HomeMy WebLinkAbout2001-04-03 Resolution Prepared by: Ross Spitz, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5149
RESOLUTION NO. 01-75
RESOLUTION SE'FrING A PUBLIC HEARING ON PLANS, SPECIFICATIONS,
FORM OF CONTRACT, AND. ESTIMATE OF COST FOR THE CONSTRUCTION
OF THE TRANSIT PARKING LOT RESURFACE PROJECT, DIRECTING CITY
CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY
ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION.
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA:
1. 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 17th day of April,
2001, at 7:00 p.m. in the Council Chambers, Civic Center, Iowa City, Iowa, or if said
meeting is cancelled, at the next meeting of the City Council thereafter as posted by the
City Clerk.
2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing
for the above-named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. 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 City
Engineer in the office of the City Clerk for public inspection.
Passed and approved this 3~"d day of April 1 ,20 0:1
ATTEST. Ci~z,-.~iR~/) ~ ?~x-j J'ice'c~''O' L City Atto ney's Offi e
Resolution No. 01-75
Page 2
It was moved by Vande~-hoef and seconded by Champion the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Champion
X Kanner
X Lehman
X O'Donnell
X . Pfab
X Vanderhoef
X Wilbum
Prepared by: Maggie Grosvenor, ICHA, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5407
RESOLUTION NO. 01-76
RESOLUTION SETTING A PUBLIC HEARING ON MAY 15, 2001 FOR THE
IOWA CITY HOUSING AUTHORITY'S UPDATED ANNUAL PLAN.
WHEREAS, the City Council of the City of Iowa City functions as the Iowa City Housing Authority
and the Department of Housing and Urban Development requires adoption of an updated Annual
Plan; and
WHEREAS, the Annual Plan provides details about the agency's immediate operations,
program participants, programs and services, and the agency's strategy for handling operational
concerns, residents' concerns and needs, programs and services for the upcoming fiscal year.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY,
IOWA:
1. That a public hearing for the Iowa City Housing Authority's updated Annual Plan be set for
May 15, 2001.
2. That the City Clerk is hereby authorized and directed to certify appropriate copies of this
resolution together with any necessary certifications as may be required by the Department of
Housing and Urban Development.
Passed and approved this 3rd day of Apri ,2001.
Approved by
City Attorney's Office
It was moved by Vanderhoef and seconded by Champion the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Champion
X Kanner
X Lehman
X O'Donnell
X Pfab
X Vanderhoef
X Wilburn
Prepared by: Denny Gannon, Assistant City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142
RESOLUTION NO. 01-77
RESOLUTION ACCEPTING THE WORK FOR THE RIVER STREET/WOOLF
AVENUE RECONSTRUCTION PROJECT
WHEREAS, the Engineering Division has recommended that the work for construction of the
River StreetNVoolf Avenue Reconstruction Project, as included in a contract between the City of
Iowa City and Tschiggfrie Excavating Co. of Dubuque, Iowa, dated March 30, 1999, 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 3rd day of April ,2001.
Approved by
It was moved by Vanderhoef and seconded by Champl on the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Champion
X Kanner
X Lehman
× O'Donnell
X Pfab
X Vanderhoef
X Wilburn
Cffl/or
March 26, 2001
Honorable Mayor and City Council
Iowa City, Iowa
Re: River Street / WooIf Avenue Reconstruction Project
Dear Honorable Mayor and Councilpersons:
I hereby certify that the construction of the River Street / Wooif Avenue
Reconstruction Project has been completed by Tschiggfrie Excavating Company
of Dubuque, Iowa in substantial accordance with the plans and specifications
prepared by NNW, Inc. of Iowa City, Iowa. The required performance and
payment bond is on file in the City Clerk's office.
The final contract price is $2,821,971.85, of which the University of Iowa will
contribute $622,422.35.
I recommend that the above-referenced improvements be accepted by the City
of Iowa City.
Sincerely,
Ric~/d F/osse, P.E.
City Engineer
410 EAST WASHINGTON STREET * IOWA CITY, IOWA 52240-1826 · (319) 356 5000 * FAX (319) 356=5009
City of Iowa City
MEMORANDUM
Date: March 28, 2001
To: Steve Atkins
From: Kim Johnson~'rr2
Re: Agenda Items
The following are costs associated with the Capital Improvement Project being
presented for acceptance at the April 3rd Council meeting:
1 ) River Street / WooIf Avenue Reconstruction Project
Contractor: Tschiggfrie Excavating Company
· Project Estimated Cost: $ 2,306,283.65
· Project Bid Received: $ 2,888,645.20
· Project Actual Cost: $ 2,821,971.85
· University of Iowa Contribution $ 622,422.35
Prepared by: Denny Gannon, Asst. City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142
RESOLUTION NO. 01-78
RESOLUTION ACCEPTING WORK FOR THE SANITARY SEWER PUBLIC
IMPROVEMENTS FOR PHASE 1 ON LOT 2 OF SADDLEBROOK ADDITION,
PART '1, AND DECLARING PUBLIC IMPROVEMENTS OPEN FOR 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 improvements for Phase I on Lot 2 of Saddlebrook Addition, Part 1, as
constructed by Maxwell Construction, Inc. of Iowa City, Iowa.
WHEREAS, a maintenance 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 public improvements are hereby accepted by the City of Iowa City, Iowa, and the public
improvements hereby formally accepted and declared open for use.
Passed and approved this 3rd day of Apri ,
CI City Attorney's Office
It was moved by Vanderhoef and seconded by ~.hamp~nn the
Resolution be adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Champion
X Kanner
X Lehman
X O'Donnell
X Pfab
X Vanderhoef
X Wilburn
pweng~resLsadlebrk2.doc
ENGINEER'S REPORT
March 26, 2001
Honorable Mayor and City Council
Iowa City, Iowa
Re: Lot 2 of Saddlebrook Addition, Part 1
Dear Honorable Mayor and Councilpersons:
I hereby certify that the construction of the sanitary sewer improvements for
Phase 1 of Lot 2 of Saddlebrook Addition, Part 1 have been completed in
substantial accordance with the plans and specifications of the Engineering
Division of the City of Iowa City. A required maintenance bond is on file in the
City Clerk's Office for the sanitary sewer improvements constructed by Maxwell
Construction, Inc. of Iowa City, Iowa.
I recommend that the above-referenced improvements be accepted by the City
of Iowa City.
Sincerely,
City Engineer
410 EAST WASHINGTON STREET , IOX~A CITy, IOWA 52240-1826 , (319) 356-5000 · FAX (319) 356-5009
Prepared by: Jeff Davidson, PCD, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5252
RESOLUTION NO. 01-79
RESOLUTION CHANGING THE NAME OF CAPTAIN IRISH PARKWAY TO SCOTT
BOULEVARD.
WHEREAS, the City Council did, byeResolution 97-234, at the July 15, 1997 City Council meeting, name the
new arterial street to be extended between Dodge Street and Scott Boulevard "Captain Irish Parkway"; and
WHEREAS, through the Northeast District Plan planning process, which was adopted by the City Council, the
alignment of Captain Irish Parkway was changed to no longer intersect with the extension of Scott Boulevard,
but rather to intersect directly across from Scott Boulevard at Rochester Avenue; and
WHEREAS, the City Council did subsequently direct City staff to design for the future construction of Captain
Irish Parkway according to the Northeast District Plan alignment; and
WHEREAS, this will create confusion as to where Scott Boulevard ends and Captain Irish Parkway begins.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA,
THAT:
1. Resolution 97-234 is rescinded.
2. The street formerly designated as Captain Irish Parkway is hereby renamed Scott Boulevard for its
entire length between Rochester Avenue and North Dodge Street.
3. City staff is hereby directed to replace all existing street signs to reflect this name change.
Passed.and approved this 3rd day of Ap~'i '1 ,20 01 .
YOR
City Attorney's Office
It was moved by Vanderhoef and seconded by Champ1 on the Resolution be adopted, and
upon roll call there were:
AYES: NAYS: ABSENT:
X Champion
X Kanner
X Lehman
X O'Donnell
X Pfab
X Vanderhoef
× Wilburn
ppdadmlceslrename-capinsh,doc
City of Iowa City
MORANDUM
Date: March 26, 2001
To: City Council
From: City Manager
Re: Street name change--Capt. Irish Parkway
At a recent staff CIP meeting, we discussed the name Captain Irish and Scott
Boulevard. We believe we should change the name of Captain Irish Parkway to Scott
Boulevard. This decision was based on the fact the new street will intersect Rochester
Avenue directly across from the Scott Boulevard intersection; the finished project will
result in an essentially continuous north-south route from Highway 6 to Dodge Street/
Highway 1 North; and there are presently no properties addressed off of Captain Irish
Parkway.
Future reference to the capital project between Dodge Street and Rochester Avenue
would be as Scott Boulevard. The name Captain Irish Parkway may then be used for
some other street in the City. I will place the name change on an upcoming consent
calendar for your consideration.
cc: Public Works
Planning
Finance ~ .
Indexbc\memos~A-1SA.doc
//
Prepared by: Susan Dulek, Asst. City Attorney, 410 E. Washington St., Iowa City, IA 52240-319-356-5030
RESOLUTION NO. 01-80
RESOLUTION ESTABLISHING A DEER TASK FORCE.
WHEREAS, Resolution No. 98-87, adopted on March 10, 1998, approved a long term deer
management plan; and
WHEREAS, Resolution No. 98-87 referenced the formulation of a Deer Committee appointed by
City Council to assist the City Council in implementing said plan by annually making
recommendations; and
WHEREAS, the Deer Committee itself was not created by this resolution; and
WHEREAS, because the present Deer Committee has been operating in part as an official city
board and in part as an ad hoc committee, the City Attorney's Office recommends that the Deer
Committee be established as a task force; and
WHEREAS, the Deer Committee met on March 20, 2001, and recommended that that the Deer
Committee become the Deer Task Force; and
WHEREAS, the process by which recommendations will be made to the City Council and the
composition of the group need not change if the group exists as a task force; and
WHEREAS, it would be in the public interest to create the Deer Task Force.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA:
The Deer Task Force is created to fulfill the requirements assigned to the Deer Committee in
Resolution No. 98-87.
The Deer Task Force will be comprised of nine (9) individuals representing the following
categories: Two Animal Welfare Advocates, One Gardener, One Hunter; One
BioFogist/Scientist; One NonGovernment Conservationist; and Three At-Large Members.
The individuals, who currently serve as members of the Deer Committee, are retained as
members of the Deer Task Force, and will continue to serve throughout the tenure of the task
force or until they choose to resign.
Appointment to the two open seats and to any seats which may come open during the tenure of
the Deer Task Force will be filled by Council after receiving recommendations from the Deer
Task Force and in accordance with the categories established in this resolution.
The Deer Task Force will sunset on March 15, 2004, at which time the Task Force will
recommend to Council a future direction for the Task Force.
The Deer Task Force and City Council will annually review and reaffirm the existing Long Term
Deer Management Plan.
Resolution No. 01-80
Page 2
Passed and approved this 3rd day of Apri 1 ,~~
by
City Attorney's Office
It was moved by Vanderhoef and seconded by 0' Donnel 1 the
Resolution be adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Champion
X Kanner
X Lehman
X O'Donnell
X Pfab
X Vanderhoef
X Wilburn
sue\Ord&Res\DeerRes.doc
04-03-01
11
Prepared by: Susan Dulek, Asst. City Attorney, 410 E. Washington St., Iowa City, IA
~ RESOLUTION NO.
~ RESOLUTION ESTABLISHING A FORCE.
No. 98-87, adopted on March 10, 19! approved a long term deer
n; and
WHEREAS, 9n No. 98-87 referenced a Deer Committee appointed by
City Council to the City Council in im said plan by annually making
recommendations
WHEREAS, the itself was this resolution; and
WHEREAS, because the Deer Committee operating in part as an official City
board and in pad as an ad hoc lmittee, the ,y's Office recommends that the Deer
Committee be ~rce; and
WHEREAS, the Deer Committee met and recommended that that the Deer
Committee become the Deer Task Force
WHEREAS, the process by which will be made to the City Council and the
composition of the group need not chanl ~ exists as a task force; and
WHEREAS, it would be in the public il to the Deer Task Force.
NOW, THEREFORE, BE IT BY THE COUNCIL OF THE CITY OF IOWA
CITY, IOWA:
The Deer Task Force is fulfill the requirements ned to the Deer Committee in
Resolution No. 98-87.
The Deer Task Force will comprised of nine (9) individuals ~resenting the following
categories: Two Anima Welfare Advocates, One One Hunter; One
BiologistJScientist; One N~ ~overnment Conservationist; and Members.
The individuals, who serve as members of the Deer are retained as
members of the Deer Force, and will continue to serve throughout the of the task
force or until they chc ;e to resign.
Appointment to len seats and to any seats which may come open during th tenure
Task Force and t i
The Deer Force will sunset on March 15, 2004, at which time the Task Force wills\
recommend a future direction for the Task Force.
The Deer T Force and City Council will annually review and reaffirm the existing Long Term \
Deer Man~ ement Plan.
Passed and approved this day of ,2001.
", MAYOF
\ APP~2Y
ATTEST: '\,
CITY CLERK City Attorney's Office
It was moved by by the
Resolution be adopted, and upon roll call ~
AYES: AYS: ABSENT:
Champion~
Kanner
Lehman
""'x, O'Donnell
"",, Pfab
.uh°ef
,V b
City of Iowa City
MEMORANDUM
TO: City Council
FROM: Sue Dulek, Misha Goodman, and Lisa Mollenhauer
DATE: March 28, 2001
RE: Deer Management
At the request of the City Attorney's Office, the Deer Management Committee met on
March 20 to formulate a recommendation on the future of the Committee. The
Committee was acting as a Task Force but was configured in some respects as an
official Board/Commission of the City and in some respects as an ad hoc committee.
The Committee unanimously recommends to Council the following:
1. The Deer Management Committee become the Deer Task Force. A task force
typically meets for limited periods of time and focuses on resolving or investigating
one issue. This is the case with deer management.
2. The Deer Task Force exist for three years, with a sunset clause effective March
15, 2004. At that time, the Task Force would recommend to the Council a future
direction for the Task Force. If it is recommended the Task Force continue, a new
membership would be appointed to revisit the Long-Term Plan.
3. The Deer Task Force consist of nine members. The membership composition
would be the same as last year with the exception of an At-Large representative in
place of the Coralville representative. Nine members would represent the following:
Animal Welfare (2), Biologist/Scientist (1), Non Government Conservation (1), Hunter
(1), Gardener (1), At-Large (3). Members would serve for the entire three years
unless they choose to resign. Vacancies would be filled via recommendation to
Council by Task Force members.
4. The Task Force and Council to review and reaffirm the existing, or approve an
amended, Long-Term Plan at the beginning of each year. This would ensure
Council is in agreement with the goals to be fulfilled by the Task Force each year.
The current Long-Term Plan was approved by resolution on March 10, 1998.
The Task Force, if approved as recommended, would consist of the following individuals:
Jan Ashman (Animal Welfare) Steve Hendrix (Biologist/Scientist)
Linda Dykstra (Gardener) Nancy Menning (At-Large)
Paul Emerson (Hunter) Vacant (At-Large)
Pat Farrant (Animal Welfare) Vacant (Non Government Convservation)
Harold Goff (At-Large)
MINUTES P RE L I M I NARY
DEER MANAGEMENT COMMITTEE MEETING
MARCH 20, 2001
LOBBY - CIVIC CENTER
MEMBERS PRESENT: Pat Farrant, Harold Goff, Jan Ashman, Nancy Menning, Linda Dykstra
MEMBERS ABSENT: Doug Jones, Paul Emerson and Steve Hendrix
STAFF PRESENT: Misha Goodman, Ron Fort, Sue Dulek, Lisa Mollenhauer
OTHERS: Tim Thompson (DNR), Barb Goff, Sara Langenberg (IC Press-Citizen)
CALL TO ORDER
Lisa Mollenhauer called the meeting to order at 6:35 p.m.
RECOMMENDATIONS TO COUNCIL
By unanimous agreement, the Committee recommends Council approve the change of Deer
Management Committee to the Deer Task Force with three-year sunset clause effective March
15, 2004. The task force would be comprised of nine members made up with the following
representations: Animal Welfare (2), Biologist/Scientist (1), Non Government Conservation (1),
Hunter (1), Gardener (1), At-Large (3). Members would serve for the entire three years unless
they choose to resign. Vacancies will be filled via recommendation to Council by task force
members. Each spring, after Task Force recommendation, the Council will consider affirmation
of the Long-Term Plan prior to extensive Task Force review of options.
OTHER
Lisa Mollenhauer explained the City Attorney's Office is requesting the Committee make a
recommendation to Council as to whether they become an official commission or to become a
task force.
Mollenhauer indicated the group acts more as a task force, as they meet on a limited basis and
focus one problem or issue. Mollenhauer explained as a task force, members would remain
active for as long as they choose to serve. The task force would continue to meet to review
options and would then forward a recommendation to Council regarding population. In addition,
the task force could continue education components such as conducting listening sessions,
finishing the defensive driving video, completing an easy to read pamphlet, and possibly putting
together a no-feed campaign.
Farrant asked if the ultimate goal was for administrative simplicity. Mollenhauer stated that the
Committee is not an "official" Committee as there are no bylaws. Dulek stated that the
Committee currently does not fit within the City structure. Goff asked if they would still make
recommendations to Council as in the past. Mollenhauer responded yes. The difference in
stature would be to work toward fulfilling goals of the Long-Term Plan and not completely
starting over each year.
Goodman stated the Committee's goal was initially to come up with a plan. They have
accomplished this goal with the Long-Term Plan. She recommends a task force be formed that
serves a three-year term to deal with the items on the Long-Term Plan. At the end of three
years, the Committee makes a recommendation to Council as to whether the task force should
continue. If Council decides yes, they would continue the task force with new members to go
Deer Management Committee Meeting Minutes
March 20, 2001
Page 2
through the process again. This would allow new members to take an outline of history from the
present group, revisit the issue on their own, and make a own recommendations for another
Long-Term Plan. Farrant asked if a task force could be filled consistently. Goodman stated that
same members could reapply to the new task force if they choose.
Farrant stated that there was considerable thought by the Council on the layout of the people
appointed to the committee. Mollenhauer stated that in her conversations with communities
throughout the country, severe political problems arise when there isn't a good mix of people
representing the community. It seems very important to retain a group with diverse opinions.
Goodman stated that she felt a turnover on the task force would allow the public to have
confidence that the issue is truly being revisited by new people with new ideas. Farrant stated it
would be best to not have the City "reinvent the wheel," but the community needs may change
over three years. Goodman stated that it would be very important for the existing group to
provide a packet of history to the new group.
Dykstra stated she cannot see an advantage to a complete member turnover every three years.
Mollenhauer stated she would also like to see the task force ask the Council to affirm the long-
term plan early on in the process each year. Goff feels that Council prefers to have guidance
from the Deer Committee. Farrant proposed that the Deer Committee review the plan and, if it
is still appropriate, reaffirm it. Council could then do the same.
Dulek stated that the Long-Term Plan has been appreved by Council and, even though there
are new Council members, this group is operating under that approval. The task force cannot
deviate from the plan without obtaining Council approval.
Farrant stated that she was not in favor of doing bylaws. She would be in favor of a task force.
She feels that some people would want to remain on the task force, and you should not start
over from the beginning with a new group as there is importance in some retention of history.
Goff recommended the task force could pose to Council multiple recommendations along the
process to pass instead of one grand recommendation at the end of a year.
Menning asked the types of things Council has to approve. Mollenhauer stated that, for
example, if a campaign on no-feed is desired, there is no Council action necessary. However, if
an ordinance banning feeding was desired, Council would have to act.
Mollenhauer asked if there was a consensus that the first question each year should be, "do you
want to continue with the Long-Term Plan?". Goff stated that the task force should review the
Long-Term Plan and ask Council to reaffirm it only if the task force feels it should be changed in
some way. Mollenhauer responded that the task force could go to a lot of work, reach the end
with a recommendation to manage the population only to have the Council say it was never their
intention to kill deer. Dulek stated that the Long-Term Plan states the committee is to meet each
spring to review: 1 ) educational material; 2) deer population numbers; 3) management options;
and finally to 4) recommend methods to kill deer. If the task force feels their charge should be
broader or that they should meet sometime other than spring, they should ask to have the
objectives changed.
Menning stated she was in favor of a task force as opposed to a commission. Mollenhauer
stated that the task force would still be open to the public and notices would be posted. The
changes would involve terms of service and appointments. A task force appointment would be
for the duration of the three years. The task force members would recommend a replacement to
Council if someone were to resign. Menning asked if a "downgrading" to task force may cause
Deer Management Committee Meeting Minutes
March 20, 2001
Page 3
the public to feel they can't get their voice heard. Mollenhauer reminded the group that
whenever an idea has been brought forward by a member of the public, the group has looked
into it. There is a solid history of review of options. She stated that she receives requests from
communities all over the U.S. asking for information on our deer management program. Many
who call are aware of how well our members have worked together.
Dulek stated that making appointments would go quicker because a task force doesn't require a
30-day process as does a commission. Recommendations for appointments can be made to
council as needs arise.
Mollenhauer asked if the group wanted to set guidelines on appointments, dismissals, etc. Goff
asked about "renewable terms." Dulek stated they can have long-term appointments or a term
appointment. If the task force wants to have term appointments, they need to become a
commission and prepare bylaws. A task force would allow less formal appointments for the term
of the task force. Members could resign their appointment.
Farrant stated it is her understanding they could recommend that Council give them a three-
year term, at which time the task force would dissolve--a sunset clause. At the end of the three
years, Council would receive a recommendation from the task force on whether or not to
continue. Council could then decide what direction deer management should take.
Mollenhauer summarized that the committee will recommend to Council that, beginning this
year, the Deer Management Task Force be formed to meet for three years, and the current
members will remain. If a member resigns, a new appointment will be made under the same
representation classification. After three years, Council will make a decision to affirm to continue
the task force, disband it, or have a new format, as recommended by the current task force. The
consensus was that 9 members would be an appropriate number. The former Coralville
representative will be changed to an "at large" appointment.
Mollenhauer asked if the committee wants to continue to forward their recommendation to affirm
the Long-Term Plan to Council after the first meeting if they come to a consensus. If changes to
the Long-Term Plan were desired, a resolution from Council would be required. Inasmuch as
there are possibly new Council Members every two years, it would be important to get their
opinion. It was agreed that the task force would review the Long-Term Plan and submit it to
Council for affirmation early on in the process each year.
The Committee unanimously agreed to the formation of the Deer Task Force. Dulek stated she
likes the idea of a paper trail going through Council. It was agreed that the minutes of the March
20, 2001, meeting would be submitted to Council for approval of the Deer Management Task
ForGe.
Mollenhauer submitted a copy of Tony's report on the 2000 deer accident information and the
helicopter count. Tony conducted a helicopter count of areas he was working so he could
determine the status of his work. Tim Thompson did a helicopter count Saturday, March 17,
2001, in areas Tony did not count. A complete work-up of these figures is being prepared and
will be submitted to the task force. Residents from the west side calling the City Manager's
Office with complaints of large numbers of deer have been encouraged to submit letters to the
Council and Committee.
Menning asked how the special DNR hunts in areas north of town went. Thompson stated that
no one picked up the tags, so they plan to do a follow-up survey to contact a percentage of
hunters to get a count. Dykstra asked if residents in the River Heights area could hunt that area.
Thompson stated that they are in the county, and they can hunt on their own property with bow
Deer Management Committee Meeting Minutes
March 20, 2001
Page 4
and arrow without a permit. If you have permission, you can hunt on your own property with a
firearm. They should check with the County regarding property line issues.
Dykstra stated that there will probably be more plant damage due to the long snow cover.
Thompson agreed because the deer couldn't get to their normal food sources.
Thompson stated that 78 deer were taken in Coralville, and about 51 were adult does. He would
like to get surveys done on the Johnson County zone.
Menning asked if there were any areas in the City or nearby that have any significant amount of
predation by loose dogs. Mollenhauer stated there shouldn't be any due to leash laws, but they
did not have figures.
Mollenhauer asked if current members were interested in remaining on the task force. All
present indicated they would like to remain active. Doug Jones had previously indicated he
would no longer be able to serve due to lack of time. There are two openings at this time.
Mollenhauer stated that cleaning of deer reflectors has been added to the list of City projects for
community service.
Menning asked how they would obtain names for the two vacant spots on the committee.
Mollenhauer said if Council agrees to the recommended format, members should come to the
next meeting with names of potential applicants.
ADJOURNMENT
The meeting adjourned at 7:29 P.M.
Minutes submitted by Neana Saylor.
ADVERTISEMENT FOR BIDS
CAPTAIN IRISH PARKWAY EXTENSION
(PHASE II) &
FIRST AVENUE EXTENSION PROJECT
Sealed proposals will be received by the City Clerk
of the City of Iowa City, Iowa, until 10:30 A.M. on the
271h day of March, 2001, or at a later date and/or time
as determined by the Director of Public Works
designee, with notice of said later date and/or
e published as required by law. Sealed
immediately thereafter by the City E
Bids submitted by fax machine
a "sealed bid" for
meeting be held in the Cotmci] ChamSers at 7:00
P.M. 3rd day of April, 2001, or at such later
time and be scheduled.
[ involve the following:
1. of approxi,mately 2,700 linear
feet of roadway improvements for
/
2. Constr~ction of 1,700 linear
feet of First the existing north
The work inc
topsoil and respreading,
storm intakes,
sub-base,
subdrains, concrete
finish grading, , seeding,
field fence installation.
and erosion control
traffic conn:ol and
All s to be done in strict compliance
plans prepared by Shoemaker
Engineers, of Coralville,
which heretofore been approved by the Cit2
and are on file for public examination in the
City Clerk.
proposal shall be completed on a form fundshed
by City and must be accompanied in a sealed
separate from the one containing the
by a bid bond executed by a corporation
to contract as a surety in the State of Iowa,
the sum of 10% of the bid. The bid security shall be
layable to the TREASURER OF THE CITY OF
CITY, IOWA, and shall be forfeited to the City
m the event the successful bidder fails to
enter into a contract within ten (10) calendar days of
the City Council's award of the contract and post bond
satisfactory m the City ensuring the faithful
performance of the contract and nmintenance of said
AF-1
Project, if required, pursuant to the provisions of this
notice and the other contract documents. Bid bonds of
the lowest two or more bidders may be retained for a
period of not to exceed fifteen (15) calendar days
following award of the contract, or until rejection is
made. Other bid bonds will be returned after the
canvass and tabulation of bids is completed and
reported to the City Council.
The successful bidder will be required to furnish a
bond in an amount equal to one hundred percent
(100%) of the contract price, said bond to be issued by
a responsible surety approved by the City, and shall
guarantee the prompt payment of all materials and
protect and save harmless the City from
and damages of any kind caused directly or
by the operation of the contract, and
also
a period to five (5) year(s), as s
from and completion and formal ac
by the
shall apply to
120
The plans, contract
documents may be (.he office of the City
Clerk. Copies of said [ form
of proposal blanks may be~ at the Office of
Shoemaker & Engineers,
Coralville Iowa, by
A $100.00 plan depqs(t with $40.00 is
required for each ;~et of plans and
provided to bidde,r,s/or other interested The fee
shall be in the/form of a check, made to
Shoemaker & Ffaaland Professional Engineers.
A Pre-Bid ;Conference for prospective
be held at the Iowa City Civic Center, 410
Washington Street, Iowa City, Iowa on Tuesday,
March 20, 2001 at 10:30 a.m. Bidders are encouraged
to attend to meet with the design engineer and city
representatives to discuss project requirements.
Prospective bidders are advised that the City of Iowa
Ci,& desires to employ minority contractors and
sfibcontractors on City projects. A listing of minority
Zontractors can be obtained from the Iowa Department
/of Economic Development at (515 ) 242-4721.
Bidders shall list on the Form of Proposal the names
of persons, frrms, companies or other parties with
whom the bidder intends to subcontract. This list shall
include the type of work and approximate subcontract
~T~unt(s).
e Contractor awarded the contract shall submit a
list on the Form of Agreement of the proposed
subcontractors, together with quantities, unit prices and
extended dollar amounts.
By virtue of statutory authority, preference must be
given to products and provisions grown and coal
produced within the State of Iowa, and to Iowa
domestic labor, to the extent lawfully required under
AF-2
Iowa Statutes. The Iowa reciprocal residem bidder
preference law applies to this Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive techni-
calities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARlAN K. KARR~ CITY CLERK
AF-3
Prepared by: Ross Spitz, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5149
RESOLUTION NO. 01-81
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE 2001 ASPHALT RESURFACING PROJECT.
WHEREAS, L. L. PeIling Company, Inc. of North Liberty, Iowa has submitted the lowest
responsible bid of $832,763.33 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The contract for the construction of the above-named project is hereby awarded to L. L.
Peiling Company, Inc., subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance program
statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
Passed and approved this 3~'d day of Apfi ] ,2001.
Approved by
pwengVes~01asphaltdoc
9/99
Resolution No, 01-81
Page 2
It was moved by Vanderhoef and seconded by Pfab the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Champion
X . Kanner
X Lehman
~ O'Donnell
X Pfab
X Vanderhoef
X Wilbum
ADVERTISEMENT FOR BIDS
2001 ASPHALT RESURFACING PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
th
A.M on the 27 day of March, 2001, or at a later
date and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. Sealed proposals will be opened immediately
thereafter by the City Engineer or designee. Bids
submitted by fax machine shall not be deemed a
"sealed bid" for purposes of this Project. Pro-
posals 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 34 day of April, 2001, or at such
later time and place as may be scheduled.
The Project will involve the following:
10,015 tons of asphalt, 45,040 sq. yds. of
pavement milling, 2,660 lin. ft. of curb and
gutter, chip sealing, crack filling, and related
work.
All work is to be done in strict compliance with
the plans and specifications prepared by Richard
A. Fosse, P.E., City Engineer 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
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to the
City Council.
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100%) of the contract price, said bond to
be issued by a responsible surety approved by the
City, and shall guarantee the prompt payment of
all materials and labor, and also protect and save
AF-1
harmless the City from all claims and damages of
any kind caused directly or indirectly by the
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of two (2) years from and after its completion and
formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Working Days: 50
Late Start Date: April 16, 2001
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 specifications
and form of proposal blanks may be secured at
the Office of Richard A. Fosse, P.E., City
Engineer of Iowa City, Iowa, by bona fide bidders.
A $10.00 non-refundable fee is required for each
set of plans and specifications provided to bidders
or other interested persons. The fee shall be in
the form of a check, made payable to City of Iowa
City, iowa.
Prospective bidders are advised that the City of
iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quantities,
unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARlAN K. KARR, CITY CLERK
AF-2
I04-03-01
14
Prepared by: Denny Cannon, Asst. City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142
RESOLUTION NO. 01-82
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK
TO ATTEST AN IOWA DEPARTMENT OF TRANSPORTATION FUNDING
AGREEMENT FOR THE FOURTH AVENUE BRIDGE RECONSTRUCTION
PROJECT IBRC-3715(619)- -8E-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 Federal-Aid Innovative Bridge Research and
Construction Program Project IBRC-3715(619)--8E-52 for the removal and replacement of the
Fourth Avenue bridge, which spans over Ralston Creek. This agreement will provide eligible
project costs to be reimbursed with Federal funds to a maximum amount of $135,000. The
funding will cover costs associated with preliminary engineering, construction and evaluation.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. It is in the public interest to enter into the above-mentioned agreement, and the agreement is
hereby approved as to form and content.
2. The Mayor is authorized to sign and the City Clerk to attest the agreement between the City of
Iowa City and the Iowa Department of Transportation for Federal-Aid Innovative Bridge
Research and Construction Program funds.
3. The City Clerk shall furnish copies of said agreement to any citizen requesting same.
Passed and approved this 3i'd day of Ap 'y ,2001.
CI City Attorney's Office
It was moved by 0' Donnel 3 and seconded by Pfab the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Champion
X Kanner
X Lehman
X O'Donnell
X Pfab
X Vanderhoef
X Wilburn
p~en~/res/4thayebrdg{joc
August 2000
IOWA DEPARTMENT OF TRANSPORTATION
AGREEMENT FOR FEDERAL-AID
INNOVATIVE BRIDGE RESEARCH AND CONSTRUCTION (IBRC)
PROGRAM PROJECT
RECIPIENT: City of Iowa City
PROJECT NO: IBRC-3715(619)--8E-52
IOWA DOT
AGREEMENT NO: 00-IBRC-88
This is an agreement between the City of Iowa City, Iowa (hereinafter referred to as the
RECIPIENT) and the Iowa Department of Transportation (hereinafter referred to as the
DEPARTMENT). Iowa Code Sections 306A.7 and 307.44, provide for the RECIPIENT and
the DEPARTMENT to enter into agreements with each other for the purpose of financing
transportation improvement projects on streets and highways in Iowa with Federal funds. The
RECIPIENT proposes an Innovative Bridge Research and Construction (IBRC) Program
project for funding under Sec. 503 of Title 23, United States Code.
The Transportation Equity Act for the 21st Century (TEA-21), enacted in 1998, provided for
the Federal-aid Innovative Bridge Research and Construction (IBRC) Program to
demonstrate the application of new, cost-effective innovative material technology in the
construction of bridges and other structures. Federal regulations provide that the IBRC funds
are to be administered by the DEPARTMENT.
Pursuant to the terms of this agreement and applicable statutes, the DEPARTMENT agrees to
provide IBRC 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:
1. The RECIPIENT shall be the lead local governmental agency for carrying out the
provisions of this agreement..
2. 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 District 6 Local Systems Engineer. The RECIPIENT's
contact person shall be Dennis Garmon, P.E.
..
Agreement No: 00-IBRC-88
Page 2
3. The RECIPIENT shall be responsible for the development and completion of the
following described bridge project:
4th Avenue Bridge over Ralston Creek
A. FHWA Structure Number: ######
B. Location: 4th Avenue between Muscatine Avenue and E Street
C. Preliminary Estimated Total Cost: $195,000
4. The RECIPIENT shall receive reimbursement for authorized and approved project
costs of eligible items from IBRC Federal funds. The portion of the eligible project
costs paid by IBRC Federal funds shall be limited to a maximum of $135,000.
5. The approved amount of $135,000 will include the costs for the innovative portion of
preliminary engineering, construction and evaluation. If Federal-aid is requested for
in-house engineering services, the RECIPIENT will follow the procedure outlined by
the DEPARTMENT. The RECIPIENT, desiring to claim indirect costs under Federal
awards, must prepare an indirect cost rate proposal and related documentation in
accordance with the requirements of Office of Management and Budget (OMB)
Circular A-87 - Cost Principles for State, Local, and Indian Tribal Governments.
Reimbursement eligibility requires an indirect cost rate proposal to be certified by the
governmental unit designated cognizant agency or the Federal agency providing the
largest amount of Federal funds to the govemmental unit.
6. The RECIPIENT shall submit a workplan indicating the planned construction in
monitoring and evaluation of the innovative materials portion of the project. The
effort shall be commensurate with the funding approved for evaluation on the IBRC
application.
7. The RECIPIENT should advertise the Project for bids within the Federal Fiscal Year
2001 (before September 30, 2001) or within a reasonable time period thereafter.
8. The Project requires a two (2) year evaluation Period. The RECIPIENT shall submit
to the DEPARTMENT and the Federal Highway Administration (FHWA) the yearly
status reports during the evaluation Period and a final report at the end.
9. Due to the unique nature of this Program, the RECIPIENT will include FHWA in the
review of design and construction of the Innovative Portions of this Project.
10. The funds must be obligated within the Federal Fiscal Year 2001. This agreement
will become null and void if the Federal funds are not obligated for this Project prior
to September 30, 2001.
11. The attached EXHIBIT 1B will apply and is hereby made a part of this agreement.
Agreement No: 00-IBRC-88
Page 3
1N WITNESS WHEREOF, each of the parties hereto has executed this Agreement Number
00-IBRC-88 as of the date shown opposite its signature below.
RECIPIENT: City of Iowa City
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 3rd day of Apri 1 2001
Signed ~9~.,.,,4~) ~"~ ~'fvt.-~/Date April3 , 2001
City Clerk of Iowa City, Iowa
IOWA DEPARTMENT OF TRANSPORTATION
Highway Division
Thomas L. Parham, P.E.
Urban Systems Engineer
Office of Local Systems
July 1999
EXHIBIT 1B
Standard Provisions for Federal-Aid
IBRC Program Project Agreement
1. Since this project is to be financed with local and Federal funds, the RECIPIENT
shall take the necessaz7 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.
2. 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 farmland is to be acquired, whether for use as project right-of-way or
permanent easement, the RECIPIENT shall submit the U.S. Department of
Agriculture Farmland Conversion Impact Rating form, when required, to the U.S.
Natural Resources Conservation Service (NRCS).
3. 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.
4. 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.
5. If Federal-aid is requested for in-house engineering services, the RECIPIENT will
follow the procedure outlined by the DEPARTMENT. The RECIPIENT, desiring to
claim indirect costs under Federal awards, must prepare an indirect cost rate proposal
and related documentation in accordance with the requirements of Office of
Management and Budget (OMB) Circular A-87 - Cost Principles for State, Local,
and Indian Tribal Governments. Reimbursement eligibility requires an indirect cost
rate proposal to be certified by the governmental unit designated cognizant agency or
the Federal agency providing the largest amount of Federal funds to the governmental
unit.
~ 4~
EXHIBIT 1B -2-
6. If Federal-aid is requested for preliminary and/or construction engineering costs, the
RECIPIENT will select a consultant(s) in accordance with the DEPARTMENT's
consultant selection process.
7. 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). This is required only if the
RECIPIENT uses federal fimds for engineering services.
8. After the contents of the consultant contract have been mutually approve& the
RECIPIENT shall execute the contract and forward the same to the DEPARTMENT
for authorization only if federal funds are used for engineering services.
9. If preliminary engineering is federally ftmded, 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 fight-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, even if no federal
funds in Right of Way purchase are involved. The RECIPIENT will need to get
environmental 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 environmental concurrence and Federal Highway Administration's (FHWA)
authorization before purchasing any needed right-of-way.
11. 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 Iowa Code Chapter 306A.
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 waming
lights as necessary.
EXHIBIT 1B -3
t3. 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 shall comply with the public hearing
requirements of the Iowa Code Section 384.102.
14. 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. When let by the DEPARTMENT, the DEPARTMENT will prepare an Iowa DOT
Staff Action for concurrence to award the contract. The DEPARTMENT will mail
three (3) originals of the tinexecuted contract(s) to the RECIPIENT.
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,
two (2) copies of the performance bond, and two (2) copies of the 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 according 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.
EXHIBIT 1B -4-
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.
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 materials 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 of traffic control devices, inspection or use of this project. This agreement
to indemnify, defend and hold harmless applies to all aspects of the DEPARTMENTs
application review and approval process, plan and construction reviews, and funding
participation.
27. The RECIPIENT shall maintain, or cause to be maintained, the completed
improvement in a manner acceptable to the DEPARTMENT and the FHWA.
28. Implementation of Clean Air Act and Federal Water Pollution Control Act
(Applicable to Contracts and Subcontracts which exceed $100,000):
a. 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.
b. 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.
30. It is the intent of both parties that no third party beneficiaries be created by this
agreement.
EXHIBIT 1B -5-
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. 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. 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 11 and EXHIBIT 1B paragraphs 1
through 33 herein, constitutes the entire agreement between the DEPARTMENT and
the RECIPIENT conceming 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 addendum to this agreement. Said
addendum shall become effective only upon written approval of the DEPARTMENT
and the RECIPIENT.
Prepared by: Dan Scott, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144
RESOLUTION NO. 01-83
RESOLUTION APPROVING EXECUTION OF AN AGREEMENT BETWEEN THE CITY
OF IOWA CITY AND MCCLURE ENGINEERING COMPANY CONSULTING
ENGINEERS TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE
IOWA CITY COURT HILL TRUNK SANITARY SEWER PROJECT.
WHEREAS, the City of Iowa City owns and operates the Court Hill Trunk Sanitary Sewer System; and
WHEREAS, professional engineering services are required to design the reconstruction of the Court Hill
Trunk Sanitary Sewer Project; and
WHEREAS, an Agreement for professional engineering services has been negotiated with and
executed by McClure Engineering Company Consulting Engineers of Iowa City, Iowa; and
WHEREAS, this City Council has been advised and does believe that it would be in the best interest of
the City of Iowa City, Iowa, to enter into said Agreement with McClure Engineering Company Consulting
Engineers.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY,
IOWA, THAT:
1. The Agreement by and between the City of Iowa City, Iowa, and McClure Engineering Company
Consulting Engineers for the Provision of Engineering Consultant Services, attached hereto and
made a part hereof, is in the public interest, and hereby appreved as to form and content.
2. The Mayor and City Clerk are hereby authorized and directed to execute said Agreement for and on
behalf of the City of Iowa City, Iowa.
Passed and approved this 3f'd day oR.~//~* ,,~~......~
Approved by
CI
It was moved by Pfab and seconded by Champ'inn the Resolution be
adopted, and upon rorl call there were:
AYES: NAYS: ABSENT:
X Champion
X Kanner
X . Lehman
X O'Donnell
X Pfab
X Vanderhoef
X Wilburn
CONSULTANT AGREEMENT
FOR THE COLFRT HILL TRUNK SEWER IMPROVEMENTS PROJECT, 2000:
FINAL DESIGN, BIDDING, AWARD AND CONSTRUCTION PHASES
(MEC #3017)
THIS AGREEMENT, made and entered into this 3 r,,J day of
,ApR! b ,2001, by and between the City of Iowa City, a municipal corporation,
hereina~er referred to as the CITY and McClure Engineering Company of Iowa City, Iowa~
hereinafter referred to as the CONSULTANT.
WHEREAS, the CITY desires to obtain the services of a consulting firm in order to improve the
City's sanitary sewer system as necessmy. to meet current and future demands and
WHEREAS, the construction of the Court Hill Trunk Sewer includes installation of a new
sanitary. sewer tnmkline from Court Hill Park to a point east of Scott BIrd in Scott Park, and
WHEREAS, the construction of the Court Hill Trunk Sewer includes construction of a portion of
the Court Hill Trail System between Beech Street and Scott Boulevard, and
WHEREAS, the CITY desires the services of a consulting firm to evaluate alternatives and
prepare preliminary. and final design plans and project manual for bidding and construction of the
Court Hill Trunk Sewer, all of ~vhich shall be eatled the PROJECT and,
WHEREAS, the CITY has negotiated an Agreement with McClure En~neenn~ Co. of Iowa
City, Iowa to provide said consulting services.
NOW THEREFORE, it is agreed by and be~,veen the parties hereto that the CITY does now
contract with the CONSULTANT to provide services as follow:
I) SCOPE OF SERVICES
The work to be performed by the CONSULTANT under this Agreement will encompass
and include all detail work, services, materials, equipment and supplies necessary to
prepare and deliver final plats, plans and contract documents for the PROJECT which
include:
· Installing approximately 4,600 LF of trunk sewer parallel to or to replace the
existing sanitary sewer line that runs from Scott Park to Court Hill Park.
· Surface removal and replacement associated with sewer constructions.
· Constructing a bicycle/pedestrian trail from the South end of Beech Street to the
existing sidewaJk on the West side of Scott Boulevard.
This Agreement, as of the date above, sets fees for Engineering services described in
Sections I- A) Prelirnma_ry, Design Phase (Trail), B) Final Design Phase, C) Bidding and
Award Phase~ and D) Construction Phase
A) Preliminary Design Phase: Court Hill Trail
The work to be performed by the CONSULTANT under the
Preliminary Design Phase: Court HHi Trail will include the following:
1. Conduct additional field surveys of the routes and sites to obtain topographic
data as necessary for design and construction of the section of the Court Hill
Trail to be included in the PROJECT.
2. Preliminary Estimate of Quantities and Estimated Construction Cost
Deternune a list of the bid items associated with the section of the Court Hill
Trail to be included in the PROJECT along with an estimate of quantities and
cost for each bid item. Update throughout design process.
3. Preliminary. Plan and Profile Sheets
Develop preliminary plan and profile sheets along the proposed trail
alignment. Include the necessary. design work to show the preliminary
features for the proposed Waft. Share preliminary plan and profile information
with local utilities.
B) Final Design Phase
The work to be performed by the CONSULTANT under the
Final Design Phase will include the following:
1. Conduct additional field surveys of the routes and sites to obtain
topographic data as necessary for design and construction of the Project
Facilities.
2. Locate utilities in vicinity of proposed construction
3. Prepare final design calculations and construction drawings.
4. Prepare detailed construction specifications and contract documents using
the City's standard specifications modified as necessary to satisfy, specific
design considerations.
5. Submit and discuss drawings at the 10% (outline stage) and 80-90% (final
review stage) with the City and utilities.
6. Assist in securing permits, related to the Project, on behalf of the CITY.
Any fees for construction permits, licenses and other costs associated with
permits and approvals will be the responsibility. of the CITY. The
CONSULTANT shall complete the necessary permit applications and send
copies to the City.
5. Make periodic site visit to evaluate the contmctor's aclivities and progress.
This does not include daily inspections of the project.
6. Draft monthly requests for payment and make recommendations to the City..
7. Conduct or witness final inspections and tests of performance. Prepare a
final puch list of incomplete work.
8. Measure final in-place quantities of the various items of construction and
recommend final payment of the contractor.
9. Prepare Record-of-Construction plans for the completed improvements.
10. Attend periodic meetings and report to the City stafC
11. Send notice of completion to Iowa Deparlment of Natural Resources.
E) Additional Services
1. General
Additional Services are not included in this Agreement. If authorized under a
Supplemental Agreement, the CONSULIANT will furnish or obtain the
following services:
a. Flood plain permitting
b. Environmental impact statements
c. Resident Project Representative (RPR) and materials testing
d. Wetland determination/mitigation
e. Pre-Bid Meeting with contractors
F) SERVICES NOT INCLUDED IN TIllS PROPOSAL
1. Environmental assessments and/or impact statements.
2. Investigation and/or mitigation of hazardous materials, if any.
3. Expenses for soil borings or soil investigations (if required)
4. Daily inspection (RPR) of construction, and monthly reports of construction
progress.
The CONSULTANT will also participate in consultations with permitting
authorities. It is anticipated that the following permit(s) will be appfied for:
· IDNR Construction PernliI for sanitary sewer.
· State Historical Society Submittal
· Iowa City Sensitive Areas Ordinance Review/Compliance
7, Prepare final cost estimates.
8. Prepare bidding forms and contract documents using City standardized
formats, including notices.
C) Bidding and Award Phases
The work to be performed by the CONSULTANT under the
Bidding and Award Phases will include the following:
1. Distribute advance notice to bidders two (2) weeks before the public
heanng
2. Distribute plans and specifications to contractors after public hearing.
3. Prepare and distribute addenda as necessary..
4. Answer questions or give additional instruction to City staff and/or bidders,
as necessary..
5. Assist at the bid opening, tabulate the bids received, make an evaluation and
provide a recommendation of the award of the contract.
6. Issue notice of award and obtain executed contract documents from
successful bidder.
D) Construction Phase
The work to be performed by the CONSULTANT under the
Construction Phase will include the following:
1. Conduct a pre-construction meeting with the contractor(s), City staff and
others.
2. Perform construction layout staking and provide the horizontal and vertical
control for the construction.
3. Review and comment on shop drawings.
4. Draft change orders for use by City stafE
G) CITY RESPONSIBILITIES
The City shall:
1. Provide all criteria and full information as to the City's requirements for the
Project, including design objectives and constraints, space, capacity and
performance requirements, flexibility and expendability, and any budgetary.
limitations; and furnish copies of all design and construction standards, which
the City will require to be included in the Drawings and Specifications.
2. Assist Consultant by furnishing or placing at his disposal all available
information pertinent to the Project including previous reports and any other
data relative to design or construction of the Project.
3. Arrange for access to and make all provisions for Consultant to enter upon
public and private property, as necessary for the Project, for Consultant to
perform his services. The CONSULTANT shall make initial contacts with
properly. owners.
4. Furrash approvals and permits from all governmental authorities having
jurisdiction over the Project and such approvals and consents from others as
may be necessary. for completion of the Project.
5. Designate in writing a person to act as the City's representative with respect
to the services to be rendered under this Agreement. Such person shall have
complete authority to transmit instructions, receive information, interpret and
define the Ci.ty's policies and decisions with respect to materials, equipment,
elements and systems pertinent to Consultant's services.
6. Give prompt written notice to Consultant whenever the Ci.ty observes or
othersvise becomes aware of any development that affects the scope or timing
of Consuhant's services, or any defect in the work of Contractor(s).
7. Furnish, or direct Consultant to provide, necessary.' Additional Services as
stipulated in Section I. E) of this Agreement or other services as required.
1I. TIME OF COMPLETION
The provisions of this Section II and the various rates of compensation for
CONSULTANT's services provided for else~vhere in this Agreement have been agreed to
in anticipation of the orderly and continuous progress of the project through completion
of the Construction Phase. CONSULTANT's obligatton to render services hereunder will
extend for a period, which may reasonably be required for the design, award of contracts
and construction of the project including extra work and required extensions thereto.
A) Anticipated Schedule
The CONSULTANT anticipates completion of the various phases of the
PROJECT in accordance with the following tentative schedule:
· Final Design Phase Approximately four (4) months after
authorization to proceed on Final
Design.
· Bidding Phase and Construction Phase Schedule as determined by the City.
III. GENERAL TERMS
A) The Consultant shall not commit any of the following emplo.vment practices and
agrees to prohibit the following practices in any subcontracts.
1. To discharge or refuse to hire any individual because of their race, color,
religion, sex, national origin, disability, age, marital status, gender identi.ty,
creed or sexual orientation.
2. To discriminate against any individual in terms, conditions, or privileges of
employment because of their race, color, religion, sex, national origin,
disability, age, martial status, gender identity, creed or sexual orientation.
B) Should the City 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 "lump sum" amount listed in Section IV. The City
may terminate this Agreement upon seven (7) calendar days' ~vritten notice to the
Consultant.
C) 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.
D) It is understood and agreed that the retention of the Consultant by the City for the
purpose do the Project shall be as an independent contractor and shall be
exclusive, but the Consultant shall have the right to employ such assistance as m~'
be required for the performance of the Project.
E) It is agreed by the City that all records and files pertaining to information needed
by the Consultant for the project shall be available by said City upon reasonable
request to the Consultant. The City agrees to fumish all reasonable assistance in
the use of these records and files.
F) 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 City, Iowa.
G) At the request of the City, the Consultant shall attend such meetings of the City
Council relative to the work set for the in this Agreement. Any requests made by
the City shall be given with reasonable notice to the Consultant to assure
attendance.
H) The Consultant agrees to furnish, upon termination of this Agreement and upon
demand by the City, 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 use of such documents on other
projects.
I) The Consultant agrees to fumish all reports, specifications, and drawings, with the
seal of a professional engineer affixed thereto or such seal as required by Iowa
law.
J) The City agrees to tender the Consultant all fees in a timely manner, excepting,
however, that failure of the Consultant to satisfactorily perform in accordance the
mount sufficient to properly complete the Project in accordance with this
Agreement.
K) 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.
L) Original contract drawings shall become the properly. of the City. The Consultant
shall be allowed to keep Mylar reproducible copies for Consultant's own filing
rise.
M) Fees paid for securing approval of authorities having jurisdiction over the Project
will be paid by the CiLy-
N) Upon signing this agreement, Consultant acknowledged that Section 362.5 of the
Iowa Code prohibits a Ci.ty officer or employee from having an interest in a
contract xvith the City, and certifies that no employee or officer of the Cih.', which
includes members of the Ci.ty Council and City boards and commissions. ahs an
interest, either direct or indirect, in this agreements, that does not fall within the
exceptions to said statutory. provision enumerated in Section 362.5.
O) The Consultant agrees at all times material to this Agreement to have and maintain
professional liability insurance covering the Consultant's liability for the
Consultant's negligent acts, errors, and omissions to the City in the sum of
$1,000,000.
IV. COMPENSATION FOR SERVICES
A) Preliminary and Final Design, Bidding, and Construction Phase.
For Engineering services described in Sections I. A), B) C) and D) the CITY shall
pay the CONSULTANT for basic services rendered on an hourly basis as set out
in Exhibit 'A', not-to-exceed Eighty-Seven Thousand, Five Hundred Dollars
($87,500).
B) Additional Items:
For other additional services as described in Section I. E) the CITY shall pa.v the
CONSULTANT on an hourly basis for the work performed as needed to complete
the project. Services will be billed in accordance with Exhibit 'A'.
C) Miscellaneous Services (printing, copying and others)
The above prices include an allowance for copies of the documents as follows:
1. Preliminary Plans and Specifications 2 copies
2. Final Construction Plans, Cost Estimate,
and Specifications 5 copies
3. Contract Documents 5 copies
4. Bidding Documents 2 copies
5. Record-of-Construction
Dra~vings 1 copy'
V. MISCELLANEOUS
A)All provisions of the Agreement shall be reconciled in accordance with the
generally accepted standards of the Engineering Profession.
B) It is further agreed that there are no other considerations or monies contingent
upon or resulting from the execution of this Agreement, that it is the entire
Agreement, and that no other monies or considerations have been solicited.
Emest W. Lehman 7~::,' Howard B. lo nson III. PE
Title: Mavor f4tle: Regional Manager
Date: APart. :l, Jt>~l Date:
ffi Date
I OFneV S lee
EXHIBIT 'A'
RATE SCHEDULE FOR ADDITIONAL SERVICES
PERSONNEL HOURLY RATE
Engineer I (EI) $95.00
Engineer II (EII) $80.00
Engineering Technician (ET) $65.00
CADD Technician (CT) $45.00
Administrative Assistant (AA) $40.00
Crew Chief(CC) $55.00
Crew Member (CM) $40.00
Resident Project Representative (RPR) $55.00
Rates are effective through June 30, 2001, and ma.v be subject to change thereafter.
ESTIhlATE OF EN(dNEERING COSTS
FOR
FINAl, I)ESIGN. BIDDING AND CONSTRIIUI'ION (PvlEC'S 3017)
04-03-01
16
Prepared by: Mitchel T. Behr, Asst City Atty, 410 E Washington St., Iowa City. IA 52240 (319)356.5030
RESOLUTION NO. 01-84
RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO
ATTEST A SANITARY SEWER EASEMENT AGREEMENT FOR LOT 2,
SADDLEBROOK ADDITION, PART 1, IOWA CITY, IOWA
WHEREAS, pursuant to the Code of Ordinances of the City of Iowa City, Iowa, the
Subdivider submitted a subdivision plat for the area known as Saddlebrook Addition,
Part 1, Iowa City, Iowa, and under said plat, infrastructure was installed to service the
structures within the development; and
WHEREAS, during the installation of said infrastructure, it was determined that an
additional sanitary sewer easement is required; and
WHEREAS, City staff has approved the location of the proposed sanitary sewer
easement as well as the associated easement agreement; and
WHEREAS, the easement.agreement requires City Council approval and the execution
of the same is in the public interest of the citizens of Iowa City, Iowa.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
IOWA CITY, IOWA, THAT:
1. The Mayor is hereby authorized to sign and the City Clerk to attest the
Sanitary Sewer Easement Agreement for Lot 2, Saddlebrook Addition,
Part 1, Iowa City, Iowa, upon direction by the City Attorney.
2. The City Clerk is hereby authorized and directed to certify a copy of this
Resolution and to record the same with the above-referenced Easement
Agreement in the Johnson County Recorder's Office at the expense of
the Subdivider.
3. The Subdivider shall amend the mylar plat of the development to reflect
this additional easement.
~~d ~;iJ~ay of Apri 1 ,2001.
ATTEST: Cl.~l~ CLERK
Approved by:
Resolution No. 01-84
Page 2
It was moved by Pfab and seconded by Champion the Resolution be
adopted. and upon roll call there were:
AYES: NAYS: ABSENT:
X Champion
X Kanner
X . Lehman
× O'Donnell
X Pfab
X Vanderhoef
X Wilburn