HomeMy WebLinkAbout2024-09-17 ResolutionItem Number: 6.a.
CITY OF IOWA CITY
COUNCIL ACTION REPORT
September 17, 2024
Resolution Amending and Adopting FY2025 Interfund Transfers.
Prepared By:
Reviewed By:
Fiscal Impact:
Staff Recommendation:
Commission Recommendations
Attachments: Resolution
Nicole Davies, Finance Director
Geoff Fruin, City Manager
Adopted as part of the FY2025 Amended Budget
Approval
N/A
Executive Summary:
The Iowa Department of Management has administrative rules regarding the handling of
interfund transfers. All interfund transfers are required to be adopted by resolution by the City
Council. The proposed interfund transfers are also being adopted as part of the Fiscal Year
2025 Amended Budget.
Background / Analysis:
In April 2019, the Iowa Administrative Code incorporated regulations surrounding the
management of interfund transfers. In addition to being adopted as part of the budget, which
is subject to a public hearing, interfund transfers are required to be approved by the City
Council by resolution. Each transfer must include the fund sending the transfer, the fund
receiving the transfer, the amount of the transfer, and the reason for the transfer. These rules
took effect in May 2019.
Prepared by: Nicole Davies, Finance Director, 410 E. Washington St., Iowa City, IA 52240, (319)356-5085
Resolution No. 24-233
Resolution Amending and Adopting FY2025 Interfund Transfers
Now therefore, be it resolved by the City Council of the City of Iowa City, Iowa that the City of Iowa City, in Johnson County, Iowa, approves the following
transfer of monies between funds in accordance with the Administrative Code of the State of Iowa. The City Finance Director is hereby authorized to
initiate and record the listed inter -fund transfers up to the amounts set out below.
Transfer Out
Fund
General Fund
General Fund
General Fund
General Fund
General Fund
General Fund
General Fund
General Fund
General Fund
General Fund
General Fund
General Fund
General Fund
General Fund
Facility Reserve
Road Use Tax Fund
Road Use Tax Fund
Road Use Tax Fund
Road Use Tax Fund
Employee Benefits
Employee Benefits
Tax Increment Financing
Tax Increment Financing
Parking Fund
Parking Fund
Parking Capital Reserve
Transit Fund
Transit Fund
Wastewater Fund
Wastewater Fund
Wastewater Capital Reserve
Water Fund
Water Fund
Water Capital Reserve
Refuse Fund
Landfill Fund
Landfill Fund
Airport Capital Reserve
Storm Water Fund
Storm Water Capital Reserve
Housing Authority Fund
Central Services
Transfer In
Fund
Cable TV Equipment Reserve
Wastewater Fund
Water Fund
Refuse Collection Fund
Storm Water Fund
Capital Projects
Airport Fund
MPOJC Fund
Affordable Housing Fund
Library Replacement Reserve
Debt Service Fund
Transit Fund
TIF Fund
Landfill Fund
Capital Projects
Capital Projects
Landfill Fund
General Fund
MPOJC Fund
General Fund
Road Use Tax Fund
General Fund
Debt Service
Landfill Fund
Parking Capital Reserve
Capital Projects
Transit Bus Reserve
Transit Capital Projects
Wastewater Debt Reserve
Wastewater Capital Reserve
Wastewater Capital Projects
Water Debt Reserve
Water Capital Reserve
Water Capital Projects
Capital Projects
Landfill Reserves
Capital Projects
Capital Projects
Storm Water Capital Reserve
Storm Water Capital Projects
General Fund
Capital Projects
Reason
Equipment Reserve
Low Income Discount Donations
Low Income Discount Donations
Low Income Discount Donations
Low Income Discount Donations
CIP funding
CIP funding
Operating funding
Operating Funding
Equipment Reserve
Aniston Village Loan Pmt
Transit Levy Transfer
Hilton Garden Inn Rebate Transfer
Loan Repayment
CIP funding
CIP funding
Loan Repayment
Forestry Cost Share
Cost share
Employee benefits
Employee benefits
Loan Repayment
Debt payments
Loan Repayment
Reserve Transfer
CIP funding
Reserve Transfer
CIP funding
Debt payments
Reserve Transfer
CIP funding
Debt payments
Reserve Transfer
CIP funding
CIP funding
Closure/Replacement funding
CIP funding
CIP funding
Reserve Transfer
CIP funding
PILOT/NDS Director cost share
CIP Funding
Original
Amount
$10,000.00
$2,500.00
$2,000.00
$7,000.00
$1,200.00
$1,387,800.00
$100,000.00
$95,600.00
$1,030,000.00
$62,400.00
$20,100.00
$4,247,200.00
$150,000.00
$117,000.00
$9,700,000.00
$3,200,000.00
$78,000.00
$81,200.00
$299,000.00
$13,527,100.00
$697,100.00
$42,500.00
$1,542,300.00
$294,800.00
$1,500,000.00
$1,450,000.00
$750,000.00
$2,205,500,00
$3,872,500.00
$1,500,000.00
$1,360,000.00
$70,200.00
$1,800,000.00
$1,770,000.00
$250,000.00
$1,025,000.00
$500,000.00
$350,000.00
$1,100,000.00
$1,035,000.00
$30,700.00
$0.00
Amended
$10,000.0
$23,490.0
$23,990.0
$45,240.0
$11,080.0
$1,412,800.(
$100,OOO.0
$95,600.0
$1,030,000.0
$62,400.(
$20,100.0
$4,247,200.0
$150, 000.0
$117,OOO.0
$9,700,000.0
$3,200,000.0
$78,000.0
$81,200.0
$299,000.0
$13,527,100.0
$697,100.(
$42,500.0
$1,542,300.(
$294,800.0
$1,500,000.0
$1,450,OOO.0
$750,000.0
$8,215,500,C
$3,872,500.(
$1,500,000.(
$1,441,800.0
$70,200.0
$2,812,590.0
$1,800,OOO.0
$250,OOO.0
$1,025,000.0
$500,000.0
$350,O00.0
$1,100,000.0
$1,035,000.0
$30,700.0
$200,000.0
Equipment Capital Projects CIP Funding $7,400,000.00 $7,400,OOO.0
Passed and approved this 17 th day of September , 2024
Resolution No. 24-233
Page 2
M
Attest: r�iV C L�
City Clerk
Approved by
0
City orney's Office — 08/27/2024
Resolution No. 24-233
Page 3
Moved by Harmsen , seconded by Moe
that the Resolution be adopted and upon roll call there were:
AYES:
NAYS: ABSENT:
X
Alter
g
Bergus
X
Dunn
X
Harmsen
X
Moe
x-
Salih
X
Teague
Item Number: 6.b.
CITY OF IOWA CITY
COUNCIL ACTION REPORT
September 17, 2024
Resolution Declaring the City of Iowa City's Application for the Statewide Transportation
Alternatives Set -Aside Program (TA Set -Aside) Funds for the Construction of Pedestrian
Facilities on Highway 6 and 1 between Gilbert Street and Orchard Street.
Prepared By: Sarah Walz, Associate Transportation Planner
Reviewed By: Kent Ralston, Transportation Planner
Tracy Hightshoe, Director of Neighborhood and
Development Services
Jason Havel, City Engineer
Fiscal Impact: None
Staff Recommendation: Approval
Commission Recommendations: N/A
Attachments: Resolution
Executive Summary:
The Statewide Transportation Alternatives Set -Aside (TA Set -Aside) program supports the
construction and improvement of bicycle and pedestrian infrastructure. The program
emphasizes the expansion of multi -modal trail networks through the completion of trail
linkages as well as projects that improve access and safety for all transportation modes. TA
Set -Aside program funds may reimburse up to 80 percent of eligible costs or up to the
approved grant maximum, whichever is less.
The Iowa DOT has programmed reconstruction of the Highway 6 bridge over the Iowa River
in 2028, which will include separated facilities for bicycles and pedestrians. By way of
coordination, the City intends to construct bicycle and pedestrian facilities between Gilbert
Street and Orchard Street to ensure access to the new bridge and improve safety for
pedestrians and bicyclists traveling along the highway corridor. The projects will ultimately
complete the entirety of the Highway 1 and Highway 6 Trail system and make the bridge
crossing fully accessible for all users.
Background / Analysis:
Highways 1 and 6 on the south side of Iowa City serve as a main commercial corridor for the
community, carrying an average of 34,000 vehicles per day. While the existing Highway 6
bridge over the Iowa River provides narrow (approximately 3 feet wide) pedestrian passages
separated from the vehicle lanes, pedestrian facilities are not present on either side of the
bridge between Gilbert Street (to the east) and Orchard Street (to the west) and no
pedestrian facilities are provided at the Highway 1/6 and S. Riverside Drive intersection.
Despite the lack of facilities, pedestrians and bicyclists regularly use the highway shoulder
(where provided) or grassy areas along the highway between Gilbert Street and Orchard
Street to access jobs, services, and shopping. A count taken in September found an average
of 122 pedestrians/bicycles cross the bridge per day. During dark conditions, those walking
along the shoulder are even harder to see due to the absence of street lighting. The Iowa City
Pedestrian Collision Analysis (2013-2022) identified this segment of roadway as one of the
highest frequency/severity collision corridors in the community.
Approval of this resolution is necessary for the City of Iowa City to submit a qualifying
application for TA Set -Aside funding.
Prepared by: Sarah Walz, Associate Transportation Planner, 410 E. Washington St., Iowa City, IA 52240 (319) 356-
5239
Resolution no. 24-234
Resolution Declaring the City of Iowa City's Application for the Statewide
Transportation Alternatives Set -Aside Program (TA Set -Aside) Funds for the
Construction of Pedestrian Facilities on Highway 6 and 1 between Gilbert
Street and Orchard Street.
Whereas, the Iowa Department of Transportation administers the Statewide Transportation
Alternatives Set -Aside Program (TA Set -Aside), the purpose of which is to fund the expansion of
impactful multi -modal facilities, and
Whereas, the Iowa Department of Transportation has programmed the reconstruction of the
Highway 6 Bridge over the Iowa River in 2028; and
Whereas, the proposed bridge replacement will include a separate facility for bicyclists and
pedestrians; and
Whereas, currently there are no bicycle or pedestrian facilities connecting between Gilbert
Street, east of the Iowa River, and Orchard Street, to the west; and
Whereas, Highways 1 and 6 serve as a main commercial corridor carrying more than 34,000
vehicles per day (ADT); and
Whereas, this segment of the Highway 1 and 6 corridor is identified in the Iowa City Pedestrian
Collision Analysis (2013-2022) as one of the highest frequency/severity collision corridors in the
community; and
Whereas, the adopted Iowa City Bicycle Master Plan (2017) recommends the construction of
these facilities; and
Whereas, a requirement of the TA Set -Aside Program is a resolution officially endorsing the
application and the assurances that any funded improvements will be adequately maintained; and
Whereas, the City Council finds said proposal to be in the public interest.
Now, therefore, be it resolved by the City Council of the City Iowa City, Iowa that:
1. The City hereby officially endorses and directs City staff to submit a TA Set -Aside
application to the Iowa DOT before the October 1, 2024, deadline for pedestrian facilities,
including side paths, curb ramps, crosswalks, and pedestrian signals between Gilbert
Street and Orchard Street along Highway 1/6 and agrees to adequately maintain any
funded improvements.
2. The City Engineer or designee is hereby authorized to execute the "Application
Certification for Local Government".
3. The City Manager is hereby authorized to execute the grant agreement, if awarded, and
any needed amendments thereto along with all necessary additional agreements and
documents for said grant with the Iowa Department of Transportation.
Resolution No. 74_?34
Page 2
Passed and approved this 17 th
Approved by
Attest: L�p , t � - b 4,,4\L,&
Kellie K. Gr ce, City Clerk
day of September , 2024.
u Teague, Mayor
It was moved by Harmsen and seconded by
adopted, and upon roll call there were:
NAYS:
City Atto ey's Office
(Sue Dulek — 09/12/2024)
Moe
ABSENT:
Alter
Bergus
Dunn
Harmsen
Moe
Salih
Teague
the Resolution be
Item Number: 6.c.
CITY OF IOWA CITY
COUNCIL ACTION REPORT
September 17, 2024
Resolution authorizing the procurement of one (1) street sweeper for Streets Operations.
Prepared By: Dan Striegel, Equipment Superintendent
Reviewed By: Ron Knoche, Director of Public Works
Geoff Fruin, City Manager
Fiscal Impact: $240,595.00; funds are available in account #81710520
Staff Recommendation: Approval
Attachments: Purchase Proposal - Sourcewell Elgin Pelican Sweeper.pdf
Contract 093021 - Elgin Sweeper.pdf
Contract 093021-Elgin Sweeper Summary.pdf
Resolution
Executive Summary:
At the September 17, 2024 City Council meeting, consideration will be given to a resolution
authorizing the procurement of one (1) new Elgin Pelican NP Street Sweeper for Streets
Operations from MacQueen Equipment in Ankeny, IA. for $240,595.00 as per quote dated
September 9, 2024.
Sourcewell Cooperative contract 093021-ELG will be utilized for this procurement. Price
includes contract discount and a fair and reasonable trade allowance of $45,000 for current
sweeper #268 (2015 Elgin Pelican NP).
Funding for this purchase is available in account 81710520
Background / Analysis:
The Streets Division has two street sweepers in their fleet and sweeper #268 has reached its
life expectancy and is scheduled for replacement.
Estimated delivery is 2-6 months after receipt of order.
M AC Q U E E N TM
V194F
September 91h, 2024
Dan Striegel
Equipment Superintendent
City of Iowa City
Dan,
ED%lRA11kNjwSoureewell a Formerly NJPA
ENVIRONMENTAL SOLUTIONS AND SUPPORT
Per your request, a proposal has been generated based off of the Sourcewell Contract #: #093021-ELG for an Elgin Pelican Street
Sweeper with the enhancements that your department has deemed necessary. As you know the City of Iowa City is a member of
Sourcewell, Membership #: 26298. Sourcewell provides a nationally bid price that will meet/satisfy your city's bid process.
Description
2024 Elgin Pelican NP Street Sweeper- Dual Gutter Broom $268,180.00
-Including the Following: -High Back Air Ride Seat Curbside Only: $1,270.00
-AM/FM Radio: $745.00
-Electric Motorized/Heated Mirrors: $1,615.00
-Strip Broom Center Sweep Core and Refill: $1,110.00
-In-Cab Broom Tilt (Curbside ONLY): $2,420.00
-Hydraulic Temp & Level Shutdown: $510.00
-Magnetic Drain Plug: $225.00
-In-Cab Air Filter Restriction Gauge: $600.00
-Dual Top Mounted LED Strobe Lights with Guards and Mounting Bar: $2,970.00
-Dual LED Rear Bumper Strobes: $1,590.00
-LED Stop/Tail/Turn Lights: $450.00
-Rear LED Flood Lights: $1,005.00
-Right/Left LED Side Broom LED Flood Lights: STD
-Dual Cab Forward Facing LED Flood Lights w/ Light Mounting Bar: $1,580.00
-Conveyor Cleanout: $695.00
-Engine Pre -Cleaner: $600.00
-Dual Limb Guards: $2,985.00
-Elgin/]D Service Manuals: $120.00 & $230.00
-Factory Delivery to MacQueen-Iowa: $2,100.00
-Combined Pricing $291,000.00
Pricing Summary:
Combined Purchase Price- 2024 Elgin Pelican: $291,000.00
-MINUS SOURCEWELL CONTRACT DISCOUNT 3%:-$8,730.00
-MINUS TRADE-IN 2015 Elgin Pelican Serial #: NP30764:-$45,000.00
Required Non-Contrat/Dealer Services Added Not Included in Sourcewell Contract Pricing_
Mainbroom Odometer/Hour Meter: $535.00
Machine Pre -Delivery Inspection: $1,090.00
Delivery to Iowa City from MacQueen Equipment: $1,050.00
Training On -Site in Iowa City: $650.00
NET SOURCEWELL CONTRACT PURCHASE PRICE 2024 ELGIN PELCIAN SWEEPER $240,595.00
Delivery: Approximately 2-6 Months After Receipt of Order Dependent Upon Availability at time of order.
Warranty: 1 Year Parts & Labor Elgin Warranty, 2 Year/2,000 Hour JD Engine Warranty
Payment Terms: Net Due 30 Days After Delivery. Proposal Expires: 60 Days from date of proposal.
Terms of Sale: Proposed prices are based on current costs and therefore subject to change with written notice to account for changes
beyond seller's control.
If you should have any questions about this proposal, pricing, or equipment please call.
Thank you.
Mike Osler
MacQueen Equipment
515-864-8171
www.macciueengrouR.com
4607 SE Rio Ct, Ankeny, IA 50021 . Bus: 515.289.9994 . Fax: 515.289.9995
Formerly Trans Iowa Equipment Part of the MacQueen Group Since 2005
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
Sourcewell 44's
Solicitation Number: RFP #093021
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and Elgin Sweeper Company, 1300 West Bartlett Road, Elgin, IL 60120
(Supplier).
Sourcewell is a State of Minnesota local government unit and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to eligible
federal, state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Street Sweepers and Specialty Sweepers, with Related
Equipment, Accessories, and Supplies from which Supplier was awarded a contract.
Supplier desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires November 16, 2025, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended one additional year
upon the request of Sourcewell and written agreement by Supplier.
C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all
payment obligations incurred prior to expiration or termination will survive, as will the
following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All
rights will cease upon expiration or termination of this Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Rev. 3/2021
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
All Equipment and Products provided under this Contract must be new and the current model.
Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated
in Supplier's product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity's site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Supplier's dealers
and distributors must agree to assist the Participating Entity in reaching a resolution in any
dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends
beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout
the Contract term, Supplier must provide to Sourcewell a current means to validate or
authenticate Supplier's authorized dealers, distributors, or resellers relative to the Equipment,
Products, and Services offered under this Contract, which will be incorporated into this
Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most
current information.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced at or below the price
stated in Supplier's Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity's requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Supplier must permit the Equipment and Products to be
Rev. 3/2021
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery. In the event of the delivery of nonconforming
Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and
the Supplier will replace nonconforming Equipment and Products with conforming Equipment
and Products that are acceptable to the Participating Entity.
Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally
delivers substandard or inferior Equipment or Products.
B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax -
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At anytime during this Contract, Supplier may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Supplier may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Supplier Development Administrator. This
approved form is available from the assigned Sourcewell Supplier Development Administrator.
At a minimum, the request must:
• Identify the applicable Sourcewell contract number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
Rev. 3/2021
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
• Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
restatement must include all Equipment, Products, and Services offered, even for those
items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Change Request Form will become an
amendment to this Contract and will be incorporated by reference.
5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS
A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and
nonprofit entities across the United States and Canada; such as federal, state/province,
municipal, K-12 and higher education, tribal government, and other public entities.
The benefits of this Contract should be available to all Participating Entities that can legally
access the Equipment, Products, or Services under this Contract. A Participating Entity's
authority to access this Contract is determined through its cooperative purchasing, interlocal,
or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service
Member of Sourcewell during such time of access. Supplier understands that a Participating
Entity's use of this Contract is at the Participating Entity's sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential participating entities
to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its
roster during the term of this Contract.
B. PUBLIC FACILITIES. Supplier's employees maybe required to perform work at government -
owned facilities, including schools. Supplier's employees and agents must conduct themselves
in a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized
subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it
may use its own forms, but the purchase order should clearly note the applicable Sourcewell
Rev. 3/2021
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
contract number. All Participating Entity orders under this Contract must be issued prior to
expiration or cancellation of this Contract; however, Supplier performance, Participating Entity
payment obligations, and any applicable warranty periods or other Supplier or Participating
Entity obligations may extend beyond the term of this Contract.
Supplier's acceptable forms of payment are included in its attached Proposal. Participating
Entities will be solely responsible for payment and Sourcewell will have no liability for any
unpaid invoice of any Participating Entity.
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order, or other required transaction documentation, may be
negotiated between a Participating Entity and Supplier, such as job or industry -specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entities may require the use of a
Participating Addendum; the terms of which will be negotiated directly between the
Participating Entity and the Supplier. Any negotiated additional terms and conditions must
never be less favorable to the Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements not addressed in this Contract (such as e-
commerce specifications, specialized delivery requirements, or other specifications and
requirements), the Participating Entity and the Supplier may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Supplier in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the equipment, products, or services to be purchased; or
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity's requirements.
E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a
Participating Entity's order will be determined by the Participating Entity making the purchase.
7. CUSTOMER SERVICE
A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
Rev. 3/2021
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
• Maintenance and management of this Contract;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Business reviews to Sourcewell and Participating Entities, if applicable.
B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, sales data reports, supply issues, customer
issues, and any other necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a
contract sales activity report (Report) to the Sourcewell Supplier Development Administrator
assigned to this Contract. Reports are due no later than 45 days after the end of each calendar
quarter. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were
made).
The Report must contain the following fields:
• Participating Entity Name (e.g., City of Staples Highway Department);
• Participating Entity Physical Street Address;
• Participating Entity City;
• Participating Entity State/Province;
• Participating Entity Zip/Postal Code;
• Participating Entity Contact Name;
• Participating Entity Contact Email Address;
• Participating Entity Contact Telephone Number;
• Sourcewell Assigned Entity/Participating Entity Number;
• Item Purchased Description;
• Item Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Purchase was invoiced/sale was recognized as revenue by Supplier.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Supplier may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated
in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased
Rev. 3/2021
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be
mailed to the address above "Attn: Accounts Receivable" or remitted electronically to
Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments
must be received no later than 45 calendar days after the end of each calendar quarter.
Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract's expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Supplier's Authorized Representative is the person named in the Supplier's Proposal. If
Supplier's Authorized Representative changes at any time during this Contract, Supplier must
promptly notify Sourcewell in writing.
10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this Agreement are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under
this Contract without the prior written consent of the other party and a fully executed
assignment agreement. Such consent will not be unreasonably withheld. Any prohibited
assignment will be invalid.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been duly executed by the parties.
D. WAIVER. Failure by either party to take action or assert any right under this Contract will
not be deemed a waiver of such right in the event of the continuation or repetition of the
circumstances giving rise to such right. Any such waiver must be in writing and signed by the
parties.
Rev. 3/2021
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
E. CONTRACT COMPLETE. This Contract represents the complete agreement between the
parties. No other understanding regarding this Contract, whether written or oral, may be used
to bind either party. For any conflict between the attached Proposal and the terms set out in
Articles 1-22 of this Contract, the terms of Articles 1-22 will govern.
F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent
contractors, each free to exercise judgment and discretion with regard to the conduct of their
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master -servant, or principal -agent.
11. INDEMNITY AND HOLD HARMLESS
Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities,
including their agents and employees, harmless from any claims or causes of action, including
attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any act or
omission in the performance of this Contract by the Supplier or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
by some defect in the Equipment, Products, or Services under this Contract to the extent the
Equipment, Product, or Service has been used according to its specifications. Sourcewell's
responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota
Statutes Chapter 466) and other applicable law.
12. GOVERNMENT DATA PRACTICES
Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Supplier under this Contract.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
I_AI►IIaIIftMYT10a061»:iwi
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Supplier a royalty -free, worldwide, non-exclusive right and
license to use the trademark(s) provided to Supplier by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell's relationship with
Supplier.
b. Supplier grants to Sourcewell a royalty -free, worldwide, non-exclusive right and
license to use Supplier's trademarks in advertising and promotional materials for the
purpose of marketing Supplier's relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to their respective subsidiaries, distributors, dealers,
Rev. 3/2021
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
resellers, marketing representatives, and agents (collectively "Permitted Sublicensees") in
advertising and promotional materials for the purpose of marketing the Parties' relationship
to Participating Entities. Any sublicense granted will be subject to the terms and conditions
of this Article. Each party will be responsible for any breach of this Article by any of their
respective sublicensees.
3. Use; Quolity Control.
a. Neither party may alter the other party's trademarks from the form provided
and must comply with removal requests as to specific uses of its trademarks or
logos.
b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party's trademarks only in good faith and in a dignified manner consistent with
such party's use of the trademarks. Upon written notice to the breaching party, the
breaching party has 30 days of the date of the written notice to cure the breach or
the license will be terminated.
4. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its
Participating Entities against any and all suits, claims, judgments, and costs instituted or
recovered against Sourcewell or Participating Entities by any person on account of the use
of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier
in violation of applicable patent or copyright laws.
5. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed
catalog of suppliers which may be used until the next printing). Supplier must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell's written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Supplier individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development
Administrator assigned to this Contract.
D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment,
Products, or Services.
Rev. 3/2021
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
14. GOVERNING LAW, JURISDICTION, AND VENUE
The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue
for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate
state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota.
15. FORCE MAJEURE
Neither party to this Contract will be held responsible for delay or default caused by acts of God
or other conditions that are beyond that party's reasonable control. A party defaulting under
this provision must provide the other party prompt written notice of the default.
16. SEVERABILITY
If any provision of this Contract is found by a court of competent jurisdiction to be illegal,
unenforceable, or void then both parties will be relieved from all obligations arising from that
provision. If the remainder of this Contract is capable of being performed, it will not be affected
by such determination or finding and must be fully performed.
17. PERFORMANCE, DEFAULT, AND REMEDIES
A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and
address unresolved contract issues as follows:
1. Notification. The parties must promptly notify each other of any known dispute and
work in good faith to resolve such dispute within a reasonable period of time. If necessary,
Sourcewell and the Supplier will jointly develop a short briefing document that describes
the issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher
level of management. The Supplier will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Supplier must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Supplier fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, the Supplier will bear any additional costs incurred by Sourcewell and/or its
Participating Entities as a result of such failure to proceed.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
Rev. 3/2021 10
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
The party claiming default must provide written notice of the default, with 30 calendar days to
cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non -defaulting
party may:
• Exercise any remedy provided by law or equity, or
• Terminate the Contract or any portion thereof, including any orders issued against the
Contract.
18. INSURANCE
A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect
at all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers' Compensation and Employer's Liability.
Workers' Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Supplier will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office ("ISO") Commercial General Liability Form
CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products -completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for Products -Completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract,
Supplier will maintain insurance covering all owned, hired, and non -owned automobiles
in limits of liability not less than indicated below. The coverage must be subject to terms
Rev. 3/2021 11
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer),
or equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
4. Umbrella Insurance. During the term of this Contract, Supplier will maintain
umbrella coverage over Employer's Liability, Commercial General Liability, and
Commercial Automobile.
Minimum Limits:
$2,000,000
5. Network Security and Privacy Liability Insurance. During the term of this Contract,
Supplier will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Supplier's
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data — including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Supplier to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must
furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must
be signed by a person authorized by the insurer(s) to bind coverage on their behalf.
Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide
certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in
this Contract.
C_1DID] IHW0film 1►[.111Jilk] a9711►111101167:3.9111111►1r_1►197ailk] I1I_1Iffi/_1►197►[0LQK0]►11ilk] I:1111r0lIffli
INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Supplier's commercial
general liability insurance policy with respect to liability arising out of activities, "operations," or
"work" performed by or on behalf of Supplier, and products and completed operations of
Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is
Rev. 3/2021 12
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Supplier or its subcontractors. The waiver must apply to all
deductibles and/or self -insured retentions applicable to the required or any other insurance
maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must
require similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this
Contract can be met by either providing a primary policy or in combination with
umbrella/excess liability policy(ies), or self -insured retention.
19. COMPLIANCE
A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this
Contract must comply fully with applicable federal laws and regulations, and with the laws in
the states and provinces in which the Equipment, Products, or Services are sold.
B. LICENSES. Supplier must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Supplier conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in
writing.
Supplier certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Supplier certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Supplier further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
Rev. 3/2021 13
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
21. PROVISIONS FOR NON -UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER
UNITED STATES FEDERAL AWARDS OR OTHER AWARDS
Participating Entities that use United States federal grant or FEMA funds to purchase goods or
services from this Contract may be subject to additional requirements including the
procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional
requirements based on specific funding source terms or conditions. Within this Article, all
references to "federal" should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Supplier's Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FIR 12319,
12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," and implementing
regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated
herein by reference.
B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-
federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. §
3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
the federal awarding agency. The contracts must also include a provision for compliance with
the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report
all suspected or reported violations to the federal awarding agency. Supplier must be in
compliance with all applicable Davis -Bacon Act provisions.
Rev. 3/2021 14
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Supplier certifies that during the term of
an award for all contracts by Sourcewell resulting from this procurement process, Supplier must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award
meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency. Supplier
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
Supplier certifies that during the term of this Contract will comply with applicable requirements
as referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names
Rev. 3/2021 15
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file
any required certifications. Suppliers must not have used federal appropriated funds to pay any
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Suppliers must file all certifications and
disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31
U.S.C. § 1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Supplier that are directly pertinent to Supplier's discharge of its obligations under
this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The
right also includes timely and reasonable access to Supplier's personnel for the purpose of
interview and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is
a state agency or agency of a political subdivision of a state and its contractors must comply
with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation
Rev. 3/2021 16
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
and Recovery Act. The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the
highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier not use the seal(s), logos, crests, or
reproductions of flags or likenesses of Federal agency officials without specific pre -approval.
N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to
this Contract or any purchase by an Participating Entity and is not subject to any obligations or
liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter
resulting from the Contract or any purchase by an authorized user.
0. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The
Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and
Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a
Participating Entity.
P. FEDERAL DEBT. The Supplier certifies that it is non -delinquent in its repayment of any
federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowance, and benefit overpayments.
Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services,
Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to
the anticipated work under this Contract raises an actual or potential conflict of interest (as
described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in
writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and
Participating Entity are able to assess the actual or potential conflict; and provide any additional
information as necessary or requested.
R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S.
Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources
and support to individuals and organizations associated with terrorism.
S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it
will comply with applicable requirements of 2 C.F.R. § 200.216.
Rev. 3/2021 17
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
093021-ELG
T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies
that during the term of this Contract will comply with applicable requirements of 2 C.F.R. §
200.322.
22. CANCELLATION
Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60
days' written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Supplier's
Proposal. Cancellation of this Contract does not relieve either party of financial, product, or
service obligations incurred or accrued prior to cancellation.
Sourcewell
DocuSigned by:
By; .COFD2A139DD6489...
1 Jeremy Schwartz
Title: Chief Procurement Officer
11/15/2021 1 11:35 AM CST
Date:
Approved:
DocuSigned by,
By;Jp7E42BSF817A64CC...
Chad Coauette
Title: Executive Director/CEO
11/22/2021 1 10:11 AM CST
Date:
Elgin Sweeper Company
DocuSigned by:
By; 67407721F3A64A7..
David Panizzi
Title: Business Development Manager
11/22/2021 1 8:45 AM CST
Date:
Rev. 3/2021 18
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
RFP 093021 - Street Sweepers and Specialty Sweepers, with
Related Equipment, Accessories, and Supplies
Vendor Details
Company Name:
Elgin Sweeper Co.
Does your company conduct
business under any other name? If
Elgin Sweeper Co. Division of Federal signal
yes, please state:
1300 W Bartlett Rd
Address:
Elgin, IL 60120
Contact:
David Panizzi
Email:
dpanizzi@elginsweeper.com
Phone:
847-622-7153 402385
HST#:
36-2351764
Submission Details
Created On:
Monday September 13, 2021 13:04:04
Submitted On:
Wednesday September 29, 2021 16:49:19
Submitted By:
David Panizzi
Email:
dpanizzi@elginsweeper.com
Transaction #:
cd6ff737-3555-439f-821 b-fc3b047a5759
Submitter's I Address:
50.238.226.126
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Specifications
Table 1: Proposer Identity & Authorized Representatives
General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your
response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the question does not apply to you (preferably with an
explanation).
Line
Item
Question
Response*
1
Proposer Legal Name (one legal entity only): (In the
Elgin Sweeper Company (Division of Federal Signal Corp.)
event of award, will execute the resulting contract
as "Supplier")
2
Identify all subsidiary entities of the Proposer whose
Elgin Sweeper Company
equipment, products, or services are included in the
Proposal.
3
Identify all applicable assumed names or DBA names of
No other names
the Proposer or Proposer's subsidiaries in Line 1 or
Line 2 above.
4
Proposer Physical Address:
1300 West Bartlett Rd.
Elgin, IL 60120
5
Proposer website address (or addresses):
www.elginsweeper.com
6
Proposer's Authorized Representative (name, title,
David Panizzi
address, email address & phone) (The representative
Business Development Manager
must have authority to sign the "Proposer's Assurance
1300 West Bartlett Rd.
of Compliance" on behalf of the Proposer and, in the
Elgin, IL 60120
event of award, will be expected to execute the resulting
dpanizzi@elginsweeper.com
contract):
847-622-7153
7
Proposer's primary contact for this proposal (name, title,
David Panizzi
address, email address & phone):
Business Development Manager
1300 West Bartlett Rd.
Elgin, IL 60120
dpanizzi@elginsweeper.com
847-622-7153
8
Proposer's other contacts for this proposal, if any
No other contacts
(name, title, address, email address & phone):
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Table 2: Company Information and Financial Strength
Line
Item
Question
Response*
9
Provide a brief history of your company, including your
Aligned with Federal Signal, Elgin Sweeper works to enhance the cleanliness, safety and well being of
company's core values, business philosophy, and
our communities and work places. We are an American manufacturer with 107 years of street
industry longevity related to the requested equipment,
sweeper design and manufacturing experience. We are focused on designing, manufacturing and
products or services.
distributing high -quality street sweeping equipment that serves municipal, governmental, industrial and
institutional customers. We are focused on doing this with high regard for our employees and our
environment.
10
What are your company's expectations in the event of
We would expect to continue cooperation with Sourcewell as we work to serve its membership and
an award?
work to provide effective and simple solutions for environmental cleaning challenges. This would include
Sourcewell commitment to expand membership and promotion of their contracts to support their
contract holders. We have over a decade of cooperation and growth working together with Sourcewell
and their members, and we would work together to continue serve the membership with the latest
advances in street sweeper designs and product offerings.
11
Demonstrate your financial strength and stability with
Elgin Sweeper Co.has been manufacturing street sweepers for over 107 years. Today we are the
meaningful data. This could include such items as
leading manufacturer of sweepers for municipalities and governmental agencies in North America. We
financial statements, SEC filings, credit and bond
offer the the broadest selection of street sweepers across various sweeping technologies. We utilize
ratings, letters of credit, and detailed reference letters.
mechanical, regenerative air, pure vacuum sweeper and we offer alternative fuels including CNG and
Upload supporting documents (as applicable) in the
hybrid electric sweeping.
document upload section of your response.
Elgin is a subsidiary of Federal Signal - a publicly traded company with more than $1.2 billion in
revenue last year. The link shown here can be used to access the latest quarterly reports as well as
other financial related topics and will clearly show Federal Signal's financial strength and stability.
hftps//:www.federalsignal.com/annual-quarterly-reports
12
What is your US market share for the solutions that
Our industry is a non -reporting industry. Therefore, no independent data of market share exists.
you are proposing?
Based on our market knowledge and across all sweeping model/technologies, we believe our market
share to be 40+%.
13
What is your Canadian market share for the solutions
Again, we do not have empirical data supporting market share in Canada but our research shows that
that you are proposing?
we are approximately 35% market share across all types of sweeping technologies.
14
Has your business ever petitioned for bankruptcy
Elgin Sweeper Co. and Federal Signal Corp. have never been the subject of a bankruptcy action.
protection? If so, explain in detail.
15
How is your organization best described: is it a
We are a manufacturer. We have a network of third -party dealerships across North America that are
manufacturer, a distributor/dealer/reseller, or a service
trained to sell and service our products. The dealerships are specifically contracted and trained to
provider? Answer whichever question (either a) or b)
represent our products in their local areas. We also have Regional Sales Reps (located throughout N.
just below) best applies to your organization.
America) that support the sales process and are available to meet and work with end -user. We also
a) If your company is best described as a
have a Field Service and Support team. They too are located within their regions, and are dedicated
distributor/dealer/reseller (or similar entity), provide your
to support our dealers and their efforts to ensure customer satisfaction with our products. The
written authorization to act as a
Regional Sales Reps and the Regional Service and Support Reps are employees of the company.
distributor/dealer/reseller for the manufacturer of the
products proposed in this RFP. If applicable, is your
dealer network independent or company owned?
b) If your company is best described as a
manufacturer or service provider, describe your
relationship with your sales and service force and with
your dealer network in delivering the products and
services proposed in this RFP. Are these individuals
your employees, or the employees of a third party?
16
If applicable, provide a detailed explanation outlining
All of our contracted dealers are required to have valid state equipment dealer license. All of our
the licenses and certifications that are both required to
dealers must comply with this requirement as part of their contract with us.
be held, and actually held, by your organization
While not required, Elgin is ISO 9001 certified. ISO is the International Standards Organization and
(including third parties and subcontractors that you use)
being certified means that we have policies and procedures commensurate with our business (heavy
in pursuit of the business contemplated by this RFP.
manufacturing) and that we adhere to those policies, procedures and quality standards. We are
audited annually.
17
Provide all "Suspension or Debarment" information that
None
has applied to your organization during the past ten
years.
Table 3: Industry Recognition & Marketplace Success
Line
Item
Question
Respons
18
Describe any relevant industry awards or recognition
Elgin Broom Bear - Contractor's Choice Awards GOLD for 2016, 2017, 2019 and SILVER for 2018
that your company has received in the past five years
from Roads and Bridges Publication.
2019 Workforce Development Award from Elgin Area Chamber of Commerce (Elgin Development
Group).
Federal Signal Work Place Hazard Reduction Award for 2019 & 2020.
19
What percentage of your sales are to the
Approximately 68%
governmental sector in the past three years
20
What percentage of your sales are to the education
Less than 1%
sector in the past three years
21
List any state, provincial, or cooperative purchasing
We as a manufacturer do not hold any additional state or provincial purchasing contracts - only our
contracts that you hold. What is the annual sales
current Sourcewell contract. However, a number of our local dealers do hold state or local
volume for each of these contracts over the past three
purchasing contracts which they service. We do not have access to the detailed sales volumes as
years?
those are not tracked.
22
Li17st any GSA contracts or Standing Offers and Supply
We service a GSA contract (47QMCA18D000E) that is administered through our dealer in Maryland.
Arrangements (SOSA) that you hold. What is the
Again, annual sales volumes are unknown.
annual sales volume for each of these contracts over
the past three years?
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Table 4: References/Testimonials
Line Item 23. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name
Contact Name *
Phone Number*
City of Wheaton, IL
Sam Webb
630-260-2119
Fleet Supervisor
City of Chesapeake, VA
Mike McColgan
(757) 382-3321
member #52040
City of Norfolk, VA
Steve Patterson
(757) 441-5700
member #50228
Table 5: Top Five Government or Education Customers
Line Item 24. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the
entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years.
Entity Name
Entity Type *
State / Province *
Scope of Work *
Size of Transactions *
Dollar Volume Past Three
*
Years
Confidential
Government
Illinois - IL
Purchase of Street Sweeper
We are a public company and
We are a public company and
this is confidential information
this is confidential information
Confidential
Government
Illinois - IL
Purchase of Street Sweeper
We are a public company and
We are a public company and
this is confidential information
this is confidential information
Confidential
Government
Illinois - IL
Purchase of Street Sweepers
We are a public company and
We are a public company and
this is confidential information
this is confidential information
Confidential
Government
Illinois - IL
Purchase of Street Sweepers
We are a public company and
We are a public company and
this is confidential information
this is confidential information
Confidential
Government
Illinois - IL
Purchase of Street Sweepers
We are a public company and
We are a public company and
this is confidential information
Ithis is confidential information
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Table 6: Ability to Sell and Deliver Service
Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address
in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector,
whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions.
Line
Item
Question
Response*
25
Sales force.
Elgin has six Regional Sales Managers (RSMs) tasked with supporting our dealer's sales efforts. The
RSMs set sales targets and are involved in the end -user sales process as needed. The RSMs report
to a Director of Municipal/Governmental Sales who reports to a Group level Vice President
26
Dealer network or other distribution methods.
Our dealer network consists of 34 dealer entities with over 70 location throughout North America. All
dealers are assigned an area of responsibility that cover all of the US, Canada and the US
Territories. Total dealer sales reps/territory managers for North American total over 230.
27
Service force.
Internally, Elgin has an Inside Service organization with seven technical reps that support our dealer's
daily need for technical support. We also have four Regional Service and Support Managers (RSSMs)
that live and work with specific dealers within their assigned regions to provide warranty support,
training, consultation and end -user interaction. All of our internal reps support approximately 225 dealer
technicians tasked with providing end -user service.
28
Describe the ordering process. If orders will be
Sourcewell members will order through their local dealer who will, in -turn, place an order with us. Our
handled by distributors, dealers or others, explain the
dealer will be responsible for assisting the member with equipment configuration recommendations and
respective roles of the Proposer and others.
providing a detailed proposal/quotation to the member. Once the sweeper is manufactured and delivered
to our dealer, they will be responsible for preparing, delivering, training and supporting the end -user's
needs with the sweeper. History is showing that Elgin dealers are knowledgeable, experienced and
anxious to use our Sourcewell contract.
29
Describe in detail the process and procedure of
Customer Service starts from the delivery process with Sweeper installation/operation training. Shorty
your customer service program, if applicable.
after delivery, we request a customer satisfaction survey be filled out so we can understand the level of
Include your response -time capabilities and
satisfaction from product quality, to dealer support and overall product satisfaction. Any negative
commitments, as well as any incentives that help
responses are recorded and assigned to a field rep for appropriate follow-up.
your providers meet your stated service goals or
All Elgin Dealers have trained and certified technicians with the vast majority of dealers providing road
promises.
(go to customer location) service complete with well-equipped service trucks. This allows for quicker
support of possible inoperative vehicles. Also, at Elgin we have a 24-hour toll free helpline that is
staffed by factory personnel. The objective is to provide an immediate contact and response for both
our dealers and end -user customers. Lastly, we support our products with a comprehensive warranty that
is provided through our trained dealer network. Our philosophy is that quality products with high -levels
of service support will ensure the best value for our customers - this, in turn, will create their desire to
continue their business relationship with Elgin and our dealers.
30
Describe your ability and willingness to provide your
Our dealer network allows us to sell and service our products throughout all of North America. Our
products and services to Sourcewell participating
dealers are assigned geographic areas (or territories) of responsibility that include all states and
entities in the United States.
provinces. The assigned territories are listed in the dealer contract.
31
Describe your ability and willingness to provide your
We support, service and actively pursue business opportunities with all Canadian entities that use street
products and services to Sourcewell participating
sweepers.
entities in Canada.
32
Identify any geographic areas of the United States
We will service all geographic areas of the US and Canada.
or Canada that you will NOT be fully serving through
the proposed contract.
33
Identify any Sourcewell participating entity sectors
We will service any and all Sourcewell participating entities.
(i.e., government, education, not -for -profit) that you
will NOT be fully serving through the proposed
contract. Explain in detail. For example, does your
company have only a regional presence, or do other
cooperative purchasing contracts limit your ability to
promote another contract?
34
Define any specific contract requirements or
Hawaii, Alaska and the US Territories are serviced the same as other states. We have dealers that are
restrictions that would apply to our participating
contractually assigned these geographic regions.
entities in Hawaii and Alaska and in US Territories.
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Table 7: Marketing Plan
Line
Item
Question
Response*
35
Describe your marketing strategy for promoting
We advertise our Sourcewell contract at trade shows, on our public website, on our marketing collateral and
this contract opportunity. Upload
at our internal dealer events. We invite our Sourcewell Contract Administrator to attend and participate at our
representative samples of your marketing
trade shows and internal dealer sales training events. We have facilitated contract training with both our
materials (if applicable) in the document
Regional Sales Managers and dealerships. We encourage our dealers to attend and network at Sourcewell
upload section of your response.
sponsored events like GTKU and Sourcewell University.
36
Describe your use of technology and digital
Elgin utilizes a number of social media platforms to inform and communicate with the public and our
data (e.g., social media, metadata usage) to
followers. Our Marketing Communications Group does an excellent job of utilizing these technologies to
enhance marketing effectiveness.
promote our products and keep our users informed of what's happening. We use Facebook, Linkedln, You
Tube and Twitter to keep users and followers up-to-date with the latest product releases including videos;
application specific information, new option availability (to enhance the functionality), and the latest press
releases. Our website allows users to connect to information including our Sourcewell relationship and contract
information.
37
In your view, what is Sourcewell's role in
We would expect Sourcewell to promote our contracts to their membership as a way to simplify the
promoting contracts arising out of this RFP?
procurement process and that membership understands that contract holders are part of an elite group of
How will you integrate a Sourcewell-awarded
product/solution providers that have proven to be reputable and responsive to member's needs. We expect
contract into your sales process?
that Sourcewell works to continue to expand membership so that additional entities would be able to
experiences the benefits for all parties.
Our Sourcewell contract is currently well integrated within our sales process. Our RSMs, as well as our
dealers, have been trained in using our contract as a preferred method of selling/procuring our products. Our
dealers currently have the ability to create Sourcewell compliant proposals/quotes within our on-line configurator
and ordering tool. By making a simple selection (check box) within our CPQ tool a dealer sales rep can
create a proposal that is compliant with our Sourcewell contract. The tool applies the appropriate pricing,
contract information, inserts the approved Sourcewell logo and tracks orders for reporting purposes.
38
Are your products or services available
We do not have an e-procurement system for end -customer use. However, we do have an on-line product
through an e-procurement ordering process? If
configuration and ordering tool that our dealers use to configure customers specific units and place orders
so, describe your e-procurement system and
with us. Our dealers use this on-line tool to prepare Sourcewell compliant proposal/quotes for members and
how governmental and educational customers
then to place that Sourcewell order upon award.
have used it.
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Table 8: Value -Added Attributes
Line Item
Question
Response
39
Describe any product, equipment,
We offer training at several levels. Initial training is basic installation training and is provided by our dealers at
maintenance, or operator training
or shortly after delivery of a new sweeper as agreed to with customer. This would include basic operation,
programs that you offer to Sourcewell
cleaning and maintenance training. This is generally free of charge unless the member requests multiple
participating entities. Include details, such
sessions or more in-depth training that requires more time. This initial training is considered standard or can
as whether training is standard or
be optionally upgraded if a deeper level of training is desired.
optional, who provides training, and any
We also offer product model specific training at the factory. This covers multiple days and is also free of
costs that apply.
charge with the only costs being travel and hotel accommodations if needed. Dealers usually assist the
member/customer with registration for this training.
40
Describe any technological advances that
We have a number of technological advances on current product offerings including single -engine sweepers.
your proposed products or services offer.
We use advance variable planetary drive system (VPD) to drive sweeper components without sacrificing sweep
performance. This drive system is a unique technology for our industry. We currently offer this single -engine
technology for two of our four air sweeper models. More are in development. We also have an electric -hybrid
sweeper that is available mounted on a diesel or CNG powered chassis. Sweeping is powered electrically
while the chassis propulsion and battery re -charging is done with the diesel or clean CNG chassis power. Our
pipeline of development items is significant as well. Users will see a number of new products utilizing
technological advances in the coming years. This is all attributable to our Engineering and Product
Development group where we focus on employing new technologies for our products.
41
Describe any "green" initiatives that relate
We have a working relationship and agreement with NASCAR Green, the sustainability arm of NASCAR
to your company or to your products or
sweeping. We have worked with them for approximately eight years and we are the exclusive sweeper for all
services, and include a list of the
major NASCAR events. We were chosen after comprehensive testing of our sweeper product and we were
certifying agency for each.
chosen because of benefits such as fuel efficiency and ability to design and deliver very specific features
required for use on race tracks.
We offer single -engine sweep technologies on several models and we are able to show improved fuel
efficiency and noise reduction. This theme has continued most recently with development of our hybrid -electric
sweeping technology that tis now available with our Broom Bear sweeper. Sourcewell members can look
forward to additional "green" solutions in the near future.
42
Identify any third -party issued eco-labels,
Elgin Sweeper Company is committed to providing environmental solutions that reduce storm water runoff
ratings or certifications that your company
pollution and air pollution. Years ago we introduced our "Eco-Infused" Technology to our brand which is
has received for the equipment or
development platform that combines science and innovation to produce more environmentally efficient sweepers.
products included in your Proposal related
From alternative fuel to waterless dust control to singled -engine sweeper technology to electric hybrid powered
to energy efficiency or conservation, life-
sweepers, Elgin is a technology leader in developing products that result in cleaner streets, water and air.
cycle design (cradle -to -cradle), or other
We have been recognized by NASCAR green with a long-term partnership (9 years running) based on our
green/sustainability factors.
ability to provide track sweeping and drying in the most efficient manner available.
43
Describe any Women or Minority
While Elgin does not qualify under any of these business heading, several of our partner/dealers do. This
Business Entity (WMBE), Small Business
includes WMBE and SBE. This is not a requirement of our dealer/partners and therefore access to
Entity (SBE), or veteran owned business
documentation is not readily available.
certifications that your company or hub
partners have obtained. Upload
documentation of certification (as
applicable) in the document upload
section of your response.
44
What unique attributes does your
Elgin's unique attributes include a full -line of street/road sweepers that can be configured for virtually any road
company, your products, or your services
sweeping application. The full line includes multiple units of purpose build mechanical, chassis mounted
offer to Sourcewell participating entities?
mechanical, regenerative air, pure vacuum sweepers, as well as alternative fuel. Our dealer network positions us
What makes your proposed solutions
to serve and support virtually any Sourcewell member in the US and Canada. We have long-term relationships
unique in your industry as it applies to
with our dealer network which means we work well together and ultimately, our customers and Sourcewell
Sourcewell participating entities?
members benefit. Together, and with our complete -line of sweeper offerings, we can focus on specific sweeping
applications that would best serve our customers and Sourcewell membership. We do not need to push one
technology or nudge customers in a certain direction as we offer all types of sweeping. We have a full
service engineering department which provides tremendous flexibility to offer unique option requests to meet
specific customer/member requirements.
Lastly, our long relationship with Sourcewell means that we are familiar with member needs and also with
vendor requirements - such as reporting and managing our contract effectively to the mutual benefit of all parties.
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Table 9: Warranty
Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You
may upload representative samples of yourwarranty materials (if applicable) in the document upload section of your response in addition to
responding to the questions below.
Line Item
Question
Response*
45
Do your warranties cover all products, parts, and labor?
Yes
46
Do your warranties impose usage restrictions or other
No usage limitation. Standard warranty is for 1 year bumper -to -bumper exclusive of wear
limitations that adversely affect coverage?
items such as brooms.
47
Do your warranties cover the expense of technicians' travel
Yes
time and mileage to perform warranty repairs?
48
Are there any geographic regions of the United States or
Our dealer contracts require that they provide service for all customer within their area of
Canada (as applicable) for which you cannot provide a
responsibility. This would of course include Sourcewell member customers. In very rare
certified technician to perform warranty repairs? How will
situations and with the agreement of the customer, authorizations for a specific customer to
Sourcewell participating entities in these regions be provided
perform their own warranty repair can be given. Elgin and our dealer would support this by
service for warranty repair?
providing parts, work instructions and compensation at pre -established rates. Authorization
would only be given if the required repair is considered relatively easy to accomplish and
did not present any risk for the customer.
49
Will you cover warranty service for items made by other
Our warranty covers all items with the exception of engines, truck chassis, tires and other
manufacturers that are part of your proposal, or are these
components that carry their own manufacturers warranty. These items are typically supported
warranties issues typically passed on to the original
by local dealer facilities. Any items/components that do not have local service would be
equipment manufacturer?
cover by Elgin and our dealers. We have been know to assist our end user by leveraging
our contacts with engine and chassis manufacturers and dealers.
50
What are your proposed exchange and return programs and
It is extremely rare that we would need to exchange or have a sweeper returned. If one of
policies?
our sweepers was determined to be wrong for a specific customer need/application, we
would work with them to modify or exchange a product for one that would work better.
Ultimately, we are all better off if the customer is satisfied with their sweeper - that's what
we work toward.
51
Describe any service contract options for the items included
We are not specifically offering service contracts with this proposal. However, most of our
in your proposal.
dealer offer a variety service contract options and service specials. The offerings can be
from full -service turnkey parts and service solutions to specific seasonal specials in
preparation for sweeping season. These are dealer specific.
Table 10: Payment Terms and Financing Options
Line
Item
Question
Response
52
Describe your payment terms and accepted payment
Payment terms are established between the Elgin dealer and the Sourcewell member. Generally, this is net 15
methods?
or net 30-days. However, our dealers do most of their business municipally and understand that some entities
need to apply different payment terms. Most of the time the specific member requirements can be met if
within reason.
The standard payment terms between our dealer and u is net 30-days.
53
Describe any leasing or financing options available for
Again, leasing and financing options are determined between the Egin dealer and the Sourcewell member.
use by educational or governmental entities.
All of our dealers offer some type of leasing and/or financing option. This is usually with a third -party that we
or they have established relationships with. We often recommend NCL and many of our dealers have an
established relationship with NCL and use NCL's Sourcewell contract solution for lease/financing options.
54
Describe any standard transaction documents that you
We do not have a standard transaction document that is provided to the end-user/member. Typically, the
propose to use in connection with an awarded contract
entity issues a purchase order to our dealer based on a Sourcewell proposal/quote that is generated through
(order forms, terms and conditions, service level
our configurator tool. The dealer submits the "quote" to us as an order once the member issues a PO. We,
agreements, etc.). Upload a sample of each (as
in turn, issue an electronic acknowledgement document to the dealer confirming what was ordered. This is
applicable) in the document upload section of your
our standard process today, for all orders, and Sourcewell orders fit nicely within our existing process. I am
response.
including example documents in the upload section.
55
Do you accept the P-card procurement and payment
The payment process for members is a transaction between Sourcewell member and Elgin dealer. I do not
process? If so, is there any additional cost to
believe P-card transactions are used. We do not accept P-Card payments from our dealers.
Sourcewell participating entities for using this process?
We have no hidden or undisclosed costs.
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Table 11: Pricing and Delivery
Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of
an awarded Contract as described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form.
Line
Item
question
Response
56
Describe your pricing model (e.g., line -item discounts or product -category
We are offering our full -line of sweepers. Our pricing model is a simple 3%
discounts). Provide detailed pricing data (including standard or list
discount from list price on all sweeper products including options, exclusive of
pricing and the Sourcewell discounted price) on all of the items that you
chassis and freight (from factory to dealer location) costs.
want Sourcewell to consider as part of your RFP response. If applicable,
We are also offering the rental of our sweepers. Rental rates apply across the US
provide a SKU for each item in your proposal. Upload your pricing
and Canada (in Canadian dollars). The rates provided on the rental rate sheets
materials (if applicable) in the document upload section of your response.
are the Sourcewell member's price.
Used Sweepers, primarily from rental fleet, are generally late model and because
of various usage and condition of specific units, the pricing will be a negotiated
and agreed to price between the member and Elgin dealer. This allows members
a method of obtaining a quality sweeper at a much lower initial acquisition cost.
57
Quantify the pricing discount represented by the pricing proposal in this
For new equipment a 3% discount from list price applies. This discount applies to
response. For example, if the pricing in your response represents a
all Elgin manufactured content including options.
percentage discount from MSRP or list, state the percentage or
The rental pricing is a pre -established rental rate and is consistent throughout the
percentage range.
US and Canada. These rates are at the lower end of the regional rate study that
was conducted.
Used equipment pricing will be negotiated and agreed to between member and
Elgin dealer.
58
Describe any quantity or volume discounts or rebate programs that you
Additional volume discounts could be considered on a case -by -case basis.
offer.
59
Propose a method of facilitating "sourced" products or related services,
Sourced products or open market items fall into three categories for us. This
which may be referred to as "open market" items or "nonstandard
could be items that would be provided by our dealer. The items in this category
options". For example, you may supply such items "at cost" or "at cost
would be quoted by our dealer to the member and could include items such as
plus a percentage," or you may supply a quote for each such request.
special radios, decals or exterior wraps, lighting, and other dealer installed
accessories. These items would not be subject to the 3% discount.
Also included in this category would be unique equipment or options that would be
designed, manufactured or procured and installed by Elgin. This is common for
us and would be handled through our RFQ/Specials process. This allows us to
provide a unique (off price list) solution for our customers and would be priced
consistently with the 3% discount from list price. Our "Special" solution would be
included in the Sourcewell proposal/quote.
The last category would be factory supplied chassis. Because most of our product
are mounted and integrated to a commercial chassis, we work with commercial
chassis manufacturers and their local dealers to provide chassis specifically
engineered for Elgin sweeper -mounting and use. We typically get favorable pricing
from the manufacturer/dealer because of our volume. These chassis are very
competitively priced and specifically designed for use with our sweepers. This is
the easiest, least risky, and most often cost-effective turnkey solution. Because
chassis availability/inventory is inconsistent and lead times vary, we do not provide
chassis pricing. We will provide chassis quote through our dealer at the time a
Sourcewell quote/proposal is being developed - the 3% discount does not apply to
chassis that we or our dealers provide.
60
Identify any element of the total cost of acquisition that is NOT included
Additional costs not included with our submittal would include dealer charges for
in the pricing submitted with your response. This includes all additional
items such as pre -delivery inspection and unit preparation, local freight charges,
charges associated with a purchase that are not directly identified as
additional training above and beyond initial training at or shortly after delivery.
freight or shipping charges. For example, list costs for items like pre-
Also, as mentioned above, any dealer installed item would not be identified in our
delivery inspection, installation, set up, mandatory training, or initial
price sheets but would be identified in the member's Sourcewell proposal/quote.
inspection. Identify any parties that impose such costs and their
relationship to the Proposer.
61
If freight, delivery, or shipping is an additional cost to the Sourcewell
The freight from our factory to the local dealer facility would be included with the
participating entity, describe in detail the complete freight, shipping, and
Sourcewell quote but not subject to the 3% discount. Freight is a pass thru cost
delivery program.
and not a profit item for us. Local freight and delivery is handled by our local
dealers and is not specifically listed in our response. This cost would be
additional and should be listed on the member's pricing quote (often listed as part
of the PDI process). This price would also vary by dealer and complexity of local
shipping requirements.
62
Specifically describe freight, shipping, and delivery terms or programs
Alaska, Hawaii, Canada or other "offshore" delivery requirement would include a
available for Alaska, Hawaii, Canada, or any offshore delivery.
special quote from us. With offshore shipping requirements we typically
containerize the sweeper, deliver to a coastal port via truck and then load the
container to a boat for delivery to location. This usually requires additional handling
charges including protective coatings and dock charges. These charges can vary
and would be disclosed in a member's proposal/quote.
63
Describe any unique distribution and/or delivery methods or options
We have a dedicated traffic department which is tasked with arranging any unique
offered in your proposal.
delivery requirement. This is their focus and the department is knowledgeable and
skilled at finding competitively priced shipping options that best meet requirements.
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Table 12: Pricing Offered
Line
Item
The Pricing Offered in this Proposal is: *
Comments
64
c. better than the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing departments.
The pricing offered for our
complete line of street sweepers
for this Sourcewell proposal is
typically better than what we offer
for other purchasing contracts. It is
possible that a dealer may offer a
lesser price for a specific deal or
customer but that is generally
without our input.
Table 13: Audit and Administrative Fee
Line
Item
question
Response*
65
Specifically describe any self -audit process or program that you plan to employ
Currently, we require our Regional Sales Managers to report Sourcewell
to verify compliance with your proposed Contract with Sourcewell. This process
Sales (using the provided Sourcewell template) on a quarterly basis. Late
includes ensuring that Sourcewell participating entities obtain the proper pricing,
last year we refined and simplified that process by allowing our dealers to
that the Vendor reports all sales under the Contract each quarter, and that the
select "Sourcewell" within the CPQ/ordering tool and that would
Vendor remits the proper administrative fee to Sourcewell. Provide sufficient detail
automatically apply the appropriate pricing. This also allows us the ability
to support your ability to report quarterly sales to Sourcewell as described in the
to track Sourcewell deals in our CPQ/on-line ordering tool. Each RSM
Contract template.
now has the ability to view all sales, by specific dealer and region and
can query for Sourcewell specific sales. By tracking sales within our CPQ
ordering tool, we can verify "Sourcewell" sales and obtain the other
required reporting details including transaction price.
Once RSMs submit their territory Sourcewell sales reports, they are
reviewed and reconciled by our Controller. Once approved, I submitted
the quarterly report as required and our Controller initiates payment.
66
If you are awarded a contract, provide a few examples of internal metrics that
Quarterly sales are reviewed and compared to the previous year's
will be tracked to measure whether you are having success with the contract.
quarterly results and are also reviewed as a percentage of overall sales.
As Business Development Manager, I am task with ensuring growth
targets are achieved specific to several business development objectives
that are set. This includes overall Sourcewell Sales increases. I am also
charged with ensuring compliance to requirements.
67
Identify a proposed administrative fee that you will pay to Sourcewell for
As with past contracts, we propose a 0.5% administrative fee exclusive of
facilitating, managing, and promoting the Sourcewell Contract in the event that
chassis pricing and freight. We remove chassis pricing and freight as
you are awarded a Contract. This fee is typically calculated as a percentage of
these items are not profit generating but rather cost items.
Vendor's sales under the Contract or as a per -unit fee, it is not a line -item
This fee will be paid by us (Elgin) and is not a line item past on to the
addition to the Member's cost of goods. (See the RFP and template Contract for
member.
additional details.)
Table 14A: Depth and Breadth of Offered Equipment Products and Services
Line
Item
question
Response*
68
Provide a detailed description of the equipment,
We are offering for purchase or rental, a full -line of street sweepers. We offer purpose-built
products, and services that you are offering in your
mechanical sweepers, chassis -mounted mechanical, regenerative air and pure vacuum sweeping
proposal.
technologies. We also offer a number of our models utilizing alternative fuels including Compressed
Natural Gas (CNG) and hybrid electric sweepers. Our product offering represents the most
comprehensive line-up of full-sized street sweepers for use in municipal, county highway and state
DOT applications. Because of recent popularity of renting sweepers, we are offering rental option for
our line of sweepers as well as the sale of late model used sweeper equipment.
69
Within this RFP category there may be subcategories
Our focus is on street, highway, runway, construction, and large parking lot sweepers. Our
of solutions. List subcategory titles that best describe
subcategories include purpose-built, chassis -mounted diesel and alternative fuels including Compressed
your products and services. [Refer also to RFP
natural gas (CNG) and hybrid (electric) solutions. It should be noted that our sweepers have a
Section II. B. 2 for potential subcategory descriptors.]
comprehensive list of options and accessories that are available to customize our products for specific
and geographic applications including waterless sweeping and high -altitude sweeping. These options
are including in our offering.
Table 14B: Depth and Breadth of Offered Equipment Products and Services
Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box
provided, as necessary.
Line Item
Category or Type
Offered
Comments
70
Street, sidewalk, and parking lot sweeping and cleaning
F Yes
Eight different models with optional variations
equipment
t' No
for specific sweeping applications.
71
Runway sweeping and cleaning equipment
r Yes
We offer an option of our regen sweeper for
t No
higher speed runway and tarmac sweeping
applications.
72
Litter, trash, and debris vacuums
r Yes
Our regenerative air and pure vacuum
t No
sweepers are available with Catch basin
hose that can add versatility to pick-up debris
below surface grade or on/in street shoulders
and parkways.
73
Supplies and replacement or wear parts related to the
Yes
Service parts are not offered.
solutions in Lines 70 - 72 above
ir a No
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Table 15: Exceptions to Terms, Conditions, or Specifications Form
Line Item 74. NOTICE: To identify any exception, or to request any modification, to the Sourcewell template Contract terms, conditions, or specifications, a
Proposer must submit the exception or requested modification on the Exceptions to Terms, Conditions, or Specifications Form immediately below. The contract
section, the specific text addressed by the exception or requested modification, and the proposed modification must be identified in detail. Proposer's exceptions and
proposed modifications are subject to review and approval of Sourcewell and will not automatically be included in the contract.
(contract Section ITerm, Condition, or Specification i Exception or Proposed Modification
Documents
Ensure your submission document(s) conforms to the following:
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded
document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than
one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan
category save the document as "Marketing Plan."
. Pricing - Elgin Pricing Files.zip - Tuesday September 28, 2021 16:19:40
. Financial Strength and Stability - fss_2020_10k.pdf - Friday September 24, 2021 14:17:07
. Marketing Plan/Samples - 2021 Elgin Facebook - Sourcewell.pdf - Friday September 24, 2021 13:26:30
. WMBE/MBE/SBE or Related Certificates (optional)
. Warranty Information - Elgin Warranty Statement.jpg - Monday September 27, 2021 10:57:49
. Standard Transaction Document Samples - Elgin Transaction doe examples.zip - Friday September 24, 2021 13:27:10
. Upload Additional Document - Fed Sig Elgin Vactor-Sourcewell-COI 2022.pdf - Monday September 27, 2021 13:52:39
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Addenda, Terms and Conditions
PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE
I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and
Assurance of Compliance:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its
residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award.
3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created
without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been
created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or
business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free
trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual
or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to
an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity
in performing the contract is, or might be, impaired.
5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized
agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation.
6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms,
conditions, and scope of a resulting contract.
7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver
such equipment, products, or services under any resulting contract.
8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell
Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and related services to Sourcewell Members under an
awarded Contract.
9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety.
Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is
awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade
secret," and thus nonpublic data under Minnesota's Data Practices Act.
11. Proposer its employees, agents, and subcontractors are not:
1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States
Department of the Treasury found at: https://www.treasury_.gov/ofac/downloads/sdnlist.pdf;
2. Included on the government -wide exclusions lists in the United States System for Award Management found at: https:Hsam.gov/SAM/; or
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota;
the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it
nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation.
r By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the
Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not
be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - David Panizzi,
Business Development Manager, Elgin Sweeper Company
The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or
potential Conflict of Interest in performing the contractual obligations contemplated in the bid.
r Yes r No
The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document.
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
DocuSign Envelope ID: EA816B01-BB77-4918-B2F2-DE921CD3633A
Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda.
I have reviewed the
File Name below addendum and Pages
attachments (if
applicable)
Addendum - 2 - Street Sweepers_RFP_093021
Wed August 52021 07:12 PM
Addendum — 1_Street_ Sweepers_RFP_093021
Fri August 132021 02:49 PM
Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co.
9/9/24, 9:00AM Elgin Sweeper: Contract 093021-ELG I Sourcewell
Sou rcewell i
Elgin Sweeper
Street sweepers
#093021-ELG
Maturity Date: 11/16/2025
Products & Services v
Products & Services
Sou rcewell contract 093021-ELG gives access to the following types of goods and services:
o Airsweepers
o Mechanical sweepers
o Specialty street sweepers
o Waterless dust control street sweepers
o Alternate fuel street sweepers
o Industrial application sweepers
Locate your local dealer or representative M,
(nongovernment site)
https://www.sourcewell-mn.gov/cooperative-purchasing/093021-E LG 1 /3
jj�, � ✓1
j -
Prepared by: Dan Striegel, Equipment Superintendent, 1200 S. Riverside Drive, Iowa City, IA 52246 (319) 356-5197
Resolution No. 24-235
Resolution authorizing the procurement of one (1) new street
sweeper for Streets Operations.
Whereas, one (1) street sweeper in Streets Operations is budgeted for replacement in fiscal year
2025; and
Whereas, Sourcewell cooperative contract #093021-ELG will be utilized for the procurement of the
street sweeper; and
Whereas, the total purchase price of the sweeper is $240,595.00; and
Whereas, the amount exceeds the City Manager's spending authority of $200,000.00, thus requiring
City Council approval; and
Whereas, funds for this purchase are available in account 81710520; and
Whereas, approval of this procurement is in the public interest.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that:
1. The proposed procurement as described above is approved.
2. The City Manager is authorized to take the steps necessary to effectuate the purchase and
approve any change orders that may develop during the manufacturing process.
Passed and approved this 17th day of September , 2024.
Approved by
Attest:, ,Q ` P 7� �� �c,� Z '
City Clerk City Attorney' Office - 09/12/2024
Resolution No. 24-235
Page 2
Moved by Harmsen seconded by Moe
that the Resolution be adopted and upon roll call there were:
AYES: NAYS:
ABSENT:
X
Alter
x
Bergus
g
Dunn
X
Harmsen
X
Moe
x
Salih
X
Teague
Item Number: 6.d.
CITY OF IOWA CITY
COUNCIL ACTION REPORT
September 17, 2024
Resolution approving, authorizing and directing the Mayor to execute and the City Clerk to
attest an Agreement by and between the City of Iowa City and HDR Inc. to provide
engineering consultant services for the Burlington Street/Highway 1 Bridge Improvements
Project.
Prepared By: Justin Harland - Senior Civil Engineer
Reviewed By: Jason Havel - City Engineer
Ron Knoche - Public Works Director
Geoff Fruin - City Manager
Fiscal Impact: $1,175,000.00 available in the Burlington Street Bridge
Replacement, Account #S3963
Staff Recommendation: Approval
Attachments: Resolution - Burlington St Hwy 1 Bridge - .doc
Consultant Agreement - Burlington St.pdf
Executive Summary:
This agenda item approves the consultant agreement with HDR, Inc. of Cedar Rapids, IA for
preliminary design services for the construction of the Burlington Street Bridge over the Iowa
River.
Background / Analysis:
Burlington Street (also identified as Highway 1) is a principal arterial roadway crossing the
Iowa River near downtown Iowa City. Currently, Burlington Street/Highway 1 utilizes two
bridges to cross the Iowa River, one carrying westbound traffic and the other carrying
eastbound traffic. The westbound bridge is owned and maintained by the Iowa Department of
Transportation (Iowa DOT), while the eastbound bridge is owned by the City of Iowa City.
The average annual daily traffic (AADT) is approximately 18,900 and the bridges
accommodate busses, bicycles and pedestrians while providing means of multi -modal use.
Burlington Street provides principal access to downtown Iowa City and The University of Iowa
Campus, and the Burlington Street bridges are one of five arterial street crossings of the Iowa
River in Iowa City. Burlington Street provides access to major employment and education
centers including University of Iowa employees and students.
The original Burlington Street Bridge (now carrying eastbound traffic) was constructed in
1915, with the second bridge constructed in 1969. The original bridge was then rehabilitated
in 1986, which included deck and structural repairs. The existing eastbound concrete bridge
is 342 feet in length, with the longest span of 114 feet, and is 38 feet wide. In 2021 the City
performed a bridge inspection, and the resulting bridge condition was listed as "Poor" and
serviceability as "Structurally Deficient". Major defects including concrete cracking, spalling,
and exposure of steel reinforcing were identified.
City staff issued a request for qualifications to consulting firms in January of 2024. The City
received seven responses from consultants. A selection committee comprised of City staff,
as well as Iowa DOT and University of Iowa staff, evaluated the consultant responses based
on scoring criteria and interviews. The selection committee identified HDR, Inc. as the
highest scoring consultant.
HDR Inc.'s objective is to provide planning study phase services to determine a preferred
option to replace the Burlington Street Bridges over the Iowa River with a single bridge and to
realign Grand Avenue from the intersection of Melrose/ S Grand Avenue to Highway
1/Highway 6.
Prepared by: Justin Harland, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5154
Resolution No. 24-236
Resolution approving, authorizing and directing the Mayor to
execute and the City Clerk to attest an Agreement by and
between the City of Iowa City and HDR Inc. to provide
engineering consultant services for the Burlington
Street/Highway 1 Bridge Improvements Project
Whereas, the Burlington Street Bridge serves as a vital entry way into downtown Iowa City and
Whereas, the existing Burlington Street Bridges require frequent monitoring, maintenance, repair,
and have reached the end of their useful service life; and
Whereas, the City of Iowa City has secured grant funding for bridge construction on Burlington
Street/Highway 1 over the Iowa River; and
Whereas, the City of Iowa City desires the services of a consulting firm to prepare preliminary
plans and specifications for the construction of a new bridge over the Iowa River on Burlington
Street/Highway 1; and
Whereas; the City has issued a Request for Proposals for consultant services for the Burlington
Street Bridge/Highway 1 Bridge Improvements Project; and
Whereas, the City of Iowa City has negotiated an Agreement for said consulting services with
HDR, Inc., to provide said services; and
Whereas, it is in the public interest to enter into said Consultant Agreement with HDR, Inc.; and
Whereas, funds for this project are available in the Burlington Street Bridge Replacement account
# S3963.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that:
The Consultant Agreement attached hereto is in the public interest, and is approved as to
form and content.
2. The Mayor and City Clerk are hereby authorized and directed to execute the attached
Consultant Agreement.
3. The City Manager is authorized to execute amendments to the Consultant Agreement as
they may become necessary.
Passed and approved this 1 7t_h day of , 2024
Ma
Approved b/
Attest:
City 6erk City Attor y's Office — 09/12/2024
Resolution No. 24-236
Page 2
It was moved by Harmsen and seconded by
adopted, and upon roll call there were:
Ayes:
x
x
Nays:
Absent:
Alter
Bergus
Dunn
Harmsen
Moe
Salih
Teague
the Resolution be
Attachment D to I_M. 3.310
May 26, 2017
Owner Project No. S3963
Iowa DOT Project No. HDP-3715(671)--71-52
Standard Consultant Contract
For Local Public Agency Consultant Contracts with Federal -aid Participation
ThIs AGREEMENT, made as of the date of the last party's signature below, is by and
BETWEEN City of Iowa City, the Owner, located at;
410 E Washington Street
Iowa City, IA 5240
Phone: (319) 356-5154
FAX: (xxx) xxx-xxxx
and HDR Engineering. Inc„ the Consultant. located at;
5815 Council Street NE. Unit B
Cedar Rapids, IA 540
Phone: (319) 423-6307
FAX. (319) 373-6106
For the fallowing Project_ Burlington Street/Highway 1 Bridge Improvements Project
The Owner has decided to proceed with the Project, subject to the conc4irrenoe and approval of the Iowa
Department of Transportation (Iowa DOT), and the Federal Highway Administration (FH A), U.S- Department of
Transportation (when applicable)_
The Owner desires to employ the Consultant to provide a planning study for the replacement of the Burlington
Street Bridge over the Iowa River and the realignment of Grand Avenue services to assist with the development
and completion of the Project_ The Consultant is willing to perform these services in accordance with the terms
of this Agreement.
Page 1 of 67
Attachment D to I_M. 3.310
May 2, 2017
TABLE OF CONTENTS
Article Nurnbar And Description
1 Initial Information
1 A Project Parameters
12 Financial Parameters
13 Project Team
1A Time Parameters
1.5 Minimum Qualification Standards
2 Entlre Agreement, Required Guidance and Applicable Law
.1 Entire Agreement of the Parties
2.2 Required Guidance
2.3 Applicable Law
3 Form of Compensation
3.1 Method of Reimbursement for the Consultant
3.2 Subconsultant's Responsibilities for Reimbursement
4 Terms and Conditions
4.1 Ownership of Engineering Documents
4.2 Subconsultant Contract Provisions and Flow Down
4.8 Consultant's Endorsement on Plans
4.4 Progress Meetings
4.6 Additional Documents
4.6 Revision of Work Product
4.7 Extra Work
4.8 Extension of Time
4.9 ResponsibiIity for Claims and Liability
4.10 Current and Former Agency Employees (Conflicts of Interest)
4.11 Suspension of Work
4.12 Termination of Agreement
4.13 Right to Bet -off
4.14 Assignment or Transfer
4.15 Access to Records
4.16 Iowa DOT and FHWA Partl cl pation
4.17 Nondiscrimination Requlmments
4.18 Compliance with Title 49, Code of Federal Regulations, Part 26
4.19 Severabllity
Attachment A - Scope of Services
Attachment B - Specifications
Attachment C - Fees and Payments
Attachment -1 — Cost Analysis Worksheet
Attachment D - Certification Regarding Detxarrnent, Suspension, and Other Responsibility Matters
Attachment E - Certification of Consultant
Attachment F -Certification of Owner
Attachment G - Sample Invoice Form
Attachment H - Consultant Fee Proposal
Attachment I - Subconsultant Scope and Budget
Attachment J — Project Location Map
Page 2 of 67
Attachment D to I_M, 3.310
May 26, 2017
ARTICLE 1 INITIAL INFORMATION
This Agreement Is based on the following informatlon and assumptions.
1.1 Project Parameters
The objective or use Is: provide planning study phase services to determine a preferred optlon to replace
the Buffington Street Bridge over Iowa River with a single bridge and the realignment of Grand Avenue
from the intersection of Melrose Aver Grand Ave to Highway 1 Highway 6
1.2 Financial Parameters
1.2.1 Amount of the Owner's budget for the orrsuffant's compensation is;
$1,174,732,08
1..2 Arnount of the orrsu tang's budget for the subconsultants' compensation is;
$384,078,25
1.3 Project Team
1.3.1 The Owner's Designated Representative, identified as the Contract Administrator is'
Justin Harland, p.E_
The Contract Administrator is the authorized representative, acting as liaison officer for the
Owner for purpose of coordinating and administering the work under the Agreement_ The work
under this Agreement shall at all times be subject to the general supervision and direction of the
Contract Administrator and shall be subject to the Contract Administrator's approval_
1.3.2 The Consultant's Designated Representative is:
Michael urek_ P_E_
1.3.3 The subconsultants retained at the Consultant's expense are identified in tine following table:
Subconsultant Amount Authorized Maximum Amount Payable Method of Payment
Anderson Bogert, $229,036.10 $229,036.10 Cost Plus Fixed Fee
Engineers &
Surveyors
McLaughlln 65,639.00 $65,639.00
NTE - Time and
Whltewater
Materials with Rate
Schedule
BioSurvey Group - $55,434,64 $55.434.64
Lump Sum
(DBE)
Tallgrass $33,968.51 $33.968.51
Lump Sum
Archaeology, LLC -
(DBE)
1 A Time Parameters
1 AA The Consultant shall begin work under this Agreement upon receipt of a written notice to
proceed frorn the Owner.
1.4.2 Milestones for completion of the work under this Agreement as follows;
1. Technical Advisory Committee (TAC) Workshop #1 and direction to proceed with concept
alignment options shall be completed and accepted on or before December 17, 2024 cr 91
calendar days after receiving the notice to proceed (whichever is greater).
2. Technical Advisory Committee (TAC) Workshop #2 and direction to proceed with concepts
carried forward on or before April 29. 2025_
3_ Technical Advisory Committee (TAC) Workshop #3, concurrence and direction to proceed
Page 3 of 67
Attachment D to I_M. 3.310
May 26, 2017
with a single preferred concept on or before August 12, 2025.
4, Completion of all work under this agreement shall be on or before January 30, 2026 unless
extended by written approval of the Contract Aotminr'stratar or adjusted by supplemental
agreement.
1-4.3 The Consultant shall not begin final design activities until after the Owner has been notified by
the Iowa DOT that FHA Environmental Concurrence has been obtained. Upon receipt of such
notice, the Owner will provide tha Consultant notice to proceed with final design activities,
1.5 Minimum Qualification Standards (MQS)
1.5.1 The Consultant and their subconsultants are required to meet the Minimum OuaIification s
Standards (MQS) requirements of specified work categories as defined in the Iowa DOT's Policy and
Procedure Manual (PPM), Policy No. 300.04, at the time of contract execution, and for the duration of the
contract. Work under this contract will require the consultant team to meet the requirements of Work
Category 113 - Loca11Reg ional Systems Planning, 161 - Bicycle and Pedestrian Transportation Planning,
01-Project M a nag ement/Genera I Engineering Consultant (P1 i EC), 214 - Highway Design --Major
Facility --urban, 236 - Traffic Operations Studies, 239 — Traffic Safety Engineering Studies, 311 — Land
Surveying, 31 — Engineering Surveying, 314 — Aerial Photography, 319 — Subsurface Utility Engineering
(SUE), 323 — Hydraulic and Hydrologic Studies, 351 — Environmental Impact Studies, 35 —
Comprehensive Archaeologic Services, 353 — Environmental Impact Specialty Studies, 354 —
Corn prehensive Wetland Services, 355 — Regulated Material Investigation and Rem ediation Services,
358 — Specialized Wetland Services, 362 — Threatened and Endangered Species Services, 363 —
Comprehensive Historical and Architectural Services, _ Failure to meet the requirements during the
contract will result in cancellation of any remaining portion of the contract.
1.5.2 All services within this agreement shall be performed by the Consultant or subconsultant who
meets the MQ S of the specified work categories as defined Iowa DOT PP 300.04. If no work category
exists for a particular service, normal methods of acceptance shall be used, such as experience, typical
Iicensure, certification or registration, or seals of approval by others_
ARTICLE 2 ENTIRE AGREEMENT, REQUIRED GUIDANCE, AND APPLICABLE LAW
2.1 Entire Agreement of the Parties. This Agreement, Including its attachments, represents the entire and
integrated agreement between the Ownerand the Consuirentand supersedes all prior negotlations,
representations or agreements, either written or oral. This Agreement may be amended only by written
Instrument signed by both Owner and Consultant. This Agreement comprises the documents listed as
attachments in the Table of Contents. The work to be performed by the Consultant under this Agreement
shall encompass and include all detail work, services, materials, equipment and supplies necessary to
prepare and deliver the scope of services provided in Attachment A.
2.2 Required Guidance. All services shall be in conformity with the Specifications outlined in Attachment 6,
the Iowa Department of Transportation Federal -aid Project Development Guide, Instructional
Memorandums to Local Public Agencies (I.M,$), and other standards, guides or policies referenced
therein. In addition. applicable sections of the U. S. Department of Transportation Federal Aid Policy
Guide (FAPG) shall be used as a guide in preparation of plans, specifications and estimates,
.3 Applicable Law. The laws of the State of Iowa shall govern and determine all matters arising out of or in
connection with this Agreerent without regard to the choice of law provisions of Iowa law. In the event
any proceeding of a quasi-judicial or judicial nature is commenced in connection with this Agreement, the
exclusive jurisdiction for the proceeding shall be brought in the Johnson County District Court of Iowa,
Iowa City, Iowa_ This provisiop shall not be construed as waiving any immunity to suit or liability including
without limitation sovereign immunity in State or Federal court, which may be available to the Oyer.
The Consultant shall comply with all Federal. State and local laws and ordinances appiicable to the work
performed under this Agreement.
ARTICLE 3 FORM OF COMPENSATION
Page 4 of 67
Attachment D to I_M. 3.310
May 26, 2017
3A Method of Reimbursement for the Consultant.
3.1.1 Compensatlon for the Consultant shall be computed in accordance with one of the following
oompensatlon methods, as defined in Attachment Q
.1 [X ] Cost Plus Fixed Fee - Attachment C
.2 [ ] Lump Sum - Attachment C
.3 [ ] Specific Rate of Compensation - Attachment C
.4 [ ] Unit Price- Attachment C
.5 [ ] Fixed Overhead Rate - Attachment C
3.1.2 When applicable, compensation for the subconsultant(s) shall be computed in accordance with
one of the payment methods listed in section 3.1.1. Refer to section 1.3.3 for identification of tha method
of payment utilized in the subconsultant(s) contract. The compensation method utilized for each
subconsultant shall be defined within the subconsultant contract to the Consultant,
3.2 Subconsultant's Responsibliitles for Rol mbursement. The Consuftant shall require the
subconsultants (if applicable) to notify them if they at any time determine that their costs will exceed their
estimated actual costs, The Consultant shall not allow the subconsultants to exceed their estimated
actual costs without prior written approval of the Contract Administrator_ The prirne Consultant is
cautioned that cost under -runs associated with any subconsultant's contract are not available for use by
the prime Consultant or other subcansultant unless the Contract Administrator, Iowa DOT, and FHWA
(when applicable) have given prior written approval.
ARTICLE 4 TERMS AND CONDITIONS
4A Ownership of Engineering Documents
4A.1 All sketches, tracings, plans, specifications, reports on special studies and other data prepared
under this Agreement shall become the property of the Owner and shall be delivered to the Contract
Administrator upon completion of the plans or termination of the services of the Consultant. There shall
be no restriction or limitation on their future use by the Owner, except any use on extensions of the
project or on any other project without written verification or adaptation by the Consultant far the specific
purpose intended will be the Owner's sole risk and without liability or legal exposure to the Consultant.
4.1.2 The Owner acknowledges the Consultant's plans and specifications, including all documents on
electronic media, as instruments of prafesslonal service. Nevertheless, the plans and speciflcations
prepared under this Agreement shall become the property of the Owner upon oompletion of the services
and payment In full of all moneys due to the Consultant.
4A.3 The Owner and the Con sulfard agree that any electronic files prepared by either party shall
conform to the specifications listed in Attachment B. Any change to these specifications by either the
Owner or the Consu t ni is subject to review and acceptance by the other party. Additional efforts by
the Consultant made necessary by a change to the CADD software specifications shall be compensated
for as Additional Services,
4.1.4 The Owner is aware that significant differences may exist between the electronic files delivered
and the respective construction documents due to addenda, change orders or other revisions, In the
event of a conflict between the signed construction documents prepared by the Consultant and
electronic files, the signed construction documents shall govern.
4.1.5 The Owner may reuse or make modifications to the plans and specifications, or electronic files
while agreeing to take responsibility for any clairns arising from any modification or unauthorized reuse of
the plans and specifications.
4.2 Subconsultant Contract Provisions and Flow Down
42.1 All provisions of this Agreement between the Owner and Consultant shall also apply to a1I
subconsultants hired by the Consultant to perform work pursuant to this Agreement. It is the
Consultant's responsibility to ensure all contracts between Consultant and its subconsultants contain al
provisions required of Consultant in this Agreement_ The only recognized exception to this requirement is
Page 5 of 67
Attachment D to I_M, 0.310
May 26, 2017
under provision 3.1.2 when the suboonsuItant has a different method of reimbursement than the
Consultant.
4.2.2 The Consultant may not restrict communications between the Owner and any of the
subconsultants, The Consultant will encourage open comrnunlcation among the Owner, the Consuirant
and the subconsultants,
4.3 Consurlant's Endorsement on Plans. The Consultant and its subconsultants shall endorse and certify
the completed project deliverables prepared under this Agreement, and shall affix thereto the seal of a
professional engineer or architect (as applicable), licensed to practice in the State of Iowa, in accordance
with the current Code of Iowa and Iowa Administrative Code.
4.4 Progress Meetings. From time to time as the work progresses, conferences will be held at mutually
convenient locations at the request of the Contra ct A dmfnistra tar to discuss details of the design and
progress of the work. The Consultant shall prepare and present such information and studies as may be
pertinent and necessary or as may be requested by the Contract Administrator, to enable the Contract
Administrator to pass judgment on the features and progress of the work.
4.5 Add itionaI Documents, At the request of the Contract Administrator, the Consultant shall furnish
sufficient documents, or other data. in such detail as may be required for the purpose of review,
4.6 Revision of Work Product
4.6.1 Drafts of work products shall be reviewed by the Consultant for quality control and then be
submitted to the Contract Administrator by the Consultant for review and comment. The comments
received from the Contract Administrator and the reviewing agencies shall be incorporated by the
Consultant prior to submission of the final work product by the Consultant_ Work products revised in
accordance with review comments shall constitute "satisfactorily completed and accepted work."
Requests for changes on work products by the Contract Administrator shall be in writing. In the event
there are no comments from the Contract Administrator or reviewing agencies to be incorporated by the
Consultant into the final work product, the Contract Administrator shall immediately notify the
Consultant, in writing_ that the work product shall constitute "satisfactorily completed and accepted
work."
4.6.2 In the event that the work product prepared by the Cons ul#a rt is found to be in error and revision
or reworking of the work product is necessary, the Consultant agrees that It shall do such revisions
wlthout expense to tha Owner, even though final payment may have been received. The Consultant
rnust give Immad late attentlon to these changes so there wlII be a minimum of delay to the project
schedule. The above and foregoing is not to be construed as a limitation of the Owner's rlght to seek
recovery of damages for negligence on the part of the Consultant herein.
4Z.3 Should the Contract A dmfnistra tor f i nd it desirable to have previously satisfactorily completed
and accepted work product or parts thereof revised, the Consultantshall make such revisions if
requested and directed by the Contract Administrator in writing, This work will be paid for as provided
in Article 4.7.
4.7 Extra Work, if the Consultant is of the opinion that any work it has been directed to perform is beyond
the scope of this Agreement, and constitutes "Extra Work," it shall promptly notify the Contract
Administrator in writing to that effect. In the event that the Contract Administrator determines that such
work does constitute "Extra Work". the Consultant shall promptly develop a scope and budget for the
extra work and submit it to the Contra ctAdministrator. The Owner will provide extra compensation to
the Consultant upon the basis of actual costs plus a fixed fee amount, or at a negotiated lump Burn, The
Consultant shall not proceed with "Extra Work" without prior written approval from the Owner and
concurrence from the Iowa DOT, Prior to receipt of a fully executed Supplemental Agreement and written
Notice to Proceed, any cost incurred that exceeds individual task costs, or estimated actual cast, or the
maximum amount payable is at the Consultant's risk. The Owner has the right, at its discretion. to
disallow those costs. However, the Owner shaII have benefit of the service rendered.
4.8 Extension of Time. The time for oampletion of each phase of this Agreement shall not be extended
because of any delay attributed to the Consultant, but may be extended by the Contract Administrator
Page 6 of 67
Attachment D to I_M. 3.310
May 26, 2017
In the event of a delay attributed to the Owner or the Contract Administrator, or because of unavoidable
delays beyond the reasonable control of the Consultaot.
4.9 Responsibility For Claims And Liability
4.9.1 The Consultant agrees to defend, Indemnify, and hold the Owner, the State of Iowa, the Iowa
DbT, their agents, employees, representatives, assigns and successors harmless for any and all
liabilities, costs, demands, losses, claims, damages, expenses, or attorneys' fees, including any stipulated
damages or penalties, which may be suffered by the Owner as the result of, arising out of, or related to,
the negligence, negligent errors or omissions, gross negligence, willfully wrongful misconduct, or breach
of any covenant or warranty in this Agreement of or by the Consultant or any of its employees, agents,
directors, officers, subcontractors or suboon sultants, in connection with this Agreement.
4.9.2 The Consultantshall obtain and keep in force insurance coverage for professional liability (errors
and omissions) with a minimum limit of $1,000,000 per claim and in the aggregate, and all such other
insurance required by law. Proof of Consultant's insurance for professional liability coverage and all
such other insurance required by law will be provided to the Owner at the time the contract is executed
and upon each insurance coverage renewal,
4.10 Current and Former Agency Employees (Conflicts of Interest)
The Consultant shall not engage the services of any current employee of the Owner or the Iowa DOT
unless it obtains the approval of the Owner or the Iowa DOT, as applicable. and it does not create a
conflict of interest under the provisions of Iowa Code section 68B_2A_ The Consultant shall not engage
the services of a former employee of the Owner or the Iowa DOT, as applicable, unless it conforms to the
two-year ban outlined in Iowa Cade section 6813_7. Similarly, the Consultant shall not engage the
services of current or former FHA employee without prior written consent of the FHA, and the
relationship meets the same requirements for State and IocaI agency employees set forth in the above -
referenced Iowa Code sections and the applicable Federal laws, regulations, and policies_
4.11 Suspension of Work under this Agreement
4.11.1 The right is reserved by the Owner to suspend the work being performed pursuant to this
Agreement at any time. The Con tractAdmin sfratar may effect such suspension by giving the
Consultant written notice, and it will be effective as of the date established in the suspension notice -
Pay ment for the Consultant's services will be made by the Owner to the date of such suspension, In
accordance with the applicable provisions In Article 4.12.2 or Article 4.12.3 below.
4A 1.2 Should the Owner wish to reinstate the work after notice of suspension, such reinstatement may
be accomplished by thirty (30) days' written notice within a period of one year after such suspension,
unless this period is extended by written consent of the Consultant.
4,11.3 In the event the Owner suspends the work being performed pursuant to this Agreement the
Consultant with approval from the Contract Administrator, has the option, after 180 days to terminate
the contract,
4,12 Termination of Agreement
4.12.1 The right is reserved by the Owner to terminate this Agreement at anytime and for any reason
upon not less than thirty (30) days written notice to the Consultant.
4.12.2 In the event the Agreement is terminated by the Owner without fault on the park of the
Consultant. the Consultant shall be paid for the reasonable and necessary work performed or services
rendered and delivered up to the effective date or time of termination, The value of the work performed
and services rendered and delivered, and the amount to be paid shall be rnutuaIly satisfactory to the
Contract Administrator and to the Consultant_ The Consultant shall be paid a portion of the fixed fee,
plus actual costs, as identified in Attachment D_ Actual costs to be reirnbursed shall be determined by
audit of such cosh to the date established by the Contract Administrator in the termination notice,
except that actual costs to be reimbursed shall riot exceed the Maximum Amount Payable_
Page 7 of 67
Attachment D to I_M. 3.310
May 26, 2017
4.12.3 In the event the Agreement is terminated by the Ownerfcr fault on the part of the Consultant,
the Consultant shall be paid only for work satisfactorily performed and dellvered to the Contract
Admini<strator up to tha date established by the termination notice. After audit of the Consultant's
actual costs to tha date established by the Contract Administrator in the termination notice and after
determination by the Contract Administrator of the amount of work satisfactorily performed, the
Contract A dmints frator shal I determine the amount to be paid to the Consultant.
4,12.4 This Agreement will be oonsidered completed when the scope of the project has progressed
sufficiently+ to make it clear that Planning Preferred Concept can be completed without further revisions in
that work, or 0 the Consultant is released prior to such time by written notice from the Contract
A aiminis trator.
4.13 Right to Set-off. In the event that the Consultant owes the Owner any sum under the terms of this
Contract, the Owner may set off the sum owed to the Owner against any sum owed by the Owner to the
Consultant under any other contract or matter in the Owner's sole discretion, unless otherwise required
by iaw. The Consultant agrees that this provision constitutes proper and timely notice of the Owner's
intent to utilize any right of set-off,
4.14 Assignment or Transfer. The Consultant is prohibited from assigning or transferring all or a part of its
interest in this Agreement, unless written consent is obtained from the ContraictAdminlstra(or and
concurrence is received from the Iowa DOT and FHWA. if applicable,
4A5 Access to Records. The Consultant is to maintain all books, documents, papers, accounting records
and other evidence pertaining to this Agreement and to make such materials available at their respective
offices at all reasonable times during the agreement period, and for three years from the date of final
closure of the Federal -aid project with FHWA, for inspection and audit by the Owner, the Iowa DOT, the
FHWA, or any authorized representatives of the Federal Government; and copies thereof shall be
furnished, if requested.
4.16 Iowa DOT and FHWA Participation. The work under this Agreement is contingent upon and subject to
the approval of the Iowa DOT and FHWA, when applicable_ The Iowa DOT and FHWA shall have the
right to participate in the conferences between the Consultant and the Owner, and to participate in the
review or examination of the work in progress as well as any final deliverable_
4.17 Nondiscrimination Requirements.
4.17.1 During the performance of this Agreement, the Consultant agrees to comply with the regulations
of the U. S. Department of Transportation, contained in Title 49, Code of Federal Rego latlons, Part 21,
and the Code of Iowa, Chapter 216. The Consultant wlII not discriminate on the grounds of age, race,
creed, color, sex, sexual orientation, gender Identity, naticnal origin, religion, or disabllity In its
employment practices, in the selection and retention of subconsultants, and in its procurement of
materials and leases of equipment.
4A 7.2 In all solicitations, either by competitive bidding or negotiation made by the Consultant for work
to be performed under a subcontract, including procurement of materials or equipment, each potential
subconsultant or supplier shall be notified by the Consultant of theConsultant's obligation under this
contract and the regulations relative to nondiscrimination on the grounds of age, race, creed, color, sex,
sexual orientation, gender identity+, national origin, religion, or disability.
4.17.3 In the event of the Consultant's noncompliance with the nondiscrimination provisions of this
Agreement, the Owner she 11 impose such contract sanctions as it, the Iowa DOT, or the FHWA may
determine to be appropriate, including, but not limited to withholding of payments to the Consultant
under the Agreement until the Consultant complies, or the Agreement is otherwise suspended or
terminated.
4A7.4 The Consultantshall comply with the following provisions of Appendix A of the U.S. DOT
Standard Assurances;
During the performance of this contract, the Consultant, for itself, its assignees and successors in
interest (hereinafter referred to as the "Consultant") agrees as follows=
Page 8 of 67
Attachment D to I_M, 1310
May 26, 2017
1, Compliance with Regulatlons: The Consultant shall comply with the Regulatlons relative to non-
discrimination in Federally asslsted programs of the Department of Transportation (hereinafter,
"DOT') Tltle 49, Code of Federal Rego latlons, Part 21, as they may be amended from time to time,
(hereinafter referred to as the Regulations), which are hareln Incorporated by reference and made a
part of this contract.
2, Nondiscrirnination: The Consultant, with regard to tha work performed by it during the contract,
shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in tha
selection and retention of subconsultants, including procurement of materials and leases of
equipment. The Consultantshall not participate either directly or indirectly in the discrimination
prohibited by section 21,6 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3, Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the Consuftant for work to be
performed under a subcontract. including procurement of materials or leases of equipment, each
potential subconsultant or supplier shall be notified by the Consultant of the Consuftants obligations
under this contract and the Regulations relative to non-discrimination on the grounds of race, color,
national origin, sex, age, or disability.
4. Information and Reports; The Consultant shall provide all information and reports required by the
Regulations or directives issued pursuant there to, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the Owner, the
Iowa Department of Transportation or Federal H ighway Administration to be pertinent to ascertain
compliance with such Regulations, orders and instfuctions_ Where any information required of a
Consultant is in the exclusive possession of another who fails or refuses to furnish this information
the Consultant shall so certify to the Owner, the Iowa Department of Transportation or the Federal
Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the
information,
5. unctions for Noncompliance: In the event of the Consultants noncompliance with the
nondiscrimination provisions of this contract, the Owner shaII impose such contract sanctions as it_
the Iowa Department of Transportation or the Federal Highway Administration may determine to be
appropriate, including, but not limited to:
a. wlthholdirig of payments to the Consultant under the contract untlI the Consultant cumpl ics,
and/or
b, cancellation, terminatlon or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The Consultant sha I I include the provisions of paragraphs (1) through
(6) in every subcontract, including procurement of materials and leases of equipment, unless exempt
by the Regulations, or directives issued pursuant thereto. The Consultant shall take such action with
respect to any subcontract or procurement as the Owner, the Iowa Department of Transportation or
the Federal Highway Administration may direct as a means of enforcing such provisions including
sanctions for non-compliance; provided, however, that, in the event a Consultant becomes involved
in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the
Consultant may request the Owner or the Iowa Department of Transportation to enter into such
litigation to protect the interests of the Owner or the Iowa Department of Transportation; and, in
addition, the Consultant may request the United States to enter into such litigation to protect the
interests of the United Mates,
4AB Compliance with Title 49, Code of Federal (Regulations, Part 26
4.18.1 The Consultan( agrees to ensure that disadvantaged business enterprises (DBEs) as defined in
49 CFR Part 26 have the maxim urn opportunity to participate in the performance of contracts and
subcontracts financed in whole or in part with Federal funds provided under this Agreement, In this
regard the Consultant and all of its subconsultants shall take all necessary and reasonable steps in
oampIiance with the Iowa DOT DBE Program to ensure disadvantaged business enterprises have the
maximum opportunity to compete for and perform contracts_
Page 9 of 67
Attachment D to I.M. 3.310
May 26. 2017
4.18.2 The Consultant shall pay its subconsultants for satisfactory performance of their work no later
than 30 days from receipt of each payment it receives from the Owner for such work. If the Owner holds
retainage from the Consultant, the Consultant may also withhold retainage from its subconsultant(s). If
retainage is withheld from a subconsultant, full payment of such retainage shall be made within 30 days
after the subconsultant's work is satisfactorily completed.
4.18.3 Upon notification to the Consultant of its failure to carry out the requirements of this Article, the
Owner, the Iowa DOT, or the FHWA may impose sanctions which may include termination of the
Agreement or other measures that may affect the ability of the Consultant to obtain future U.S. DOT
financial assistance. The Consultant is hereby advised that failure to fully comply with the requirements
of this Article shall constitute a breach of contract and may result in termination of this Agreement by the
Owner or such remedy as the Owner, Iowa DOT or the FHWA deems appropriate, which may include,
but is not limited to:
1. withholding monthly progress payments.
2. assessing sanctions;
3. liquidated damages; and / or
4.19 Severability. If any section, provision or part of this Agreement shall be adjudged invalid or
unconstitutional, such adjudication shall not affect the validity of the Agreement as a whole or any section,
provision, or part thereof not adjudged invalid or unconstitutional.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their proper officials
thereunto duly authorized as of the dates below.
HDR ENGINEERING, INC.
Matthew B. Tondl
Senior Vice President
ATTEST:
By IJ� t
CITY OF IOWA CITY
Date: Sep 16, 2024
Date: September 17, 2024
By Date: September 17, 2024
Bruce lI
Mayor
IOWA DEPARTMENT OF TRANSPORTATION
Accepted for FHWA Authorization'
By �� (4
Date.
Name Tom Rhoads
October 16, 2024
Page 10 of 67
Attachment D to I_M, 1310
May 26, 2017
Title
* The Iowa DOT is not a party to this agreement. However, by signing this agreement, the Iowa DOT is indIcating
the work proposed under this Agreement Is acceptable for FHA authorization of Federal funds.
Page 11 of 67
Attachment D to I_M. 0.310
May 26, 2017
ATTACHMENT A
Scope of Services
Proposal Statement and Oblective
This proposal is prepared by HDR Englneering, Inc. (Consultant) to provide planning study phase services of the
following. Replacement of the Burlington Street bridge over the Iowa River with a single bridge. Roadway
improvements to Burlington Street, Melrose Avenue and Byington Road including the conversion of Melrose Avenue
and Byington Road to accommodate two-way traffic. Repair or replacement of the pedestrian bridge overpass over
Riverside Drive with additional consideration of the attached pedestrian overpass over Grand Avenue. Geometric
improvements to the intersection of Grand AvenuelBurlington Street/Highway 1 and Riverside DrivelHighway
1 Nighway 6. Evaluation of the existing dam located under the Burlington Street bridge and id a ntificatio n of potential
improvements, repair andfor replacement options. For the Burlington Street Bridge Project for the City of Iowa City
(Owrw). The Scope of Services to be performed by the Consultant are identified below.
TASK 1.0 - PROJECT MANAGEMENT
1.1 Proiect Management Team Coordination
The Consultant will have regular and frequent coordination with the project management team. This task
includes phone, email, video conferences, meetings and other means of communicatlon with the project
management team (PMT) to coordinate project development items requiring PMT decisions or input, progress
the design, provide the PMT with updates and information that is important, scheduling, assigning tasks and
coordinating direction received from the PMT to the design team. This coordination will review progress and
to discuss specific elements of the project design. The meetings will also serve to reestablish schedules,
develop project goals. establish design parameters, promote a dialog between the various entities, improve
the decision -making process, and expedite design development. The consultant shall keep documentation of
communications.
Assumpfions for Task 1.1
• Assumes two and a half (,6) hours per week over 18 project months.
12 Monitoring project Scone and Schedule
The Consultant shall monitor the project scope ands inform the City of services required which may not be
included in the scope of the design services contract approved for this Project. It will be the responsibility of
the Consultant to make the Owner aware of potential amendments, If the Consultant is of the opinion
additional effort will be required, Article 4.7 will be followed_
The Consultant s hall monitor the project schedule to progress work in a manner to comply with the anticipated
completion date. The Consultant shall provide a brief summary of the actions to be taken to reduce or
eliminate delays in completing the design in accordance with the agreed upon schedule which will be
summarized on a monthly basis in the risk register, Task 1_6. The monthly update shall include a list of
requested information from the Owner with a desired response date noted to avoid delay of the Consultant's
services_
It is understand by the Owner and the Consultant that the task detail associated with the 85% budget
notification shall be mutually established for each project in relation to the complexity and duration of the work
to be performed. For this specific project it is agreed that all work contemplated in the agreement will be
considered as 11 task(s). It is further agreed that the 85% budget notification requirements will be waived for
this Agreement based on the volume of work assigned, duration, complexity, and rate of progress anticipated
on the project.
1.3 Quality Control Plan
Establish, maintain, and implement revlaw and checking procedures for project deliverables. Designate
responsibility for implementation of the plan.
1A Progress reporting and Invoice Processing and Review
The Consultant shall prepare and submit monthly project status reports outlining the following; activities
during the reporting period, activities planned for the following month, problems encountered and
recommended solutions, and overall project status, The ConsultantwiII process and review invoices to meet
Iowa DOT standards and include necessary information is included. Coordinate with Owner staff as
Page 12 of 67
Attachment D to I_M. 0.310
May 26, 2017
necessary and answer questions. Verify percent worm complete on project is in IIne with percent billed,
Includes other general project administration necessary for the project.
1.5 Risk Remister
The Consultan t wi I I create and rnaintain a Risk Reg Isterthat tracks potential schedule and budget risks to the
project, Identlfles management and mitigation strategies, and creates actlon items on these tasks though the
project. Monthly archives of the risk register will accompany the monthly project status updates. The risk
register will be reviewed with the PMT monthly and will also include input from tha Owner and/or the TAC.
1-6 Team Communication Meeting
The Consultant project manager will coordinate and facilitate recurring meetings with the project task leads
and sub consultants to coordinate schedule, tasks, critical path items, action items, PMT direction, PMT input,
Coordinate direction from the TAC, and other important items related to schedule and tasks advancing to meet
the scope and schedule. Minutes frorn these meetings will be taken.
TASK 2.0- COMMUNITY AND TECHNICAL ADVISORY COMMITTEE (TAC) ENGAGEMENT
2A Create Community and TAC Communication Plans
The Engagement and Communication Plan will be developed to include community analytics, message strategy,
visual identity, key messages, stakeholder processes, communication protocol, planned public outreach, public
meetings, other opportunities to learn and provide feedback, and anticipated schedule. As part of the plan, the
Consultant will develop (through GIS and desktop research) and maintain a database of stakeholder and public
contacts. A Technical Advisory Committee (TA) Communication Plan will also be developed as part of this task,
2.2 Public Information Meeting
..1 Public Scoping Meeting
Cne, in -person public scoping meeting will be held to introduce the project to the public, outline constraints,
and obtain feedback related to user experiences. needs and desires for the project. The meeting will follow
an open house format. Consultant will develop a meeting plan that will include meeting logistics. staffing
and responsibilities, supplies, punting information. room layout and venue information. The Public Scoping
Meeting task includes preparation of exhibits, meeting handout and comment forms. Consultant will
organize and lead the meeting, compile public comments and prepare draft responses.
2..2 Public Alternatives Meeting
A Public Meeting will be held to inform the public about design alternatives and impacts, The meeting will
follow an open house format. Consultant will develop a meeting ,plan that will include meeting logistics,
staffing and responsibilities, supplies, printing information, room layout and venue information. This task
includes preparation of exhibits, meeting handouts and comment forms. Consultantwill organize and lead
the meeting, compile public comments and prepare draft responses.
Deiiverabies for Task 2.1:
One (1) Community Engagement Plan
One (1) GI -based Property Owner Database
One (1) Stakeholder Database
• One (1) TAC Communication Plan
F Two (2) Public Meeting Plans
Materials for up to two (2) public meetings;
o Up to t enty(20) display boards, assuming ten (10) per meeting
o Up to 400 Project Fact Sheets/Handouts, assuming 200 copies per meeting
o Up to four (4) scroll maps showing the project area, constraints, and proposed improvements,
assuming two (2) scroll maps per meeting.
o Collateral materials (sign -in sheets. nametags, comment forms) for two (2) meetings
Attendance and participation at two (2) virtual, dry run meetings to review final materials, determine
roles and responsibilities. and review key talking points,
• Attendance and participation at two (2) Public Information Meetings
Assomotfons for Task 2.1
• An accessible, law, or no -cost location will be identified for the public meeting_ It is anticipated that the
Owner will secure the location for the public meeting_
Draft and final plans will be provided to the city in electronic format_
Page 13 of 67
Attachment D to I_M, 0.310
May 26, 2017
It is assumed that materials will be provided in English only_
Serb Consultant will attend (2) Public Information Meetings. It Is assumed only 1 staff member will
attend.
2.3 Public Meeting Outreach
Notice of public meetings will be provided through multiple channels to include mailings to adjacent property owners,
stakeholder emails, promotion through social media, and press releases. Meeting notices will follow city notification
requirements regarding timing and content. The city will add information about Public Meetings to their website and
provide distribution of press releases to local media.
Defiverabie:s for Task 2.1
Two () property owner mailings in advance of public meetings
o The first mailing will be in letter format_
o Subsequent mailings will be in postcard format,
o Each mailing is expected to include up to 200 pieces.
• Up to four (4) press releases, One (1) press release for each of the following, project kickoff, saoping
survey, scoping meeting, alternatives public meeting, alternative survey, final recommendations public
meeting_
Assumotfors for Task 2.3
The city will add information about public meetings to the city website.
t The city will provide distribution of press releases to local media_
t The city will cover any direct casts related to legal notices, if required_
• The city will provide a point of contact and a spokesperson for local media.
2.4 Communication Tools and Tactics
2.41 Visual Identity/Branding
Consultant will create a project logo, brief branding guide, and Word and Power Point templates for the
project. The visual identity and color palette will be consistent with established, City of Iowa City brand
guidance.
2.4.2 Social Media
Consultant will develop a social media strategy and provide social media content (copy and graphics} that
promotes project education, solicits feedback, and encourages participation in public meetings. Social
media posts will be deployed by the city through existing social media channels, Consultant will use a
monitoring tool to track traddon aI and social media engagement and to monitor public sentiment, A report
will be provided up to two () times throughout the life of the project_
2.4.3 Project Webpage
Consultant will provide the city with content and supporting graphics for placement on a dedicated page
within the city's established website_ Content will include a study overview and background, location map,
schedule, upcoming public meetings, and associated meeting materials., frequently asked questions, and
online comment form. Consultant will provide the city with content for updates up to three (3) times
surrounding key project milestones. Website materials will be ADA-oampliant_ The city will be responsible
for hosting the project webpage on their existing website.
2.4.4 Electronic Community Surveys
Consultant will develop up to two community surveys that will help guide public input at various project
phases. Surveys will be deployed during scoping and at the alternative evaluation phase_ Surveys will be
promoted through social media, press releases, and through flyers and signage distributed in the project
area.
2.4.5 Equity Analysis & Outreach
This task will focus on the outreach component to support the Environmental Justice Task in 7.5.5.
Consultant will use readily available, public data to study the human geography of the project area to
Inform our community engagement strategy. Data and metrics will measure 50+ variables against local,
reglonal, and natlonal benchmarks. Through a Social Equity Assessment, Consultant will Identify at-rlsk
and traditionally underserved populations and develop targeted outreach strategies. Community Analytics
will provide context and guide the planning and placement of proposed transportation infrastructure. This
data will reflect standard Environmental Justice requirements and evaluate a full range of demographic,
Page 14 of 67
Attachment D to I_M. 3.310
May 26, 2017
socioeconornlc, dlgltal access, health and safety, and civic engagement variables.
2.4.6 Governing Bodies & Elected Officials
Cons ullant wlII attend council meetings or other elected official and govern Ing body meetings to present
on the project.
DW ivera,bMs for Task 2.4:
A one (1) page style sheet detailing visual identity components.
F One (1) branded Power Point template
One (1) branded Word template
• One (1) social media strategy
Up to 40 social media posts (copy and graphics)
Up to three (3) social media monitoring reports
F One (1) Initial digital package if webpage content (copy and graphics) and up to three (3) updates
Materials and attendance at up to five (5) on campus information booths andlor presentations.
Up to two (2) electronic surveys and survey reports_
• Up to 200 printed flyers and up to six (6) semi -permanent signs for use in the project area to
promote electronic surveys.
Up to four (4) in -person discussions with andlor presentations to governing bodies.
Assumo€fans for Task 2.4
• The city will designate a page for project information within their existing site and provide updates
as needed.
The city will deploy approved social media content through existing channels.
• Assumed attendance and presentation at three (3) council meetings, one after each milestone,
2.5 Community Engagement Metric Tracking and Reporting
Community engagement activit,ies will be tracked and measured_ A formal report will be provided following
designated comment periods associated with the two (2) public meetings. At the project's end, a final report will be
provided that incorporates survey results, social media engagement. public comments and opportunities provided
for education and engagement.
2.6 Stakeholder Working Group Identification and Meetings
2.6.1 Stakeholder Working Group Identification and Meetings
The Consultantwill work with the Ownerto identify a Stakeholder Working Group to provide focused Input,
account for operations and potential Impacts to determine feasibility. his group would Include
representatives from organizations impacted by changes in the project area and would likely Include
rnultlple University of Iowa Interests, first responders, transit providers, utilities, neighborhood
organizations, historic interests, and business groups. Additional representation might include local,
regional, or state governmental agencies. Stakeholder meetings will typically occur up to one month or
more before public meetings. The stakeholder committee will be invited via email or letter invitation, with
follow-up phone calls as necessary. Meetings will include onsuttant developed presentations, collateral
materials, tabletop exercises. The Consuffant will guide and solicit discussion with parameters requiring
input. Ernailed information and electronic surveys may be used between meetings, The Consuftant will
organize and facilitate Stakeholder Working Group meetings at four key milestones;
1. Vision Planning and Issues Identification
2. Concept Alternatives Identification
3. Preferred Concepts & Next Steps
2.6.2 Stakeholder Technical Meetings
The Consultant recognizes that several key stakeholders will be involved in this project. To account for
operations, further coordinalon of other potential impacts. and coordination of technical details of
individuals operations, it is likely that there will be a need to meet one-on-one with the following
stakeholders. These will be pre -planned meetings. Virtual meetings, phone, email, or a cambination will be
conducted_ Consultant will meet individually with the following stakeholders that may be affected by the
project including the following,
1. University of Iowa Hospitals
Page 15 of 67
Attachment D to I_M, 3.310
May 26, 2017
2, CAMBUS
3, Iowa City Transit
4, Universlty of Iowa Facilities
5, Universlty of Iowa Housing
6, Universlty of Iowa Athletics
7, Universlty of Iowa Parking and Transportation
8, University of Iowa Darn UI Utilities/Ben Fish, Lead Utility Engineer
9, University of Iowa ENGIE
10, Rivers Programs to a DNR
11, Bike Iowa CitylLocal Bike Organization
12, University of Iowa Water Plant Operations
1, University of Iowa Power Plan Operations
14, University of Iowa I I H R
15, University of Iowa Real Estate/DavA Kieft, Business Manager
16, Cora lviIIe Transit
17, Iowa DOT
Deliverables for Task 2.6,
• Ongoing stakeholder outreach (email, phone calls)
• Task 2.6.1
o One Stakeholder Working Group Roster to include name, organization, email address, phone
number-
* Attendance at up to three (3) Stakeholder Working Group meetings, up to two (2) hours each_
Two (2) meetings will be held in person; one (1) meetings will be held virtually_
o The Sub Corasuitantwill attend Stakeholder Working Group meetings.
o The Darya Modification Sub Consuitant will attend individual stakeholder meetings for up to
four (4) of the identified stakeholders.
Task 2.6.2
o Attendance at up to thirty-four (34) one hour-long virtual Individual stakeholder meetings with
minutes. (organizatlons listed above).
2.7 Technical Advisory Committee (TAC) Coordination, Design Charrette's & Workshops
2.7.1 Identify and Invite Stakeholders
The Consultant will work with the 0wnterto Identify members of a Technical Advisory Committee (TAC).
The TAC will consist of stakeholders that will provide input and direction of the development of alternatives,
determine the alternatives development criteria, provide technical input, review public and stakeholder
working group feedback for consideration of the direction of the development of alternatives, be responsible
for coordinating with their representative groups and help facilitate engaging specific groups that they are
representing.
Anticipated members of the TAC are below;
1, City of Iowa City
2. Iowa DOT
3, University of Iowa
4, Johnson County Council of Governments (JCCO )
5, Others TBD
Deliverables for Task 2.7, 1=
- TAD Invitations
2.7.2 Design Charett,e's & Workshops
These meetings will include Consultant -developed Design Oharrette's and meetings formatted as
workshops to spur participation and facilitate input from the TAC. These workshops will include visual
models to show a visual representation of the alternates being considered_ The Consultant will organ¢e
and facilitate TAC Workshops at three key milestones. These workshops are intended to be in -person,;
1. Workshop #1 - Initial Vision Planning and Determination of Project Priorities
2. Workshop #2 - Concept Alternatives Discussion and Advancement of Preliminary Alternatives
3. Workshop #3 - Preliminary Alternatives Discussion & Selection of Preferred AltemativeiNext Steps
Page 16 of 67
Attachment D to I_M, 3.310
May 26, 2017
Establishing a Declslon Making ProcessfDocumented Decision Making Process will also be developed at
Workshop #1
Deffverabhes for Task , 7.2,
F Facilitating Design Charette's & Workshops
F Supplying materials to conduct and facilitate Design C harette's & Workshops
Assumptions for Task 2, 7.2:
Up to three (3) Workshops attended by up to four (4) consultant staff` in person. Other technical
staff will be available virtually for the workshops.
Each workshop is assumed to be 3-hours in length and includes prep time and post -meeting notes
J documentation development_
• 3D model of Roadway Bridge and Pedestrian Brid ge=
o A base 3D model with up to nine (9) updates_ Anticipating to update the base model with
3 alternatives per workshop, (9) in total_ The model will be updated based on TAC input_
direction, and guidance.
o Up to two (2) new models_ Reserved if the TAC committee wants to pivot direction and
redevelop a base model Assuming one of the three alternatives originally developed want
to be changed-
3 D Visualization far Grand Avenue and Roadway Tie-ins
o Up to 8 "Beyond Typicals"_ This provides a 3D visual representation of a typical cross
section.
3D Visualization of the project corridor. Anticipated for one (1) final preferred alternative.
• Up to four (4) aesthetic sketches for streetscaping and bridge aesthetics.
• Up to elght (8) 8.5x11 sheets of sketches will be developed to show possible aesthetic treatments
within the corridor,
The Darn Modification Stab Consultantwill attend two (2) TAD meetings virtually and one (1) in -
person
• The Sub Corrsuffant will attend three (3) of the Workshops in -person.
Deliverables br Task 2, 7.2 (Sub Consultant to Consultant):
• 2D Plan Sheets
o Simplified Planview Plan Sheets of the corridor of each alternate option developed under
task 4.3 — Roadway Alignment and Layout_
2.7.3 Technical Advisory Committee (TAC) Coordination
The Consultant will coordinate with the Technical Advisory Committee (TAC) outside of pre -planned
meetings via scheduled virtual meetings, emails, conference calls or other means of communication to
solicit the TAC for input and direction to progress and advance the alternatives development_
2.8 Aspen-cy Coordination and Meetinus
The Consultant will coordinate with regulatory and other agencies in order to progress the alternatives in a feasible
manner and solicit input far technical concurrence. These are not pre -planned meetings but intended to be emaiIs,
phone calls, or short virtual meetings with agencies to determine feasibility and advance the alternatives, Anticipated
Agencies that will be contacted throughout the development are listed below.;
F Iowa Department of Tra nsportatlo n
F Iowa Department of Natural Resources
United States Army Corps of Engineers — Rock Island District
State Historic Preservation Offices
• Metropolitan Planning Organization of Johnson County
• Others as needed.
TASK 3 — DESIGN CRITERIA, DATA COLLECTION AND DEVELOP GUIDING PRINCIPLES
3.1 Confirm Design Criteria & Create Guiding Principles
For the purposes of developing alternative development criteria, the Consultant shall prepare design criteria in
coordination with the Sub Consultant that will inform for development of concepts, In order to meet the Iowa DOT
design criteria for a Federal -aid projects the following criteria that will be used is listed below:
• Iowa DOT Design Manual
• For Bicycle and Pedestrian Facilities; Iowa DOT Design Manual Chapter 12A and 12B minimum values
Page 17 of 67
Attachment D to I_M. 3.310
May 26, 2017
Manual on Uniform Traffic Control Devices (MUTCD)_ Federal Highway Administration (FHWA)
■ ADA requirements: Iowa DOT Design Manual and Public Right -of -Way Accessibility Guldellnes
(PRDVVAG), United States Access Board
Urban Street Design Guide, Urban Bikeway Design wide, Transit Street Design wide, and Don't Give
up at tha Intersection, National Association of City Transportation Officials (NACTO)
Guide for the Development of Bicycle Facilities, American Association of Mate Highway Transportation
Officials (AASHTC)
City of Iowa City Codes and Policies
3.2 Project Data Collection
Information from the Owner will be requested and coordinated to obtain pertinent information to the project site that
is available.
3.2.1 Callect City Standards, Existing Project Data, GI S Access, Templates
This includes but is not limited to-.
• Gla information including City Utilities, Aerial mapping_ known easements, etc_
• Water Main Depths
• CCTV for sanitary trunk sewer
• Existing pavement thickness for locations which is proposed for pavement reconstruction_
• Existing traffic signal timing informatlon
• City specific standard details, specifications, and special provisions to supplement the Iowa
SUDAS Manual and Iowa DOT Design Manual.
• Other known important information in the project limits
3.3 Design Survey
3.31 Control Surveys
The Sub Consultant will establish horizontal and vertical control for the project area in accordance with
the Iowa DOT Survey Standards and the Ciky of Iowa City Codes and policies_ Each permanent control
point or benchmark shall have horizontal coordinates or elevation and shall provide monument tie notes
including monument descriptions. Accurate descriptions of the horizontal control points and benchmarks
will be created and recorded on the plan sheets_ Horizontal control shall be in state -plane coordinates and
vertical control per USOS datum_ The Sub Consultant shall provide sufficient control for design purposes_
3.3.2 Topographic Survey
The Sub Consultant will perform topographic surreys for the development of concepts, feasibility analysis
of grades and physical widths of improvements, utility surveys, and other basic boundary features,
including, but not limited to,
1. Identifying the available public right-of-way on Grand Avenue frorn Byington Road to Riverside
Drive, Burlington Street from Riverside Drive to the CRAN DIG Railroad, and Riverside Drive from
the southern boundary of the Hydraulics Lab property to about 600 feet north of Burlington Street.
2. Centerline of each direction of travel, taken at 50' intervals, will be shot within the same boundaries
identified in Item 1, above_ Approximately twenty (20) cross sections will also be surveyed within
this boundary.
3. The existing clearances of the pedestrian bridges above the roadways will be measured.
4. Utilities will be surveyed within the boundaries identified in Item 1, This will include measuring
inverts on storm and sanitary sewers.
5. Utlllty mapping only will be obtaining for the boundary Identified In Item 1 and also on Byington
Road, south of Grand Avenue; Grand Avenue, from Byington Road to Melrose Avenue; Melrose
Avenue from Grand Avenue to Byington Road.
6, Photography of each storm and sanitary structure within the project limits identified in Item 1.
Assumpffons for Task 3. .2 (Sub -Consultant):
Detailed bathyrnetrlc survey will not be collected at this time. Available existing information will be used
to determine feasibility.
3..3 Utiillty Surveys
Public and private utility facilities will be identified through the Iowa One Call process, The survey sub -
consultant shall perform utility surveys within the limits of 3.3.2.1. Establish coordinates and elevations (if
possible) for utilities that fall within these limits and are visible.
Page 18 of 67
Attachrnent D to I_M. 3.310
May 26, 2017
The Serb Consultant shall fleld locate visible valves, manholes, hndholes, and utility access within the
project limits to accurately account for relocation or major modificatlon. Underground utllltles will be
Incorporated into the project through map requests to the utility cornpariles and drawn into the design file.
This work will be considered survey quality level "B", per C IJASC E 38-02, Utlilitlas include phone, gas, fiber
optic, water rnaln, overheadlunderground electrical, Stearn, sanitary sewer, Storm sewer, and in -pavement
trafFlc control equipment, and power poles, pedestals, and visible utility markers.
At critical locations identified in the concepting process, the Sub Consultant shall remove existing water
main valve covers and measure from the surface to the valve stem to estimate water main depth. Utilities
will be identified From surface utility locates and existing utility maps. If potholing is required, this will be
considered extra work.
The Sub Consultant shall provide an excel spreadsheet and summary of each utility within the project
area. utility maps which were collected through the Iowa One Cal process and contact information for each
utility identified, The Sub Consultant shall verify owners of each utility surveyed to the extent possible to
facilitate in the concept design.
The Sub Consultantshall obtain available utility mapping within the limits described in Item 3,3.2,E for the
purposes of concepting future alignment alternatives for Byington Road. These utilities will be incorporated
into the drawings and this work will be considered survey quality level "D". per CIASDE 38-02 (based on
mapping and available utility records).
Deliverables br Task 3.3 (Sub Consultant to Consultant)
• Control point summary and control points included in digital file_
• Digital survey file in AutoDAD Civil 3D format
• Photography and inventory of each storm and sanitary structure within the limits in Item 3.3.2.1_
t Utility survey with Iinetypes specific to each utility owner
• Excel sum rnary of utiIItles and existing utility rnaps
Assy=flons for Task . :
Potholing ! hydro excavation For depths of existing utilities will not be included in the utility survey work.
Utilities will be located from available utility maps and field locates of visible utility features. Depth
estimates for watermains can be obtained at critical locations by measuring down the valve box. Storm
and sanitary depths will be obtained by measuring inverts from the manholelintake structure rim.
3.4 Traffic & Safety Data Collection
3AA Regional Traffic Data & Safety Data
The Consultant ill collect and summarize.,
• regional Origin & Destination data from Iowa DOT's Streetlight subscription at bridge crossings
including; US 6, Benton Street, Burlington Street, Iowa Ave, and Park Road
• Regional Origin & Destination data from Consultant's Replica subscription
• Historical crash data from Iowa's Crash Analysis Tool
3.4.2 Intersection Data
The Sub Cons ultantwill collect and summarize available existing traffic data at the following locations=
• River Crossings at Park Road, Iowa Ave, Burlington Street_ Benton Street, and US 6
Enhanced Pedestrian and Bicyclist counts at Burlington Street — including event traffic_
3.5 Forecasting & MPO Coordination
3.5.1 Travel Demand Model Forecasts
The Consuirent will work with tha MPO and Iowa DOT to acquire up-to-date travel demand model files.
Tha Consultant will use the model to test two construction scenarios of re-routing of daily traffic during
construction staging (capacity reduction and full closure), The Consultant will also review horizon year
forecasts from the TDM for use in peak hour growth factors for tha ultimate condition,
3-5.2 MPO Coordination
The Sub Donsuftantwill work with City and MPO to,
• Develop future {20-year} automobile traffic growth rates to guide the final design of the Burlingtonh
Street Bridge and intersection of Burlington StreeVG rand Avenue at riverside Drive (US 6),
Page 19 of 67
Attachment D to I_M, 0.310
May 26, 2017
Coordinate with MPO bicycle master planning referencing the Iowa City bike master plan to
Incorporate bicycle accommodations on the bridge and through the intersectlon of Burlington
Street/Grand Avenue at Riverside Drive (US B). This includes setting up the intersectlon layout and
design for posslble future extension of bicycle facilltles on US 6 (north and south of the intersectlon)
and west on Grand Avenue up to Byington Road.
Coordinate an Iowa River Corridor Trail datourltemporary trail routs through construction.
Coordinate and assemble data and information in a format appropriate to include in new funding
applications for the proposed bridge improvements. Assist with the identification of likely funding
sources. The actual preparation of the funding appIication(s), excluding the work identified in Task 11,
would be done as extra work outside this scope of services.
3.6 Traffic Operations & Safety Analysis
3.6.1 Microsimulation
The Consuftntwill develop a planning -level TransModeler microsimulation model for the worst -case peak
hour for the ultimate condition of the Burlington Bridge. Planning level signal timings will be developed from
ynchro model(s). Up to two () intersections will be analyzed in TransModeler_
The planning -level TransModeler microsimulation model will be used to test unique aspects of the
Burlington J Riverside intersection as it relates to unique signal phasing, transit enhancement, bicycle
enhancements, downstream lane drops, and other unique features. Two (2) Build Alternatives will be
developed that modifies I tests these features
3.6.2 Synchro Analysis
The Sub Cons ultantwill develop an AM and PM Synchro model for the following intersections=
• Riverside Drive arid:
o Iowa Avenue
e Burlington Street
o Benton Street
o Hwy 1IHwy 6 (Possible Truck Detour)
• Madison Street and:
a Iowa Avenue
o Burlington Street
F Hwy 6 and Cllbert Street (Possible Truck Detour)
This analysis will be used to establish the ultimate configuration and turn -bay lengths at Riverside Drive &
Burlington Street intersection as well as analyze the impacts related to construction phasing and detour
routes at the noted intersections. This analysis will be performed for the opening year and horizon year
forecasts.
3.6.3 Safety Analysis
The Consultant will assess crash trends within the study area to develop recommendations for safety
enhancements in the build scenario. Crash patterns and locations where there is a potential for crash
reduction will be identified for crashes involving motor vehicles, pedestrians and bicyclists. Iowa DOT's
P R methodology along with observed crash data will be used. Descriptive statistics such as crash severity
and type tables and intersection collision diagrams will be developed. Potential countermeasures to address
crash patterns and locations with relatively high potential for crash reduction will be identified. These
potential countermeasures will be considered during the concept development process and documented in
a brief memorandum.
Dehverabfes for Task 3, 6.3:
• Feasibility review of Traffic and Safety Alternatives and input for the Alternatives Analysis in Task 10.0.
• Documentation for discussion at the TAC Workshops in Task 2.0
3.7 Roadway Layouts
The Sub Consultant will work with the University, City, CAMBUS and Public Transit to refine the
MelroselByington/tarand Avenue concept focusing on transit accommodation, emergency vehicle access,
pedestrian friendly alternatives near the existing hospital roundabout, and accommodate know future
University development plans_ This planning work will consist of up to 3 (three) meetings with the
Page 20 of 67
Attachment D to I -M. 3.310
May 26, 2017
appropriate stakeholder group as identified by the City and University- We anticipate the geometry of the
Grand Avenue portion to extend to and mesh with lane alignments and improvements on the Burlington
Street Bridge and Riverside Drive intersection, We anticipate up to 4 layout alternatives with the 41" layout
being the amalgamation of previous work into a final, preferred alternative.
TASK 4 - EVALUATE ROADWAY AND MULTI -MODAL NEEDS
4.1 Develop BicyclelPedestrianrrransit Configuration Alternatives
4.1.1 Existing Plan and Policy Review
Consultant will review existing plans and polices for goals and objectives of design and connectivity-
onsultant will review the fallowing plans and polices as they relate to the study area:
City of Iowa City Complete Streets Policy
2017 Let's Get Rolling, Iowa City Bicycle Master Plan
2023 Grand Avenue Alignment Study
4A.2 Bicycle and Pedestrian Data
Consultant will use bicycle and pedestrian specific information such as.
• Findings from a site visit
• Bicycle and pedestrian volumes provided the Metropolitan Planning Organization of Johnson
County (MPOJ),
• Additional bicycle and pedestrian counts will be collected under 3-4.1,
• Bicycle and pedestrian -related crashes, Including locatlon and details far the last five years
provided by Iowa DOT andfor Cifent.
4A.3 Bicycle and Pedestrian Connectivity
Cons uftantwill assess needs for bicycle and pedestrian connectivity in the study area.
East end of bridge — Connections to buffered bike lanes, shared use path, and sidewalk on both
sides of the street.
West end of bridge — Connections Grand Avenue with consideration to the 2023 Grand Avenue
Alignment Study
• Iowa River Corridor Trail (IR T) — Connections to the IRCT which forms the core of the bikeway
network and runs parallel to Riverside Drive at the west end of the bridge.
• Along other streets in the study area including Byington Road, Melrose Avenue, Grand Avenue,
South Grand Avenue, and Riverside Drive.
4.1.4 Transit
Consultant will consider transit routes and stops in the study area and evaluate additional needs for bus
stops or pedestrian access to transit. Transit providers shall provide data including routes, schedule, and
number of board ings and aIightings for stops in the project area. Routes and bus stops in the project area
include,
Iowa City Transit Routes — Route 8 (Oakcrest) and 1 (Highway 1). A bus stop is located on the
southeast corner of S Riverside Drive and Budington Street (west end of bridge)-
• University of Iowa CAMBUS — Routes 31 (Red Route), 3 (Blue Route), 35 (1Merdorm), 4
(Hawkeye Interdorm). A bus stop is currently located west of the project area at Grand Avenue
and Byington Road-
4.1.5 Development of Multi -Modal Alternatives
Consuftant will develop multi -modal alternatives for discussion at the TAC Workshops in Task 2.0. Non-
technical exhibits will also be provided during the TAC workshops reflecting the alternatives.
Development of the exhibits will be 3D typical sections and 20 graphical exhibits, Multi -modal input will
also be included in Task 4. .3 — Roadway Alignments and Layout, Input will include accommodations for
people biking, walking, and using transit in the study area. Active transportation facilities may include
sidewalks; shared use paths; standard. buffered, and separated bike lanes; protected intersections;
grade -separated crossings; pedestrian refuges; bicycle signals; signal modifications; bike byes; and
more. These alternatives will be revised and iterated from stakeholder feedback for each workshop
identified under Task 2,0-
Page 21 of 67
Attachment D to I_M, 3.310
May 26, 2017
Deliverables for Task 4, ?.b,
Feasibility review of Multi -Modal Alternatives and Input for the Alternatives Analysis in Task 10,0
Documentation for discussion at the TAO Workshops in Task 2.0
Cons uNant to Sub Corrsuftant - Multi -Modal Input for Task 4.3
4.2 Bicycle Level of Traffic Stress and Pedestrian Level of Service Assessment
4..1 Bicycle Level of Traffic Stress (BLTS)
Corrsurrtant will calculate the BLTS for the existing conditions and each bridge alternative using the
methodology provided from the Mineta Transportation Institute (AVITI) in ANTI Report 11-19, "Low -Stress
Bicycling and Network Connectivity" as updated in May 2022. This analysis correlates to four levels of
traffic stress. LTS 1 = suitable for most children, LTS 2 = suitable for most adu its, LTS 3 = suitable for
enthused and confident riders, LTS 4 = suitable for only strong and fearless riders_
42.2 Pedestrian Level of Service (PLOS)
onsultant will calculate the PLOS for the existing conditions and each bridge altemative using the
methodology provided in the Highway Capacity Manual, 7th Edition-
4 .3 Development of Roadway Alignments and Alternatives
The Serb Consultant will utiILze proposed roadway design and clear zone standards established in Task 3.1_
Alternatives will be prepared by the Sub Consultant as part of the Grand Avenue Alignment Study will be refined
to incorporate intersection improvements at Grand Avenue and Riverside Drive, recent redevelopment within the U
of I campus between South Grand Avenue and Byington Road, the bridge replacement, and other relevant scope
items such as multi -modal needs_ Although the concepts prepared as part of the Grand Avenue Alignment study
were reviewed by University of Iowa staff, this process will be repeated to build consensus amongst the
stakeholders, Tasks will include;
Revisit the last Grand Avenue realignment concept and work with the stakeholders to identify the pros and
cons of the concept. Update with new plans or concepts developed by the U of I since the concept was last
reviewed.
F EstImate traffic Impacts of redevelopment of the property bounded by Grand Avenue, Byington Road, and
Melrose Avenue.
Review transit needs and emergency vehicle access (Hospital access) through this corridor.
Develop typical sections identifying overall roadway width, lane widths, bicycle lanes or sharros, turn
lanes, sidewalk and/or shared use paths, public and private utilities, streetscaping zones, and
ROW/easement needs, Typical sections will be created for;
o Melrose Avenue
o Byington Road
o Grand Avenue
o South Grand Avenue
o Riverside Drive
• Determine Ultimate and tear -Term intersection geometry at the intersections of Riverside Drive and
Burlington Street, and Melrose Avenue at S Grand Avenue_ The geometry will reflect the ultimate design at
full buildout of the University redevelopment at these intersections. The Near -Term geometry (if different
than Ultimate) will reflect the improvements constructed with the bridge project, designed to accept the
ultimate geometry at such time as the University's redevelopment moves forward_
• Up to 3 plan view conceptual layouts illustrating the roadway, pedestrian, bicycle, transit, and bridge
improvements_ Two layouts will be generated first, addressing the comments received on the original
concept. The third layout will be reserved for the final_ preferred alternative_
Order of Magnitude engineer's opinion of probable construction costs for each layout.
Defiverabhes for Task 4.3 (Sub-Camsullant to Consultant)
■ Feasibility review of Roadway Altematives and Staging input for the Alternatives Analysis in Task
10,0
Documentation for discussion at the TAC Workshops in Task 2.0
2D Plan Sheets
o Simplified Planview Plan Sheets of the corridor of each alternate option for use in the
workshops in Task 2.7.3 Anticipated up to three (3) alternates will be advanced at each
workshop,
o Typical sections for roadway and multi -modal lane widths
Page 22 of 67
Attachment D to I_M. 0.310
May 26, 2017
TASK 5 — DEVELOP BRIDGE ALTERNATIVES
5.1 Data Collection
Consultant will Collect and review data to support the Burlington Street Dam Modification, including:
Collect data on the dam, including=
o Prior studies
o Inspection reports
o Construction or reference drawings
5.2 Bridge Alternatives Analysis
Consultant will develop Roadway Bridge and Pedestrian Bridge alternatives that will be prepared for stakeholder
and TAG workshop meetings_ These alternatives will be reviewed for feasibility before each TAC workshop and
prepare supporting documentation for discusslon during these meetings_ Feasibility review and documentation will
occur for each TAC workshop.
Deliverables for Task 52'
Feaslbillty review and canstructabllltyfstaging of Roadway Bridge and Pedestrian Bridge Alternatives
and input for the Alternatives Analysis in Task 10,0
Documentation for discussion at the TAG Workshops in Task 2.0
53 Create Hydraulic Model to Support Bridge Feasibility Analysis
Consuftart# will complete a hydraulic analysis to evaluate feasibility of proposed bridge alternatives,
• Collect and review data to support the hydraulic analysis and create a model to support the bridge
alternatives feasibility, including:
o FEMA preliminary Flood Insurance Study and hydraulic model for the Iowa River.
o Aerial photography.
o UIDAR data.
o Available topographic or bathymetric survey data previously collected_
• Establish the existing condition model by performing the standard steps to complete a hydraulic analysis
for construction in a FEMA detailed study reach with flaodway_
o Execute the preliminary model and compare to the FI_
o Revise the preliminary model if needed to create a corrected preliminary model and existing
condition model.
Revise the existing condition model to evaluate proposed bridge alternatives.
o Incorporate an initial bridge replacement concept into the hydraulic model and evaluate the
hydraulic performance against project design criteria.
o Coordinate with the project team to identify revlslons to the bridge alternative which provide
compatibility wlth the dam modification concepts or incorporate feedback from the TAC.
o Evaluate up to six bridge replacement concepts.
o Based on feedback from the TAC, Identify a preferred bridge replacement alternative. Tha bridge
replacement concept will identify a bridge length, span arrangement, superstructure depth, pier
types and widths, and low chord elevations.
Document the results of the hydraulic analysis in a one -page technical memorandum.
o Prepare and submit a draft technical memorandum to the city for review.
o Address one round of corn ments from the city and prepare a final technical memorandum.
De{iverab{es for Task 5.3,
• Draft Burlington Street Bridge Hydraulic Analysis Technical Memorandum
• Final Burlington Street Bridge Hydraulic Analysis Technical Mernorandurn
Assurnptivns for Task 5_3:
• Design criteria for the bridge are based on Iowa DNR criteria for a bridge located in a regulatory
flaodway with high damage potential upstream.
• No scour analysis or scour mitigation design will be completed_
No hydraulic analysis will be needed to populate hydraulic data on a Type_ Size_ and Location or
equivalent drawing.
No submittal to Iowa DOT is anticipated_ Therefore, form 517002, Hydraulic Design for Bridges
(Culverts) Form, will not be required.
Page 23 of 67
Attachment D to I_M. 0.310
May 26, 2017
TASK 6 — ASSESS THE BURLIN TON STREET DAM MODIFICATION
6.1 Data Collection
Consultant will Collect and review data to support the Burlington Street Dam M ad ifiration, including:
+ Collect data on the dam, including=
o Prior studies
o Inspection reports
o Construction or reference drawings
o Utility maps
Review data for relevant information on the dam structure and use:
o Utlllty crossings
o Dam sections and foundation treatments.
o Hydraulic (under Task 5)
o Connections between darn and bridge (Task )
■ Characterize Dam
o Using data review findings develop concept figure with callouts characterizing the significant
dam features that will influence alternative development and evaluation.
o List and track unknowns or potential issues that require additional information to resolve,
The Dam Modification Sufi Consultant will complete the following tasks:
o One (1) site visit to coincide with other meeting travel,
o Review data collected by Consultant
o Update the previously completed gage analysis of river flaws_
o Update previously completed drop curve analysis (existing hydraulic profile)
6.2 Burlington Street Dam Modification Alternatives Analysis
6..1 Dam Modifications Alternatives Analysis
Dam Modification Sir# Consultant will develop screening criteria rnatrix and develop alternatives that will
be prepared for stakeholder and TAC workshop meetings_ These altematives will be reviewed for feasibility
before each TAC workshop and prepare supporting documentation for discussion during these meetings_
Feasibility review and documentation will occur for each TAD workshop in Task 2.0. Tasks include:
• Screening criteria:
o Incorporate feedback from Task 2 TAD meeting 91 with TAC to establish criteria for the
evaluation, for example:
■ Public safety
■ Cost
■ Flood impacts.
■ Utllltleslupstrearn pool
■ Recreational opportunities
■ Fish passaoEnvironmental.
■ Advantages wlth bridge replacement
o Develop multi -criteria matrix for evaluation with Task 2 TAC meeting #2,
F Altematives Development
o Using feedback from TAC develop three alternatives,
■ River Recreation Concept
■ Safety Improvements — Fish and People
■ Baseline — "Do Nothing" Concept
o Define geometry and footprint.
o Define features (spillway, fish passage, recreation, foundation concept, utility relocation,
connections to sidealls and bridge)
• Develop concept level.
o Exhibits of alternatives
o Engineer Opinion of Probable Cost (EQPCC)
o List of general advantagesidisadvantages
• Evaluate Alternatives
o Review and score dam alternatives during Task 2 TAC meeting #_
o Develop memorandum including scoring table and exhibits documenting the three
alternatives, evaluation process, preferred alternative, recommendations for next steps_
Task &Z f A.S.Su iatrons
Page 24 of 67
Attachment D to I_M. 0.310
May 26, 2017
Include up to two () iterations of concept level adjustments required relative to TAC meetings.
Dam modification alternatives will reflect recommendations from 2015 Iowa River Riverfront
Crossing Concept Design Report-
6.2.2 Review of Dam Modifications Alternatives Analysts
Consultant will provide oversight and review of Dam Modification Subconsultant work. provide
structural, utility, and cc nstructa b i I ity evaluation of the darn modification alternatives, and connect the darn
modification alternatives to the bridge replacement concepts, The Consultant will review matrix screening
criteria, dam modification alternatives and coordinate materials for stakeholder and TAC workshop
meetings_ These alternatives and supporting documentation will be reviewed for feasibility before each TAC
workshop, Feasibility review and documentation will occur for each TAC workshop in Task ,0_ Tasks
include,
Develop and review screening crikeria wikh Dam Modification Subconsultarit
Alternatives Development
o Review alternatives concepts, exhibits, and cost estimates developed by Dam Modification
ubconsultant
o Provide input on structural, utility impacts, and constructability components of the dam.
o Review darn modification relative to bridge replacement alternatives and develop advantages
and disadvantages.
o Estlrnate costs for construction phasinglstructurallutility elements of the darn modification,
Evaluate Alternatives
o Review development of alternative scoring
o Review adjustments to altematives,
o Review memorandum developed by dam modification subconsultant,
o Write section in bridge replacement report summarizing darn modification recommendations,
&2.3 Fish Passage Design Criteria and (Evaluation
The Consultant will lead the development of fish passage 0terla for the dam modifica#ion alternatives and
review each alternative_ Tasks including the fallowing,
• Review of Iowa DNR guidelines for channel restoration and fish passage and coordinate with Iowa
DNR staff during the criteria development (See Task ,8)
F Provide a summary of project specific fish passage design crlterla to be Included In alternatives
report (See Section 6_2,)
Assist in the development of dam modification alternatives involving fish passage considerations
(See task 6_2.1 and 6_ ,2)
Participate in the Evaluation and Screening of the dam modification alternatives.
6.3 Hydraulic Analysis
Cons ullant will evaluate hydraulic performance of proposed darn modifications using the hydraulic modal prepared
as part of Task 6,2 including;
• Incorporate two (2) dam modification concepts into existing condition model,
- Provide velocity and depth data to project team for each concept, as needed to evaluate the modification
concepts.
Coordinate with the project team to identify revisions to the darn modification alternatives to incorporate
feedback from the TAC_
Evaluate up tonne design alternativesfor each dam modification concept, fora total of#our (4) alternatives_
Deliverables for Task 6_0,
Feasibility review and development of alternatives and input for the Alternatives Analysis in Task 10.0
Documentation for discussion at the TAD Workshops in Task 2_0
TASK 7 — PERFORM ENVIRONMENTAL STUDIES 8& PLANNING _
7.1 A ency Coordination
Consultant will draft an early coordination (EC) package, including letter, project location figure, and brief
write up of the project. Iowa DOT will review the EC package and send out via email. Consultant will verify
email addresses on the Iowa DQT list and will add additional contacts if appropriate for the project_ Iowa DOT
Page 25 of 67
Attachment D to I_M. 0.310
May 26, 2017
will distribute the EC packages, compile responses, and malntain a database of mailed packages and
responses. Using Inforrnatlon from the early coordination packages and findings from cultural resources
surveys, Iowa DOT will consult with
tribal representatives for tribes associated with this area.
Deliverables for Task 7.1.,
Early Doordlnatlon Package
AssuMgtions for Task 7.1,,
Iowa DOT would provide Consullarrtwith agency responses to the E C package and tribal responses.
It is anticipated that a Section 404 NW would be required for construction of the project. If a Section
404 Individual Permit is determined to be required. scope and effort for supporting Iowa DDT's Section
404JNEPA Concurrence Point process would be developed for su p plerne nta I services_
7.2 Desktop GIS Database & Constraints IYlapping
Environmental constraints will be identified and considered in developing concepts for the Burlington Bridge
project_ The Consultant will identify and review databases for potential environmental constraints such as the
following:
• Wetlands and other waters of the U_ _ (Iowa River)_
• Floodplain and fIoodway associated with Iowa River,
• Low-income and minority populations,
• Trails and parks;
• Pro pertles or sites listed in the National Register of Hlstortc Places (NRHP);
• Airports and;
• Leaking underground storage tank sites and other contaminated sites,
Consultant will prepare an environmental constraints map based on aerial and desk -top data analysis (no
environmental field review is planned) for consideration of preliminary constraints during the initial
development of design concepts. The map will be subsequently updated based on the results of various field
studies,
Deliverables Apr Task 7,-
• Environmental Constraints Map
7.3 Field Resources Review
7.3.1 Cultural Review
The Consultant is retaining DBE Cultural Sub Consultant (Tallgrass Archaeology, LL ) to perform
Cultural Resource services_
Cultural Sub Consultant proposes to complete a Phase I Archaeological Survey within a 9_6-acre project
boundary_ The survey will include systematic subsurface testing to examine the archaeological potential in
the law ground surface visibility portions of project area and pedestrian survey of higher ground surface
visibility portions of the project area_ If archaeological sites are encountered, then subsurface testing will
be conducted per the guidelines for Phase I testing of sites as approved by the Association of Iowa
Archaeologists (AIA) in October 02 _ If possible, archaeological sites discovered will be evaluated for
potential eliglbllity under the integrity consideratlons and significance criteria of the National Register of
Historic Places. Results will be surnmarized In a Phase I Archaeological Survey report, to be delivered
digitally to the client as a PDF document.
Cultural Stab Consultant proposes an intensive survey and evaluatlon of historic architectural resources
In and adjacent to the proposed project area. This will require Intensive fleldwork and archivallhlstorical
research. Research will be conducted through local, state, and national repositories. A review of previous
survey work and reports will also be conducted. A stand-alone report will present findings of
contextual/historical research along with the findings and recommendations for each resource. Fieldwork,
research, and report compilation will be directed by one of Cuttural Sub- onsuftant's SOI-qualified
historiansfarchitectural historians and will adhere to both the standards of the United States Secretary of
Interior and the guidelines of the State Historic Preservation Office,
Defiverables for Task 7, 3_ 1 (Cultural Sub Consurfant to Consultan V
Page 26 of 67
Attachment D to I_M, 1310
May 26, 2017
t Phase I Archaeological Investigation Report (Draft and Final)
F Intensive Level Architectural Sorvey Report (Draft and Final)
Assurnot+ons for Task 7.3. l (Cultural Serb Consultant to Cons ultaritl:
• The cultural reports will be provided to Iowa DOT for review and approval, and their coordination
with and submittal to Iowa SHPO,
• if additional survey acreage or a different survey area is needed. the scope and cost estimate may
be adjusted.
- Additional services, such as archival, develop of a memorandum of agreement, or recordation,
would be addressed through supplemental scope and fee.
The Consultant will coordinate with the DBE to complete this task, including access for survey, discussion
of preliminary results, exchange of OI S files, and review of reports_
7.3.2 Stream and Wetland Delineation
Consultant will visit the Project site to delineate waters of the United States (US), including wetlands,
within the project boundary_ Consultantt will review existing databases prior to field delineation. The site
visit will be conducted by two qualified wetland scientists and during the recognized growing season
unless otherwise approved by an Iowa DOT water resources specialist_ Delineation methods shall be in
accordance with the 1987 U S Army Corps of Engineers (D ACE) Wetland Delineation Marl ual= and
DACE Midwest Regional Supplement_
Far purpose of scope and fee development, Consultant assumes review of the project area for
delineation, focusing along the Iowa River and its banks_ The delineation will be performed for anticipated
construction access, staging, stockpiling, or waste disposal areas.
Consultant will plat tha data on aerial photographs In G I S. Data plotted on aerial photographs will include
project environmental study area boundarlas and project daIIneatlon limits. Data wlII Include wetland
boundarles, watland types, ordinary high-water mark, and location of data collection points, photographs,
and wetland acres. The map will be drawn to a scale of 1-inch = 200-feet, The delineated data will be
brought into the project G IS. Documentation of wetlands and other waters of tha I.I.S. will be provided and
documented on Water of the I.I.S. Determination Data Forms. Photo documentation will be taken at
wetlands, sample locations, and identified waters of the U.S. Consultant will prepare a report including
the findings of the delineation and provide the report to the City of Iowa City and Iowa DOT for approval,
Deliverables for Task 7„3.:
• f)raft and Final Stream and Wetland Delineation Report
7..3 Threatened and Endangered Species Habitat Review
The Consultant is retaining DBE Threatened and Endangered Species Sub Consultan( (Bio urvey
taroup) to perform specific T&E services= Mussel Survey and Bat Survey
Threa toned and Endangered Species Sub Consuftant will develop a mussel survey plan and obtain
required permits and permissions_ A Phase I mussel survey will be conducted in accordance with the
current Iowa mussel survey protocol_ The survey will include a 50-meter upstream buffer, the area of
potential impact, and a 100-meter downstream buffer, accounting for safety requirements in proximity to
the dam_ The results of the survey will be incorporated in a detailed report of findings.
Threatened and Endangered Species Sub Consultant w il I conduct a bat habitat survey after coordinating
with Iowa D N R and U S FWS for site -specific survey approval. The field survey will investigate and document
bat habitat_ Flyway corridors, foraging paths, and potential water sources will also be documented. A
detailed report of the completed survey will include a description of the project, a map illustrating the project
location and survey area, detailed survey methodology, summary data tables, required data sheets, a
photo log, and a copy of the valid collection permit_
Defiverabfes for Task 7.3.3 (Threatened and Endangered Species Sub Consultant to Consultant)
• Draft and Final Mussel Survey Report
• Draft and Final Bat Survey Report
Assum fions for Task 7, 3.3(Threatened and Endan erect Species Sub Consultant):
Page 27 of 67
Attach rnent D to I_M. 3.810
May 26, 2017
If T&E mussels are detected, then a salvage effort may be recommended to relocate the mussels.
The salvage and relocatlon effort would be scoped and costed as supplemental services.
• If T&E bats are suspected or detected, then additional effort for survey and reporting would be
scoped and costed as supplemental services,
Tha Consultant will coordinate with the Threatened and Endangered Species Sub Consultant for this
task, including access for survey, discussion of preliminary results, exchange of G I S files, and review of
reports,
7..4 Regulated Materials Review
Consultant will conduct a regulated materials review for potential sources of contamination in the study
area and their likelihood to irnpact. and be impacted by, project construction. Consultantwlll review various
state and federal databases, historic aerial photographs, and other sources to identify potential
contamination sources through a desktop process and characterize there as recognized environmental
conditions (RECs).
The study area will be subsequently reviewed via a windshield survey to affirm findings of the desktop
review and identify additional RECs_ No sampling and analysis of soil, water, or other materials are
proposed. Photographs will be taken during the windshield survey to document I EC locations_ REC
locations will be incorporated into the project GI - RECr, will be assigned an Iowa DOT risk category of
High Risk, Moderate Risk, Low Risk, or Minimal Risk_ The review will be documented in a Regulated
Materials Review Report for approval by the City of Iowa City and Iowa DOT.
Defiverables far Task 7.3.4:
• Draft and Final Phase Regulated Materials Review Report
7.4 Alternatives Analysis Environmental Review
Consultant will review the alternatives developed against the environmental constraints, potential environmental
impacts, and permitting and approval considerations wlII be oonsidered in an environmental analysis for alternatives
evaluation. Analysis of environmental resource Issues will be documented In an alternatives review matrix, along
with engineering considerations,
7.5 Environmental Assessment Documentation
7.5A NEPA Documentation
Consultant will coordinate with Iowa DOT on the required classification of NEPA documentation. In the
process of developing the proposal, Consultant performed preliminary coordination with Iowa DOT on the
potential of a Categorical Exclusion as being the initial proposed NEPA classification. Consultant proposes
to develop a Countersigned Categorical Exclusion as the NEPA document for this project, with public
involvement to solicit input and determine if public controversy could elevate the classification of NEPA
documentation to an Environmental Assessment.
De iverables for Task 7, 5,1:
• Draft and Final Countersigned Categorical Exclusion
Assumptions for Task 7, 5.1:
• Consultant will use the current version of Iowa DOT's Countersigned Categorical Exclusion
template, addressing resources identified within the template, several of which would be investigated
under Task 7.3 and subsequent subtasks under Task 7_5_
• onsultant assumes that the project would not be a Type I project requiring a traffic noise analysis_
If a noise analysis is determined to be required, scope and fee would be developed for a supplemental
effort to perform noise monitoring and modeling and developing a noise report.
If public controversy to the extent requiring an Environmental Assessment is identified, or if
environmental issues identified potentially significant irnpacts that can't be sufficiently mitigated and
require further evaluation beyond the proposed scope, additional scope and fee will be developed to
supplement the contract.
Page 28 of 67
Attachment D to I_M, 1310
May 26, 2017
7.5.2 Iowa DOT Form Completion
Based on coordination with Iowa DOT, Corrsuftant assumes a Categorical Excluslon will be the appropriate
level of N EPA documentation for the project (see Task 7,5.1). Consuliang environmental staff will complete
blocks 9 and 10 of Iowa DOT Form 517001 (Concept Statement), with Consultant engineering staff
completing the remaining blocks. In order to complete the Farm 517001, Consultant will also complete
Form 760005 (Determination of Effect for Threatened and Endangered Species) and Form 760006 (Park,
Recreation Land, and Wildlife and Waterfowl Refuge Section 4(f) Determination Form),
DWivarables for Task 7.5.2.,
Draft and Final Iowa DOT Forms 517001, 760005, and 760006
7.5.3 Section 4(f) Resources
The Consultant will use Iowa DOT's 5-step Section 4(f) process to identify potential Section 4(f) resources
(including parks and recreation areas [such as trails]), determine potential Section 4(f) use and whether the
impacts can be avoided or minimized, indicate what type of Section 4(f) documentation is needed, and
document the results in a technical rnemorandurn, As noted in Task 7,5.2, Consultantwill complete Form
760006 to address potential impacts to Section 4(f) properties_
The Consultant will coordinate with the city on current and future planned park and recreational areas. The
Consultant will also coordinate with Iowa DNR and Iowa DOT to determine if park or recreation areas
impacted by the Project used federal Land & Water Conservation Funds (LAWC0N).
Defiverables for Tans 7.5.3,
• Draft and Final 5-step Section 4(f) rnemarandurn
Assumptions for Task 7, 5.3_
• Consultant will coordinate with City and other applicable officials with jurisdiction to identify and
evaluate potential impacts to Section 4(f) resources.
• If a bridge proposed for replacement is determined to be eligible for listing on the NRHP, and if
other potential resources protected under Section 4(f would incur a use. further effort for Section
4(f) documentation would be addressed under a contract supplement.
• If a Section 6(f) impact is identified and can't be avoided, the Consultant will coordinate with the
city on a supplement to address impacts.
7.5.4 Threatened and Endangered Species Habitat
In conjunctlon with the stream and wetland delineatlon and based on the federally Ilsted species identified
In the study area by the USFWS Information for Planning and Consultation (IPa ) tool, Consultant will
perform a T&E species habitat survey in support of preparing the T&E species effect determinatlon form
(780005). The results of the habitat survey will be documented in a memorandum. The findings of the
habitat survey, and SloSurvey Group surveys, will be documented in the effect determination form,
coordinated with Iowa DOT for approval, and incorporated in the proposed Categorical Excluslon,
Daffverabtes for Task 7.5.4.,
• Draft and Final T&E Species Habitat Memorandum
7.5.5 Environrnerita4 JusticelEqu4 Review
Consultant will perform US Census data review for environmental justice (low-income and minority)
populations and determine if Limited English Proficiency exists in the Project area. Justice40 Initiative
processes, including the Climate and Economic Justice Screening Tool will be used to assess potential
disadvantaged areas. Businesses and services within the study area that cater to use by environmental
justice populations will be identified_ Consultant will document results in a memorandum.
Defiverabfes for Task 7,5.5:
- Draft and Final Environmental Justice/Equity Memorandum
7.6 Environmental Permits and Approvals
Consultant will review and identify needed environmental permits and approvals for construction of the project_
Permits related to conduct of surreys, such as for conducting a mussel survey, will be acquired during this phase
of the project_
Page 29 of 67
Attachment D to I-M, 1310
May 26, 2017
Acquisition of most permits and approvals will be deferred to the next phase of design due to the level of detail
needed to acquire the permits. Speolfic effort for permit applications and processes to acquire needed permits will
be conducted under a future supplement once the specifics of the applications and processes are confirmed with
the preferred and detailed design.
AssyMfiarrs for Task 7.0:
• The current environmental review boundary was selected from exhibits shown in the request for
qualifications and is shown in Attachment I. If through the alternative development process. it is
determined that the preferred concept would expand beyond the current environmental limit, a contract
amendment will be created to add the additional environmental boundary.
TASK 8 - [UTILITY COORDINATION AND UTILITY CONFLICT MITIGATION
8.1 Data Collection & Preliminary Utility Impact Review
The Sub-Consut#anrt will develop utlIIty Impact plans using information obtained from the Utility Survey In Task
3. Conceptual roadway alignments, public utllltles, bridge layout, proposed right of way, and easements will
be shown on aerial photos along with the existing private utilities to identify impacts. Since this study phase
only includes conceptual design, impacts will be high level, and will be used as a tool to start conversations
with utility companies. There are several utilities present on the north and south bridges that will need to
relocate in addition to utilities located along Byington Road, Grand Avenue, and Melrose Avenue,
Sub -Consultant will coordinate with the City, U of I, ENCIE, Meridian, and utility companies to discuss location
of facilities and potential impacts because of the project, review utility relocation plans prepared by the utility
company; and help facilltate a schedule with the City and utility companies to perform relocations prior to the
project construction. Tasks associated with utillty coordination are listed below;
Create a summary and tracking log for potential utility conflicts-
6 Identify and coordinate utility conflicts that interfere with proposed construction-
6 Notify and keep utility companies updated with general project timelines and relocation dates.
Kickoff meeting with utility companies. Organize a kickoff meeting to introduce the project so utility
companies can begin planning and budgeting for relocation.
F Relocatlon plan meeting. Follow up meeting to discuss the project in more detail and discuss relocation
plans.
Coordination with Iowa DOT District Utility Coordinator to discuss relocations, permitting, and staging.
Coordination with Iowa DOT Office of Contracts on the mechanics of bid letting a Federal Aid project
with private utility relocations as part of the bid construction.
• Explore and encourage options to relocate utilities ahead of the bridge projects.
• Miscellaneous coordination- Miscellaneous coordination such as emails, phone calls, and individual
meetings with utility companies will be necessary -
Deliverables for Task 8-1 (Sub Consultant)_
• Documentation for discussion at the TAC Workshops in Task 2-0
• Feasibility review and constructabilitylstaging review for input during the Alternatives Analysis in Task
10,0
Tracking log.
F Meeting Minutes from meetings.
F Utility impact plans.
Utility staging impacts on bridge construction and schedule.
Assumptions for Task 8,1 (SufiConsultant):
Kickoff meeting and relocation plan meetings will be held in person at the City of Iowa City, City Hall,
Travel for two () staff is included.
TASK 9 - COST ESTIMATING, & SCHEDULE REVIEWS
9.1 Engineer's Opinion of Cost
Consultant will develop up to three (3) cost estimates for three project alternatives. The cost estimates will be
developed from the conceptual design information created by the design team. Contingencies will be added for
unknowns and potential project risks which may not be known at this early stage of design. It is assumed the
consultant will use Iowa DOT historical bid prices to build the estimates.
Page 30 of 67
Attachment D to I_M. 3.310
May 26, 2017
9.2 Hiah-Level Pre -Letting Construction Schedule Durations
Consultant will develop up to three (j pre -letting construction schedules for three project alternatives. The
schedules will be developed from the conceptual design information created by the design team. It is assumed the
schedules will be developed in P6 software and exported to PDF for ravlew and input by others.
TASK 10 —ALTERNATIVE EVALUATION & SELECTION
10.1 Initial Screening Matrix Development and Direction for Concept Alternatives
The Consultant will create an initial screening matrix as a basepoint for discussion with the TAC members. The
criteria within the matrix will be developed from input collected during Task 2.0 from the Public Engagement,
Stakeholder Working Groups and the Technical Advisory Committee. The criteria are intended to be a collective
summary of the desired project critical criteria, needs and wants. The design team will review the needs and wants
for feasibility through Tasks 3 — 9 and summarize the information received into a non -technical format. This will be
presented In a matrix format of "not feasible, good, better, best" and provide supporting documentatlon for
discussion with the TAC about how each project need and want affects the other in a "not feasible, good, better,
best" format. The matrix helps compare the give and take with each criterion and be used to bulld consensus among
competing Interests that can be advanced toward developing preliminary concepts.
Tha Cons ullant will document discussions and keep record of decisions, direction, and guidance provided by the
TAC in order to progress. The first TAC workshop will solicit stakeholders to rank criteria deemed a necessity or a
want and then order in importance as a collective group. This will be used to rank criteria in the matrix to help order
which wants are deemed more important to the committee. This can be used as an aid to help the TAC in the
Decision -making process a ranked criteria matrix where the criteria deemed critical will be scored higher than the
needs of the project which will be ranked higher than the wants of tha project to help the TAC in the decision -making
process.
The Consultant will review the guidance, direction, and discussion provided by the TAC for feasibility and update
the screening matrix for "not feasible, good. better, best". The alternatives will then be advanced toward concept
development.
Deliverables for Task 10.1:
• Screening Matrix for TAC Workshop #1 and supporting documentation for TAC discussion, input and
guidance_
• Ranked Matrix Criteria Table.
10.2 Selection of Preliminary Alternatives
The ConsWtant will develop Conoept Alternatives after input on direction and guidance from the TAC and after the
TAC workshop #1 which will allow the TAC to provide initial guidance and direction for which alternative options the
collective group wants to advance into Preliminary Altematives. The Screening Matrix will be updated and
supporting documentation will be updated to reflect the concept alternatives to present at the workshop_ The ranked
criteria and the supporting documentation for discussion during the TAC workshop will be updated,
Deliverables for Task 102
Screening Matrix for TAC Workshop #2 and supporting documentation for TAC discussion, input and
guidance.
F Ranked Matrix Criteria Table.
10.3 Selection of Preferred Alternatives
Tha Consuftantwill develop Preliminary Alternatives after input on direction and guidance from the TAC and after
the TAC workshop #2 which will allow the TAC to provide initial guidance and direction for which alternative options
the collective group wants to advance into a single Preferred option. The Screening Matrix will be updated and
supporting documentation will be updated to reflect the preliminary alternatives to present at the workshop. The
ranked criteria and the supporting documentation for discussion during the TAC workshop will be updated.
Deliverables for Task f 0.,3:
• Screening Matrix for TAC Workshop #3 and supporting documentation for TAC discussion, input and
guidance_
• Ranked Matrix Criteria Table.
Page 31 of 67
Attachment D to I_M, 0.310
May 26, 2017
10.4 Advancement of the Preferred Alternative
At the conclusion of TAC Workshop #3 the PMT will seek to advance a single preferred option forward to present
to the public, advance for further environmental permitting Identified In Task 7 and advance the preferred alternative
for Funding Pursuit identified in Task 11.
Assamotions for Task 10:
All Sub Consultants will provide Input In the development of the alternative evaluation and selection.
TASK 11 - FUNDING PURSUIT
11.1 Fundinra Agreement Modifications
The Consultantwill assist the City in up to two (2) grant agreement modifications, Modifications are anticipated as
the project matures and Gould include changes to scope, schedule, and period of performance for the existing grant
agreement. This Is anticipated to Include coordination calls with FHWA, review and modificatlon to the existing
agreement and response to two rounds federal agency comments.
11.2 Funding Strategy & Application Approach
Consultants will develop a strategy for funding pursult for the delivery of the Burlington Bridge project, Thls will
Include a screening and alignment of the project to USI]OT discretlonary grant programs. This will Include the
development of a project snapshot that summarizes the projects' purpose, need, and readiness. Project scope
elements will be screened agalrist scored merit criteria of appropriate grant programs to highlight project strengths
and themes. This Is anticipated to Include Bridge Investment Program (BIP) and Rebullding American Infrastructure
with Sustalnability and Equity (RAISE), and others. Project status wIII be projected, and a grant application and
approach cycle will be recommended to the city. This analysis will be Informed by data. It is assumed that this data
will be provided by the city if it is not a specific product of this Scope of Services. A partial list of data needs is
below. Additional data needs may be necessary to deliver elements 12.2 and 12.3. Should additional data be
needed, Consultant will work with the City to clarify the data needed and agree upon how to generate it.
Description of project purpose and need.
Design plans and anticipated detailed delivery schedule through construction,
Project Capital Expenditures by planning, designiengineering/CE1, and construction by year, including
previously incurred expenses and inflation/contingency assumptions applied to cost.
incremental O&M Costs Summary of environmental issues and NEPA clearances
Information on local environmental justice populations and community facilities
Photos that illustrate conditions the grant funds are seeking to correct.
Information for Innovation discussion
Informatlon for rlsk analysis and mitigation strategies for project risks
Informatlon on economics, quality of life, goods and services needs
Informatlon on tourism opportunitiesfimpacBts
F Traffic and safety data (traffic volumes for build and no build, traffic patterns, travel market served, 10
years of safety data, annual counts of cyclists, pedestrians, andlor transit rldershIp that use this route)
F Existing conditions (issues the project will address)
F Work zone staging and delay estimates.
■ Structure closure anticipation date and detours.
■ Informatlon on operatlons, maintenance, and asset management for the facility
■ Informatlon on funding and cast share requested and sourcefamount of additional funds_
F Partnerships with City, County, or MPO on the project.
Deliverables far Task 11, :
Project Funding Alignment and Application Approach Summary
11.3 Benefit Cost Analysis
Cons uNant will quantify public benefits expected to be derived from tha project that demonstrates adherence with
the merit criteria, The B A will be conducted to provide compelling evidence to USUOT of the merit of the project
and its quantitative benefits, Generally, Consultant uses the following process to conduct the BOA:
Step 1: Define Baseline and Alternative Scenarios — The NOFO usually requires that project benefits are
estimated relative to a no -build scenario that factors in less capital -intensive improvements than the
Page 32 of 67
Attachment D to I_M. 3.310
May 26, 2017
project being considered. Consultant will work with the City to clarlfy the baseline condition and the
possible altematives for consideration. For Burlington Bridge Consultant antld pates running 3 scenarios
— No Build (current bridge — freight restrictions for weight restrictions for vehicles), No Bridge (facility
closed to vehlcular traffic), and Build (project completed as described).
Step 2: Identify Public Benefits — Thls step formalizes the public benefits categories to be evaluated.
Consultant will hold a strategy sesslon with the city to discuss the varlous components of the project and
fully define which elements should be Included in the project deflnitlon to increase the probability of a
grant award. For each benefit category identified, logic rnodeIs will be developed that represent the
methodology used to monetize each project benefit for Burlington Bridge. Consultant anticipates
including safety, travel time, travel distance, enhancement to bike ped movements, and resiliency
(stormwater, sanitary sewer, floodwaters). Consultant will collect model inputs from a variety of sources,
such as the city, Iowa DOT, US DOT guidance, and other project documentation,
Step 3: Produce Benefit -Cost Results, Test Sensitivity of Results Against Key Variables — Key variables
will be flagged for testing and the model will be re -run and results generated based on key material
events. Additionally, a principal or senior economist familiar with USDOT BOA requirements. but who did
not develop the BA model, will conduct a quality review of the model and its results.
Step 4. Issue Results — Materials for inclusion in the grant application will be prepared. This includes a
one- to two -page summary of the BOA results, key data, and assumptions for the application narrative, as
well as a technical appendix that describes the evaluation approach, data and assumptions used, and the
results and the sensitivity analysis conducted.
Deliverables for Task 11,3:
BA Narrative
• BCA model (in an MS Excel file)
11,4 USDQT Discretionary Drant APig; llcatIon Support Elements
Consultant will work with the city to develop content for subsequent USDOT Discretionary Grant Capital
Application. Consultant will provide up to 200 hours of technical writing, review services, and graphics support for
the application elements described below. The city would lead application development, Consultant would be
available to create application content at the City's direction.
Required Package for Submittal is NOFO dependent but usually includes:
• SF-424 and SF-424C Application for Federal Assistance
• Project Information Form (in Excel)
Project Description (5-page limit)
Project Location Flle (KMZ)
Project Budget, Sources, and Uses of all Funding (5-page limit)
Funding Dornmltments Documentatlon
Outcome Criteria Narrative (16-page IImit)
Project Readiness (6-page limit)
Letters of Support
Page 33 of 67
Attachment D to I_M, 1310
May 26, 2017
SCHEDULE
The Scope of Services shall be completed in accordance with the following schedule unless modified by mutual agreement or
by factors beyond the control of the Consuffant.
Contract Approval/NTP*
Kickoff Meeting
MobiIixefor Environmental Field Reviews*
Create Community and TAC Communication Plan
TAC Identification and Virtual TAC Kickoff Meeting (Prior to SWG#J1)
Data Collection, Survey, Initial Utility Investigation
TAC + 5takehoIder Working Group Planning Meeting (Prior to 5WG#1 + PM#1)
Stakeholder Working Group. #1 Vision Planning and Issues Identification
1uJoint Utility Coordination Meeting
Electronic Survey #1
Public Meeting 4 1 - Public Visioning Meeting wlth Parameters and Guided Feedback
Community Engagement M etrlc Tra cking and Reporting; Report #1
Develop Initial Screening Matrix from SWG #1 + Public Meeting #1
Technical Advisory Committee (TAC) Workshop #1
2" Joint Utility Coordination Meeting
Feasibility Reviews and Input for Alternatives Analysis - Each Task
TAC Virtual Planning Meeting (For SWG#2 and PM#2)
Stakeholder Working Croup: #2 Concept Alternatives Identification
Public Meeting 92- Public Alternatives Meeting
Update Screening Matrix
Techni€ai Advisory Committee (TAC) Workshop 92
Update Srreening Matrix
Start USDOT Discretionary Grant Support
Feasibility Reviews and Input for Alternatives Analysis - Each Task
TAC Virtual Meeting (Prior to SWG#3)
Stakeholder Working Group; #3 Preferred Alternatives & Next Steps
Page 34 of 67
September 17, 2024
September 27, 2024
October3, 2024
October 7, 2024
October 17, 2024
Ortaber 31r 2024
October 29, 2024
November 14, 2024
- November 15, 2024
Nov 18 - Nov 26, 2024
November 21, 2024
December 10, 2024
Nov 15 - Dec 13, 2024
December 17, 2024
December 15, 2024
Mar 12, 2024 - Mar 26, 2025
March 27, 2025
April 3, 2025
April 17, 2025
April 3 - April 24, 2025
April 29, 2025
April 29, 2025
- May 1, 2025
July 8 -July 22, 2025
July 24, 2025
July 31, 2025
Technical Advisory Committee (TAC) Workshop #3
Stakeholder Concurrence
Attachment D to I_M. 3.310
May 26, 2017
August 12, 2025
August 19, 2025
Advance Preferred Alternative for Rendering, Permitting/Authorizations, and Funding BCA _ August 19, 2025
Advance NEPA CE Documentation*
NEPA Submittal
Finalize Funding Approach Strategy and Start BSA
Complete RCA Narrative and BCA t++lodel
August 19, 2025 —January 2026*
October 1, 2025
September 30, 2025
November 2025
*Starred dates are anticipated. Schedule will he updated if the anticipated date is not met. Environmental mobilizations
Cannot occur during the lake fall and winter months.
Dates are approximate and will be adjusted acrordingly to accommodate schedules, venue ava i I a In i I ity, LAC -
Page 35 of 67
Attachment D to I_M, 3.310
May 26, 2017
ATTACHMENT B
Specifications
For the purposes of developing alternative development criterla, the Consuttarrt shall prepare design criteria in
coordination with the Sub Consultant that will inform for development of concepts. In order to meet the Iowa DOT
design criteria for a Federal -aid projects the following criteria that wlII be used is listed below:
F Iowa DOT Design Manual
For Bicycle and Pedestrian Facilities; Iowa DOT Design Manual Chapter 12A and 126 minimum values
• Manual on Uniform Traffic Control Devices (MUTDD), Federal Highway Administration (FHWA)
• ADA requirements: Iowa DOT Design Manual and Public Fight -of -Way Accessibility Guidelines
(PROWAG), United States Access Board
• Urban Street Design Guide, Urban Bikeway Design Guide, Transit Street Design Guide, and Don't Give
up at the Intersection, National Association of City Transportation Officials (NAOTO)
Guide for the Development of Bicycle Facilities, American Association of State Highway Transportation
Officials (AASHTO)
• Dity of Iowa City Codes and Policies
The City has requested that deliverables also include digital files with the design to be utilized using the design
software AutoCAD Civil 3D_
Page 36 of 67
ATTACHMENT C (referenced from 3.1)
Cost Plus Fixed Fee
3.1.1 FEES AND PAYMENTS
Attachment D to I-M. 3.810
May 26, 2017
3.1.1.1 Fees. For full and complete compensation of all work, materlals, and services furnished under the terms
of this Agreement. the Consultant shall be paid fees in tha amount of the Consuftant's actual cost plus
applicable fixed fee amount. The Consultant's actual costs shall include payments to any
subconsultants. The estimated actual costs and fixed fee are shown below and are itemized in
Attachment C-1. Su boon sultant costs are not available for use by the prima Consultant or other
subconsultants. A contingency amount has has not been established to provide for actual costs that
exceed those estimated.
Estimated Actual Costs (Prime only)
Fixed Fee (Prime only)
Contingency (Prime only)
Total Prime Consultant Costs
Anderson Bogert, Engineers & Surveyors
McLaughlin Whiteater
BioSurvey Group '(DBE)
Ta I I g rass Archaeo logy, LLC'(DBE)
Total Subconsultant Costs
Maximum Amount Payable
708.427.49
$ 82,226,34
$0
$ 790.653.83
$ 229.036,10
$ 65,639-00
$ 55,434-64
$ 33,968-51
$ $384,078,25
1,174,73 -08
*DBE Total ; (7-4%)
The nature of engineering services is such that actual costs are not completely determinate. Therefore,
the Consultant shall establish a procedure for comparing the actual costs incurred during the
performance of the work to the estimated actual costs listed above- The procedure will itemize prime
consultant and subconsultant costs in association with each scoped task. The purpose is to monitor
these two elements and thus provide for early identification of any potential for the actual costs exceeding
the estimated actual costs. The procedure shall be used in a war that will allow enough lead time to
execute the paragraphs below without interrupting the work schedule- Therefore once the accrued labor
costs for a scoped task reach 85% of the estimated value for the prime or subconsultant, then the
Consultant shall notify the Owner in writing.
It is possible that the Consultant's costs for the scoped tasks may need to exceed those shown In
Attachment C-1. The Consultant's and subconsultants' costs for scoped tasks shall not be exceeded
without prior written authorization from the Contract Administrator and concurrence from the Iowa DOT -
Costs for scoped tasks that exceed estimated costs, if approved by the Contract Administrator. may be
compensated via Supplemental Agreement, Work Order, Amendment. or Contingency as detailed in the
paragraphs below. If the Consultant exceeds the estimated costs for scoped tasks for any reason (other
than that covered in Section 3.1.1.2) before the Contract Administrator is notified in writing, the Owner
will have the right, at its discretion. to deny+ compensation for that amount.
The fixed fee amount will not be changed unless there is a substantial reduction or increase in scope,
character, or corn plexity of the services covered by this Agreement or the time schedule is changed by
the Owner. The adjustment to fixed fee will consider both cu. rnulative and aggregate changes in scope,
character, or corn plexity of the services. Any change in the fixed fee amount will be made by a
Supplemental Agreement, Work Order, or Amendment.
If a contingency amount has been established and at any time during the work the Consultant
determines that its actual costs will exceed the estimated actual costs, thus necessitating the use of a
contingency amount, it will promptly so notify the Contract Administrator in writing and describe what
costs are causing the overrun and the reason. The Consult nt shall not exceed the estimated actual
costs without the prior written approval of the Contract Administrator and concurrence of the Iowa DOT.
The Owner or Iowa DOT may audit the Consultant's cost records prior to authorizing the use of a
contingency amount -
Page 37 of 67
Attachment D to I_M. 3.310
May 26, 2017
The maximum amount payable will not be changed except for a change in the scope. Chariges due to an
overhead adjustment are identified In Section 3.1 A .2, If at any time it Is determined that a maxlmum
amount payable will be or has been exceeded, the Consultant shall immediately so notify the Contract
Aar inistrator In writing. The maximum amount payable shall be changed by a Supplemental
Agreement, Work Order, or Amendment or this Agreement will be terminated as Identlflad in Article
4.12.3, The Owner may audit the Consultant's cost records prior to making a declsIon whether or not to
increase the maximum amount payable.
3.1.1. Reimbursable Costs. Reimbursable oasts are the actual costs incurred by the Consuftantwhich are
attributable to the specific work covered by this Agreement and allowable under the provisions of the
Code of Federal Regulations (OFR), Title 48, Federal Acquisition Regulations Systems, Subchapter E„
Part 30 (when applicable), and Part 31, Section 31.105 and Subpart 31.2. In addition to Title 48
requirements, for meals to be eligible for reimbursement, an overnight stay will be required. The Title 46
requirements include the following;
1. Salaries of the employees for time directly chargeable to work covered by the Agreement, and
salaries of principals for time they are productively engaged in work necessary to fulfill the terms
of the Agreement,
2, Direct non -salary costs incurred in fulfilling the terms of this Agreement, The Consultant will be
required to submit a detailed listing of direct non -salary costs incurred and certify that such costs
are not included in overhead expense pool. These costs may include travel and subsistence,
reproductions. computer charges and materials and supplies_
3. The indirect costs (salary related expenses and general overhead casts) to the extent that they
are properly allowable to the work cave red by this Agreement. The Consultant has submitted to
the Owner the following indirect costs as percentages of direct salary casts to be used
provisionally for progress payments for work accomplished during the Consultant's current fiscal
year: Salary related expenses are 0.504% of direct salary costs and general overhead oasts are
1.0754% of direct salary costs_
Use of updated overhead percentage rates shall be requested by the Consultant after the close
of each fiscal year and the updated overhead rate shall be used to update previous year invoices
and subsequent years as a provisional rate for invoicing in order to more accurately reflect the
cost of work during the previous and subsequent years.
Any actual fiscal year or fiscal year's audited or unaudited Indirect casts rates known by the
Cons ullant shall be used In computing the final Invoice statement. All unverlfied overhead rates
shall have a schedule of computatlon supporting the proposed rate attached to the final bill. Prior
to final payment for work completed under this Agreement all indirect cost rates shall be audited
and adjusted to actual rates through the most recently completed fiscal year during which the
work was actually accomplished. In the event that the work is completed in the current fiscal
year, audited indirect cost rates for the most recently completed fiscal year may be applied also to
work accomplished in tha current fiscal year. If these new rates cause the actual costs to be
exceeded, the contingency amount will be used,
3.1.1. Premium Overtime Pay. Prerniurn overtime pay (pay over normal hourly pay) will not be allowed without
written authorization from the Contract A dmints trator. If allowed, premium overtime pay shall not sha11
not exceed 2 percent of the total direct salary cost without written authorization from the Contract
Administrator.
3.1.1.4 Payments. Monthly payments shall be made based on the work completed and substantiated by
monthly progress reports. The report shall indicate the direct and indirect costs associated with the work
completed during the month_ The Contract Administrator will check such progress reports and payment
will be made for the direct non -salary costs and salary and indirect costs during said month, plus a portion
of the fixed fee_ The Owner shall retain from each monthly payment for construction inspeclon or
construction administration services 0% of the arnount due. Fixed fee will be calculated and
progressively invoiced based on actual costs incurred for the current billing cycle. Each invoice shall be
accompanied with a monthly progress report which details the tasks invoiced, estimated tasks to be billed
on the next invoice, and any other contract tracking information.
Page 38 of 67
Attachment D to I_M, 0.310
May 26, 2017
Involces shall clearly identify the beginning and ending dates of the prime's and suboonsultant's billing
cycles. All direct and indlrect costs incurred during the billing cycle shall be invoiced. Casts incurred from
prior billing cycles and previously not billed, will not be allowed for relmbursement unless approved by the
Contract Administrator„
Upon delivery and acceptance of all work contemplated under this Agreement, the Consultant shall
submit one complete invoice statement of costs incurred and amounts earned. Payment of 100% of the
total cost claimed, inclusive of retain age, if applicable, will be made upon receipt and review of such
claim. Final audit will determine correctness of all invoiced costs and final payment will be based upon
this audit. The Consuffant agrees to reimburse the Owner for possible overpayment determined by final
audit.
Page 39 of 67
Attachment D to I_M. 3.310
May 26, 2017
ATTACHMENT C-1
Cost Analysis Worksheet
City Project Number, S8963, Base Agreement
Project Number: HDP-3715(671)--71-52
I. Direct Labor Cost (Prime Only+)
Catemory
Hours
RatefHour
Amount
Project Manager II
579
$71.52
$41,410.08
Project Controller V
20
$54.95
$1,099.00
Project Principal II
27
$92.84
$2,506,68
Public Involvement Specialist V
179
$67.34
$1 .053.86
Public Involvement Specialist IV
30
$56.82
$17.386,92
Public Involvement Specialist 1
124
$27.06
$3,355.44
Graphic Designer II
175
$40.87
$7,152. 5
SoclaI Metlla Specialist II
53
$29.28
$1.550.78
Traffic Engineer IX
88
$68.25
$6,006.00
Visualization Specialist X
75
$100.54
$7,540,50
Visualization Specialist II
225
$34.96
$7,866.00
Transportation Planner III
68
$43.41
$2,951.88
Visualization Specialist VII
64
$67. 4
$4,303.36
Drone PI lot II
15
$41.99
$629,85
Traffic Engineer VI
54
$59.70
$3,223.80
Traffic Engineer V111
12
$62.32
$747,84
Transportation Planner 111
64
$43.41
$2,778,24
Traffic Engineer 1
40
$33.69
$1,347.60
Program Manager
6
$68. 5
$409.50
Transportation Planner IX
129
$71.17
$9,180.93
Traffic Engineer VI
63
$59.70
$3,761,10
Transportation Planner 1
79
$30. 9
$2,392,91
Transportation Planner X
8
$86.02
$688,16
Structural Engineer IX
97
$90.40
$8,768_80
Structural Engineer V
45
$55.85
$2,513. 5
Structural Engineer VI
4
$76.33
$305,32
Hydraulic Engineer loll
114
$83.30
$9,496,20
Hydraulic Engineer V
126
$70. 4
$8,850, 4
Structural Engineer VI11
20
$80.19
$1,603,80
Hydraulic Engineer VI
so
$7.86
$5,88.80
Hydraulic Engineer II
206
$45.14
$9, 98.84
Hydraulic Engineer VII
31
$83.81
$2,598.11
Environmental Scientist VI
201
$72.58
$14.588.58
Environmental Scientist 11
135
$47.37
$6,394,95
Environmental Scientist 111
15
49.14
$7,469_8
Environmental Scientist IX
46
$83.46
$3,839.16
GIS Specialist III
78
$48.36
$3,772.08
Construction Engineer IV
68
$56.78
$3,861.04
Cost Estimator lid
48
$58.80
$2,822.40
Page 40 of 67
Attachrnent D to I_M. 3.810
May 26, 2017
Transportation Engineer IX
4
$71.52
$3,003.84
Transportation Engineer IX
173
$63.02
$9.172.46
Graphic Designer II
26
$40.87
$1,062.62
Funding Speolalist VI
106
$87.21
$7.124.26
Economist IV
78
$54.37
$4,240,86
Transportation Planner 11111
133
$43.41
$5,773,53
Economist I
131
$36.05
$4,722.55
Economist VII1
26
$82.24
$2,138.24
Payroll total 269,591,89
II. Combined Overhead (D0H) & Facilities Capital Cost of Monsy (FCCM) Costs (Prime 0n1y)
IIA. Indirect Cost Factor; (157,94% X 1) $ 425.793.43
118. FCCIVII Factor, (0.45 5% X 1) $ 1,219,90 '
Combined Overhead and FCCM total, S 427,013,33
IV.
V.
VI.
Direct Project Expenses (Prime Only)
Prints - 8 1/2 x 11 B&W
160
$0.08
Sheets
12.80
Prints - 8 1/2 x 11 Color
200
$0.20
Sheets
40A0
B&W Plots - 11x17
170
$0A2
Sheets
$ 20A0
Color - 11x17
760
$0.54
sheets
$ 410A0
Display boards -30x40
29
$65.00
boards
$ 1,885.00
Stroll Plats-36x120
10
$65.00
Scroll Plots
650.00
General Photocopies
60
$0A2
Sheets
$7,20
Letters with Postage
200
$L69
Each
33&00
Postcard with Postage
400
$1.03
Each
412.00
Flyers
0
$0.91
Each
-
Site Signage
0
$250.00
Each
$ -
Mileage
1895
M67
Miles
$ 1,269,65
Rental Car/Fuel
26
$90.97
Days
$ 2,365,22
GPS Usage
3
$120.00
Days
$ 360.00
Meals
36
$51.00
Days
$ 1,836,00
Hotel Stay
18
$123.20
Overnights
$ 2,217,60
Total Direct Project Expenses
Estimated Actual Costs (EAC) (Prime Only) (I + 11 + 111)
Fixed Fee (Prime Only)
Less FM
Contingency (Prime Only)
(12% X (I + IIA)) $83,446.24
(IIB)-$1.219.90
Fix Fee total:
0%X(I+II+III)
$ 11,8,27
708,427.49
(Rounded)
$ 82,226.34
(Rounded)
$0
(Rounded)
Page 41 of 67
VII.
Subconsultant Expenses
Anderson Bogert, Engineers & Surveyors
McLaughlin Whitewater
BioSurvey Group (*DBE)
TaIIgrass Archaeology, LL (*DBE)
Total Subcontractor Costs
Attachment D to I_M. 0.310
May 26, 2017
DP FF $229,038.10
TM NTE $65,639.00
LS $55,434,64
LS $33,968,51
$384,078.25
(Rounded)
loll. Cast Plus Fixed Fee Agreement Total (I + V + VI + V11I) $1,174,732,08
(Maximum Amount Payable) (Rounded)
Page 42 of 67
Attachment D to I_M. 3.310
May 26, 2017
ATTACHMENT D
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS -- PRIMARY COVERED TRANSACTIONS
Instructions for Certification
1, By signing and submitting this proposal, the prospective primary participant is providing the certification set
out below.
2. The inability of a person to provide the certification required below will not necessarily result in denial of
participation in this covered transaction_ The prospective participant shall submit an explanation of why it
cannot provide the certification set out below_ The certification or explanation will be considered in connection
with the department or agency's determinatlon whether to enter into this transaction. However, failure of the
prospective prlrnary particlpant to furnish a certificatlon or an explanation shall disqualify such person from
participation in this transaction,
3. The certification in this clause is a material representation of fact upon which reliance was placed when the
department or agency determined to enter into this transaction_ If it is later determined that the prospective
primary participant knowingly rendered an erroneous certification, in addition to other remedies available to
the Federal government, the department or agency may terminate this transaction for cause or default_
4. The prospective primary participant shall provide immediate written notice to the department or agency do
whom this proposal is submitted if at any time the prospective primary participant learns that its certification
was erroneous when submitted or has become erroneous by reason of changed circumstances_
5, The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction"
"participant," "person, "primary covered transaction,, "principal," "proposal," and "voluntarily excluded," as
used in this clause, have the meanings set out in the definitions and coverage sections of the rules
implementing Executive Order 12549. You may contact the department or agency to which this proposal is
being submitted for assistance in obtaining a copy of those regulations,
6. The prospective prlmary particlpant agrees by submitting this proposal that should the proposed covered
transaction be entered Into, it shall not knowingly enter Into any lower tier covered transaction with a person
who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency entering into this transaction.
7. The prospective primary participant further agrees by submitting this proposal that it will include the clause
titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier
Covered Transaction_" provided by the department or agency entering into this covered transaction, without
modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions_
8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier
covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered
transaction_ unless it knows that the certification is erroneous_ A participant may decide the method and
frequency by which it determines the eligibility of its principals_ Each participant m.ay, but is not required to,
check the Nonprocurement List_
9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order
to render in good faith the certification required by this clause_ The knowledge and information of a
participant is not required to exceed that which is normally possessed by a prudent person in the ordinary
course of business dealings.
10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred,
ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available
to the Federal Government, the department or agency may terminate this transaction for cause or default.
Page 43 of 67
Attachment D to I_M, 3.310
May 26, 2017
Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered
Transactions
(1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals;
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal. State or local) trarisaction or contract under a
public transaction; violation of Federal or State Antitrust statutes or commission of embezzlement,
theft, forgery, bribery. falsification or destruction of records, making false statements, or receiving
stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal. State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of
this certification; and
(d) Have not within a three-year period preceding this application 1pooposal had one or more public
transactions (Federal, State or local) terminated for cause or default.
() Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
State of Nebraska
Douglas County
Matthew B_ Tondl, Senior Vice President of the
H D R Engineering, Inc_ Company, being duly swam (or under penalty of perjury under the laws of the United
States and the State of Iowa) do hereby certify that the above Statements are true and correct,
(signature)
Subscribed and sworn to this day of
(month) (year)
Page 44 of 67
Attachment D to I_M, 0.310
May 26, 2017
ATTACHMENT E
CERTIFICATION OF CONSULTANT
hereby certIfy that I, Matthew B. Tondl, am the Senior VIce President and duly authorized representative of the
firm of HDR Englneering, Inc., whose address is 1917 S 67th Street, Omaha, Nebraska, and that nelther the
above firm nor I has;
(a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration,
any firm or person (other than a bona fide employee working solely for me or the above Consuftant) to
solicit or secure this contract,
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
any firm or person in connection with carrying out the contract. or
(c) Raid. or agreed to pay. to any firm. organization or person (other than a bona fide employee working
solely for me or the above Consultant) any fee, contribution, donation or consideration of any kind for, or
in connection with, procuring or carrying out the contract, except as here expressly stated (if any).,
acknowledge that this certificate is to be furnished to the Iowa Department of Transportation and the Federal
Highway Administration, U.S. Department of Transportation, in connection with this contract involving padcipaticn
of Federal -aid highway funds, and is subject to applicable, State and Federal laws, both criminal and civil_
Signature
Date
Page 45 of 67
Attachment D to I.M. 3.310
May 26, 2017
ATTACHMENT F
CERTIFICATION OF OWNER
I hereby certify that I, Bruce Teague, am the Mayor and the duly authorized representative of the Owner. and that
the above consulting firm or his representative has not been required. directly or indirectly as an express or
implied condition in connection with obtaining or carrying out this contract to:
(a) Employ or retain. or agree to employ or retain, any firm or person. or
(b) Pay, or agree to pay. to any firm, person, or organization, any fee, contribution, donation, or consideration
of any kind. except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the to the Iowa Department of Transportation and the
Federal Highway Administration. U.S. Department of Transportation. in connection with this contract involving
participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and
civil.
LIJ Signature Date
Page 46 of 67
Attachment D to I_M. 0.310
May 26, 2017
Consultant Name
Consultant Address
Consultant Address
ATTACHMENT G
Page 1
Cost Plus Fixed Fee Progressive Invoice
Date
Invoice No. Client Project No.
Invoice Period Covered County
Consultant Job No, Client Project Description
Client Contract No,
Contract Cumulative Current
Estimate To Date Period
Labor Dollars
Overhead
Overhead Adjustments
Direct Expenses
Mileage
Per Diem
CADD
Estimated Actual Costs
[Prime Only) (See Note 1)
ubconsultants (including authorized
contingency)
Name
Name
Name
Estimated Actual Costs
[Total Subconsultant Costs]
Total Estimated Actual Cosh
[Prime + Total Bubconsultant
Coats]
Fixed Fee (Bee Note )
Authorized Contingency
Total Authorized Amount
Total Billed To Date
Remaining Authorized Balance
Unauthorized Contingency
Prime
ubconsultant Name
ubconsultant Name
Labor Hours
Note 1: Do not include Subconsultant. Expenses. Include Olrect Labor, Overhead, and Direct Expenses for Prlme
Consultant only.
Note 2: Fixed fee shall be proportionate to the amount of actual costs invoiced compared to the actual costs
estimated.
Page 47 of 67
Attachment D to I_M. 0.310
May 26, 2017
ATTACHMENT G
Page Z
Consultant Name
Consultant Address
Consultant Address
Cost Plus Fixed Fee Final Invoice
Invoice No.
Invoice Period Covered
Consultant Job No,
Labor Dollars (20 01 )
Labor Dollars (2000)
Labor Dollars (1999)
Overhead (2001)
Overhead (2000)
Overhead (1999)
Direct Expenses
Mileage
Per Diem
CADD
Estimated Actual Costs
[Prime Only]
ubccnsultants (including authorized
contingency)
Name
Name
Name
Estimated Actual Costs
[Total Bubconsultant Costs]
Total Estimated Actual Costs
[Prime + Total Bubconsultant
Costs]
Fixed Fee
Authorized Contingency
Total Authorized Amount
Total Billed To Date
Remaining Authorized Balance
Unauthorized Contingency
Prime
ubconsultant Name
ubconsultant Name
Labor Hours (2001)
Labor Hours (2000)
Labor Hours (1999)
Date
Client Project No.
County
Client Project Description
Client Contract No,
Contract Cumulative Current
Estimate To Date Period
Page 48 of 67
Attachment D to I_M. 0.310
May 26, 2017
ATTACHMENT G
Page 3
Cost Plus Fixed Fee Final Invoice Instructions
F Employee Labor Hours and Dollars: A final cumulative job cost report that shows a breakdown of labor by
fiscal year. employee name, employee labor hours and employee labor rake is required, In lieu of a final job
cost report, a summary of the aforementioned information is needed. The summary should be supported by
monthly job cost detail.
Overhead Rates: Overhead rakes and labor dollars to which the overhead rates are applied should match the
fiscal year in which the costs are incurred. Overhead rates applied to labor should be audit verified when
available, When not available, proposed FAR adjusted rates for the fiscal year in which the labor is incurred
should be used.
Direct Expenses: A final cumulative job cost report that shows a breakdown of direct expenses by specific
item (mileage, DADD, per diem. etc.,..) by fiscal year is required, Direct expense items charged should
identify the number of units (miles. hours, prints, copies, feet. etc,...) and the rate applied by fiscal year. In
lieu of a final job cost report, a summary of the aforementioned information is needed. The summary should
be supported by monthly job cost detail.
• ubconsultant: Final invoice requirements for subconsultants with cost plus fixed fee contracts are the same
as the requirements for the prime consultant. It is the prime consultant's responsibility to assure such an
invoice is acquired and attached to the prime's final invoice_
Page 49 of 67
Attachment D to I_M. 3.310
May 26, 2017
ATTACHMENT H
Consultant Fee Proposal
HDR Engineering's Cost Plus Fixed Fee Proposal far the services outtrned in Attachment A is $1,174, 732,08
The datailed hourly breakdown by task for the Prime Consultant's scope of servloes outlined in Attachment A is
included on the next page.
Page 50 of 67
Attachment D to I -M. 3.310
May 26, 2017
HIM
Tara �, Pla6crwlLk®Ir
,1 Pw,1 s'.,3WrvT.a��ao�a�Let 111 6 11f
,3 Lla��yA�;�as sy.3► n E
,A Mmf#Pra1'w' Koft )i 2D 96
15 Rr R.Xft n L 19
1A Qmbf 0"MnM 20 m
17 Tira.{� W"t , 22 ?.
411 20 12 0 I: J 0 t 0 8 0 I o 0 d t 0 d 1 0 I o 0 d t 0 0 0 3 t U 0 d 0 1 8 1 o 0 0 0 t C 3 0 0 0 N1
AlR2 CSMLII/!Vwp,QxILC1L WMI- Ton "gffo w "
2., {i.ao 0u.n.rtm T. Gatririg5PM16 + 10 11 9
221 FYLkSaMgY:e1� V 21 A 21 22 9 iL1
223 PLkAmm hm Less, 10 21 tl 1 37 B 1.
as ku w"ai..a ,t 1t tl m
2t S:L MEADYS Taoha/Taolat
" Ykr113r.>i9wts} t 2 1 97
d42 Rptl"* 3 10 V m 42
2A3 WNPO 2 11 20 as 5G
2.w Es.ds9...p t ,e 30 t m
Zap
pftAL* Fa 0~ a 1 m 41U
2M RAKOV%Sm LEbM plrak as 2 2 10 d`
2b 81/a1dlr lLrW Sisa�+NliY1ar14teF*
21i, Bmdu 4Rtchey kkm"6). N 51 78 11 Y2 12 11 12 w
Ma s1mL3rTd wrp 3e a L 4 a m
27 TMh! tagt.r Sbtria rrKJ
27., IMiYFiVInYaEiY1L01LIM 5 5
2T.3 OHO LW b" Le L iM 0 M+ 1: 13 a 4 a R :p
2T.7 ItIAQ0MWO Game 1TAG}Ga1 25 + 1 12 4 Sr
1a .4.rr{tws.ro. e a i L 8 39
1rs 3 tl +a ret 12a 1T5 y} k �! 2t! S4 Ot 1! 1a F 4 9 0 J! 9 DOI F 9 12 1 E 12 9 Old
p 0 4 V p 0 0 47 1 4 9 4 9 0
RF
!!11,6QYE.LdP9111
iAG1WHI"11KEL 6®F91ptlTEMA&AD81.LBCiHH11
3.,
Cwln Lhd—. 6..L C-+iti.a`.
h
i a 6
a
2t
72
PgeWP*QA W
8.P1
Cobs€% BriNL Ei4►7 Pr431k {
{
31
bpdr .rrnhl" 032A11
ja,1
Ca "9. w
1
I
TilVNyy .,.e
p
=3
L""
o
2b
Trdit4ws1w CL5t COKI.
M,
PAO%d lakElk L B.Igtom
it 2 11 4 1
95
xe
ks o4-s -AmDOA1 Mowery
o
!b
FGKwftJW10cwr"*p
#i,
'..m).-, L Fc
a ,1 1
21
J52
4A'+{rwr 15U6-"HUMUNIV33 l
p
!b
TralW buL UwftooL
#A,
1t 1 M ,i 2
62
M
51.r+n MMW JA - *VF4 p1 K*ERn
p
387
5>•Yy!a3tya
9 1 T2 91 2
�
i a o 0 t 0 0
t 0 0 0 0 0 0 io 17 ae it i
i 0 0 0 a t 0 0 L 0 t 0 0 0
0 0 0 0 0 0 a o t o 0 0 0 0
1N
lYL e,
iI
mvLwts PtltrruLra nan+lwAa x�
&{i fh+i alai li.rJ{.f ia+.NiJi'iiF�
411
dFq WFdb
1 3
i
L1.2
5,},kar pbmr4r Dim
iP 12 {
JS
4,1.1
Bgw"Prw.0 Cwt"
111 1 2F
IQ
41A
0�
12 12 1¢
�
CIA
Co WAWFdhi
29 26 26 6
�
41
a21
"L"WTrHkwti IIL,6i
F 1
15
u2
PNtlsvi FDIWl bi IFLE&
7 it 2
21
4S
FIB.}After Ln�A1AB. md)EA90x 60s7FA11
d
TFBL L-p!dprMIGBEL-
p O p 0 1 0 0
A����
1 0 a p a p a a F 0 a 0
02 51 76 h a F 0 a p 0 1 a 0 a
p 0 a E p a a p F p E p 0 a
i —
im
:I
L1Y [3rrn
:
}
12
&ti RAK+ri1.{i ++91rd
b +4 i
124
SS
Cl,,D*,—< 6Lo* v&Ov.B4lt FmWWANPsk
4 9 80 1 12 11
ML
S ] E. 0 1 a 0
1 0 4 p E p 4 a F 4 0 0
p O p 4 b a a g W 0 1 W jig
p E 4 E p 4 0 p F p E 1 E 4
7R
L6R t-8uh.1110Tds16MEl1 NiYdplFltA718Y116tllhtlN
—
tl
GF4 G
19 1 71
IN
12
&Amra>YW d.,trldb. mp."ArdN
U4
p
B?3
Pwkw a4pwLWmU4Ym NominAM&
11 20 2D 12 11 i
1.
6 3
PwP..P�
30 i 3x +
m
12
H}Mt+*rA
20 L2 1 21 h
72
p E p 0 F a 0
F 0 a p 1 p 0 a 1 0 a 1
p 1 p 0 a 1 0 M% 2D 90 IN 11 a
p E a E p a a 0 F p E p E a
ill
Page 51 of 67
Attachment D to I-M. 5.310
May 26, 2017
r}1L
4q�
T+ax2,�xl�rr,.nuoo
71 aye.}-ua�i.raa iF 11 2 2 25
' d FWRcl m Rnti
1AI t i d Rr.� IA$ . TAitk- 7 FAG1l.Eoum. 110 14 6 2 22
T;,2 Birr.abkl#a DW. W 12 M V + + �
TE] TIE Bp1e11 Hri1Rreu{8A-B flSLF YGWW.UX4 a i 2 1a
Vi�r.Ix F — i7 45 6 a rr
�d ab -"+�.Msa4.+v.wNRnr N IS 2 Jr
2b 51r+a 4)4IsiMMrxRftY1Y1
S31 Wm3 .1 M + m
Tb.2 k*]6Jr FanGwr {w 12 B 16 i 2 Q
755 5r ill hw 7 15 15 A 9 a 2a
T A 11e'$w.1 I a T2 2 i m
TAS Dvlmr ilel{xlaidiE" 11 a i 2 a
7b Emacrw.vl Nr "Am. a { 2 a 10
L ] L e 1 u u 1 u 4 G 0 c e e 1 e e 0 e 0 G e a 1 u u e 0 1 u e W IM IV 0 y e e u u 1 e 0 e a u M•
roexl unuTYfnTLyjlxiTHn+l1p L1RLITY WLOrAwx11111
11 t.xt�..a n.r.of�-YL'Is.aF.,!!,ULl -!11 1MCEKr) 0
c a p 0 1 0 p F 4 4 4 9 4 4 0 F 4 0 9 4 9 4 4 4 F 4 4 4 9 F 0 4 4 4 9 4 9 4 4 0 4 1 4 9 4 9 4 4
roexl,aOnERAIiTWBiaCH®uLEMB+IEIII! - -
I1 fip�rsl5uL.1_#roi =lt� iY �
Lt I�{n. Prl �f. rratii'�1.!..n Qi QJ
C. I C. 0 1 0 0 1 0 0 O a 0 0 a 1 0 a a 0 a p 0 a 1 0 0 p a 1 a 0 a 0 a 0 a% 11 a B F p a p a 0 111
TIiR 1].ILZRIN115!lYNLlin[XIi1lllCe Oxa ,iwiDmcm
191 I.WSaeeq mn R'sv. a m Ii 9T
it
2 9ckm5afF1r11rb-,A w 9 "1 1 92
1a ] arr.►� t—Ir—i e a ] Zp
111 A7fflr~drPb1 F` "Men*" a V 2 IT
O a 0 0 F 0 0 F 0 a O a 0 a 0 F 0 0 a 0 a 0 0 0 1 0 a p a F 0 0 0 p a a a p a 24 lib 26 p a p a a In
1,1 O•Zrlgn wo-�. 5L11m 2 as i 26
1T2
F-�c$.rgr 3.ypl AFP� 2 d n 22
ill 14"WAL"
ib ii WARM a 19 2a
1152 1i`5ei•.. a 26 9 ]5
Il u K�N4" 'y¢ 111 171
1U1 UBWTOenWMH+ ara & µFlBl 13 IO IDI 11 01
e 0 e e 1 0 e 1 e e e 0 e e 0 1 e 0 0 e 0 e e 0 1 e e e 0 1 0 e 0 e 0 e 0 e e a e 1 IN Te IM 111 Z w
1%lw Ubm 9x 01 20 27 ID 7M IN ITS S ja 75 M 4 & 15 61 12 as 11 a 151 Bd TL B W +6 i 11i IN iD 87 M 11 M 115 152 11 76 M 11 42 ITS 26 IN 7E IM 111 M 4#10
Page 52 of 67
ATTACHMENT 1-1
Page 1 of 10
SUBCONSULTANT SCOPE AND BUDGET
Project Number: HDP-3715(671 }--71-62
State of Iowa
hereby certify that I, Bryan Janssen, am the Principal and duly authorized representative of the firm of
Anderson Bogert Engineers & Surveyors, whose address is 4050 River Center Ct NE. Cedar Rapids, IA
52402, and do hereby certify that the below Scope of Services and Subconsultent Budget Proposals are
a true and accurate copy of the Scope of Services and Subconsultant Budget. Any changes to the
proposed Scope and Budget shall be documented, signed by both the Consultant and suboon sultant,
and approved by the Contract ,4afrr thistrator.
Azr� A114��
9/412024
Sig naC re Date
The tasks that Anderson Bogert Engineers & Surveyors (Sub Consultant) will provide are listed below;
TASK 1.0 — PROJECT MANAGEMENT
11.6 Team Communication Meetings
The Consultant project manager will coordinate and facilitate recurring meetings with the project task
leads and all Serb Consultants to coordinate schedule, tasks, critical loath items, action items. PIVIT
direction, PMT input, Coordinate direction from the TAD, and other important items related to schedule
and tasks advancing to meet the scope and schedule, Minutes from these meetings will be taken,
TASK 2.0 — COMMUNITY AND TECHNICAL ADVISORY COMMITTEE (TA )
ENGAGEMENT
2.2 Pubtic Information Meetinsrs
Sub Con sultantwill attend (2) Public Information Meetings_ It is assumed only 'I staff member will attend.
2.6 Stakeholder Working Group Identification and Meetinns
2.6.1 Stakeholder Working Group Identification and Meetings
The Consultant will work with the Owner to identify a Stakeholder Working Group to provide
focused input, account for operatlons and potential impacts to determine feaslbiIIty. his group would
include representatives from organizations impacted by changes In the project area and would
likely include multiple University of Iowa interests, first responders, transit providers, utilities,
neighborhood organizations, historic interests, and business groups. Additional representation
might include local, regional, or state governmental agencies. Stakeholder meetings will typically
occur up to one month or more before public meetings, The stakeholder Committee will be invited
via email or letter invitation, with follow-up phone calls as necessary. Meetings will include
Consultant -developed presentations, collateral materials, tabletop exercises. Emailed information
and electronic surveys may be used between meetings, The Consultant will organize and facilitate
Stakeholder Working Group meetings at four key milestones,
1. Soaping and Issues Identification
2. Alternatives Identification
3. Alternatives Screening
4. Recommendations & Next Steps
2,6.2 Stakeholder Technical Meetings
The Consultant recognizes that several key stakeholders will be involved in this project_ To
account for operations, further coordination of other potential impacts, and coordination of technical
details of individuals operations, it is likely that there will be a need to meet one-on-one with the
following stakeholders. These will be pre -planned meetings. Virtual rneetings, phone, email, or a
combination wlll be conducted. Consultant will meet individually with the following stakeholders
that may be affected by the project including the following:
1, University of Iowa Hospitals
2, CAMBUS
3, Iowa Clty Transit
4, University of Iowa Facilities
5, University of Iowa Housing
6, University of Iowa Athletics
7, University of Iowa Parking and Transportation
8, University of Iowa Darn Ul UtilitissJBen Fish, Lead Utility Engineer
9, University of Iowa ENGIE
10, Rivers Programs/Iowa DNR
11, Bike Iowa ityll-ocal Bike Organization
12, University of Iowa Water Plant Operations
13, University of Iowa Power Plan Operations
14, University of Iowa IIHR
13, University of Iowa Beal Estate/David Kieft. Business Manager
16, Cora lviIIe Transit
17_ Iowa DOT
Defiverables for Task .6-.
• Task 2.6.1
0 The Sub Consultant will attend Stakeholder Working Group meetings and individual
stakeholder meetings_
2.7 Technical Advisory Committee (TAC) Coordination. Design Charrette's & Workshops
2.7.2 Design Charette's & Workshops
These meetings will include Consultant -developed Design Charrette's and meetings formatted as
workshops to spur participation and facilitate input from the TAC_ These workshops will include
visual models to show a visual representation of the alternates being considered_ The Consultant
will organize and facilitate TAD Workshops at three key milestones_ These workshops are intended
to be in -person..
1, Workshop #1 - Initial Vision Planning and Determination of Project Priorities
2, Workshop 92 - Concept Alternatives Discusslon and Advancement of Prellminary
Alternatives
3, Workshop #3 - Preliminary Alternatives Discussion & Selection of Preferred AlternativefNext
Steps
Deliverables for Task 2, 7.2,
• Facilitating Design Dharette's & Workshops
• Supplying materials to conduct and facilitate Design Charette's & Workshops
Assumpffons for Task 2, 7.2:
i Up to three (3) Workshops attended by up to four (4) consultant staff in person. Other
technical staff will be available virtually for the workshops.
Each workshop is assurned to be 3-hours in length and includes prep time and post -
meeting nates J documentation development_
• 3D model of Roadway Bridge and Pedestrian Bridge:
c A base 3D model with up to nine (9) updates. Anticipating to update the base model
with 3 alternatives per workshop, (9) in total_ The model will be updated based on
TAC input, direction, and guidance,
c Up to two () new models_ Reserved if the TAC committee wants to pivot direction
and redevelop a base model Assuming one of the three alternatives originally
developed want to be changed.
* 3D VIsualizatlon for Grand Avenue and Roadway Tie-ins
o Up to 8 "Beyond Typlcals". This provides a 3D visual representation of a typical
cross section.
* 30 VIsualizatlon of the project corridor. Anticlpated for one (1) final preferred alternative.
• Up to four (4) aesthetic sketches for streetscaping and bridge aesthetics.
• Up to eight (8) 8,5xl1 sheets of sketches will be developed to show possible aesthetic
treatments within the corridor.
• The Scab Corrsuitantwill attend three (3) of the Workshops in -person.
Defiverables r Task 2. 7_2 (Sub Consultant to Consultant):
• D Plan Sheets
c Simplified Planview Plan Sheets of the corridor of each alternate option developed
under task 4_3 — Roadway Alignment and Layout -
TASK 3 — DESIGN ORFFERIA, DATA COLLECTION AND DEVELOP GUIDING
PRINCIPLES
3.1 Confirm Design Criteria & Create Guiding Principles
For the purposes of developing alternative development criteria. the Corrsu tam shall prepare design
criteria~ in coordination with the Sub Consultant that will inform for development of concepts. In order to
meet the Iowa DOT design criteria for aw Federal -aid projects the following criteria that will be used is listed
below;
• Iowa DOT Design Manual
• For Bicycle and Pedestrian Facilities; Iowa DOT Design Manual Chapter 12A and 128 minimum
values
• ManuaI on Uniform Traffic Control Devices (MU TOD), Federal Highway AdministraWn (FHWA)
IP ADA requirements: Iowa DOT Design Manual and Public Right -of -Way Accessibility Guidelines
(PROWAG), United States Access Board
IP Urban Street Design Guide, Urban Bikeway Design Guide, Transit Street Design Guide, and
Don't Give up at the Intersection, National Association of City Transportation Officials (NACTO)
Guide for the Development of Bicycle Facilities, American Association of State Highway
Transportatlon Officials (AASHTO)
+ Ity of Iowa City Codes and Policies
3.3 Design Surveys
3.3.1 Control Surveys
Tha Sub Consultant will establish horizontal and vertical control for the project area in accordance
with the Iowa DOT Survey Standards and the City of Iowa City Codes and policies, Each permanent
control point or benchmark shall have horizontal coordinates or elevation and shall provide
monument tie notes including monument descriptions. Accurate descriptions of the horizontal
control points and benchmairks will be created and recorded on the plan sheets. Horizontal control
shall be in state -plane coordinates and vertical control per USGS datum. The Sub Consultant
shall provide sufficient control for design purposes.
3..2 Topographic Surrey
The Sub Consultant will perform topographic surveys for the development of concepts, feasibility
analysis of grades and physical widths of improvements, utility surveys, and other basic boundary
features, including, but not limited to:
1. Identifying the available public right-of-way on Grand Avenue from Byington Road to
Riverside Drive, Burlington Street from Riverside Drive to the CRANDID Railroad, and
Riverside Drive from the southern boundary of the Hydraulics Lab property to about 600
feet north of Burlington Street.
2, Centerline of each direction of travel, taken at 50' intervals, will be shot within the same
boundaries identified in Item 1, above, Approximately twenty (0) cross sections will also
be surveyed within this boundary.
3. The existing clearanoes of the pedestrian bridges above the roadways will be measured.
4. Utilities will be surveyed within the boundaries Identifled in Item 1, This will include
measuring inverts on storm and sanitary sewers.
5. Utility mapping only will be obtaining for the boundary identified In Item 1 and also on
Byington Road, south of Grand Avenue; Grand Avenue, from Byington Road to Melrose
Avenue; Melrose Avenue from Grand Avenue to Byington Road.
6, Photography of each storm and sanitary structure within the project limits identified in Item
1,
Assumptfons for Task 3.3.2 (Sub -Consultant;
• Detailed bathymetric survey will not be collected at this time. Available existing information will
be used to determine feasibility,
3.3.3 Utility Surveys
Public and private utility facilities will be identified through the Iowa One Call proee5s_ The survey
pub -consultant shall perform utility surveys within the limits of 3.3.2.1. Establish coordinates and
elevations (if possible) for utilities that fall within these limits and are visible_
The Sub Consultant shall field locate visible valves, rnanholes, handholes. and utility access within
the project limits to accurately account for relocation or major modification. Underground utilities
will be incorporated into the project through map requests to the utility companies and drown into
the design file_ This work will be considered survey quality level "B", per CIJASCE 38-0_ Utilities
include phone, gas, fiber optic, water main, overheadfunderground electrical, steam, sanitary
sewer, storm sewer, and in -pavement traffic control equipment, and power poles, pedestals, and
visible utility markers_
At critical locations identified in the concepting process, the Sub Consultant shall remove existing
water main valve covers and measure from the surface to the valve stem to estimate water main
depth. Utilities will be identified from surface utility locates and existing utility maps. If potholing is
required, this will be considered extra work.
The Sub Consultant shall provide an excel spreadsheet and summary of each utility within the
project area, utility maps which were collected through the Iowa One Call process and contact
Informatlon for each utility identified. The Serb Consultant shall verify owners of each utillty
surveyed to the extent possible to facilitate in the concept design.
The Serb Consultant shall obtain available utility mapping within the limits described In Item 3.3.2.5
for the purposes of concepting future alignment alternatives for Byington Road. These utilities will
be incorporated into the drawings and this work will be considered survey quality level "D", per
C11AS E 08-02 (based on mapping and available utility records).
Deliverables for Task 3.3 (Sub Consultant to Consultant)
• Control point summary and control points included in digital file,
• Digital survey file in AuW AD Civil 3D format
Photography and inventory of each storm and sanitary structure within the limits in Item 3.3.2.1.
• Utlllty survey with Iinetypes specific to each utility owner
Excel summary of utilities and existing utility maps
Assumptions for Task 3,3_
+ Potholing 1 hydro excavation for depths of existing utilities will not be included in the utility
survey work. Utilities will be located from available utility maps and field locates of visible utility
features_ Depth estimates for watermains can be obtained at critical locations by measuring
down the valve box_ Storm and sanitary depths will be abtained by measuring inverts from the
manhole/Intake structure rim_
3.4 Traffic & Safety Data Collection
3.4.1 Regional Traffic Data & Safety Data
The Consultentwill collect and summarize:
• Regional Origin & Destination data from Iowa DOT's Streetlight subscription at bridge
crossings noted below.
• Regional Origin & Destination data from Consultants Replica subscription
• Historical crash data from Iowa's Crash Analysis Tool
3.4.2 Intersection Data
The Sub Consultant will collect and summarize available existing traffic data at the following
locations:
• River Crossings at Park Road, Iowa Ave. Burlington Street, Benton Street, and US
• Enhanced Pedestrian and Bicyclist counts at Burlington Street — including event traffic.
3.5 Forecasting S MPO Coordination
3.5.1 Travel Demand Model Forecasts
The Consultant will work with the MPO and Iowa DOT to acquire up-to-date travel demand model
files. The Consultant will use the model to develop future build volumes and to test re-routing of
daily traffic during construction staging (troth capacity reduction andlar full closure)_
3.5.2 MPO Coordination
The Sub Consultant will work with City and MPO to:
• Develop future (0-year) automobile traffic growth rates to guide the final design of the
Burlington Street Bridge and intersection of Burlington Street/Grand Avenue at Riverside Drive
(U 6).
• Coordinate with I IPO bicycle master planning referencing the Iowa City bike master plan
to incorporate bicycle accommodations on the bridge and through the intersection of Burlington
Streetl rand Avenue at Riverside Drive (US 6). This includes setting up the intersection layout
and design for possible future extension of bicycle facilities on US 6 (north and south of the
intersection) and west on Grand Avenue up to Byington Road.
• Coordinate an Iowa River Corridor Trail detou r1te rnpo rary trail route through construction.
• Coordinate and assemble data and information in a format appropriate to include in new
funding applications for the proposed bridge improvements. Assist with the Identification of
likely funding sources. The actual preparation of the funding application(s), excluding the work
identified in Task 11, would be done as extra work outside this scope of services.
3.6 Traffic Operations & Safety Analysis
3.6.1 Microsimulation
The Consultant will develop a planning -level TransModeler microsimulation model for the worst -
case peak hour to be used for sensitivity testing during Burlington Bridge lane reductions and/or
closures. Study intersections will include existing signalized intersections where turning movement
counts will be collected in Task 3.4_2. Up to 2 sensitivity tests will be developed for different stages
of construction where traffic will be diverted to nearby crossings utilizing output from travel demand
model runs, O-D patterns from Streetlight andlar Replica, and discussions with the City..WPO.
Planning level signal timings will be developed from Synchro model(s)_
Up to 10 intersections will be analyzed in TransModeler_ This includes, but is not limited to, the
following corridors crossing over the Iowa River;
• Iowa Ave
• Burlington Street
• Benton Street
IP U 6
The planning -level TransModeler mlorosimulation modal will also be used to test the final
oonfl g uratlon of the Burlington Street 1 Riverside Drive Intersectlon oonfiguratio n. This model can
test different strategies including unique signal phasing or transit enhancements to the Intersection.
3-6.2 Synchro Analysis
The Sub Consultant will develop an AM and PM Synchro rnodel for the following intersections:
Riverside Drive and:
o Iowa Avenue
o Burlington Street
o Benton Street
o Hwy VHwy 6 (Possible Truck Detour)
Madison Street and:
o Iowa Avenue
c Burlington Street
Hwy 6 and Gilbert Street (Possible Truck Detour)
This analysis will be used to establish the ultimate configuration and turn-ba.y lengths at Riverside
Drive & Burlington Street intersection as well as analyze the impacts related to construction phasing
and detour routes at the noted intersections, This analysis will be performed for the opening year
and horizon year forecasts.
3.6.3 Safety AnaTysis
The Consultant will assess crash trends within the study area to develop recommendations for
safety enhancements in the build scenario_ Crash patterns and locations where there is a potential
for crash reduction will be identified for crashes involving rnotor vehicles, pedestrians and bicyclists.
Iowa DOT's PCR methodology along with observed crash data will be used_ Descriptive statistics
such as crash severity and type tables and intersection collision diagrams will be developed.
Potential countermeasures to address crash patterns and locations with relatively high potential for
crash reduction will be identified_ These potential countermeasures will be considered during the
concept development process and documented in a brief memorandum_
Defiverabtes for Task 3.6_ :
IP Feasibility review of Traffic and Safety Alternatives and input for the Alternatives Analysis in
Task 10.0.
Documentation for discussion at the TAC Workshops in Task 2 .0
3.7 Roadway Layouts
The Serb Conseuftantwill work with the University, Clty, CAMBUS and Public Transit to refine the
Mel roselByingtonIGrand Avenue concept focusing on transit accommodation, emergency vehicle
access, pedestrian friendly alternatives near the existing hospital roundabout, and accommodate
know future University development plans. This planning work will consist of up to 3 (three)
meetings with the appropriate stakeholder group as identified by the City and University, We
anticipate the geornetry of the Grand Avenue portion to extend to and mesh with lane alignments
and improvements on the Burlington Street Bridge and Riverside Drive intersection_ We anticipate
up to 4 layout alternatives with the 41" layout being the amalgamation of previous work into a final,
preferred alternative.
IF-1,1 r.jE, M A{!-1 Ilk1lc11 j :4 :JOJL1 Dlf+fl_Vff_j k' 113 TJ [I] IN d C Lf, [a] 17-1 N i 1 z(:4
4.3 Development of Roadway Alignments and Alternatives
The Sub Consultant will utilize proposed roadway design and clear zone standards established in Task
3.1 - Alternatives w i I I be prepared by the Sub Consultant as part cf the Grand Avenue Alignment Study will
be refined to incorporate intersection improvements at Grand Avenue and Riverside Drive, recent
redevelopment within the U of I campus between South Grand Avenue and Byington Road, the bridge
replacement, and other relevant scope items such as multi -modal needs. Although the concepts prepared
as part of the Grand Avenue Alignment study were revleed by University of Iowa staff, this process will
be repeated to build consensus amongst the stakeholders. Tasks will Include:
• Revisit the last Grand Avenue realignment concept and work with the stakeholders to identify the
pros and cons of the concept. Update with new plans or concepts developed by the lJ of I since the
concept was last reviewed.
• Estimate traffic impacts of redevelopment of the property bounded by Grand Avenue, Byington
Road, and Melrose Avenue,
• Review transit needs and emergency vehicle access (Hospital access) through this corridor.
• Develop typical sections identifying overall roadway width, lane widths, bicycle lanes or sharre s,
turn lanes, sidewalk andlor shared use paths, public and private utilities, streetscaping zones, and
ROWJeasement needs_ Typical sections will be created for;
o Melrose Avenue
o Byington Road
o Grand Avenue
o South Grand Avenue
o Riverside Drive
Determine Ultimate and Near -Term intersection geometry at the intersections of Riverside Drive
and Burlington Street, and Melrose Avenue at S Grand Avenue_ The geometry will reflect the
ultimate design at full build out of the University redevelopment at these intersections_ The Near -
Term geometry (if different khan Ultimate) will reflect the improvements constructed with the bridge
project, designed to accept the ultimate geometry at such time as the University's redevelopment
moves forward_
Up to 3 plan view conceptual layouts illustrating the roadway, pedestrian, bicycle, transit, and bridge
Improvements. Two layouts will be generated first, addressing the commants received on the
original concept. The third layout will be reserved for the final, preferred alternative,
• Order of Magnitude engineer's opinion of probable construction costs for each IayouL
Deliverables for Task 4.3 (Sub -Consultant to Consuffgnt
• Feasibility review of Roadway Alternatives and Staging input for the Altematives Analysis
in Task 10.0
i Documentation for discussion at the TAD Workshops in Task 2,0
i D Plan Sheets
o Sirnpliled Planview Plan Sheets of the corridor of each alternate option for use in
the workshops in Task _7.3 Anticipated up to three (3) alternates will be advanced
at each workshop.
• Typical sections for roadway and multi -modal lane widths
TASK 8 — UTILITY COORDINATION AND UTILITY CONFLICT MITIGATION
8.1 Data Collection & Preliminary Utility Impact Review
The Sub -Consultant will develop utility+ impact pions using information obtained from the Utility Survey
in Task 3, Conceptual roadway alignments, public utilities. bridge layout, proposed right of way, and
easements will be shown on aerial photos along with the existing private uplities to identify impacts.
Since this study phase only includes conceptual design. impacts will be high level, and will be used
as a tool to start conversations with utility companies. There are several utilities present on the north
and south bridges that will need to relocate in addition to utilities located along Byington Road, Grand
Avenue, and Melrose Avenue,
Sub- onsullantwill coordinate with the City, U of I, ENGIE, Meridian, and utility companies to discuss
location of facilities and potential impacts because of the project, review utility relocation plans
prepared by the utility company; and help facilitate a schedule with the City and utility companies to
perform relocations prior to the project construction. Tasks associated with utility coordination are
listed below:
Create a summary and tracking lag for potential utility conflicts.
Identify and coordinate utility conflicts that interfere with proposed construction,
Notify and keep utlIIty companies updated with general project timelines and relocation dates.
• Kickoff meeting with utility companies. Organize a kickoff meeting to introduce the project so
utility companies can begin planning and budgeting for relocation.
• Relocation plan meeting. Follow up meeting to discuss the project in more detail and discuss
relocation plans.
i Coordination with Iowa DDT District Utility Coordinator to discuss relocations, permitting, and
staging,
• Coordination with Iowa DOT Office of Contracts on the mechanics of bid letting a Federal Aid
project with private utility relocations as part of the bid construction.
Explore and encourage options to relocate utilities ahead of the bridge projects_
Miscellaneous coordination. Miscellaneous coordination such as emails, phone calls, and
individual meetings with utility companies will be necessary_
Deffverabfes for Task 8.1 (Sub Consultant).
+ Documentation for discussion at the TAC Workshops in Task 2 .0
+ Feaslbillty ravlew and constructablI41staging review for input during the Alternatives Analysis
in Task 10.0
• Tracking log,
• Meeting Minutes from meetings.
• Utility impact plans,
• Utility staging impacts on bridge construction and schedule.
Assumptions for Task 8.1 (Sub ConsuItant)_
Kickoff meeting and relocation plan reetings will be held in person at the City of Iowa City, City
Hall_ Travel for two {} staff is included_
TASK 10 —ALTERNATIVE EVALUATION & SELECTION
10,1 Initial Screening Matrix Development and Direction for Concept Alternatives
The Consu tan# will create an initial screening matrix as a basepoint for discussion with the TAC members_
The criteria within the rnatrix will be developed from input collected during Task _0 from the Public
Engagement, Stakeholder Working Groups and the Technical Advisory Committee, The criteria are
intended to be a collective summary of the desired project critical criteria, needs and wants. The design
#earn will review the needs and wants for feasibility through Tasks 3 — 9 and summarize the information
received into a non -technical format. This will be presented in a matrix format of "not feasible, good, better,
best" and provide supporting documentation for discussion with the TAC about how each project need and
want affef_t the other in a "not feasible, good, better, best" format. The matrix helps compare the give and
take with each criterion and be used to build consensus among competing interests that can be advanced
toward developing preliminary concepts.
The Consultant will document discussions and keep record of decisions, direction, and guidance provided
by the TAC in order to progress_ The first TAC workshop will solicit stakeholders to rank criteria deemed a
necessity or a want and then order in importance as a collective group. This will be used to rank criteria in
the matrix to help order which wants are deemed more important to the committee_ This can be used as an
aid to help the TAC in the Decision -making process a ranked criteria matrix where the criteria deemed
critical will be scored higher than the needs of the project which will be ranked higher than the wants of the
project to help the TAC in the decision -making process.
The Consultant will review the guidance, direction, and discussion provided by the TAC for feasibility and
update the screening matrix for "not feasible, good, better, best". The alternatives will then be advanced
toward concept development.
Deliverables for Task 10.1:
IP Screening Matrix for TAC Workshop #1 and supporting documentation for TAC discussion,
Input and guidance.
+ Ranked Matrix Criteria Table,
10.2 Selection of Preliminary Alternatives
The Consultant will develop Conoept.Alternatives after input on direction and guidance from the TAC and
after the TAC workshop #1 which will allow the TAC to provide initial guidance and direction for which
alternative options the collective group wants to advance into Preliminary Alternatives. The Screening
Matrix will be updated and supporting documentation will be updated to reflect the concept alternatives to
present at the workshop. The ranked criteria and the supporting documentation for discussion during the
TAC workshop will be updated.
De{iverabtes for Task 10.2:
• Screening Matrix for TAC Workshop #2 and supporting documentation for TAC discussion,
input and guidance,
Ranked Matrix Criteria Table,
10.3 Selection of Preferred Alternatives
The Consultantwdl develop Preliminary Alternatives after input on direction and guidance from the TA
and after the TAC workshop #2 which will allow the TAC to provide initial guidance and direction for which
alternative options the collective group wants to advance into a single Preferred option- The Screening
Matrix will be updated and supporting documentation will be updated to reflect the preliminary alternatives
to present at the workshop- The ranked criteria and the supporting documentation for discussion during
the TAC workshop will be updated.
Deliverables for Task 10.1
Screening Matrix for TAC Workshop #3 and supporting documentation for TAC discussion,
Input and guidance.
+ Ranked Matrix Criteria Table,
10.4 Advancement of the Preferred Alternative
At the conclusion of TAC Workshop #3 the PMT will seek to advance a single preferred option forward to
present to the public, advance for further environmental permitting identified in Task 7 and advance the
preferred alternative for Funding Pursuit identified in Task 11.
Assumptions for Task 10,
i All Sub Consultants will provide input in the development of the alternative evaluation and
selection.
Fee Estimate
The Total Cost Plus Fixed Fee amount far the tasks provided by Sub Consultant outlined above is.
$229,036.10. A detailed breakdown of estimated horns and expenses is included on the following two
pages-
F'RELIMPNARY E NONEERING FEE ESTIMATE - ANOER90M-EPOGERT ENGINEERS
Errmata 4 f Flours
Burlingkm Simat gridga ProjKt
City of Iawa Cily
I POER54N-90GERT ENIG MEER9
er..,a.+ 1 d x
F'RELIMPNARY E NGIHEERING FEE ESTIMATE - ANOERSON-EPOGERT ENGINEERS
Cri'mate of Flours
Burlingkm Slrno-t gridgu ProjKt
City DF lawa Cily
R5ON-BOGERT
EN01 NEER9
Principal EricIIneer
Eng IX I, VI
Engireer ErpinEer L:rgfleE' big nee' Lapp -eef 1 echnlc.an
Y QAQC h' III I h'
_and Sur4ey.Dr Dooi `ape-
Sufv +Or VI- II 1
DrEc1 LW
Tolsi
S 1O3A4
3 71.00
S 57.00
S 71.00
3 42.RF
6 39.44
S 3.3.001
3 47.00
6 61.40
3 35.40
S 27.40
-0
CxandAmnwxRemli nwnksM a 3
6
7
$
#159900
GrandAventleReel MMnle � A
2
2
40
24
60
924im
Rlver51tleL3RreLe ul9 3
2
e
2
1e
A0
4a
9A8-04
S2 267 00
Nmi $krm Lpvmt
1
21
2
9
24
1S
1
OuelltsuvePumewa}9treHDrainage, NEetle
15
W12.m
❑r245Fa I Plans
9
40
248Aa
UPC
1
2
2
16
12
31.62`3 00
TOTAL HOURS
12
29
15
6
120
0
86
136
0
0
4
113
TOTAL COLLARS
31.236.00
52.05iMM
SH12A4
35fi8.04
11S.M00
34A4
3Z.9�wa4
$6.39200
34Ad
SOLO
Mom
81's.t19
VIII- 1,11111ty Cbhrdid4h idrk 3iYd Ce.dllt4 PART atlne
Dsls Callecllon and P%limissfy Impaci. Re.iew
16
40
8
2
$3,126.00
Pmlim. Joint L)iiliLy Mee6n
4
d
4
18
9
2
$1 978Aa
F0110 -u GRIWMWinkiWin Uliii4es
40
16
12
53908m
Site Vila. Webria Minutes. Trackirip Logs,Staging IpWicts, etc-
4
8
18
A
$1,616m
TOTAL HOURS
8
0$
4
0
1$
50
28
1g
0
U
A
204
TOTAL 6DLLAR$
$924.00
34,928Aa
1228.06
30.00
3972Jga
52.194.00
$924.013
$71�2Jga
$13.00
50.03
5216.133
310.626
X. Akernativa Evaluwlbn and Sekctlon
10.1 Inroal Scrivurling
4
10
32
24
".&N 00
1029elecdaadPreliminary Alterni
4
16
24
16
Hamm
14IL3 Selection alf Preferred AJLerr ive
4
1e
1e
9
ABd-0a
51.292 00
10A Ad4arki of PreigRed Awlwnaliw
2
12
a
2
TOTAL HOURS
14
60
0
0
76
0
54
a
0
a
a
2ao
TOTAL COLLARS
31 442.04
$4.26D W
So.wi
W.001S3
192 01
34.10
31 650.a4
sawl
SO.DGI
SO LO
SU.LO
$14 544
TOTAL IFICURS1
89
253
64
9
293
92
212
215
121
1D]
24
136@
Pra(�I1 k Raus
Prinelpel Engiri6er IX
3103.0D
i:NinwM
$71.00
Engineer
557.00
Erg nevi Chi
Vl.a0
FNinegr rV
$42.00
Cn inaerlll
M00
Engineer I
WAD
Tdi rV
TA7.00
Lmd 8"yar VII
961.04
Sutuai II
$35.aD
I)mmwnl Spepmlist II
$27.00
I. Direct Labw{Rounded}
11- 2023 Pwylall $ O4emead
Ill Direct Expeneea
trips a 29 trips
77 Haurs
IV. EsUmMe4 Ackual GoR
V. Fixed Fee
M. Comin94^i:7k
MI. SutaonsulLant Eu"ri
YIIIIII. Tolal Fee
SM.614-W
15&44% S1
Tplat Dirw Lmhor. 13"rgll. mind Owreemd 81U.470'0
70 $13.137 M&NW $1.3mi-10
$35.04 Drone 32M.00
566.00 Survey Vehicle and Equipment $4,752.00
TOW Expensing. $8.322-10
$188,867-1a
1100% vl.a 904
10 00% 510.254 04
$UAa
$2i8,435.14
rmaoru pia sxc�.a+r+c F.w Ariii W*aw.+ 2 of 2
Attachrnent D to I_M, 1310
May 26, 2017
ATTACHMENT 1-2
Page 1 of 11
SUBBONSULTANS SCOPE AND BUDGET
Project Number; HDP-3715(671)--71 -52
State of Iowa
hereby certify that 1, Walter C. Pennington, am the Surface Water Practice Lead and duly authorized
representative of the firm of McLaughlin Whitewater, whose address is 2480 W. 26th Street, Unit 6226, Denver,
DO 80211, and do hereby certify that the below Scope of Services and 8ubconsultant Budget Proposals are a
true and accurate copy of the Scope of Services and Subconsultant Budget. Any changes to the proposed Scope
and Budget shall be documented. signed by both the Consuharrt and subconsultant, and approved by the
ContractAdr intstrator.
qua by MPN[. Parr Vm
"w aWr.anF, oura��a-x -
Walter C. Pennington W�..... +12 207A
Signature
Date
The tasks that McLaughlin White ater (Dam Modfffcallon Sub Consultan() will provide are listed below;
TASK 1.0 — PROJECT MANAGEMENT
1.6 Team Communication Meetina
The Consultant project manager will coordinate and facilitate recurring meetings with the project task leads
and all Sub Consultants to coordinate schedule. tasks, critical path items, action items, PMT direction, PMT
input, Coordinate direction from the TAC, and other important items related to schedule and tasks advancing
to meet the scope and schedule_ Minutes from these meetings wi11 be taken.
TASK 2.0 — COMMUNITY AND TECHNICAL ADVISORY COMMITTEE (TA ) ENGAGEMENT
2_6 Stakeholder Workinsl Group Identification and Meetlnas
2_6_2 Stakeholder Technical Meetings
The Consultant recognizes that several key stakeholders wi11 be involved in this project. To account for
operations, further coordination of other potential impacts, and coordination of technical details of
individuals operations, it is likely that there will be a need to meet one-on-one with the following
stakeholders, These will be pre -planned meetings. Virtual meetings, phone, email, or a combination will be
conducted_ Consultant will meet individually with the following stakeholders that may be affected by the
project including the fallowing;
1, University of Iowa Hospitals
2, CAMSUS
3, Iowa City Transit
4. University of Iowa Facilities
5. University of Iowa Housing
6. University of Iowa Athletics
7. University of Iowa Parking and Transportation
8. University of Iowa Darn UI Utilities{Ben Fish, Lead Utility Engineer
9. University of Iowa ENOIE
10, Rivers Programsllowa DNR
11_ Bike Iowa City/Local Bike Organization
1_ University of Iowa Water Plant Operations
13_ University of Iowa Power Plan Operations
14, University of Iowa I I H R
16. University of Iowa Real EstatelDavid Kieft, Business Manager
16, Coralville Transit
17, Iowa DOT
Page 61 of 66
Attachment D to I_M. 0.310
May 26, 2017
Deliverables for Task 2.6
• Task 2.6.2
o The Darn Modification Sub Consultant will attend stakeholder technical meetings for up to
four (4) of the identified stakeholders,
2.7 Technical Advisory Comrnittee (TALI Coordination, De ian C h � r Fette's & Workshops
2.7.2 Design Charette's & Workshops
Those meetings will include onsuftant-developed Design Charrette's and meetings formatted as
workshops to spur participation and facilitate input from the TAC. These workshops will include visual
models to show a visual representation of tha alternates being considered. The ConsUftant will organize
and facilitate TAG workshops at three key milestones. These workshops are intended to be in -person,;
7. Workshop #1 - Initial Vision Planning and Determination of project priorities
8. Workshop #2 - Concept Alternatives Discussion and Advancement of Preliminary Alternatives
A. Workshop #3 - Preliminary Alternatives Discussion & Selection of Preferred Alte rn ativeN ext Steps
Establishing a Decision Making ProcessiDocumented Decision Making Process will also be developed at
Workshop #1
Assumptions for Task . 7_ _
The Dam Modification Sub Consultant will attend up to two () TAD meetings virbaaIIy and one
(1) in -person.
2.8 Agency Coordination and Meetings
The Consultant will coordinate with regulatory and other agencies in order to progress the alternatives in a feasible
manner and solicit input for technical concurrence. These are not pre -planned meetings but intended to be emaiIs,
phone calls, or short virtual meetings with agencies to determine feasibility and advance the alternatives. Anticipated
Agencies that will be contacted throughout the development are listed below_;
• Iowa Department of Transportation
• Iowa Department of Natural Resources
• United States Army Corps of Engineers — Rock Island District
i State Historic Preservation Offices
i Metropolitan Planning Organization of Johnson County
Others as needed.
Assumptions for Task 2. $-
• The Dam Modification Sub Consultant will attend two ( ) virtual meetings with IDNR fisheries
TASK 6 — ASSESS THE BURLINGTON STREET DAM MODIFICATION
6.1 Data Collection
Consuftant will Collect and review data to support the Burlington Street Darn Modification. including;
Collect data on the dam. including,
o Prior studies
o Inspection reports
o Construction or reference drawings
o Utility maps
o Site Visit
• Review data for relevant: information on the darn structure and use;
o Utility crossings
o Dam sections and foundation treatments_
o Hydraulics (under Task 6)
o Connections between dam and bridge (Task 3)
Characterize Dam
o Using data review findings develop concept figure with callouts characterizing the significant
darn features that will influence alternative development and evaluation-
0 List and track unknowns or potential issues that require additional information to resolve.
• The Dam Modification Sub Consultant will complete the following tasks;
c One (1) site visit to colnclde with other meeting travel.
Page 62 of 66
Attachment D to I_M. 0.310
May 26, 2017
Review data collected by Consultant.
Update the previously completed gage analysis of rlver flaws.
Update previously completed drop curve analysis (existing hydraulic profile)
6.2 Burlington Street Dam Modification Alternatives Analysis
6.2.1 Darn Modifications Alternatives Analysis
Dam Modification Sub r:onsuftant will develop screening criteria matrix and develop alternatives that will
be prepared for stakeholder and TAC workshop meetings, These alternatives will be reviewed for feasibility
before each TAC workshop and prepare supporting documentation for discussion during these meetings.
Feasibility review and documentation will occur for each TAG workshop in Task 2.0. Tasks include:
• Screening criteria:
o incorporate feedback from Task 2 TAC meeting #1 with TAC to establish criteria for the
evaluation, for example:
• Public safety
• Cost
• Flood impacts,
• Utilitiesiupstream pool
• Recreational opportunities
• Fish passagelEnvironmental_
• Advantages with bridge replacement
o Develop multi -criteria matrix for evaluation with Task 2 TAC meeting ,
• Altematives Development
o Using feedback from TAG develop three alternatives:
■ River Recreation Concept
■ Safety Improvements — Fish and People
■ Baseline — "fro Nothing" Concept
o Define geometry and footprint-
0 Define features (spillway, fish passage, recreation, foundation concept, utility relocation,
connections to sidewalls and bridge)
* Develop concept level:
o Exhlbits of alternatives
o Engineer Opinion of Probable Cost (EOPCC)
o List of general advantagesldisadvantages
• Evaluate Alternatives
o Review and score dam alternatives during Task 2 TAC meeting # 2.
o Develop memorandum including scoring table and exhibits documenting the three
alternatives, evaluation process, preferred alternative, recommendations for next steps.
Task 0.2,1 Deiiver4ibies from Dam Modifications Sub Consultant to Consultant
Feasibility review and development of alternatives and input for the Alternatives Analysis in Task
10.0
• Documentation for discussion at the TAC Workshops in Task 2.0
Task 6_ .1 Assumptions
Include up to two (2) iterations of concept level adjustments required relative to TAC meetings,
• Dam modification alternatives will reflect recommendations from 2015 Iowa River Riverfront
Crossing Concept Design Report.
The Fee for the tasks provided by Darn Modification Sub Consultant outlived above is: $65,639.00
Fee Proposal provided by Dam Modification Sub Consultant is detailed on the following pages.
Page 63 of 66
MR MCLAUGHLIN
M WHITEWATER
Princ*al Consultant
HDR, Inc.
5815 Council Street NE, Suite B
Cedar Rapids, I 52302
Overview
Burlington . treetlHighway } Bridge Improvements Project
Dam Modification Planning Services
SCOPE OF SERVICES
Aiigiast 28, 2024
Dam Modification Sub Consultant
McLaughlin Whitewater (MW)
2480 _261h Street, Unit B225
Denver, CO 80211
This proposal by McLaughlin Whitewater (MW) to HDR, In.c. (HDR) is to provide river engineering and
planning services associated with the planning phase of the Burlington Streemighway 1 Bridge
Improvements Project, MW will perform the axle of River Engineering Specialist, subconsultant to HDR,
the Principal Consultant for the City of Iowa City_ The basis of this proposal originates from the Project's
Request for Qualifications (RF ) document dated January 9, 2024; the draft scope of services provided
by HDR on May 13, 2024; a scoping meeting with HDR on May 10, 2024; and the Iowa River-Riverfront
Crossings Concept Design Report completed by MW in 2015_
We understand a primary study objective of the planning phase of the Burlington treet/High ay 1
Bridge Improvements Project is to determine the extent ofdain iinprovements included as part of the
overall Project_ M's scope of work will provide river engineering and planning services to support a
decision to proceed with one of the following darn modifications alternatives,
1. No change
2. Dam modification to mitigate hydraulic Hazards and provide fish passage
3_ Dam modification to provide river recreation and fish passage
Professional Services Scope of Work
The following task descriptions reference the master scope of services document &-veloped by HDR.
Details have been provided to further define the MW tasks, deliverables, and assumptions,
Task 1.0 — Project Management
Task 1.6 Team Communication Meetings
At least one (1) MW attendee for ten (10) virtual meetings
Task 1 MW Deliverables
* Progress reports included with invoice
Is Meeting notes, supporting meeting rnaterials
Task 2 — Community and Technical Advisory Committee (TAC) Engagement
Task 2.6 StRkeholder Working Group Meetings
* Two (2) virtual ieetings with four (4) separate stakeholder groups
* One (1) in -person meeting with up to two (2) separate stakeholder groups. One (1) trip to Iowa
City for up to two (2) MW staff is anticipated.
Page I of 4 McLaughlinWhitewater_com
Burlington StreeVffighway 1 Bridge Improvements Project
Dam Modification Planning Services
Task 2.7 Technical Advisory Committee (TAC) Coordination, Design Charrette's & Workshops
i At least one (1) MW attendee will virtually attend applicable segments of up to two (2)
Workshops.
Task 2.8 Agency Coordination and Meetings
* Two (2) individual virtual meetings with IDNR fisheries are anticipated
Task 2 M`W Deliverables
* River recreation images and videos
* Meeting notes, supporting meeting materials
Task f — Assess the Burlington Street Darn Modification
Task &1 Data Collection
* One (1) site visit to coincide with other meeting travel
* Review data collected by HDR
• Update previously completed gage analysis of river flaws
• Update previously completed drop curve analysis (existing hydraulic profile)
Task 6.2.1 Alternatives Analysis and Sereening Table
Develop screening criteria for alternatives analysis;
o Incorporate feedback from Task 2 TAC meeting #1 with TAC to establish criteria for the
evaluation, for example;
■ Public safety
■ t~ost
■ Flood impacts.
■ Utilitieslupstream pool
■ Recreational opportunities
■ Fish passage/Environmental.
■ Advantages with bridge replacement
o Develop multi --criteria inatrix for evaluation with Task 2 TAC ineeting #2_
Alternatives Development
o ()sing feedback from TAC develop three alternatives;
■ River Recreation Concept
■ Safety Innprovements — Fish and People
■ Baseline — "Do Nothing" Concept
o Define geometry and footprint-
* Define features (spillway, fish passage, recreation, foundation concept, utility relocation,
connections to sidewalls and bridge)
a Develop concept level:
o Exhibits of alternatives
o Engineer Opinion of Probable Cost (EOPC) for two (2) darn modification alternatives
o List of general advantages/disadvantages
* Evaluate Alternatives
o Review and score dam alternatives during Task 2 TAC meeting 92.
o Develop memorandum including scoring table and exhibits documenting the three
alternatives, evaluation process, preferred alternative, recommendations for next steps.
Page 2 of 4 Mc Lau ghiinWhitewater_com
Burlington StreeVffighway 1 Bridge Improvements Project
Dam Modification Planning Services
Task 6.2.1 Assumptions
* Include up to two () iterations of concept level adjustments required relative to TAG meetings.
* Dam modification alternatives will reflect recommendations from 2015 Iowa River Riverfront
Grossing Concept Design Report.
Task 6 MW Deliverables
* Memorandum documenting evaluation of alternatives and recornrnendations,
• Exhibits of proposed features with general grading design in AutoAD format
• Engineer's Opinion of Probable Construction Cost (EOPCC)
Summary
Compensation
Professional engineering services will be completed on a time and materials not to exceed basis without
prior authorization according to the fee schedule below. The level of effort by task is estimated in the Fee
Proposal Worksheet in Attachment A_ Any additional effort will be addressed by a contract amendment
(change order), completed in a subsequent design phase, or completed by HDR_ MW will notify HDR if
any tasks require additional effort_
Schedule
MW anticipates the Project's planning phase effort described in this proposal to be completed within 18
months of the notice to proceed.
Thank you for the opportunity to present our proposal. If you have any questions about the information
presented herein, please contact Ms,. Layton Bodkins by telephone (303-353-3676) or email
(I a yton, bodk i ns(a)rnerrick, corn).
Sincerely,
Layton Bodkins, PE, CFM
Civil Project Manager
McLaughlin Whitewater
A Division of Merrick &. Company
Page 3 of 4 McLaughlinWhitewater_com
Burlington StreeVffighway 1 Bridge Improvements Project
Dam Modification Planning Services
Attachments
A_ Fee Proposal Worksheet
B_ Merrick Schedule of Hourly Billing Rates
Page 4 of 4 McLaughlinWhitewater_com
^ MCLAUGHLIN
W WHITEWATER
Attoohm0nt A - Prole ionaI Services Fee Proposal
Burlington street/Highway 1 Bridge Improvements Project - Dam Modification & River Planning
8/2812024
LABOR DETAIL AND SUMMARY OF DIRECT AND SUBCONSULTING COSTS BY TASK
FeeEsUrnate M Draft v5-Revised 1 of 1
a°°❑ it ERIW
❑❑❑
ATTACHMENT B. SCHEDULIE OF HOURLY BILLING RATES
EFFECTIVE January 1, 2D24
PROJECT MANAGEMENT*
Senior ProjectManager/Sr. Technical Manager $250
Project anager/Technical Manager 5240
PROJECT ENGINEERING, & DESIGN:
Senior Design Manager
5225
Design Manager
210
Senior Project Engineer
$200
Project Engineer V
190
Project Engineer IV
$170
Project Engineer III
$1S5
Project Engineer II
140
Project Engineer 1
$120
Senior Designer
140
Designer
120
FIELD ENGINEERING:
Practice Leader (Construction Consulting & Observation)
S250
Senior Con struction Observer
$235
Senior Construction Consultant
220
Construction Consultant
205
Construction Observer IV
$190
Construction Observer III
17D
Construction Observer II
150
Construction Observer 1
$130
.w]0-112110lef.
Senior Design Consultant
$200
Designer V
S170
Designer IV
$155
Designer III
140
Designer II
S120
Designer J
$100
ADMINISTRATION & PROCESS CONTROLS•,
Project Coordinator II
$200
Project Coordinator 1
$185
Administrator IV
$155
Administrator 111
$140
Administrator II
120
Administrator 1
100
Owned
OTHER;
5ubconsultant Cost + 6%
Courier Cost + 10%
Expert Witness Court Appearance $3,250.00f day
G.P.S. System 140f unit/ day
Workstations/Specialized Equipment (Minimum Charge $30.00) $60,ODf day
Minimum Charge 30.00
Personal Vehicle Mileage Current Allowable IRS Rate
Special Software Cost + 10%
Other Materials or Equipment Other MateriWs or Equipment Cost + 10%
Above standard rates will be held firm through December 31, 2024.
Standard rates will be subject to review in the fourth quarter in 2024.
Client will be notified in writing of any requested changes.
Attachment D to I_M, 3.510
May 26, 2017
ATTACHMENT 1-3
Page 1 of 14
SUBCON ULTANT SCOPE AND BUDGET
Project Number; HDP-3715(671)--71 -52
State of Iowa
hereby certify that 1, Jen Bryan, am the Business Development Executive and duly authorized representative of
the firm of 6 ioS urvey Group, whose address is PO Box 593, Morgantown, WV 26507, and do hereby certify that
the below Scope of Services and Subconsultant Budget Proposals are a true and accurate copy of tha Scope of
Services and Subconsultant Budget. Any changes to the proposed Scope and Budget shall be documented,
signed by both the Consultant and subconsultant, and approved by the Contract Administrator,
�� n 4^—
Signer I D. Ure
/412024
Date
The tasks that BioSurvey Croup ( Threatened and Endangered Species Sub onsul#ant) will provide are listed
below,
TASK 7 — PERFORM ENVIRONMENTAL STUDIES & PLANNING
7.3.3 Threatened and Endangered Species Habitat Review
The Consultant is retaining DBE Threatened and Endangered Species Sub Consultant (BioSurvey
Group) to perform specific T&E services. Mussel Survey and Bat Survey
Threatened) and Endangered Species Sub Consuftant will develop a mussel survey plan and obtain
required permits and permissions, A Phase I mussel survey will be conducted in accordance with the
current Iowa mussel survey protocol_ The survey will include a 50-meter upstream buffer, the area of
potential impact, and a 100-meter downstream buffer, accounting for safety requirements in proximity to
the dam. The results of the survey will be incorporated in a detailed report of findings,
Threatoned and Endangered Species Sub Consult ntwillcon ductabat habitat surveyaftercoo rdinating
with Iowa D N R and U S F S for site -specific survey approval, The field survey will investigate and document
bat habitat_ Flyway corridors, foraging paths, and potential water sources will also be docurented. A
detailed report of the completed survey will include a description of the project, a map illustrating the project
location and survey area, detailed survey methodology, surnmary data tables, required data sheets, a
photo log, and a copy of the valid collection} permit_
De)iverab)es for Task 7.3. 3 (Threatened and Endangered Sipecres Sub Consultant to Consultant.=
■ Draft and Final Mussel Survey Report
Draft and Final Bat Survey Report
Assumptions for Task 7, 3.,3 (Threatener! and Endangered Species Sub Consultant);
• If T&E mussels are detected, then a salvage effort may be recommended to relocate the mussels.
The salvage and relocation effort would be scoped and costed as supplemental services.
• If T&E bats are suspected or detected, then additional effort for survey and reporting would be
scoped and costed as supplemental services.
The Consultant will coordinate with the Threatened and Endangered Species Sub Consultant for this
task, including access for survey, discussion of preliminary results, exchange of G IS files, and review of
reports,
The Fee for the tasks provided by Threatened and Endangered Species Sub Consuhant outlined above is.
S55, 434.64
Fee Proposal provided by Threatened and Endangered Species Sub Consultant is detailed on the following
pages.
Page 49 of 51
Iowa City Burlington Bridge
Mussel Surrey Proposal
Johnson County, Iowa
Developed For:
Date: I1 /2024
Introduction................................................................................................................................ 1
Qualifications............................................................................................................................. 1
copeof Work................................................................................................................ 1
Task 1, Project Management.................................................................................................. 1
Task2. Mussel Surveys......................................................................................................... 1
Task3. Reporting...................................................................................................................
Costing......................................................................................................................................
Assumptions..............................................................................................................................
ure l —
Biosurvey
# i- Group
survey area, Burlington Bridge Phase I Mussel Survey
Burlington Badge Mussel survey
Introduction
The City of Iowa City plans to replace the Burlington Street Bridge and potentially conduct
additional work including roadway improvements, repair or replacement of a pedestrian
overpass, and repair or replacement of the dam beneath the bridge. The Iowa River is known to
support a moderately diverse unionid assemblage, including the federally endangered Higgins'
eye (Lampsilis higginsii) mussel and several state -listed species_ HDR, Inc. (HDR) has
contracted BioSurvey Group to conduct a mussel survey and develop a scientific report_ The
objective of the survey is to determine if state and federally listed mussels are present within the
project area and to collect abundance and density data. The resulting report can be used to
make management decisions and estimate impacts to the mussel assemblage within the project
area_
Bio urvey Group ma I aco I og ists have over 45 years of combined experience conducting mussel
surveys (Appendix A). Projects have included surveys, relocations, monitoring, tagging, Section
7 consultations, etc. in small streams to large navigable rivers. Further, our Midwest branch
(formerly EcoAnalysts, Inc.) has maintained a partnership with HDR for over 10 years and
conducted over 40 mussel surveys in Iowa, including 16 surveys in the Iowa River_ All diving for
this mussel survey will be conducted using commercial diving methods.
Task 1. Project Management
Bio$urvey Group will develop a mussel survey plan in accordance with Iowa's freshwater
mussel survey protocols and will obtain required permits and permissions from the US. Fish
and Wildlife Service (U FWS), the Iowa Department of Natural Resources (IADNR), and other
relevant entities.
Task 2. Mussel Surveys
The mussel survey efforts will be conducted in accordance with the current Iowa mussel survey
protocol. The Phase I survey will include a 50 m upstream buffer, the area of direct impact, and
a 100 m downstream buffer_ The lase survey will consist of 101 minute qualitative timed
searches (505 min, effort) and 101 0.25 m2 quantitative cells distributed throughout the survey
area. For qualitative searches, a diver will visually and tactilely search the survey cell, collecting
all live and dead unionids and 'following" any concentrations of unionids. The sample will bs
brought to the surface and processed. Common species will be identified to species and aged
as adult (>5 years) or juvenile (55 gears). Federally listed, state -listed, and candidate species
will be aged by annular ring count, measured for length, height, and width, and checked for
gravidity (if applicable).
For quantitative samples, a diver will excavate a 0.25 m2 quadrat of the substrate to a depth of
at least 15 cm into a fine mesh bag. The sample will be brought to the surface and processed
Blosurvey Burlington Bridge Mussel Surrey
Croup Page 11
through two mesh sieves of varying sizes. All live mussels will be identified to species, aged by
annular ring count, measured for length, and gendered (if applicable), Live mussels will be kept
cool and moist on the surface and will not be out of the water for more than five minutes.
For both methodologies, dead mussel shells will be scored as fresh dead, weathered dead, or
subfossil. Mussel nomenclature will follow that of the Freshwater Mollusk Conservation Society
(202). Photo vouchers of all representative species collected and any odd, questionably
identified individuals will be taken. All mussels collected during survey efforts will be returned to
the vicinity in which they were collected or to a similarly suitable bed nearby.
If state or federally listed mussels or a significant mussel resource are present within the project
area, a relocation effort may be recommended. An additional survey will be conducted to
identify suitable sites for relocating mussels if a relocation is deemed necessary- If permitted by
IADNR and U FW , this can be performed at the same time as the initial survey. The sites will
be searched using visual and tactile methods to identify a mussel popufation and assemblage
comparable to the project site. BioSurvey Group can then coordinate with HDR, USFWS, and
any additional partners to develop a relocation or mitigation plan_
In the event a federally listed mussel species is located during the survey effort. HDR, UFWS,
and IADNR will be notified within 24 hours.
Task 3. Reporting
Bio urvey Group will prepare a detailed report of findings for HDR's review and approval. The
report will include a full description of the project, a map illustrating the project location and
survey area extent, detailed survey methodology, a figure illustrating all appropriate survey
areBSr summary data tables for species collected and habitat conditions, mussel data by survey
unit, data sheets, photo vouchers of each species observed and photos of odd, questionably
identified species, and a copy of the valid collection permits. Once a final report is approved, a
copy will be submitted to U FVVS and IADNR to fulfill permit requirements.
Task 4. Relocation
If state or federally listed mussel species are detected or a diverse mussel community is
observed during the Phase I survey, then a salvage effort may be recommended to relocate
animals from within the project area_ Once a potentially suitable recipient bed is located,
quantitative sampling will be used to estimate the resident population of the bed and determine
if mussels can be relocated there from the project site. The relocation effort will consist of a
multiple -pass depletion sampling. All relocated mussels will be processed by the methodology
detailed in Phase I. Locations will be georeferenoed and number of mussels by species will be
documented for each relocation site_ An additional report will be produced detailing the
relocation effort. A cast for relocation efforts can be provided upon request following completion
of Phase I survey efforts.
Biosurvey Burlington Badge Mussel Surrey
Croup Page 12
e propose to conduct the work outlined above on the lump sum per task basis detailed in the
table below. This includes all travel, labor, equipment, and supplies necessary to complete each
task.
Task
1. Project Management
. Mussel Surveys
Lump Sum
$500,00
_ 8,078-64
$4.720.00
The Phase I survey is anticipated for the 2024 field season. Additionally, a unionid
survey/relocation cannot be conducted until water temperature warms to above 40°F and air
temperature is above 3°F, per permit conditions, and river discharge is moderate to low.
1. The total impact area does not exceed the area of direct impact as defined for Task Z
above.
2. The project area will be able to be accessed safely, and survey cells in the immediate area
of the dam may need to be omitted from the scope-
. The mussel survey will be completed in one mobilization.
4. Proposal cost does not include Task 4 relocation efforts.
B osurvey Burlington Badge Mussel Surrey
Croup Page 13
7L
Biosur'vey
Group
Figures
Burlington Bndge Mussel Survey
Aw
Figure 1. Proposed surrey area, Burlington Legend
Bridge Phase I Mussel Survey. W*D ADI
w;p aufters
a qua I ItitaLlyc �;ampka
0 oeIks
N
Bio ur ve
Group
0 2U.75 47.5 65 Meters
Survey
Group
Burlington Bridge
Technical Scope
Johnson County, Iowa
Developed For:
HD , Inc.
Dante: May 21, 2024
= Bat Survey
Tableof Contents....................................................................................................................... 1
Appendices................................................................................................................................ 1
Introduction................................................................................................................................
ProjectBackground................................................................................................................
Qualifications...........................................................................................................................
Scopeof Work............................................................................................................................
Task 1. Project Management.. ............................................... .............................................
Task ; Bat Habitat Assess merit .............................................................................................
TaskI Reporting...................................................................................................................
Cost........................................................................................................................................... 3
Appendix A — Key Personnel Resumes
Bio3urvey
ti r•oup
Burlington Bridge Bat Habitat Assessment
Page l 1
Project Background
The City of Iowa City plans to replace the Burlington Street Bridge and potentially conduct
additional work including roadway improvements, repair or replacement of a pedestrian
overpass, and repair or replacement of the dam beneath the bridge. lPaC results indicate
that the proposed project area is within the range of the federally endangered I ndiana Bat
(IBAT) (M otis sodalis) and northern long-eared bat (NLEB) (Myotis septentrionalis) and
the proposed federally endangered Tricolored Bat (Perimyotis subflavus) herein referred
to as targeted bats.
All survey methods will follow the 2024 United States Fish and Wildlife Service (USFWS)
Range -Wide Indiana Bat & Northern Long -Eared Bat Survey Guidelines (Survey
Guidelines); specifically, guidance for non -linear projects >1 3 acres and surveying
bridges and culverts.
Biourvey Group bat survey expertise spans various methods including mist-inet and harp trap
captures, radio -transmitter tracking, acoustic detection and analysis, as well as man u a I vetting far
the echolocation calls of threatened and endangered species. Ws conduct karst topography
surveys, roost tree assessments, bridge surveys, and emergence surveys.
Our federally permitted bat biologists have extensive experience across diverse habitats east of
the Mississippi River ranging from rugged mountains to agricultural plains. Equipped with
knowledge, experience, and skills, wa can assess bat species' land use on linear or non -linear
projects_ Our team provides efficient and accurate Endangered Species Act (ESA) compliance,
as well as addressing general species inventory requirements.
Task 1. Project Management
Prior to survey initiation, Biourvey Group will prepare a detailed bat survey scope of work for
HDR review and approval prior to submission to the Iowa Department of Natural Resources
(IDNR) and USFS for site specific survey approval. Additionally, BioSurvey Group will also
develop a project -specific health and safety plan under this Task if necessary.
Task : Bat Habitat Assessment
BiDSurvey Group will conduct a field survey to investigate and document bat habitat, both summer
and winter. The survey will identify and document all potential bat summer roosting trees,
including tree species, DBH, tree condition, location recorded on G P, and photo documentation_
Flyway corridors, foraging paths, and potential water sources will also be documented. Bats have
been documented using bridges as roosts, the survey will document the presence or absence of
guano piles or live bats under the bridge. The survey will be conducted to satisfy all the information
required by USFWS and IDNR_
BioSurvey
i§ Group
Burlington Bridge - eat Habitat Assessment
Page 1 2
Results of the initial habitat assessment will be submitted to IDNR and US F WS for guidance on
next steps. These steps could include acoustic surveys, emergence surveys, guano DNA testing,
or cherrylpicker trucks to access high areas over deep water.
Task : Reporting
A detailed report of the completed survey wi11 be submitted to HDR for review, prior to submission
to IDNR and UFW. The report will include a full description of the project, a map illustrating the
project location and survey area, detailed survey methodology, summary data tables: all required
data sheets, a photo log, and a copy of the valid collection permit.
BioBurvey Group proposes to conduct the tasks detailed above based on the fixed lump sum
cost per task outlined below.
Task Costing
1. Project Management $1,608.00
. Habitat Assessment $7,054M
, Reporting $,474,00
FF—r* I P-1$1,1.00
1. BioBurvey Group assumes that the property and surrounding area does not include caves
and their associated sinkholes, fissures, and other karst features, as well as anth ropogenic
features such as mines and tunnels.
2. Costing assumes USFVVS will approve the methods detailed above.
3. Proposal costs do not include additional survey methodologies (acoustic surveys,
emergence surveys, guano DIVA testing, or cherry/picker trucks) that may be requested
by IDNR or USFVVS in response to initial survey results. If these steps are required they
will be addressed under additional scope and fees,
BioSurvey
Group
Burlington Bridge - Bat Habitat Assessment
Page 1 3
Attachment D to I_M. 3.310
May 26, 2017
ATTACHMENT 1-4
Page 1 of 4
SUBCONSULTANT SCOPE AND BUDGET
Project Number. HDP-3715(671)--71-52
State of Iowa
hereby certify that 1, Cindy L. Nagel, am the Managing Principal and duly authorized representative of the firm of
Tallgrass Archaeology LLC, whose address is 2460 S. Riverside Drive. Iowa City, Iowa 62246, and do hereby
certify that the below Scope of Services and Subconsultant Budget Proposals are a true and accurate copy of the
Scope of Services and S ubconsultant Budget. Any changes to the proposed Scope and Budget shall lte
documented, signed by bath the Consultantand subconsultant, and approved by the Contract Administrator.
Signature
0613112G24
Date
The tasks that Tel lgrass Archaeology LL (Cultural Sub Consultant) will provide are listed below;
TASK T — PERFORM ENVIRONMENTAL STUDIES & PLANNING
7.3 Field Resources Review
7..1 Cultural Review
The Consultant is retaining DBE Cultural Sulu Consultant (Tallgrass Archaeology, LL ) to perform
Cultural Resource services.
Cultural Sub Consultant proposes to complete a Phase I Archaeological Survey within a 9.6-acre project
boundary_ The survey will include systematic subsurface testing to examine the archaeological potential in
the low ground surface visibility portions of project area and pedestrian survey of higher ground surface
visibility portions of the project area. If archaeological sites are encountered, then subsurface testing will
be conducted per the guidelines for Phase I testing of sites as approved by the Association of Iowa
Archaeologists (AIA) in October 202_ If possible, archaeological sites discovered will be evaluated for
potential eligibility under the integrity considerations and significance criteria of the National Register of
Historic Places_ Results will be summarized in a Phase I Archaeological Survey report, to be delivered
digitally to the client as a PDF document.
Cultural Sub Consultant proposes an intensive survey and evaluation of historic architectural resources
in and adjacent to the proposed project area_ This will require intensive fieldwork and archivallhistorical
research_ Research will be conducted through local, state, and national repositories. A review of previous
survey work and reports will also be conducted_ A stand-alone report will present findings of
contextuallhistorical research along with the findings and recommendations for each resource. Fieldwork,
research, and report compilation will be directed by one of Cultural Sub -Consultant's OI-qualified
historianslarchitecturaI historians and will adhere to both the standards of the United States Secretary of
Interior and the guidelines of the State Historic Preservation Office.
Deliverables for Task 7.3,1 (Cultural Serb Consultant to ConsultanV
F Phase I Archaeological I n vestlgati on Report (Draft and Final)
F Intensive Level Architectural Survey Report (Draft and Final)
Assumotrons for Task 7.3. f (Cultural Sub Consultant to Consultant)
• The cultural reports will be provided to Iowa DOT for review and approval, and their coordination
with and submittal to Iowa SHPO.
• if additional survey acreage or a different survey area is needed. the scope and cost estimate may
be adjusted.
- Additional services, such as archival, develop of a memorandum of agreement, or recordation,
would be addressed through supplemental scope and fee.
Page 50 of 51
Attachment D to I_M, 0.510
May 26, 2017
The Consultant will coordinate with the DBE to complete this task, Including access for survey, discussion
of preliminary results, exchange of GIB files, and rev lew of reports.
The Fee for the tasks provided by Cultural Serb Consultant ovif ned above is: $35, 968.51
Fee Proposal provided by Cultural Sub Consultant is detailed on the next pages.
Page 51 of 51
COST PROPOSAL and SCOPE OF WORK
Submitted by; Tallgrass Archaeology LLC
2460 S. riverside Drive, Iowa City, Iowa 5 246
Submitted to: Brian Goss, HDI
5l 17/202,4
Prf ec't:: Phase I Archaeological Survey and Intensive -Level Architectural Survey for Burlington Street
Bridge Replacement Project in low City, Johnson C aunty, Iowa.
Tallgrass Archaeology LLC can complete the project for the total lump surn price of 33$ A&51, The total shall not
exceed this cost within the scope of work described below.
Scope of Work:
Phase I Archaeological Investi ate Tallgrass Archaeology LLC proposes to complete a Phase I survey for the Burlington
Street Bridge replacement and roadway improvement project within Iowa City, Iowa. The city intends to replace the bridge
that carries Burlington Street over the Iowa River along with various other roadway and infrastructure improvemcros near
the bridge. The project area is located in central Iowa City from the intersection of Burlington Street and Museum Diive
and extending west over the Burlington Street bridge onto Grand Avenue and terminating at the University of Iowa Ficld
House (see Attached Figure)_ In total, the project area encompasses roughly 29,6-acres.
The Phase I survey will consist of the systematic subsurface testing at 15-meter intervals to examine the archaeological
potential in the low ground surface visibility portions of project area and the pedestrian survey of higher ground surface
visibility portions of the project area (sec attached plan map). If any archaeological sites are encountered, then subsurface
testing will be conducted at I0-ineter or less intervals at that location, as per the guidelines for Phase I testing of sites, as
approved by the Association of Iowa Archaeologists (AIA) in October 2022. If possible, any archaeological sites discovered
will be evaluated for potential eligibility under the integrity considerations and significance criteria of the National Register
of Historic Places, The results of this Phase I investigation will be summarized in a report that adheres to the AIA guidelines
for Phase l investigations_ All historical contextual Information identified to this survey will be Included in the resulting
report. The final deliverables wi11 include a Phase I Archaeological Surrey report, to be delivered digitally to the client as a
PDF document,
Intensive Level Architectural Survey: Tallgrass Archaeology LLC proposes an intensive survey and evaluation of all
resources in and adjacent to the proposed project area (see attached map)_ This will require intensive fieldwork and
archival}historical research. Research will be conducted through local, state, and national repositories. A review of previous
survey work and reports will also be conducted. A standalone report will present findings ofcontextmlfhistorical research
along with the findings and recommendations for each resource. The buildings will be considered as individual resources
and as groups of resources. As appropriate, indirect impacts such as visual concerns throughout the area may also be noted.
The findings and recommendations will be summarized in a conclusionary section of the report. An Iowa Site Inventory
Form will be produced for each resource that is 45-years-of-age or older, that has not been inventoried within the last five
years, and is not already listed as a national, state, or local landmarklhistoric resource_ These forms wi11 he appended to the
intensive historical -architectural report. All fieldwork, research, and report compilation wiII be directed by one ofTallgrass
Archaeology LLC's SOT -qualified historians/architectural historians and will adhere to both the standards of the United
States Secretary of interior and the guidelines of the State Historic Preservation Office.
Cost Assumptions and Requirements;
l _ The size of the current project area will not exceed the 29.6-acre (l 1.9-hectare) project area pictured on the
attached project plan map. If additional survey acreage, or a different survey area is needed, Tallgrass reserved the
right to adjust its scope of work and cost estimate as necessary,
Additional Services
Any Professional service not included or mentioned in this agreement are considered additional services. Additional
services, if approved or requested by HDR will be performed at the hourly rate utilized by this budget, available upon
request.
Billing:
HDR wilt compensate TaIlgrass Archaeology LLC for the total lump sum price of the Archaeological Phase 1 survey within
30 days of the completion of the Phase 1 report.
Location of the Project Areas in Red.
0,12
• Is XJOJ�
f
#Jkna -RwTay rasi 4A, CC
-,.-
*- 4 9
As
' LLCOn Dr 6p�Fgo
L ,,ard Ave
rp�
t cul,
Item Number: 7.a.
a
CITY OF IOWA CITY
"QR T-4 COUNCIL ACTION REPORT
September 17, 2024
Motion setting a public hearing for October 1, 2024 on an ordinance amending Title 14,
entitled "Zoning Code", to address tobacco sales oriented retail uses. (REZ24-0006)
Attachments: PZ Memo - 09.04.2024.pdf
Draft Ordinance
CITY OF IOWA CITY
MEMORANDUM
Date: August 29, 2024
To: Planning & Zoning Commission
From: Eric R. Goers, City Attorney
Re: Zoning Code Amendments to create a Tobacco Retailer use, and create limitations
on where they can be located
Introduction
At their April 2nd, 2024 formal meeting, the Iowa City Council denied several tobacco permit
applications and expressed a desire to give thought and study to what could be done at a local
level to address the proliferation of tobacco retailers within City limits. At their May 7th, 2024
formal meeting, Council passed a moratorium on the issuance of new tobacco permits while
they studied more about what could be done. The moratorium runs until January 1st, 2025.
Council then engaged in several work sessions to discuss how to better address the tobacco
retailers, and the harmful health effects they bring to the community. At their July 16th, 2024
work session they direction the City Attorney to bring forth three draft ordinances for
consideration. Those included the following:
1. A zoning code amendment to impose 500' separation distance requirements between
tobacco retailers and other tobacco retailers, k-12 schools, and university property.
2. A cap on tobacco permits at the present 63.
3. A ban on kratom products.
At their August 6th and 20th, 2024 work sessions, Council discussed the ordinances, ultimately
deciding to proceed with the zoning code ordinance amendment and the creation of the kratom
ban, but not the permit cap. They tweaked the draft zoning code amendment on the topic of
grandfather rights, but otherwise accepted the draft ordinance as presented as appropriate to
send to Planning and Zoning for your consideration. I have attached that draft hereto
(Attachment 1.) Because it is a text amendment initiated by the City Council, the submittal
requirements of Iowa City Code 14-8D-5C do not apply.
Current Regulations
At present, there is no "Tobacco Sales Oriented Uses" under the City's zoning code. Nor are
there any restrictions specific to where tobacco retailers can operate, other than general
provisions related to commercial retail uses.
Proposed Amendments
The proposed amendment (Attachment 1) helps to enhance land use regulations related to
tobacco retailers in an effort to improve public health. This is consistent with advancing the
City's strategic value of safety and well-being for our community members.
The CDC has long concluded that there are significant health concerns related to public
consumption of tobacco, tobacco products, alternative nicotine products, and vapor products.
They report that smoking tobacco causes cancer, heart disease, stroke, lung diseases,
diabetes, and chronic obstructive pulmonary disease (COPD), which includes emphysema and
chronic bronchitis.
In Ordinance No. 15-4634 (codified at Section 6-10-2 of the City Code), the City Council found
that the use of e-cigarettes presents a serious and unknown public health threat and that in the
interests of protecting the health of the public and providing a healthy work -place environment
for its employees the City of Iowa City and prohibited the use of electronic cigarettes in all areas
where it is illegal to smoke tobacco products. Research shows that greater access and
availability of tobacco, tobacco products, alternative nicotine products, and vapor products leads
to greater use of those products, and thus greater public harm.
Iowa Code Chapter 453A governs the sale of tobacco, tobacco products, alternative nicotine
products, and vapor products within the state of Iowa, all of which are covered by retail tobacco
permits issued by the City. Chapter 453A grants cities the authority to issue retail tobacco
permits located within their city limits. Chapter 453A further grants cities the discretion to issue,
or not issue, tobacco permits within their city limits, pursuant to the city's own policies. For
these reasons, managing the location of tobacco retailers is an appropriate subject of zoning
law.
The proposed amendment contains seven parts, presented in the order in which they appear in
the ordinance, as follows:
1. Amends the table of allowable uses in commercial zones.
2. Amends the table of allowable uses in industrial and research zones.
3. Amends the table of allowable uses in form -based code areas.
4. Creates a new use category — "Tobacco sales oriented", for use in later sections.
5. Provides a definition tracking that use category.
6. Imposes a 500' separation buffer between tobacco retailers and other tobacco retailers,
k-12 schools, and colleges and universities, including all University property. These
provisions are modeled after our separation distance requirements for drinking
establishments.
7. Addresses grandfather rights for those tobacco retailers already operating. Under these
provisions, tobacco retailers would lose their grandfather rights if they have their permit
revoked, allow their permit to expire for more than 60 days, cease the sale of tobacco
products for at least 90 days, or change their use.
Analysis
Staff and Council believe controlling the density of tobacco retailers, as well as keeping them at
least 500' from youthful populations such as those found on and near school properties,
including college property (legal age for tobacco products is 21), will reduce the use of tobacco
products and their related substitutes. Current retailers are protected via the grandfather
provisions so as to prevent the forceful shuttering of businesses, or elements of those
businesses.
The federal Centers for Disease Control and Prevention (CDC) has an abundance of
information available about the detrimental health effects of both tobacco products and tobacco
alternatives. For more information, see their website here:
https://www.cdc.gov/tabacco/index.html. For more information about the effects of greater
tobacco retailer density, see the following article from the Journal Preventative Medicine, from
their January, 2022 volume: Associations Between Disparities in Tobacco Retailer Density and
Disparities in Tobacco Use, by Allison M. Glasser, MPH, Nathaniel Onnen, PhD, Peter F.
Craigmile, PhD, Elli Schwartz, BS, and Megan E. Roberts, PhD.
https://www.ncbi.nlm.nih._qov/pmc/articles/PMC8750533/ The journal article also describes an
association between greater exposure to tobacco retailers and their marketing and price
promotions and greater tobacco use.
Anticipated Impact
Staff anticipates that the proposed zoning ordinance will stem the proliferation of tobacco
retailers in areas where there is already high density, such as downtown and along the Highway
1 and 6 corridors. The City has created a map showing the location of current tobacco retailers,
K-12 school property, and property owned by the Regents. Also included are 500' buffers for
both the retailer and school property. The map link can be found here: htt s:llma s.iowa-
cit .org/porta I/aslinstant/basichndex.htmI?a ppid=ef233a2608104fa48ba72e5bf360aca0 Map
layers can be turned on and off via the layer function in the lower right-hand corner. Over time,
density may be reduced by attrition.
Staff Recommendation
Staff recommends that Title 14 Zoning be amended as detailed in Attachment 1 to enhance land
use regulations related to tobacco retailer use and to further implement the City's goals related
to public health.
Attachments
Proposed Zoning Code Text Amendments
r
Approved by: _Z:��
Eric Goers, City Attorney
ATTACHMENT 1
Draft Zoning Code Text
Attachment 1
Draft Zoning Code Text
Underlined and/or bold text (within tables) is suggested new language. Strike -through notation
indicates language to be deleted.
Section 1. Amendrnen
1. Title 14, entitled "Zoning Code", Chapter 2 entitled "Base Zones", Article C entitled "Commercial
Zones", Table 2C-1, entitled "Principal Uses Allowed in Commercial Zones", is amended by adding the
following bolded text to the "Retail uses" use category:
Table 2C-1: Principal Uses Allowed in Commercial Zones
Use
Categories
Subgroups
CO-
1
CN-
1
CH-
1
Cl-
1
CC-
2
CB-
2
CB-
5
CB-
10
MU
Retail uses'
Alcohol sales
oriented retail
PR
PR
P
P
PR
PR
PR
PR
Delayed deposit
service uses
PR
Hospitality oriented
retail
PR
PR
P
P
P
P
P
P
PR
Outdoor storage and
display oriented
P
PR
Personal service
oriented
P
PR
P
P
P
P
P
PR
Repair oriented
P
P
P
P
P
Sales oriented
PR
PR
P
P
P
P
P
PR
Tobacco sales
oriented
PR
PR
PR
PR
PR
PR
PR
PR
2. Title 14, entitled "Zoning Code", Chapter 2 entitled "Base Zones", Article D entitled "Industrial and
Research Zones", Table 2D-1, entitled "Principal Uses Allowed in Industrial and Research Zones", is
amended by adding the following bolded text to the "Retail' use category:
Table 2D-1: Principal Uses Allowed In Industrial And Research Zones
Use Categories
Subgroups
1-1
1-2
RDP
ORP
Retail
Sales oriented
Personal service oriented
Alcohol sales oriented
Repair oriented
Hospitality oriented retail
S
S
Outdoor storage and display oriented
Tobacco sales oriented
3. Title 14, entitled "Zoning Code", Chapter 2 entitled "Base Zones", Article H entitled "Form -based
Zones and Standards", Table 14-2H-3B-1, entitled "Uses", is amended by adding the following bolded
text to the "Retail' use category:
Table 14-21-1-313-1: Uses
Use
T3NE
T3NG
T3NG-
T4NS
T4NS-
T4NM
T4NM-
T4MS
Specific
Categories
O
O
O
Standards
Retail Uses
Sales
-
P'
-
P'
-
P'
P
Oriented
Personal
-
-
P'
-
P'
-
P'
P
Service
Oriented
Alcohol
-
-
-
-
S'
-
S'
S
14-4B-4B-
Sales
15
Oriented
Hospitality
Oriented
PR
PR
PR
PR
PR
PR
PR
PR
14-4B-4B-
18(CN-1)
Tobacco
-
-
PR'
-
PR'
-
PR'
PR
144B-413-
Sales
24
Oriented
Indoor
-
-
-
-
-
-
-
PR/S
14-4B-4B-
Commercial
7
Recreational
Uses
General
-
-
-
S'
-
S'
PR
14-4B-4B-
Animal
2(CN- 1)
Related
Commercial
Uses
4. Title 14, entitled "Zoning Code", Chapter 4 entitled "Use Regulations", Article A, entitled "Use
Categories", Section 4, entitled "Commercial Use Categories", Subsection I, entitled "Retail Uses", is
amended by adding the following Paragraph 2.(h.):
h. Tobacco Sales Oriented: Any retailer actively engaged in the sale of tobacco products, cigarettes.
alternative nicotine products, or vapor products all as defined_ in Iowa Code Chapter 453A, as
amended, pursuant to a tobacco permit.
5. Title 14, entitled "Zoning Code", Chapter 9 entitled "Definitions", Article A, entitled "General
Definitions", Section 1, entitled "Definitions" is amended by adding the following definition:
Tobacco Sales Oriented Use: See "Retail uses" "Tobacco Sales Oriented" as defined in chapter 4.
Article A "Use Categories", of this Title.
6. Title 14, entitled "Zoning Code", Chapter 4 entitled "Use Regulations", Article B, entitled "Minor
Modifications, Variances, Special Exceptions, and Provisional Uses", Section 4, entitled "Specific
Approval Criteria for Provisional Uses and Special Exceptions", Subsection B, entitled "Commercial
Uses", is amended by adding the following Paragraph 24, entitled "Tobacco Sales Oriented Uses":
24. Tobacco Sales Oriented Uses: A tobacco sales oriented use as defined in this title must be
separated by a minimum distance of five hundred feet 500' from any other tobacco sales oriented
use, any general educational facility, and any college and university, as defined by this title. For
purposes of the distance separation requirements within this Paragraph, "college and universities"
shall include all property owned by the Iowa Board of Regents. Distance shall be measured along a
straight line from the nearest property line or nearest point of the leased building space) of the
Proposed use to the nearest property line or nearest point of the leased building space) of any
other tobacco sales oriented usegeneral educational facility, or any college or university. For
example, in the case of a tobacco sales oriented use that is located on a lot with multiple leased
building spaces, such as a shopping mall, the distance is measured from the nearest point of the
leased building space occupied by a tobacco sales oriented use to the nearest property line or
leased building space of any other tobacco sales oriented usegeneral educational facility,or
college and university.
7. Title 14, entitled "Zoning Code", Chapter 4 entitled "Use Regulations", Article E, entitled
"Nonconforming Situations", Section 5, entitled "Regulation of Nonconforming Uses", is amended to
add the following Subsection H, entitled "Nonconforming Tobacco Sales Oriented Uses":
H. Nonconforming Tobacco Sales Oriented Uses: In addition to the other provisions in this section
the following rovisions apply to nonconforming tobacco sales oriented uses:
1. An "tobacco sales oriented uses" as defined in this title that was legally established priot
to the effective date hereof and that is nonconforming with regard to separation distances required
under this title may continue unless any of the following conditions occur. If any of these conditions
occur, then nonconforming rights cease and the use must convert to a conforming use:
a. The tobacco permit is revoked: or
b. The tobacco permit lapses or is discontinued fora period of sixty 60 days or more; or
c. The tobacco sales oriented use ceases fora period of ninety 90 days or more; or
d. There has been a change of use as defined in Section 14-4E-5B.
Prepared by: Eric Goers, City Attorney, 410 E. Washington Street, Iowa City, IA 52240; 319-356-5030
Ordinance Number
Ordinance amending Title 14, entitled "Zoning Code", to address Tobacco
Sales Oriented Uses. (REZ24- ).
Whereas, Iowa City has seen within its borders an increased presence of retail outlets primarily
focused on retail sales of tobacco, tobacco products, alternative nicotine products, and vapor
products; and
Whereas, there are significant health concerns related to public consumption of tobacco,
tobacco products, alternative nicotine products, and vapor products; and
Whereas, the Center for Disease Control (CDC) reports that smoking tobacco causes cancer,
heart disease, stroke, lung diseases, diabetes, and chronic obstructive pulmonary disease
(COPD), which includes emphysema and chronic bronchitis; and
Whereas, according to the CDC, nearly 9 out of 10 adults who smoke cigarettes daily first tried
smoking by age 18; and
Whereas, according to the CDC, smokeless tobacco products can cause mouth cancer, gum
disease, and tooth loss; and
Whereas, according to the CDC, 1.5% of high school students in 2023 were current users of
smokeless tobacco products; and
Whereas, in Ordinance No. 15-4634 (codified at Section 6-10-2), the City Council found that the
use of e-cigarettes presents a serious and unknown public health threat and that in the interests
of protecting the health of the public and providing a healthy work -place environment for its
employees the City of Iowa City and prohibited the use of electronic cigarettes in all areas
where it is illegal to smoke tobacco products; and
Whereas, according to the CDC, in 2023, 2.13 million U.S. middle and high school students had
used e-cigarettes in the past 30 days, including 4.6% of middle school students and 10.0% of
high school students; and
Whereas, Chapter 142D of the Iowa Code, the Iowa Smokefree Air Act, prohibits smoking
tobacco products in certain public spaces, places of employment and outdoor areas, including
enclosed City buildings and vehicles operated by the City, the public grounds immediately
adjacent to City buildings and bus shelters; and
Whereas, as a result of these public health risks, the City has declared additional areas to be
smoke free places including the municipal parking ramps, airport, City Plaza except for alleys
and certain areas within Iowa City parks (see Chapter 10 of Title 6, "Public Health and Safety");
and
Whereas, greater access and availability of tobacco, tobacco products, alternative nicotine
products, and vapor products leads to greater use of those products, and thus greater public
harm; and
Whereas, Iowa Code Chapter 453A governs the sale of tobacco, tobacco products, alternative
nicotine products, and vapor products within the state of Iowa, all of which are covered by retail
tobacco permits; and
Whereas, Chapter 453A grants cities the authority to issue retail tobacco permits located within
their city limits; and
Whereas, Chapter 453A further grants cities the discretion to issue, or not issue, tobacco
permits within their city limits, pursuant to the city's own policies; and
Whereas, it is in the best interest of the City to amend the ordinance to create a new "Tobacco
Retailer Uses" category, and to regulate their locations within the City.
Now, therefore, be it ordained by the City Council of the City of Iowa City, Iowa:
Section I. Amendments
1. Title 14, entitled "Zoning Code", Chapter 2 entitled "Base Zones", Article C entitled
"Commercial Zones", Table 2C-1, entitled "Principal Uses Allowed in Commercial Zones", is
amended by adding the following bolded text to the "Retail uses" use category:
Table 2C-1: Principal Uses Allowed in Commercial Zones
Use
Categories
Subgroups
CO-
1
CN-
1
CH-
1
Cl-
1
CC-
2
CB-
2
CB-
5
CB-
10
MU
Retail uses'
Alcohol sales
oriented retail
PR
PR
P
P
PR
PR
PR
PR
Delayed deposit
service uses
PR
Hospitality oriented
retail
PR
PR
P
P
P
P
P
P
PR
Outdoor storage and
display oriented
P
PR
Personal service
oriented
P
PR
P
P
P
P
P
PR
Repair oriented
P
P
P
P
P
Sales oriented
PR
PR
P
P
P
P
P
PR
Tobacco sales
oriented
PR
PR
PR
PR
PR
PR
PR
PR
2. Title 14, entitled "Zoning Code", Chapter 2 entitled "Base Zones", Article D entitled
"Industrial and Research Zones", Table 2D-1, entitled "Principal Uses Allowed in Industrial and
Research Zones", is amended by adding the following bolded text to the "Retail" use category:
Table 2D-1: Principal Uses Allowed In Industrial And Research Zones
Use Categories
Subgroups
1-1
1-2
RDP
ORP
Retail
Sales oriented
Personal service oriented
Alcohol sales oriented
Repair oriented
Hospitality oriented retail
S
S
Outdoor storage and display oriented
Tobacco sales oriented
3. Title 14, entitled "Zoning Code", Chapter 2 entitled "Base Zones", Article H entitled "Form -
based Zones and Standards", Table 14-2H-3B-1, entitled "Uses", is amended by adding the
following bolded text to the "Retail" use category:
Table 14-2H-3B-1: Uses
Use
T3NE
T3NG
T3NG-
T4NS
T4NS-
T4NM
T4NM-
T4MS
Specific
Categories
O
O
O
Standards
Retail Uses
Sales
-
-
P'
-
P'
-
P'
P
Oriented
Personal
-
-
P'
-
P'
-
P'
P
Service
Oriented
Alcohol
-
-
-
-
S'
-
S'
S
14-413-413-
Sales
15
Oriented
Hospitality
PR
PR
PR
PR
PR
PR
PR
PR
14-413-413-
Oriented
18(CN-1)
Tobacco
-
-
PR'
-
PR'
-
PR'
PR
14-4B-4B-
Sales
24
Oriented
Indoor
-
-
-
-
-
-
-
PR/S
14-413-413-
Commercial
7
Recreational
Uses
General
-
-
-
-
S'
-
S'
PR
14-413-413-
Animal
2(CN- 1)
Related
Commercial
Uses
4. Title 14, entitled "Zoning Code", Chapter 4 entitled "Use Regulations", Article A, entitled
"Use Categories", Section 4, entitled "Commercial Use Categories", Subsection I, entitled "Retail
Uses", is amended by adding the following Paragraph 2.(h.):
h. Tobacco Sales Oriented: Any retailer actively engaged in the sale of tobacco products,
cigarettes, alternative nicotine products, or vapor products, all as defined in Iowa Code
Chapter 453A, as amended, pursuant to a tobacco permit.
5. Title 14, entitled "Zoning Code", Chapter 9 entitled "Definitions", Article A, entitled "General
Definitions", Section 1, entitled "Definitions" is amended by adding the following definition:
Tobacco Sales Oriented Use: See "Retail uses", "Tobacco Sales Oriented" as defined in
chapter 4, Article A, "Use Categories", of this Title.
6. Title 14, entitled "Zoning Code", Chapter 4 entitled "Use Regulations", Article B, entitled
"Minor Modifications, Variances, Special Exceptions, and Provisional Uses", Section 4, entitled
"Specific Approval Criteria for Provisional Uses and Special Exceptions", Subsection B, entitled
"Commercial Uses", is amended by adding the following Paragraph 24, entitled "Tobacco Sales
Oriented Uses":
24. Tobacco Sales Oriented Uses: A tobacco sales oriented use, as defined in this title,
must be separated by a minimum distance of five hundred feet (500') from any other
tobacco sales oriented use, any general educational facility, and any college and university,
as defined by this title. For purposes of the distance separation requirements within this
Paragraph, "college and universities" shall include all property owned by the Iowa Board of
Regents. Distance shall be measured along a straight line from the nearest property line (or
nearest point of the leased building space) of the proposed use to the nearest property line
(or nearest point of the leased building space) of any other tobacco sales oriented use,
general educational facility, or any college or university. For example, in the case of a
tobacco sales oriented use that is located on a lot with multiple leased building spaces, such
as a shopping mall, the distance is measured from the nearest point of the leased building
space occupied by a tobacco sales oriented use to the nearest property line or leased
building space of any other tobacco sales oriented use, general educational facility, or
college and university.
7. Title 14, entitled "Zoning Code", Chapter 4 entitled "Use Regulations", Article E, entitled
"Nonconforming Situations", Section 5, entitled "Regulation of Nonconforming Uses", is
amended to add the following Subsection H, entitled "Nonconforming Tobacco Sales Oriented
Uses":
H. Nonconforming Tobacco Sales Oriented Uses: In addition to the other provisions in this
section, the following provisions apply to nonconforming tobacco sales oriented uses:
1. Any "tobacco sales oriented uses", as defined in this title, that was legally
established prior to the effective date hereof and that is nonconforming with regard to
separation distances required under this title, may continue unless any of the following
conditions occur. If any of these conditions occur, then nonconforming rights cease and the
use must convert to a conforming use:
a. The tobacco permit is revoked; or
b. The tobacco permit lapses or is discontinued for a period of sixty (60) days or
more; or
c. The tobacco sales oriented use ceases for a period of ninety (90) days or more;
or
d. There has been a change of use as defined in Section 14-4E-:,B.
8. Title 14, entitled "Zoning Code", Chapter 4 entitled "Use Regulations", Article E, entitled
"Nonconforming Situations", Section 5, entitled "Regulation of Nonconforming Uses",
Subsection F is amended by adding the underlined text and deleting the strikethrough text, as
follows:
F. Discontinuance Of Nonconforming Use: Except as allowed in subsection E,, aPA-G, and
H of this section, a nonconforming use that is discontinued for a period of one year must
revert to a conforming use or, in qualifying situations, a special exception may be applied for
according to the provisions of subsection B of this section.
Section II. Repealer. All ordinances and parts of ordinances in conflict with the provision of this
Ordinance are hereby repealed.
Section III. Severability. If any section, provision or part of the Ordinance shall be adjudged to be
invalid or unconstitutional, such adjudication shall not affect the validity of the Ordinance as a
whole or any section, provision or part thereof not adjudged invalid or unconstitutional.
Section IV. Effective Date. This Ordinance shall be in effect after its final passage, approval and
publication, as provided by law.
Passed and approved this
City Attorney's Office
Attest:
City Clerk
day of , 2024.
It was moved by
adopted, and upon roll call there were:
Ayes:
and seconded by
Nays:
Approved by
City Attorney's Office
Absent:
Alter
Bergus
Dunn
Harmsen
Moe
Salih
Teague
the Ordinance be
Item Number: 7.b.
CITY OF IOWA CITY
COUNCIL ACTION REPORT
September 17, 2024
Resolution setting a public hearing on October 1, 2024 on project manual and estimate of cost
for the construction of the 2024 Iowa City Parks Improvements Project, directing City Clerk to
publish notice of said hearing, and directing the City Engineer to place said project manual on
file for public.
Prepared By: Ethan Yoder - Civil Engineer
Reviewed By: Juli Seydell Johnson - Parks & Recreation Director
Jason Havel - City Engineer
Ron Knoche - Public Works Director
Geoff Fruin - City Manager
Fiscal Impact: $593,000 is available in the Calder Park Trail account
#R4132, College Green Park Playground account #R4385,
New Park Development — Shannon Drive account #R4409,
and Brookland Park Playground account #R4410
Staff Recommendation: Approval
Commission Recommendations: Approval
Attachments: Resolution
Executive Summary:
This agenda item begins the bidding process for the 2024 Iowa City Parks Improvements
Project. This project generally includes improvements at four separate parks: a new park at
960 Shannon Drive; Brookland Park; College Green Park; and Calder Park. The new park at
Shannon Drive includes a new shelter, playground, and sidewalk. Brookland Park includes a
playground replacement and sidewalk. College Green includes a playground replacement,
sidewalk, basketball court replacement, and cornhole boards. Calder Park includes a new
trail segment connecting the park to Monument Hills Subdivision. Projects follow the 2017
Park Master Plan.
Neighborhood meetings were held for the Shannon Drive, College Green and Brookland
Park projects on the evening of May 8, 2024 at the Robert A. Lee Recreation Center.
Postcard invitations were mailed to all addresses within half a mile of each park. Public
notice was also made through a press release and social media posts. An on-line version of
the public input topics was available for 10 days following the in -person meeting. The Parks
& Recreation Commission reviewed and recommended approval of these plans at their July
10, 2024 meeting.
Background / Analysis:
The 2017 Park master plan has determined that the College Green and Brookland park
playgrounds are reaching the end of their serviceable life. The master plan also points out a
deficiency in the Shannon Drive neighborhood area with a lack of accessible parks. Calder
Park trail is needed for trail access connections and ADA access.
Project Timeline:
Public Hearing /Approve Project Manual: October 1, 2024
Bid Letting Date: October 29, 2024
Contract Award Date: November 4, 2024
Construction Dates: Spring 2025 to Fall 2025
Prepared by: Ethan Yoder Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5145
— 1"�
Resolution No. 24-237
Resolution setting a public hearing on October 1, 2024 on
project manual and estimate of cost for the construction of the
2024 Iowa City Parks Improvements Project, directing City Clerk
to publish notice of said hearing, and directing the City Engineer
to place said project manual on file for public inspection.
Whereas, funds for this project are available in the Calder Park Trail account #R4132, College
Green Park Playground account #R4385, New Park Development - Shannon Drive account
#R4409, and Brookland Park Playground account #R4410.
Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that:
1. A public hearing on the project manual and estimate of cost for the construction of the
above -mentioned project is to be held on the 1st day of October, 2024, at 6:00 p.m. in the
Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next
meeting of the City Council thereafter as posted by the City Clerk.
2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for
the above -named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. A copy of the project manual 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 17th day of September , 2024
r
Approved by
,� Attest: Q ._.P C�2.
City dlerk City Attorn 's Office
(Liz Craig - 09/11/2024)
It was moved by Harmsen and seconded by
adopted, and upon roll call there were:
Ayes:
Nays:
Moe the Resolution be
Absent:
Alter
Bergus
Dunn
Harmsen
Moe
Salih
Teague
Item Number: 7.c.
CITY OF IOWA CITY
COUNCIL ACTION REPORT
September 17, 2024
Resolution setting a public hearing on October 1, 2024 on project manual and estimate of cost
for the construction of the Normandy Drive Storm Sewer Project, directing City Clerk to publish
notice of said hearing, and directing the City Engineer to place said project manual on file for
public inspection.
Prepared By: Ben Clark — Senior Engineer
Reviewed By: Jason Havel — City Engineer
Ron Knoche — Public Works Director
Geoff Fruin — City Manager
Fiscal Impact: $395,000 available in the Normandy Drive Storm Sewer
Replacement account #M3629
Staff Recommendation: Approval
Attachments: Resolution
Executive Summary:
This agenda item begins the bidding process for the construction of the Normandy Drive
Storm Sewer Project.
Background / Analysis:
The Normandy Drive Storm Sewer Project will replace storm sewer that has reached the end
of its useful life and will make modifications to reduce the amount of staff response time
needed during flooding from the Iowa River.
This project includes replacing 175 feet of 54" x 34" Corrugated Metal Arch Pipe with twin 36"
diameter Reinforced Concrete Pipes; removing and replacing an existing intake; and
installing a gate valve structure. Street and sidewalk pavement will be replaced as necessary
to complete the project.
Project Timeline:
Public Hearing — October 1, 2024
Award Date — November 5, 2024
Construction — Summer 2025
Prepared by: Ben Clark, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5436
Resolution No. 24-238
Resolution setting a public hearing on October 1, 2024 on
project manual and estimate of cost for the construction of the
Normandy Drive Storm Sewer Project, directing City Clerk to
publish notice of said hearing, and directing the City Engineer to
place said project manual on file for public inspection.
Whereas, funds for this project are available in the Normandy Drive Storm Sewer Replacement
account #M3629.
Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that:
A public hearing on the project manual and estimate of cost for the construction of the
above -mentioned project is to be held on the 1st day of October, 2024, at 6:00 p.m. in the
Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next
meeting of the City Council thereafter as posted by the City Clerk.
2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for
the above -named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. A copy of the project manual 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 17th day of September , 2024
MiW
Approved by
Attest: , � `�.kQ,�.p �l [.C`� L'
City Clerk City Attor y's Office
(Liz Craig - 09/12/2024)
It was moved by Harmsen and seconded by Moe the Resolution be
adopted, and upon roll call there were:
Ayes:
Nays: Absent:
x
Alter
x
Bergus
x
Dunn
x
Harmsen
x
Moe
x
Salih
x
Teague
Item Number: 7.d.
CITY OF IOWA CITY
COUNCIL ACTION REPORT
September 17, 2024
Resolution setting a public hearing on October 1, 2024 on project manual and estimate of cost
for the construction of the Riverside Drive Pedestrian Bridge at Iowa Avenue Rehabilitation
Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to
place said project manual on file for public inspection.
Prepared By: Alin Dumachi — Senior Engineer
Reviewed By: Jason Havel — City Engineer
Ron Knoche — Public Works Director
Geoff Fruin — City Manager
Fiscal Impact: $1,300,000 available in the Riverside Dr. Pedestrian Bridge
at Iowa Ave. Rehab Account #S3978
Staff Recommendation: Approval
Attachments: Resolution
Executive Summary:
This agenda item begins the bidding process for the Riverside Drive Pedestrian Bridge at
Iowa Avenue Rehabilitation Project. This project generally includes concrete rehabilitation to
the existing bridge and spiral ramp, expansion joint rehabilitation, pavement modifications at
the spiral ramp landing, and aesthetic improvements including new handrail, new electrical
lighting, and bridge deck coating.
Background / Analysis:
The University of Iowa, the Iowa Department of Transportation, and the City of Iowa City
entered into a Memorandum of Understanding on November 19, 2002 which details their
respective responsibilities for maintenance of the three pedestrian bridges crossing over
Riverside Drive/Highway 6, including the pedestrian bridge at Iowa Avenue. The MOU states
that the University and City are each responsible for 25% of the cost of major repair projects,
and the DOT is responsible for 50% of the cost of major repair projects. The Riverside Drive
Pedestrian Bridge at Iowa Avenue Rehabilitation Project is considered to be a major repair
project. The University, DOT, and City are willing to jointly participate in said project in
accordance with the original MOU. The total estimated construction cost for the project is
$1,300,000. Therefore, it is estimated that the City will be responsible for $325,000 of
construction costs.
Origin Design, Co. (formerly IIW, P.C.) of Dubuque, Iowa completed in-depth inspection
services of the Riverside Drive pedestrian bridge at Iowa Avenue in 2019. Upon completion of
the inspection, Origin provided a formal summary of the current bridge conditions as well as
recommended repairs and estimated cost of repairs. Concrete spalling, delamination, and
exposed reinforcing were observed during the inspection. The report, dated October 30,
2019, confirmed the need for comprehensive concrete and expansion joint rehabilitation to
significantly increase the serviceable life of the structure and restore its aesthetics.
Project Timeline:
Public Hearing — October 1, 2024
Bid Letting — October 24, 2024
Award Date — November 4, 2024
Construction — May to August 2025
JI
Prepared by: Alin Dumachi, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5143
Resolution No. 24-239
Resolution setting a public hearing on October 1, 2024 on project
manual and estimate of cost for the construction of the Riverside
Drive Pedestrian Bridge at Iowa Avenue Rehabilitation Project,
directing City Clerk to publish notice of said hearing, and directing
the City Engineer to place said project manual on file for public
inspection.
Whereas, funds for this project are available in the Riverside Dr. Pedestrian Bridge at Iowa Ave.
Rehab Account #S3978.
Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that:
1. A public hearing on the project manual and estimate of cost for the construction of the above -
mentioned project is to be held on the 1st day of October, 2024, at 6:00 p.m. in the Emma J.
Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of
the City Council thereafter as posted by the City Clerk.
2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for
the above -named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. A copy of the project manual 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 17th day of September 12024
M r
Approved by
Attest: 1 � ' L
E_
City tlerk City Attor y's Office
(Liz Craig - 09/12/2024)
It was moved by Harmsen and seconded by
adopted, and upon roll call there were:
Ayes:
x
Nays:
Moe the Resolution be
Absent:
Alter
Bergus
Dunn
Harmsen
Moe
Salih
Teague
Item Number: 8.a.
a
CITY OF IOWA CITY
"QF T-4 COUNCIL ACTION REPORT
September 17, 2024
Establishment of "No Parking Any Time" parking prohibition around the cul-de-sac on Buena
Drive
Prepared By: Emily Bothell, Senior Associate Transportation Planner
Reviewed By: Kent Ralston, Transportation Planner
Jason Havel, City Engineer
Ron Knoche, Public Works Director
Tracy Hightshoe, Neighborhood and Development Services
Director
Fiscal Impact: None
Staff Recommendation: Approval
Commission Recommendations: N/A
Executive Summary:
As directed by Title 9, Chapter 1, Section 3B of the City Code, this is to advise the City
Council of the following action:
Pursuant to Section 9-1-3A (10); Establish a "No Parking Any Time" parking prohibition
around the cul-de-sac of Buena Drive.
Background / Analysis:
This action is being taken at the request of the Resource Management Division in order to
improve access for garbage, recycling, and organics trucks. When vehicles park on -street
around the cul-de-sac, it becomes very difficult for these trucks to safely navigate the street,
which has led to the repeated damage of a residential driveway approach. In the past, the
City has distributed flyers asking vehicle owners not to park in the cul-de-sac on Fridays
when garbage, recycling, and organics are collected, but this has not been effective.
Residents along Buena Drive have been informed of the proposed change.
Item Number: 10.a.
CITY OF IOWA CITY
COUNCIL ACTION REPORT
September 17, 2024
Resolution amending the current budget for fiscal year ending June 2025.
Prepared By: Nicole Davies, Finance Director
Reviewed By: Geoff Fruin, City Manager
Fiscal Impact: FY25 budget revisions are funded through new revenues or
available fund balance.
Staff Recommendation: Approval
Commission Recommendations: N/A
Attachments: Notice of Public Hearing
FY25 Budget Amendment #1
Resolution
Executive Summary:
The Finance Department requests the City Council to set a public hearing for consideration of
amending the fiscal year 2025 annual budget on September 17, 2024. This is the first budget
amendment for fiscal year 2025.
Background / Analysis:
Budget amendments are submitted to the Finance Department and reviewed for approval by
the Finance Director and City Manager. Requests to carry appropriations over from one year
to the next are also submitted and approved in the same manner. A formal recommendation
for a budget amendment is then prepared for City Council approval.
The State of Iowa allows cities to amend the annual operating budget for supplemental
appropriation authority. These changes may include new or revised revenue and
expenditure projections, transfers between funds, and capital improvement plan changes.
Increased expenditures must utilize available fund balance or additional revenue sources, as
the State does not allow amendments to increase property taxes. According to the City's
financial policies, amendments to operating budgets will be made only in the following
situations:
emergency situations
transfer from contingency
expenditures with offsetting revenues or fund balance
carry-over of prior year budget authority for expenses that had not been paid as of the end of
the fiscal year.
This proposed budget amendment increases overall revenues and transfers -in by
$51,636,581, as shown on Line 15 of the attached notice (see Revenues & Other Financing
Sources, lines 1-15). The majority of the increase of revenues being amended is for
intergovernmental revenues, transfers in, and other financing sources. Intergovernmental
revenues (line 9) are being increased by $9,904,371, which primarily represents State and
Federal grants on capital projects and HOME/CDBG revenues that are being carried forward
from the prior year. Other Financing Sources (line 13) is being amended by $32,264,690,
which primarily represents bond funding for wastewater projects. Transfers in (line 14) are
being amended by $7,595,910 for capital improvement projects. Additionally, Miscellaneous
Revenues (line 12) are being amended by $1,871,610 for capital improvement projects.
The section entitled Expenditures & Other Financial Uses (lines 16-28) provides for an
increase in appropriations of $126,337,489. The majority of the increase in appropriations is
for the Business Type/Enterprise program (line 25) and totals $63,669,539. The increase in
this program primarily reflects the carry forward of utility fund capital improvement projects
from prior years. The next largest increase in appropriations is related to governmental
capital improvement projects that are being carry forward from prior years (line 23) and total
$38,305,860. The last significant increase is for the Community and Economic Development
program (line 20) and totals $15,577,278. This primarily reflects the carry forward of
appropriations for the ARPA funding received, as well as, CDBG/HOME programs and the
South District home program.
The net budgeted result to fund balances is a reduction of $74,700,908 (line 29). This
reduction will be covered through excess fund balances and bond funds and will not affect
property tax revenues or levies. The Notice of Public Hearing for the first budget amendment
of fiscal year 2025 is attached to this memo along with a detailed list of the individual
amendments.
NOTICE OF PUBLIC HEARING -AMENDMENT OF CURRENT BUDGET
City of IOWA CITY
Fiscal Year July 1, 2024 - June 30, 2025
The City of IOWA CITY will conduct a public hearing for the purpose of amending the current budget for fiscal year ending June 30, 2025
Meeting Date/Time: 9/17/2024 06:00 PM I Contact: Kellie Grace Phone: (319) 356-5041
Meeting Location: Emma Harvat Hall, 410 E. Washington St., Iowa City
There will be no increase in taxes. Any residents or taxpayers will be heard for or against the proposed amendment at the time and place specified above. A
detailed statement of: additional receipts, cash balances on hand at the close of the preceding fiscal year, and proposed disbursements, both past and
anticipated, will be available at the hearing. Budget amendments are subject to protest. If protest petition requirements are met, the State Appeal Board will
hold a local hearing. For more information, consult https://dom.iowa.gov/local-gov-appeals.
REVENUES & OTHER FINANCING SOURCES
Total Budget
as Certified
or Last Amended
Current
Amendment
Total Budget After
Current Amendment
Taxes Levied on Property
1
68,821,450
0
68,821,450
Less: Uncollected Delinquent Taxes - Levy Year
2
0
0
0
Net Current Property Tax
3
68,821,450
0
68,821,450
Delinquent Property Tax Revenue
4
0
0
0
TIF Revenues
5
4,388,100
0
4,388,100
Other City Taxes
6
3,576,298
0
3,576,298
Licenses & Permits
7
2,122,880
0
2,122,880
Use of Money & Property
8
3,171,385
0
3,171,385
Intergovernmental
9
65,768,611
9,904,371
75,672,982
Charges for Service
10
56,579,585
0
56,579,585
Special Assessments
11
2,000
0
2,000
Miscellaneous
12
10,151,601
1,871,610
12,023,211
Other Financing Sources
13
16,770,900
32,264,690
49,035,590
Transfers In
14
57,338,700
7,595,910
64,934,610
Total Revenues & Other Sources
15
288,691,510
51,636,581
340,328,091
EXPENDITURES & OTHER FINANCING USES
Public Safety
16
31,911,220
365,172
32,276,392
Public Works
17
13,161,600
23,000
13,184,600
Health and Social Services
18
687,576
0
687,576
Culture and Recreation
19
17,695,590
30,870
17,726,460
Community and Economic Development
20
10,229,871
15,577,278
25,807,149
General Government
21
13,626,818
769,860
14,396,678
Debt Service
22
13,787,740
0
13,787,740
Capital Projects
23
41,047,794
38,305,860
79,353,654
Total Government Activities Expenditures
24
142,148,209
55,072,040
197,220,249
Business Type/Enterprise
25
99,559,142
63,669,539
163,228,681
Total Gov Activities & Business Expenditures
261
241,707,351
118,741,579
360,448,930
Transfers Out
27
57,338,700
7,595,910
64,934,610
Total Expenditures/Transfers Out
28
299,046,051
126,337,489
425,383,540
Excess Revenues & Other Sources Over
(Under) Expenditures/Transfers Out
29
-10,354,541
-74,700,908
-85,055,449
Beginning Fund Balance July 1, 2024
30
158,684,272
0
158,684,272
Ending Fund Balance June 30, 2025
31
148,329,731
-74,700,908
73,628,823
Explanation of Changes: Amendment includes carryover of revenues and expenditures for projects in the CIP plan, as well as expenditures carried forward
for Black Lives Matter of $648,100, CDBG/HOME of $2,698,000, and ARPA of $10,807,100.
08/20/2024 04:36 PM Paae 1 of 1
Fiscal Year 2025
Budget Amendment #1
Org
Object
Project Description
Amount
Program
Line
10130100
449280
21 South Linn Parking
50,000.00
21
23610216
448010
IEDACDBG-CV Projects
685,955.00
20
23610216
331150
IEDACDBG-CV Funding
(685,955.00)
9
23610230
448010
ARPA Interest
631,130.00
20
25490194
473010
Rehab 804 S. Van Buren
125,000.00
20
71810230
467110
Bus Engine Repairs
100,000.00
25
73730140
474330
Water Meters
265,000.00
25
79490210
474230
Truck
36,000.00
25
79490310
474230
Truck
9,000.00
25
31310790
393296
Engineering Remodel
(200,000.00)
14
84310330
490040
Engineering Remodel
200,000.00
27
10310400
490160
Utility Rate Discount Program
91,100.00
27
73730110
393190
Utility Rate Discount Program
(21,990.00)
14
72720110
393190
Utility Rate Discount Program
(20,990.00)
14
74740110
393190
Utility Rate Discount Program
(38,240.00)
14
77770110
393190
Utility Rate Discount Program
(9,880.00)
14
Carry -forwards
10210200
432080
41 PIN Grant
5,000.00
21
10210400
448010
Racial Equity & Social Justice Grant Funding
12,000.00
21
10210410
432060
BLM
71,179.68
21
10210410
432080
BLM
187,176.10
21
10210410
432100
BLM
45,000.00
21
10210410
435059
BLM
9,446.24
21
10210410
445140
BLM
3,303.89
21
10210410
445180
BLM
40,000.00
21
10210410
448030
BLM
193,655.95
21
10210410
448040
BLM
98,325.12
21
10210510
448070
Economic Development Opportunity Funds
100,000.00
20
10210515
473010
Public Art Projects
66,960.00
20
10410100
432080
Traffic Study
4,534.62
16
10410210
443050
Radio Equipment
21,000.00
16
10410220
448010
CommUnity Co -Responder
10,000.00
16
10410310
444080
Watchguard
48,875.05
16
10410310
474220
Automobiles
88,853.00
16
10410310
474420
Automobiles
189,896.00
16
10450110
469190
Copier
2,013.00
16
10530210
474420
Dump Trailer
12,370.00
19
10570100
435059
Linn Street Sign
6,500.00
19
10570100
473010
Pigeon Mitigation
12,000.00
19
10610235
448010
ARPA Revenue Replacement
7,959,310.25
20
10610620
432060
Comp Plan & South District Form Based Code Incentives
330,000.00
20
10610620
448010
Historic Preservation Grants
15,000.00
20
10710200
469190
Office Furniture
23,000.00
17
21610320
448010
FY23 CDBG Rehab Projects
150,000.00
20
21610320
331100
FY23 CDBG Rehab Funding
(150,000.00)
9
21610320
448010
FY24 CDBG Rehab Projects
207,833.20
20
21610320
331100
FY24 CDBG Rehab Funding
(207,833.20)
9
21610410
448090
FY24 HOME Admin
10,000.00
20
21610410
331100
FY24 HOME Admin
(10,000.00)
9
21610410
448090
HOMEARPAAdmin
228,915.18
20
21610410
331100
HOMEARPAAdmin
(228,915.18)
9
21610420
448090
FY24 GreenState and Hills DPA
175,005.00
20
21610420
448090
FY24 Habitat Homeownership
40,000.00
20
21610420
448090
FY24 THE Rental Rehab — Hannah Jo Ct
78,000.00
20
21610420
448090
FY24 UAY Acquisition/Rehab
110,000.00
20
21610420
448090
FY24 HOME Rehab
76,256.40
20
21610420
448090
FY22 South District -Phase 3
100,000.00
20
21610420
331100
FY22 HOME Rehab Funding
(579,261.40)
9
21610420
448090
HOME ARPA Program Operations
1,521,981.00
20
21610420
331100
HOME ARPA Rehab Funding
(1,521,981.00)
9
23610230
448010
ARPA
2,847,821.65
20
23610812
432060
Bus Rapid Transit Feasibility Study
118,110.00
20
24210610
474230
Trucks
54,773.00
21
71810221
474420
Transit Breakroom -Annex
16,000.00
25
71810246
442010
Roof Repair
6,000.00
25
72720110
432060
HVAC/MAU/REF Consulting
20,000.00
25
72720110
474420
Equipment
30,000.00
25
72720122
432080
HVAC/MAU/REF Engineering Study
10,000.00
25
72720122
474420
Garage Doors
40,000.00
25
73730120
463090
Phosphate
27,263.14
25
73730130
469020
Water System Improvements
14,863.23
25
73730130
473010
Water Main Break Concrete Repairs
92,626.32
25
73730140
469290
Meter Tails
13,348.07
25
74740140
474230
Trucks
75,000.00
25
75750121
474420
Landfill Roll -Off Boxes
17,175.00
25
75750123
442010
Wind Turbine, Solar Panels
8,870.57
25
75750123
442030
HVAC Replacement
11,006.97
25
75750220
473010
Signage
18,000.00
25
81710520
474230
Trucks
1,726,292.40
X
81710520
474240
Tractors
56,216.00
X
81710520
474270
Other Vehicular Equipment
54,933.60
X
81710520
474380
Snow Removal Equipment
48,000.00
X
83310510
432080
Ticketing System
50,000.00
X
83310510
444080
Software
110,028.00
X
83310510
444120
Network Hardware
41,742.31
X
83310581
476050
Server Hardware
2,458.40
X
84310320
475010
Copiers
18,552.00
X
CIP Carry -forwards
Oar
Object
Project Description
Amount Program
Line
31310790
473010
Other Governmental CIP
48,300.00
23
31410910
476130
Police CIP
125,000.00
23
31410940
473010
Animal Shelter CIP
90,700.00
23
31450900
473010
Fire CIP
107,870.00
23
31450900
474230
Fire CIP
3,234,800.00
23
31520900
473010
Recreation CIP
1,167,740.00
23
31530910
472010
Parks CIP
844,360.00
23
31530910
473010
Parks CIP
6,339,910.00
23
31530920
473010
Trails CIP
243,610.00
23
31550900
472010
Library CIP
8,110.00
23
31570900
472010
Senior Center CIP
7,340.00
23
31610900
473010
Community & Econ Dev CIP
360,540.00
23
31710940
334610
Other Public Works CIP
(100,000.00)
9
31710940
473010
Other Public Works CIP
394,930.00
23
31710940
432040
Other Public Works CIP
844,190.00
23
32710910
369100
Roads CIP
(1,778,610.00)
12
32710910
334900
Roads CIP
(971,470.00)
9
32710910
331150
Roads CIP
(50,820.00)
9
32710910
393140
Roads CIP
(25,000.00)
14
10310710
490040
Roads CIP
25,000.00
27
32710910
393297
Roads CIP
(93,000.00)
12
83310510
490040
Roads CIP
93,000.00
X
32710910
393220
Roads CIP
(81,800.00)
14
72720190
490040
Roads CIP
81,800.00
27
32710910
393210
Roads CIP
(1,042,590.00)
14
73730190
490040
Roads CIP
1,042,590.00
27
32710910
473010
Roads CIP
16,489,550.00
23
32710920
331100
Bridge CIP
(1,277,890.00)
9
32710920
334610
Bridge CIP
(425,000.00)
9
32710920
334900
Bridge CIP
(850,000.00)
9
32710920
473010
Bridge CIP
7,409,590.00
23
32710930
393910
Sidewalk CIP
(120,420.00) 14
21610320
490160
Sidewalk CIP
120,420.00 27
32710930
473010
Sidewalk CIP
33,350.00 23
32710950
473010
Traffic Engineering CIP
555,970.00 23
71810915
473010
Parking CIP
775,270.00 25
71810915
474420
Parking CIP
987,820.00 25
71810925
331100
Transit CIP
(750,000.00) 9
71810925
393235
Transit CIP
(6,035,000.00) 14
71810280
490040
Transit CIP
6,035,000.00 27
71810925
474420
Transit CIP
11,910.00 25
71810925
472010
Transit CIP
100,000.00 25
71810925
432090
Transit CIP
200,000.00 25
71810925
473010
Transit CIP
8,277,800.00 25
72720905
391100
699 Wastewater CIP
(32,264,690.00) 13
72720905
474420
Wastewater CIP
146,380.00 25
72720905
473010
Wastewater CIP
38,110,040.00 25
73730905
473010
Water CIP
3,113,930.00 25
75750905
473010
Landfill CIP
7,533,880.00 25
76850905
331100
Airport CIP
(2,015,795.00) 9
76850905
334900
Airport CIP
(79,450.00) 9
76850905
473010
Airport CIP
1,636,666.00 25
77770905
432090
StormwaterClP
29,410.00 25
77770905
473020
StormwaterClP
73,550.00 25
77770905
473010
StormwaterClP
1,862,730.00 25
State Form Program Lines
Use of Money & Property
8
Intergovernmental
(9,904,370.78)
9
Charges for Services
10
Miscellaneous
(1,871,610.00)
12
Other Financing Sources
(32,264,690.00)
13
Transfers In
(7,595,910.00)
14
Public Safety
365,171.67
16
Public Works
23,000.00
17
Health & Social Services
-
18
Culture & Recreation
30,870.00
19
Community & Economic Development
15,577,277.68
20
General Government
769,859.98
21
Debt Service
-
22
Capital Projects
38,305,860.00
23
Business-Type/Enterprise
63,669,539.30
25
Transfers Out
7,595,910.00
27
Internal Service (not budgeted)
2,201,222.71
X
76, 902,130.56
Internal Service (not budgeted)
(2,201,222.71)
Excess Revenues & Other Financing Sources under
Expenditures/Transfers Out
74,700,907.85
29
CITY BUDGET AMENDMENT AND CERTIFICATION RESOLUTION - FY 2025 - AMENDMENT ff 1
To the Auditor of JOHNSON County, Iowa:
The City Council of IOWA CITY in said County/Counties met on 09117/2024 06:00 PM, 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 Ihom, gpve_rinal consideration to the proposed
amendment(s) to the budget and modifications proposed at the hearing, if any. Thereupon, the. following resolution was intriod6red.
RESOLUTION No. 24- 240
A RESOLUTION AMENDING THE CURRENT BUDGET FOR FISCAL YEAR ENDING JUNE 2025
(AS LAST CERTIFIED OR AMENDED ON 04M6/2024)
Be it Resolved by the Council of City of IOWA CITY
Section 1. Following notice published/posted 09/05/2024 and the public hearing held 09/17/2024 06:00 PM 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 the hearing:
REVENUES & OTHER FINANCING SOURCES
Total Budget
as Certified
or Last Amended
Current
Amendment
Total Budget After
Currant Amendment
Taxes Levied on Property
1
68,821,450
0
68,821,450
Less: Uncollected Delinquent Taxes - Levy Year
2
0
0
.0
Net Current Property Tax
3
68,821,450
0
68,821,450
Delinquent Property Tax Revenue
41
0
0
0
TIF Revenues
5
4,388 100
0
4,388,100
Other City Taxes
6
3,576,298
0
3,576 298
Licenses & Permits
7
2,122,880
0
2,122 880
Use of Money & Property
8
3 171,385
0
3 171,385
Intergovernmental
9
65 768,611
9,904,371
75.872,982
Charges for Service
'10
56,579,585
0
56,579 585
Soecial Assessments
11
2,000
0
2,000
Miscellaneous
12
1D,151,601
1871610
'iI 023,211
Other Financing Sources
13
16 770,900
32,264,690
49.035,590
Transfers In
14
57,338,700
7,595,910
64.934 610
otat.-R venues & Other Sources
15
288 691.510
51 636,581
340,328 091
EXPENDITURES & OTHER FINANCING USES
Public Safe!
161
31,911 220
3855 /2
32.276,392
Public Works
17
•13.161.600
23 D00
13,184,66o
Health and Social Services
18
687.576
0
687,576
Culture and Recreation
19
17,695,590
30,670
17,726 460
Community and Economic Develooment
20
10,22%871
15,577 278
25,807,14b
General Government
21
13,626.818
769,860
14,396.678
Debt Service
22
13,787,740
0
13 787.740
Capital Projects
23
4 %047,794
39,305,860
79,353,654
Total Government Activities Expenditures
24
142,148,209
55 072,040
197, 20 249
Business TypelEnterorise
25
99 559,142
63 669,539
'163.228 681
Total Gov Activities & Business Expenditures
26
241,707,351
118 741,579
360 448,930
Transfers Out
27
57.338.700
7.595,910
.64 934,610
Total ExpendituresiTransfers Out
28
299 046,051
126,337.489
425,383,540
Excess Revenues & Other Sources Over
Under Ex enditureslTransfers Out
29
-10.354,541
.74,700,908
-85,055,449
Beginning Fund Balance July 1 2024
30
158 684 272
0
i58 684 272
-Ending Fund Balance June 30, 2025
31
'148 329 731
-74.700,9081
73 628.923
Explanation of Changes: Amendment includes carryover of revenues and expenditures far projects in the CIP plan, as well as expenditures carried forward
for Black Lives Matter of $648 10D,. CDBG/HOME of $2 698.000 and ARPA of $10 807,10D.
0911712024
City ClorklAdntinistrator Signature of Certification Adopted On
Sep
09104/202412:51 PM
Mayor Signafl(Cgof Certification
RECEIVED
JOHNSON CO, IOWA
SEP 2 4 2024
COUNTY AUDITO/, R Page 1 of
1
Resolution No. 24-240
Page 2
Moved by Dunn , seconded by Alter
that the Resolution be adopted and upon roll call there were:
AYES: NAYS
ABSENT:
Alter
Bergus
Dunn
Harmsen
Moe
Salih
Teague