal affixe to is the seal of said) said corporation by authority
of its Board of Directors; and and
as such officers acknowI ed the execution o id instrument to be the voluntary act and
deed of said corpor ' n, by it and by them vo~
the State of Iowa .
000321
8
CITY'S ACKNOWLEDGEMENT
STATE OF IOWA )
) ss:
JOHNSON COUNTY )
On this ~ day of A ~ ~ ~-~r' ,19~___~, before me, --% ~ ~c~,*~_--- -
~rf- ,. a Notary Public in and for the State of Iowa, personally appeared
Ernest W. Lehman, Mayor and Marjan K. Karr, to me personally known, and, who, being by
me duly sworn, did say 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 Resolution No. ?& -jT~/L passed by the City
Council on the j_~ ~L_ day of ~c~r~s~-- , 19]_Z~, and that Ernest W. Lehman
and Marian K. Karr acknowledged the execution of the instrument to be their voluntary act
and deed and the voluntary act and deed of the corporation, by it voluntarily executed.
legaRbev~llcense.swk
Notary Public in and for the State of Iowa
My commission expires:
NOTARIAL SEAL
00032
08/23/98' 10:55
00032L'~
$1
e'I:OR TUE NE~ 4--~E~, ~jIIL MALONE'S WILL BE !-!AVIN(~ A
KARAOKE (~ONTE_RT ON TNUR~DAY NI~NT~ !:ROM ~00-11:00.
· EAeN WEEK, ~ INDIVIDUA~ AND/OR (~ROt!P~ WILL ADVANCE TO TIlE I:INAI__R
TO BE ttELD ON TNUR~DAY, MAY 7.
~~~. ~O ,; YOU ~. co.w.eE E~OU~N O~ YOUR FRIE~D~ TO COUE
D~N AND ~UEER FOR YOU, YOU'RE UALF WAY T~ERE [RECARDL~QR IF YOU ~AN
~OLD A TUNE).
· CO~TU~E~ PRO~ AND CHOREOGRAPHY ARE ~OT
REQUIRED, BUT BELIEVE ME, THEY ARE DEFI~ELY A~ E~Y WAY T0 ~ET
APPMU~E (WUleN !UEV~A~LY LEAD~ T0 VleTORY).
· ~O (;ATFIER UP YOUR FRIENE;~' AND FAMILY (MAYBE FF'Q BE.RT TO LEAVE MOM
AT HOME) AND e0ME DOWN TO MALONE'S -ruI~ THURqDAY NI(;FIT. TUE
MORE PEOPLE YOU O, AN ROUND UP TO el-lEER 4- U, TIlE BETFER YOUR erlANeF_9
TO $1 ,OOO.
· AND FOR TIIOgE O1: YOU WtJO COME TO eIIEER, el-lEeK OUT OUR DRINK
~PEetAIQ: IkJ0 EOVER WITH TIEKET
· $1,00 DPs~I,~S ( MILLER LrrE, BUR LIGHT, BUD, COOP~ LIGHT, AND ROLLING ROCK)
· $1.50 WELL DRINKS
· $1, 50 BO'F'FI,~F-~.,~ mUD, BUD LIGHT, MILLER LITE, COORS LIGHT, ,AND ROLLING ROCK)
THE FRATERNITY AND SORORITY WITH THE MOST PEOPLE AT NIALONE'S
BEFORE 10:30 ON THURSDAY~ WINS A FREE KEG OF MILLER LITE FOR THE
NIGHT. (TO QUALIFY, THE FRATERNITY OR SORORITY NEED 35 PEOPLE
PRESENT BEFORE 10:30---SO BRING YOUR PINK OR ORANGE TICKETS)
$1.00 Pints Rolling Rock
O$3.00CapCn&Coke&Jack&Cok~e
32 oz BIG BEERS COORS UGHT
Specials $ 3.00 First TIme $ l. 50 Refills
starts at 9:00
' I;S'I'. I')q~ 11
!~i
Tues~y-SamrdaS Sunday ~ D~
~10 F~h ~ · ~1.~ BIG 32 oz. BEE~
~1.50 COROg & ~D S~E ~ffies
2 ~r 1 S~ ON ~ B~CH
~ $2.~ Capt'n & Coke &Ja& & Coke
s~ at 9:30
2 for 1 We~ 8 to Close
$1.00 Draws"
$1.00 Bottles'
$1.00Wells
$1.00 Cover
Featuring Solo Artist
* Miller l,i~
Summer 2-a-Day 'Schedule"*": ~,
6:40 a.m. Trainers Wake Up ,' '
6:45-7:15 Breakfast at Hillcrest ~
7:45-8:15 Coaches Meeting ~
8:15 All Specialties Loosen Up
8:30 Team Ready -~
8:33 On-field Stretch,Lap and Cai ~"
8:41 Practice, 5th Quarter Conditi0ni~'"
11-11:45 Lectures : ,..~:
Noon Lunch at Univ. Ath. Club
1:15 Staff Meeting ·
2:45 Quarterback Meeting
3:00 All Specialties Loosen Up
3:15 Team Ready ., ~
3:18 On=field Stretch, Lap ;nd cal ;~' :::~ ':"
,3:26 Practice, 5th Quarter C0nditi0ning!~'%
5:45-6:45 Dinner at Athletic Club
7:00 Team Meeting
11:00 Lights Out : · ·
uarterbacks
backs that I coached in Sedrick
Shaw and Tavian Banks. They did
so much just with ability, that I
didn't interject a lot of things.'
The transition to defense will be
a major change in coaching style
for Holton, who will have to take a
more hands-on approach after
coaching two of the most naturally
gifted backs in Iowa history the
past two years. ,"
"As a defensive coach you have to
be more technically advanced,~ he
said. "You have to work with the kids
and spend a little more time working
on execution. On offense the players
sometimes can execute once they get
the ball in their hands .'
,. ~..-.~:
32 Oz. Miller Lite,
Coors Lite
Coors Lite,
Miller Lite Bottles
I
:::,!s I so
!,P',' :~
'-,'...;.. ~,' ~'~::i',~: ~.... ~ .
' l' .
· ::~.;::- Pitchers
· ""=-'.:.' 100
~':"~ ~ 'Bottles
,,
City of Iowa City
MEMORANDUM
Date: August 19, 1998
From: Andrew P. Matthews, Assistant City Attomey,jf~
RE: G.A. Malones's Application for Sidewalk Cafd
This memo will serve to summarize the recommendations of the City' s Design Review staff, Housing and
Inspection Services, Fire Department, Police Department and Public Works Department ~vith respect to
the above-referenced sidewalk cafd application.
The City's Design Review staff and Housing Inspection Services recommended approval of the sidewalk
caf~ application.
Originally, the Fire Department recommended against approving the application, citing ten foot clearance
requirements from an alley, minimum distances for barbecue grills from combustible walls, and bike
clearances on sidewalks.
Like~vise, the Police Department and Public Works Department recommended against approving the
application, citing safety reasons, with the proposed sidewalk cafe being too close to the alley.
Upon further review and research, it was determined that the "alley" does not meet the legal definition of
an alley, and is instead a private drive. Accordingly, the matter ~vas further revie~ved.
Upon agreement with G.A. Malones's that they will provide a four foot setback from the drive, (instead
of the two foot setback originally proposed), move the grill to the northeast comer of the proposed
sidewalk caf6 (away from the wall of the building), provide a four foot open area to the adjacent
apartment entrance, and City relocation of the bike rackin compliance with all applicable City Code
provisions, the Fire Department, Police Department and Public Works Department will make a
recommendation of approval, with all parties being notified that if public health or safety issues arise
following opening of the sidewalk caf6, that the City would be able to revoke the license agreement.
City of Iowa City
MEMORANDUM
Date: August 6, 1998
To: City Council
From: James L. Schoenfelder, Staff Asst. to the Design Review Committee3bE'~
Re: GA Malone's Sidewalk Caf~ - 121 Iowa Avenue
GA Malone's at 121 Iowa Avenue has made application for a sidewalk caf~. As
required by the sidewalk caf~ ordinance the application must be reviewed by the
Design Review Committee with recommendation sent to Council within thirty (30)
days of application submission. Since there are currently only three members of
a seven-member committee no quorum is possible for a meeting, consequently,
this application is automatically forwarded to Council and shall be deemed as
receiving a recommendation of approval from the Design Review Committee.
I feel the GA Malone's design is consistent in style and color with other sidewalk
cafes in the downtown area and would, as a concerned staff who consistently
deals with sidewalk caf~ aesthetic issues, recommend approval of this
application. Please realize that this application must also receive Fire
Department, Police Department, Public Works Department and Building
Inspection approval in addition to this Design Review.
Form 653.C Page 2 1
CITY BUDGET AMENDMENT AND CERTIFICATION RESOLUTION
To the Auditor of Johnson County, Iowa:
The Council of the City of Iowa City, in said County met on August 25, 1998, at the place and hour
set in the notice, a copy of which accompanies this certificate and is certified as to publication. Upon
taking up the proposed amendment, it was considered and taxpayers were heard for and against the
amendment.
The Council, after hearing all taxpayers wishing to be heard and considering the statements made by
them, gave final consideration to the proposed amendment(s) to the budget and modifications
proposed at the hearing, if any. Thereupon, the following resolution was introduced.
RESOLUTION NO. 98-275
A RESOLUTION AMENDING THE CURRENT BUDGET FOR THE FISCAL YEAR ENDING JUNE
30, 1999 (AS AMENDED LAST ON )
Be it Resolved by the Council of the City of Iowa City, Iowa:
Section1. Following notice published August 14, 1998 and the public hearing held on August 25,
1998, the current budget (as previously amended) is amended as set out herein and in the detail by
fund type and activity that supports this resolution which was considered at that hearing:
REVENUES & OTHER FINANCING SOURCES
Taxes Levied on Property 1
Less: Uncollected Property Taxes-Levy Year 2
= Net Current Property Taxes 3
Delinquent Property Taxes 4
TIF Revenues 5
Other City Taxes 6
Licenses &Permits 7
Use of Money &Property 8
Intergovernmental 9
Charges for Services 10
Special Assessments 11
Miscellaneous 12
Other Financing Sources: 13
Total Revenues & Other Sources 14
EXPENDITURES & OTHER FINANCING USES
Community Protection 15
(police,fire,street lighting, etc.)
Human Development 16
(health, library, recreation, etc.)
Home & Community Environment 17
(garbage, streets, utilities, etc.)
Policy &Administration 18
(mayor, council, clerk, legal, etc.)
Non-Program
Total Expenditures 19
Less:
Debt Service 20
Capital Projects 21
Net Operating Expenditures 22
Transfers Out 23
Total Expenditures/Transfers Out 24
Excess Revenues & Other Sources Over
(Under) Expenditures/Transfers Out 25
Beginning Fund Balance July 1 26
Ending Fund Balance June 30 27
Reason:
Total Budget
as Certified Total Budget after
or Last Current Current
Amended Amendment Amendment
21,733,964 21,733,964
21,733,964 21,733,964
50,000 50,000
456,787 456,787
600,735 600,735
3,162,056 3, 162,056
14,461,251 663,576 15, 124,827
32,403,931 32,403,931
23,501 23,501
5,404,984 5,404,984
119,573,540 26,950,043 146,523,583
197,870,749 27,613,619 225,484,368
11,386,953 803,197 12,190,150
28,147,566 4,608,901 32,756,467
73,087,291 25,625,480 98,712.771
7,436,030 259,524 7.695.554
120,057,840 31,297,102 '151,354,942
13,475,434 0 13,475,434
54,137,231 27,606,119 81,743,350
52,445,175 3,690,983 56,136,158
71,912,553 26,571,918 98,484,471
191,970,393 57,869,020 249,839,413
5,900,356 (30,255,401) (24,355,045)
60,396,474 23,068,798 83,465,272
66,296,830 (7,186,603) 59,110,227
Increases in revenues and expenditures, including revisions to capital improvement projects as noted
in the notice of public hearing.
ISl
Passed this 25 th
City Clerk
CIty Attorney's Office
Resolution No. 98-275
Page 2
It was moved by Vanderhoef and seconded by
adopted, and upon roll call there were:
Norton the Resolution be
AYES: NAYS: ABSENT:
X
X
X
X
X
X
X
Champion
Kubby
Lehman ,'
Norton '
O'Donnell
Thornberry
Vanderhoef
Prepared by: Andy Matthews, Asst. City Attorney, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5036
RESOLUTION NO. 98-276
RESOLUTION AUTHORIZING AND DIRECTING THE JOHNSON COUNTY
AUDITOR TO PLACE THE BALLOT QUESTION OF WHETHER TO AWARD A
NON-EXCLUSIVE FRANCHISE FOR CABLE TELEVISION TO McLEoDUSA
ATS AT THE SPECIAL CITY ELECTION TO BE INCLUDED IN THE
NOVEMBER 3, 1998 GENERAL ELECTION.
WHEREAS, the City Council of the City of Iowa City, Iowa has received a request and proposal
from McLeodUSA ATS to provide cable television services to residents of Iowa City; and
WHEREAS, the City Council has awarded a non-exclusive franchise for cable television service to
McLeodUSA ATS subject to approval of voters, and further subject to execution of a franchise
agreement with the City of Iowa City and filing of acceptance in writing to the Iowa City City
Council of said franchise by McLeodUSA ATS, and further subject to all applicable federal and
state laws, rules, and regulations, and City ordinances; and
WHEREAS, state law requires any cable franchise be submitted to voters for approval.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY,
IOWA, THAT:
The City Clerk is directed to cedify copies of Ordinance No. 98-3848 to the Johnson
County Auditor for placement and posting of said ordinance at the ballot booth at the Special
City election to be included in the November 3, 1998 general election.
The Johnson County Auditor is hereby authorized and directed to place the following question
before the qualified electors of the City of Iowa City, Iowa at the Special City election to be
included in the November 3, 1998 general election:
Shall the franchise ordinance of the City of Iowa City, Iowa, Ordinance No. 98-3848
be approved and the City Council of Iowa City authorized to grant a non-exclusive cabl~;
television franchise for ten years to McLeodUSA ATS?
Yes
Passed and approved this 25th August
cabletv/re~/mdeod .do~
No
MAYOR
City Attorney's Office
Resolution No. 98-276
Page 2
It was moved by Thornberry and seconded by
adopted, and upon roll call there were:
Norton
AYES: NAYS: ABSENT:
the Resolution be
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
Prepared by: Jeff Davidson, Planning, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5252
RESOLUTION NO. 98-277
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK
TO ATTEST AN AGREEMENT' BETWEEN THE CITY OF IOWA CITY AND THE
IOWA DEPARTMENT OF TRANSPORTATION FOR IOWA CLEAN AIR
ATTAINMENT PROGRAM FUNDS, AND A SIDE AGREEMENT FOR RAILROAD
INTERCHANGE TRACK CONSTRUCTION BETWEEN THE CITY OF IOWA
CITY, THE IOWA INTERSTATE RAILROAD, AND THE CEDAR RAPIDS AND
IOWA CITY RAILWAY COMPANY.
WHEREAS, railcars to be interchanged between the Iowa Interstate Railroad and the Cedar
Rapids and Iowa City Railway cause significant traffic congestion due to the blockage of arterial
streets in Iowa City; and
WHEREAS, the Iowa Interstate Railroad and the Cedar Rapids and Iowa City Railway have
prepared a plan to relocate their interchange track to an area outside of Iowa City; and
WHEREAS, the City of Iowa City supports and endorses this plan because it will significantly
reduce traffic congestion and the air pollution caused by stalled traffic in Iowa City; and. .
WHEREAS, the Iowa Department of Transportation has awarded Iowa Clean Air Attainment
Program funds to be used to relocate said interchange track; and
WHEREAS, the Iowa Interstate Railroad and the Cedar Rapids and Iowa City Railway have
agreed to provide matching funds for the Iowa Clear Air Attainment Program funds, and to
administer the construction project for the interchange back rel~Cation.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY,
IOWA, THAT:
1. The Mayor is authorized to sign and City Clerk to attest the agreement with Iowa DOT for Iowa
Clean Air Attainment Program funds.
2. The Mayor is authorized to sign and the City Clerk to attest the side agreement between the
City, the Iowa Interstate Railroad, and the Cedar Rapids and Iowa City Railway.
Passed and appmved this
Staff is authodzed to provide any additional documentation required by Iowa DOT.
25th day of Auqust ,1998.
A'FTEST:Ci~~L~Rz~K ~.
Approved by
Resolution No. 98-277
Page 2
It was moved by Thornberr.y and seconded by
adopted, and upon roll call there were:
Norton
AYES: NAYS: ABSENT:
X
X
X
X
X
X
the Resolution be
Champion
Kubby
Lehman
Norton '
O'Donnell
Thornberry
Vanderhoef
8-95
IOWA DEPARTMENT OF TRANSPORTATION
AGREEMENT FOR
TRANSPORTATION CLEAN AIR ATTAINMENT PROGRAM PROJECT
RECIPIENT: Iowa City
COUNTY: Johnson
PROJECT NO.: STP-A-3715(12)--86-52
IOWA DOT
AGREEMENT NO.: 98-STPA-27
This is an agreement between the city of Iowa City (hereinafter referred to as RECIPIENT) and
the Iowa Department of Transportation (hereinafter referred to as the DEPARTMENT). Iowa
Code Section 306'A. 7 and Section 307.12(11), provide for the RECIPIENT and the
DEPARTMENT to enter into agreements with each other for the purpose of financing
transportation improvement projects in Iowa with Federal funds. The RECIPIENT proposes a
Transportation Clean Air Attainment project for funding under See. 133 (b) (9), Sec. 104 (b)(2)
and Sec. 149 of Title 23, United States Code.
The Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) established the Surface
Transportation Program (STP). Federal regulations provide that the STP funds are to be
administered by the DEPARTMENT.
Pursuant to the terms of this agreement, applicable statutes, administrative rules, and
programming by the DEPARTMENT and the appropriate Metropolitan Planning
Organization/Regional Planning Affiliation, the DEPARTMENT agrees to provide STP Clean
Air Attainment funding to the RECIPIENT for the authorized and approved costs for eligible
items associated with said improvements.
In consideration of the foregoing and the mutual promises contained in this agreement, the parties
agree as follows:
The RECIPIENT shall be the lead local governmental agency for carrying out the
provisions of this agreement.
All notices required under this agreement shall be made in writing to the DEPARTMENT
and the RECIPIENT's contact person. The DEPARTMENT's contact person shall be the
Local Systems Engineer of the East Central Iowa Transportation Center. The
RECIPIENT's contact person shall be the City Engineer.
The RECIPIENT shall be responsible for the development and completion of the
following described Transportation Clean Air Attainment project:
The relocation of the railroad tracks interchange "wye" of the Iowa Interstate Railroad
(IAIS) and the Iowa City Railway (CRANDIC) from the metropolitan location near
Gilbert Street/Gilbert Court/Kirkwood Avenue/Highland Avenue to a location in the
vicinity of the Amana Colonies.
Agreement No: 98-STPA-27
Page 3
IN WITNESS WHEREOF, each of the parties hereto has executed this Agreement
Number 98-STPA-27 as of the date shown opposite its signature below.
Title Mayor
August 25 -
-,19 98
A~~ By
//--4'/-/~ ~-~/~Arm s T:
Glty Attomsy'S OffiO$:.. = .... Signed ~7~,4.,r~,-g.,) 2~.
:Title_. City Clerk
(for RECn~mNT)
::Date 'Auqugt 25 --::
· 19 98
IOWA DEPARTMENT OF TRANSPORTATION
Project Development Division
'By '.c~"~ ~
E. Ion l~nney, PE & L.S.
Urban Systems Engineer,
Office of Local Systems
Date ~//~ /
, ~9 2~
Agreement No: 98-STPA-27
Page 2
The RECIPIENT shall receive reimbursement of Federal STP funds for authorized and
approved project costs of eligible items. The portion of the eligible project costs paid by
Federal STP funds shall be limited to a maximum of either 80 percent of eligible costs or
the amount stipulated in the Johnson County Council of Governments current
Transportation Improvement Program (TIP) and in the approved current Statewide
Transportation Improvement Program (STIP), whichever is less.
This agreement will become null and void if the project described in Section 3 drops out
of the Johnson County Council of Governments current TIP or the approved current
STIP prior to obligation of Federal funds.
The attached Exhibit 1 will apply and is hereby made a part of this agreement.
,2-96 EXHIBIT 1
Standard Provisions for Federal-Aid
Project Agreement
Since this project is to be financed with local and Federal funds, the RECIPIENT shall
take the necessary actions to comply with applicable State and Federal laws and
regulations.
In all programs and activities of Federal-aid recipients, subrecipients, and
contractors, no person in the United States shall be excluded from participation
in, be denied the benefits of, or be otherwise subjected to discrimination on the
grounds of race, color, national origin, sex, age or handicap/disability. The
DEPARTMENT will determine a Disadvantage Business Enterprise (DBE)
Commitment on all Federal-aid projects.
The RECIPIENT shall take the appropriate actions and prepare the necessary documents
to fulfill the requirements of the DEPARTMENT's Action Plan for project environmental
studies including historical/cultural reviews and location/design approval. If farrnland is
to be acquired, whether for use as project fight-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).
The RECIPIENT shall obtain agreements, as needed, from railroad and utility companies
and shall obtain project permits and approvals, when necessary, from the Iowa
Department of Cultural Affairs (State Historical Society of Iowa; State Historic
Preservation Officer), Iowa Department of Natural Resources, U.S. Coast Guard, U.S.
Army Corps of Engineers and the DEPARTMENT, etc.
The project plans, specifications and project cost estimate (PS&E) shall be prepared and
certified by a professional engineer licensed to practice in the State of Iowa. The
RECIPIENT shall submit the plans, specifications and other contract documents to the
DEPARTMENT for review and authorization to let the project.
If Federal-aid is requested for in-house engineering services, the RECIPIENT will follow
the procedure outlined by the DEPARTMENT.
If Federal-aid is requested for preliminary and/or construction engineering, the
RECIPIENT will select a consultant(s) in accordance with the DEPARTMENT's
consultant selection process. Construction engineering cost will be limited to a maximum
of 15% of construction cost.
The RECIPIENT and Consultant shall prepare the consultant contract for engineering
services in accordance with Title 23, Code of Federal Regulations, Part 172
Administration of Negotiated Contracts (23 CFR 172).
Exhibit 1 -2-
After the contents of the consultant contract have been mutually approved, the
RECIPIENT shall execute the contract and forward the same to the DEPARTMENT for
authorization.
If preliminary engineering is federally funded, 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-Aid Project
agreement is executed, the RECIPIENT will repay to the DEPARTMENT an amount
equal to the amount of Federal funds made available for such engineering.
10.
The RECIPIENT shall acquire the project right-of-way, whether by lease, easement or
fee title and shall provide relocation assistance benefits and payments in accordance with
the procedures set forth in the DEPARTMENT's Right of Way Manual. The
RECIPIENT shall contact the DEPARTMENT for assistance, as necessary, to ensure
compliance with the required procedures. The RECIPIENT will need to get
environment~tl concurrence before acquiring any needed right-of-way. With prior
approval, hardship and protective buying is possible. If the RECIPIENT requests
Federal-aid participation for right-of-way acquisition, the RECIPIENT will need to get
Federal Highway Administration's (FHWA) authorization before purchasing any needed
right-of-way.
1.1.
The RECIPIENT shall comply with the Policy for Accommodating Utilities on City and
County Federal-aid Highways Right of Way and the Policy for Accommodating Utilities
on Primary Road System when on State's right of way. Certain utility relocation,
alteration, adjustment, or removal costs to the RECIPIENT for the project may be eligible
for Federal-aid reimbursement in accordance with the FHWA rules applicable to the type
of utility involved and Chapter 306A, Code of Iowa.
12.
Traffic control devices, signing, or pavement markings installed within the limits of this
project shall conform to the "Manual on Uniform Traffic Control Devices for Streets and
Highways" per 761 Iowa Administrative Code (IAC) Chapter 130. The safety of the
general public shall be assured through the use of proper protective measures and devices
such as fences, barricades, signs, flood lighting, and warning lights as necessary.
The RECIPIENT shall forward a Federal-aid Project Development Certification and final
PS&E to the DEPARTMENT. Following FHWA's authorization, the DEPARTMENT
will advertise the projects for letting and furnish the RECIPIENT with a sample letting
package. The RECIPIENT (CITY) shall comply with the public hearing requirements of
the Iowa Code Section 384.102.
1'4
If the project is to be accomplished via a contract awarded by competitive bidding, the
project will be let by the DEPARTMENT in accordance with its normal letting
procedures. After bids are received and reviewed, the DEPARTMENT will furnish the
RECIPIENT with a tabulation of responsive bids received.
15.
The DEPARTMENT will mail three (3) originals of the unexecuted contract(s) to either
the RECIPIENT (City projects) or the lowest responsive bidder (County projects).
Exhibit 1
-3-
16.
The RECIPIENT shall take action to award the contract or reject all bids. Following
award of contract and signature by the lowest responsive bidder, the RECIPIENT shall
forward to the DEPARTMENT two (2) copies of the fully executed contract,
performance bond, and certificate of insurance.
17.
If Federal-aid is requested for force account construction, the RECIPIENT will follow
the procedure outlined by the DEPARTMENT.
18.
The DEPARTMENT will prepare the Federal-aid Project Agreement and submit it for
Federal Highway Administration(FHWA) approval and obligation of Federal-aid funds.
19.
The RECIPIENT shall comply with the procedures and responsibilities for materials
testing and construction inspection according to Department's Instructional
Memorandums (I.M.'s). The DEPARTMENT will bill the RECIPIENT for testing
services acc&ding to its normal policy.
20.
The project shall be constructed under the DEPARTMENT's Standard Specifications and
applicable special provisions. Prior to their use in the PS&E, specifications developed by
the RECIPIENT for individual construction items shall be approved by the
DEPARTMENT.
21.
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-Aid Project agreement is executed, the RECIPIENT will repay the sum or sums
of Federal funds in the right of way to the DEPARTMENT.
22.
The RECIPIENT may submit to the DEPARTMENT periodic itemized claims for
reimbursement for eligible project costs. Reimbursement claims shall include certification
that all eligible project costs, for which reimbursement is requested, have been completed
in substantial compliance with the terms of this agreement.
23.
The DEPARTMENT shall reimburse the RECIPIENT for properly documented and
certified claims for eligible project costs, either by state warrant, or by crediting other
accounts from which payment may have been initially made. If, upon audits of contracts,
the DEPARTMENT determines the RECIPIENT is overpaid, the RECIPIENT shall
reimburse the overpaid amount to the DEPARTMENT.
24.
Upon completion of the project described in this agreement, a professional engineer
licensed to practice in the State of Iowa shall certify in writing to the DEPARTMENT
that the project was completed in substantial compliance with the plans and specifications
set out in this agreement. Final reimbursement of Federal funds shall be made only after
the DEPARTMENT accepts the project as complete.
Exhibit
-4-
25.
The RECIPIENT shall maintain all books, documents, papers, accounting records, reports
and other evidence pertaining to costs incurred for the project. The RECIPIENT shall
also make such matedais available at all reasonable times during the construction period
and for three years from the date of final Federal reimbursement, for inspection by the
DEPARTMENT, FHWA, or any authorized representatives of the Federal Government.
Copies of said materials shall be furnished by the RECIPIENT if requested.
26.
The RECIPIENT agrees to indemnify, defend and hold the DEPARTMENT harmless
from any action or liability arising out of the design, construction, maintenance, placement
oftrafl[ic control devices, inspection or use of this project. This agreement to indemnify,
defend and hold harmless applies to all aspects of the DEPARTMENT's application
review and approval process, plan and construction reviews, and funding participation.
27.
28.
The RECIPIENT shall maintain, or cause to be maintained, the completed improvement
in a manner acceptable to the DEPARTMENT and the FHWA.
ImplementatiOn of Clean Air Act and Federal Water Pollution Control Act (Applicable
to Contracts and Subcontracts which exceed $100,000):
The RECIPIENT stipulates that any facility to be utilized in performance
under 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. This is issued pursuant to the requirements of
the Clean Air Act, as amended, and the Federal Water Pollution Control
Act, as amended.
The RECIPIENT agrees to comply with all of the requirements of Section
114 of the Clean Air Act and Section 308 of the Federal Water Pollution
Control Act, and all regulations and guidelines issued thereunder.
29.
If any part of this agreement is found to be void and unenforceable, the remaining
provisions of this agreement shall remain in effect.
It is the intent of both parties that no third party beneficiaries be created by this
agreement.
31.
If the RECIPIENT elects to levy special assessments as a means of raising the local share
of the total project costs, the RECIPIENT shall reimburse the DEPARTMENT in the
amount that payments of Federal-aid and collections of special assessments, excluding
interest and penalties, exceed the total cost of the public improvement as established by
the provisions of Iowa Code chapter 384 (CITY), chapter 311 (COUNTY). The
RECIPIENT agrees that at such time as its collections (exclusive of interest and penalties
which shall be retained by the RECIPIENT) from special assessments levied for this
project exceed the local share of total projects costs, the RECIPIENT shall 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 sixty (60) days of the
receipt of any special assessment payments.
Exhibit I -5-
31. (cont.) The RECIPIENT shall notify the DEPARTMENT when any lands specially
assessed no longer qualify for an agricultural deferment of the special assessment have
been satisfied. The DEPARTMENT shall credit reimbursement billings to the FHWA in
the amount of refunds received from the RECIPIENT.
32.
This agreement shall be executed and delivered in two or more copies, each of which so
executed and delivered shall be deemed to be an original and shall constitute but one and
the same instrument.
33.
This agreement, as set forth in items 1 through 6 and EXHIBIT 1 paragraphs 1 through
33 herein, constitutes the entire agreement between the DEPARTMENT and the
RECIPIENT concerning this project. Representations made before the signing of this
agreement are not binding, and neither party has relied upon conflicting representations
in entering into this agreement. Any change or alteration to the terms of this agreement
must be made in the form of an addendure to this agreement. Said addendum shall
become effer:tive only upon written approval of the DEPARTMENT and the
RECIPIENT.
SIDE AGREEMENT FOR RAILROAD TRANSPORTATION IMPROVEMENT
PROJECT FOR RAILROAD INTERCHANGE TRACK CONSTRUCTION
This is an agreement between the City of Iowa City (hereinafter referred to as "City"), Iowa
Interstate Railread, Ltd. (hereinafter referred to as "IAIS") and Cedar Rapids and Iowa City
Railway Company (hereinafter referred to as "CRANDIC") to allocate responsibilities with
respect to the construction project (hereinafter referred to as "Project") to relocate the railroad
interchange tack used by IAIS and CRANDIC from its existing location at Gilbert Street and
Gilbert Court extending from Kirkwood Avenue to Highland Avenue, in south Iowa City, to a
rural location in Iowa County near the Amana Colonies. The parties acknowledge that the
present existing railread interchange tack may continue to be used after completion of the
Project to service customers in that area.
The City has applied for and received a grant of $1,065,646 from the Iowa Department of
Transportation (hereinafter referred to as "IDOT"), or 70.06% of the estimated Project cost,
whichever is less, to complete this railread interchange track construction project. As an
inducement for the City to enter into a contact with IDOT for the Project, IAIS and CRANDIC
agreed to provide certain funding, construction and construction management for the Project, as
more fully set forth herein.
I.' City Responsibilities:
A. City agrees to enter into an agreement with IDOT for the purpose of financing the
Project, identified as Project #STP-A-3715(12)- -86-52, IDOT Agreement #98-STPA-27.
B. City agrees to be the local govemment agency for carrying out this project.
2
C. City agrees to cooperate with and coordinate activities with IAIS and CRANDIC in
connection with IAIS's and CRANDIC's c~nstruction of the project.
City agrees to process in a timely manner all authorized and approved project costs of
eligible items submitted by IAIS and/or CRANDIC to IDOT for payment, and upon receipt
from IDOT of such funds, to timely reimburse IAIS and/or CRANDIC for such costs
incurred.
The City's financial contribution to the Project shall be the amount of the grant from
IDOT of $1,065,646 or 70.6% of the estimated cost of the Project, whichever is less.
Should the actual total Project cost exceed the estimated total Project cost, such
additional cost shall be the responsibility of IAIS and CRANDIC.
II. IAIS ReSponsibilities:
Subject to Section I.E. of this Agreement, IAIS agrees to provide at its cost, the
necessary real estate for the relocation of the railroad interchange track. IAIS's financial
contribution to this Project shall be approximately 15% of the total Project cost, which
contribution includes one-half of the cost of real property acquisition, and may include the
cost of material purchases, professional consultant fees, quality control, and worker
protection.
IAIS, in conjunction with IDOT, agrees to undertake construction of the interchange
relocation Project and to arrange for all necessary construction management services,
e<~uipment, personnel, and facilities necessary to carry out and complete the Project.
IAIS agrees that it will assume and will undertake on behalf of the City the" Projecrs
construction and management related responsibilities set out in IDOT Project #STP-A
3715(12)--86-52; IDOT Agreement fffi8-STPA-27, and its attached Exhibit 1, which
Agreement is hereby made a part of this agreement.
IAIS agrees to coordinate and cooperate with CRANDIC and the City with respect to the
vadous construction and other activities it undertakes in connection with the Project.
IAIS agrees that should the Project not be completed within 2 years of the date of this
Agreement, or such later date as the parties may agree, IAIS shall repay all sums
advanced or paid to it by or through the City or IDOT in connection with this Project.
IAIS agrees to indemnify, defend, and hold the City harmless from any action or liability
adsing out of the design, construction, maintenance, placement of traffic control devices,
inspection, or use of this Project. IAIS agrees to carry and maintain liability insurance, in a
minimum amount of $1,000,000 with contractual liability coverage included as part of such
insurance, naming the City of Iowa City as an additional insured, and shall furnish a copy
of Certificate of Insurance for same, satisfactory to the City. IAIS agrees to maintain such
insurance in force until the Project is con~pleted and IDOT accepts the Project as
complete.
III. CRANDIC Responsibilities:
Subject to Section I.E: of this Agreement, CRANDIC's financial contribution to this
Project shall be approximately 15% of the total Project cost, which contribution includes
one-half of the cost of real property acquisition and may include matedal purchases,
quality control, professional consultant fees, and worker protection.
B. CRANDIC agrees to coordinate and cooperate with IAIS and with the City with respect to
tRe various construction and other activities it undertakes in connection with the Project.
CRANDIC agrees that should this Project not be completed within 2 years of the date of
this Agreement, or such later date as the parties may agree, CRANDIC shall repay all
sums advanced or paid to it by or through the City or IDOT in connection with this
Project.
CRANDIC agrees to-indemnify, defend, and hold the City harmless from any action or
liability arising out of the design, construction, maintenance, placement of traffic control
devices, inspection, or use of this Project. CRANDIC agrees to carry and maintain
liability insurance in a minimum amount of $1,000,000 with contractual liability coverage
included as part of such insurance, naming the City of Iowa City as an additional
insured, and shall furnish a copy of Certificate of Insurance for same, satisfactory to the
City. CRANDIC agrees to maintain such insurance in force until the Project is completed
and IDOT accepts the Project as complete.
FOR THE CITY OF IOWA CITY
Title:
Attest: ,2Z/~¢.,.,-~.2 7~-
Date: ::,__:,
FOR IOWA INTERSTATE RAILROAD, LTD.
Approved by:
5
FOR CEDAR RAPIDS D IOWA CITY
RAILWAY COMP,
By:. ""
Title: (,/)~ ,/~'~
Date:
andy~"andic.doc
4
/5
D. CRANDIC agrees to indemnify, defend, and hold the City harmless from any action or
liability arising out of the design, construction, maintenance, placement of traffic control
devices, inspection, or use of this Project. CRANDIC agrees to carry and maintain
liability insurance in a minimum amount of $1,000,000 with contractual liability coverage
included as part of such insurance, naming the City of Iowa City as an additional
insured, and shall furnish a copy of Certificate of Insurance r same, satisfactory to the
City. CRANDIC agrees to maintain such insurance in for e until the Project is completed
and IDOT accepts the Project as complete.
/
/
/
FOR THE CITY OF IOWA CITY
By:
Title:
Attest:
Date:
Approved by:
~ty~A~orney's Office
FOR IOWA INTERSTATE RAILROAD, LTD.
By:
Title:
~ate:
FOR CEDAR RAPIDS AND IOWA CITY
RAILWAY COMPANY
By:
Title:
Date:
andy\crandic.doc
Prepared by: Jim Brachtel, Sr. Civil Engineer, 410 E. Washington St.. Iowa City, IA 52240 (319) 356-5149
RESOLUTION NO. 98-278
RESOLUTION AWARDING CONTRACT AND AUTHORIZING MAYOR TO SIGN
AND CITY CLERK TO ATTEST CONTRACT FOR THE CONSTRUCTION OF THE
1998 PAVEMENT MARKING PROJECT.
WHEREAS, All Iowa Contracting of Waterloo, Iowa has submitted the lowest responsible bid
of $74,185.37 for the construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY,
IOWA, THAT:
That the contract for the construction of the above-named project is hereby awarded
to All Iowa Contracting, subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance
program statements.
The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
the 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.
Passed and approved this
ATTEST: CI ~
,,iT/T~CLERK ~'
It was moved by Nor'ton
25th day of Aug
and seconded by Vander'hoef the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
Ch,ampion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
pweng/res/pavemt98.doc
ADVERTISEMENT FOR BIDS
1998 PAVEMENT MARKING PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
A.M. on the 18~' day of August, 1998, and shall be
received in the City Clerk's office no later than
said date and time. Sealed proposals will be
opened immediately thereafter by the City
Engineer. Bids submitted by fax machine shall
not be deemed a "sealed bid" for purposes of this
Project. Proposals will be acted upon by the City
Council at a meeting to be held in the Council
Chambers at 7:00 P.M. On the 25"' day of August,
1998, or at such later time and place as may then
be scheduled.
The Project will involve the following:
the surface preparation for and the installation
of 625 stations of epoxy paint pavement
markings on certain arterial and collector
streets.
All work is to be done in strict compliance with
the plans and specifications prepared by James
N. Brachtel, P.E. Senior Engineer, of Iowa City,
Iowa, which have heretofore been approved by
the City Council, and are on file for public exami-
nation 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 insuring 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 until a contract
is awarded, 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 Council, and shall guarantee the prompt
payment of all materials and labor, and also
protect and save harmless the City from all claims
AF-1
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.
The following limitations shall apply to this
Project:
Working Days: 10
Specified Start Date: September 14, 1998
Liquidated Damages: $200 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 James N. Brachtel, P.E.,
Senior Engineer, Iowa City, Iowa, by bona fide
bidders.
A $10 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 City of Iowa
City.
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 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 Contract 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 re-
quired 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.
MARlAN K. KARR, CITY CLERK
AF-2
Prepared by: Rob Winstead, Engineering, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145
RESOLUTION NO. 98-279
RESOLUTION AWARDING CONTRACT AND AUTHORIZING MAYOR TO SIGN
AND CITY CLERK TO ATTEST CONTRACT FOR THE CONSTRUCTION OF
PHASE I OF THE NORTH RIVERSIDE DRIVE/ARTS CAMPUS STORM SEWER
PROJECT.
WHEREAS, Iowa Bridge & Culvert, Inc. of Washington, Iowa has submitted the lowest
responsible bid of $452,883.50 for the construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF T'HE CITY OF IOWA CITY,
IOWA, THAT:
That the contract for the construction of the above-named project is hereby awarded
to Iowa Bridge & Culvert, Inc., subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance
program statements.
The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
the 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·
Passed and approved this 25th day of Auqust , 19 98
ATTEST: CiT~CL~~RK ~' ~A/~
It was moved by Thornberry and seconded by
and upon roll call there were:
Vanderhoef the Resolution be adopted,
AYES: NAYS: ABSENT:
pweng\res',ads5.doc
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
ADVERTISEMENT FOR BIDS
RIVERSIDE DRIVE / ARTS CAMPUS
STORM SEWER PROJECT - PHASE I
CITY OF IOWA CITY / UNIVERSITY OF IOWA
Sealed proposals will be received by the City
Clerk of the Ci!Z of Iowa City, Iowa, until 10:30
A.M. on the 18 day of August, 1998, and shall
be received in the City Clerk's office no later
than said date and time. Sealed proposals will
be opened immediately thereafter by the City
Engineer. Bids submitted by fax machine shall
not be deemed a "sealed bid" for purposes of
this Project. Proposals will be acted upon by the
City Council at a meeting to be held in the
Council Chambers at 7:00 P.M. on the 25th day
of August, 1998, or at ~uch later time and place
as may then be scheduled.
The Project will involve the following:
445 lineal feet of cast-in-place reinforced
concrete box culved with associated
sidewalk, landscaping work, and watermain
and other utility relocations.
All work is to be done in strict compliance with
the plans and specifications prepared by NNW,
Inc., of Iowa City, 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
insuring 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 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 hun-
dred percent (100%) of the contract price, said
bond to be issued by a responsible surety ap-
proved 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 mainte-
nance of the improvement for a period of two (2)
year(s) from and after its completion and formal
acceptance by the City.
AF-1
from all claims and damages of any kind caused
directly or indirectly by the operation of the
contract, and shall also guarantee the mainte-
nance of the improvement for a period of two (2)
year(s) from and after its completion and formal
acceptance by the City.
The following limitations shall apply to this
Project:
Working Days: 40
Specified Late Start Date: September 7, 1998
Liquidated Damages: $300 per day
The plans, specifications and proposed con-
tract 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 the City Engineer,
410 E. Washington St., Iowa City, Iowa, by bona
fide bidders.
A $30 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
the City of Iowa City.
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 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 Contract 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 ob-
tained 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 re-
quired 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.
MARlAN K. KARR, CITY CLERK
AF-2
Prepared by: Jim Brachtel, Sr. Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5149
RESOLUTION NO. 98-280
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK
TO A'I'I'EST AN IOWA DEPARTMENT OF TRANSPORTATION FUNDING
AGREEMENT FOR THE USTEP PROJECT - TURN LANE CONSTRUCTION AT
IOWA HIGHWAY 1 AND SUNSET STREET (UST-1-5(66)-4A-52)
WHEREAS, the City of Iowa City, Iowa, has negotiated an agreement with the Iowa Department of
Transportation, said agreement being attached to this Resolution and by this reference made a
part hereof, and
WHEREAS, the City Council deems it in the public interest to enter into said agreement
with the Iowa Department of Transportation for USTEP project (UST;1-5(66)--4a-52) for
the installation of a fight turn lane on Iowa 'Highway 1 at Sunset Street; this agreement will
provide a maximum USTEP funding not to exceed the amount of 55% of eligible
construction costs of $43,900.
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 authodzedto"~i'~r~ and'the City Clerk to attest the agreement between the
City of Iowa City and the Iowa Department of Transportation for USTEP funds.
3. The City Clerk shall fumish copies of said agreement to any citizen requesting same.
Passed and approved this 25th
day of
Auqu ,1998.
Approved by
It was moved by Thornberry
and upon roll call there were:
and seconded by Norton
the Resolution be adopted,
AYES: NAYS:
X
ABSENT:
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
4~98
IOWA DEPARTMENT OF TRANSPORTATION
AGREEMENT FOR
URBAN-STATE TRAFFIC ENGINEERING PROGRAM PROJECT
City: Iowa City
County: Johnson
Project No.: UST-1-5(66)--4A-52
Iowa Department of Transportation
Agreement No.: 98-USTEP-77
Staff Action No.: S-99-083
This is an agreement between the city of Iowa City, (hereinafter called CITY) and the Iowa Department
of Transportation, (hereinafter called the DEPARTMENT), to enter into an agreement for joint or
cooperative action after appropriate action by ordinance, resolution, or otherwise pursuant to the laws
of the governing bodies involved.
The DEPARTMENT provides funds through the Urban-State Traffic Engineering Program (U-STEP),
a cooperative program for safety or operational improvements on primary road extensions. The
DEPARTMENT has made these funds available for reimbursement and will share eligible construction
and right-of-way costs in the ratio of 55 percent DEPARTMENT funds and 45 percent local funds up
to a maximum amount in DEPARTMENT funds of $200,000 for a "spot improvement" or $400,000
for a "linear improvement ".
A "spot improvement" shall mean a limited improvement project such as intersection reconstruction
or signalization; and a "linear improvement" shall mean an improvement project such as street or
highway widening or reconstruction which spans two or more intersections.
The CITY proposes to develop and complete the following described U-STEP project:
Spot Improvement:
Construction of a right turning lane along Iowa No. 1 for westbound traffic at the Sunset Street
intersection.
Pursuant to the terms of this agreement, applicable statutes, and administrative rules, the
DEPARTMENT agrees to provide U-STEP funding to the CITY for the authorized and approved costs
for eligible items associated with said improvements.
In consideration of the foregoing and the mutual promises contained in this agreement, the parties agree
as follows:
1. The CITY shall be the lead local governmental agency for carrying out the provisions of this
agreement and shall be responsible for the development and completion of the U-STEP project.
All notices required under this agreement shall be made in writing to the DEPARTMENT and the
CITY's contact person. The DEPARTMENT's contact person shall be the Local Systems
Engineer of the East Central Iowa Transportation Center. The CITY's contact person shall be
the City ~ Engineer.
Agreement No.: 98-USTEP-77
Page 2
The estimated total of eligible construction and right-of-way cost for this project is $43,900. If,
upon completion of final plans, the estimate exceeds the preliminary total estimate contained
herein by 20 percent or more, the increased cost must be approved by the DEPARTMENT prior
to contract letting or the extra work must be approved before the beginning of construction.
4. The attached Standard U-STEP Exhibit and Exhibit A will apply and is hereby made a pan of this
Agreement.
IN WITNESS WHEREOF, each of the parties hereto has executed Agreement Number
98-USTEP-77 as of the date shown opposite its signature below.
Date AOgust 25
,19 98
Title Mayor
I, Marian K. Karr , certify that I am the Clerk of the CITY,
and that Ernest W. Lehman , who signed said Agreement for and on
behalf of the CITY was duly authorized to execute the same by virtue of a formal
Resolution duly passed and adopted by the CITY, on the 251h day of
August , 19 clR
Signed
City Clerk of Iowa City, Iowa
Date August 25 , 19 98
IOWA DEPARTMENT OF TRANSPORTATION
Project Development Division
E. JZ PE&L'~S/
Urban Systems Engineer
Office of Local Systems
Approved By
· ~l~'Attorney'8
,19 Y~
04-98
U-STEP
EXHIBIT
Standard Provisions for Project Agreement
,
The CITY shall comply with all provisions of the equal employment opportunity requirements
prohibiting discrimination and requiring affirmative action to assure equal employment opportunity.
No person shall, on the grounds of race, creed, color, sex, national origin, age or disability, be
excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination
under any program or activity for which the CITY receives state funds from the DEPARTMENT.
The CITY shall use positive efforts to solicit bids from and to utilize Targeted Small Business (TSB)
enterprises as contractors and ensure that the contractors make positive efforts to utilize these
enterprises as subcontractors, suppliers or participants in the work covered by this agreement.
Efforts shall be made and documented in accordance with Exhibit A which is attached hereto and
by this reference is made a pan of this agreement.
The CITY shall obtain agreements, as needed, from railroad and utility companies and shall obtain
project permits and approvals, when necessary, from the Iowa Department of Cultural Affairs (State
Historical Society of Iowa; State Historic Preservation Officer), Iowa Department of Natural
Resources, U.S. Coast Guard, U.S. Army Corps of Engineers and the DEPARTMENT, etc.
The DEPARTMENT will share, as stated in the agreement, for the costs of construction of
longitudinal and outlet storm sewers made necessary by highway construction in the proportion that
the street right-of-way of the primary road extension bears to the total drainage area to be served by
the proposed sewers. The CITY shall be responsible for the remaining portion of storm sewer costs
not paid for by the DEPARTMENT.
If right of way must be acquired for the project, the CITYshall negotiate and secure the necessary
right of way using the most appropriate of the following methods:
a. When right of way is to be acquired in the name of the DEPARTMENT, before acquisition
procedures are begun, the CITY shall meet the staff persons from the DEPARTMENT' s Office
of Right of Way to assure compliance with the U.S.Code, the Iowa Code, and 761 Iowa
Administrative Code (IAC) Chapter 111;
b. When right of way is to be acquired in the name of the CITY and it abuts a route on a federal aid
system, the CITY shall comply with the U.S. Code, the Iowa Code, and Chapter 111 of the IAC;
c. When right of way is to be acquired in the name of the CITY, and it does not abut a route on a
federal aid system, the CITY shall comply with the Iowa Code.
U-STEP Exhibit
Page 2
,
10.
11.
12.
13.
The CITY will prepare and furnish to the DEPARTMENT for review the necessary project plans,
specifications, and an estimate of cost for the proposed construction project. Traffic signals shall
conform to the Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD).
Upon DEPARTMENT acceptance of final plans, proposal forms, specifications and cost estimate, the
DEPARTMENT will give the CITY written notice to proceed with the project. For the portion of the
project under contract by public letting, the CITY shall advertise for bidders, hold a public letting, and
provide adequate supervision for the construction work performed under the contract. The CITY shall
submit the letting documents to the DEPARTMENT for concurrence prior to formal action in the
award of the contract.
The project must be let to contract within two (2) years of the date this agreement is approved by the
DEPARTMENT. If not, the CITY may be in default, for which the DEPARTMENT may revoke
funding commitments. This agreement may be extended for a period of six (6) months upon receipt
of a written request from the CITY at least thirty (30) days prior to the two (2) year deadline.
The CITY will be responsible for the costs of the construction. Acceptance of the completed
construction shall be with the concurrence of the DEPARTMENT. The CITY shall prepare and
submit to the DEPARTMENT a detailed billing statement of materials, installation, and construction
costs incurred by the CITY. Design, inspection, and administration costs will be borne by the CITY.
If said statement and documentation is in proper form, the DEPARTMENT will promptly reimburse
the CITY in the amount of 55 percent of the eligible costs of the project, taking into account the
limitations as stated in the agreement.
Signs and other traffic control devices necessary for construction of the project shall be in accordance
with the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD) per 761
Iowa Administrative Code (IAC) Chapter 130. The safety of the general public shall be assured
through the use of proper protective measures and devices such as fences, barricades, signs, flood
lighting, and warning lights as necessary.
Parking shall be prohibited on the minor street approaches for a distance of 35 ft. in advance of the
stop signs and/or crosswalks and on the exit sides of the minor streets for a distance of 35 ft. beyond
the stop signs and/or crosswalks which shall go into effect at such time as the project is completed and
opened to through traffic.
Upon completion of the project, the CITY will certify that the project was completed in substantial
compliance with the plans and specifications set out in this agreement before receiving final
reimbursement of DEPARTMENT funds.
The CITY shall provide to the DEPARTMENT three (3) copies of the "as-built" project plans, within
six (6) months after the project is built.
U-STEP Exhibit
Page 3
14.
15.
16.
17.
18.
19.
20.
21.
The CITY shall have ownership of traffic signals constructed with this project and shall operate them
at it's expense so long as signal protection is considered by either party as necessary at said location.
If considered by both parties as no longer necessary at said location, the signals are to be removed by
the CITY at the CITY's expense, and may be installed at another location acceptable to both parties
and thereafter shall be owned and operated at the expense of the CITY.
Periodic billing statements may be submitted by the CITY during progress of the work. The
DEPARTMENT will review these statements and make recommendations as to their payments.
Payments will be made in accord with Paragraph 9 above.
The RECIPIENT shall submit a final detailed billing statement to the DEPARTMENT no later than
one (1) year after the date the DEPARTMENT concurs in the acceptance of the completed
construction. If a final detailed billing statement is not submitted to the DEPARTMENT by the CITY
in the one (1) year period, the DEPARTMENT will close the project's financial records without
making additional reimbursement to the CITY unless a time extension is requested. The time
extension should be requested in writing by the CITY and approved by the DEPARTMENT, at least
thrity (30) days prior to the one (1) year deadline.
The CITY agrees to indemnify, defend and to hold the DEPARTMENT harmless from any action or
liability arising out of the design, construction, maintenance, 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 DEPARTMENT's application review and approval process, plan and construction
reviews, and funding participation.
If any part of this agreement is found to be void and unenforceable, then the remaining provisions of
this agreement shall remain in effect.
This agreement is not assignable without the prior written consent of the DEPARTMENT.
In case of dispute concerning the terms of this agreement, the parties shall submit the matter to
arbitration pursuant to Iowa Code Chapter 679A. Either party has the right to submit the matter to
arbitration after ten (10) days notice to the other party of their intent to seek arbitration. The written
notice must include a precise statement of the dispute. The DEPARTMENT and the CITY agree to
be bound by the decision of the appointed arbitrator. Neither party may seek any remedy with the
state or federal courts absent exhaustion of the provisions of this paragraph for arbitration.
This agreement, as set forth in items 1 through 4 and paragraphs 1 through 2 1 of the U-STEP
EXHIBIT and EXHIBIT A, constitutes the entire agreement between the DEPARTMENT and the
CITY. No representations, promises, or warranties have been made by either party that are not fully
expressed in this agreement. Any change or alteration to the terms of this agreement must be made
in the form of an addendum to this agreement which shall be effective only upon written approval of
the DEPARTMENT and the CITY.
7/5/97 EXHIBIT A
UTILIZATION
OF
TARGETED SMALL BUSINESS (TSB) ENTERPRISES
ON
NON-FEDERAL AID PROJECTS
(THIRD-PARTY STATE-ASSISTED PROJECTS)
In accordance with Iowa Code Section 19B.7 and 541 Iowa Administrative Code Chapter 4, it is
the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB)
enterprises shall have the maximum practicable opportunity to participate in the performance of
contracts financed in whole or part with state funds.
Under this policy it is the responsibility of the recipients of state funds to help finance projects
to make a positive effort to solicit bids from and to utilize TSBs as contractors and ensure that the
contractors make positive efforts to utilize these enterprises as subcontractors, suppliers or participants
in the work covered by this agreement.
The Recipient's "positive efforts" should include, but not be limited to:
Obtaining the names of qualified TSB contractors from the Iowa Department Transportation
(515-239-1427) or the Iowa Department of Economic Development
(515-2424721) and/or seek these contractors through advertising in general-circulation, trade
association or minority-focused media. The Iowa Department of Management shall determine
whether contractors who respond to such advertisements qualify for TSB designation.
o
Notifying qualified TSBs of proposed projects involving state-assisted funding. Notification
should be made in sufficient time to allow the TSBs to participate effectively in the bidding
process.
3. Soliciting bids from qualified TSBs on each project, and identifying for TSBs the availability
of subcontract work.
Including in the bid proposals for state-assisted projects, a contract provision titled "TSB
Affirmative Action Responsibilities on Non-Federal Aid Projects (Third-Party State-Assisted
Projects)", or a similar document developed by the Recipient.
,
Ensuring that the awarded contractor has and shall follow the contract provisions. The
Recipient is encouraged to establish goals or percentages to achieve TSB participation in these
projects. Contract goals may vary depending on the type of project, the projects sub-
contractible items, the type of service or supplies needed for the project, and the availability
of qualified TSBs in the area.
EXHIBIT A
Page 2
The Recipient shall agree to provide the Iowa DOT the following documentation:
1. Copies of correspondence and replies, and written notes of personal and/or telephone contacts
with any TSBs. Such documentation can be used to demonstrate the Recipient's positive
efforts and it should be placed in the general project file.
2. Bidding proposals noting established TSB goals, if any.
3. The dollar amount contracted to, subcontracted to, or supplied by qualified TSBs for the
project or projects covered by this agreement.
4. The attached "Checklist and Certification" form shall be filled out upon completion of each
project and forwarded to the DOT's contact person.
7/97
CHECKLIST AND CERTIFICATION
OF THE UTILIZATION OF
TARGETED SMALL BUSINESS (TSB)
ON NON-FEDERAL AID PROJECTS (THIRD-PARTY STATE-ASSISTED PROJECTS)
COUNTY:
CITY:
PROJECT NUMBER:
AGREEMENT NUMBER:
1. Were qualified TSB names obtained from the Department of
Economic Development? YES
If no, explain
2. Were qualified TSBs notified of project? YES NO
If yes, by letter , telephone , personal contact , other
If no, explain
3. Were bids solicited from qualified TSBs? YES NO
If no, explain
Was a goal or percentage(%) established
for TSB participation? YES
If yes, what was the goal or %
If no, explain why not,
5. Did the prime contractor use positive efforts to
utilize TSBs on subcontracts? YES
If no, what action was taken by County/City
Is documentation in files? YES
What was the dollar amount reimbursed to the County/City
from the Iowa Department of Transportation? $
What was the final project cost? $
What was the dollar amount performed by TSBs? $
Name and address of the TSB
(Use additional sheet if necessary)
Was the goal or percentage (%) achieved YES
If no, explain
NO
NO
NO
NO
NO
I certify that the COUNTY/CITY (circle one) used positive efforts to utilize TSBs as participants in this project.
Project Engineer/Manager Date
Prepared by: Jim Brachtel, Sr. Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5149
RESOLUTION NO. 98-281
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK
TO A'I'!'EST AN IOWA DEPARTMENT OF TRANSPORTATION FUNDING
AGREEMENT FOR THE USTEP PROJECT - TURN LANE CONSTRUCTION AT
U.S. 6 AND FIRST AVENUE (UST-6-7(54)-4A-52)
WHEREAS. the City of .Iowa City, Iowa, has negotiated an agreement with the Iowa Department
of Transportation, said agreement being attached to this Resolution and by this reference made a
part hereof, and
WHEREAS, the City Council deems it in the public interest to enter into said agreement with the
Iowa Department of Transportation for a USTEP project (UST-6-7(54)--4A-52) for the extension of
the left tum lane on U.S. Highway 6 at First Avenue; this agreement will provide a maximum
USTEP funding not to exceed the amount of 55% of eligible construction costs of $48,300.
NOW, THEREFORE,
CITY, IOWA, THAT:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
It is in the public interest to enter into the above-mentioned agreement, and the agreement
is hereby approved as to form and content.
The Mayor is authorized to sign and the City Clerk to attest the agreement between the
City of Iowa City and the Iowa Department of Transportation for USTEP funds.
Passed and approved this 25th day of
The City Clerk shall furnish copies of said agreement to any citizen requesting same.
Auqust ,1998.
Approved by
~ity At~s~ffice~x~
It was moved by Thornberry
and upon roll call there were:
and seconded by
Vanderhoef
the Resolution be adopted,
pwengVes~step2.doc
AYES: NAYS:
X
X
X
X
X
X
X
ABSENT:
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
'~,t:98
IOWA DEPARTMENT OF TRANSPORTATION
AGREEMENT FOR
URBAN-STATE TRAFFIC ENGINEERING PROGRAM PROJECT
City: Iowa City
County: Johnson
Project No.: UST-6-7(54)--4A-52
Iowa Department of Transportation
Agreement No.: 98-USTEP-78
Staff Action No.: S-99-084
This is an agreement between the city of Iowa City, (hereinafter called CITY) and the Iowa Department
of Transportation, (hereinafter called the DEPARTMENT), to enter into an agreement for joint or
cooperative action after appropriate action by ordinance, resolution, or otherwise pursuant to the laws
of the governing bodies involved.
The DEPARTMENT provides funds through the Urban-State Traffic Engineering Program (U-STEP),
a cooperative program for safety or operational improvements on primary road extensions. The
DEPARTMENT has made these funds available for reimbursement and will share eligible construction
and right-of-way costs in the ratio of 55 percent DEPARTMENT funds and 45 percent local funds up
to a maximum amount in DEPARTMENT funds of $200,000 for a "spot improvement" or $400,000
for a "linear improvement ".
A "spot improvement" shall mean a limited improvement project such as intersection reconstruction
or signalization; and a "linear improvement" shall mean an improvement project such as street or
highway widening or reconstruction which spans two or more intersections.
The CITY proposes to develop and complete the following described U-STEP project:
Spot Improvement:
For Construction of a left turning lane for east bound traffic along U.S. No. 6 at the intersection with
First Avenue.
Pursuant to the terms of this agreement, applicable statutes, and administrative rules, the
DEPARTMENT agrees to provide U-STEP funding to the CITY for the authorized and approved costs
for eligible items associated with said improvements.
In consideration of the foregoing and the mutual promises contained in this agreement, the parties agree
as follows:
The CITY shall be the lead local governmental agency for carrying out the provisions of this
agreement and shall be responsible for the development and completion of the U-STEP project.
All notices required under this agreement shall be made in writing to the DEPARTMENT and the
CITY's contact person. The DEPARTMENT's contact person shall be the Local Systems
Engineer of the East Central Iowa Transportation Center. The CITY's contact person shall be
Cit ~
the y Engineer.
'.~igreement No.: 98-USTEP-78
Page 2
,
The estimated total of eligible construction and right-of-way cost for this project is $48,300. If,
upon completion of final plans, the estimate exceeds the preliminary total estimate contained
herein by 20 percent or more, the increased cost must be approved by the DEPARTMENT prior
to contract letting or the extra work must be approved before the beginning of construction.
The attached Standard U-STEP Exhibit and Exhibit A will apply and is hereby made a part of this
Agreement.
IN WITNESS WHEREOF, each of the parties hereto has executed Agreement Number
98-USTEP-78 as of the date shown opposite its signature below.
Date August 25
,19 98
Title Mayor
I, Marian K. Karr
andthat Ernest W. Lehman
behalfofthe CITY was duly authorized to executethe same by virtue ofaformal
Resolution duly passed and adopted by theCITY, on the
August
Signed ~,~,~,,,_.~_) ~d~J.
City Clerk of Iowa City, Iowa
Date August 25
IOWA DEPARTMENT OF T~NSPORTATION
Project Developmere Division
E. Jon '~ PE & LS
Urban Systems Engineer
Office of Local Sysmms
, certify that I am the Clerk of the CITY,
, who signed said Agreement for and on
25th day of
,19 98 ·
/
19 98
Approved By
Attorney s ~ffi~'~e
,19
04-98
U-STEP
EXHIBIT
Standard Provisions for Project Agreement
The CITY shall comply with all provisions of the equal employment opportunity requirements
prohibiting discrimination and requiring affirmative action to assure equal employment opportunity.
No person shall, on the grounds of race, creed, color, sex, national origin, age or disability, be
excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination
under any program or activity for which the CITY receives state funds from the DEPARTMENT.
The CITY shall use positive efforts to solicit bids from and to utilize Targeted Small Business (TSB)
enterprises as contractors and ensure that the contractors make positive efforts to utilize these
enterprises as subcontractors, suppliers or participants in the work covered by this agreement.
Efforts shall be made and documented in accordance with Exhibit A which is attached hereto and
by this reference is made a part of this agreement.
The CITY shall obtain agreements, as needed, from railroad and utility companies and shall obtain
project permits and approvals, when necessary, from the Iowa Department of Cultural Affairs (State
Historical Society of Iowa; State Historic Preservation Officer), Iowa Department of Natural
Resources, U.S. Coast Guard, U.S. Army Corps of Engineers and the DEPARTMENT, etc.
The DEPARTMENT will share, as stated in the agreement, for the costs of construction of
longitudinal and outlet storm sewers made necessary by highway construction in the proportion that
the street right-of-way of the primary road extension bears to the total drainage area to be served by
the proposed sewers. The CITY shall be responsible for the remaining portion of storm sewer costs
not paid for by the DEPARTMENT.
If right of way must be acquired for the project, the CITYshall negotiate and secure the necessary
right of way using the most appropriate of the following methods:
a. When right of way is to be acquired in the name of the DEPARTMENT, before acquisition
procedures are begun, the CITY shall meet the staff persons from the DEPARTMENT's Office
of Right of Way to assure compliance with the U.S.Code, the Iowa Code, and 761 Iowa
Administrative Code (IAC) Chapter 111;
b. When right of way is to be acquired in the name of the CITY and it abuts a route on a federal aid
system, the CITY shall comply with the U.S. Code, the Iowa Code, and Chapter 111 of the IAC;
c. When right of way is to be acquired in the name of the CITY, and it does not abut a route on a
federal aid system, the CITY shall comply with the Iowa Code.
U-STEP Exhibit
Page 2
10.
11.
12.
13.
The CITY will prepare and furnish to the DEPARTMENT for review the necessary project plans,
specifications, and an estimate of cost for the proposed construction project. Traffic signals shall
conform to the Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD).
Upon DEPARTMENT acceptance of final plans, proposal forms, specifications and cost estimate, the
DEPARTMENT will give the CITY written notice to proceed with the project. For the portion of the
project under contract by public letting, the CITY shall advertise for bidders, hold a public letting, and
provide adequate supervision for the construction work performed under the co. ntract. The CITY shall
submit the letting documents to the DEPARTMENT for concurrence prior to formal action in the
award of the contract.
The project must be let to contract within two (2) years of the date this agreement is approved by the
DEPARTMENT. If not, the CITY may be in default, for which the DEPARTMENT may revoke
funding commitments. This agreement may be extended for a period of six (6) months upon receipt
of a written request from the CITY at least thirty (30) days prior to the two (2) year deadline.
The CITY will be responsible for the costs of the construction. Acceptance of the completed
construction shall be with the concurrence of the DEPARTMENT. The CITY shall prepare and
submit to the DEPARTMENT a detailed billing statement of materials, installation, and construction
costs incurred by the CITY. Design, inspection, and administration costs will be borne by the CITY.
If said statement and documentation is in proper form, the DEPARTMENT will promptly reimburse
the CITY in the amount of 55 percent of the eligible costs of the project, taking into account the
limitations as stated in the agreement.
Signs and other traffic control devices necessary for construction of the project shall be in accordance
with the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD) per 761
Iowa Administrative Code (IAC) Chapter 130. The safety of the general public shall be assured
through the use of proper protective measures and devices such as fences, barricades, signs, flood
lighting, and warning lights as necessary.
Parking shall be prohibited on the minor street approaches for a distance of 35 ft. in advance of the
stop signs and/or crosswalks and on the exit sides of the minor streets for a distance of 35 ft. beyond
the stop signs and/or crosswalks which shall go into effect at such time as the project is completed and
opened to through traffic.
Upon completion of the project, the CITY will certify that the project was completed in substantial
compliance with the plans and specifications set out in this agreement before receiving final
reimbursement of DEPARTMENT funds.
The CITY shall provide to the DEPARTMENT three (3) copies of the "as-built" project plans, within
six (6) months after the project is built.
U-STEP Exhibit
Page 3
14.
15.
16.
17.
18.
19.
20.
21.
The CITY shall have ownership of traffic signals constructed with this project and shall operate them
at it's expense so long as signal protection is considered by either party as necessary at said location.
If considered by both parties as no longer necessary at said location, the signals are to be removed by
the CITY at the CITY's expense, and may be installed at another location acceptable to both parties
and thereafter shall be owned and operated at the expense of the CITY.
Periodic billing statements may be submitted by the CITY during progress of the work. The
DEPARTMENT will review these statements and make recommendations as to their payments.
Payments will be made in accord with Paragraph 9 above.
The RECIPIENT shall submit a final detailed billing statement to the DEPARTMENT no later than
one (1) year after the date the DEPARTMENT concurs in the acceptance of the completed
construction. If a final detailed billing statement is not submitted to the DEPARTMENT by the CITY
in the one (1) year period, the DEPARTMENT will close the project's financial records without
making additional reimbursement to the CITY unless a time extension is requested. The time
extension should be requested in writing by the CITY and approved by the DEPARTMENT, at least
thrity (30) days prior to the one (1) year deadline.
The CITY agrees to indemnify, defend and to hold the DEPARTMENT harmless from any action or
liability arising out of the design, construction, maintenance, 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 DEPARTMENT' s application review and approval process, plan and construction
reviews, and funding participation.
If any part of this agreement is found to be void and unenforceable, then the remaining provisions of
this agreement shall remain in effect.
This agreement is not assignable without the prior written consent of the DEPARTMENT.
In case of dispute concerning the terms of this agreement, the parties shall submit the matter to
arbitration pursuant to Iowa Code Chapter 679A. Either party has the right to submit the matter to
arbitration after ten (10) days notice to the other party of their intent to seek arbitration. The written
notice must include a precise statement of the dispute. The DEPARTMENT and the CITY agree to
be bound by the decision of the appointed arbitrator. Neither party may seek any remedy with the
state or federal courts absent exhaustion of the provisions of this paragraph for arbitration.
This agreement, as set forth in items 1 through 4 and paragraphs 1 through 21 of the U-STEP
EXHIBIT and EXHIBIT A, constitutes the entire agreement between the DEPARTMENT and the
CITY. No representations, promises, or warranties have been made by either party that are not fully
expressed in this agreement. Any change or alteration to the terms of this agreement must be made
in the form of an addendum to this agreement which shall be effective only upon written approval of
the DEPARTMENT and the CITY.
7/5/97 EXHIBIT A
UTILIZATION
OF
TARGETED SMALL BUSINESS (TSB) ENTERPRISES
ON
NON-FEDERAL AID PROJECTS
(THIRD-PARTY STATE-ASSISTED PROJECTS)
In accordance with Iowa Code Section 19B.7 and 541 Iowa Administrative Code 'Chapter 4, it is
the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB)
enterprises shall have the maximum practicable opportunity to participate in the performance of
contracts financed in whole or part with state funds.
Under this policy it is the responsibility of the recipients of state funds to help finance projects
to make a positive effort to solicit bids from and to utilize TSBs as contractors and ensure that the
contractors make positive efforts to utilize these enterprises as subcontractors, suppliers or participants
in the work covered by this agreement.
The Recipient's "positive efforts" should include, but not be limited to:
Obtaining the names of qualified TSB contractors from the Iowa Department Transportation
(515-239-1427) or the Iowa Department of Economic Development
(5 15-242-4721) and/or seek these contractors through advertising in general-circulation, trade
association or minority-focused media. The Iowa Department of Management shall determine
whether contractors who respond to such advertisements qualify for TSB designation.
Notifying qualified TSBs of proposed projects involving state-assisted funding. Notification
should be made in sufficient time to allow the TSBs to participate effectively in the bidding
process.
3. Soliciting bids from qualified TSBs on each project, and identifying for TSBs the availability
of subcontract work.
Including in the bid proposals for state-assisted projects, a contract provision titled "TSB
Affirmative Action Responsibilities on Non-Federal Aid Projects (Third-Party State-Assisted
Projects)", or a similar document developed by the Recipient.
Ensuring that the awarded contractor has and shall follow the contract provisions. The
Recipient is encouraged to establish goals or percentages to achieve TSB participation in these
projects. Contract goals may vary depending on the type of project, the projects sub-
contractible items, the type of service or supplies needed for the project, and the availability
of qualified TSBs in the area.
EXHIBIT A
Page 2
The Recipient shall agree to provide the Iowa DOT the following documentation:
1. Copies of correspondence and replies, and written notes of personal and/or telephone contacts
with any TSBs. Such documentation can be used to demonstrate the Recipient's positive
efforts and it should be placed in the general project file.
2. Bidding proposals noting established TSB goals, if any.
3. The dollar amount contracted to, subcontracted to, or supplied by qualified TSBs for the
project or projects covered by this agreement.
4. The attached "Checklist and Certification" form shall be filled out upon completion of each
project and forwarded to the DOT's contact person.
7197
CHECKLIST AND CERTIFICATION
OF THE UTILIZATION OF
TARGETED SMALL BUSINESS (TSB)
ON NON-FEDERAL AID PROJECTS (THIRD-PARTY STATE-ASSISTED PROJECTS)
COUNTY:
CITY:
PROJECT NUMBER:
AGREEMENT NUMBER:
1. Were qualified TSB names obtained from the Department of
Economic Development? YES
If no, explain
2. Were qualified TSBs notified of project? YES
If yes, by letter , telephone , personal contact , other
If no, explain
3. Were bids solicited from qualified TSBs? YES
If no, explain
4. Was a goal or percentage(%) established
for TSB participation? YES
If yes, what was the goal or %
If no, explain why not,
5. Did the prime contractor use positive efforts to
utilize TSBs on subcontracts? YES
If no, what action was taken by County/City
Is documentation in files? YES
(3. What was the dollar amount reimbursed to the County/City
from the Iowa Department of Transportation? $
What was the final project cost? $
What was the dollar amount performed by TSBs? $
Name and address of the TSB
(Use additional sheet if necessary)
Was the goal or percentage (%) achieved YES
If no, explain
NO
NO
NO
NO
NO
NO
NO
certify that the COUNTY/CITY (circle one) used positive efforts to utilize TSBs as participants in this project.
Project Engineer/Manager Date
Prepared by: Rob Winstead, Engineering, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145
RESOLUTION NO. 98-282
RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT BETWEEN
THE CITY OF IOWA CITY AND THE IOWA DEPARTMENT' OF
TRANSPORTATION FOR USE OF CITY STREETS AS A DETOUR AS PART OF
THE HIGHWAY 6 RAILROAD CROSSING SURFACE RECONSTRUCTION
PROJECT.
WHEREAS, the City of Iowa City, Iowa, has negotiated an agreement with the Iowa
Department of Transportation, a copy of said agreement being attached to this resolution and
by this reference made a part hereof; and
WHEREAS, the City Council deems it in the public interest to enter into said agreement for
the use of City streets as a detour with the Iowa Department of Transportation.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY,
IOWA, THAT:
1. The City Council finds the attached Agreement to be in the public interest, and said
agreement is hereby approved as to form and content.
2. The Mayor and City Clerk are hereby directed to execute the attached Agreement.
Passed and approved this 25th day of August , 1998.
Approved by
ATTEST: CiT,~~ERK Z) ~. ~Y~,, ,)
It was moved by Norton
adopted, and upon roll call there were:
AYES:
×
X
NAYS:
and seconded by
O'Donnel l the Resolution be
ABSENT:
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
lowa Department of Transportation
AGREEMENT FOR USE OF [~j CITY STREETS
['] SECONDARY ROADS AS DETOURS
Ihm aclrPornr'r,t entered rote th~s 6th day of AUg USt . 19 98 by and belween the Iowa Departrnent of
[~(~ City Cr,Hncll
/ransporlat,on heremallet known as Ihe Party of the F,rsl Part: and the IOWa_ C~ ty I .I County Board of Superv,sors.
hr,sr, mafter known as Party el Ihe Second Part
Wl~EREAS, Ttm Party of the First Part has determined lhe necessity lo CJo_se U.S. 6 ea, s~_of Gilbert Street
intersection at railroad crosfipg for 7 days for railroad cros_sing replacement
and
Wt tFRF AS II is necessary te provtde a delour for the construction site dur~nq ltte cor~slruchor~ period. and
WHEREAS, Tile Pady of the Second Pad agrees 1o permit the use el _T.O_Wa G~ t_~ E'l Secondary roads
G~lbert Street, Southgate Ave.,
and Keokuk Str~ ...... as a delour, more particularly described as foliows The detour w~ 11 start
at the ~ntersect~on of U.S. 6 and Gilbert Street and then gp_~uth to Southgate Avgnue
~ntersection, then~ on Southgate Avenue to Keokuk Street ~ntersection, and then
north on Keokuk Street to U.S. 6 intersection.
and
WHEREAS, Authorized engineers representing both the Party of the First Pad and the Pady el lhe Second Pad shall jointly execute and sign
a writIon report concerning the condition of the proposed detour, after jointly inspecting said road, the subloci of the proposed detour; sald reporl
to be in sufficient detail as to reasonably retlecl the condition of the roadway base. surface. shoulders and bridges and
WHEREAS, Pady of tbe First Part agrees (pre-detour maintenance) tO perform_99y necessary upgrad~ng of s~gns
and Davement markinqs where applicable to Iowa Department of Transportati_on standards.
and
WHEREAS. Pady of the First Part agrees 1o maintain the detour and provide all traffic control devices requ,red by the Iowa MUTCD ~ncludmg
the marking of no-passing zones as specified in Section 3B-5 of the Iowa MUTCD during the period the
L~j city slreet
{ ~ secondary road and struclures are being utilized as a primary read detour and
D city street
WHEREAS. Peer to revocahon of the detour, the Party of the Firsl Pad shah restore the [] secondary road to as good tendthen as it was peer
[] City E] city street
tn Its desageation as a temporary primary road, or compensate the [] County for excessive traffic upon the ~] secondary road durinq
,,,,, .....d., ..... ....
1~ be "1
WHEREAS, The delour period is estimated ~o~ between October [~_ a~d ~X January_~., ._, ~9,~_,
~ city street
I If )W ] t IFREF ORE. BE IT AGREED that the described F] secondary road bn Hsqd as a detour under stipulalions ontlined abovp
IN WITNESS WHEREOF, The parties hereto have caused this agreement to be executed by proper officers thereunto duly authorized as el
the dates below mdicaled
Dale
Altest To: ...............
Dale:,_ __
vedey
C!!y Altomey'~ Office
Iowa Depadment of Transportation
Chairman County
Board of Supervisors
Audilor County
lover)
Prepared by: Dan Scott, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144
RESOLUTION NO. 98-283
RESOLUTION ADOPTING A LANDFILL POLICY STATEMENT REGARDING
IOWA CITY'S COMMITMENT TO OWN AND OPERATE THE IOWA CITY
SANITARY LANDFILL.
WHEREAS, since 1972 Iowa City has owned a sanitary landfill serving Johnson County and the
Cities of Riverside and Kalona in Washington County; and
WHEREAS, the City desires to continue owning and operating a sanitary landfill serving this area
for at least another 25 years; and
WHEREAS, the City desires to prepare a master plan for future operation of the sanitary landfill;
and
WHEREAS, the City Council desires to include a landfill policy statement in the master plan; and
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY,
IOWA, THAT:
1. The Landfill Policy Statement attached hereto is in the public interest, and is approved as to
form and content.
2. The Iowa City Landfill Policy Statement is adopted to guide the future operation of the sanitary
landfill.
Passed and approved this 25th
It was moved by Thornberry and seconded by
upon roll call there were:
day of August ,1998.
0' Donne'l ] the Resolution be adopted, and
AYES: NAYS: ABSENT:
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
pweng/res/policy.doc
o
CITY OF I0 WA CITY
SANITARY LANDFILL
POLICY STATEMENT
The City of Iowa City will provide landfill services to all residents, businesses and industry in
Johnson County as well as the cities of Kalona and Riverside in Washington County. Landfill
services will include not only landfilling but also many specialized services such as toxic
material disposal services, pick up/drop off locations for recycled materials, white goods and
tire recycling, etc. These specialized services will continue and may be expanded at the
direction of the City Council.
Landfill rates will be established to best serve the health, safety and welfare of the landfill
service area and to ensure financial solvency of landfill operations and landfill supported
programs.
Iowa City is committed to providing a government sponsored public service in the form of
landfill services to Johnson County and the cities of Kalona and Riverside in Washington
County.
Iowa City is committed to the landfill tonnage reduction policies established by the Iowa
Department of Natural Resources.
Landfilling, recycling, and all other final disposal services are to be publicly financed to the
extent practical through disposal fees.
Iowa City will continue to maintain its current landfill site and take full advantage of the
significant capital investment already made in environmental management systems. This will
necessitate future acquisition of 80 acres immediately west of the current landfill site for
filling operations, with additional future negotiated land acquisitions including property north
to Melrose Avenue, west to Kansas Avenue and south 1,320 feet to be used for a buffer
zone or future landfill space.
Iowa City is committed to efficient management of a variety of local waste disposal services.
Iowa City is committed to environmental monitoring and, if necessary, remedial actions to
comply with air and water quality regulations.
The landfill master plan as identified in the Howard R. Green Company report will be
substantially that which is identified in the report as Option #3. This option consists of a
three-phase cell construction to an elevation of 810 feet with an optional vertical expansion
to an elevation of 830 feet in a fourth phase. Additionally, the old construction/demolition
waste area will be "mined out", and the material screened and disposed of in an active filling
410 EAST WASHINGTON STREET · IOWA CITY,
IOWA 52240-1826 · (319) 356-5000 ~, FAX (319) 356-5009
area. This option will require the purchase of the adjacent 80 acres to the west of the current
site, and will extend the landfill to the overhead power line easement located on that
property. Phases one through three will provide an estimated 33 years of waste disposal
capacity at current usage, and phase four, the vertical expansion, will provide approximately
6 years additional capacity, for a total of 39 years of waste disposal capacity at current
usage.
10. The closure and post-closure reserve costs are estimated at $11.8 million in 1998 dollars
and will be generated over time through tipping fees. Reserves will be sufficient so that, to
the fullest extent practical, Iowa City does not place itself in such a financial position
whereby it cannot undertake mandated changes in the operation of the landfill. '
11. The users of the landfill, meaning all of the cities in Johnson County, and the cities of
Riverside and Kalona in Washington County will need to demonstrate a commitment to the
long term financial health of this operation to enable the City to fulfill its obligations as the
provider of this necessary regional service. Similar commitments from area business and
industry will be encouraged.
pweng\landpoli.doc
CITY OF I0 WA CITY
SANITARY LANDFILL
POLICY STATEMENT
Johnson t Washington County. Landfill
services will inclu~t~.. not only landfilling but also many sl services such as toxic
material disposal se~ces, pick up/drop off locations for 'cled materials, white goods and
tire recycling, etc. Th~kse specialized services will cor and may be expanded at the
direction of the City Co~r,L.cil.
2. Landfill rates will be establi' ed to best serve
service area and to ensure' fisf~anoial solvency
p rog rams.
3. Iowa City is committed to providin!
landfill services to Johnson County
County.
safety and welfare of the landfill
landfill operations and landfill supported
sponsored public service in the form of
cities of Kalona and Riverside in Washington
4. Iowa City is committed to the landfill ~ reduction policies established by the Iowa
Department of Natural Resources. /
/
/
5. Landfilling, recycling, and all other fYnal disposal are to be publicly financed to the
extent practical through disposal fe/~s.
/
6. Iowa City will continue to main!~in its current landfill s and take full advantage of the
significant capital investment already made in environment management systems. This will
necessitate future acquisition ~f 80 acres immediately wes of the current landfill site for
filling operations, with additior~al future negotiated land acquis ions including property north
to Melrose Avenue, west to,"Kansas Avenue and south 1,320 et to be used for a buffer
zone or future landfill space:'
8. i o
comply with air and w&{er quality regulations.
,,
three-phase cell construction to an elevation of 810 feet with an optional ve~ical expansion
to an elevation of 870 feet in a fou~h phase. Additionally, the old construction/demolition
waste area will be "mined out", and the material screened and disposed of in an active filling
410 EAST WASHINGTON STREET , IOWA CITY, IOWA 52240-1826 ® (319) 356-5000 · FAX (319) 356-5009
2
area. This option will require the purchase of the adjacent 80 acres to the west of the current
site, and will extend the landfill to the overhead power line easement located on that
property. Phases one through three will provide an estimated 33 years of waste disposal
capacity at current usage, and phase four, the vertical expansion, will provide an a.dditional
12 years, for a total of 45 years of w ste disposal capacity at current usage ....
10. The closure and post-closure reserv costs are estimated at $11.8 million 1998 dollars
' · . :o
whereby it cannot undertake mandated ch.anges in the operation
\
\
11. The users of the landfill, meaning all of the cities in Johnsor and the cities of
Riverside and Kalona in Washington County~will need to a commitment to the
long term financial health of this operation tG,,,enable the C fulfill its obligations as the
provider of this necessary regional service. 9i,milar comr from area business and
industry will be encouraged. \
pweng\landpoli. doc
/
?
Prepared by: Eleanor M. Dilkes, City Attorney, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5030
RESOLUTION NO. 98-284
RESOLUTION APPROVING PURCHASE AGREEMENT BETWEEN CITY OF
IOWA CITY AND ROBERT AND MARJORY ROGERS FOR PURCHASE,OF A
40 ACRE TRACT ON KANSAS AVENUE
WHEREAS, Robert and Marjory Rogers listed for sale a 40-acre tract of real estate on Kansas
Avenue to the west of the Iowa City Landfill; and
WHEREAS, it is in the public interest of the City of Iowa City, Iowa to purchase real estate in the
near vicinity of the Landfill to serve initially as a buffer area around the landfill and to be utilized for
valid public purposes; and
WHEREAS, the Rogers and City staff have negotiated a purchase agreement for the purchase of
said 40-acre tract, a copy of which is attached hereto as Exhibit A; and
WHEREAS, said purchase agreement is contingent on the City Council's approval.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY,
IOWA, THAT:
It is in the public interest of the City of Iowa City, Iowa that the attached purchase agreement
between the City of Iowa City and Robert and Marjorie Rogers for purchase of said 40-acre
tract on Kansas Avenue be approved.
2. The attached purchase agreement is approved as to form and content.
Passed and approved this 25 th
ATTEST: CI~~R'~K ~'
It was moved by
upon roll call there were:
AYES:
X
X
X
X
X
X
X
eleanorVes\rogers.doc
Thornberry
NAYS:
and seconded by Vanderhoef the Resolution be adopted, and
ABSENT:
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
COUNTER OFFER
This form approved by the Iowa City Area Association of REALTORS
The Seller declines fo accept the terms of the purchase agreement attached hereto; however, the undersigned submit to the
Buyer herein the following counter offer:
1. Change of purchase price:
2. Change of possession date:
3. Other changes:
Fences: see attached
City Council approval, on wbi
on or before August 2B, 1998.
2ZB~e~s,~ff,t~ contingent, shall be obtained
In all other respects not inconsistent with the terms of this counter-offer, the counter-offer includes the same terms as set forth in
this purchase agreement as submitted by the Buyer.
This counter-offer musf be accepted by lhe Buyer, by indicating the Buyer's acceptance hereafter, no later than
_ / o'c,oc~ <,~.~.>~;> on the _-2a2 day of , ~,--.,~ , ~9 ,~,:E~
In the event the count is not thus a"'~cepted, the counter-offer sh null and void and any payments made herein shall be
returned to the Buyer. If this counter-offer is accepted, the counter-offer shall become a binding contract for the sale and purchase
of the real property described in this counter-offer and purchase agreement.
, ~"P~ /,,,,H- ~ ,~ ~ v /,~ - 9o- o ~' v /
SELLER '~Y ~ S.S. #
This counter-offer and its terms are accepted by the undersigned Buyer on this
28th dayof July ,19 98 ,at 10:30
BUYERS'
o'clock (AM.)
S.S.~
BUYER S.S#
REV ,1/94
ATTACHNIENT TO COUNTER OFFER
ROBERT L. ROGERS AND MARJORY E. ROGERS, SELLERS
I. The parties understand that there is no f~nce at the location where the north boundary
is to be established and a partition fence will have to be built. There is a corner post at the northwest
comer and northeast comer where this north boundary line will be established. The buyers agree to
construct a tight fence as defined by Chapter 359A.20 of the Code of Iowa on this north boundary
line at their own expense and thereafter be responsible for all future upkeep, maintenance and repair.
This fence will be built within six (6) months from the date of possession, unless othe, rwise agreed
between the parties.
2. Under an agreement, the sellers have been responsible for taking care of the east
boundary partition fence between the sellers' property and the Hebl family. T.,he buyers will take Over
the repair, upkeep and maintenance of this east partition fence.
3. There is a boundary partition fence on the south side of the property being sold
between the sellers' property and the Hebl family. The sellers have been responsible for the west half
and the Hebl family has been responsible for the east half. The buyers agree to be responsible for the
repair, maintenance and upkeep of the west half of this partition fence.
4. The property is sold subject to any rights the telephone company or utility company
have in the southwest corner of the property being sold where they have their building.
TO: Robert and Marjory Rogers, SELLaR
} REAL ESTATE DESCRIPTION
follows:
OFFER TO BUY REAL ESTATE AND ACCEPTANCE
The Buyer offers to buy real estate n jOHNSON .:aunt,/ :owe. and !egali,/described as
40 acre tract on Kansas Avenue (Parcel No. 2543000); exact legal description to Oe taken from the .~bs[ract -'f T,t!e after Buyers a[torne,t
has had the opportunity to review and approve sa~d legal description,
with any easements and appurtenant servient estates, but subject to the following: a. any zoning and other ordinances; b. any covenants of
record; c. any easements of record for public utzlities, roads and highways; and d. (consider: liens, mineral rights; other easements;
interests of others.)
designated the Real Estate; provided Buyer, on possession, is permitted to make the following use of the Real Estate:
N/A
%
2. PRICE. The purchase price shall be $104,000.00, payable at JOHNSON County, iowa, as follows: $2,000.00 with this offer
as earnest money, with the balance of the purchase price to be paid upon possession and closing.
3. REAL ESTATE TAXES.
a, Seller shall pay all real estate taxes that are due and payable as of the date of possession and constitute a lien against the
property, including any unpaid real estate taxes for any prior years.
b. Seller shall pay his prorated share, based upon the date of possession, of the real estate taxes for the fiscal year in which
possession is given lending June 30, 1999) due and payable in the subsequent fiscal year (commencing July 1, 1999).
Buyer shall be given a credit for such proration at closing lunless this agreement is for an installment contract) based upon
the last known actual net real estate taxes payable according to the public record. However, if such taxes are based upon
a partial assessment of the present property improvements or a changed tax classification as of the date of possession,
such proration shall be based on the current millage rate, the assessed value, legislative tax rollbacks and real estate tax
exemptions that will actually be applicable as shown by the Assessor's records on the date of possession.
c. Buyer shall pay all subsequent real estate taxes.
4. SPECIAL ASSESSMENTS.
a. Seller shall pay all special assessments which are a lien on the Real Estate as of the date of closing.
b. IF a. IS STRICKEN, then Seller shall pay all installments of special assessments which are a lien on the Real Estate and, if
not paid, would become delinquent during the calendar year this offer is accepted, and all prior installments thereof.
c. All other special assessments shall be paid by Buyer.
follows:
RISK OF LOSS AND INSURANCE. Risk of loss prior to Seller's delivery of possession of the Real Estate to Buyer shall be as
a. All risk of loss shall remain with Seller until possession of the Real Estate shall be delivered to Buyer.
IF a. IS STRICKEN, Seller shall maintain $ of fire, windstorm, and extended coverage insurance on the Real
Estate until possession is given to Buyer and shall promptly secure endorsements to the appropriate insurance policies
naming Buyer as additional insureds as their interests may appear. Risk of loss from such insured hazards shall be on
Buyer after Seller has performed under this paragraph and notified Buyer of such performance. Buyer, if ~t des=res, may
obtain additional insurance to cover such risk.
CONDITION OF PROPERTY.
a. The Real Estate shall be preserved in its present condition and delivered ~ntact at the time possession is delivered to Buyer,
provided, however, if 5.a. is stricken and [here is loss or destruction ol~ all or any part of the Real Estate from causes
covered by the insurance maintained by Seller, Buyer agrees to accept such damaged or destroyed Real Estate together
with such insurance proceeds in lieu of the Real Estate in its present condition and Seller shall not be required to repair or
replace same.
7. ENVIRONMENTAL MATTERS.
Seller warrants, [o the best of his knowledge and belief that there are no abandoned ,wells, solid ,~as~e clislaosal sites.
hazardous wastes or substances or underground storage tanks located on the property, the property does not contain
ievels of radon gas, asbestos or urea-formaldehyde foam ~nsulatlon which requmre remedialion under current environmental
standards, and Seller has done nothmng to contaminate the Property with hazardous wastes or substances. Seller warrants
that the property is not subiect to any local, state, or federal judicial or admmnlstrative action, investigation or order, as the
case may be, regarding wells, solid waste disposal sites, hazardous wastes or substances or underground storage tanks.
Seller also shall provide Buyer w~th a properly executed GROUNDWATER HAZARD STATEMENT showing no wells, solid
waste disposal sites, hazardous waste or underground storage tanks on the Property, unless disclosed here:
8. POSSESSION AND CLOSING. Subject to Buyer's approval of title and both parties' timely performance of all obligations herein,
closing shall be held no later than August 14.1998, and possession of the Real Estate shall be delivered to Buyer on the date of closing
with any adjustments of rent, insurance, and interest to be made as of the date of transfer of possession.
9. USE OF PURCHASE PRICE. At time of settlement, funds of the purchase price may be used to pay taxes and other liens and to
acquire outstanding interests, if any, of others.
10. ABSTRACT AND TITLE. Seller, at its expense, shall promptly obtain an abstract of title to the Property continued through the
date of acceptance of this Offer and deliver it to Buyer's attorney for examination. It shall show merchantable title in Seller in conformity
with this Offer, Iowa law and Title Standards of the Iowa State Bar Association. The Seller shall pay all costs required to perfect its title to
the Property and Seller shall pay the cost of any additional abstracting and/or title work due to acts or omissions of Seller, including
transfers or death of Seller or assigns. The abstract shall become the property of the City of Iowa City when the Purchase Price is paid in
full.
11. DEED. Upon payment of the purchase price, Seller shall convey the Real Estate to Buyer or its assignees, by WARRANTY
deed, free and clear of all liens, restrictions, and encumbrances except as provided in 1 .a. through 1 .d. Any general warranties of title shall
extend only to the time of acceptance of this offer, with special warranties as to acts of Seller continuing up to time of delivery of the
deed.
12. JOINT TENANCY IN PROCEEDS AND IN REAL ESTATE. If Seller, immediately preceding acceptance of this offer, holds title to
the Real Estate in joint tenancy with full right of survivorship, and the joint tenancy is not later destroyed by operation of law or by acts of
the Seller, then the proceeds of this sale, and any continuing or recaptured rights of Seller in the Real Estate, shall belong to Seller as joint
tenants with full rights of survivorship and not as tenants in common; and Buyer, in the event of the death of either Seller, agrees-to pay
any balance of the price due Seller under this contract to the surviving Seller and to accept a deed from the surviving Seller consistent with
paragraph 10.
13.. JOINPER BY SELLER'S SPOUSE. Seller's spouse, if not a titleholder immediately preceding acceptance of this offer, executes
this contract only for the purpose of relinquishing all rights of dower, homestead and distributive shares or in compliance with Section
561.13 of the Iowa Code and agrees to execute the deed or real estate contract for this purpose.
14. TIME IS OF THE ESSENCE. Time is of the essence in this contract.
15. REMEDIES OF THE PARTIES.
If Buyer fails to timely perform this contract, Seller may forfeit it as provided sn the iowa Code, and all payments rnade
shall be forfeited or, at Seller's option, upon thirty days written notice of ~ntention to accelerate the payment of the enhre
balance because of such failure (during which thirty days such fadure is not corrected} Seller may declare the enhre
balance immediately due and payable. Thereafter thss contract may be foreclosed in equity and the Court may apeosnt a
receiver.
b. If Seller fails to timely perform this contract, Buyer has the right to have all payments made returned to ~t.
Buyer and Seller also are entitled to utilize any and all other remedies or actions at law or in equity available to them and
shall be entitled to obtain judgment for costs and attorney fees as permitted by law,
16. STATEMENT AS TO LIENS. If Buyer intends to assume or take subject to a lien on the Real Estate, Seller shall furnish Buyer
with a written statement trpm the holder of such lien, showing the correct balance due.
~7. SUBSEQUENT CONTRACT. Any real estate contract executea ~n performance af th~s contract shall 0e ,an a form ,at [he Iowa
Slate Bar Association.
18. APPROVAL OF COURT. ~t the sale of The Real EsTate Is subject :o Court approval, [ne fiduCLar'/snail promptl,~ subm~[ r.n~s
con[rac[ for such approval. If this contract is no[ so approved, It shall be void.
19. CONTRACT BINDING ON SUCCESSORS IN INTEREST. Th~s contract shall apply to and bind the successors in interest of the
parties.
20. CONSTRUCTION. Words and phrases shall be construed as in the singular or plural number, and as masculine, feminine or
neuter gender, according to the context.
21. TIME FOR ACCEPTANCE. If this offer is not accepted by Seller on or before
all payments shall be repaid to the Buyer.
22. OTHER PROVISIONS.
5:00 p.m. July 6, 1998, it shall become void and
a. This Offer to Purchase is subject to City Council approval following acceptance of this Offer, said approval, if given to be
given on or before July 28, 1998.
DATED:
Buyer
This offer is accepted , 19
Seller
marym\land-acq\willow .int\rogers .ofr
Seller
City of Iowa City
MEMORANDUM
DATE:
TO:
FROM:
re:
August 20, 1998
Chuck Schmadeke, Public Works Director
Daniel Scott, Civil Engineer t>z5
Landfill Buffer Zone
The current landfill site is surrounded by property used primarily for agriculture. As
development expands from Iowa City, a transition from farmland to residential housing is
occurring. When the proposed Highway 965 extension along the east boundary of the current
landfill site is completed, this trend will more than likely increase. As westerly development
occurs, it is desirable to provide a buffer zone between the landfill operation and any future
surrounding development and to provide for future landfill expansion.
Please see the attached drawing which shows the properties surrounding the landfill that are
important for future City use either as a buffer zone or future landfill operations. The buffer
zone along the east landfill boundary will be Highway 965. The other currently anticipated
buffer areas are shown in hatching.
There is a 40 acre parcel located in the proposed buffer zone currently for sale. Staff has
negotiated a purchase agreement which is acceptable to the sellers. Staff recommends taking the
opportunity to purchase this parcel now.
In the future, as more property located within the proposed buffer zone or landfill area becomes
available, staff recommends it gradually be acquired also.
CC:
Rick Fosse, City Engineer
Dave Elias, Landfill Superintendent
000
Prepared by: Charles Schmadeke, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5141
RESOLUTION NO. 98-285
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK
TO ATTEST AN AGREEMENT BETWEEN MMS CONSULTANTS, INC. OF
IOWA CITY, IOWA, AND THE CITY OF IOWA CITY TO PROVIDE
CONSULTING SERVICES FOR THE NORTH AIRPORT COMMERCIAL AREA
DEVELOPMENT.
WHEREAS, the CITY and COMMISSION, desire to construct a development of the North
Airport Commercial Area, hereina~er referred to as the SUBDIVISION, upon which the
Commission intends to lease lots for various industrial and commercial uses, and which
SUBDIVISION will include the extension of a street from Ruppert Road to South Riverside
Drive, and
WHEREAS, the CONSULTANT, at the direction of the CITY and COMMISSION, has completed
the preparation of a Concept Plan for said SUBDIVISION, and
WHEREAS, the CITY and COMMISSION desire the services of a consulting firm to prepare
Preliminary and Final Subdivision Plats and preliminary and final design drawings and
specifications for bidding and construction of the improvements for said SUBDIVISION, all of
which shall be called the PROJECT, and
WHEREAS, the City of Iowa City and Iowa City Airport Commission have negotiated an
Agreement with MMS CONSULTANTS, INC., of Iowa City, Iowa to provide consulting services.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The Consultant's Agreement attached hereto is in the public interest, and is approved as to
form and content.
Consultant's Agreement.
The Mayor and City Clerk are hereby authorized and directed to execute the attached
Passed and approved this
25th day of
ATTEST:C~ 9/'I2. ~
August ,1998.
Approved by
pweng/res/waterfac. doc
Resolution No. 98-285
Page 2
It was moved by Norton and seconded by
adopted, and upon roll call there were:
Vanderhoef
AYES: NAYS: ABSENT:
Champion
Kubby
Lehman
Norton
O'Donnell
Thornberry
Vanderhoef
the Resolution be
CONSULTANT AGREEMENT
for the
Development of the North Airport Site
THIS AGREEMENT, made and entered into this ~ S ~A. day of
, by and between the CITY of Iowa CITY, a municipal corporation, hereinafte;
referred to as the CITY, the Iowa City Airport Commission, hereinafter referred to as the
COMMISSION and MMS Consultants, Inc. of Iowa City, Iowa, hereinafter referred to as the
CONSULTANT.
WHEREAS, the CITY and COMMISSION, desire to construct a development of the
North Airport Commercial Area, hereinafter referred to as the SUBDIVISION, upon which the
Commission intends to lease lots for various industrial and commercial uses, and which
SUBDIVISION will include the extension of a street from Ruppert Road to South Riverside
Drive, and
WHEREAS, the CONSULTANT, at the direction of the CITY and COMMISSION, has
completed the preparation of a Concept Plan for said SUBDIVISION, and
WHEREAS, the CITY and COMMISSION desire the services of a consulting firm to
prepare Preliminary and Final Subdivision Plats and preliminary and final design drawings and
specifications for bidding and construction of the improvements for said SUBDIVISION, all of
which shall be called the PROJECT, and
WHEREAS, the City of Iowa City and Iowa City Airport Commission have negotiated an
Agreement with MMS CONSULTANTS, INC., of Iowa City, Iowa to provide consulting services.
NOW, THEREFORE, it is agreed by and between the parties hereto that the CITY and
COMMISSION does now contract with the CONSULTANT to provide consulting services as
follows:
1. SCOPE OF SERVICES
The work to be performed by the CONSULTANT under this Scope of Services shall encompass
and include all detail work, services, materials, equipment and supplies necessary to prepare
and deliver preliminary and final plats and contract documents for the improvements which
include:
Preliminary and Final Plats for said Subdivision.
Horizontal street alignment as established during meetings with City Staff and various
individuals interested in the Subdivision. The alignment of the proposed street is to be
generally as illustrated on Attachment(s) A or B, a length of approximately 2,800 feet.
Review of present and proposed 100-year flood elevations along the proposed street
route and the impact these elevation have on the vertical alignment of the street.
Analysis of the available depth of existing gravity sanitary sewer at the Old Landfill Lift
Station and the possibility of a sanitary sewer being constructed of sufficient depth along
MMS.DOC
the proposed street route that might provide for future elimination of the private lift
station serving Westport Plaza.
A storm sewer system to accommodate a 10-year design storm for runoff from the
proposed street. Analysis will also be performed to evaluate storm flows from areas
beyond the immediate area of the proposed street and how to adequately convey these
offsite flows to the 72-inch diameter storm sewer located between Deli-Mart and
Godfathers Pizza.
Water main extension along the proposed street to connect the existing water main at
Ruppert Road to the existing water main at South Riverside Drive.
1.1 Preliminary Design and Plan Preparation
The work tasks to be performed by the CONSULTANT under section 1.1 Preliminary Design
and Plan Preparation shall include the following:
1.1.1 Preliminary Survey and Mapping
The CONSULTANT will obtain aerial base mapping from the CITY.
The CONSULTANT will research courthouse records to establish approximate locations of
existing property lines, right-of-way lines and property ownership for the properties affected by
the PROJECT and incorporate this data into the base mapping of the PROJECT.
The CONSULTANT will research underground utility locations with the various companies and
plot such locations on the base mapping of the PROJECT. Utilities to be researched include:
field tile, sanitary sewer, storm sewer, electric, gas, water, telephone, cablevision, and fiber
optic lines.
This task will include field surveys to establish vertical and horizontal control, and obtaining
supplemental topographic data required for the development of the preliminary plans. This task
also includes incorporating the survey data collected into the base mapping. Horizontal control
to be based on Johnson County GPS control monuments (NGS NAD83). Vertical control to be
based on NGVD 1929.
1.1.2. Preliminary Plat
This task consists of the preparation of a Preliminary Subdivision Plat of the project area
illustrating proposed lots, street(s), utilities, and other information required by the codes and
ordinances of the City of Iowa City.
1.1.3. Title and General Information Sheets
This task consists of assembling the preliminary title and general information sheets. The cover
sheet format to be provided by the City.
1.1.4. Preliminary Typical Cross Sections
This task consists of sidewalk and pavement determination, assembling the Typical Cross
Sections to be used for the proposed improvements, and preliminary Station ranges for each
Typical Section.
MMS.DOC
1.1.5. Preliminary Estimate of Quantities
This task consists of a preliminary determination of the bid items to be included in the
PROJECT, along with an estimate of quantities for each item.
1.1.6. Preliminary Plans and Profiles
This task consists of the development of preliminary plan and profile sheets at 1 "=20' scale, that
will show the existing topography along the proposed improvements based on the survey or the
office adjusted centerline. Proposed Permanent and Temporary Easement limits will be shown.
Included will be the necessary CADD work to show the preliminary design features for the
proposed improvements, as well as preliminary cross-sections for the determination of
eadhwork quantities.
1.1.7. Reference Ties and Bench Marks
This task consists of assembling reference ties to the plan control points and the bench mark
data used to develop the plans and to be preserved throughout construction of the PROJECT.
This task also includes preserving Government Corners which are found in the vicinity of the
proposed construction.
1.1.8. Preliminary Staging and Traffic Control
This task consists of developing a suitable plan for construction staging and traffic control
measures to be implemented during construction. The plan will include provisions for
temporary access to adjacent properties during construction, if necessary.
1.1.9. Preliminary Intersection and Geometric Design
This task consists of design and drafting of the geometric layouts consistent with the AASHTO
Policy on Geometric Design of Highways and Streets. The scale of these plan sheets will be
1 "=20'.
1.1.10. Preliminary Storm Drainage Design
This task consists of completing an inventory of the existing hydrologic and hydraulic conditions
and identifying the impacts the proposed improvements will have on area wide drainage
patterns. Once the impacts have been quantified, alternatives will be developed to support the
proposed improvements. Upstream watersheds will be evaluated for runoff in a post-
development condition, assuming no on-site stormwater detention. The storm sewer system
will be designed to accommodate upstream areas in the post-development condition.
1.1.11. Preliminary Sanitary Sewer Extension
This task consists of developing a preliminary plan and profile for the extension of a sanitary
sewer along the route of the proposed street. The sanitary sewer extension would begin near
the existing Old Landfill lift station and follow the proposed street alignment to Ruppert Road.
An evaluation will be made to determine the possibility and feasibility of future extension of this
sanitary sewer westerly through Westpod Plaza to eliminate the Westport Plaza lift station.
MMS.DOC
1.1.12. Preliminary Watermain Design
This task will consist of the preliminary design for the extension of water main along the
PROJECT. The plan will include showing connections to existing mains, fire hydrant and valve
locations.
1.1.13. Preliminary Streetscape/Landscape Design
This task consists of the preliminary design of streetscape elements. Included are the
locations, dimensions, and elevations of tree planting areas. Also included are typical cross-
sections through various areas showing proposed landscaping.
1.1.14. Preliminary Special Construction Details
This task consists of the design and drafting associated with the assembly of special details.
1.1.15. Preliminary Culvert Plans
This task consists of assembling the type, size and location information for any cross road
culvert. All culverts and dikes shall be drawn on the plans to their proposed length and skew.
This task will also include the preliminary structural drawings for any proposed reinforced
concrete box cross road culverts.
1.1.16. Preliminary Detailed Cross Sections
This task consists of the design and drafting associated with the assembly of detailed cross
sections to illustrate typical conditions, drainage designs, and nontypical conditions as needed
for guidance during deign, review, easement determination and quantity estimating purposes.
1.1.17. Sensitive Area Ordinance
Evaluate the project for compliance with the Sensitive Areas Ordinance. Prepare a summary of
the findings.
1.1.18. Meetings
The CONSULTANT will attend a maximum of 4 meetings to review progress, assist in decision-
making, and receive direction from the CITY and COMMISSION, one field exam which includes
the preparation of materials, participation in the field exam and reviewing results of the field
exam with the CITY and COMMISSION, and others; and two public information meetings
which include the preparation of display materials and hand out information, attendance at a
public information meeting and reviewing results of the informational meetings with the CITY
and COMMISSION and others.
1.2. Real Estate Services
The work to be performed by the CONSULTANT under section 1.2. Real Estate Services, will
include the following:
MMS.DOC
1.2.1. Preparation of Acquisition Plats and Legal Documents
The CONSULTANT will perform land corner and lot surveys as needed and prepare acquisition
plats and legal descriptions. Said plats and legal descriptions shall comply with requirements of
the Iowa Code and shall be prepare by or under the direct supervision of a duly licensed land
surveyor under the laws of the State of Iowa.
1.3. Final Plans and Specifications
Based upon the preliminary design and plan preparation, field exam, review comments and,
various meetings, the CONSULTANT shall subsequently proceed with final design, contract
drawings, specifications, and estimates for the award of two (2) construction contracts. One of
the construction contracts will be for all roadway construction and the other construction
contract will be landscaping only. The contract documents shall describe in detail the work to be
done, materials to be used, and the construction methods to be followed. Final construction
plans will be ink plotted on mylar and will become the property of the CITY and COMMISSION.
The work tasks to be performed by the CONSULTANT under section 1.3. Final Plans and
Specifications, shall include the following:
1.3.1. Preparation of a Final Subdivision Plat of the Project area
This item consists of the preparation of a Final Subdivision Plat in accordance with the
applicable provisions of the CITY and COMMISSION of Iowa CITY and .COMMISSION and the
State of Iowa.
1.3.2. Final Cover Sheet
This item consists of finalizing the cover sheet. The cover sheet will include the following:
PROJECT title, sheet index, certifications, location maps, and legends.
1.3.3. Final Typical Sections
This item consists of final design and drafting of typical cross-sections and standard details to
be utilized for the improvements.
1.3.4. Final Quantities
This item consists of defining the final bid items to be included in the PROJECT as well as plan
quantity tabulation and the development of the general notes and estimate reference
information.
1.3.5. Final Plan and Profiles
This item consists of the final design and drafting of roadway plan and profile sheets, including
the detail information required for plan approvals, permitting and construction of the proposed
improvements. This task also consists of the final design and drafting for the installation of new
utilities and utility adjustments which can be determined from coordination with the utility
companies at the time of plan development.
MMS.DOC
1.3.6. Final Staging and Traffic Control
This item consists of final design and drafting of the PROJECT staging notes, the temporary
construction signing and traffic control plans, the permanent pavement marking plans and the
permanent signing plans.
1.3.7. Final Geometric Layouts, Jointing and Edge Profiles
This item includes the final design and drafting of joinring details, spot elevations, and
geometric layouts for all non typical pavement areas.
1.3.8. Final Design of Storm Drainage Systems
This item consists of final design and drafting of storm sewers, storm sewer inlets, manholes,
open ditches, culvert structural details and miscellaneous storm drainage related facilities for
the PROJECT.
1.3.9. Final Sanitary Sewer Extension Design
This item consists of the final design and drafting of the sanitary sewer extension, including
manhole and connection details, quantities, specifications and miscellaneous elements of the
sanitary sewer installation.
1.3.10. Final Water Main Design
This item consists of the final design and drafting of the water main along the PROJECT.
1.3.11. Final Soils Design
This task consists of final design and drafting of the soils information including borrow and
earthwork quantities. This item also includes the final design and drafting of erosion control
measures to be provided on the PROJECT.
1.3.12. Final Streetscape/Landscape Design
This task consists of the final design of streetscape elements. Included are locations, and
elevations, of signs. Also included are providing typical cross-sections through various areas
showing the proposed landscaping. Landscaping design will include trees, shrubs, and seeding
for the PROJECT area. This work will be a separate construction contract, while the paving
construction contract will include finish grading, erosion control and temporary seeding.
1.3.13. Final Construction Details
This item consists of the final design and drafting of miscellaneous details. Included are such
items as special grading details, culvert details not included in the standard drawings, special
storm sewer or manhole details not included in the standard drawings, special paving details
and other required details.
1.3.14. Final Design Cross-Sections
This item consists of the final design and drafting of individual cross-sections for the PROJECT.
Cross-sections will be developed at 50 foot maximum intervals, will additional cross-sections
MMS.DOC
included as necessary to detail the proposed construction. Cross-sections will show the
existing ground elevations as well as the proposed PROJECT grading, including special fore
slope and back slope information, special subgrade treatment, ditches, utility locations and
other pertinent information.
1.3.15. Permitting
The CONSULTANT will secure all permits on behalf of the CITY and COMMISSION. Any fees
for construction permits, licenses and other costs associated with permits and approvals shall
be the responsibility of the CITY. The CONSULTANT shall provide technical criteria, written
descriptions, and design data in filing applications for permits. The CONSULTANT will also be
available to participate in consultations with permitting authorities. It is anticipated that the
following permit(s) will be applied for:
City Preliminary Plat approval
City Final Plat approval
IDNR Permit for water main
IDNR Permit for sanitary sewer
FAA Permit
1.3.16. PROJECT Manual
This task consists of providing a Project Manual for the PROJECT, including Notice of Hearing
and Letting, Instruction to Bidders, Bid Forms, Bond Forms, Agreement Forms, General
Conditions of the Construction Contract, Supplementary General Conditions, and Detailed
Construction Specifications. The Project Manual will be developed using the Iowa City
engineering consultant dossier (most recent copy) as a guide.
1.3.17. Opinion of Probable Construction Costs
The CONSULTANT shall prepare an updated Opinion of Probable Construction Cost for the
PROJECT at the time of completion of the final plans and specifications. The Opinion of
Probable Construction Cost is intended for the use of the Owner in financing and bidding the
PROJECT.
1.4. Letting Services
The work tasks to be performed by the CONSULTANT under section 1.4-Letting Services, shall
include the following:
1.4.1 Printing of Plans and Specifications
This task consists of printing and handling of the Plans and Specifications. For budget
purposes it is estimated that fifty 24" x 36" plan sets and specifications will be duplicated and
assembled for distribution. This task also includes dissemination of the contract documents
and maintaining a plan holders list during the bidding phase. A non-refundable deposit may be
charged to the contractors to recover the actual cost of printing the plans and specifications.
Administrative and handling expenses will be a part of this contract, as will the cost to print and
distribute plans and specifications to selected plan rooms.
MMS.DOC
1.4.2. Notice of Project
The CONSULTANT shall assist in the preparation of the formal Notice of Hearing and Letting.
Publication costs shall be borne by the CITY. The CONSULTANT shall also prepare and
disseminate an informal notice to contractors concerning the upcoming PROJECT.
1.4.3. Contract Questions and Addenda
The CONSULTANT shall be available to answer questions from contractors prior to the letting
and shall issue addenda as appropriate to interpret, clarify or expand the bidding documents.
1.4.4. Letting, Bid Tabs, and Award Recommendation
The CONSULTANT shall have a representative present when the bids and proposals are
opened, shall make tabulation of bids for the CITY and COMMISSION, shall advise the CITY
and COMMISSION on the responsiveness of bidders, and assist the CITY and COMMISSION
in making the award of contract. After the awards are made, the CONSULTANT shall assist in
assembling the contract documents for the PROJECT included herein.
1.5. Additional Services
Additional Services are not included in this contract. If authorized a Supplemental Agreement
the CONSULTANT shall furnish or obtain from others the following services.
1.5.1.
1.5.2.
1.5.3
1.5.4.
1.5.5.
1.5.6.
1.5.7.
1.5.8.
1.5.9.
1.5.10.
1.5.11.
1.5.12.
1.5.13.
1.5.14.
Title Searches
DOT Type Plot Plans
Appraisals
Appraisal reviews
Right-of-way negotiation/acquisition services
Relocation assistance
Closing services
Eminent domain proceedings
Flood plain permitting
Environmental impact statements
Construction Administration
Construction Observation and Materials Testing
Construction Layout and Staking
Wetlands determination/mitigation
1.5.15. Coordination, communication and permit applications with the US Fish and Wildlife
Service of the Iowa State Historical Office.
2. GENERALTERMS
2.1
The Consultant shall not commit any of the following employment practices and agrees
to prohibit the following practices in any subcontracts.
2.1.1. To discharge or refuse to hire any individual because of their race, color, religion,
sex, national origin, disability, age, marital status, sexual orientation or gender
identity.
MMS.DOC
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
2.10
2.1.2
To discriminate against any individual in terms, conditions, or privileges of
employment because of their race, color, religion, sex, national origin, disability,
age, marital status, sexual orientation or gender identity.
Should the CITY and COMMISSION terminate this Agreement, the Consultant shall be
paid for all work and services performed up to the time of termination. However, such
sums shall not be greater than the "not to exceed" total amount listed in Section 4. The
CITY and COMMISSION may terminate this Agreement upon seven (7) calendar days'
written notice to the Consultant.
This Agreement shall be binding upon the successors and assigns of the parties hereto,
provided that no assignment shall be without the written consent of all Parties to said
Agreement.
It is understood and agreed that the retention of the Consultant by the CITY and
COMMISSION for the purpose of the Project shall be as an independent contractor and
shall be exclusive, but the Consultant shall have the right to employ such assistance as
may be required for the performance of the Project.
It is agreed by the CITY and COMMISSION that all records and files pertaining to
information needed by the Consultant for the project shall be available by said CITY and
COMMISSION upon reasonable request to the Consultant. The CITY and
COMMISSION agrees to furnish all reasonable assistance in the use of these records
and files.
It is further agreed that no Party to this Agreement shall perform contrary to any state,
federal, or local law or any of the ordinances of the City of Iowa, Iowa.
At the request of the CITY and COMMISSION, the Consultant shall attend such
meetings of the City Council or Airport Commission relative to the work set forth in this
Agreement. Any requests made by the CITY or COMMISSION shall be given with
reasonable notice to the Consultant to assure attendance.
The Consultant agrees to furnish, upon termination of this Agreement and upon demand
by the CITY or COMMISSION, copies of all basic notes and sketches, charts,
computations, and any other data prepared or obtained by the Consultant pursuant to
this Agreement without cost, and without restrictions or limitation as to the use relative to
specific projects covered under this Agreement. In such event, the Consultant shall not
be liable for the CITY'S or COMMISSION'S use of such documents on other projects.
The Consultant agrees to furnish all reports, specifications, and drawings, with the seal
of a professional engineer affixed thereto or such seal as required by Iowa law.
The CONSULTANT shall furnish the services of Christopher Stephan to attend such
meetings of the City Council, Airport Commission and public meetings relative to this
Agreement and as may be requested by the City. Christopher Stephan shall attend
other meetings as requested by the City. Any requirements made by the CITY or
COMMISSION shall be given with reasonable notice to the CONSULTANT. Christopher
Stephan will direct all PROJECT efforts expended by the CONSULTANT during the
work, and will serve as the primary liaison with the CITY and COMMISSION. Changes
in the CONSULTANT'S representatives shall be made only with the prior approval of the
CITY and COMMISSION.
MMS.DOC
2.11
Charles Schmadeke and a Commissioner to be designated by the COMMISSION will
act as the CITY and COMMISSION's representatives with respect to the work to be
performed under this Agreement. These persons or their designees shall have
complete authority to transmit instructions, receive information, interpret and define the
CITY and COMMISSION's policies and decisions with respect to the work presented
under this Agreement.
2.12
The CITY and COMMISSION agree to tender the Consultant all fees in a timely manner,
excepting, however, that failure of the Consultant to satisfactorily perform in accordance
with this Agreement shall constitute grounds for the CITY and COMMISSION to withhold
payment of the amount sufficient to properly complete the Project in accordance with
this Agreement.
2.13
Should any section of this Agreement be found invalid, it is agreed that the remaining
portion shall be deemed severable from the invalid portion and continue in full force and
effect.
2.14
Original contract drawings shall become the property of the CITY and COMMISSION.
The Consultant shall be allowed to keep mylar reproducible copies for the Consultant's
own filing use.
2.15 Fees paid for securing approval of authorities having jurisdiction over the Project will be
paid by the CITY and COMMISSION.
2.16
Upon signing this agreement, Consultant acknowledged that Section 362.5 of the
Iowa Code prohibits a City officer or employee from having an interest in a contract
with the City, and certifies that no employee or officer of the City, which includes
members of the City Council and City boards and commissions, has an interest,
either direct or indirect, in this agreement, that does not fall within the exceptions to
said statutory provision enumerated in Section 362.5.
3. SCHEDULE
The CONSULTANT shall complete the following phases of the PROJECT in accordance with
the schedule shown, assuming notice to proceed is issued by the CITY on or before August 29,
1998.
3.1.1.
3.1.2.
3.1.3.
3.1.4.
Preliminary Design and Plat Preparation
Real Estate Services
Final Construction Documents & Final Plat
Letting Services
August 1998-December 1998
August 1998-December 1998
January 1998-February 1999
March 1999-April 1999
4. COMPENSATION FOR SERVICES
4.1 Method of Payment
CITY shall pay CONSULTANT for services rendered under Section 1 - Scope of Services the
fee amounts as follows:
4.1.1. Preliminary Design and Plat Preparation
Fee Range / Not-to-Exceed
$42,900.00 to $47,200.00
MMS.DOC
4.1.3 Final Construction Documents & Final Plat $12,000.00 to $13,600.00
4.1.4 Letting Services $ 5,600.00 to $ 6,200.00
Total
$65,900.00 to $72,500.00
4.2 Payment Schedule
4.2.1
CONSULTANT shall bill CITY monthly for services and reimbursable expenses.
Payment for services shall be due and payable within thirty (30) days of CITY's receipt
of invoice.
4.2.2
If the CITY fails to make monthly payments due CONSULTANT, CONSULTANT may,
after giving seven (7) days' written notice to CITY, suspend services under this
Agreement until CITY has paid in full all amounts due.
4.2.3.
CONSULTANT shall provide working drawings and other documentation deemed
necessary to the CITY and COMMISSION at meetings held periodically during the
design phase and reach mutual agreement that work has been .performed in accordance
with the attached payment schedule.
5. MISCELLANEOUS
5.1 Insurance Requirements
5.1.1 Certificate of Insurance, Cancellation or Modification
Before commencing work, the CONSULTANT shall submit to the CITY, for approval, a
Certificate of insurance meeting the requirements specified herein, to be in effect for the full
contract period.
The CONSULTANT shall notify the CITY in writing at least thirty (30) calendar days prior to any
change or cancellation of said policy or policies.
Cancellations or modifications or said policy or policies shall be considered just cause of the
City of Iowa City to immediately cancel the Agreement and/or to halt work on the project, and to
withhold payment for any work performed on the contract.
5.1.2. Minimum Coverage
Any policies of insurance purchased by the CONSULTANT to satisfy its responsibilities under
this Agreement shall include contractual liability coverage, and shall be in the following type and
minimum amounts:
I. Comprehensive General Liability Each Occurrence
(1) Bodily Injury $ 250,000.00
(2) Property Damage
Aggregate
$ 50O,O00.00
$100,000.00
II.
Motor Vehicle Liability and
Property Damage Insurance
(1) Bodily Injury
(2) Property Damage
Per Person
$ 250,000.00
Per Accident
$ 500,O00.00
$100,000.00
MMS.DOC
III. Worker's Compensation insurance as required by Chapter 85, Code of Iowa.
All provisions of the Agreement shall be reconciled in accordance with generally accepted
standards of the Engineering Profession.
It is further agreed that there are no other considerations or monies contingent upon or resulting
from the execution of this Agreement, that this is the Agreement, and that no other monies or
considerations have been solicited.
Byj .~'
Title: Mayor
Date: August 25. 1998
ATTEST:
Title:
Date:
A'I'FEST:
Airport Commission Chairperson
20 AuHust 1998
City Attorney's Office
MMS.DOC
This attachment for purpose of indicating
east-west street alignment only.
\
.\-
Attachment A
.J
This attachment for purpose of
indicating east-west street alignment only.
Attachment B
,I
Ill
THIS AGi
referred
CONSULTANT AGREEMENT
for the
Development of the North Airport Site
made and entered into this day of
, by and between the CITY of Iowa CITY, a municipal
as the CITY, the Iowa City Airport Commission, hereinaf
.N and MMS Consultants, Inc. of Iowa City, Iowa, hereir
hereinafter
referred to as the
referred to as the
North Airport
Commission
SUBDIVISION
Drive, and
the CITY and COMMISSION, desire to con a development of the
mmercial Area, hereinafter referred to as the SION, upon which the
to lease lots for various industrial an~ commercial uses, and which
include the extension of a street from ppert Road to South Riverside
WHEREAS
completed the prepa~
CONSULTANT, at the direction
of a Concept Plan for said
the CITY 'and COMMISSION, has
and
WHEREAS, CITY and COMMISSION d
prepare Preliminary Subdivision Plats an
specifications for bidding ~nd construction of the
which shall be called the and
the services of a consulting firm to
}reliminary and final design drawings and
~rovements for said SUBDIVISION, all of
WHEREAS, the City
Agreement with MMS
Iowa City and City Airport Commission have negotiated an
INC of Iowa City, Iowa to provide consulting services.
NOW, THEREFORE it
COMMISSION does now
follows:
and between the parties hereto that the CITY and
CONSULTANT to provide consulting services as
1. SCOPE OF SERVICES
The work to be performed by the
and include all detail work,
and deliver preliminary and
include:
plats
ILTANT under this Scope of Services shall encompass
~rials, equipment and supplies necessary to prepare
contract documents for the improvements which
Preliminary and Fi~ Plats for said ivision.
Horizontal nment as during meetings with City Staff and various
individuals in the Subdivision. alignment of the proposed street is to be
generally as on Attachment(s) A a length of approximately 2,800 feet.
MMS.DOC
1
the proposed street route that might provide fo' future elimination of the private lift
station serving Westport Plaza.
A storm sewer system to accommodate a 10-~ ear design storm for runoff from the
proposed Analysis will also be perform, !d to evaluate storm flows from areas
beyond immediate area of the proposed and how to adequately convey these
offsite to the 72-inch diameter storm located between Dell-Mart and
Godfathers
Water main
Ruppert
along the proposed st ;et to connect the existing water main at
the existing water main at uth Riverside Drive.
1.1 Preliminary In and Plan Preparation
The work tasks to be
and Plan Preparation
by the CONSU
lclude the following:
under section 1.1 Preliminary Design
1.1.1 Preliminary Survey Mapping
The CONSULTANT will
~erial base ma ling from the CITY.
The CONSULTANT will
existing property lines, ri
the PROJECT and incorporate
;h courthou records to establish approximate locations of
y lines property ownership for the properties affected by
data int the base mapping of the PROJECT.
The CONSULTANT will research
plot such locations on the base ma
field tile, sanitary sewer, storm
optic lines.
utility locations with the various companies and
the PROJECT. Utilities to be researched include:
.~lectric, gas, water, telephone, cablevision, and fiber
This task will include field surveys
supplemental topographic data required
also includes incorporating the surv
to be based on Johnson County
based on NGVD 1929.
1.1.2. Preliminary Plat
This task consists of the prep,aration of a
illustrating proposed lots, street(s), utilities, and
ordinances of the City of Iowa ¢;ity.
1.1.3. Title and General Information Sheets
vertical and horizontal control, and obtaining
the development of the preliminary plans. This task
into the base mapping. Horizontal control
monuments (NGS NAD83). Vertical control to be
try Subdivision Plat of the project area
information required by the codes and
This task consists of assembling the preliminary title and general information sheets. The cover
sheet format to be provide~ by the City.
1.1.4. Preliminary Typical' Cross Sections
;
This task consists of sidewalk and pavement determination, assembling the Typical Cross
Sections to be used for the proposed improvements, and preliminary Station ranges for each
Typical Section.
MMS.DOC
1.1.5. Preliminary Estimate of Quantities
This task
PROJECT,
of a preliminary determination of the bid items to be included in the
}ng with an estimate of quantities for each item.
1.1,6.
Plans and Profiles
This task
will show the
office adjusted
Included will be the
proposed im
earthwork quantities.
1.1.7. Reference Ties
This task consists of
data used to develop the plans
This task also includes
proposed construction.
1.1.8. Preliminary Staging and
development of preliminary plan and profi.~ sheets at 1 "=20' scale, that
topography along the proposed improvements based on the survey or the
/
ne. Proposed Permanent and Temporary Easement limits will be shown.
;cessary CADD work to show the preliminary design features for the
as well as preliminary cross-~ctions for the determination of
/
/
Marks /
/
/
reference ties to th plan control points and the bench mark
e
/
Control /
This task consists of developing a
measures to be implemented during
temporary access to adjacent properties d~
for construction staging and traffic control
ction. The plan will include provisions for
~g construction, if necessary.
1.1.9. Preliminary Intersection and Geor Design
Policy on Geometric Design
1 "=20'. /
/
1.1.10. Prelimina~ Storm Drainag~ Design
This task consists of completing ~n invento~ of the
and identifying the impacts the proposed imp
pa~erns. Once the impacts ha~e been quantified,
proposed improvements. Upstream watersheds will
development condition, assuming no on-site stormwater
will be designed to accommodate upstream areas in the
1.1.11. Prelimina~ Sanita~ Sewer Extension
This task consists of developing a prelimina~ plan and profile
sewer along the rout~-"bf the proposed street. The sanita~ sewer
the existing Old La0dfill lift station and follow the proposed street ali
eometric layouts consistent with the AASHTO
The scale of these plan sheets will be
hydrologic and hydraulic conditions
ts will have on area wide drainage
ives will be developed to support the
evaluated for runoff in a post-
ion. The storm sewer system
condition.
e extension of a sanitary
nsion would begin near
~nt to Ruppert Road.
An evaluation will be made to determine the possibility and feasibility Are extension of this
sanitary sewer westerly through Westport Plaza to eliminate the Westport Pl'~Z;a lift station.
MMS.DOC
1.1.12. Preliminary Watermain Design
This task consists of
culvert. All culverts
This task will also
concrete box cross road
This task will consist of the preliminary design for the extension of wa~r main along the
PROJECT. The plan will include showing connections to existing mains, ,fie hydrant and valve
locations.
1.1.13. ~ Streetscape/Landscape Design
This tasl~ ~ of the preliminary design of streetscape elements. Included are the
locations i,~rs, and elevations of tree planting areas. Also included are typical cross-
sections h various areas showing proposed landscapin .
This task consi~ i ciated of special details.
1.1.15. Plans
le the prelimina~ st~'ctural drawings for any proposed reinforced
1.1.16. Preliminary
This task consists of the
sections to illustrate typical
for guidance during deign,
Sensitive Area Ordinance
1.1.17.
~lverts.
Cross Section,~/ /
n and drafting associated with the assembly of detailed cross
itions, cl, y/ainage designs, and nontypical conditions as needed
easement determination and quantity estimating purposes.
!
/
/
Evaluate the project for compliance
the findings.
the Sensitive Areas Ordinance. Prepare a summary of
1.1.18. Meetings ~
The CONSULTANT will attend a ~aximum o 4 meetings to review progress, assist in decision-
making, and.receive direc. tion frqtm. !he .Cl'ff. a d C.OMMISSION, one.field exam which includes
which include the preparation/of display materials nd hand out information, attendance at a
public information meeting add reviewing results of e informational meetings with the CITY
and COMMISSION and other.
1.2. Real Estate Service,,.~//
The work to be performed by the CONSULTANT under sectioff'~!.2. Real Estate Services, will
include the following: .i
MMS.DOC
1.2.1. Preparation of Acquisition Plats and Legal Documents
The CONSULTANT will perform land corner and lot surveys as nE
plats and I~ al descriptions. Said plats and legal descriptions sh
the Iowa and shall be prepare by or under the direct
surveyor Jer the laws of the State of Iowa.
/
and prepare acquisition
comply with requirements of
of a duly licensed land
1.3. Final
and Specifications
Based upon
various
drawings,
the construction
contract will be
done, materials to
plans will be ink
The work tasks to
Specifications, shall
preliminary design and plan preparati field exam, review comments and,
5, the CONSULTANT shall subsequ, ~tly proceed with final design, contract
and estimates for the two (2) construction contracts. One of
will be for all roadwa' construction and the other construction
scaping only. The contract doct shall describe in detail the work to be
e used, and the constructior s to be followed. Final construction
~d on mylar and will the property of the CITY and COMMISSION.
performed by the under section 1.3. Final Plans and
lude the following:
1.3.1. Preparation of a ,al Subdivision Pla the Project area
This item consists of th,
applicable provisions of
State of Iowa.
preparation
;ITY and C~
a Final Subdivision Plat in accordance with the
of Iowa CITY and COMMISSION and the
1.3.2. Final Cover Sheet
This item consists of fin g
PROJECT title, sheet index,
sheet. The cover sheet will include the following:
location maps, and legends.
1.3.3. Final Typical Sections :
!
This item consists of final desy~n
be utilized for the improvements.
1.3.4. Final Quantities
This item consists of defint,'ng the final bid
quantity tabulation and?the development
information.
1.3.5. Final Plan and ~Profiles
This item consists of/{he final design and drafting
the detail informatio,n required for plan approvals,
improvements. This task also consists of the final desi
utilities and utility /'adjustments which can be
companies at the time of plan development.
rafting of typical cross-sections and standard details to
~s to be included in the PROJECT as well as plan
the general notes and estimate reference
plan and profile sheets, including
itting and construction of the proposed
and drafting for the installation of new
from coordination with the utility
MMS.DOC ,,.
1.3.6. Final Staging and Traffic Control
This item consists of final design and drafting of the PROJECT st~
construction signing and traffic control plans, the permanent
permanent signing plans.
notes, the temporary
marking plans and the
1.3.7. Final Geometric Layouts, Jointing and Edge Profiles
This ,m in~;~'udes tb~._final design and drafting of
geomet c layouts for all non typical pavement areas.
details, spot elevations, and
1.3.8.
Design of Storm Drainage Systems
This item c,
open
the PROJE(
of final design and drafting of s
culvert structural details and mis,
sewers, storm sewer inlets, manholes,
storm drainage related facilities for
1.3.9. Final
~ry Sewer Extension Design
This item consists
manhole and conn~
sanitary sewer install~
the final design and
ion details,
on.
of the sanitary sewer extension, including
specifications and miscellaneous elements of the
1.3.10. Final Water MI Design
This item consists of the
drafting of the water main along the PROJECT.
1.3.11. Final Soils Design
This task consists of final desi
earthwork quantities. This iter
measures to be provided on tl"
and drafting of the soils information including borrow and
so includes the final design and drafting of erosion control
1.3.12. Final Streetscape/LE
esign
This task consists of the design streetscape elements. Included are locations, and
elevations, of signs. Also typical cross-sections through various areas
showing the proposed lar g. ping design will include trees, shrubs, and seeding
for the PROJECT area. This work will be separate construction contract, while the paving
construction contract wi nclude finish erosion control and temporary seeding.
1.3.13. Final Constru< on Details
This item consists o' final design and drafting
items as special details, culvert details not
storm sewer or m; details not included in the
and other requirec
/
1.3.14. Final D ~ n
,es'g Cross-Sections
This item consists of the final design and drafting of
Cross-sections will be developed at 50 foot maximum
miscellaneous details. Included are such
in the standard drawings, special
lndard drawings, special paving details
for the PROJECT.
will additional cross-sections
MMS.DOC
included as necessary to detail the proposed construction. Cro'ss-sections will show the
existing ground elevations as well as the proposed PROJECT gi:~ading, including special fore
slope and back slope information, special subgrade treatmere, ditches, utility locations and
other pertinent information.
/
1.3.15. P,
The C( N: LTANT will secure all permits on behalf of e CITY and COMMISSION. Any fees
for con,, tn 1 ~n permits, licenses and other costs as ociated with permits and approvals shall
be the respo ibility of the C TY The CONSULT T shall provide technical criteria written
descriptions, ~esign data in filing applications r permits. The CONSULTANT will' also be
· City Plat approval /
· IDNR er
· FAA Permil
1.3.16. PROJECT Manual
This task consists of providing
and Letting, Instruction to Bidd~
Conditions of the Construction
Construction Specifications. T~e
engineering consultant dossier !most
'r ,ot~ct Manual for the PROJECT, including Notice of Hearing
Bid Forms, Bond Forms, Agreement Forms, General
~tract, Supplementary General Conditions, and Detailed
ect Manual will be developed using the Iowa City
copy) as a guide.
1.3.17. Opinion of Probable
The CONSULTANT shall pyepare an u
PROJECT at the time of ,.~;ompletion of
Probable Construction COSt is intended for
PROJECT. ,
i .4. Letting Services,
The work tasks to be I~erformed by the CON~
include the following:.-'
1.4.1 Printing of Plans and Specifications
;d Opinion of Probable Construction Cost for the
final plans and specifications. The Opinion of
use of the Owner in financing and bidding the
under section 1.4-Letting Services, shall
This task consist~ of printing and handling of the
purposes it is estimated that fifty 24" x 36" plan sets and s
assembled for distribution. This task also includes
and maintaining a plan holders list during the bidding phase. A l-refundable deposit may be
charged to the;/contractors to recover the actual cost of printing plans and specifications.
Administrative;and handl ng expenses 'w be a part of this contract, ~the cost to print and
distribute plans and specifications to selected plan rooms.
Specifications. For budget
:ifications will be duplicated and
of the contract documents
MMS.DOC
1.4.2. Notice of Project
The CONSULTANT shall assist in the preparation of the for I Notice of Hearing and Letting.
Publication costs shall be borne by the CITY. The CO ULTANT shall also prepare and
disseminate an c 'hal notice to contractors concerning th upcoming PROJECT.
answer ques ons from contractors prior to the lettinge
/
The CONSULTANT have a representativ~ present when the bids and proposals are
opened, shall make tabuL ion of bids for the CiTY and COMMISSION, shall advise the CITY
and COMMISSION on the ~sponsiveness of bidders, and assist the CITY and COMMISSION
in making the award of ,ct. After the awards are made, the CONSULTANT shall assist in
assembling the contract doct ~ents for the PROJECT included herein.
1.5. Additional Services
Additional Services are not
Agreement the CONSULTANT
ded in this contract. If authorized by a Supplemental
or obtain from others the following services.
1.5.1.
1.5.2.
1.5.3
1.5.4.
1.5.5.
1.5.6.
1.5.7.
1.5.8.
1.5.9.
1.5.10.
1.5.11.
Title Searches
DOT Type Plot Plans
Appraisals
Appraisal reviews
Right-of-way negotiation/acquisition
Relocation assistance
Closing services
Eminent domain proceedings
Flood plain permitting
Environmental impact statements
Construction Administration
,~rvices
1.5.12. Construction ObseNation and Materials
1.5.1 3. Construction LayOut and Staking
1.5.1 4. Wetlands deter mation/mitigation
1.5.15. Coordination, c mmunication and permit a ions with the US Fish and Wildlife
Service of the Iowa St te Historical Office.
2. GENERAL T RMS
2.1 The Consult nt shall not commit any of the following practices and agrees
to prohibit t owing practices in any subcontracts.
/
2.1.1. To discharge or refuse to hire any individual because race, color, religion,
sex, national origin, disability, age, marital status, orientation or gender
identity.
MMS.DOC
2.2
2.1.2 To discriminate against any individual in terms, conditions, or privileges of
employment because of their race, color, religion, sex, national origin, disability,
age, marital status, sexual orientation or gender identity:
/
Should the CITY and COMMISSION terminate this reement, the Consultant shall be
paid all work and services performed up to the me of termination. However, such
sums not be greater than the "not to excee~ amount listed in Section 4. The
CITY COMMISSION may terminate this A ement upon seven (7) calendar days'
written ice to the Consultant.
2.3
This Ac
provided
Agreement.
shall be binding upon the s
no assignment shall be wil
and assigns of the parties hereto,
the written consent of all Parties to said
2.4
It is understc
COMMISSION
shall be
may be required
and agreed that th~ of the Consultant by the CITY and
~r the purpose of ect shall be as an independent contractor and
but the Consulta shall have the right to employ such assistance as
the performant of the Project.
2.5
It is agreed by the :ITY and that all records and files pertaining to
information needed by for the project shall be available by said CITY and
COMMISSION upon request to the Consultant. The CITY and
COMMISSION agrees to ;h all reasonable assistance in the use of these records
and files.
2.6
It is further agreed that
federal, or local law or an'
to this Agreement shall perform contrary to any state,
of the City of Iowa, Iowa.
2.7
At the request of the
meetings of the City C
Agreement. Any
reasonable notice to
or Air
made b
Consultant to
the Consultant shall attend such
Commission relative. to the work set forth in this
he CITY or COMMISSION shall be given with
~sure attendance.
2.8
The Consultant
by the CITY or
computations, ant
this Agreement
specific projects
be liable for the
to furnish, upon dnation of this Agreement and upon demand
copies all basic notes and sketches, charts,
any other data prepared obtained by the Consultant pursuant to
cost, and without ons or limitation as to the use relative to
under this Agreement. n such event, the Consultant shall not
or COMMISSION'S use ;uch documents on other projects.
2.9
The agrees to furnish all reports,
of a professios ~1 engineer affixed thereto or such
and drawings, with the seal
required by Iowa law.
2.10
The
meetings
Ag
other met
COMMI,'
Stephan
shall furnish the services of
City Council, Airport Commission and
and as may be requested by the City.
s as requested by the City. Any req
shall be given with reasonable notice to the
direct all PROJECT efforts expended by the
work, a~ d will serve as the primary liaison with the CITY and
in the representatives shall be made only with the I:
CITY nd COMMISSION.
/
~her Stephan to attend such
lic meetings relative to this
,her Stephan shall attend
made by the CITY or
ULTANT. Christopher
ULTANT during the
SSION. Changes
approval of the
MMS.DOC '
2.11
Charles Schmadeke will act as the CITY and COMMISSION's representative with
respect to the work to be performed under this Agreement. These two persons or their
designees shall have complete authority to transmit instruc!idns, receive information,
interpret and define the CITY and COMMISSION's policies decisions with respect to
the work presented under this Agreement.
2.12
The and COMMISSION agree to tender the Cons all fees in a timely manner,
exce however, that failure of the Consultant to perform in accordance
with this reement shall constitute grounds for the and COMMISSION to withhold
payment the amount sufficient to properly ete the Project in accordance with
this Agreerr ,nt.
2.13
Should any
portion shall
effect.
of this Agreement be foul
deemed severable from the
invalid, it is agreed that the remaining
portion and continue in full force and
2.14
Original contract
The Consultant
own filing use.
twings shall become
be allowed to kee
property of the CITY and COMMISSION.
reproducible copies for the Consultant's
2.15 Fees paid for g
paid by the CITY and
~roval of au
having jurisdiction over the Project will be
2.16
Upon signing this ag
Iowa Code prohibits a City
with the City, and certifies th~
members of the City Council
either direct or indirect, in thi~
said statutory provision enu
acknowledged that Section 362.5 of the
or employee from having an interest in a contract
employee or officer of the City, which includes
City boards and commissions, has an interest,
that does not fall within the exceptions to
Section 362.5.
3. SCHEDULE
The CONSULTANT shall compl
the schedule shown, assuming
1998.
the following
to proceed is
ses of the PROJECT in accordance with
9d by the CITY on or before August 29,
/
3.1.1. Preliminary D~"sign and Plat Preparation August 1998-December 1998
3.1.2. Real Estate,,~ervices ~ugust 1998-December 1998
3.1.3. Final Const/uction Documents & Final Plat ~uary 1998-February 1999
3.1.4. Letting Se~ices M~ ;h 1999-April 1999
/
4. COMPENSATION FOR SERVICES
4.1 Method of P~yment
CITY shall pay C NSULTANT for services rendered under Section 1 - Scope'of Services the
fee amounts as Ilows: "
4.1.2 Real Estate $ 5,000.00 to $ 5,500.00
MMS.DOC
4.1.3 Final Construction Documents & Final Plat $12,000z00 to $13,600.00
4.1.4 Letting Services $ 5 to $ 6,200.00
Total $6! to $72,500.00
4.2
4.2.1
Payment Schedule
CON,' shall bill CITY monthly for
Payme it for services shall be due and pa
of invoi
and reimbursable expenses.
thirty (30) days of CITY's receipt
4.2.2
If the fails to make monthly
after g seven (7) days' written noti
Ag until CITY has paid in full all
of this
to
CONSULTANT, CONSULTANT may,
CITY, suspend services under this
due, under the terms and conditions
4.2.3.
CONSt
necessary to
design phase
with the attac
shall provide workinc drawings and other documentation deemed
~e CITY and COMMI,' ;ION at meetings held periodically during the
reach mutual lent that work has been performed in accordance
~ment schedule.
5. MISCELLANEi
5.'1 Insurance Re~ its
5.1.1 Certificate of Insurance,
or Modification
Before commencing work, the (::
Certificate of insurance meeting th~
contract period. /
/
The CONSULTANT shall notify tl~
change or cancellation of said policy or po
Cancellations or modifications/or said
City of Iowa City to immediate, Yy cancel the
withhold payment for any wo~ performed on
/
5.1.2. Minimum Coverage/
/
Any policies of insurance purchased by the
tmh~sn Amgurmeeamrne;~nsths:all inc;~/~e contractual liability coverage,
i
I. Compre ensive General Liability
(1) Body Injury
shall submit to the CITY, for approval, a
uirements specified herein, to be in effect for the full
Property Damage Insurance
(1) Bodily Injury
(2) Property Damage
writing at least thirty (30) calendar days prior to any
ies.
policies shall be considered just cause of the
;ment and/or to halt work on the project, and to
to satisfy its responsibilities under
nd shall be in the following type and
Each Occurrence Aggregate
$ 250,000.00 $ 500,000.00
$100,000.00
Per Person
$ 250,000.00
Per Accident
$ 500,000.00
$100,000.00
MMS.DOC
III. Worker's Compensation insurance as required by Chapter 85, Code of Iowa.
All provisions of the Agreement shall be reconciled in accordance with generally accepted
standards of the Engineering Profession.
It is further agreed that
from the execution of
considerations have been
;re are no other considerations or monies contingent upon or resulting
reement, that this is the Agreement, and that no other monies or
FOR THE CITY OF IOWA
By:
Title:
Date:
ATTEST:
IOWA
FOR THE IOWA CITY AIRPORT COMM
By:
Title:
Date:
ATTEST:
N
Approved by:
City Attorney's Office
Date
MMS.DOC