Loading...
HomeMy WebLinkAbout2024-09-17 Resolution Item Number: 6.a. CITY OF IOWA CITY COUNCIL ACTION REPORT September 17, 2024 Resolution Amending and Adopting FY2025 Interfund Transfers. Prepared By: Nicole Davies, Finance Director Reviewed By: Geoff Fruin, City Manager Fiscal Impact: Adopted as part of the FY2025 Amended Budget Staff Recommendation: Approval Commission Recommendations: N/A Attachments: Resolution 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. i, 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 Transfer In Original Amended Fund Fund Reason Amount Amount General Fund Cable TV Equipment Reserve .Equipment Reserve $10,000.00 $10,000.0 General Fund Wastewater Fund Low Income Discount Donations $2,500.00 $23,490.( General Fund Water Fund Low Income Discount Donations $2,000.00 $23,990.0 General Fund Refuse Collection Fund Low Income Discount Donations $7,000.00 $45,240.0 General Fund Storm Water Fund Low Income Discount Donations $1,200.00 $11,080.0 General Fund Capital Projects CIP funding $1,387,800.00 $1,412,800.0 General Fund Airport Fund CIP funding $100,000.00 $100,000.( General Fund MPOJC Fund Operating funding $95,600.00 $95,600.( General Fund Affordable Housing Fund Operating Funding $1,030,000.00 $1,030,000.0 General Fund Library Replacement Reserve Equipment Reserve $62,400.00 $62,400.0 General Fund Debt Service Fund Aniston Village Loan Pmt $20,100.00 $20,100.( General Fund Transit Fund Transit Levy Transfer $4,247,200.00 $4,247,200.( General Fund TIF Fund Hilton Garden Inn Rebate Transfer $150,000.00 $150,000.( General Fund Landfill Fund Loan Repayment $117,000.00 $117,000.0 Facility Reserve Capital Projects CIP funding $9,700,000.00 $9,700,000.( Road Use Tax Fund Capital Projects CIP funding $3,200,000.00 $3,200,000.0 Road Use Tax Fund Landfill Fund Loan Repayment $78,000.00 $78,000.( Road Use Tax Fund General Fund Forestry Cost Share $81,200.00 $81,200.( Road Use Tax Fund MPOJC Fund Cost share $299,000.00 $299,000.0 Employee Benefits General Fund Employee benefits $13,527,100.00 $13,527,100.( Employee Benefits Road Use Tax Fund Employee benefits $697,100.00 $697,100.( Tax Increment Financing General Fund • Loan Repayment $42,500.00 $42,500.( Tax Increment Financing Debt Service Debt payments $1,542,300.00 $1,542,300.( Parking Fund Landfill Fund Loan Repayment $294,800.00 $294,800.( Parking Fund Parking Capital Reserve Reserve Transfer $1,500,000.00 $1,500,000.( Parking Capital Reserve Capital Projects CIP funding $1,450,000.00 $1,450,000.0 Transit Fund Transit Bus Reserve Reserve Transfer $750,000.00 $750,000.( Transit Fund Transit Capital Projects CIP funding $2,205,500,00 $8,215,500,C Wastewater Fund Wastewater Debt Reserve Debt payments $3,872,500.00 $3,872,500.( Wastewater Fund Wastewater Capital Reserve Reserve Transfer $1,500,000.00 $1,500,000.( Wastewater Capital Reserve Wastewater Capital Projects CIP funding $1,360,000.00 $1,441,800.0 Water Fund Water Debt Reserve Debt payments $70,200.00 . $70,200.0 Water Fund Water Capital Reserve Reserve Transfer $1,800,000.00 $2,812,590.0 Water Capital Reserve Water Capital Projects CIP funding $1,770,000.00 $1,800,000.0 Refuse Fund Capital Projects CIP funding $250,000.00 $250,000.0 Landfill Fund Landfill Reserves Closure/Replacement funding $1,025,000.00 $1,025,000.0 Landfill Fund Capital Projects CIP funding $500,000.00 $500,000.0 Airport Capital Reserve Capital Projects CIP funding $350,000.00 $350,000.( Storm Water Fund Storm Water Capital Reserve Reserve Transfer $1,100,000.00 $1,100,000.( Storm Water Capital Reserve Storm Water Capital Projects CIP funding $1,035,000.00 $1,035,000.0 Housing Authority Fund General Fund PILOT/NDS Director cost share $30,700.00 $30,700.0 Central Services Capital Projects CIP Funding $0.00 $200,000.0 Equipment Capital Projects CIP Funding $7,400,000.00 $7,400,000.( Passed and approved this 1 7 th day of September ,2024 Resolution No. 24-233 Page 2 1 'f� ', M yo. • Approved by Attest: t�\\ r�1V C L, City Clerk 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 X Bergus X Dunn X Harmsen X Moe x Salih X Teague Item Number: 6.b. CITY OF IOWA CITY Q 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. 74-234 Page 2 Passed and approved this 17th day of September , 2024. u Teague, Mayor Approved by Attest: p P\LA1 ALL, Kellie K. Gr ce, City Clerk City Atto ey's Office (Sue Dulek—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: 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. MACQUEENTM E07aw Sourcewell a V� Formerly NJPA ENVIRONMENTAL SOLUTIONS AND SUPPORT September 91h, 2024 Dan Striegel nI ; Equipment Superintendent City of Iowa City -- Dan, 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.macclueengrouR.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 1 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 2 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 3 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 4 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 5 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 6 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 7 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 A. INTELLECTUAL PROPERTY 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 8 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 9 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. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY 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 Elgin Sweeper Company DocuSigned by: DocuSigned by: By; ,� 1 COFD2A139DD6489... B� 567407721 F3A64A7.. 1 Jeremy Schwartz David Panizzi Title: Chief Procurement Officer Title: Business Development Manager 11/15/2021 1 11:35 AM CST 11/22/2021 1 8:45 AM CST Date: Date: Approved: DocuSigned by, By; Jp7E42BSF817A64CC... Chad Coauette Title: Executive Director/CEO 11/22/2021 1 10:11 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 List 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 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 Term,Condition,or Specification 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 1 Wed August 25 2021 07:12 PM rw Addendum 1_Street_Sweepers_RFP_093021 2 Fri August 13 2021 02:49 PM Bid Number: RFP 093021 Vendor Name: Elgin Sweeper Co. 9/9/24,9:00AM Elgin Sweeper: Contract 093021-ELG I Sourcewell Sourcewell i Elgin Sweeper Street sweepers #093021-ELG Maturity Date: 11/16/2025 Products&Services v Products&Services Sourcewell 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-ELG 1/3 j —e ✓ 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. Civ,Lex May Approved by Attest: I JQ 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 X _ Dunn X Harmsen X Moe X Salih X Teague Item Number: 6.d. CITY OF IOWA CITY Q 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. 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)373-6 t 06 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 Nurn bar And Description 1 Initial Information 1 A Project Parameters 12 Financial Parameters 13 Project Team 1A Time Parameters 1.5 Minimum Qualification Standards 2 Entire 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 tha Consuffant'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 (TA ) 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 (TA ) Workshop #2 and direction to proceed with concepts carried forward on or before April 29. 2025_ 3_ Technical Advisory Committee (TA )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 Adminr'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 OuaIifi cation 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 - Loca11 Reg 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 can tract wi11 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 Agreement 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 provisioo 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 applicable 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 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 mbursoment. 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 subconsultant 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 Consur ant, 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 professlonal service. Nevertheless, the plans and speolflcations 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 Consultant 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 claims 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 Consultant's Endorsement on Plans. The Consultant and its subconsultanIs 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 Im mad 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 iurnp 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 rnaxirnum 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 Consultant. 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 su boon 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 reimbursed 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 dminis trator 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 Contraic(Adminlstra(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, Nondiscrimination; 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 Consultant s 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 cornpl ics, and/or b, cancellation, terminatlon or suspension of the contract, in whole or in part. 6, incorporation of Provisions: The ConsuftantshaII 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 States, 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 compliance 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, 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 Buffington 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 wi11 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 Consuftant is of the opinion additional effort will be required, Article 4.7 wilI 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 Tearn 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 irnpacts, 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 Corn munlcation 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 improvernents, 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 Inforrnation 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 polnt 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 trad don 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 governing 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 surreys. 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 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 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 Deflverabhes 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 B rid 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 wi11 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 Agen-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 Proje-pt 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 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 C RAN 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 Utility 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, steam, 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 verity 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 orrsultant)= • 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 summary of utiIItles and existing utility maps 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 ultan t wi 11 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 wi11 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 Consuftan t wi 11 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 Consultarrtwill 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 (2) 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 Readway 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 Burlington Street (west end of bridge)- • University of Iowa CAMBUS — Routes 31 (Red Route), 3 (Blue Route), 35 (1Merdorm), 4 (Hawkeye Interdorm). A bus strap 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 altematives 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) Consuftant 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 adults, 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 gear-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-Consullant to Consultant) ■ Feaslbillty review of Roadway Altematives and Staging input for the Alternatives Analysis in Task 10,0 Documentation for discussion at the TAC Worhshops 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 Hydra ullcs (under Task 5) o Connections between darn and bridge (Task ) ■ haracterize 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 Analysis Consultant will provide oversight and review of Dam Modification Subconsultant work. provide structural, utility, and constructability evaluation of the darn modification alternatives, and connect the dam 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 documentalon 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 criteria wikh Dam Modification Subconsultant • Alternatives Development o Review alternatives ooncepts, 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 EstImate costs for construction phasinglstructuralfutility elements of the darn modification, ■ Evaluate Alternatives o Review development of alternative scoring o Review adjustments to alternatives. o Review memorandum developed by dam modification subconsultant, o Write section in bridge replacement report summarizing dam modification recommendations, 62.3 Fish Passage Design Criteria and Evaluation The Consultant will lead the development of fish passage criteria 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) ■ 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 oandition 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 dam 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 erneil 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 AssuTptions 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 supplemental service,,,,- 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 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 02 _ If possible, archaeological sites discovered will be evaluated for potential eliglbllity 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 Stab 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 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 Consuffant to Consultan V Page 26 of 67 Attachment D to I_M, 1310 May 26, 2017 • 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, ordlnary hlgh-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 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. 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 soaped 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 additonal RECs_ No sampling and analysis of soil, water, or other materials are proposed. Photographs will be taken during the windshield survey to document IEC locations_ REC locations will be incorporated into the project GI - RE Cr, 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 Con sultant will review the alternatives developed against the environmental constraints, potential environmental impacts,and permitting and approval considerations wlII be considered 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) rnemorandum 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 caordinat:e 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, Consuftant 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 BloSurvey 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 anti 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#ant 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 oanflicts- Identify and coordinate utility oanflicts that interfere with proposed oanstruction- 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 (3) 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. 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 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 Consuttantwill 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 dellvery 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 risk 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 models 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 IVIS Excel file) 11,4 USDQT Discretionary Drant AppllcatIon 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 NO O 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 Attachrnent D to I_M. 3.310 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* September 17,2024 Kickoff Meeting September 27,2024 MobiIixefor Environmental Field Reviews* October3, 2024 Create Community and TAC Communication Plan October 7, 2024 TAC Identification and Virtual TAC Kickoff Meeting(Prior to SWG#1) October 17, 2024 Data Collection, Survey, Initial Utility Investigation October 31r 2024 TAC+5takehoIder Working Group Planning Meeting(Prior to 5WG#1+ PM#1) October 29, 2024 Stakeholder Working Group. #1 Vision Planning and Issues Identification November 14,2024 1uJoint Utility Coordination Meeting November 15, 2024 Electronic Survey#1 Nov 18-Nov 26, 2024 Pub IIc Meeting 4 1-Public Visioning Meeting wlth Parameters and Guided Feedback November 21,2024 Community Engagement M etrlc Tra cking and Reporting; Report#1 December 10,2024 Develop Initial Screening Matrix from SWG #1+Public Meeting#1 Nov 15-Dec 13, 2024 Technical Advisory Committee(TAC)Workshop#1 December 17, 2024 2"Joint Utility Coordination Meeting December 15, 2024 Feasibility Reviews and In put for Alternatives Analysis-Each Task Mar 12,2024 - Mar 26, 2025 TAC Virtual Planning Meeting(For SWG#2 and PM#2) March 27, 2025 Stakeholder Working Croup:#2 Concept Alternatives Identification April 3,2025 Public Meeting 92-Public Alternatives Meeting April 17,2025 Update Screening Matrix April 3-April 24,2025 Techni€ai Advisory Committee(TAC)Workshop 92 April 29,2025 Update Screening Matrix April 29, 2025 Start USDOT Discretionary Grant Support I May 1,2025 Feasibility Reviews and Input for Alternatives Analysis- Each Task July 8-July 22, 2025 TAC Virtual Meeting(Prior to SWG#3) July 24, 2025 Stakeholder Working Group; #3 Preferred Alternatives& Next Steps July 31,2025 Page 34 of 67 Attachment D to I_M. 3.310 May 26, 2017 Technical Advisory Committee (TAC)Workshop#3 August 12,2025 Stakeholder Concurrence __ --- -- August 19, 2025 Advance Preferred Alternative for Rendering,Permitting/Authorizations, and Funding BCA_ August 19,2025 Advance NEPA CE Documentation* August 19, 2025—January 2026* NEPA Submittal October 1, 2025 Finalize Funding Approach Strategy and Start KA September 30, 2025 Complete EXA Narrative and BCA Model 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, et[_ 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 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 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 light-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 D to I-M. 3.810 May 26, 2017 ATTACHMENT C (referenced from 3.1) Cost Plus Fixed Fee 3.1.1 FEES AND PAYMENTS 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) 708.4 7.49 Fixed Fee (Prime only) $ 82,226,34 Contingency (Prime only) $ 0 Total Prime Consultant Costs $ 790.653.83 Anderson Bogert, Engineers & Surveyors $ 29.036,10 McLaughlin Whiteater $ 65,639-00 BioSurvey Group '(DBE) $ 55,434-64 TaIIgrass Archaeology, LLC '(DBE) $ 33,968-51 Total Subconsultant Costs $ $384,078,25 Maximum Amount Payable 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 wi11 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 complexity of the services covered by this Agreement or the time schedule is changed by the Owner. The adjustment to fixed fee will consider both cumulative and aggregate changes in scope, character, or complexity 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 Consuirant 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 Consultant 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. Premium 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 amount 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 Vill 12 $62.32 $747,84 Transportation Planner Ill 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 IV 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 1111 133 $43.41 $5,773,53 Economist I 131 $36.05 $4,722.55 Economist VIII 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 III. 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 $ 11,8 ,27 IV. Estimated Actual Costs (EAC) (Prime Only) (I + 11 + 111) $ 708,427.49 (Rounded) V. Fixed Fee (Prime Only) (12% X (I + IIA)) $83,446.24 Less FM (IIB) -$1.219.90 Fix Fee total: $ 82,2 6.34 (Rounded) VI. Contingency (Prime Only) Oda X (I + II + III) $0 (Rounded) Page 41 of 67 Attachment D to I_M, 0.310 May 26, 2017 VII. Subconsultant Expenses Anderson Bogert, Engineers & Surveyors DP FF $229,038.10 McLaughlin Whitewater TM NTE $65,609,00 BioSurvey Group (*DBE) LS$55,434,64 TaIIgrass Archaeology, LL (*DBE) LS$33,968,51 Total Subcontractor Costs $384,078.25 (Rounded) loll. Cast Plus Fixed Fee Agreement Total (I + V + V1 + V111) $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 prlrnary particlpant certltles to the best of its knowledge and bellef, that it and its princlpals; (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)transaction 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 1proposal had one or move public transactions (Federal, Mate or local) terminated for cause or default. ( ) Where the prospective prirnary 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, ( Ignature) ubscrlbed and sworn to thls 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. 0.310 May 26, 2017 ATTACHMENT G Page 1 Consultant Name Consultant Address Consultant Address 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 tha 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 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 (2001) 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) 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 services outlined in Attachment A is included on the next page. Page 50 of 67 Attachment D to I-M. 3.310 May 26, 2017 F. ,I Ptp4 N�iiWr..YT.Y/'SOa�a��LM 111 6 11f ,3 Yla��gr`��as sy.3► n E II Mmf#Pr~Koft ]fi 2D 96 15 Flr R xft n L 19 . Qmbf 0"MnM 20 m 17 Tira+{�Mfttgf 22 t. 411 20 12 0 I: J 0 t 0 0 0 I o 0 d t 0 d I 0 I o 0 d t 0 0 0 3 t U 0 d 0 1 0 1 o 0 U U t C 3 0 0 0 N1 2., {i.ao 0u.n.rtm T.Bar..aXnFrri + 19 11 9 i! as Mf try.�� 22, FYLk5aMg43e1� V 21 A 21 22 9 141 223 PLkAmm hm L1,.r, 10 21 tl 1 37 B 1. as kw s." i w 1t t3 m 2 t S:otrrrrAMN Taoh FdTaol31 " 1'Vr1IWWGNNM t 2 1 97 d42 lbptl"* 3 11 V 5F 42 2A3 WNPO 2 11 20 as 5G 2. BYds9.,.p t ,e 30 t m 7a1 EukALO Fa 0~ a 1 m 41U 2M RAKO %SM LEbM plrl& as 2 2 10 d` 2b 81/a1dlr lLrW SirvV*FMW 4ffl*1si 29, smu "teft0ey uwtkt6).N 51 79 11 17 12 9 12 w Ma �T+ L%rp m a L 4 a m 27 TMhl tv�W Sbtria RNLI 27., 1e.Ara'a1Tro2awLolL�n 5 5 2T.3 0�O Lftk*c Lt L iM 0 M+ 1: 13 a 4 a R :p 2T.7 ,eO.+alMWO Game 1TAG}Ga1 25 + 1 12 1 Sr 1b .t4.rr{tws.ro. a a i L 8 39 Its 3 t,5 '+a ret t2a M,p} M 37 M %(t t1 1a F 9 9 0 M 9 Q 9 1 F 9 12 1 1 12 9 9 1a Q 0 0 V Q 0 0 47 1 Q 9 Q 9 0 Frzr 1Y8L7 �YE.LdPbI11G XIGPpXGIFiJ3L.�F91pX79114di19�LORlbCiHHw 72 P1�eWP*QA W S.Pi Cobs(%Bri144 FaUq A431); { { 31 bOr .eenth"032AIJ ba,t Ca"9.w 1 I TgWMyc U,.t p =3 LONO" o 2b Trdit4ws1w CL5t COKI. M, qrO1 lakElk LE bkom it 2 11 4 1 95 S z kY o4:H -AmD& 15o2wh o 2b FffKwftJW1Ocwv"&p #i, '..m).-,s Fc a A 1 21 J52 4A'+{rwr Mb-"11UMUNIV33M Q 2b TralW buLBtKMOYL #d, 1t 1 55 11 2 '.Q M 51.r+n MMW JA-ir✓Oge8p K*ERn p 387 BWy!a3tya 9 1 12 91 2 J. i a o 0 t o 0 t 0 0 0 0 0 0 m 12 ae it i i o 0 0 a t 0 0 L o t o 0 0 0 0 0 0 0 0 a o t o 0 0 0 0 1M lYL e,mv►wts PtLtrruLra nan+lwAa xBFar iI &{i fh+ial.i li.rJ{w1a+•ttili+Ylwm 411 dFq .ra FdY� 1 3 i LA.2 B,)*ar pbmr4r DIN 7P 17 { JS 4,1.1 Bgw"PYw.0 C.va" 19 1 QF 42 41A Tr 17 q 1¢ � CIA Oo WA FdhA 29 26 26 6 >K 41 hqd L. AT..k3p—.ti P. - �m a7t "L"W rok 5ttal PLL,6i F L 15 u2 F,7Yr.mt FDIW3 bi 1PLp61 7 it 2 21 4S FIB.}After L.�A1AB.mffiMifm 60s7FA11 d p O p 0 1 0 0 1 0 a p a p a a F 0 a 0 02 51 71 h a F 0 a p 0 1 a 0 a p 0 a 1 p a a p F p 1 p 0 a im T18L L-pldprMlG�����L i — :I L1Y[3rrn : } 12 &dye nrirel.e5"d b AO i 124 51 Cl..r*t.,[LkA v&CW.B4lt FmWWAroyll 4 9 80 1 M 11 ML S ] S 0 1 0 4 1 4 4 p 1 p 4 a F 4 0 0 p O p 4 b a + 1 W 0 1 W 11 9 p 1 4 1 p 4 a p F p 1 L 1 4 1R 116R t-duh.1t10T631 dMEll hriYGh1F1EA718M5 f6tl1ht1re — t l fai 19 1 71 IN 12 &A1��d.rtrldb.mp."ArdN U4 p B?3 Pwkw a4pwLWmU4ym MominAM& 11 20 2D 12 11 i 1. 6 3 P.P..P� m i 3x + m 12 H}Mt O*rA ML2 1 21 h 72 p 1 p 0 F a 0 F 0 a p 1 p a a 1 0 a 1 p 1 p 0 a 1 0 M % 2D 90 IN 11 a p 1 a 1 p a a 0 F p 1 p 1 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 FMRcl m Rnti 1AI t i d Rr.�IA$.TAitk- 7 FAG1l.Eoum.110 14 6 2 22 T;,2 Birr.abw{�eM BW, W 12 M V + + � TE] TIE Bp1e11 Hri1Rreu{8A-B flSLF YGWW.UX4 a i 2 1a Vi�r.Ixr.rP r. 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 4 2a T A 11e'$w.1 I a T2 2 i m TAS Dvlmr ilel{ftiE" 11 a i 2 a 7b Emicrw.vl Nr "Am. a { 2 a 10 L ] L e 1 u u 1 u 4 G 0 c e e 1 e e 0 e 0 G e a 1 u u e 0 1 u e W IM IV 0 y e e u u 1 e 0 e a u 71 roexl unuTYfnTLyjlxiTHn+l1p L1RLITY WLOrAwx11111 11 t.xt�..a n.r.of�-YL'Is.aF.,n,MLl-!11 1MCEKr) 0 c a p 0 1 0 p F 4 4 4 9 4 4 0 F 4 0 9 4 9 4 4 4 F 4 4 4 9 F 0 4 4 4 9 4 9 4 4 0 4 1 4 9 4 9 4 4 roexl,aOnERAIiTWBi+CH®uLEMB+1E111! - — I1 fip�rsl5uL.1_#ro,=1t� iY � C. I C. 0 1 0 0 1 0 0 0 a 0 0 a 1 0 a a 0 a p 0 a 1 0 0 p a 1 a 0 a 0 a 0 a % 11 a B F p a p a 0 111 TIiR 1].ILZRIN115!lYNLlin[XIi1lllCe Oxa ,iwiDmcm 191 I.WSaeegM{ Ge-svp d m li 9r it 9ckm5afF1r11rb-,A w 9 "1 1 92 XI] arr.►�t—Ir—i e a ] Zp 111 A7fflr~drPb1 F`"Men*" 4 V 2 IT 0 1 0 0 F 0 0 F 0 a 0 a O a O F 0 0 a 0 a 0 0 0 1 0 a p 1 F 0 0 0 p 1 a 1 p a 91 125 26 O a p 1 a In 114R 11.ARL Mw$L�1' 1,1 O•Zrlgn wo-�.5L11m 2 as i 25 1T2 F-�c$.rgr 3.ypl AFP� 2 d n 22 M 1 0 "WAL" ib ii WARM 4 19 2a 1152 1i`5ei•.. i 26 9 ]5 11 u K�N4" 'y¢ 111 171 1U1 UBWTO"MMH+ 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 9. 15 61 12 41 11 1 151 Bd T2 B W +6 i 11i IN SD 87 M 11 M 115 152 11 T6 M 11 12 ITS 26 IN M IM 111 M MII 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 su boon 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 Meeting 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 (TAC) 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 feasibility. 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 oombination 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 Assumptions 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 notes 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) 8,5x11 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 for 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 benchmarks 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 clearances 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 ta ran d 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 process_ The survey ,,ub-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, manholes, hndholes. and utility access within the project limits to accurately account for relocation or major modification. Underground utilities will be incorporated into the project through rnap requests to the utility companies and drawn 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 eleatrical, 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 stern 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 surnmary of each utillty within the project area, utility maps which were callected through the Iowa One Call process and contact Informatlon for each utility identified. The Serb Consultant shall verify owners of each utlllty 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 Auto 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 far 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 (bath 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 MPO 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 Train sModeler- 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 TranslModeler mlorosimulation modal will also be used to test the final oonfl g uratlon of the Burlington Street 1 Riverside Drive Intersectlon oonfigu ratio 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 model for the following intersections: Riverside Drive and: o Iowa Avenue o Burlington Street o Benton Street o Hwy IMwy 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 motor 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. 1p 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 4'" layout being the amalgamation of previous work into a final, preferred alternative. TASK 4 - EVALUATE ROADWAY ANDS MULTI-MODAL NEEDS 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 utility companies updated with general projecf 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 Consultant) 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 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 matrix 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 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 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: 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 arnount 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- a p 4 P r p r n c = 9. 3 tsh❑ „' �r,sQ � C7 Tk R � � cg " am d g g IL a~ $ Gl { N N g M — x mnFlEr ' x o N d2 a 3 m y m c AC: 7] m W Lrt c+�Gry w w w w O z wrn? rn rn r 3 y n� m m m o o rn ro ru a m z rm cy < Ni n rn z a r,? r.aro n M <O�Paipm ao-maa ao- a� l m rn Jfi rn w m rn S} T mmrw $ w ASP ae h� ao-T {CA 0 y In y{ T m act, oa ch S' 0 c- m T m # m rn OF 9P 4 z 0 z mrn rn Is cn n' 'Is a � O N 00 h3 W s ila 4 A 4 4 4 FS � Spa pN p4 � h � O da m O O .h i G a M� C +#a � FJ 4 4 a � �— an ca ca G ry4 ll.— N00 ca a o `G'ao oho- o- � o tin 0 o x mop?ZgPO a' o'o o a m 4 r 3 3 3FL — — vra � � e o q� 3 y y Y' y n �I m ° mm 'S,3 r a Q c c 'r, C: m w w � c�c w a m �rnz � � pp pppppp pp SI'a � &x� m 04 Q00 004 QE O M P F,}P 4�-A 46 A A a w �w Nad O — m rn 'w m m _ri l'o M rn rn rn ws mao- o- � am S mm mma. l m J 1 +� w 3 ro y 0 rn 0 0o- rurn o $o 1-9 h 4� S a 8 W T m y 3- rn � o a a o p m ca I I I v C rr m h ` a3 a ryrye� � � � a Zf 8a aaao- a aa8mt t�5 m i a 0 y�4f€ 3 o o ti = m rn +fig o a ws LL o oa a ra a �� w o 0 r,?mrn� om mr.t o of �o� �w m rn w 1{.Ji -4 ill 4 O 4 O �3 m _ 3 4 in is R yF iP id A N 6 J W r masm i`.+ aIs — 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 WMPN[.Par.VM "w aWr.anF,oura��a-x - Walter C. Pennington W�..... +12 20 7A 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 Prograrnsllowa 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 Advil sortr Committee (TALI Coordination, Design Q 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_ _ 1p The Dam Modification Sub Consultant will attend up to two ( ) TAD meetings virtually 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 Dam 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 Darn 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 o Review data collected by Consultant. o Update the previously completed gage analysis of rlver flaws. o 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 scone 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 1 U H L I Burlington. treetlHighway } Bridge Improvements Project MR Dam Modification Planning Services WHITEI ATER SCOPE OF SERVICES Aitgitsl 28, 2024 Princ*al Consultant Dam Modification Sub Consultant HDR, Inc. McLaughlin Whitewater(MW) 5815 Council Street NE, Suite B 2480 W_ 261h Street, Unit B225 Cedar Rapids, I 52302 Denver, CO 80211 Overview 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 developed 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 materials Task 2 — Community and Technical Advisory Committee (TAC) Engagement Task 2.6 Stnkeholder 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. ■ Utilities/upstream pool ■ Recreational opportunities ■ Fish passagelEnvironrnental. ■ 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 Improvements—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 McLaughlinWhitewater_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_ Task 1 —Proje<;t Management $4,000 Task 2—Community and Technical Advisory Committee(TA ) Engagement $16,209 Task 6—Assess the Burlington Street Dam Modification $45,430 Total $65,639 Schedule MW anticipates the Project's planning phase effort described in this proposal to be completed within 18 months of the notice to proceed. Thank you for the opportunity to present our proposal. If you have any questions about the information presented herein, please contact Ms,. Layton Bodkins by telephone(303-353-3676) or email (I a yton,bodk i ns(a)rnerrick,turn). Sincerely, Layton Bodkins, PE, CFM Civil Project Manager McLaughlin Whitewater A Division of Merrick &. Company Page 3 of 4 McLaughlinWhitewater_com Burlington StreeVffighway 1 Bridge Improvements Project Dam Modification Planning Services Attachments A_ Fee Proposal Worksheet B_ Merrick Schedule of Hourly Billing Rates Page 4 of 4 McLaughlinWhitewater_com Llsoo . . P . , ' /$ . � c OE c _ a , . . . . - k 2 � m § _ � � _ , > o CL 0 z . 2 2 § k E7 _ CD o $ # LL. @ LO C 0 2 8 < 2 # # c C\l © \ ' c & W R > CO LU o a- LL 0 CL 0 J E w @ LU ui § ui e . k § _ ff \ I 2 Lu LU § k § \ © / GO _� g z Z � / \ � U < � F- : k_ 0) \ k \ � $ � 2 E k LU > ® � R j k 13L Q < LU N _ ƒ � � � a°°❑ it ERIW ❑❑❑ ATTACHMENT B.SCHEDULIE OF HOURLY BILLING RATES EFFECTIVE January 1, 2D24 PROJECT MANAGEMENT* Senior Project Manager/Sr.Technical Manager $250 Project Manager/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 DRAFTING: Senior Design Consultant $200 Designer V S170 Designer IV $155 Designer 111 140 Designer 11 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 Employee Owned pp • F F , 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, 4 /412024 Signer ure 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, Threa toned and Endangered Species Sub Consult ntwill con ducta bat habitat surveyafter coo 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 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_ 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,a (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 BioSurvey Group Iowa City Burlington Bridge Mussel Surrey Proposal Johnson County, Iowa Developed For: HD , Inc. Date: I1 /2024 BioSurvey Group. -• Box 593 Morgantown, WV 1 1282-9493 Table of Contents Introduction................................................................................................................................ 1 Qualifications ............................................................................................................................. 1 copeof Work ... ........................................................... .. ........ .. .. ........ .. .............. ........ .. .. 1 Task 1, Project Management.................................................................................................. 1 Task2. Mussel Surveys ......................................................................................................... 1 Task3. Reporting ................................................................................................................... Costing ...................................................................................................................................... Assumptions .............................................................................................................................. • Figure 1 — Proposed survey area, Burlington Bridge Phase I Mussel Survey Biosurvey Burlington Badge Mussel survey t*- Group 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 di►+erss 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_ Qualifications 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. Scope of • 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 bs 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 areasr 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 georeferenaed 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 Bridge 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. Burlingtondg Mussel Services Costing - Task Lump Sum 1. Project Management $500,00 . Mussel Surveys 38,078-64 . Reporting $4,720.00 TOTAL i 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. Assumptions 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 Figures Biosur'vey Burlington Bndge Mussel Survey Group D)OL > Q L E � .. \ . ^ . . 7 44< f � � z | ` � IP } � � « 2 , _ - ■ � � � ) Z 4 n _ E k � — | CL \ � | CL f - 5 & BioSurvey Group Burlington Bridge - Bat Survey Technical Scope Johnson County, Iowa Developed For: HD , Inc. Dante: May 21 , 2024 . Group, PO Box Oxford, OH 45056 (513) 839-0123 Table of Contents Tableof Contents....................................................................................................................... 1 Appendices................................................................................................................................ 1 Introduction................................................................................................................................ ProjectBackground................................................................................................................ Qualifications........................................................................................................................... Scopeof Work ............................................................................................................................ Task 1. Project Management................................................. ............................................. Task ; Bat Habitat Assess merit............................................................................................. TaskI Reporting ................................................................................................................... Cost ........................................................................................................................................... 3 Appendices Appendix A—Key Personnel Resumes BioSurvey Burlington Bridge Bat Habitat Assessment Group Page 1 1 Introduction 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. Qualifications Bio urvey 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. We 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, Scope of Work 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 oorridors, 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_ i§BioSurvey Burlington Bridge - eat Habitat Assessment Group 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. i BioBurvey Group proposes to conduct the tasks detailed above based on the fixed lump sum cost per task outlined below. [—Total Cost Per Task Task Costing 1. Project Management $1,608.00 . Habitat Assessment $7,054M , Reporting $ ,474,00 TOTAL $1 ,1 .00 Assumptions 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 a nth 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 Burlington Bridge - Bat Habitat Assessment Group 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 Adrnlrrlstrator. 0613112G24 Signature Date The tasks that Tallgrass 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:$35,968.51 Fee Proposal provided by Cultural Sub Consultant is detailed on the next pages. Page 51 of 51 COST PROPOSAL and SCOPE OF WORK ylr^ Submitted by; Tallgrass Archaeology LL 460 S. riverside Drive, Iowa City, Iowa 5 246 ARCHAEOLOGYTALLGRASS Submitted to: Brian Goss, HDI 5l 17/202,4 Prf ec't: : Phase I Archaeological Survey and Intensive-Level Architectural Survey for Burlington Street Bridge Replacement Project in low City,Johnson C aunty, Iowa. Tallgrass Archaeology LLC can complete the project for the total lurnp surn price of 33$ 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 Field 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 ofcontexttualfhistorical 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 landmarkrhistoric 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 rnap. 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, 1 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. ilk Av r� a 111 4 . . - r +r. 4 10U ?C7t}m Ct a - • .. c 4 } uP�4"il • ' l,au� Ampw fall - C , . b u As O ' LLC4fl if �d�pl���go L ,,,ard Ave FL EAM- Ifc" CI 4 r � o r" l Jot Cup . Item Number: 7.a. r 1 CITY OF IOWA CITY a Qa, 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 r � 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/a slinstant/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 1. 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. 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 Subgroups CO- CN- CH- Cl- CC- CB- CB- CB- MU Categories 1 1 1 1 2 2 5 10 Retail uses' Alcohol sales PR PR P P PR PR PR PR oriented retail Delayed deposit PR service uses Hospitality oriented PR PR P P P P P P PR retail Outdoor storage and P PR display oriented Personal service P PR P P P P P PR oriented Repair oriented P P P P P Sales oriented PR PR P P P P P PR Tobacco sales PR PR PR PR PR PR PR PR oriented 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 PR PR PR PR PR PR PR PR 14-4B-4B- Oriented 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 Subgroups CO- CN- CH- Cl- CC- CB- CB- CB- MU Categories 1 1 1 1 2 2 5 10 Retail uses' Alcohol sales PR PR P P PR PR PR PR oriented retail Delayed deposit PR service uses Hospitality oriented PR PR P P P P P P PR retail Outdoor storage and P PR display oriented Personal service P PR P P P P P PR oriented Repair oriented P P P P P Sales oriented PR PR P P P P P PR Tobacco sales PR PR PR PR PR PR PR PR oriented 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 day of , 2024. City Attorney's Office Approved by Attest: City Clerk City Attorney's Office It was moved by and seconded by the Ordinance be adopted, and upon roll call there were: Ayes: Nays: Absent: Alter Bergus Dunn Harmsen Moe Salih Teague Item Number: 7.b. CITY OF IOWA CITY Q 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 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 )2-a-"S"tiL— Approved by Attest: 0-1 x _.PCityQ. lerk City Attorn 's Office (Liz Craig-09/11/2024) 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.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: 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 1' 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 Approved by Attest: \� Q p ` 1 t.CL.C`� 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 Q 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 7,G 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 , 2024 (--1112-8ju2s— M r Approved by/ Attest: L) ' L City lerk 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: 8.a. r 1 CITY OF IOWA CITY a Qa, 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. Total Budget Current Total Budget After REVENUES&OTHER FINANCING SOURCES as Certified Amendment Current Amendment or Last Amended 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 29 -10,354,541 -74,700,908 -85,055,449 (Under) Expenditures/Transfers Out 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 Pia CITY BUDGET AMENDMENT AND CERTIFICATION RESOLUTION-FY 2025-AMENDMENT U'I To the Auditor of JOHNSON County,Iowa: The City Council of IOWA CITY in said County/Counties met on 09/17/2024 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 end against the amendment. The Council,after hearing all taxpayers wishing to be heard and considering the statements made by them,gnve_rinal consideration to the proposed amendment(s)to the budget and modifications proposed at the hearing,if any.Thereupon,the.following resolution was introducod. RESOLUTION No.24-240 A RESOLUTION AMENDING THE CURRENT BUDGET FOR FISCAL YEAR ENDING JUNE 2025 (AS LAST CERTIFIED OR AMENDED ON 04/16/2024) 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: Total Budget Currant Total Budget After REVENUES&OTHER FINANCING SOURCES as Certified Amendment Current Amendment or Last Amended Taxes Levied on Property '1 68,821,450 0 68,82.1,450 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 75.872,982 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 "•I'2,023,211 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 . r-otatrRovenues&Other Sources 15 288,691.510 51,636,581_ - 340,328,091 EXPENDITURES&OTHER FINANCING USES Public Safety 16 31,911,220 3855 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 10,2229,87'1 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 26 241,707,351 118,741,579 360,448,930 Transfers Out 27 57,338,700 7.595,910 .54,934.610 Total Expenditures/Transfers Out 28 299,046,051 126,337,489, . 425,383,540 Excess Revenues&Other Sources Over 29 -10,354,541 -74,700,908 -85,055,449 (Under)Expenditures/Transfers Out Beginning Fund Balance July 1,2024 30 '158,684,272 0 158,684,272 Ending Fund Balance June 30,2025 31 '148,329,731 -74,700,90E 73,628.823 Explanation of Changes:Amendment includes carryover of revenues and expenditures for projects in the GIP 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. 09/17/2024 �� City ClerklAdntinistrator Signature of Certification Adopted On /4ittMayor Signafr. f Certification CNN S e ED e, \,\�U\ (11.Rrq JOHNSON IOWA SEP 24 2024 .11 eA 09/04/2024 12:51 PM 'vim s' Page I of 1 COUNTY AUDITOR 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: X Alter X Bergus X Dunn X Harmsen X Moe X Salih • X Teague