Loading...
HomeMy WebLinkAbout2017-01-03 ResolutionMMTM-Tr� 3c(6) Prepared by: City Clerk's Office, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5043 RESOLUTION NO. 17-1 RESOLUTION TO REFUND CIGARETTE PERMIT WHEREAS, IC Ugly's at 210'N. Linn St. in Iowa City, Iowa, has surrendered Cigarette Permit No. 17-15 , expiring6/30/2017 , and requests a refund on the unused portion, now thereof, NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, THAT: Cigarette Permit No. 17-15 issued to IC Ugly' s be cancelled and, BE IT FURTHER RESOLVED that the Mayor and City Clerk be and they are hereby authorized and directed to draw a warrant on the General Fund in the amount of $ 75.010 payable to Pub Gal, Inc. as a refund on Cigarette Permit No. 17-15 Passed and approved this 3rd day of January Zp 17 MAYOR \\ Approved by ATTEST: V CITV CLERK City Attorney's Office It was moved by Botchwav and seconded by sickens the Resolution be adopted, and upon roll call there were: AYES: x x NAYS: ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton Prepared by: by: City Clerk's Office, 410 E. Washington St., Iowa City, 14 52240 (319) 356-5043 RESOLUTION NO. 17-2 RESOLUTION TO ISSUE CIGARETTE PERMITS WHEREAS, the following firms and persons have made an application and paid the taxes required by law for the sale of cigarettes, tobacco, nicotine and vapor products. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, THAT: the applications be granted and the City Clerk is hereby directed to issue a permit to the following named persons and firms to sell cigarettes, tobacco, nicotine and vapor products: Almost Paradise Tobacco and Vapor, 355 S. Linn St. Passed and approved this 3rd day ofJanuary 20 17 YOR Approved by ATTEST:L C T LERK � City Attorney's Office It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: Dickens the AYES: NAYS: ABSENT: X Botchway X Cole X Dickens X Mims X Taylor X Thomas X Throgmorton Prepared by: Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240.(319)356-5410 RESOLUTION NO. 17-3 RESOLUTION REJECTING BIDS RECEIVED ON DECEMBER 27, 2016 FOR THE FRAUENHOLTZ-MILLER PARK PROJECT 2016. WHEREAS, four bids were received on December 27, 2016, for the Frauenholtz-Miller Park Project 2016, and the low bid exceeded the Engineer's Estimate by more than 44%; and WHEREAS, the Department of Public Works recommends that the Council reject all bids. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT all bids received on December 27, 2016, for the Frauenholtz-Miller Park Project 2016, are rejected. Passed and approved this 3rd day of January 20 17 M AftR Approved by \\ 1 ATTEST: v� DE TY CITY CLE K ll/ a City Attorney's Office It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Cole X Dickens X Mims X Taylor X Thomas X Throgmorton Prepared by: Dave Panos, Senior Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (31 RESOLUTION NO. RESO UTION AWARDING CONTRACT AND AUTHORIZING SIGN ND THE CITY CLERK TO ATTEST A C CONSTRUCTION OF THE FRAUENHOLTZ-MILLER PARK P?t WHEREAS, of , Iowa, has su $ for constr6ption of the above-named project; and WHEREAS, funds for is project are available in account # R4137. NOW, THEREFORE, BE CITY, IOWA, THAT: 1. The contract for the performance and statements. 2. The Mayor is hereby construction of the ab adequate performance program statements. 3. The City Engineer is in the construction of Passed and approved ATTEST: CITY C RI It was moved y _ adopted, and pon ro AYES: pweng\mastem%wrdcon.doc 12116 45 It TO FOR lowest responsible bid of Park Development RESOLVED BY THF/CITY COUNCIL OF THE CITY OF IOWA struction of the above-named project is hereby awarded to subject tX the condition that awardee secure adequate bond, irAurance certificates, and contract compliance program call there were: to sign and the City Clerk to attest the contract for project, subject to the condition that awardee secure nt bond, insurance certificates, and contract compliance J to a ecute change orders as they may become necessary -nam project. day of _,20 MAyAm Approved by City Attorney's Office and seconded b� the Resolution be NAYS: Botchway Cole Dickens Mims Taylor Thomas Throgmorton Post 1218 NOTICE TO BIDDERS Frauenholtz-Miller Park Project 2016. Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 27th day of December 2016. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids sub- mitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 3rd day of January 2017, or at special meeting called for that purpose. The Project includes, but is not limited to the following: Provide materials and labor associated with 2 pieces of playground equipment, 17 plantings, 355 SY of decorative concrete, 988 SY of cast -in-place concrete sidewalks, 2 park shelters, 3 benches, 4 picnic tables, and 1 drinking fountain. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the improvements for a period of two (2) year(s) from and after its com- pletion and formal acceptance by the City Council. The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at Rapids Reproductions/Technographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A $25.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technographics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. 17-4 RESOLUTION ACCEPTING THE WORK FOR THE 2016 DERWEN DRIVE PAVEMENT REHABILITATION AND DRAINAGE TILE INSTALLATION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2016 Derwen Drive Pavement Rehabilitation and Drainage Tile Installation Project, as included in a contract between the City of Iowa City and All American Concrete Inc. of West Liberty, IA, dated 19th day of September, 2016, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in account # M3631; and WHEREAS, the final contract price is $147,498.10. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 3rd day of January 20 17 / ; E:(� MA OR Approved by ATTEST: :� 5 DERQJY CITY CLERK It was moved by sotchway and seconded by adopted, and upon roll call there were: /M" Pweng/masters/acptwork.doc 12116 City Attorney's Office Dickens the Resolution be NAYS: ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton r �T CITY OF IOWA CITY 3 MEMORANDUM Date: December 28, 2016 To: Geoff Fruin, City Manager From: Jason Havel, City Engineer -V4 Re: Acceptance of the 2016 Derwen Drive Pavement Rehabilitation and Drainage Tile Installation Project Introduction The 2016 Derwen Drive Pavement Rehabilitation and Drainage Tile Installation Project has been completed in accordance with the plans and specifications prepared by the City of Iowa City. Final approval by the City Council is necessary to close out the project. History/Background The pavement on the east end of Derwen Drive, near Sunset Street, was nearing the end of its useful life, and subsurface moisture and groundwater issues led to the hastened deterioration of the pavement. This project included the removal and replacement of damaged roadway pavement, installation of a subsurface drainage system and granular subbase, and removal and replacement of curb ramps to meet Americans with Disabilities Act (ADA) requirements. Discussion of Solutions During construction, unforeseen field conditions were discovered that resulted in the need for additional or extra work. Among the unanticipated factors discovered in the field were unsuitable subgrade beneath the existing street pavement, insufficient surface and subsurface drainage, and sidewalk and driveways in need of replacement to meet ADA requirements. In total, four change orders were issued for the project, which addressed additional subgrade treatment, drainage, sidewalk and driveway construction. Reductions in unit prices were also requested for those items with significant increases in quantity due to the additional work. Financial Impact The final construction costs for the project are $147,498.10, and the project will be funded through the Annual Stormwater Improvements fund #M3631. Recommendation Staff recommends acceptance of the project. ENGINEER'S REPORT December 28, 2016 City Clerk Iowa City, Iowa it 1 +'S' irs CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org Re: 2016 Derwen Drive Pavement Rehabilitation and Drainage Tile Installation Project Dear City Clerk: I hereby certify that the construction of the 2016 Derwen Drive Pavement Rehabilitation and Drainage Tile Installation Project has been completed by All American Concrete Inc. of West Liberty, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City. The project was bid as a unit price contract and the final contract price is $147,498.10. There were a total of four (4) change or extra work orders for the project as described below: 1 Treatment for unsuitable subgrade $ 8,918.00 2 Storm sewer installation $ 15,600.00 3 Additional 4" sidewalk construction (includes reduced unit price) $ 17,575.00 4 Additional driveway, 6" sidewalk and sodding (includes reduced unit $ 28,600.70 prices) I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, P.E. City Engineer Prepared by: Scott Sovers, Public Works, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5142 3,1(s) RESOLUTION NO. 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 FOTH INFRASTRUCTURE AND ENVIRONMENT, LLC TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE RIVERSIDE DRIVE PEDESTRIAN TUNNEL AND MYRTLE AVENUE INTERSECTION IMPROVEMENTS PROJECT. WHEREAS, in April 2016, a streetscape master plan was developed by the City for South Riverside Drive corridor from U.S. Highway 6 to Myrtle Avenue; and WHEREAS, the addition of sidewalk on the west side of Riverside Drive from the south side of the Iowa Interstate Railroad Overpass to Myrtle Avenue, a pedestrian tunnel under the Iowa Interstate Railroad and the signalization of the Riverside Drive and Myrtle Avenue intersection were included in the master plan; and WHEREAS, the aforementioned improvements would facilitate safe pedestrian movements between the Iowa River Trail and the West Riverfront District; and WHEREAS, the City of Iowa City desires the services of a consulting firm to prepare preliminary and final design for construction of the Riverside Drive Pedestrian Tunnel and Myrtle Avenue Intersection Improvements Project; and WHEREAS, the City issued a request for qualifications (RFQ) to private engineering firms interested in performing the design of this project; and WHEREAS, the Consultant responded to this RFQ with desirable experience working on projects of similar type and size; and WHEREAS, the City of Iowa City has negotiated an Agreement for said consulting services with Foth Infrastructure and Environment, LLC, to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with Foth Infrastructure and Environment, LLC; and WHEREAS, funds for this project are available in the Riverside Drive Pedestrian Tunnel account #P3974, Myrtle/Riverside Intersection Signalization account #S3933 and Riverside Drive Streetscape Improvements account #P3977. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The Consultant Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Consultant Agreement. 3. The City Manager is authorized to execute amendments to the Consultant Agreement as they may become necessary. Resolution No. 17-5 Page 2 Passed and approved this 3rd day of January '20 17 MAYOR C \\ Approved by-_ ATTEST: City,Qtk City Attorney's Office It was moved by Botchway and seconded by adopted, and upon roll call there were: AYES: NAYS: Dickens the Resolution be ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this 3rd day of January 2017 , by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and Foth Infrastructure and Environment. LLC , of Cedar Rapids, Iowa , hereinafter referred to as the Consultant. WHEREAS, the City's South Riverside Streetscape Master Plan includes the incorporation of sidewalk on the west side of Riverside Drive from the south side of the Iowa Interstate Railroad overpass to Myrtle Drive; and WHEREAS, the aforementioned sidewalk would provide connectivity between the West Riverfront Subdistrict and the Iowa River Trail; and WHEREAS, the proposed project Involves preliminary & final design services for the installation of a pedestrian tunnel through the Iowa Interstate Railroad bridge embankment and a complete traffic signal installation at the intersection of Riverside Drive and Myrtle Avenue. The project will also include design services as required for sidewalk installation along the west side of Riverside Drive from the proposed pedestrian tunnel to the Myrtle Avenue intersection and streetscape improvements included in the recently completed Riverside Drive Streetscape Master Pian. WHEREAS, the City desires to secure the services of the Consultant to provide engineering services related to the Riverside Drive Pedestrian Tunnel and Myrtle Avenue Intersection Improvements project and; WHEREAS, the City issued a request for qualifications (RFQ) to private engineering firms interested in performing the design of this project; and WHEREAS, the Consultant responded to this RFQ with desirable experience working on projects of similar type and size; and NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. I. SCOPE OF SERVICES Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. Services provided under this agreement shall be further described in Attachment 1, attached and Incorporated herein. II. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. -2 - The schedule of the work to be performed shall Attachment 2, attached and incorporated therein. approved by the City in writing. III. GENERALTERMS conform to the Schedule as set forth in Any deviations from the Schedule shall be A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be available by said City upon reasonable request to the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. -3 - The Consultant agrees to fumish all reports, specifications, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to property complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project Will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract With the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. IV. COMPENSATION FOR SERVICES In consideration of the services, work, equipment, supplies, or materials provided herein. The City agrees to pay the Consultant the following NOT -TO -EXCEED FEE (Unit Cost(fime Charges), including any authorized reimbursable expenses, pursuant to the Schedule of Fees set forth in Attachment 3, attached and incorporated herein. Total Not -To -Exceed Fee $207,564 V. MISCELLANEOUS A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. B. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. C. This Agreement shall be interpreted and enforced in accordance with the laws of the State of Iowa. Any legal proceeding instituted with respect to this Agreement shall be KIM brought in a court of competent jurisdiction in Johnson County, Iowa. The parties hereto hereby submit to personal jurisdiction therein and irrevocably waive any objection as to venue therein, including any argument that such proceeding has been brought in an inconvenient forum. FOR THE CI By: Title: Mayor Date:_ January 3, 2017 ATTEST: pMt S%Zomm9mttrm FOR THE CCON�SSU TAT1T By Title:\/tt_s t J,nc,.T Date: 12 1 ( Approved. City Attorney's Office Date id ,C)'�--4b Foth Infrastructure & Environment, LLC Riverside or Pedestrian Tunnel and Myrtle Ave Intersection Project No. 171001.00 Iowa City, Iowa December 28, 2016 Attachment No. 1 Scope of Services The work to be performed by the Consultant under this agreement shall encompass and include detailed work, services, materials, equipment and supplies necessary to complete analysis and design for the project. The project is located on Riverside Drive from Myrtle Avenue to the Iowa Interstate Railroad Overpass in Iowa City, Iowa. The project consists of preliminary & final design services for the installation of a pedestrian tunnel through the Iowa Interstate Railroad bridge embankment and a complete traffic signal installation at the intersection of Riverside Drive and Myrtle Avenue. The City would also like to model and potentially include left -turn lanes on Riverside Drive and Myrtle Avenue. The project will also include design services as required for sidewalk installation along the west side of Riverside Drive from the proposed pedestrian tunnel to the Myrtle Avenue intersection and streetscape improvements included in the recently completed Riverside Drive Streetscape Master Plan (Phase 1 area). The Phase 1 area is the west side of S. Riverside Drive from the Iowa Interstate Railroad to Myrtle Avenue. The consultant will prepare one set of bid documents, including: 1) Pedestrian Tunnel through Iowa Interstate Railroad bridge embankment including sidewalk to Myrtle Avenue. 2) Traffic Signal installation at the intersection of Riverside Drive and Myrtle Avenue. The Consultant will complete project coordination, preliminary design, and geotechnical exploration. This scope of services is based on the following project assumptions: Riverside Drive Pedestrian Tunnel and Sidewalk • The project goal for the Riverside Drive Pedestrian Tunnel project is to provide safe pedestrian accommodations on the west of Riverside Drive between Benton Street and Myrtle Avenue. • The sidewalk connection south of the new tunnel will tie into recently constructed sidewalk installed as part of the redeveloped area on the west side of S. Riverside between Benton and the railroad overpass. Riverside Drive and Myrtle Avenue Intersection Improvements • The project goal for the Riverside Drive and Myrtle Avenue intersection improvements project is to improve safety and operations of the intersection. • The streetscape improvements to be included in the final plans are those set forth by the South Riverside Drive Streetscape Master Plan, dated April 2016 completed by Snyder & Associates. A copy of the final report will be provided by the City. The City will confirm the streetscaping elements to be incorporated into the final bidding documents. The primary streetscaping improvements will include sidewalk and pedestrian level lighting. • A full traffic signal at the intersection of Myrtle Avenue will be installed, instead of just a HAWK signal as previously identified in the South Riverside Drive Streetscape Master Plan. Also, as stated above, the City would like to model and potentially include left turn lanes on northbound S. Riverside Drive and eastbound Myrtle Avenue. Included in our estimate of fees is development of a conceptual layout for the intersection with left -turn lanes from northbound Riverside to Myrtle and eastbound Myrtle to northbound Riverside. • South Riverside Drive is an IADOT regulated roadway and all improvements within its right-of- way must meet IADOT requirements. • All other design elements will follow applicable Statewide Urban Design and Specifications (SUDAS) or City of Iowa City Standards. • The City will provide a final copy of the original tunnel feasibility study as prepared by Shoemaker and Haaland. • The project will be bid by the City (local letting) using the Iowa DOT standard specifications and be developed as a single bid package. • Include pavement patching as needed within project limits for existing pavement to remain. Page A-1 Foth Infrastructure & Environment, LLC Project No. 171001.00 December 28, 2016 Riverside Dr Pedestrian Tunnel and Myrtle Ave Intersection Iowa City, Iowa In the event that additional right-of-way needed for improvements is not available (via redevelopment), alternate design options will need to be developed. Consultant proposes to develop conceptual improvements based on available right-of-way and get City approval before beginning preliminary and final design. Project will include repair of storm outlet pipe flowing east of Myrtle intersection to river. It is unknown at this time if there is an existing drainage easement for this pipe. Once this project is commenced, this issue will be further investigated and a final determination will be made upon review of available legal documentation. The project estimate includes efforts to acquire a drainage easement if needed. The scope of services to be performed by the Consultant will include the services to complete the following tasks: BASIC SERVICES OF THE CONSULTANT. The Consultant will consult on a regular basis with the City to clarify and define the City's requirements for the Project and review available data. The Consultant will provide the following services in regard to the Project: PROJECT COORDINATION The Consultant will complete the following project coordination activities. Task 1 - Project Kickoff Meeting & Data Collection The Consultant will conduct one (1) kick-off event with the City and project team. The event will involve the development of a project plan, including a high level master schedule, resource plan, and a proactive risk identification and mitigation analysis. This meeting will also serve to develop project goals, establish initial design parameters, data collection, and document project stakeholders for coordination. Data to collect includes roadway as -built plans, right-of-way information, and signal warrant analysis information. Prepare minutes of meetings and keep documentation of other communications. For budget purposes, the Consultant will attend one (1) meeting that will be attended by two (2) staff members of the Consultant. Task 2 — Design Development Meetings (30%, 60%,90%, 100%) The Consultant will maintain communications with the City to review progress and discuss specific elements of the project design and receive direction from the City. These meetings will serve to discuss City review comments and design development. Prepare minutes of meetings and keep documentation of other communications. For budget purposes, the Consultant will attend three (3) meetings that will be attended by two (2) staff members of the Consultant. Task 3 — Iowa Interstate Railroad (IIRR) Coordination Meetings The Consultant will coordinate with the IIRR on design development for the project. The Consultant will attend up to two (2) meetings to assist in the coordination of the project development activities. Prepare minutes of meetings and keep documentation of other communications. For budget purposes, it is assumed that the meetings will be attended by two (2) staff members of the Consultant Task 4 - Utility Coordination Meetings The Consultant will conduct meetings with individual utility companies to address specific conflicts. Based on the Iowa One Call System, there are 7 private utilities in this area. For planning purposes, the consultant has assumed a total of three (3) project utility coordination meetings with representatives of the various utility companies. All impacted utility companies will be invited to each utility coordination meetings. The first will be to advise of the nature and extent of the improvements and any potential conflicts with existing or proposed utility systems, and the second/third will be preliminary/final design review and coordination meetings. The Consultant shall keep a record log of all communications and correspondence with each utility company and provide the record log to the City prior to preconstruction conference. In addition, a total of three (3) individual meetings with private utility companies to discuss project impacts will be held. For budget purposes, all utility meetings will be attended by one (1) staff member of the Consultant. Page A-2 Foth Infrastructure & Environment, LLC Project No. 171001.00 December 28, 2016 Riverside Dr Pedestrian Tunnel and Myrtle Ave Intersection Iowa City, Iowa Task 5 — Individual Stakeholder Meetings (Impacted Businesses) The Consultant will attend meetings with key business stakeholders directly impacted by the project. Prepare minutes of meetings and keep documentation of other communications. Individual meetings with business representatives will be coordinated and scheduled by the Consultant to provide support for the technical design. City staff will attend for support. Key stakeholders will be identified and may include: a) River View West b) Dominoes c) Red Pepper/Wedge Pizza d) Kum & Go e) Kelly's Auto Center The Consultant will attend a total of two (2) stakeholder meetings per key stakeholder listed above in order to assist the City to engage these property owners and capture input as it relates to the design development. Each of these meetings will have a specific objective with regard to corridor improvements and will be scheduled at the appropriate time during the project. For budget purposes, the meetings will be attended by two (2) staff members of the Consultant. Task 6 - Public Information Meetings The Consultant will conduct two (2) public informational meetings that will be attended by three (3) staff members of the Consultant. Prepare minutes of meetings and keep documentation of other communications. The purpose of the meetings will be to provide a brief overview of the proposed tunnel and improvements to the intersection and a discussion of the reconstruction plan, as well as gather information on the concerns, priorities and specific issues of the adjacent property owners and other affected parties. This task includes preparation of the public notification letter, display materials and hand out information for the meeting. This meeting will be scheduled after discussion with City staff as to appropriate timing. Task 7 — Preliminary Individual Parcel Exhibits The Consultant will prepare individual property acquisitions exhibits (8.5 -in by 11 -in) for each parcel which will consist of aerial imagery and show the proposed roadway design elements, driveway access, site modifications, in addition to existing right-of-way lines, proposed fee title right-of-way needs and permanent/temporary easement needs. The exhibits will be label with key parcel information and reference individual easement square footage areas. The exhibits will be used for initial right-of-way discussions and verification in advance of the preparation of acquisition plats. For budgetary purposes, it is assumed that a total of ten (10) parcel exhibits are required within the project limits. Task 8 - Project Management (12 mos. for January 2017 -December 2017) The project manager for the Consultant will be responsible for maintaining coordination with the City, monthly progress reporting, minutes of meetings, interoffice memoranda, and project invoicing. This task also includes scheduling of staff, review of progress, and senior review of deliverables. DESIGN SURVEYS The Consultant will complete all required surveys for the project, including control surveys, topographic surveys, utility surveys, property ownership/research, right-of-way surveys, and acquisition plat preparation for permanent fee -title right-of-way, permanent easements and temporary construction easements. The Consultant shall also incorporate field survey data into an electronic base map to be used for the design of the project, including property lines, right-of-way lines and property ownership for parcels located within the project limits. The Consultant shall perform field and office tasks required to prepare property acquisition plats deemed necessary to complete the project. The property acquisition plats will be submitted to the City with the 60% plans. The specific supplemental survey tasks to be performed include the following: Page A-3 Foth Infrastructure & Environment, LLC Project No. 171001.00 December 28, 2016 Riverside or Pedestrian Tunnel and Myrtle Ave Intersection Iowa City, Iowa Task 1 - Preparation of Acquisition Plats and Legal Descriptions The Consultant shall prepare acquisition plats and legal descriptions for property to be acquired for the project. Said plats and legal descriptions shall comply with requirements of the Iowa Code and shall be prepared by or under the direct supervision of a licensed land surveyor under the laws of the State of Iowa. For estimating purposes, the following numbers of acquisition plats are assumed for this agreement: Permanent (Fee -Title) Right -of -Way Acquisition Plats = 8 each Temporary Construction Easement = 8 each Permanent Utility Easement = 1 each The following was used to calculate costs per plat included in the agreement and for any additional plats added at the request of the City. Consultant will only bill for plats prepared. Permanent (Fee -Title) Right -of -Way Acquisition Plats = $650 per plat Temporary Construction Easement = $400 per plat Individual plats and legal descriptions will be prepared for each parcel with permanent and temporary acquisitions. The legal descriptions shall be metes & bounds descriptions for both permanent and temporary construction acquisitions. The plats and legal descriptions shall comply with requirements of the Iowa Code and shall be prepared by or under the direct supervision of a duly licensed land surveyor under the laws of the State of Iowa. The plats shall also be completed in accordance with the City of Iowa City requirements. Task 2 - Right-of-Way/Easement Staking This task consists of staking the easement locations for purposes of right-of-way negotiations. The staking survey includes the marking of key easement location points in order to visualize the locations in the field and shall also include marking of existing property lines locations. For the purpose of this agreement, all permanent and temporary easements will be staked one i time. Task 3 — Permanent Monumentation of Right -of -Way This task consists of monumentation of the right-of-way acquired as part of this project which will be performed upon completion of construction of the proposed improvements. The monumentation shall comply with requirements of the Iowa Code 355.6 and shall be performed by or under the direct supervision of a duly licensed land surveyor under the laws of the State of Iowa. This task also includes resetting existing right-of-way monumentation per Iowa code for monumentation preservation. FUNCTIONAL AND PRELIMINARY DESIGN (30% and 60% Plan Submittals) The Consultant will perform preliminary design services with the primary focus will be on geometric plans and profiles, existing and proposed utility locations, and right-of-way requirements. Incorporate potential elements that may affect the improvements, including property impacts, construction staging and traffic control operations. The preparation of preliminary design plans depicting the proposed tunnel, traffic signal, grading, drainage, paving, signing, utility relocation, streetscaping, and other features of the project. The work to be performed by the Consultant under the Preliminary Design phase includes the following tasks: Task 1 - Develop Preliminary Layout/Geometrics Develop preliminary geometrics for the left -turn lanes (if requested by the City), sidewalk and tunnel and the intersection improvements based on survey centerline reestablishment and applicable design criteria. Streetscaping improvements include the sidewalk installation and pedestrian level lighting as shown in the Phase 1 area as described in the Riverside Drive Streetscape Master Plan. The Phase 1 area is the west side of S. Riverside Drive from IIRR to Myrtle Avenue. This task includes Page A-4 Foth Infrastructure & Environment, LLC Project No. 171001.00 December 28, 2016 Riverside Dr Pedestrian Tunnel and Myrtle Ave Intersection Iowa City, Iowa development of alternate design options in the event additional right-of-way needed for improvements is not available. Task 2 — Preliminary Traffic Signal Design Develop preliminary design layout for the traffic signal at Myrtle Avenue intersection. Task 3 - Utility Research and Utility Conflict Identification The Consultant will follow the IADOT utility accommodation and coordination process to determine utility coordination efforts and potential impacts. The Consultant will identify utility conflicts based upon the preliminary design layout and develop a tabulation with plan sheet exhibits for purposes working through conflict resolution. This task includes storm sewer, water main, sanitary sewer and all private utilities including gas, electric and communications. Task 4—Construction Staging Plan Development The Consultant will develop a preliminary traffic control concept to indicate how the project will generally be constructed and traffic will be maintained during construction. The construction staging plan will take into consideration all elements of construction including roadway (MUSR), property access and private utility relocations. When refined and acceptance by the City, the concepts developed in preliminary plans will serve as the basis for preparing the final traffic control plan in final design. Task 5 — Acquisition Requirements Identification The Consultant will identify permanent right-of-way and permanent/temporary easement needs based on the preliminary design development. The requirements will take into considerations proposed utilities, construction staging and access, utility relocations and other critical construction elements. Task 6 — Functional Design Plan Preparation (30% Plans) Upon completion of the first submittal of plans (functional design), the design plans will be approximately 30 percent complete. The work to be performed by the Consultant under Preliminary Design will consist of the following tasks: Title and General Information (A Sheets) This task consists of assembling the title and general information sheets. The title sheets will include the following: Index of Sheets, Legend, Location Map, Project Number, Design Traffic data. Includes utility conflict identification tabulations and plan design exhibit sheets. Tvoical Cross Sections (B Sheets) This task consists of assembling the Typical Cross Section to be used for the proposed sidewalk/tunnel crossing and the functional intersection design improvements at S. Riverside Drive and Myrtle. Plan & Profiles (D Sheets) - This item consists of the site plan and profile sheets, including the detail information required for plan approvals, permitting, and construction of the proposed improvements. This task consists of the functional layout of proposed sidewalk and intersection improvements. Streetscaoinc Plans (LS Sheets) Develop functional streetscaping design for the project. Removal Plans (R Sheets) This item consists of functional layout of the removal plan for the project. Cross Sections (W Sheets) This task consists of the design and drafting associated with the assembly of detailed cross sections (25' increments) to illustrate typical conditions, drainage designs, and non -typical conditions as needed for guidance during design, review, and quantity estimating purposes. Task 7— Preliminary Design Plan Preparation (60% Plans) Page A-5 Foth Infrastructure & Environment, LLC Project No. 171001.00 December 28, 2016 Riverside Dr Pedestrian Tunnel and Mydle Ave Intersection Iowa City, Iowa Upon completion of the preliminary plans, the design plans will be approximately 60 percent complete. The work to be performed by the Consultant under Preliminary Design will consist of the following tasks: Title and General Information (A Sheets) This task consists of assembling the preliminary title and general information sheets. The preliminary title sheets will include the following: Index of Sheets, Legend, Location Map, Project Number, Design Traffic data. Includes utility conflict identification tabulations and plan design exhibit sheets. Preliminary Tvoical Cross Sections (B Sheets) This task consists of assembling the Typical Cross Section to be used for the proposed sidewalk/tunnel crossing and the intersection design improvements at S. Riverside Drive and Myrtle. Preliminary Plan (D Sheets) - This item consists of the site plan and profile sheets, including the detail information required for plan approvals, permitting, and construction of the proposed improvements. Plan info will also include the location of pedestrian lighting. Preliminary Survey Reference (G Sheets) The preliminary plans will include preliminary survey reference information. Preliminary Right -of -Way (H Sheets) The preliminary plans will include an ownership reference plan exhibit showing general parcel information. Preliminary Traffic Control and Staging (J Sheets) Develop suitable plan for construction scheduling and staging of the Project and for traffic control measures to be implemented during construction. Staging plan will include provisions for maintaining access to adjacent properties during construction. The plan sheets will include construction staging section and plan exhibits. For estimating purposes, it is assumed that Riverside will maintain a minimum of 1 -lane in southbound direction during construction and Myrtle will remain open to traffic. Preliminary Geometric. Staking and Jointing (L Sheets) Develop and refine geometric layouts and provide additional horizontal and vertical survey information needed to construct any additional pavement at the intersection and the driveway intersection(s). Includes any required pavement patching. Streetscaoing Plans (LS Sheets) Develop preliminary streetscaping design for the project. Preliminary Storm Sewer (M Sheets) Develop preliminary storm sewer layout for storm outlet pipe outlet to river. Resolve potential conflicts with underground utilities and other design elements. Vertical Profiles are not developed as part of this task. Preliminary Traffic Signals IN Sheets) This task consists of preliminary traffic signal layout. The preliminary plans will include traffic signal pole layout and major equipment layout. This task also includes gathering information on the type of equipment to be used for the project using available design standards of the City, and the Manual on Uniform Traffic Control Devices (MUTCD). Preliminary Removal Plans (R Sheets) This item consists of preliminary layout of the removal plan for the project. Preliminary Sidewalk Plans (S Sheets) Develop preliminary curb ramp layout and accessible curb ramp design in accordance with Chapter 12 of Iowa SUDAS Design Manual. Design ramp geometric configurations alternatives, identify Page A-6 Foth Infrastructure & Environment, LLC Project No. 171001.00 December 28, 2016 Riverside Dr Pedestrian Tunnel and Myrtle Ave Intersection Iowa City, Iowa surface requirement, review general horizontal curb openings, cross slopes, running slope, and identify sidewalk width and passing space within the corridor. Preliminary Tunnel Plans (V Sheets) This item consists of preliminary layout and details of the pedestrian tunnel for the project. Preliminary Cross Sections (W Sheets) This task consists of the design and drafting associated with the assembly of detailed cross sections (25' increments) to illustrate typical conditions, drainage designs, and non -typical conditions as needed for guidance during design, review, and quantity estimating purposes. Task 8 - Field Review Conduct a field review with key members of the Consultant Design Team and City Staff (Project Development Team) to discuss key issues and design concepts, including drainage, access control, traffic control/stage construction and right of -way. The review will determine the completion of the plan design, identify needed adjustments to minimize potential property impact and confirm the proposed staging plans. Revisions will be noted for preparation of the final design. Completion of the field review will allow preparation for Final Plans. Task 9 - Budget Review The Consultant will prepare a preliminary opinion of probable construction cost for the project and compare the cost to the City's current Project budget. The Consultant will if necessary make recommendations pertaining to modifications in the Project in order to address budgetary concerns. Cost estimates will be developed as part of the 60% plan submittal and based on representative major project elements and recent bid information. Detailed quantity takeoffs will not be developed for the preliminary cost estimate. Task 10 - Quality Control Involve ongoing quality control input from the Project Team and the design engineer's senior technical staff throughout the development of preliminary plans. The design engineer is responsible for making specific recommendations and ensuring that critical issues are discussed and resolved prior to submittal of the 30% and 60% plan sets to the Project Team. Review the preliminary engineering plan set for technical accuracy, as well as for general constructability and conformance with the project design criteria. Task 11- Project Manual The consultant will prepare preliminary project manual. FINAL DESIGN The Consultant will proceed with final design, contract drawings, specifications and opinion of probable construction costs for the award of a single Contract for the construction of the proposed improvements. The work tasks to be performed include the following: Task 1 - Incorporate Comments from Preliminary Plan Review (60%) and Field Exam The Consultant will respond to comments resulting from the preliminary plan review and field exam. Recommended modifications will be incorporated into the plan set. The Consultant will revise preliminary construction plans and special provisions to incorporate City, Iowa Department of Transportation, IIRR and utility company comments. Task 2 - Final Construction Plans (90% Plans) The Consultant will provide the City with the following deliverables: Final Title and General Information (A Sheets) - This item consists of finalizing the title sheet. The title sheets will include the following: Index of Sheets, Legend, Location Map, Project Number and Design Traffic Data. Also includes utility conflict identification tabulations and plan design exhibit sheets. Page A-7 Foth Infrastructure 8 Environment, LLC Project No. 171001.00 December 28, 2016 Riverside Dr Pedestrian Tunnel and Myrtle Ave Intersection Iowa City, Iowa Final Tunical Sections and Details (B Sheets) - This item consists of final design and drafting of typical cross sections and standard details to be utilized for the improvements. Final Estimate of Quantities and Tabulations (C Sheets) - This item consists of final bid items to be included in the Project, as well as final quantity tabulations, and the development of the general notes and estimate reference information. This item also includes the final design and drafting of erosion control measures to be provided on the Project. Final Plan and Profiles (D Sheets) - This item consists of the final design and drafting of roadway plan and profile sheets, including the detail information required for plan approvals, permitting, and construction of the proposed improvements. Includes location of pedestrian lighting. Final Erosion Control Plan Sheets (EC Sheets) This task consists of the development of erosion control sheets that show a draft pollution prevention plan, existing and proposed topography, location of proposed best management practices, and permanent surface restoration types. Final Survey Reference Sheets (G Sheets) This task consists of assembling reference ties to the plan control points and the benchmark data used to develop the plans and to be preserved throughout construction of the project. This task also includes preserving any Government Corners that are found in the vicinity of the proposed construction and inclusion of horizontal alignment information. Final Right -of -Way Sheets (H Sheets) This task consists of final permanent right-of-way and permanent and temporary easements required to construct the project. Final Traffic Control and Staging Sheets (J Sheets) — This item consists of final design and drafting of the traffic control, staging and temporary pavement plans. The traffic control devices, procedures, and layouts will be as per the requirements of the Iowa DOT and Manual on Uniform Traffic Control Devices (MUTCD). Final Geometric. Staking and Jointing Sheets (L Sheets) - This item consists of the final design and drafting of jointing details, spot elevations, and geometric layouts for all non- typical pavement areas. Streetscaning Plans (LS Sheets) Develop final streetscaping plans for the project. Final Storm Sewer (M Sheets) Develop preliminary storm sewer layout for storm outlet pipe outlet to river. Resolve potential conflicts with underground utilities and other design elements. Vertical Profiles are not developed as part of this task. Final Traffic Signal Sheets (N Sheets) - This task consists of the final design and drafting of permanent and temporary traffic signals. Included in this task will be the signal layout plans, wiring diagrams, major equipment, poles, signal heads, quantities, special provisions, underground interconnect, and other elements of the traffic signal installations, as necessary, to accommodate the roadway design, as well as proposed phasing and timing of traffic signals. Final Pavement Marking and Traffic Signing Sheets (PM Sheets) — This item consists of final design and drafting of the pavement marking and traffic signing sheets. This task includes development of pavement marking and DOT traffic signing plans to be placed into service following construction. The traffic control devices, procedures, and layouts will be as per the requirements of the Iowa DOT and Manual on Uniform Traffic Control Devices (MUTCD). Page A-8 Foth Infrastructure & Environment, LLC Project No. 171001.00 December 28, 2016 Riverside or Pedestrian Tunnel and Myrtle Ave Intersection Iowa City, Iowa Final Removal Plan Sheets (R Sheets) - This task consists of final design and drafting of final removal plan sheets. Final Sidewalk Plan Sheets (S Sheets) - Develop final curb ramp layout and accessible curb ramp design in accordance with Chapter 12 of Iowa SUDAS Design Manual. Finalize ramp geometric configurations and calculate horizontal curb openings, cross slopes, running slope, and label sidewalk width and passing space within the corridor. Final Earthwork Quantity Sheets (T Sheets) - This task consists of final design and drafting of the earthwork quantities. Final Special Construction Detail Sheets (U Sheets) - This item consists of the final design and drafting of special project details not covered in other items. Included are such items as special grading details, channel grading, culvert details not included in the standard drawings, special storm sewer or manhole details not,included in the standard drawings, special paving details, and other required miscellaneous details found to be required for completion of the project. Final Pedestrian Tunnel Sheets (V Sheets) - This task consists of final design and drafting of the pland and details for the pedestrian tunnel. Final Cross -Sections (W Sheets) - This item consists of the final design and drafting of individual cross sections for the project. Cross sections will be designed and drawn at 25 -foot maximum intervals, with additional cross-sections included as necessary. Cross sections will show the existing ground elevations as well as the final project grading, including fore slope and back slope information, special sub -grade treatments, ditches, pavement replacement, and other pertinent information. Task 3 - Project Permitting The Consultant will assist the City in preparing applications for permits from governmental authorities that have jurisdiction to approve the design of the project and participate in consultations with such authorities, as necessary. The Consultant will prepare the following documents for the project: • Iowa DOT Work within Right -of -Way Permit (Form No.810028) • Iowa DOT Approval of a Traffic Control Device (Form No.810071) • Iowa DOT Utility Accommodation Permit (Form No.810025) • IIRR Permit for work in railroad ROW Any fees for construction permits, licenses or other costs associated with permits and approvals will be the responsibility of the City. The Consultant will provide technical criteria, written descriptions and design data for the City's use in filing the applications for permits. The Consultant will prepare the permit applications and other documentation. Task 4 - Project Manual The consultant will prepare the project manual. Task 5 — Special Provisions Development The Consultant will prepare special provisions specifications for the project and submit with 90% Plans. Task 6 - Incorporate Comments from 90% Plan Review The Consultant will be incorporated check plan review comments into the plan set. The Consultant will revise final construction plans and special provisions to incorporate City, Iowa Department of Transportation and utility company comments. Task 7 - Opinion of Probable Construction Cost The Consultant will prepare a preliminary Opinion of Probable Construction Cost for the set of bidding documents. An updated Opinion of Probable Construction Cost will be prepared at the time of Page A-9 Foth Infrastructure 8 Environment, LLC Project No. 171001.00 December 28, 2016 Riverside Dr Pedestrian Tunnel and Myrtle Ave Intersection Iowa City, Iowa completion of the plans and specifications. The Opinion of Probable Construction Cost is intended for the use of the City in financing the Project. Task 8 - Quality Control Involve ongoing quality control input from the Project Team and the design engineer's senior technical staff throughout the development of final plans. The design engineer is responsible for making specific recommendations and ensuring that critical issues are discussed and resolved prior to submittal of the 90% plan set to the Project Team. PROJECT BIDDING The City will coordinate and manage the letting process for the project. The work tasks to be performed or coordinated by the Consultant will include the following: Task 1 - Printing of Plans and Specifications (Task not included) Task 2 - Notice of Project (Task not included) Task 3 - Plan Clarification and Addenda The Consultant will be available to answer questions from contractors prior to the letting and will issue addenda as appropriate to interpret, clarify or expend the bidding documents. Task 4 - Letting, Bid Tabs, and Award Recommendation (Task not included) CONSTRUCTION SERVICES The City will be responsible for performing construction administration and observation for the project. The Consultant will be available to attend the pre -construction meeting, perform shop drawing review and be available to assist with field questions as necessary. For budgetary purposes, it is assumed two (2) members of the consultant team will attend the pre -construction meeting for the project. We have assumed two site visits during construction, attended by one (1) member of the Consultant team. Task 1 — Record Drawings This task consists of preparation of construction record drawings defining the actual location of improvements and fixtures. The Consultant shall prepare record drawings showing those changes made during construction, based on the marked -up drawings and other data furnished by the Contractor and the City's Resident Construction Observer. The Consultant shall provide the City with one (1) reproducible copy of the record drawings. GEOTECHNICAL SERVICES Task 1 — Geotechnical Exploration Complete geotechnical exploration along the project corridor with the services of Terracon. These services will be in general accordance with the standard specifications for subsurface investigations and design. This task includes the necessary field and office services to provide a geotechnical report for the project. The task involves completing one (1) boring to a depth of 10-20 feet below existing grade in the area of the proposed pedestrian tunnel, one (1) boring to a depth of 10-20 feet below existing grade in the Riverside/Myrtle intersection area and two (2) pavement cores in the Riverside/Myrtle intersection area. It will be determined during functional design if the pavement cores will be performed. The purposes of the boring include determination of moisture contents, groundwater levels, and engineering analysis. The borings will include all City/State required traffic control measures including coordination, permits and arranging a utility locate through Iowa One Call. The backfilling of the borehole will be performed following the borings and meet City/State requirements. Page A-10 Foth Infrastructure & Environment, LLC Project No. 171001.00 December 28, 2016 Riverside Dr Pedestrian Tunnel and Myrtle Ave Intersection Iowa City, Iowa The soils report will contain a description of the project; a summary of drilling, sampling and testing procedures, logs of the borings and test results, and geotechnical recommendations. The reports will also include recommendations regarding tunnel design and other considerations. PROJECT DELIVERABLES The scope of services will be considered complete upon completion and delivery of the following items to the satisfaction of the City: • 30% Plan Submittal (3 hard copies to City) • 60% Plan Submittal + Project Manual + Construction Cost Estimate (3 hard copies to City) • 90% Plan Submittal + Project Manual + Construction Cost Estimate (3 hard copies to City) • One (1) set of the original signed Final Construction drawings (half-size 11'x17"). • ROW/Easement linework in electronic format (.dwg file) • Final geometry/linework in electronic format (.dwg file) • Final Opinion of Probable Construction Cost • One (1) set of electronic and printed Record Drawings (half-size 11'x17") ADDITIONAL SERVICES: Additional Services are not included in this Agreement. If authorized under a Supplemental Agreement the Consultant shall furnish or obtain from others the following services: 1.) Roadway Lighting Design Services 2.) Construction Period Testing Services 3.) Construction Services: Construction Administration, Resident Observation, Construction Staking Page A-11 Foth Infrastructure & Environment, LLC Riverside Dr Pedestrian Tunnel and Myrtle Ave Intersection Project No. 171001.00 Iowa City, Iowa December 26, 2016 Attachment No. 2 Schedule The Consultant will complete the following phases of the Project in accordance with the schedule shown; assuming notice to proceed is issued by the City on or before January 3, 2017. If notice to proceed is given at a later date, time of completion will be adjusted/extended accordingly. Consultant Contract Approval Kick-off Meeting Design Survey 30% Design Submittal Prepare Right -of -Way Documents/Plats 60% Design Submittal & ROW Acquisition Plats Property Acquisitions (by City) Utility Relocations 90% Design Submittal Final Plan Preparation Plan Approval & Project Letting Construction January 3, 2017 January 2017 January - February 2017 March 2017 March - April 2017 May 2017 May — November 2017 TBD' July 2017 August 2017 November 2017 2017-2018' 'Final schedule will be determined based upon private utility coordination/relocation information Page A-12 Foth Infrastructure & Environment, LLC Riverside Dr Pedestrian Tunnel and Myrtle Ave Intersection Project No. 171001.00 Iowa City, Iowa December 28, 2016 Attachment No. 3 Standard Rate Table FOTH INFRASTRUCTURE AND ENVIRONMENT, L.L.0 2017 STANDARD HOURLY RATE SCHEDULE CLASSIFICATION HOURLY RATE Project Director $189.00 Project Manager $157.00-$184.00 Project Scientist $167.00 Project Advisor $167.00 Lead Engineer $167.00 Project Engineer $132.00-$157.00 Staff Engineer $109.00-$128.00 Lead Technician $132.00 Engineering Technician $102.00-$122.00 CAD Technician $88.00 Construction Manager $149.00 Lead Field Technician $122.00 Field Technician $71.00-$107.00 Land Surveyor $153.00 Administrative Assistant $62.00 REIMBURSABLE EXPENSES 1. Auto mileage will be reimbursed per the standard mileage reimbursement established by the Internal Revenue Service. Service vehicle mileage will be reimbursed on the basis of $0.88 per mile. Page A-13 � r � MANN CITY O F IOWA CITY MEMORANDUM DATE: December 28, 2016 TO: Geoff Fruin, City Manager FROM: Jason Havel, City Engineer RE: Consultant Agreement for the Riverside Drive Pedestrian Tunnel and Myrtle Avenue Intersection Improvements Introduction: The Riverside Drive Pedestrian Tunnel and Myrtle Avenue Intersection Improvements Project generally includes the installation of sidewalk on the west side of Riverside Drive from the south side of the Iowa Interstate Railroad (IIRR) to Myrtle Avenue, a pedestrian tunnel under the IIRR and signalization of the Riverside Drive and Myrtle Avenue Intersection. Also included is the incorporation of streetscape elements as identified within the South Riverside Drive Streetscape Master Plan. Objectives of this project include increasing pedestrian access and safety within the corridor. History/Background: In April 2016, the City finalized a streetscape master plan for the South Riverside Drive corridor from U.S. Highway 6 to Myrtle Avenue. One of the main guiding principles that came out of the plan was prioritizing pedestrian circulation within the corridor. From the aforementioned guiding principal, specific corridor objectives were developed. Among the comprehensive list were the following: 1. Provide a safe pedestrian crossing at Myrtle Avenue. 2. Continue with proposed improvements for a pedestrian underpass along the west side of Riverside Drive at IIRR. 3. Improve intersection at Myrtle Avenue to improve safe pedestrian access to the Iowa River Trail. Considering these objectives, the adopted complete streets policy and the need to provide ADA accessible facilities within the corridor, funding for this project was included within the 5 year capital improvement program. Discussion of Solutions: Recognizing the need for external design services, the City issued a request for qualifications (RFQ) to private engineering firms. Of the 5 proposals received, Foth Infrastructure and Environment, LLC was selected based on their qualifications and experience on similar projects. Considering this, Staff has negotiated an agreement with Foth Infrastructure and Environment, LLC to provide engineering services for completion of the project design and preparation of construction documents related to the Riverside Drive Pedestrian Tunnel and Myrtle Avenue Intersection Improvements. Financial Impact: The not -to -exceed fee for these engineering services is $207,564. Funding will be via general obligation bond proceeds and is available in the Riverside Drive Pedestrian Tunnel account #133974, Myrtle/Riverside Intersection Signalization account #S3933 and the Riverside Drive Streetscape Improvements account #P3977. December 28, 2016 Page 2 Recommendation: Staff recommends approval of the engineering services consultant agreement with Foth Infrastructure and Environment, LLC. =�d- ('�) Prepared by: Scott Sovers, Public Works, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5142 RESOLUTION NO. 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 ENGINEERING, INC. TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE WATER DISTRIBUTION SYSTEM FUTURE GROWTH STUDY. WHEREAS, the City's growth within the last decade has generated areas of the drinking water distribution system network less able to consistently provide service pressures within desirable limits; and WHEREAS, momentary pressure fluctuations could become growth limiting for the City without action to phase in a pressure strategy for the distribution system; and WHEREAS, the objective of the project is to study the system, provide options for and to select a strategy to maintain desirable system pressures based on inferred growth rates and the City's comprehensive plan; and WHEREAS, the City of Iowa City desires the services of a consulting firm to evaluate the existing water distribution system and provide a recommendation on improvements; and WHEREAS, the City of Iowa City has negotiated an Agreement for said consulting services with HDR Engineering, Inc., to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with HDR Engineering, Inc.; and WHEREAS, funds for this project are available in the Water operating budget account #7373110. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The Consultant Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Consultant Agreement. 3. The City Manager is authorized to execute amendments to the Consultant Agreement as they may become necessary. Passed and approved this 3rd day of January 20_Z—• MOOR Approved by ATTEST: DE"T CITY CLE K City Attorney's Office Resolution No. 17-6 Page 2 It was moved by Botchway and seconded by adopted, and upon roll call there were: AYES: x x x x NAYS: Dickens the Resolution be ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this 3rd day of January 2017, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and HDR Engineering, Inc., of Omaha, Nebraska, hereinafter referred to as the Consultant. WHEREAS, the City desires to complete a Water Distribution System Future Growth Study (Study) to understand the operational performance of the City's water distribution system so that the impact of growth can be evaluated and appropriate provisions for improvement and expansion can be put in place. The City's primary intended outcomes of the Study include: • A well -calibrated hydraulic model of the distribution system to support performance evaluation and future growth; and to allow for future surge modeling, energy efficiency analysis, and water quality modeling. • Identification of operational improvements. • Evaluation of pumping and storage, fire flows, system redundancy, and the effect of pressure transients caused by power failure. • Development of a 20 -year comprehensive distribution system Capital Improvement Program (CIP) to improve performance, capacity, and accommodate future growth with an emphasis on the projects necessary to maintain necessary system pressures during transient events. WHEREAS, the City issued a request for proposals from private engineering firms interested in performing services as required for this study; and WHEREAS, the Consultant responded to this RFP with desirable experience working on studies of similar type and size; and NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. I. SCOPE OF SERVICES Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. This Study will be performed through the completion of the following tasks and subtasks. Task 1— Project Management, Coordination and Administration Task 1.1: Project Management and Administration Perform Project Management and Administration activities to keep the project on track for scope, schedule, and budget. Progress reports will be provided with the monthly invoices from Consultant. Task 1.2: Kick-off Meeting Prepare for and attend a project kickoff meeting with the City. Task 1.3: Project Status Meetings Prepare for and attend up to four (4) Project Status Meetings with the City. -2 - Task 1 Deliverables: Include monthly invoices and accompanying status reports as appropriate. Agenda and meeting minutes for kickoff and project status meetings. Task 1 Assumptions: Consultant has assumed the project will last approximately eight (6) months, and that up to four (4) project status meetings will be adequate. The project kickoff and project status meetings will be attended in person by two Consultant staff, the Project Manager and Project Engineer. Task 2 — Data Gathering and Review Task 2.1: Gather and Review Existing Data In this task, Consultant will work with the City to identify and gather appropriate data to develop and update the water system hydraulic model and perform current and future hydraulic simulations. Consultant will obtain the most up-to-date mapping of the water system, primarily in GIS, and discuss with City staff during the kickoff meeting the availability of additional data including, but not limited to: • Previous studies related to distribution system and latest City comprehensive plan • GIS and CADD data of the water distribution system and City and County background information including, but not limited to, elevation contours (2 ft or better preferred), existing and future land use and/or zoning, city limits, streets, right-of-ways, subdivisions, parcels, and recent Traffic Analysis Zones (TAZ) with population and employment projections, if available • As -Built drawings of facilities (pump stations, storage tanks, and valve vaults) • Pump station data including pump curves and controls • Operational data (i.e. operator logs/records, system monitoring, hourly or better SCADA for past five years 2012-2016, etc.) • Critical data includes: service area elevations (2 -ft or better contours); WTP capacity and operational settings; PRV location, elevations, and operational settings; pump station locations, elevations and settings; tank locations, elevations, diameters, shape, and normal operating levels; and open/closed status of system isolation valves. • Water production and usage data in a digital format (Excel/Access) for the past five years: 1) historical water billing data with monthly consumption and service addresses, 2) hourly (or a minimum of daily) water treatment plant production data, and 3) annual water loss accounting data. As part of the data gathering task, Consultant will visit the City's above ground facilities and meet with City staff to collect and verify other information that will be incorporated into the development of the hydraulic model. This visit is assumed to be conducted during the same day as the kickoff meeting or the first status meeting along with an Electrical Engineer from Consultant for the pressure transient evaluation. Task 2 Deliverables: Data collection and tracking spreadsheet. Task 2 Assumptions: Data will be provided promptly by City and primarily in digital format to maintain project schedule. Consultant has assumed that City staff will review the mapping of the water system to assess its consistency with current system configurations, and provide the appropriate final configuration in GIS to be used in developing the hydraulic model. Consultant will also review all other available data (zoning, land use, etc.), identify any significant deficiencies, and will work with the City to develop a practical plan for obtaining any missing data. No field data collection, other than visiting the facilities as described in Task 2. 1, will be conducted by Consultant. -3 - Task 3 — Model Development and Calibration Task 3.1: Evaluate Existing Water Billing and Production Data Review and evaluate existing water billing and production data to derive unit water usage factors, system peaking factors and unaccounted-for water usage. Task 3.2: Estimate Future Water Demands Using City -provided land use and population projection data, Consultant will estimate future water demands by customer class through buildout of the determined future service area. The buildout demand projections will be summarized by 10 -year increments over the next 50 years. Apply the water demand projections by node in the hydraulic model for subsequent tasks. Task 3.3: Build Model Consultant will use the City approved and provided final water system configuration in a digital GIS file format to construct the new hydraulic model in the InfoWater software by Innovyze. The model will include all pipes larger than 4 -inch diameter, and all fire hydrants within GIS that have laterals connected to them. If too many hydrants do not have laterals connected to them in GIS then they may not be included in the model. If available, a unique ID will be used to connect the GIS to the model elements but GIS -model integration will not be possible where pipes need to be split in the model for connectivity. All pump stations and storage tanks will be included in the model with inputs provided from Task 2.1. Task 3.4: Calibration Plan / Field Testing Following construction of the hydraulic model, Consultant will calibrate the model. To meet this need, Consultant will develop a calibration plan to detail the proposed data that will be collected and the method for collecting this data, primarily SCADA and fire hydrant flow tests. An element of the plan is a discussion of AWWA guidelines "Calibration Guidelines for Water Distributions System Modeling" (AWWA, 1999), which documents alternative approaches and criteria for calibration. Consultant will review these criteria with the City, select the most practical set of criteria for this project, and incorporate the findings in the City's calibration plan. No additional calibration activity will begin without City approval of the calibration plan and provision of the field -collected calibration data from the City. Task 3.5: Model Calibration In coordination with Consultant, the City will obtain field measurements of flow and pressure for use by Consultant in calibrating the model. Various model parameters will be adjusted until the model reflects the typical behavior of the City's water system. The model will be calibrated as a steady state analysis under a typical maximum day demand condition in regards to available SCADA data and average day demand condition in regards to available fire hydrant flow and pressure data. Model results are expected to be approximately +/- 10% of field measured data. Consultant will meet with the City to discuss model calibration findings during the first or second status meeting. Task 3 Deliverables: Water usage summary and demand projections: 1) A compilation of total system -wide water demand and production to derive historical average day, maximum day, and peak hour usage in the system, 2) a categorization of water use by customer type (i.e., residential, commercial, industrial, etc.) by land use or zoning category, and a summary of unaccounted for water use in the system. Provide a summary of projected future water demands in average day, maximum day and peak hour categories and for spatial inclusion in the model. lid Model development and calibration: 1) Map of final system configuration from final City GIS data, with pipelines to be modeled, 2) model calibration plan, 3) final summary map and table of model calibration results. Task 3 Assumptions: Limited editing needed for GIS network for connectivity required by model. Model results are expected to be approximately +/- 10% of field measured data. Sufficient historical data available to complete past water usage summary and demand projections on a land -use or zoning basis. The final model will be owned by the City, and Consultant will be authorized to utilize the model for updates, evaluation, and analyses as directed by the City. Task 4 — Water System Evaluation Once the model is calibrated, the system will then be evaluated under various scenarios. The objective of the system evaluation will be to test these hypothetical scenarios and identify deficiencies in the system under current and future conditions. The existing maximum day validation scenario will be used for current system evaluation. The future 20 -year (2036) and buildout demands will be added to the model. Task 4.7: Evaluate System Operating Pressures / Level of Service Consultant will work with the City to establish system performance criteria related to system pressures and associated levels of service. To perform the analysis of future conditions, Consultant will use the information derived in the previous task to prepare a future 2036 and buildout conditions model scenarios. The updated model will be used to: evaluate the system's ability to maintain system pressures and velocities under peak hour (minimum pressures and maximum velocities) and average day (maximum pressures) demand conditions. Particular emphasis will be placed on assessing the impact of expanding the service area to meet new growth and the improvements that will be required to serve future development. In addition to these modeling evaluations, a pumping and storage assessment will be prepared by calculating the storage and pumping capacities required to meet the design criteria as directed by the City. Consultant will identify improvements to rectify the identified deficiencies for inclusion in Task 5 including adding elevated storage within the system. Future pressure management will be considered with this evaluation to determine the need for future pressure zones in certain areas of the service area. Task 4.2: Evaluate System Redundancy Consultant will utilize the model and pumping/storage analysis to evaluate the level of redundancy in the City's water distribution system. The evaluation will include a review of available pumping capacity in terms of firm capacity and emergency power capacity for redundancy. Task 4.3: Complete Fire Flow Analysis Consultant will work with water utility and fire department staff (as necessary) to establish fire flow requirements for the system based on land use -based flows. A fire flow analysis will then be completed with the calibrated model to assess the fire flow capacity of the water system under existing, 2036 and buildout maximum day demand scenarios. Results will be presented in total available fire flow at 20 psi residual and percentage available of required fire flow. Improvements for pipes, pumps, and storage will be considered to increase fire flow availability under existing, 2036 and buildout system conditions including those improvements required for pressure level of service. -5 - Task 4.4: Evaluate Pressure Transients Consultant will evaluate the system to determine if there are any weaknesses associated with pressure transients that may form in the system as result of power outages or other unanticipated disruptions in service primarily related to pump stations. Consultant will evaluate alternatives for mechanical, electrical, instrumentation and controls solutions to improve the interruption of pumping and associated pressure drops during momentary power loss and transfer from utility to generator power. Task 4 Deliverables: Document design and water system performance criteria, analysis of system pumping and storage capacity findings, summary findings and maps of growth related pressure findings and recommendations, redundancy findings and recommendations, fire flow findings and recommendations, and pressure transient findings and recommendations. Task 4 Assumptions: All modeling on the project will be steady state analysis and no pressure transient modeling will be provided. Three steady state scenarios (average day, maximum day, and peak hour) will be provided in the model for existing, 2036 and buildout demand analysis. Up to 3 future pressure zones will be evaluated in the future buildout scenario. Task 5 — CIP Development This task includes developing recommendations for piping, pumps, and storage based on results of the evaluation in Task 4. Task 5.1: Develop 20 Year System Improvement Plan Consultant will make recommendations for improvements based on identified deficiencies and develop a recommended plan for the identified water system improvements over the next 20 years. Task 5.2: Cost Estimates Consultant will develop planning level cost estimates for each of the improvements based on unit costs from information and input from the City. Task 5.3: Develop Improvement Phasing Plan Based on the improvements and costs derived herein, discuss the prioritization and phasing of improvements with City staff to meet the desired level of service and affordability goals. The improvements will be prioritized in 5 -year increments over the next 20 years. Task 5 Deliverables: Tabular listing of project improvements and costs, with prioritization phasing in accordance with City goals and objectives. Task 5 Assumptions: Cost estimates will be planning level which are typically expected to be ± 50 percent due to unknowns at this level of improvement development. Task 6 — Water Distribution System Study Report The Report document will provide City staff with a capital improvement plan that is backed by the hydraulic analysis and related evaluations. Justification will be provided in the report for when and why expansion and/or improvement of the system will be required. Task 6.1: Draft Report Consultant will prepare and submit a Draft Water Distribution System Study Report that describes the evaluation of the water system. Consultant will meet with City staff to discuss the findings and recommendations during the last project status meeting. WE Task 6.2: Final Report Consultant will incorporate the City's review comments and prepare and submit a Final Water Distribution System Study Report. Task 6 Deliverables: Draft and Final Reports in Adobe pdf file format for distribution as appropriate by the City. Five hardcopies of the final report will be provided, signed and sealed by a professional engineer licensed in the State of Iowa. Task 6 Assumptions: City staff will compile draft report comments in a single copy for submittal to Consultant. Comments as agreed upon in the draft report review meeting will be incorporated into the final report. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. Project Element ComMetion Schedule Task 1 — Project Management, Coordination and Administration Ongoing throughout Study Task 2 — Data Gathering and Review 1 Month after NTP' Task 3 — Model Development and Calibration 4 Months after NTP Task 4 — Water System Evaluation 5 Months after NTP Task 5 — CIP Development 6 Months after NTP Task 6 — Water Distribution System Study Draft Report 7 Months after NTP Task 6 — Water Distribution System Study Final Report 8 Months after NTP 'NTP = Notice to Proceed, which is the date the Agreement is Executed III. GENERAL TERMS A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. -7- D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be available by said City upon reasonable request to the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. I. The Consultant agrees to furnish all reports, specifications, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the ME Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. IV. COMPENSATION FOR SERVICES Compensation based on hourly rates plus reimbursable expenses per the attached fee schedule not -to -exceed $149,550.00. V. MISCELLANEOUS A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. B. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. C. This Agreement shall be interpreted and enforced in accordance with the laws of the State of Iowa. Any legal proceeding instituted with respect to this Agreement shall be brought in a court of competent jurisdiction in Johnson County, Iowa. The parties hereto hereby submit to personal jurisdiction therein and irrevocably waive any objection as to venue therein, including any argument that such proceeding has been brought in an inconvenient forum. FOR THE E Com^ Title: Mayor Date: January 3, 2017 ATTEST: Sc`cb� Q pWhm %ccnsnmLtrm FOR THE CONSULTANT Date:_ III -L1116 Approved by: J"'4�4 AW4�"6041 ity Attorney's Office I Zl2a //(v Date HDR STANDARD FEE SCHEDULE Schedule of Billing Rates by Classification — January 2017 Classification Hourly Rate Project Principal $220-$310 Project Manager $180-$280 Senior Technical Advisor/QC $180-$310 Civil Engineer $75-$195 Geotechnical Engineer $90-$215 Process Engineer $75-$195 Structural Engineer $100-$195 Mechanical Engineer $90-$195 Electrical Engineer $90-$195 Instrumentation Engineer $90-$195 Environmental Engineer $75-$195 Architect $90-$195 CADD/GIS Technician $65-$155 Construction Observer $75-$165 Public Outreach $65-$145 Administrative Assistant $45-$85 Project Controller $804110 Reimbursable Expenses Auto mileage will be reimbursed on the basis of $0.54 per mile, the current 2016 allowed IRS rate. • Telephone, postage, and copy costs will be invoiced as actual costs incurred. Subconsultants • Subconsultants will be reimbursed at invoice plus 5 percent markup. tr —�..,r� CITY OF IOWA CITY MEMORANDUM DATE: December 28, 2016 TO: Geoff Fruin, City Manager FROM: Jason Havel, City Engineer 3_0 RE: Water Distribution Future Growth Study '3r_n_fT 3 Introduction: The growth of the City over the last decade, in conjunction with a water distribution system that utilizes pumped ground storage reservoirs to maintain system pressures, has generated areas of the drinking water distribution network less able to consistently provide service pressures at or above 35 pounds per square inch (psi) year round. These momentary pressure fluctuations could become growth limiting for the City without action to phase in a pressure strategy for the distribution system. This project is to study the system and to provide recommendations on system improvements. The project will also provide the City with an updated functional computer model of the distribution network for continued use. History/Background: The updated Comprehensive Plan of May 2013, and the ongoing development at the outer edges of the Northwest, Southwest, and Northeast districts, have begun to extend the drinking water pressure gradient to its operable limits. This can be observed from pressure monitoring conducted by the Water Division in response to customer feedback on low water pressures. Two lots are retained by the City for future ground storage reservoir development to provide for the eventual need to boost the pressure gradient. One lot is in the Northeast district near the intersection of Taft Ave and Lower West Branch Rd. The other lot is in the Southwest district south of Melrose Ave off of Slothower Rd. Internal deliberations regarding the necessary facilities to accommodate existing and future growth drinking water demand revealed the need for outside assistance in the evaluation of the current water distribution system through modeling efforts to determine the most cost-effective long-term plan. Discussion of Solutions: The future growth of the City will require the continued growth of the water distribution system and corresponding energy input to maintain pressures within the acceptable band. The purpose of the study will be to model the existing system and to explore alternatives for maintaining system pressures based on anticipated growth rates and the City's comprehensive plan. Findings from the study will be utilized when developing a capital improvement program. Additionally, the model will be used for future studies to determine the impact of development on the distribution system. This fall, the City issued a request for proposals (RFP) to private engineering firms. Five proposals were received from consulting engineering firms with experience in water distribution system modeling. Of the five, HDR Engineering, Inc. was selected based on their qualifications and experience on similar projects. Financial Impact: The not -to -exceed fee for these engineering services is $149,550, and funding will be via the Water operating budget (account #7373110 - Consultant Services). December 28, 2016 Page 2 Recommendation: Staff recommends approval of the engineering services consultant agreement with HDR Engineering, Inc. �5A(7) Prepared by: Jason Havel, Public Works, 410 E Washington St., Iowa City, IA 52240; (319) 356-5410 RESOLUTION NO. 17-7 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 THP LIMITED, INC. TO PROVIDE CONSULTANT SERVICES FOR THE CITY OF IOWA CITY PARKING GARAGE MAINTENANCE PROGRAM AND BRIDGE REPAIR 2017 PROJECT. WHEREAS, the City of Iowa City desires to complete ongoing and regular repairs and maintenance to existing parking garage and bridge structures; and WHEREAS, this project will perform repairs to concrete, caulk joints, expansion joints and other related repairs in the Capitol Street, Dubuque Street, Tower Place and Chauncey Swan parking facilities, and the College Street bridge; and WHEREAS, the City of Iowa City desires the services of a consulting firm to prepare final design for construction of the City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project; and WHEREAS, the City of Iowa City has negotiated an Agreement for said consulting services with THP Limited, Inc., to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with THP Limited, Inc.; and WHEREAS, funds for this project are available in the Parking Facility Restoration Repair account #T3004 and the Annual Bridge Maintenance and Repair account #S3910. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The Consultant Agreement attached hereto is in the public interest, and Is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Consultant Agreement. 3. The City Manager is authorized to execute amendments to the Consultant Agreement as they may become necessary. Passed and approved this 3rd day of January , 20 17 ATTEST: C `'w \6 DEP T• SCITY C ERK MA OR Approved by City Attorney's Office Resolution No. 17-7 Page 2 It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: x x x x x x x ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this 3rd day of January 017 , by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and THP Limited, Inc., of Cincinnati, OR hereinafter referred to as the Consultant. WHEREAS, the City of Iowa City owns and operates five (5) public parking garages and three (3) bridges that serve the downtown business, hotel/convention, cultural and entertainment districts. Their safe and efficient operation and maintenance are vital to the economic development of downtown and the City at -large; and WHEREAS, the City publically posted a Request for Qualifications on January 23, 2015 of the Parking Garage Maintenance Program 2015 — 2018, creating a publically available web site for the project on a City website and nationally posting the project on the National Parking Association Consultant website; and, WHEREAS, the result of that Request for Qualifications process was that the City selected THP Limited Inc., as the firm to provide consultant services; and WHEREAS, the City will retain THP Limited, Inc., a specialty firm specializing in parking garage structural consultant services for the Parking Garage Maintenance Program 2015 — 2018 work; and WHEREAS, a Parking Garage Maintenance survey and evaluation program was conducted in 2012 by THP to evaluate public safety through an aggressive program of structural inspections, maintenance activities in an effort to bring the City's parking garages within good to excellent condition; and NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. I. SCOPE OF SERVICES The Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. The Consultant's anticipated 2017 consulting services for garage and bridge restoration efforts are as follows: A. General Scope of Work and Site Visits 1. Part I —Confirmation of 2097 Priorities and Scope of Work (up to 1 site visit) a. Up to one site visit to review and confirm the 2017 scope of work. During this site visit, the Consultant will perform a visual assessment of all garages and bridge locations relevant to the planned 2017 scope of work. Information from this survey will be incorporated into the reviews and inspections performed during site visits in conjunction with the previous years' consulting services and used to verify the recommended 2017 scope of work. b. Review of conditions hidden or indeterminable from visual assessment, such as reinforcement and other embedments within cast -in-place concrete and vehicular barrier systems are excluded from the Consultant's scope of work unless Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 1 of 10 specifically noted. All recommendations for the 2017 scope of work will be based on conditions existing as of the date of the site visit and surveys. c. For any selected bridge work, The Consultant is only performing a visual survey related to the expansion joints and associated waterproofing elements. This survey is not a comprehensive assessment of the bridge structure. The Consultant assumes the design and construction of the bridges met appropriate standards. Analysis of the bridge structures for code compliance with original or present day codes are excluded. d. The Consultant will meet with City personnel to discuss known conditions and concerns with the garages, for potential implementation into the planned scope of work. 2. Part H — Construction Documents Development and Competitive Bidding (t site visit) a. Development of Construction Documents (CD's) including bidding requirements, general conditions and technical specifications, drawings, details and phasing requirements for the full $400,000 of available garage budget, and an estimated $50,000 in potential repair efforts for the bridge. This base scope of consulting work and the associated budget may hereafter also be referred to as the Garages and East College Street Bridge Work. b. If approved, as additional consulting work, Development of Construction Documents (CD's) including bidding requirements, general conditions and technical specifications, drawings, details and phasing requirements for $175,000 in additional work for the Chauncey Swann Garage Stair Towers. c. Meet with City personnel remotely to review the proposed drawings and scope of work with the City, and amend/finalize documents as agreed upon by all parties. d. Provide documents (drawings and specifications) for submittal to City Council and review at a public hearing, stamped and signed by a licensed Iowa Professional Engineer. e. Conduct of the competitive bidding process, including attendance at a pre-bid meeting, issuing addenda if necessary, review and discussion of contractor proposals and recommendation for contract award. 3. Part 111 — Construction Administration (up to 7 site visits) a. Construction administration of the 2017 project efforts, including review and approval of submittals, pay requests, and warranties, answering RFI's, long distance coordination of the contractors work via direct communication with the contractor and the City's operation personnel, and periodic site visits to review the work in process. b. A preconstruction meeting will be coordinated by the Consultant and either attended in person as one of the site visits, or, with the City's approval, coordinated remotely via conference call. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 2 of 10 c. once work begins, the Consultant will make periodic site visits to review work in progress and develop a punch list visit. The Consultant will plan a total of up to four (4) site visits during the course of work for the base scope of work in the Garages and East College Street Bridge, and (if approved) up to an additional two (2) site visits for the additional work in the Chauncey Swann Stair Towers. To help increase Construction Administration oversight, the Consultant will coordinate supplemental on-site review of contractor efforts with a local consultant. The local consultant, to be selected and supervised by the Consultant, will be utilized for additional site visits to review the work in progress. These site visits would be coordinated and overseen remotely by the Consultant. The Consultant will still retain responsibility for the generation of all formal correspondence, field reports, and engineering or waterproofing direction to the on-site contractor. The Consultant will be ultimately responsible for the work of the local consultant, as well as reimbursement of the local consultant as part of Consultant's fee. 4. Part IV— Option to Renew Agreement This is the third year of a renewable agreement between the City and Consultant. This contract represents a continuation of the previously agreed upon 2015 consultant agreement. The original 2015 agreement included the following stipulations. a. The initial term of this contract shall be for one (1) year, No price escalation will be allowed during the original term of this contract. b. The City and the Consultant may renew the contract for one (1) year time periods by mutual agreement, with a maximum of three 1 -year contract extensions, for a possible total contract length of four (4) years. Total compensation for any extension shall not exceed 9.6% of the department request, as described in (1)(A)(4)(d) below. Any such renewals shall be in writing, executed by both parties. c. The City reserves the right to accept the proposed renewal modifications, to negotiate more favorable terms, or to terminate without cost, the future performance of the contract. d. It is anticipated that the future project scope and budgets will be based on the following department requests; however, this may change pending City Council's annual budget approval process: i. 2016 - $400,000 ii. 2017 - $400,000 iii. 2018 - $300,000 B. Parking Ramp Specific Scope 1. Dubuque Street Ramp The Dubuque Street Ramp will tentatively include the following scope of work: a. New traffic membrane floor installations or recoating, focusing on the second and third supported level crossovers at the east and west sides of the garage. The decision to recoat or remove the existing system and install a new system will be Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 3 of 10 determined by bond testing coordinated by the contractor and membrane manufacturer, and reviewed by the Consultant. b. New sealant installations on the exposed top level of the garage, including tooled topping slab sealants and perimeter cove joint sealants. c. Isolated concrete floor repairs throughout the garage, in addition to isolated beam, soffit and column repairs. d. Isolated concrete repairs and waterproofing throughout the garage. 2. Capitol Street Ramp The Capitol Street Ramp will tentatively include the following scope of work: a. Replacement of deteriorated expansion joint seals throughout the garage. b. Knock down repairs of loose or deteriorating overhead concrete along precast tee joints. c. Installation of new pedestrian traffic coatings and sealants throughout the southwest and southeast stair towers. d. Repair of isolated broken shear connectors and leaking joints. e. Isolated concrete repairs and waterproofing throughout the garage. 3. Chauncey Swann Ramp The Chauncey Swann Ramp will tentatively include the following scope of work: a. Repair of the deteriorated connector bridge concrete floor, support beam, and expansion joint to College Street. b. Repair of deteriorated and leaking stair and elevator towers, including replacement of the tower roofing systems. c. Installation of new pedestrian traffic coatings and sealants throughout the stair towers. d. Isolated concrete repairs and waterproofing throughout the garage. 4. Tower Place Ramp The Tower Place Ramp will tentatively include the following scope of work: a. Repair of deteriorated concrete adjacent to select expansion joints, with new membrane strip installations to protect post -tension tendons anchorages. b. New expansion joint seal installations at several locations. c. Isolated concrete repairs and waterproofing throughout the garage. 5. Court Street Transportation Center No significant efforts are planned for the Court Street Transportation Center in 2017 as part of this project. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 4 of 10 C. City Bridge Estimated Scope The following is an estimated 2017 scope of work for the three (3) city bridge structures. The Consultant will finalize these estimates and associated costs as part of the 2017 consulting services, in conjunction with the document development phase as outlined in section 1 -A -2-a of this contract. 1. East College Street Bridge a. New expansion joint seals at both ends of the bridge (2 locations total), installed in conjunction with the new seal for the entrance to the Chauncey Swan parking ramp. b. Concrete spall repairs adjacent to the expansion joint edges and at the intersecting sidewalks. c. Isolated sealant installations adjacent to the new expansion joint seal installations, as well the sidewalk. d. This scope of work will be included as an add -alternate to the base bid scope of work, allowing the City to review pricing and approve the work following receipt of contractor proposals. 2. Iowa Avenue Bridge and Gilbert Street Bridge No significant efforts are planned for either the Iowa Avenue Bridge or Gilbert Street Bridge in 2017 as part of this project. D. Additional Chauncey Swann Stair Towers Scope If additional funds are approved as outlined in Section I -A -2-b of this contract, the following is an estimated 2017 additional scope of work for the two (2) Chauncey Swann Stair Towers. The Consultant will finalize these estimates and associated costs as part of the 2017 consulting services, in conjunction with the document development phase as outlined in section 1 -A -2-b above. 1. Additional Stair Towers Scope of Work a. Replacement roofing systems, including roof membrane and flashing. b. Wet sealing of stair tower curtain wall fagade elements, with possible gasket replacement. c. Repair or replacement of stair tower interior finished wall and vertical surfaces with new moisture -tolerant and water resistant finishes. d. Cleaning and painting of stair tower interior finishes and handrails. II. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 5 of 10 A. The Consultant's proposal and scope of services will be based on the proposed project schedule, as follows: 1. The Consultant will generate documents for review by the City within four (4) weeks of authorization to proceed. The Consultant will also meet directly or remotely with the City to review documents and finalize the work within one (1) week of receiving review comments. The Consultant will provide finalized drawings, stamped and signed by a registered Iowa Professional Engineer, for City Council review and consideration. The project will be reviewed during the first available subsequent Council Meeting, tentatively in the month of February, after which notice of the project will be posted for potential contractors. 4. Assuming no issues or objections with the project documents, the project will be approved at a formal public hearing. Documents for the work will then be posted for contractor pick-up following formal approval. 5. A pre -proposal meeting will be held approximately one (1) week after documents are posted for contractor pickup. The Consultant will attend in person and conduct portions of the meeting relative to review of the drawings and specifications, and assist in conducting a walk-through of the facilities following the meeting. 6. Contractor questions will be submitted to the Consultant approximately one (1) week after the pre -proposal meeting for review and response, and contractor proposals will be due approximately two (2) weeks following the pre -proposal meeting. 7. The contractor proposal and overall project will be reviewed and formally approved during a subsequent Council Meeting, tentatively in the month of April or May. Following approval of the contractor, work by the contractor will be scheduled to begin within two (2) weeks of authorization to proceed. Any approved membrane work in the Dubuque Street Ramp will be subject to phasing with an approximate maximum of one hundred (100) spaces lost at any time, and scheduled between May 15 and August 11, 2017. All other work will be coordinated based on an allowance of no more than twenty (20) spaces lost per ramp at any time. If funds for the additional scope of work in the Chauncey Swann Stair Towers are approved, any associated contractor work will be coordinated and scheduled to be performed between May 15 and August 11, 2017. 111. GENERAL TERMS A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 6 of 10 B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be made available by the City upon reasonable request by the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. The Consultant agrees to furnish all reports, specifications, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep mylar reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 7 of 10 N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. 0. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. IV. COMPENSATION FOR SERVICES — Garages and East College Street Bridge A. For the base scope of work in the Garages and East College Street Bridge, the Consultant will be compensated on an hourly basis, plus reimbursable and sub -consultant expenses, in accordance with the attached rate schedule. The total Consultant compensation will not exceed $42,000. B. The proposed fees for the Garages and East College Street Bridge Work include an allowance of up to $5,000 for coordination of additional construction administration with a local consultant. C. An approximate breakdown of the anticipated not -to -exceed compensation per phase is as follows, with the subconsultant allowance for all work as noted: Garage Project 1. Part 1 Services $ Z000 2. Part Il Services $12,000 3. Part 111 Services $20,000 Bridge Proiect 1. Part 1 Services $ 500 2. Part Il Services $ 1,000 3. Part 111 Services $ 1,500 Subconsultant Allowance $ 5,000 Not -To -Exceed Total $42,000 D. Compensation above the not -to -exceed amounts will require a supplemental proposal from the Consultant for review and consideration by the City. No funds may be billed above the not -to -exceed amount without prior review and approval from the City. Any unused funds will be credited back to the City at the end of the project V. COMPENSATION FOR SERVICES — Chauncey Swann Stair Towers A. For the optional additional scope of work in the Chauncey Swan Stair Towers Work, the Consultant will be compensated on an hourly basis, plus reimbursable and sub -consultant expenses, in accordance with the attached rate schedule. The additional Consultant compensation for the Chauncey Swann Stair Towers Work will not exceed $14,500, and is in addition to the fee for the Garages and East College Street Bridge Work as outlined in Section IV of this contract. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 8 of 10 This not -to -exceed additional fee assumes the Chauncey Swann Stair Tower Work will be approved prior to start of the Part II Consulting Services as outlined in Section 1-A-2 of this contract, and the Chauncey Swann Stair Tower Work will be incorporated into the Garages and College Street Bridge Repair Documents for bidding and performed concurrent with this base scope of work. C. An approximate breakdown of the anticipated additional not -to -exceed compensation per phase is as follows: Additional Chauncey Swan Stair Towers Work 1. Part I Services $ 2,500 2. Part ll Services $ 5,000 3. Part 111 Services $ 7,000 Additional Not -To -Exceed Total $14,500 D. The City may decide not to approve the funds for the additional Chauncey Swann Stair Tower Work: If confirmed prior to the start of Part II Consulting Services as outlined in Section I -A-2 of this contract, the maximum not -to -exceed compensation for the Consultant will remain as outlined in Section IV of this contract ($42,000 total). If confirmed prior to the start of Part III Consulting Services as outlined in Section I -A-3 of this contract, the maximum not -to -exceed compensation for the Consultant will include the not -to -exceed compensation for the Garages and East College Street Bridge Work as outlined in Section IV of this contract, plus the Part I and II not -to - exceed compensation for the Additional Chauncey Swan Stair Tower Work as outlined in Section V of this contract ($49,500 total). E. If the City approves the funds for the additional Chauncey Swann Stair Tower Work, the maximum not -to -exceed compensation for the Consultant will include the not -to -exceed compensation for the Garages and East College Street Bridge Work as outlined in Section IV of this contract, plus the Additional Chauncey Swan Stair Tower Work as outlined in Section V of this contract ($56,500 total). F. Compensation above the additional not -to -exceed amounts will require a supplemental proposal from the Consultant for review and consideration by the City. No funds may be billed above the not -to -exceed amount without prior review and approval from the City. Any unused funds will be credited back to the City at the end of the project VI. MISCELLANEOUS A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. B. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 9 of 10 FOR THE CITY v� Date: January 3, 2017. ATTEST: Title: ,r9wctr'4Gr Tr{r� crn i#ea1 7Nc. Date: 1 c�zo i g Ap City Attorney's Office Date Consultant Agreement for the Parking Garage Maintenance and Repair Project Page 10 of 10 CITY OF IOWA CITY 3�d(� MEMORANDUM Date: December 27, 2016 To: Geoff Fruin, City Manager From: Chris O'Brien, Director of Transportation & Resource Management Re: Agenda item for January 3, 2017 City Council Meeting Introduction: At the January 3, 2017 City Council Meeting, consideration will be given to a resolution for an agreement for consultant services with THP Limited Inc. The Transportation & Resource Management Department is pursuing the City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project within the approved Parking Facility Restoration Repair budget. History/background: As a part of our ongoing facility maintenance we routinely perform repairs to concrete, caulk joints, expansion joints, etc., in order to maintain the integrity of the facilities. This project will primarily consist of concrete repairs and sealant in the Capitol Street, Dubuque Street, Tower Place and Chauncey Swan facilities. This will be the third year that THP Limited Inc. has been utilized for consultant services for the parking facility maintenance program. In addition to this year's parking garage maintenance we have added an add alternate that includes expansion joint work on the College Street bridge. The scope of work is right in line with work performed on parking garage expansion joints and as such, fits well into this project. Discussion of Solution: The goal is to begin this work in May, after graduation, and finish in August. The project will result in temporary loss of parking spaces to allow for the work to be completed. We intend to have all facilities operational for the duration of the project and as in years past will open as many spaces as possible for all major downtown Iowa City events. In addition, as a part of the Capital Improvement Program, we included a request for additional funds to be authorized in order to perform renovations on the Chauncey Swan stair towers. Conclusion: We enlisted the services of THP Limited Inc., to complete a work detail and bid documents for the City of Iowa City Parking Garage Maintenance Program and Bridge Repair 2017 Project. The cost for these services is not to exceed $56,500 and will be split between parking revenues and road use tax. The Transportation and Resource Management Department budgeted $400,000 for the parking facility repairs as well as the $175,000 requested for the additional Chauncey Swan stair tower repairs. The costs for the contract with THP are included in those budgeted amounts and will be funded out of parking operations. The costs for the bridge repairs as well as any costs for THP services related to those repairs will be covered with road use tax funds. This will come back to council at which time we are ready to make an award to a contractor for construction services. 3 Prepared by: Marcia Bollinger, 410 F. Washington St., Iowa City, IA 52240 (319) 356-5237 RESOLUTION NO. 17-8 RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT BETWEEN THE CITY AND THE WELLMARK FOUNDATION OUTLINING TERMS AND CONDITIONS FOR A MATCHING FUND GRANT TO FUND A MULTI -USE SPORTS COURT IN WETHERBY PARK WHEREAS, an application to the Wellmark Foundation for a Matching Assets to Community Health (MATCH) Grant was approved by the foundation in August to construct a multi -use sports court in Wetherby Park; and WHEREAS, matching funds through the FY17 Community Development Block Grant program of $75,000 are available, and WHEREAS, an agreement between the City and the Wellmark Foundation outlining the terms and conditions of the grant is required, and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The City Manager is hereby authorized to sign the attached agreement with the Wellmark Foundation and amendments if needed. Passed and approved this 3rd day of January 2017, Lf � MOOR OR Approved b ATTEST: - CITY C ERK City Attorney's Office It was moved by sotchwav and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X" Cole X Dickens X Mims X Taylor X Thomas X Throgmorton The Wellmark Foundation Grant Agreement This Wellmark Foundation Grant Agreement ("Agreement") is made by and between The Wellmark Foundation ("Foundation"), an Iowa nonprofit corporation, and the GRANTEE identified on the signature page (hereinafter, "Grantee"). RECITALS A. Foundation qualifies as a private foundation under the Internal Revenue Code of 1986 as amended ("Code"). B. The purpose of this Agreement is to set forth the terms and conditions under which the Foundation has awarded a grant to Grantee. NOW, THEREFORE, in consideration of the mutual covenants contained herein, the parties agree as follows: Article I Scope This Agreement applies to the project submitted by Grantee as a grant application entitled "Multi Use Recreational Court - Wetherby Park" (grant ID # 241901), as more fully described in Grantee's written proposal to the Foundation incorporated by this reference as a part of this Agreement ("Grant Project"). This Agreement does not apply to any other project or program of Grantee or the Foundation. Article II Grant Award The Foundation agrees to award Grantee the total of $75,000 for the Grant Project to be paid in one (1) payment over the Grant Period defined in Article III at the discretion of the Foundation ($75,000 overall award; $75,000 full grant payment on or about 12/1512016). The payment shall be made subsequent to the announcement of the Grant Project award and full execution of this Agreement. All payments hereunder are subject to the terms and conditions of this Agreement and shall be used only for purposes specified in the Grant Project. Grant Project funds shall not be used to reimburse expenses incurred prior to the Foundation's date of acceptance of this Agreement. Any funds that are not used by the end of the next calendar year following the end of the Grant Period shall be transferred back to the Foundation. The process and procedure for the transfer of unexpended funds will be done in accordance with instructions by the Foundation. An unfunded extension of the Grant Period may be granted in writing at the sole discretion of the Foundation. Article III Grantee Responsibilities and Representations Grantee shall perform all services and activities described in the proposal materials or the project work plan for the Grant Project ("Multi Use Recreational Court - Wetherby Park"). Grantee also shall comply with such procedures as the Foundation has established, from time to time, as requirements for the Grant Project award and as set forth in its notification of the award and/or posted on the Foundation website (www.wellmark.ccm/foundation), incorporated herein by reference and made a part of this Agreement. The "Grant Period" will be 12115/2016 through 12/1412018. Grantee agrees to submit written progress and budget reports to the Foundation every six months during the grant period (initial report due July 1, 2017) and a final report upon completion. Grantee agrees to include video or photographs as may be appropriate with the progress reports and agrees to submit other reports that the Foundation may reasonably request. Grantee agrees to permit the Foundation to visit the Grant Project and videotape or photograph the Grant Project. Wellmark rev. 12122016 In carrying out the Grant Project, Grantee shall comply with all applicable laws, regulations, and rules and will not infringe, misappropriate, or violate the intellectual property rights of any third party. At all times during the Grant Period, Grantee shall maintain its tax-exempt status under (and conduct its activities in accordance with) Section 501(c)(3) of the Code unless Grantee is a government entity. Article IV Changes in Grant Project Any changes in the Grant Project (including, without limitation, any changes in the services or activities described in the Grant Project Description) require the prior written approval of the Foundation. Failure to obtain prior approval may result in the suspension of the award payments or termination of this Agreement in accordance with Article XI, Article V Changes in Key Personnel Grantee shall provide notice to the Foundation within ten (10) days of any changes in the key personnel performing services for the Grant Project. Such written notice shall include the individual's successor, title and resume. Article VI Records; Right to Examination and Audit Grantee shall maintain adequate accounting records and other records related to the Grant Project. Grantee will permit the Foundation on-site visits and access to examine and audit all records and documents reasonably related to Grantee's obligations under this Agreement. Grantee agrees to ensure the cooperation of its employees, officers, directors and agents in such examination and audit. The Foundation will provide notice to Grantee prior to the performance of an examination and audit and arrange a mutually acceptable time for it. Article VII Assignment This Agreement shall not be assigned by either party without the prior written consent of the other party, which consent shall not be unreasonably withheld. Any assignment not in accordance with this Article VII shall be null and void. Article VIII Publication by Foundation and Grantee; Rights to Data The Foundation may include information about the Grant Project, including any videos or photographs, in its periodic public reports and may make such information available on the Wellmark.com/foundation website as part of press releases, public reports, presentations, newsletters, tax returns, and other public disclosures. Grantee may publish the results of the Grant Project subject to the Foundation's prior review and comment. Any materials used by Grantee for the purpose of publicity pursuant to this Agreement shall display the Foundation's designated and approved logo in a manner acceptable to and approved by the Foundation. In the event activities supported by this Agreement produce original computer programs, writing, sound recordings, pictorial reproductions, drawings or other graphic representations and works of similar nature (the term computer programs includes executable computer programs and supporting data in any form) (collectively, the "Materials"), the Foundation reserves the right to use, duplicate and disclose, in whole or in part, the Materials in any manner for any purpose whatsoever. Without limiting the foregoing, Grantee hereby grants to the Foundation a non-exclusive, transferable, perpetual, irrevocable, royalty -free, paid-up, worldwide license to use or publish the Materials in any manner for any purpose whatsoever. Article IX Release of Information Grantee agrees to provide to the Foundation, upon request, all written program records including, but not limited to, non -identifiable physician and client records, statistical information, board, administrative and financial records, including budget, accounting activities, financial statements and audits reasonably related to the Grant Project. Article X Remedies for Breach In the event Grantee violates or breaches the terms of this Agreement, the Foundation reserves all contractual and legal remedies that are available. Upon notice, the Foundation may suspend this Agreement, in whole or in part, and withhold payment of funds or recoup awarded funds when the Grantee has failed to comply with the terms of this Agreement until a corrective action plan has been submitted and approved by the Foundation. Reasons for suspension of this Agreement may include, but are not limited to, the following: a. Delinquency in submitting required reports by established due dates. b. Failure to show satisfactory progress in achieving the objectives of the Grant Project or failure to meet the terms and conditions of this Agreement. C. Failure to provide adequate management of the Grant Project funds. d. Failure to obtain matching funding in the amount and time required in the award notification when such funding was a condition of the grant award. A suspension shall be in effect until the Grantee has taken corrective action or given evidence satisfactory to the Foundation that corrective action will be taken or until this Agreement is terminated. Costs incurred by the Grantee during the suspension period shall not be allowed under this Agreement unless expressly authorized in the notice of suspension. Necessary costs that the Grantee could not reasonably avoid during the suspension shall be allowed only if the Grantee had a prior obligation for these expenses. Article XI Term and Termination This Agreement shall commence upon the date of acceptance by the Foundation and shall terminate two (2) years thereafter. This Agreement may be terminated immediately upon notice (1) if circumstances beyond the control of the Foundation or the Grantee make continuation of this Agreement impossible or (2) in the event of the Grantee's noncompliance with any term or condition, related rules, regulations or requests or the Grantee has proven unable to fulfill the work and services described in this Agreement. In the event of such termination, the Grantee shall be reimbursed by the Foundation only for those costs allowable under the award for the Grant Project that are incurred prior to the termination date. Any unexpended funds shall be immediately returned to the Foundation unless otherwise agreed by the Foundation. Article XII Notices Any notice required to be given under this Agreement shall be in writing and deemed delivered when personally delivered, sent by a commercial overnight courier, sent by certified mail, return receipt requested, or transmitted by electronic means, to the address set forth on the signature page to this Agreement and the Grant Project. Article XIII Nonwaiver and Invalidity Failure of either party to exercise any of such party's rights under this Agreement will not constitute a waiver of such rights in the future. In the event any provision of this Agreement is held invalid, illegal or unenforceable, in whole or in part, the remaining provisions of this Agreement shall not be affected thereby and shall continue to be valid and enforceable. Article XIV Section Headings and Interpretation The Section headings used in this Agreement have been inserted for convenience of reference only and shall not in any manner modify or restrict any of its terms or provisions. This Agreement shall not be construed more strongly against any party regardless of who was more responsible for its preparation. Article XV Entire Agreement and Amendments This Agreements and all attachments hereto constitute the entire Agreement between the parties with respect to the subject matter hereof and any prior agreements, understandings, representations and warranties, whether written or oral in regard to the subject matter hereof, are hereby superseded. No amendment, change or modification of any of the terms, provisions or conditions of this Agreement shall be effective unless such amendment is clearly identified as an amendment to this Agreement, made in writing and signed by authorized personnel of both parties. Article XVI Governing Law This Agreement shall be construed and enforced in accordance with the laws of the State of Iowa without regard to conflict of laws principles. Article XVII Limitation of Action No action, regardless of form, may be brought by either party on any claim arising out of this Agreement more than two years after the claim arose. Article XVIII Indemnification The Grantee shall indemnify and hold Foundation harmless from and against any and all liabilities, losses, damages, costs or expenses, including, but not limited to, reasonable attorneys' fees and legal expenses, incurred by Foundation as a result of a breach of this Agreement by the Grantee or any tortious, unlawful or unauthorized acts or omissions by the Grantee, Article XIX Consent to Jurisdiction Each of the parties hereby irrevocably submits to the exclusive jurisdiction of any United States District Court or Iowa District Court sitting in Des Moines, Iowa in any action or proceeding arising out of or relating to this Agreement, and each party hereby irrevocably agrees that all claims in respect of such action or proceeding shall be heard and determined in either of such courts. Each of the parties irrevocably waives any objection, including without limitation, any objection on the grounds of forum nonconveniens, which it may now or hereafter have to the bringing of any such action or proceedings in such respective jurisdictions. In addition, the parties agree that neither of them shall commence any action arising out of or relating to this Agreement in any court other than the United States District Court or the Iowa District Court sitting in Des Moines, Iowa, Article XX Waiver of Jury Trial EACH OF THE PARTIES IRREVOCABLY WAIVES ALL RIGHT TO TRIAL BY JURY IN ANY ACTION, PROCEEDING OR COUNTERCLAIM ARISING OUT OF OR RELATING TO THIS AGREEMENT. IN WITNESS WHEREOF, THE PARTIES HAVE CAUSED THIS AGREEMENT TO BE EXECUTED IN DUPLICATE COUNTERPARTS, EACH BEING DEEMED AN ORIGINAL, AS OF THE DATE OF EXECUTION SET FORTH BELOW. City of Iowa City (Legal Name of Grantee) 42-6004805 (501(c)(3) Tax Identification Number) 41 Q East WashingtonStreet (Street Address) Iowa City, IA 62240 (City, State and Zip Code) marc la -bol li n5ier(W.Iowa-citv.or {emelt addres�l' By: Title: 6Po'� �'Y�c lH — C I4 lel N to teV- //s//7 J (Date of Execution by Grantee) The Wellmark Foundation 1331 Grand Avenue Des Moines, Iowa 50309 email: WelimarkFOundaOoni2Wellmark m By: Rebecca Wamoler Bland Title: Executive Director Signature /�1r7�2D/ (Date of Acceptance by The Welimark Foundation) The Wellmark Foundation Grant Agreement This Wellma Foundation Grant Agreement ("Agreement") is made by and betwee he Wellmark Foundation ("F undation"), an Iowa nonprofit corporation, and the GRANTE/identiflied asignaturepage (hereinafter, "Gr tee").RECITALS: A. Foundation qua' ies as a private foundation under the Internal Rev86 as amended ("Code"). B. The purpose of this, has awarded a grant NOW, THEREFORE, in is to set forth the terms and of the mutual covenants Article I Scope under which the Foundation herein, the parties agree as follows: This Agreement applies to the project s bmitted by 9fantee as a grant application entitled "Multi Use Recreational Court -Wetherby Park" (g%threfie ID # 1901), as more fully described in Grantee's written proposal to the Foundation incorporated by r ce as a part of this Agreement ("Grant Project"). This Agreement does not apply to any other projr p gram of Grantee or the Foundation. Award The Foundation agrees to award Grantee he total o $75,000 for the Grant Project to be paid in one (1) payment over the Grant Period defined in icle III at the 'scretion of the Foundation ($75,000 overall award; $75,000 full grant payment on or ab it 12/15/2016). The payment shall be made subsequent to the announcement of the Grant Project aw rd and full execution f this Agreement. All payments hereunder are subject o the terms and conditio\bensferred reement and shall be used only for purposes specified in the Grant Pr ect. Grant Project funds ssed to reimburse expenses incurred prior to the Foundation's date of ceptance of this Agreemes that are not used by the end of the next calendar year following th end of the Grant Period sherred back to the Foundation. The process and procedure for the ransfer of unexpended funds in accordance with instructions by the Foundation. An unfunded Mansion of the Grant Period med in writing at the sole discretion of the Foundation. Article III Grantee Responsibilities and Grantee shall perform II services and activities described in the proposal materi or the project work plan for the Grant Project ' ulti Use Recreational Court - Wetherby Park"). Grantee arko shall comply with such procedures as the F undation has established, from time to time, as requirements for a Grant Project award and as set fort in its notification of the award and/or posted on the oundation website (www.wellmark.9 (foundation), incorporated herein by reference and made a part of th Agreement. The Grant Period" w' be 12/15/2016 through 1211412018. Grantee agrees to submit written pr ress and budget reports to the F undation every six months during the grant period (initial report due July 1, 17) and a final report upon c pletion. Grantee agrees to include video or photographs as may be approp ' to with the progress repgris and agrees to submit other reports that the Foundation may reasonably request. Grantee agrees to pe it the Foundation to visit the Grant Project and videotape or photograph the Grant Project. Wellmark rev. 12122016 In carrying out the Grant Project, Grantee shall comply with all applicable laws, regdations, and rules and will not infringe, misappropriate, or violate the intellectual property rights of any third arty. At all times during the Grant Period, Grantee shall maintain its tax-exempt status under (and conduct i activities in accordance with) Section 501 (,q)(3) of the Code unless Grantee is a government entity. Article IV Changes in Grant Project Any changes in the Qlrant Project (including, without limitation, ny changes in the services or activities described in the Grant oject Description) require the prior wri approval of the Foundation. Failure to obtain prior approval may suit in the suspension of the award ayments or termination of this Agreement in accordance with Article X, . Article V - Changes in Key , ersonnel Grantee shall provide notice to the uVn (10) days of any changes in the key personnel performing services for the Grant Projec tice shall include the individual's successor, title and resume.VI Recordination and Audit Grantee shall maintain adequate accounting cor and other records related to the Grant Project. Grantee will permit the Foundation on-site visits and ass to amine and audit all records and documents reasonably related to Grantee's obligations under th' ' Agreeme . Grantee agrees to ensure the cooperation of its employees, officers, directors an/dby ' such exami \udit nd audit. The Foundation will provide notice to Grantee prior to the performanxamination andnd arrange a mutually acceptable time for it. Article Assignm This Agreement shall not be assither party without the pr r written consent of the other parry, which consent shall not be unreasona d. Any assignment not i ccordance with this Article VII shall be null and void. Article VIII by Foundation and Grantee; Right to Data The Foundation may includfi information about the Grant Project, including arIX videos or photographs, in its periodic public reports an may make such information available on the Wellma.cam/foundation website as ax part of press releases, pu lic reports, presentations, newsletters, treturns, and ther public disclosures. Grantee may publish tqb results of the Grant Project subject to the Foundation's pritK review and comment. Any materials used by Grantee for the purpose of publicity pursuant to this Agree?Rent shall display the Foundation's designs d and approved logo in a manner acceptable to and approved by he Foundation. In the event activi es supported by this Agreement produce original computer program writing, sound recordings, pictori reproductions, drawings or other graphic representations and works of si 'lar nature (the term computer ograms includes executable computer programs and supporting data any form) (collectively, the Materials"), the Foundation reserves the right to use, duplicate and disclose, i whole or in part, the Materi s in any manner for any purpose whatsoever. Without limiting the foregoing, GranXe hereby grants to the F undation a non-exclusive, transferable, perpetual, irrevocable, royalty -free, paid-up, rldwide license to us or publish the Materials in any manner for any purpose whatsoever. Article IX Release of Information Grant agrees to provide to the Foundation, upon request, all written program records including, but not limited t non -identifiable physician and client records, statistical information, board, administrative and financial re ds, including budget, accounting activities, financial statements and audit asonably related to the Grant Projt. Article X Remedies for Breach In the event Grantee violates breaches the terms of this Agreement, th oundation reserves all contractual and legal remedies that are ava ble. Upon notice, the Foundation may su end this Agreement, in or recoup awarded funds when the antee has failed to c corrective action plan has been submittN and approved by t Agreement may include, but are not limite to, the following: a. Delinquency in submitting re ire b. Failure to show satisfactory prog to meet the terms and conditions C. Failure to provide adequate man; [d. FOR MATCH GRANTS: Failure in the award notification when sa reports in 6r in part, and withhold payment of funds with the terms of this Agreement until a indation. Reasons for suspension of this established due dates. the objectives of the Grant Project or failure of the Grant Project funds. ing funding in the amount and time required a condition of the grant award.] A suspension shall be in effect until the Gran a has taken co ective action or given evidence satisfactory to the Foundation that corrective action will be ken or until this A eement is terminated. Costs incurred by the Grantee during the spension period shall n t be allowed under this Agreement unless expressly authorized in the notice of sus nsion. Necessary costs th t the Grantee could not reasonably avoid during the suspension shall be allowed my if the Grantee had a prio bligation for these expenses. Article XI Term and Termination This Agreement shall commence/upon the date of acceptance by the Fn tion and shall terminate one (1) year thereafter. This Agreemen may be terminated immediately upon notice 1) if circumstances beyond the control of the Foundation or th Grantee make continuation of this Agreement i possible or (2) in the event of the Grantee's noncompliance/With any term or condition, related rules, reg ulatio or requests or the Grantee has proven unable to fulfilltt work and services described in this Agreement. In the event of such ter ination, the Grantee shall be reimbursed by the Found 'on only for those costs allowable under the awar far the Grant Project that are incurred prior to the terminatio date. Any unexpended funds shall be immediat Iy returned to the Foundation unless otherwise agreed by the oundation. Article XII Notices Any notice required to be given under this Agreement shall be in writing and deemed delivered Oken personally delivered, sent by a commercial overnight courier, sent by certified mail, return receipt r uested, or transmitted by electronic means, to the address set forth on the signature page to this Agreeme and the Grant Project. Article XIII Nonwaiver and Invalidity Failure either party to exercise any of such party's rights under this Agree twill not constitute a waiver of such rig sin the future. In the event any provision of this Agreement is he invalid, illegal or unenforceable, in whole or i art, the remaining provisions of this Agreement shall not b ffected thereby and shall continue to be valid an nforceable. Article XIV Section Headings and Inter relation The Section head\egardless in this Agreement have been ins ed for convenience of reference only and shall not in any mannerr restrict any of its terms or prov' ions. This Agreement shall not be construed more strongly against aof who was more r ponsible for its preparation. Art! le XV Entire Aareemefit and Amendments This Agreements and all attach nts hereto con ltute the entire Agreement between the parties with respect to the subject matter hereof an any prior reements, understandings, representations and warranties, whether written or oral in regard toa subjec atter hereof, are hereby superseded. No amendment, change or modification of any of the terms , rovis i0 s or conditions of this Agreement shall be effective unless such amendment is clearly identified as/and ment to this Agreement, made in writing and signed by authorized personnel of both parties. Article XVI Governing Law This Agreement shall be construf ced in accordance with the laws of the State of Iowa without regard to conflict of laws principle XVII of Action No action, regardless of for , may be brought by eith party on any claim arising out of this Agreement more than two years afte/emnify m arose. Article X I Indemnificati n The Grantee shall and hold Foundation harmless fr and against any and all liabilities, losses, damages, costs oes, including, but not limited to, reaso able attorneys' fees and legal expenses, incurred by Founda result of a breach of this Agreement b the Grantee or any tortious, unlawful or unauthorized actsons by the Grantee, Article XIX Consent to Jurisdiction Each of the pq6ties hereby irrevocably submits to the exclusive jurisdiction of any Uni%4.States District Court or Iowa Distr t Court sitting in Des Moines, Iowa in any action or proceeding arising out or relating to this Agreement, nd each party hereby irrevocably agrees that all claims in respect of such actio proceeding shall be he rd and determined in either of such courts. Each of the parties irrevocably waives any objection, including without limitation, any objection on the grounds of forum nonconveniens, which it may now or hereafter have to the bringing of any such action or proceedings in such respective jurisdictions. In addition, the parties agree that neither of them shall commence any action arising out of or relatino this Agreement in any court other than the United States District Court or the Iowa District Court sitting iRlDes Moines, Iowa. Article XX Waiver of Jury Trial EACH OF THE RTIES IRREVOCABLY WAIVES ALL RIGHT TO /OLBIY RY IN ANY ACTION, PROCEEDING OR UNTERCLAIM ARISING OUT OF OR RELATINREEMENT. IN WITNESS WHEREOF, THE PARTIES HAVE CAUSED THI AGREEMENT TO BE EXECUTED IN DUPLICATE COUNTERPART.S, EACH BEING DEEMED ORIGINAL, AS OF THE DATE OF EXECUTION SET FORTH BELOW. Name of Grantee) 42-6004805 (501(c)(3) Tax Identification Number) 410 East Washington Street (Street Address) Iowa City, IA 52240 (City, State and Zip Code) Title: (Date of e The Wellmar 1331 Grand Des Moines, email: Welirr By: Rebec Title: Execu by Grantee) 50309 (Date of Acceptance by The Wellmark Foundation) 5 Iowa City, Iowa, January 3 , 2017 The City Council of Iowa City, Iowa, met on the above date in the Emma J. xarvat,Hall 410 E Washington St , Iowa City, Iowa, at 7:00 p.m. pursuant to law and the rules of said City Council. The meeting was called to order by Throgmorton , Mayor, presiding, and on roll call the following named Council Members were present: Absent: Ole, Dickens, Mims Taylor, Thomas, Throgmorton * * * * Other Business* * * * Matters were discussed relative to the request from ACT, Inc. regarding the issuance of not to exceed $30,000,000 in aggregate principal amount of the City's Revenue Refunding Bonds (ACT, Inc. Project) Series 2017. Following a discussion of the proposal, Council Member Botchway introduced the following Resolution in written form and moved its adoption. Council Member Dickens seconded the motion to adopt. After due consideration of said motion, the roll was called and the Resolution was adopted by the following vote: AYES: Cole, Dickens. Mims, Tavlor Thomas, Throgmorton, Botchway NAYS: None The Resolution was thereupon signed by the Mayor and in evidence of approval was attested by the City Clerk and declared to be effective. The Resolution is as follows: RESOLUTION NO. 17-9 A RESOLUTION REGARDING THE ISSUANCE OF NOT TO EXCEED $30,000,000 IN AGGREGATE PRINCIPAL AMOUNT OF REVENUE REFUNDING BONDS (ACT, INC. PROJECT) SERIES 2017 OF THE CITY OF IOWA CITY, IOWA WHEREAS, the City of Iowa City, Iowa (the "Issuer") is a municipal corporation organized and existing under the Constitution and laws of the State of Iowa, and is authorized and empowered by Chapter 419 of the Code of Iowa (the "Act") to issue revenue bonds and loan the proceeds from the sale of said bonds to one or more parties to be used to defray all or a portion of the cost of acquiring, constructing, improving and equipping a "project", as that term is defined in the Act, including land, buildings and improvements suitable for use as a facility for an organization described in Section 501(c)(3) of the Internal Revenue Code which is exempt from federal income tax under Section 501(a) of the Internal Revenue Code (a "Tax Exempt Organization") and to refinance any existing indebtedness on a facility for a Tax Exempt Organization; and WHEREAS, the Issuer has been requested by ACT, Inc., an Iowa nonprofit corporation (the "Borrower"), to authorize and issue the Bonds (as hereinafter defined) pursuant to the provisions of the Act for the purpose of (i) refunding the Issuer's $40,000,000 Variable Rate Demand Revenue Bonds (ACT, Inc.) Series 2001 (the "Refunding") and (ii) paying related costs, including costs of issuance of the Bonds; and WHEREAS, the Borrower has determined and has represented to the Issuer that the amount necessary to finance the Refunding, including payment of necessary expenses incidental thereto, will require the issuance by the Issuer of not to exceed $30,000,000 aggregate principal amount of its Revenue Refunding Bonds (ACT, Inc. Project) Series 2017 (the "Bonds") pursuant to the provisions of the Act, and it is proposed that the Issuer loan said amount to the Borrower under a Loan Agreement between the Issuer and Borrower pursuant to which loan payments will be made by the Borrower in amounts sufficient to pay the principal of, interest and premium, if any, on said Bonds, as and when the same shall be due; and WHEREAS, the Bonds, if issued, shall be limited obligations of the Issuer, and shall not constitute nor give rise to a pecuniary liability of the Issuer or a charge against its general credit or taxing powers, and the principal of, interest and premium, if any, on the Bonds shall be payable solely out of the revenues derived from the Loan Agreement; and WHEREAS, a Memorandum of Agreement in the form and with the contents set forth in Exhibit A attached hereto, has been presented to the Issuer which sets forth certain mutual undertakings and agreements between the Issuer and the Borrower relating to the further processing of said Bonds. NOW, THEREFORE, Be It and It Is Hereby Resolved by the City Council of the Issuer as follows: 01709061-n10714-125 Section 1. The Memorandum of Agreement in the form and with the contents set forth in Exhibit A attached hereto is hereby approved, and the Mayor is hereby authorized to execute said Memorandum of Agreement and the City Clerk is hereby authorized to attest the same and to affix the seal of the Issuer thereto; said Memorandum of Agreement, which constitutes and is hereby made a part of this Resolution, to be in substantially the form, text and containing the provisions set forth in Exhibit A attached hereto. Section 2. Officials of the Issuer are hereby authorized to take such further action as may be necessary to carry out the intent and purpose of this Resolution. Section 3. All resolutions and orders or parts thereof, in conflict herewith are, to the extent of such conflict, hereby repealed, and this Resolution shall be in full force and effect immediately upon its adoption. Adopted and approved January 3 2017. City of Iowa City, Iowa (Seal) M or Attest: City C1.4 01309061-1 V0714-125 EXHIBIT A MEMORANDUM OF AGREEMENT THIS MEMORANDUM OF AGREEMENT is between the City of Iowa City, Iowa, (the "Issuer") and ACT, Inc. (the "Borrower"). 1. Preliminary Statement. Among the matters of mutual inducement which have resulted in the execution of this Agreement are the following: (a) The Issuer is authorized by Chapter 419 of the Code of Iowa, as amended (the "Act") to issue revenue bonds and loan the proceeds from the sale of said bonds to one or more parties to be used to defray all or a portion of the cost of acquiring, constructing, improving and equipping a "project", as that tern is defined in the Act, including land, buildings and improvements suitable for use as a facility for an organization described in Section 501(c)(3) of the Intemal Revenue Code which is exempt from federal income tax under Section 501(a) of the Intemal Revenue Code (a "Tax Exempt Organization") and to refinance any existing indebtedness on a facility for a Tax Exempt Organization; and (b) The Borrower wishes to obtain satisfactory assurance from the Issuer that, subject to the public hearing required by the Act and Section 147(f) of the Internal Revenue Code and the terns of this Agreement, such revenue bonds will be issued by the Issuer (i) refunding the City's $40,000,000 Variable Rate Demand Revenue Bonds (ACT, Inc.) Series 2001 (the "Refunding") and (ii) paying related costs, including costs of issuance of the revenue bonds. 2. Undertakings on the Part of the Issuer. (a) The Issuer will begin the proceedings necessary to authorize the issuance of such bonds, in an aggregate principal amount not to exceed $30,000,000. (b) Subject to due compliance with all requirements of law and the terms of this Agreement, including the provisions of and the public hearing required by the Act, it will cooperate with the Borrower in the issuance and sale of such bonds, arrd the proceeds from the issuance of such bonds shall be loaned to the Borrower upon ten -ns sufficient to pay the principal of and interest and redemption premium, if any, on such bonds, as and when the same shall become due. 3. Undertakings on the Part of the Borrower. (a) It will use all reasonable efforts to cooperate with the Issuer and comply with the Act and all other provisions of law relating to financing of the Project and the issuance and sale of such bonds. (b) It will enter into a Loan Agreement with the Issuer under the terns of which the Borrower will obligate itself to pay to the Issuer sums sufficient to pay the principal of and interest and redemption premium, if any, on such bonds as and when the same shall become due and payable. 01309061-110714-125 4. General Provisions. (a) All commitments on the part of the Issuer and the Borrower herein are subject to the condition that on or before March 1, 2017 (or such other date as shall be mutually agreed to) the Issuer and the Borrower shall have agreed to mutually acceptable terms relating to the issuance and sale of such bonds, and mutually acceptable terms and conditions of the documents referred to in paragraph 3 and the proceedings referred to in paragraphs 2 and 3 hereof. (b) Whether or not the events set forth in (a) of this paragraph take place within the time set forth or any extension thereof, the Borrower agrees (i) to pay any Issuer fee required by the Issuer if such bonds are issued and (ii) to pay or reimburse the Issuer for all reasonable and necessary direct out-of-pocket expenses which the Issuer may incur, including but not limited to, legal fees, administrative costs, printing and publication costs and filing fees arising from the execution of this Agreement and the performance, or preparation to perform by the Issuer of its obligations hereunder, or done at the request of the Borrower. (c) All cormnitments of the Issuer hereunder are further subject to the conditions that the Issuer shall in no event incur any liability for any act or omission hereunder, and that such bonds described herein shall not constitute an indebtedness of the Issuer within the meaning of any constitutional or statutory provision and shall not constitute nor give rise to a pecuniary liability of the Issuer or a charge against its general credit or taxing powers. The execution of this Memorandum of Agreement by the Issuer is not intended to nor does it create a binding commitment on the part of the Issuer to proceed with the issuance of the bonds. It is further understood that the issuance of the bonds is subject to further review by the City Council of the Issuer and compliance with all provisions of the Act and the Code, including the holding of a public hearing with respect thereto. (d) Preparation of all resolutions, agreements, instruments, certificates or other documents in final form for adoption and execution shall be the sole responsibility of Bond Counsel. (e) Counsel for the Issuer, if requested, shall timely certify the non-existence of threatened litigation, pending litigation or claims with respect to the proposed Bond issue. All other attorneys' opinions or certificates with respect to issuing authority, non -arbitrage, regularity of proceedings, or otherwise shall be the responsibility of Borrower Counsel or Bond Counsel. (f) In the event Sections 145 and 146 of the Internal Revenue Code of 1986, as amended, restrict the aggregate principal amount of bonds for Tax -Exempt Organizations which the Issuer may issue in any calendar year, the Issuer may, in its discretion, rescind its commitments under Paragraph 2 hereof, without liability on the part of the Issuer. (g) During the closing process of the Bonds, Ahlers & Cooney, PC ("Ahlers") will represent the Issuer as bond counsel and simultaneously therewith, will be representing the Borrower in connection with the Borrower's unrelated loan borrowing (the "Loan 01309061-1110714-125 Transaction). The Borrower has engaged the law firm of Posenilli, PC to represent ACT, Inc. in connection with the issuance of the Bonds, and would like to engage Ahlers in connection with the Loan Transaction. While these matters are unrelated, such representation could be perceived as a concurrent conflict of interest under the ethical standards governing the practice of law in Iowa. Ahlers has represented that this is not a conflict of interest, but from a legal perspective, a concurrent conflict of interest may exist if (1) the representation of one client will be directly adverse to another client; or (2) there is a significant risk that the representation of one or more clients will be materially limited by the lawyer's responsibilities to another client, a former client, or a third person or by a personal interest of the lawyer. Notwithstanding the existence of a concurrent conflict of interest, a lawyer may represent a client if (1) the lawyer reasonably believes that the lawyer will be able to provide competent and diligent representation to each affected client; (2) the representation is not prohibited by law; (3) the representation does not involve the assertion of a claim by one client against another represented by the lawyer in the same litigation or other proceeding before a tribunal; and (4) each affected client gives informed consent, confirmed in writing Ahlers' representation of ACT, Inc. in the Loan Transaction is separate and unrelated to issuance of the Bonds. Ahlers has accordingly represented to the Issuer and ACT, Inc. that concurrent representation in said transaction can proceed. To this end, The Issuer hereby further consents to the simultaneous representation by Ahlers. 01309061-1A10714-125 Dated this 3rd day of January .1 2017. CITY OF IOWA CITY, IOWA By Ma or / Attest: 5 City, erk (Seal) ACT, INC. 0I309061-1 \1 0714125 By 0I309061-1 \1 0714125 Dated this day of 12017. Attest: City Clerk (Seal) CITY OF IOWA CITY, IOWA By f , Mayor i ACT, IP:C. By / C L CLERK'S CERTIFICATE I, the undersigned, being first duly sworn do hereby depose and certify that I am the duly appointed, qualified, and acting City Clerk of the City of Iowa City, Iowa; that as such i have in my possession, or have access to, the complete corporate records of said City and of its City Council and officers; that 1 have carefully compared the transcript hereto attached with the aforesaid corporate records; and that said transcript hereto attached is a true, correct and complete copy of all the corporate records showing the action taken by the City Council of said City at a meeting open to the public on January 3 , 2017, regarding the issuance of not to exceed $30,000,000 aggregate principal amount of Revenue Refunding Bonds (ACT, Inc. Project) Series 2017, of the City of Iowa City, Iowa, directing publication of a notice of intention to issue, and scheduling a public hearing on the proposal to issue the Bonds; that said proceedings remain in full force and effect and have not been amended or rescinded in any way; that said meeting and all action thereat was duly and publicly held, with members of the public in attendance, in accordance with a notice of meeting and tentative agenda, a copy of which was timely served on each member of the City Council and posted on a bulletin board or other prominent place easily accessible to the public and clearly designated for that purpose at the principal office of the City Council (a copy of the face sheet of said agenda being attached hereto) pursuant to the local rules of the City Council and the provisions of Chapter 21, Iowa Code, and upon reasonable advance notice to the public and media at least 24 hours prior to the commencement of the meeting as required by said law. Witness my hand and the seal of said City hereto affixed this 3rd day of January , 2017. (Seal) 01309061-U10714-125 City Clerk CITY OF IOWA CITY MEMORANDUM "IrTlIriT- 3 Date: December 19, 2016 To: Geoff Fruin, City Manager From: Dennis Bockenstedt, Finance Director RE: ACT Conduit Bond Refinancing Introduction ACT Incorporated has asked the City to sponsor a $30 million conduit bond issue. ACT will use the proceeds from the new bond issue to refinance their 2001 conduit bond issue. History/Back-ground In 2001, the City sponsored a conduit bond issue from ACT Incorporated for $40 million. The 2001 bond proceeds were used to construct and equip research and service facilities of approximately 170,000 square feet which has served as their corporate headquarters. ACT now wishes to refinance that bond issue. Discussion of Solution I have attached letters to this memo from ACT Incorporated and the City's bond counsel, John H. Bunz of Ahlers & Cooney, to explain the details of ACT's request, the financial impact to the City, and the nature of conduit bonds. City Council approval is required for ACT to complete this bond refinancing. Financial Impact This conduit bond transaction is not an obligation of the City, and it will not impact the City's finances as explained in John's letter; however, the City of Iowa City's name is associated with the bond issue. Recommendation It is staffs recommendation for the City Council to approve the resolution that allows ACT to refinance their outstanding 2001 conduit bond issue with new conduit debt. " National Oft ice 500 ACT Drive 319.337.1000 PO Box 168 www.act.org Iowa City, IA 52243-0168 November 29, 2016 Dennis Bockenstedt Finance Director City of Iowa City 410 E. Washington Street Iowa City, Iowa 52240 Dear Mr. Bockenstedt, ACT Inc. requests Iowa City to serve as issuer for a tax-exempt, fixed rate bond financing. The bonds will be structured as a private placement with BMO Harris. The bonds will be fixed for a period of 10 years, amortizing through the final maturity of April 2032. At this point, estimated par amount is $27.65 million. The purpose of the bonds is to refinance ACT's existing Series 2001 bonds, terminate its existing interest rate swap and pay costs of issuance. We expect to seek issuance approval from the City during the month of January. Bond Counsel is Ahlers Cooney. Piper Jaffray is acting as Placement Agent. ACT will be represented by Polsinelli. This transaction is being completed in tandem with a taxable direct purchase bond issue that does not require a municipal issuer. Please let us know if any questions. Thank you for your willingness to serve as Issuer. Thank you, Thomas J Goedken Chief Financial Officer Cc: John Bunz, Ahlers Cooney Steve Proeschel and Bill Henderson, Piper Jaffray & Co. Tom Schenkelberg, Polsinelli AHL ERS COONEY, P.C. 100 COURT AVENUE, SUITE 600 DES MOINES, IOWA 50309-2231 FAX: 515-243-2149 WWW.AHLERSLAW.COM John H. Bum Dhad Dial: JBunx@ahlemlaw.com 515.246.0336 Date: November 29, 2016 To: City of Iowa City, Iowa From: John H. Bunz, Ahlers & Cooney, P.C., bond counsel Re: Bond Issue Conduit Summary You have asked for a brief summary of "IRBs" or "conduit' financing in connection with the request by ACT, Inc., to issue certain revenue refunding bonds. In such circumstances, the City is often being asked to issue certain bonds (the "Bonds") and thereafter to loan the Bond proceeds to ACT, Inc., as the borrower (the "Borrower") for such refinancing. The Bonds are usually being issued to take advantage of tax exempt interest rates. The loan of the Bond proceeds will be made under the terms of a Loan Agreement between the City and Borrower. The Loan Agreement will obligate Borrower to repay the loan, together with interest thereon, in amounts and at times scheduled to be sufficient to pay the principal of and interest on the Bonds as the same becomes due. At the time of closing, the City will assign to the bank that purchases the Bonds, all of its rights, title and interest in and to the Loan Agreement (other than its right to receive certain payments or reimbursements for expenses and fees for indemnification) in order to secure the payment of amounts due on the Bonds. As a result, Borrower will make its payments directly to the bank for the payment of principal of and interest on the Bonds. The City thus will serve as a "conduit" in the financing and will have no continuing obligation with respect to repayment of the Bonds following the closing. The Bonds are intended to be limited obligations of the City and to be payable solely from and secured by a pledge and assignment of payments made by Borrower pursuant to the Loan Agreement, and by the mortgage. The Bonds will not constitute general obligations of the City or a charge against the general credit or taxing powers of the City, and no bondholder shall have any right to demand payment of the principal of or interest on the Bonds from any funds raised by taxation. In the event of a default on the part of Borrower in making debt service payments, the bank will be empowered under the bond documents to take a number of steps including the right to foreclose on any mortgage granted, to sell the property securing the Bonds and to use the proceeds derived therefrom to pay the Bonds, but the bank may not look to the City for repayment of the Bonds. Please call with any questions. 00998733-1\99540-000 Prepared by: Jason Reichert, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240,(319)356-5416 RESOLUTION NO. 17-10 RESOLUTION SETTING A PUBLIC HEARING ON JANUARY 17, 2017 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE HICKORY HILL PARK TRAIL BRIDGE REPLACEMENT PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Parks Annual Improvements/Maintenance account #R4130. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 17th day of January, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 3rd day of January 20 17 ATTEST: DEPT CITY CLERK pwengtrnaslersGsetph.doc 1/11 M RY OR Approved by �r u / Ott� � City Attorney's Office izf Zd/1t, Resolution No. 17-10 Page 2 It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: Dickens the Botchway Cole Dickens Mims Taylor Thomas Throgmorton r MT.M" . r `�.®�, CITY OF IOWA CITY 3 'i IN MEMORANDUM Date: December 28, 2016 To: Geoff Fruin, City Manager From: Jason Havel, City Engineer Z14 Re: Hickory Hill Park Trail Bridge Replacement Project Introduction: The Hickory Hill Park Trail Bridge Replacement Project includes removing a damaged wooden pedestrian bridge in Hickory Hill Park, and constructing a new pre-engineered steel pedestrian bridge in its place. This project also includes streambank stabilization and trail repairs. History/Background: Flooding in 2013 displaced and damaged a 50 -foot long wooden pedestrian bridge in Hickory Hill Park. The City applied for funding from FEMA to replace the damaged bridge, and was awarded an amount to replace the bridge as it existed prior to the flooding events. Discussion of Solutions: Rather than replace the damaged bridge with another wooden bridge, the City chose to move forward with the design of a new pre-engineered steel pedestrian bridge. The City completed a FEMA improved project request and hired Shoemaker and Haaland Professional Engineers of Coralville, Iowa to complete the design. Financial Impact: In 2013, the City received $14,762.63 from FEMA to replace the flood damaged bridge as it existed prior to the flood events. The estimated improved project cost for the pre-engineered steel pedestrian bridge is $153,000.00. Funding for this project is available in the Hickory Hill Park and Trail Redesign and Development account #R4224. Recommendation: Staff recommends proceeding with the following schedule for this project: January 3, 2017 — Set public hearing January 17, 2017 — Hold public hearing February 21, 2017 —Award Construction Contract March 2017 thru May 2017 — Construction Hickory Hill Park Pedestrian Bridge Replacement Prepared by: Dave Pence, Senior Civil Engineer, Public Works, 410 E. Washington Sl., Iowa City, IA 52240 (319) 356-5145 RESOLUTION NO. RESOLUTION APPROVING PLANS, SPECIFICATIONS, F M OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCT N OF THE WETHERSY PARK SPORT COURT PROJECT 2017, ESTABLIS NG AMOUNT OF BIDS CURITY TO ACCOMPANY EACH BID, DIRECTIN ITY CLERK TO POST NO� TO BIDDERS, AND FIXING TIME AND PL CE FOR RECEIPT OF BIDS. \\ WHEREAS, notice of pulic hearing on the plans, sl cost for the above-named roject was published as r and WHEREAS, the City Engineer r designee intends owned and maintained by the Ci of Iowa City; and WHEREAS, funds for this project Is-. >, form of contract and estimate of law, and the hearing thereon held; notice of the project on the website Parks Maintenance Fund account # R4342. NOW, THEREFORE, BE IT RESOLVIK Bx THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: v 1. The plans, specifications, formf c�ntract and estimate of cost for the above-named project are hereby approved. � \ 2. The amount of bid securi to accompa y each bid for the construction of the above- named project shall be in he amount of % (ten percent) of bid payable to Treasurer, City of Iowa City,/daand 3. The City Clerk isuthorized and direct to post notice as required in Section 26.3, not less than 13 not more than 45 da before the date of the bid letting, which may be satisfied posting notice on the Construction Update Network, operated by the Master Buwa, and the Iowa Leagu of Cities website. 4. Sealed bids f the above-named project are to be r ived by the City of Iowa City, Iowa, at the Office f the City Clerk, at the City Hall, before 30 p.m. on the 25" day of January, 2017. At t t time, the bids will be opened by the C Engineer or his designee, and thereupo referred to the City Council of the City of to City, Iowa, for action upon said bids at it next regular meeting, to be held at the Emma J. arvat Hall, City Hall, Iowa City, Iowa, 7:00 p.m. on the 7th day of February, 2017, or at a pecial meeting called for that Passed a4 approved this day of MAYOR ATTEST: CITY CLERK pwengVnaslersVes appp&s.doc 12/16 20 by Attorney's /Co n Prepared by: Kumi Moms, Parks & Recreation, 220 S. Gilbert Street, Iowa City, IA 52240 (319) 3565082 RESOLUTION NO. 17-11 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CABIN PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO POST NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and WHEREAS, funds for this project are available in the Parks and Recreation City Park Cabin Restoration CIP account #R4187. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the god day of February, 2017. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 7t' day of February, 2017, or at a special meeting called for that purpose. Passed and approved this 3rd day of January, 2017. MA#OR \ \ Approve ATTEST: Vo \ CITYCLERK City Attorney's Office S:1ENG�Im ns&ONinenc 7minp RemlWonsfteeM Plena B Sp ICIW PARK CASI STORATION PROJECT 01002019.Eoc Id -d­�" fC Resolution No. Page 2 It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: Dickens the Botchway Cole Dickens Mims Taylor Thomas Throgmorton Prepared by: Tracy Hightshoe, Neighborhood Services, 410 E. Washington St., Iowa City, IA 52240 319.356.5244 RESOLUTION NO. 17-12 RESOLUTION IN SUPPORT OF THE APPLICATION OF 1301 GILBERT, L.L.C. FOR WORKFORCE HOUSING TAX INCENTIVES PROGRAM FROM THE IOWA ECONOMIC DEVELOPMENT AUTHORITY TO CONSTRUCT RESIDENTIAL HOUSING AT 1301 GILBERT STREET AND COMMITTING LOCAL FUNDS TO THE PROJECT. WHEREAS, 1301 Gilbert, L.L.C. intends to apply for Workforce Housing Tax Incentives from the Iowa Economic Development Authority to assist financing the construction of residential housing at 1301 Gilbert Street; WHEREAS, as part of the application, the developer requires a resolution by the City supporting the application and committing local funds; WHEREAS, timing is critical as the Iowa Economic Development Authority is accepting applications on a continuous basis and reviews applications in the order received; and WHEREAS, it is in the best interest of the City to support this residential housing project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The City supports the 1301 Gilbert, L.LC. application for Workforce Housing Tax incentives. 2. The application will include a request for Workforce Housing Tax Incentives for up to 54 dwelling units in the total development. 3. The City commits to providing a local match equal to at least $1,000 per dwelling unit, and shall enter an agreement with the applicant for such funds. 4. The City Manager is authorized to sign said agreement. Passed and approved this 3rd day of January 2017. MAYOR \\ Approved b ATTEST: V � CI ERK City Attorney's Office Resolution No. 17-12 Page 2 It was moved by Mims and seconded by Resolution be adopted, and upon roll call there were: EVA x NAYS: ABSENT: ABSTAIN: Botchway the Botchway Cole Dickens Mims Taylor Thomas Throgmorton 12 - Prepared by: Tracy Hightshoe, Neighborhood Services, 410 E. Washington St., Iowa City, IA 52240 319.356.5244 RESOLUTION NO. 17-13 RESOLUTION IN SUPPORT OF THE APPLICATION OF 1201 GILBERT, L.L.C. FOR WORKFORCE HOUSING TAX INCENTIVES PROGRAM FROM THE IOWA ECONOMIC DEVELOPMENT AUTHORITY TO CONSTRUCT RESIDENTIAL HOUSING AT 1201 GILBERT STREET AND COMMITTING LOCAL FUNDS TO THE PROJECT. WHEREAS, 1201 Gilbert, L.L.C. intends to apply for Workforce Housing Tax Incentives from the Iowa Economic Development Authority to assist financing the construction of residential housing at 1201 Gilbert Street; WHEREAS, as part of the application, the developer requires a resolution by the City supporting the application and committing local funds; WHEREAS, timing is critical as the Iowa Economic Development Authority is accepting applications on a continuous basis and reviews applications in the order received; and WHEREAS, it is in the best interest of the City to support this residential housing project NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The City supports the 1201 Gilbert, L.L.C. application for Workforce Housing Tax incentives. 2. The application will include a request for Workforce Housing Tax Incentives for up to 258 dwelling units in the total development. 3. The City commits to providing a local match equal to at least $1,000 per dwelling unit, and shall enter an agreement with the applicant for such funds. 4. The City Manager is authorized to sign said agreement. Passed and approved this 3rd day of January , 2017. MA OR Approved by ATTEST: 10i i `(-(C CI RK City Attorney's Office Resolution No. 17-13 Page 2 It was moved by Mims and seconded by Resolution be adopted, and upon roll call there were: Botchway the AYES: NAYS: ABSENT: ABSTAIN: % Botchway X Cole x Dickens x Mims % Taylor x Thomas % Throgmorton r ��'��, CITY OF IOWA CITY 11 �'•"_01-03- CITY OF IOWA CITY MEMORANDUM UNESCO CITY OF LITERATURE 1 2 Date: December 16, 2016 To: Geoff Fruin, City Manager From: Tracy Hightshoe, Neighborhood Services Coordinator Re: Workforce Housing Tax Credits —1201 & 1301 Gilbert Street Introduction: The Iowa Economic Development Authority (IEDA) provides financial incentives under the Workforce Housing Tax Credit program to assist the development of housing projects that are targeted at middle-income households and that focus on the redevelopment or repurposing of existing structures. Housing developers are eligible to receive a refund of state sales, service or use taxes paid during construction and an investment tax credit up to a maximum of 10% of the investment directly related to the construction or rehabilitation of housing. There are no rental restrictions or income limitations for the assisted dwelling units, but the average dwelling unit cost may not exceed $200,000 for new construction. To date, the City has approved three requests for resolutions of support and local matching funds for this program. These include Prairie Hill Cohousing Development (15 units), Iowa City Senior, LLC for senior housing at 1030 William Street (40 units) and Monark, LLC for development at 7 S. Linn Street (36 units). Randy Miller plans to submit one application under 1301 Gilbert, LLC for up to 54 units and one application under 1201 Gilbert, LLC for up to 258 units to the IEDA for housing projects on Gilbert Street and requests the City's support. Randy Miller is the President and Managing Member of both 1301 Gilbert, LLC and 1201 Gilbert, LLC. History/Background: Mr. Miller owns the property at 1201 Gilbert Street and has site control of 1301 Gilbert Street. These are the two sites Pleasant Valley and Alexander Lumber currently occupy. Eight new buildings will be constructed on these two parcels. A preliminary site plan is attached for your review. The application submitted by 1301 Gilbert, LLC, will be for Building #1. The building will be a mixed use building with underground and surface parking. The first floor will consist of retail and/or commercial office space and the second and third floors will each have up to 27 studio apartments. The developer anticipates starting construction in 2017 for this building. The second application will be for four buildings (#4, 5, 6 and 9) with a total of 258 units. • Building #4 will have up to 72 residential units, starting construction in 2018 • Building #5 will have up to 72 residential units, starting construction in 2019 • Building #6 will have up to 54 residential units, starting construction in 2020 • Building #9 will have up to 60 residential units, starting construction in 2021 Buildings 4, 5, and 6 are residential with underground, first level and surface parking. These buildings will have a mix of studio, one and two bedroom apartments fronting on Riverfront Crossings Park and the new pedestrian streets that will extend west from Gilbert Street to Ralston Creek. Building #9 will front on Gilbert Street with retail and/or commercial office on the first level and two levels of studio apartments above. The developer anticipates that the new neighborhood will lend itself to young professionals, graduate students or retirees looking for a quieter alternative to the downtown core. December 16, 2016 Page 2 Financial Impact: To be eligible for the program the applicant must receive a resolution of support from the City Council and the City must provide at least a $1,000 per dwelling unit match. The applicant requests that all the units be considered for the program, which would require $54,000 for the 1301 Gilbert, LLC application and $258,000 for the 1201 Gilbert, LLC application. Matching funds can be in the form of cash or local property tax exemption, rebate, refund or reimbursement. It is likely that staff will recommend adding this project to the existing urban renewal area. Doing so will give the City the flexibility to use Tax Increment Financing to provide the match. Recommendation: The proposed project will need to be in compliance with the Riverfront Crossing zoning and plans. The project will go through the City's regular development process, including subdivision, site plan, design review and building plan review. The applicant requests a resolution of support and documentation of project match so that an application can be filed as soon as possible. IEDA is accepting applications on a continuous first come, first served based. IEDA is currently registering projects for FY18, which begins July 1, 2017. Once FYI funds are depleted, they will begin registering projects for FYI 9. Staff recommends submitting a resolution of support and committing the required minimum project match of $312,000 in order for both applications to be considered for Workforce Housing Tax Credits. We feel the project aligns well with the Riverfront Crossings Master Plan, provides needed housing supply and will help support nearby commercial districts. By supporting the tax credit applications the City will be allowing the developer to leverage significant state resources that will otherwise go to projects outside of our community. If the City Council approves these requests, the applications to IEDA, including the specific number of units, will be the responsibility of the applicant, Randy Miller. Mr. Miller will be present at the Council meeting for any questions. Building 6 Building 5 Building 4 Note: Building heights and materials shall be typical for Buildings 4, 5, and 6. See sheet 2 for more information. 1201 at The Crossings 1: View of West Building Elevations from Park Carlson Design Team 12-6-16 T.O.W Cement board wall +71'4" Cement board on 2' 6th FF rM panels - finish to match I building wall projection 5th FF +48'-0" 4th FF +37'4" +16'-0" tat FF Note: Building heights and materials shown shall be typical for Buildings 4, 5, and 6 black finish I (with 4" trim between units -typical Building 4 2: View of West Building Elevations from Park Ribbed metal wall panel Cement board wall Cement board wall Cement board on 2' 11 with galvanized finish panels - charcoal grey panels - finish to match I building wall projection finish manufactured stone walls base at all Building 5 1201 at The Crossings Carlson Design Team 12-6-16 Building 4 Building 5 Note: Building heights and materials shall be typical for Buildings 4, 5, and 6. See sheet 2 for more information. 1201 at The Crossings 3: View of the Court between Buildings 4 and 5 looking West Carlson Design Team 12-6-16 Building 4 Building 5 Note: Building heights and materials shall be typical for Buildings 4, 5, and 6. See sheet 2 for more information. 1201 at The Crossings 4: View from 6th Floor Balcony looking West Carlson Design Team 12-6-16 Ile hung window with 4" I I Krbbea metal wall par - typical unless noted with galvanized finish 0 Building 4 It 301 at The Crossings) walls Note: Building heights and materials shown shall be typical all Building 1 Elevations 1: View of South Building Elevation from Hwy. 1 base at all finish to matchI (panels - charcoal grey lured stone finish Building 1 board on 2' wall projection System with black ized finish at first floor T.O.W +41'-8" 3rd FF+26'-8" 2nd FF+16'-0" W7 1301 at The Crossings Carlson Design Team 12-6-16 2: View of East Building Elevation 1,,j U111.ll.kl _. r. --..}.y.. l_.. ! Building 1 Aluminum storefront window/door system with black anodized finish at building entry 1301 at The Crossings Carlson Design Team 12-6-16 I{+I�f�irr err [r� r Er r FF r A6 Nt 3: View of South Building Elevation 1301 at The Crossings Carlson Design Team 12-6-16 ] !3A ff AB 1 gg 4: View of South Building Elevation and West facing Terraces m� 1301 at The Crossings Carlson Design Team 12-6-16 x-0102 hbk ExBlxeeuxo °1°LO1/O1 eVRBVNi1 pwaas s� s S '�}�ERSYi. LLf BUILOM61 Rp BROVE EDVTYWF� �hA >tl WYEf,uc 1 �uml,/ow� BULOMtle BIMdM®I IRL SURFICE PRONBEO: ll]SMCEB LDL/I IIA�v ww 27M BB : lre lwcEl LAYOUT PLAN TOMLMRKWQMONOSSMCES 2EN%PTUAL TOIRL MRxME REOUREO: 1. SMCES IPMOXI MMR SURPLUS:SlSMCES P<RKM REp ESENI3RRSEBpI.EMRO%I MLY IS,. SPf COMERC/IL SMCE ]>0 RESMENIUL UiRS la•SMSIY -'CONCEPT Prepared by: Karen Jennings, Human Resources Administrator, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5025 RESOLUTION NO. 17-14 RESOLUTION AUTHORIZING EXTENSION OF AGREEMENT BETWEEN THE CITY OF IOWA CITY AND THE IOWA CITY LIBRARY BOARD OF TRUSTEES AND THE AMERICAN FEDERATION OF STATE, COUNTY AND MUNICIPAL EMPLOYEES, LOCAL #183, AFL-CIO TO BE EFFECTIVE THROUGH JUNE 30, 2021 AND ESTABLISHING CLASSIFICATION/COMPENSATION PLANS FOR CONFIDENTIAL, ADMINISTRATIVE AND EXECUTIVE EMPLOYEES FOR FY19, FY20, AND FY21. WHEREAS, the City of Iowa City and the Iowa City Library Board of Trustees, (hereinafter the City), and the American Federation of State, County and Municipal Employees, Local #183, AFL-CIO, (hereinafter the Union) have previously negotiated a five-year collective bargaining agreement effective through June 30, 2020; and WHEREAS, the collective bargaining agreement between the City and the Union included a re - opener for the purposes of negotiating wage and insurance settlements for Fiscal Year 2019 and 2020; WHEREAS, the City received a proposal from the Union, for an extension of the current collective bargaining agreement to be effective through June 30, 2021, including wage and insurance settlements for FY19, FY20, and FY21, a copy of which updated provisions are attached to this resolution and by this reference made a part hereof; and WHEREAS, the City desires to approve the extension, finding that it will promote efficient municipal operations, thereby providing residents of the community with municipal services; and WHEREAS, the City of Iowa City employs certain employees referred to as Confidential, Administrative, and Executive personnel; and WHEREAS, it is necessary to establish position classification and compensation ranges for said personnel. NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The above -referenced extension of the existing agreement between the City and the Union is hereby approved by the City. 2. Confidential, Administrative, and Executive employees shall receive compensation as established by the FY19, FY20, and FY21 Confidential, Administrative, and Executive Classification and Compensation plans as attached. Passed and approved this 3rd day of January / , 20 17 MAYOR ATTEST: CIT ERK 13.. p oved b /Z -/9 -/to City Attorney's Office It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton AGREEMENT BETWEEN CITY OF IOWA CITY ® Iowa City Public Library IOWA CITY LIBRARY BOARD OF TRUSTEES AND THE AMERICAN FEDERATION OF STATE, COUNTY AND MUNICIPAL EMPLOYEES LOCAL #183, AFL-CIO JULY 1, 2015 TO JUNE 30, 2021 MUNICIPAL (Per January 2017 extension) AFSCME JOB TITLE LIST .. . _ ._,__ -___.._. _-.._ ,._ ._.._v_. -- Pavorac3e: Job Title 1 Custodian -Government Buildings MW I - Senior Center Custodian - Library 2 Cashier -Parking Purchasing Clerk MW I - Meter Reader MW I - Parking Systems MW I - Transit MW I - Library Animal Center Assistant Receptionist- Senior Center 3 Cashier -Revenue Clerical Assistant - Cable TV MW I - Water Customer Service Parking Enforcement Attendant Scalehouse Operator Water Services Clerk MW I - Water Plant MW I - Government Buildings 4 Account Clerk - Accounting MW I - Refuse MW I - Streets MW II - Cemetery Library Clerk Animal Care Technician MW I - Wastewater Treatment Aquatics Assistant MW I - Athletic Fields MW I - Parks 5 MW II - Parks MW II - Transportation Services MW II - Transit MW II -CBD MW II - Forestry MW II - Library MW II - Government Buildings MW II - Horticulture MW II - Pools APPENDIX A - January 2017 update a...^_Pavarade:-Job Titled 6 Buyer I - Equipment Community Service Officer Library Assistant I Mass Transit Operator Buyer I - Purchasing Police Records Technician CSO - Station Master Community Outreach Assistant 7 Library Assistant II MW II - Refuse MW II -Wastewater Treatment Parts/Data Entry Clerk - Transit Program Assistant - Community Development Operations Assistant - Senior Center Senior Clerk/Typist - Wastewater Housing Assistant MW II - Water Distribution Animal Services Officer CSO - Evidence MW II - Signs MW II -Water Service Customer Service Representative - Revenue Customer Service Representative - TRM MW II - Eastside Recycling Center Senior Clerk/Typist - Streets 8 Laboratory Technician - Wastewater Library Assistant III MW III - Forestry MW II - Streets MW III - Cemetery MW III - Parks Senior Accounts Payable Clerk Special Projects Assistant- Cable TV MW III - Refuse Housing Inspector Assistant MW III - Water Service Parts/Inventory Clerk - Equipment Laboratory Technician - Water Media Production Assistant MW III - Government Buildings AFSCME JOB TITLE LIST APPENDIX A - January 2017 update — . - ____ PBygrade;-Job Title__ 9 Buyerll Mechanic I - Equipment Office Coordinator- Recreation Senior Engineering Technician Senior Library Assistant Housing Program Assistant MW III - Senior Center Communications Technician - Cable TV Landfill Operator 10 Housing Office Manager Maintenance Operator - Wastewater TPO - Wastewater Treatment TPO - Water Maintenance Operator - Water Utility Billing Coordinator 11 MW III -Streets MW III -Wastewater Collection Mechanic II - Equipment IT Support Specialist- Library Special Projects Inspector Mechanic II - Transit MW III - Lead Sweeper Operator Electrician - Traffic Engineering MW III - Water Distribution Electrician -Wastewater Library Public Relations Specialist Electronics Technician - Transportation Services 12 Construction Inspector h Electronics Technician - Wastewater Librarian I Senior MW- Forestry Senior MW - Parks Senior MW - Turfgrass Specialist Building Inspector Senior MW - Landfill Public Information/Education Coordinator - Public Works Recycling Coordinator Utilities Technician - Engineering Neighborhood Services and Code Enforcement Specialist Senior MW- Horticulture Specialist 13 Chemist Development Regulation Specialist Electronics Technician - Traffic Engineering Family Self -Sufficiency Program Coordinator Librarian II Mechanic III - Equipment (DAY) Mechanic III - Equipment (EVE) Senior Accountant - Accounting Senior Accountant - Revenue Survey Party Chief Mechanic III - Transit Grant Accountant Senior Accountant - Payroll 14 Program Specialist - Senior Center Recreation Program Supervisor Senior Construction Inspector Senior MW - Streets Senior MW - Wastewater Plant Senior MW - Water Distribution Senior TPO -Wastewater Community Outreach Specialist - Senior Center Senior TPO -Water Network Database Specialist - Library Senior MW - Water Plant Customer Service Coordinator Senior MW - Parking & Transit Senior MW - Wastewater Collection Library Web Specialist Development Specialist - Senior Center 15 Associate Planner Civil Engineer Human Rights Investigator Senior Librarian Water Engineer Sustainability Coordinator Appendix B — addendum (FY19-FY21) Hospital Physician Services Services 1 or 2 day deductible 90%/10% 90%/10% until out of pocket maximum Out of Pocket Maximum: Single OPM: $1100 (eff. 1/1/19) $1200 (eff. 1/1/20) Family OPM: $1900 (eff. 1/1/19) $2000 (eff. 1/1/20) IOWA 500 PAYS 100% of Covered Services Other Covered Services Single deductible: $675 (eff. 1/1/19) $700 (eff. 1/1/20) Family deductible: $900 (eff. 1/1/19) $950 (eff. 1/1/20) Article 15, Section 1 Medical Insurance. (Paragraph 1 addendum): Full-time employees will contribute to the monthly premium as follows: sixty dollars ($60.00) per month for single coverage and one hundred dollars ($100) per month for family coverage effective July 1, 2018; sixty- five dollars ($65.00) per month for single coverage and one hundred and five dollars ($105.00) per month for family coverage effective July 1, 2019; seventy dollars ($70.00) per month for single coverage and one hundred and ten dollars ($110.00) per month for family coverage effective July 1, 2020. AFSCME PAY PLAN FY19 (July 1, 2018) APPENDIX C-4 Page 1 2.6% ATB PAYGRADE: STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 1 Custodian - Government Buildings MW I -Senior Center Custodian - Library 2 Cashier - Parking Purchasing Clerk MW I - Meter Reader MW I - Parking Systems MW I - Transit MW I - Library Animal Center Assistant Receptionist - Senior Center 3 Cashier- Revenue Clerical Assistant- Cable N MW I - Water Customer Service Parking Enforcement Attendant Scalehouse Operator Water Services Clerk MW I - Water Plant MW I - Government Buildings 4 Account Clerk - Accounting MW I- Refuse MW I - Streets MW 11 -Cemetery Library Clerk Animal Care Technician MW I -Wastewater Treatment Aquatics Assistant MW I -Athletic Fields MW I - Parks 5 MW II - Parks MW II -Transportation Services MW II - Transit MW II -CBD MW II - Forestry MW II - Library MW II -Government Buildings MW II - Horticulture MW II - Pools $ 17.52 $ 19.66 $ 20.25 $ 20.99 $ 21.64 $ 22.39 $ 1,401.60 $ 1,572.80 $ 1,620.00 $ 1,679.20 $ 1,731.20 $ 1,791.20 $ 36,441.60 $ 40,892.80 $ 42,120.00 $ 43,659.20 $ 45,011.20 $ 46,571.20 $ 18.06 $ 20.25 $ 20.99 $ 21.64 $ 22.39 $ 23.15 $ 1,444.80 $ 1,620.00 $ 1,679.20 $ 1,731.20 $ 1,791.20 $ 1,852.00 $ 37,564.80 $ 42,120.00 $ 43,659.20 $ 45,011.20 $ 46,571.20 $ 48,152.00 $ 18.67 $ 20.99 $ 21.64 $ 22.39 $ 23.15 $ 23.95 $ 1,493.60 $ 1,679.20 $ 1,731.20 $ 1,791.20 $ 1,852.00 $ 1,916.00 $ 38,833.60 $ 43,659.20 $ 45,011.20 $ 46,571.20 $ 48,152.00 $ 49,816.00 $ 19.32 $ 21.64 $ 22.39 $ 23.15 $ 23.95 $ 24.85 $ 1,545.60 $ 1,731.20 $ 1,791.20 $ 1,852.00 $ 1,916.00 $ 1,988.00 $ 40,185.60 $ 45,011.20 $ 46,571.20 $ 48,152.00 $ 49,816.00 $ 51,688.00 $ 20.04 $ 22.37 $ 23.02 $ 23.77 $ 24.65 $ 25.44 $ 1,603.20 $ 1,789.60 $ 1,841.60 $ 1,901.60 $ 1,972.00 $ 2,035.20 $ 41,683.20 $ 46,529.60 $ 47,881.60 $ 49,441.60 $ 51,272.00 $ 52,915.20 AFSCME PAY PLAN FY19 (July 1, 2018) APPENDIX C-4 Page 2 PAYGRADE: 21.39 $ 23.95 STEP 1 STEP 2 STEP 3 STEP 4 STEPS STEP 6 1,711.20 $ 1,916.00 $ 1,988.00 $ 2,056.00 $ 2,127.20 $ 2,204.00 MW II- Wastewater Treatment $ 44,491.20 $ 49,816.00 6 51,688.00 $ 53,456.00 $ 55,307.20 $ 57,304.00 Parts/Data Entry Clerk - Transit Buyer I - Equipment $ 20.67 $ 23.15 $ 23.95 $ 24.85 $ 25.70 $ 26.59 Community Service Officer $ 1,653.60 $ 1,852.00 $ 1,916.00 $ 1,988.00 $ 2,056.00 $ 2,127.20 Library Assistant l $ 42,993.60 $ 48,152.00 $ 49,816.00 $ 51,688.00 $ 53,456.00 $ 55,307.20 Mass Transit Operator MW 11- Water Distribution Buyer I - Purchasing Animal Services Officer Police Records Technician CSO - Evidence CSO - Station Master MW 11 -Signs Community Outreach Assistant MW 11 -Water Service 7 Library Assistant 11 $ 21.39 $ 23.95 $ 24.85 $ 25.70 $ 26.59 $ 27.55 MW II - Refuse $ 1,711.20 $ 1,916.00 $ 1,988.00 $ 2,056.00 $ 2,127.20 $ 2,204.00 MW II- Wastewater Treatment $ 44,491.20 $ 49,816.00 $ 51,688.00 $ 53,456.00 $ 55,307.20 $ 57,304.00 Parts/Data Entry Clerk - Transit Program Assistant -Community Development Operations Assistant - Senior Center Senior Clerk/Typist- Wastewater Housing Assistant MW 11- Water Distribution Animal Services Officer CSO - Evidence MW 11 -Signs MW 11 -Water Service Customer Service Representative - Revenue Customer Service Representative - Transportation and Resource Management MW 11 - Eastside Recycling Center Senior Clerk/Typist - Streets 8 Laboratory Technician - Wastewater $ 22.06 $ 24.85 $ 25.70 $ 26.59 $ 27.55 $ 28.57 Library Assistant 111 $ 1,764.80 $ 1,988.00 $ 2,056.00 $ 2,127.20 $ 2,204.00 $ 2,285.60 MW III - Forestry $ 45,884.80 $ 51,688.00 $ 53,456.00 $ 55,307.20 $ 57,304.00 $ 59,425.60 MW II -Streets MW III - Cemetery MW III - Parks Senior Accounts Payable Clerk Special Projects Assistant - Cable TV MW III - Refuse Housing Inspector Assistant MW III - Water Service Parts/Inventory Clerk - Equipment Laboratory Technician - Water Media Production Assistant MW III - Government Buildings 9 Buyer II $ 22.76 $ 25.44 $ 26.33 $ 27.25 $ 28.19 $ 29.21 Mechanic I - Equipment $ 1,820.80 $ 2,035.20 $ 2,106.40 $ 2,180.00 $ 2,255.20 $ 2,336.80 Office Coordinator- Recreation $ 47,340.80 $ 52,915.20 $ 54,766.40 $ 56,680.00 $ 58,635.20 $ 60,756.80 Senior Engineering Technician Senior Library Assistant Housing Program Assistant MW III -Senior Center Communications Technician -Cable TV Landfill Operator AFSCME PAY PLAN FY19 (July 1, 2018) APPENDIX C-4 Page 3 PAYGRADE: STEP 1 STEP 2 STEP 3 STEP 4 STEPS STEP 6 10 Housing Office Manager Maintenance Operator- Wastewater TPO - Wastewater Treatment TPO - Water Maintenance Operator- Water Utility Billing Coordinator 11 MW III -Streets MW III -Wastewater Collection Mechanic II - Equipment IT Support Specialist - Library Special Projects Inspector Mechanic II -Transit MW III - Lead Sweeper Operator Electrician - Traffic Engineering MW III - Water Distribution Electrician - Wastewater Library Public Relations Specialist Electronics Technician -Transportation Services $ 23.40 $ 26.19 $ 27.06 $ 27.95 $ 28.95 $ 29.94 $ 1,872.00 $ 2,095.20 $ 2,164.80 $ 2,236.00 $ 2,316.00 $ 2,395.20 $ 48,672.00 $ 54,475.20 $ 56,284.80 $ 58,136.00 $ 60,216.00 $ 62,275.20 $ 24.94 $ 27.55 $ 28.57 $ 29.73 $ 30.77 $ 31.93 $ 1,995.20 $ 2,204.00 $ 2,285.60 $ 2,378.40 $ 2,461.60 $ 2,554.40 $ 51,875.20 $ 57,304.00 $ 59,425.60 $ 61,838.40 $ 64,001.60 $ 66,414.40 12 Construction Inspector It $ 26.13 $ 28.55 $ 29.53 $ 30.62 $ 31.74 $ 32.76 Electronics Technician - Wastewater $ 2,090.40 $ 2,284.00 $ 2,362.40 $ 2,449.60 $ 2,539.20 $ 2,620.80 Librarian 1 $ 54,350.40 $ 59,384.00 $ 61,422.40 $ 63,689.60 $ 66,019.20 $ 68,140.80 Senior MW - Forestry Senior MW - Parks Senior MW-Turfgrass Specialist Building Inspector Senior MW - Landfill Public Information/Education Coordinator- Public Works Recycling Coordinator Utilities Technician - Engineering Neighborhood Services & Code Enforcement Specialist Senior MW - Horticulture Specialist 13 Chemist Development Regulation Specialist Electronics Technician - Traffic Engineering Family Self -Sufficiency Program Coordinator Librarian It Mechanic III - Equipment (DAY) Mechanic III - Equipment (EVE) Senior Accountant - Accounting Senior Accountant - Revenue Survey Party Chief Mechanic III -Transit Grant Accountant Senior Accountant - Payroll $ 26.97 $ 29.73 $ 30.77 $ 31.93 $ 33.17 $ 34.39 $ 2,157.60 $ 2,378.40 $ 2,461.60 $ 2,554.40 $ 2,653.60 $ 2,751.20 $ 56,097.60 $ 61,838.40 $ 64,001.60 $ 66,414.40 $ 68,993.60 $ 71,531.20 AFSCME PAY PLAN FY19 (July 1, 2018) APPENDIX C-4 Page 4 PAYGRADE: STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 14 Program Specia list -Senior Center Recreation Program Supervisor Senior Construction Inspector Senior MW -Streets Senior MW - Wastewater Plant Senior MW - Water Distribution Senior TPO - Wastewater Community Outreach Specialist -Senior Center Senior TPO - Water Network Database Specialist - Library Senior MW -Water Plant Customer Service Coordinator Senior MW- Parking & Transit Senior MW - Wastewater Collection Library Web Specialist Development Specialist - Senior Center 15 Associate Planner Civil Engineer Human Rights Investigator Senior Librarian Water Engineer Sustainability Coordinator $ 27.97 $ 30.77 $ 31.93 $ 33.17 $ 34.39 $ 35.50 $ 2,237.60 $ 2,461.60 $ 2,554.40 $ 2,653.60 $ 2,751.20 $ 2,840.00 $ 58,177.60 $ 64,001.60 $ 66,414.40 $ 68,993.60 $ 71,531.20 $ 73,840.00 $ 29.21 $ 31.96 $ 33.21 $ 34.45 $ 35.55 $ 36.76 $ 2,336.80 $ 2,556.80 $ 2,656.80 $ 2,756.00 $ 2,844.00 $ 2,940.80 $ 60,756.80 $ 66,476.80 $ 69,076.80 $ 71,656.00 $ 73,944.00 $ 76,460.80 AFSCME PAY PLAN FY20 (June 30, 2019) APPENDIX C-5 Page 1 2% ATB PAYGRADE: STEP 1 STEP 2 STEP 3 STEP 4 STEPS STEP 6 1 Custodian - Government Buildings MW I - Senior Center Custodian - Library 2 Cashier- Parking Purchasing Clerk MW I - Meter Reader MW I - Parking Systems MW I -Transit MW I - Library Animal Center Assistant Receptionist - Senior Center 3 Cashier -Revenue Clerical Assistant - Cable TV MW I - Water Customer Service Parking Enforcement Attendant Scalehouse Operator Water Services Clerk MW I - Water Plant MW I - Government Buildings 4 Account Clerk - Accounting MW I- Refuse MW I - Streets MW II - Cemetery Library Clerk Animal Care Technician MW I - Wastewater Treatment Aquatics Assistant MW I - Athletic Fields MW I- Parks 5 MW II - Parks MW II - Transportation Services MW II -Transit MW II - CBD MW II - Forestry MW ll - Library MW II - Government Buildings MW II - Horticulture MW II - Pools $ 17.87 $ 20.05 $ 20.66 $ 21.41 $ 22.07 $ 22.84 $ 1,429.60 $ 1,604.00 $ 1,652.80 $ 1,712.80 $ 1,765.60 $ 1,827.20 $ 37,169.60 $ 41,704.00 $ 42,972.80 $ 44,532.80 $ 45,905.60 $ 47,507.20 $ 18.42 $ 20.66 $ 21.41 $ 22.07 $ 22.84 $ 23.61 $ 1,473.60 $ 1,652.80 $ 1,712.80 $ 1,765.60 $ 1,827.20 $ 1,888.80 $ 38,313.60 $ 42,972.80 $ 44,532.80 $ 45,905.60 $ 47,507.20 $ 49,108.80 $ 19.04 $ 21.41 $ 22.07 $ 22.84 $ 23.61 $ 24.43 $ 1,523.20 $ 1,712.80 $ 1,765.60 $ 1,827.20 $ 1,888.80 $ 1,954.40 $ 39,603.20 $ 44,532.80 $ 45,905.60 $ 47,507.20 $ 49,108.80 $ 50,814.40 $ 19.71 $ 22.07 $ 22.84 $ 23.61 $ 24.43 $ 25.35 $ 1,576.80 $ 1,765.60 $ 1,827.20 $ 1,888.80 $ 1,954.40 $ 2,028.00 $ 40,996.80 $ 45,905.60 $ 47,507.20 $ 49,108.80 $ 50,814.40 $ 52,728.00 $ 20.44 $ 22.82 $ 23.48 $ 24.25 $ 25.14 $ 25.95 $ 1,635.20 $ 1,825.60 $ 1,878.40 $ 1,940.00 $ 2,011.20 $ 2,076.00 $ 42,515.20 $ 47,465.60 $ 48,838.40 $ 50,440.00 $ 52,291.20 $ 53,976.00 AFSCME PAY PLAN FY20 (June 30, 2019) APPENDIX C-5 Library Assistant 11 Page 2 PAYGRADE: $ 25.35 $ STEP 1 STEP 2 MW II- Refuse STEP 3 STEP 4 STEPS STEP 6 2,169.60 $ 2,248.00 MW 11- Wastewater Treatment $ 45,385.60 $ 50,814.40 $ 52,728.00 $ 54,516.80 $ 56,409.60 $ 58,448.00 Parts/Data Entry Clerk - Transit 54,516.80 $ 6 58,448.00 $ 60,611.20 MW II - Streets Program Assistant - Community Development Buyer I - Equipment $ 21.08 $ 23.61 S 24.43 $ 25.35 $ 26.21 $ 27.12 Community Service Officer $ 1,686.40 $ 1,888.80 $ 1,954.40 $ 2,028.00 $ 2,096.80 $ 2,169.60 Library Assistant l $ 43,846.40 $ 49,108.80 $ 50,814.40 $ 52,728.00 $ 54,516.80 $ 56,409.60 Mass Transit Operator MW III - Refuse CSO - Evidence Housing Inspector Assistant Buyer I - Purchasing MW II - Signs MW III- Water Service MW II - Water Service Police Records Technician Customer Service Representative - Revenue CSO - Station Master Customer Service Representative -Transportation and Resource Management MW II - Eastside Recycling Center Community Outreach Assistant Senior Clerk/Typist - Streets MW III - Government Buildings 7 Library Assistant 11 $ 21.82 $ 24.43 $ 25.35 $ 26.21 $ 27.12 $ 28.10 MW II- Refuse $ 1,745.60 $ 1,954.40 $ 2,028.00 $ 2,096.80 $ 2,169.60 $ 2,248.00 MW 11- Wastewater Treatment $ 45,385.60 $ 50,814.40 $ 52,728.00 $ 54,516.80 $ 56,409.60 $ 58,448.00 Parts/Data Entry Clerk - Transit 54,516.80 $ 56,409.60 $ 58,448.00 $ 60,611.20 MW II - Streets Program Assistant - Community Development MW III - Cemetery Operations Assistant - Senior Center Senior Clerk/Typist - Wastewater Housing Assistant Senior Accounts Payable Clerk MW II - Water Distribution Special Projects Assistant.- Cable TV Animal Services Officer MW III - Refuse CSO - Evidence Housing Inspector Assistant MW II - Signs MW III- Water Service MW II - Water Service Customer Service Representative - Revenue Customer Service Representative -Transportation and Resource Management MW II - Eastside Recycling Center Media Production Assistant Senior Clerk/Typist - Streets MW III - Government Buildings 8 Laboratory Technician - Wastewater $ 22.50 $ 25.35 $ 26.21 $ 27.12 $ 28.10 $ 29.14 Library Assistant 111 $ 1,800.00 $ 2,028.00 $ 2,096.80 $ 2,169.60 $ 2,248.00 $ 2,331.20 MW III - Forestry $ 46,800.00 $ 52,728.00 $ 54,516.80 $ 56,409.60 $ 58,448.00 $ 60,611.20 MW II - Streets MW III - Cemetery MW III - Parks Senior Accounts Payable Clerk Special Projects Assistant.- Cable TV MW III - Refuse Housing Inspector Assistant MW III- Water Service Parts/Inventory Clerk - Equipment Laboratory Technician - Water Media Production Assistant MW III - Government Buildings 9 Buyer 11 $ 23.22 $ 25.95 $ 26.86 $ 27.80 $ 28.75 $ 29.79 Mechanic l- Equipment $ 1,857.60 $ 2,076.00 $ 2,148.80 $ 2,224.00 $ 2,300.00 $ 2,383.20 Office Coordinator- Recreation $ 48,297.60 $ 53,976.00 $ 55,868.80 $ 57,824.00 $ 59,800.00 $ 61,963.20 Senior Engineering Technician Senior Library Assistant Housing Program Assistant MW III -Senior Center Communications Technician - Cable TV Landfill Operator AFSCME PAY PLAN FY20 (June 30, 2019) APPENDIX C-5 Page 3 PAYGRADE: STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 10 Housing Office Manager Maintenance Operator- Wastewater TPO- Wastewater Treatment TPO - Water Maintenance Operator- Water Utility Billing Coordinator 11 MW III -Streets MW III- Wastewater Collection Mechanic It - Equipment IT Support Specialist - Library Special Projects Inspector Mechanic II - Transit MW III - Lead Sweeper Operator Electrician - Traffic Engineering MW III - Water Distribution Electrician - Wastewater Library Public Relations Specialist Electronics Technician -Transportation Services $ 23.87 $ 26.71 $ 27.60 $ 28.51 $ 29.53 $ 30.54 $ 1,909.60 $ 2,136.80 $ 2,208.00 $ 2,280.80 $ 2,362.40 $ 2,443.20 $ 49,649.60 $ 55,556.80 $ 57,408.00 $ 59,300.80 $ 61,422.40 $ 63,523.20 $ 25.44 $ 28.10 $ 29.14 $ 30.32 $ 31.39 $ 32.57 $ 2,035.20 $ 2,248.00 $ 2,331.20 $ 2,425.60 $ 2,511.20 $ 2,605.60 $ 52,915.20 $ 58,448.00 $ 60,611.20 $ 63,065.60 $ 65,291.20 $ 67,745.60 12 Construction Inspector II $ Electronics Technician - Wastewater $ Librarian 1 $ Senior MW - Forestry Senior MW- Parks Senior MW-Turfgrass Specialist Building Inspector Senior MW - Landfill Public Information/Education Coordinator- Public Works Recycling Coordinator Utilities Technician - Engineering Neighborhood Services & Code Enforcement Specialist Senior MW - Horticulture Specialist 13 Chemist Development Regulation Specialist Electronics Technician - Traffic Engineering Family Self -Sufficiency Program Coordinator Librarian II Mechanic III - Equipment (DAY) Mechanic III - Equipment (EVE) Senior Accountant - Accounting Senior Accountant- Revenue Survey Party Chief Mechanic III - Transit Grant Accountant Senior Accountant - Payroll 26.65 $ 29.12 $ 30.12 $ 31.23 $ 32.37 $ 33.42 2,132.00 $ 2,329.60 $ 2,409.60 $ 2,498.40 $ 2,589.60 $ 2,673.60 55,432.00 $ 60,569.60 $ 62,649.60 $ 64,958.40 $ 67,329.60 $ 69,513.60 $ 27.51 $ 30.32 $ 31.39 $ 32.57 $ 33.83 $ 35.08 $ 2,200.80 $ 2,425.60 $ 2,511.20 $ 2,605.60 $ 2,706.40 $ 2,806.40 $ 57,220.80 $ 63,065.60 $ 65,291.20 $ 67,745.60 $ 70,366.40 $ 72,966.40 AFSCME PAY PLAN FY20 (lune 30, 2019) APPENDIX C-5 Page 4 PAYGRADE: STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 14 Program Specialist - Senior Center Recreation Program Supervisor Senior Construction Inspector Senior MW -Streets Senior MW - Wastewater Plant Senior MW - Water Distribution Senior TPO - Wastewater Community Outreach Specialist -Senior Center Senior TPO- Water Network Database Specialist- Library Senior MW -Water Plant Customer Service Coordinator Senior MW - Parking & Transit Senior MW - Wastewater Collection Library Web Specialist Development Specialist - Senior Center 15 Associate Planner Civil Engineer Human Rights Investigator Senior Librarian Water Engineer Sustainability Coordinator $ 28.53 $ 31.39 $ 32.57 $ 33.83 $ 35.08 $ 36.21 $ 2,282.40 $ 2,511.20 $ 2,605.60 $ 2,706.40 $ 2,806.40 $ 2,896.80 $ 59,342.40 $ 65,291.20 $ 67,745.60 $ 70,366.40 $ 72,966.40 $ 75,316.80 $ 29.79 $ 32.60 $ 33.87 $ 35.14 $ 36.26 $ 37.50 $ 2,383.20 $ 2,608,00 $ 2,709.60 $ 2,811.20 $ 2,900.80 $ 3,000.00 $ 61,963.20 $ 67,808.00 $ 70,449.60 $ 73,091.20 $ 75,420.80 $ 78,000.00 AFSCME PAY PLAN FY21 (June 28, 2020) APPENDIX C-6 Page 1 2% ATB PAYGRADE: STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 1 Custodian - Government Buildings MW I - Senior Center Custodian - Library 2 Cashier- Parking Purchasing Clerk MW I - Meter Reader MW I - Parking Systems MW I - Transit MW I - Library Animal Center Assistant Receptionist -Senior Center 3 Cashier -Revenue Clerical Assistant - Cable TV MW I - Water Customer Service Parking Enforcement Attendant Scalehouse Operator Water Services Clerk MW I - Water Plant MW I - Government Buildings 4 Account Clerk - Accounting MW I- Refuse MW I - Streets MW 11 -Cemetery Library Clerk Animal Care Technician MW I - Wastewater Treatment Aquatics Assistant MW I -Athletic Fields MW I- Parks 5 MW II - Parks MW II -Transportation Services MW II -Transit MW II -CBD MW 11- Forestry MW II - Library MW ll- Government Buildings MW II - Horticulture MW II - Pools $ 18.23 $ 20.45 $ 21.07 $ 21.84 $ 22.51 $ 23.30 $ 1,458.40 $ 1,636.00 $ 1,685.60 $ 1,747.20 $ 1,800.80 $ 1,864.00 $ 37,918.40 $ 42,536.00 $ 43,825.60 $ 45,427.20 $ 46,820.80 $ 48,464.00 $ 18.79 $ 21.07 $ 21.84 $ 22.51 $ 23.30 $ 24.08 $ 1,503.20 $ 1,685.60 $ 1,747.20 $ 1,800.80 $ 1,864.00 $ 1,926.40 $ 39,083.20 $ 43,825.60 $ 45,427.20 $ 46,820.80 $ 48,464.00 $ 50,086.40 $ 19.42 $ 21.84 $ 22.51 $ 23.30 $ 24.08 $ 24.92 $ 1,553.60 $ 1,747.20 $ 1,800.80 $ 1,864.00 $ 1,926.40 $ 1,993.60 $ 40,393.60 $ 45,427.20 $ 46,820.80 $ 48,464.00 $ 50,086.40 $ 51,833.60 $ 20.10 $ 22.51 $ 23.30 $ 24.08 $ 24.92 $ 25.86 $ 1,608.00 $ 1,800.80 $ 1,864.00 $ 1,926.40 $ 1,993.60 $ 2,068.80 $ 41,808.00 $ 46,820.80 $ 48,464.00 $ 50,086.40 $ 51,833.60 $ 53,788.80 $ 20.85 $ 23.28 $ 23.95 $ 24.74 $ 25.64 $ 26.47 $ 1,668.00 $ 1,862.40 $ 1,916.00 $ 1,979.20 $ 2,051.20 $ 2,117.60 $ 43,368.00 $ 48,422.40 $ 49,816.00 $ 51,459.20 $ 53,331.20 $ 55,057.60 AFSCME PAY PLAN FY21(June 28, 2020) APPENDIX C-6 Page 2 PAYGRADE: $ 24,92 STEP 1 STEP 2 STEP 3 STEP 4 STEPS STEP 6 $ 1,993.60 $ 2,068.80 $ 2,138.40 $ 2,212.80 $ 2,292.80 MW II- Wastewater Treatment $ 46,300.80 $ 51,833.60 6 53,788.80 $ 55,598.40 $ 57,532.80 $ 59,612.80 Parts/Data Entry Clerk -Transit Buyer I - Equipment $ 21.50 $ 24.08 $ 24.92 $ 25.86 $ 26.73 $ 27.66 Community Service Officer $ 1,720.00 $ 1,926.40 $ 1,993.60 $ 2,068.80 $ 2,138.40 $ 2,212.80 Library Assistant l $ 44,720.00 $ 50,086.40 $ 51,833.60 $ 53,788.80 $ 55,598.40 $ 57,532.80 Mass Transit Operator MW II - Water Distribution Buyer I - Purchasing Animal Services Officer Police Records Technician CSO - Evidence CSO - Station Master MW 11- Signs Community Outreach Assistant MW 11- Water Service 7 Library Assistant 11 $ 22.26 $ 24,92 $ 25.86 $ 26.73 $ 27.66 $ 28.66 MW II- Refuse $ 1,780.80 $ 1,993.60 $ 2,068.80 $ 2,138.40 $ 2,212.80 $ 2,292.80 MW II- Wastewater Treatment $ 46,300.80 $ 51,833.60 $ 53,788.80 $ 55,598.40 $ 57,532.80 $ 59,612.80 Parts/Data Entry Clerk -Transit Program Assistant -Community Development Operations Assistant - Senior Center Senior Clerk/Typist - Wastewater Housing Assistant MW II - Water Distribution Animal Services Officer CSO - Evidence MW 11- Signs MW 11- Water Service Customer Service Representative - Revenue Customer Service Representative - Transportation and Resource Management MW II - Eastside Recycling Center Senior Clerk/Typist - Streets 8 Laboratory Technician -Wastewater $ 22.95 $ 25.86 $ 26.73 $ 27.66 $ 28.66 $ 29.72 Library Assistant 111 $ 1,836.00 $ 2,068.80 $ 2,138.40 $ 2,212.80 $ 2,292.80 $ 2,377.60 MW III- Forestry $ 47,736.00 $ 53,788.80 $ 55,598.40 $ 57,532.80 $ 59,612.80 $ 61,817.60 MW 11- Streets MW III - Cemetery MW III - Parks Senior Accounts Payable Clerk Special Projects Assistant - Cable TV MW III - Refuse Housing Inspector Assistant MW III - Water Service Parts/Inventory Clerk- Equipment Laboratory Technician - Water Media Production Assistant MW III - Government Buildings 9 Buyer 11 $ 23.68 $ 26.47 $ 27.40 $ 28.36 $ 29.33 $ 30.39 Mechanic l- Equipment $ 1,894.40 $ 2,117.60 $ 2,192.00 $ 2,268.80 $ 2,346.40 $ 2,431.20 Office Coordinator- Recreation $ 49,254.40 $ 55,057.60 $ 56,992.00 $ 58,988.80 $ 61,006.40 $ 63,211.20 Senior Engineering Technician Senior Library Assistant Housing Program Assistant MW III -Senior Center Communications Technician - Cable TV Landfill Operator AFSCME PAY PLAN FY21 (June 28, 2020) APPENDIX C-6 Page 3 PAYGRADE: STEP 1 STEP 2 STEP 3 STEP 4 STEPS STEP 6 10 Housing Office Manager Maintenance Operator- Wastewater TPO - Wastewater Treatment TPO - Water Maintenance Operator- Water Utility Billing Coordinator 11 MW III -Streets MW III - Wastewater Collection Mechanic II - Equipment IT Support Specialist - Library Special Projects Inspector Mechanic II -Transit MW III - Lead Sweeper Operator Electrician - Traffic Engineering MW III - Water Distribution Electrician - Wastewater Library Public Relations Specialist Electronics Technician -Transportation Services $ 24.35 $ 27.24 $ 28.15 $ 29.08 $ 30.12 $ 31.15 $ 1,948.00 $ 2,179.20 $ 2,252.00 $ 2,326.40 $ 2,409.60 $ 2,492.00 $ 50,648.00 $ 56,659.20 $ 58,552.00 $ 60,486.40 $ 62,649.60 $ 64,792.00 $ 25.95 $ 28.66 $ 29.72 $ 30.93 $ 32.02 $ 33.22 $ 2,076.00 $ 2,292.80 $ 2,377.60 $ 2,474.40 $ 2,561.60 $ 2,657.60 $ 53,976.00 $ 59,612.80 $ 61,817.60 $ 64,334.40 $ 66,601.60 $ 69,097.60 12 Construction Inspector 11 $ 27.18 $ 29.70 $ 30.72 $ 31.85 $ 33.02 $ 34.09 Electronics Technician - Wastewater $ 2,174.40 $ 2,376.00 $ 2,457.60 $ 2,548.00 $ 2,641.60 $ 2,727.20 Librarian $ 56,534.40 $ 61,776.00 $ 63,897.60 $ 66,248.00 $ 68,681.60 $ 70,907.20 Senior MW - Forestry Senior MW - Parks Senior MW - Turfgrass Specialist Building Inspector Senior MW - Landfill Public Information/Education Coordinator - Public Works Recycling Coordinator Utilities Technician - Engineering Neighborhood Services & Code Enforcement Specialist Senior MW - Horticulture Specialist 13 Chemist Development Regulation Specialist Electronics Technician -Traffic Engineering Family Self -Sufficiency Program Coordinator Librarian II Mechanic III - Equipment (DAY) Mechanic III - Equipment (EVE) Senior Accountant - Accounting Senior Accountant- Revenue Survey Party Chief Mechanic III -Transit Grant Accountant Senior Accountant - Payroll $ 28.06 $ 30.93 $ 32.02 $ 33.22 $ 34.51 $ 35.78 $ 2,244.80 $ 2,474.40 $ 2,561.60 $ 2,657.60 $ 2,760.80 $ 2,862.40 $ 58,364.80 $ 64,334.40 $ 66,601.60 $ 69,097.60 $ 71,780.80 $ 74,422.40 AFSCME PAY PLAN FY21 (June 28, 2020) APPENDIX C-6 Page 4 PAYGRADE: STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 14 Program Specialist - Senior Center Recreation Program Supervisor Senior Construction Inspector Senior MW -Streets Senior MW - Wastewater Plant Senior MW - Water Distribution Senior TPO- Wastewater Community Outreach Specialist - Senior Center Senior TPO - Water Network Database Specialist - Library Senior MW - Water Plant Customer Service Coordinator Senior MW - Parking & Transit Senior MW - Wastewater Collection Library Web Specialist Development Specialist - Senior Center 15 Associate Planner Civil Engineer Human Rights Investigator Senior Librarian Water Engineer Sustainability Coordinator $ 29.10 $ 32.02 $ 33.22 $ 34.51 $ 35.78 $ 36.93 $ 2,328.00 $ 2,561.60 $ 2,657.60 $ 2,760.80 $ 2,862.40 $ 2,954.40 $ 60,528.00 $ 66,601.60 $ 69,097.60 $ 71,780.80 $ 74,422.40 $ 76,814.40 $ 30.39 $ 33.25 $ 34.55 $ 35.84 $ 36.99 $ 38.25 $ 2,431.20 $ 2,660.00 $ 2,764.00 $ 2,867.20 $ 2,959.20 $ 3,060.00 $ 63,211.20 $ 69,160.00 $ 71,864.00 $ 74,547.20 $ 76,939.20 $ 79,560.00 ADMINISTRATIVEICONFIDENTIAL PAY PLAN - FY19 (July 1, 2018) PAYGRADE: STEP 1 STEP 2 6 mo. 12.00% 23 STEP 4 STEP 5 Airport Operations Specialist $ 20.47 $ 22.95 License Specialist $ 1,637.60 $ 1,836.00 Deputy City Clerk $ 42,577.60 $ 47,736.00 24 3.5 yrs 4.5 yrs Administrative Secretary $ 22.13 $ 24.80 Operations Clerk - ITS 3 1,770.40 $ 1,984.00 Communications Assistant $ 46,030.40 $ 51,584.00 Digital Communications Specialist $ 53,955.20 $ 60,528.00 Operations Specialist -Transportation Services Police Administrative Coordinator 23.72 $ 24.56 25 STEP 4 STEP 5 Human Resources Assistant $ 23.95 $ 26.83 PC Technician $ 1,916.00 S 2,146.40 Deputy City Clerk $ 49,816.00 $ 55,806.40 Program Assistant - Public Works 3.5 yrs 4.5 yrs 26 6.5 yrs 7.5 yrs Budget Management Analyst $ 25.94 $ 29.10 Legal Assistant $ 2,075.20 $ 2,328.00 Occupational Safety 8 Training Specialist $ 53,955.20 $ 60,528.00 Human Resources Generalist Senior Programmer/Analyst 23.72 $ 24.56 Housing Choice Voucher Program Coordinator $ 26.32 $ 27.22 Public Housing Coordinator $ 29.18 $ Media Production Services Coordinator $ 1,897.60 STEP 3 STEP 4 STEP 5 STEP 6 STEP 7 STEP 8 STEP 9 STEP 10 MAX. 12 mo. 18 mo. 2.5 yrs 3.5 yrs 4.5 yrs 5.5 yrs 6.5 yrs 7.5 yrs 3.50% 3.50% 3.50% 3.50% 3.50% 3.50% 3.50% $ 23.72 $ 24.56 $ 25.41 $ 26.32 $ 27.22 $ 28.19 $ 29.18 $ 29.31 $ 1,897.60 $ 1,964.80 S 2,032.80 $ 2,105.60 $ 2,177.60 $ 2,255.20 $ 2,334.40 $ 2,344.80 $ 49,337.60 $ 51,084.80 $ 52,852.80 $ 54,745.60 g 56,617.60 $ 58,635.20 $ 60,694.40 S 60,964.80 $ 25.70 $ 26.56 $ 27.49 $ 28.45 $ 29.47 $ 30.53 $ 31.61 $ 32.10 $ 2,056.00 $ 2,124.80 $ 2,199.20 $ 2,276.00 $ 2,357.60 $ 2,442.40 $ 2,528.80 $ 2,568.00 $ 53,456.00 $ 55,244.80 $ 57,179.20 $ 59,176.00 $ 61,297.60 $ 63,502.40 $ 65,748.80 $ 66,768.00 'After Step 10, employees are eligible for a 2% increase per year until they reach maximum pay. $ 27.81 $ 28.76 $ 29.76 $ 30.81 3 31.88 $ 33.02 $ 34.21 S 35.12 3 2,224.80 $ 2,300.80 $ 2,380.80 $ 2,464.80 $ 2,550.40 $ 2,641.60 $ 2,736.80 $ 2,809.60 $ 57,844.80 $ 59,820.80 S 61.900.80 $ 64,084.80 $ 66,310.40 $ 68,681.60 $ 71,155.80 $ 73,049.60 $ 30.10 $ 31.17 $ 32.23 $ 33.35 $ 34.48 $ 35.76 $ 36.97 ' S 38.39 $ 2,408.00 $ 2,493.60 $ 2,578.40 $ 2,668.00 $ 2,758.40 $ 2,860.80 $ 2,957.60 $ 3,071.20 $ 62,608.00 $ 64,833.60 $ 67,038.40 $ 69,368.00 $ 71,718.40 $ 74,380.80 $ 76,897.60 $ 79,851.20 ADMINISTRATIVE/CONFIDENTIAL PAY PLAN- FY19 (July 1, 2018) PAYGRADE: 27 Animal Control Supervisor Assistant Superintendent- Wastewater Assistant Superintendent- Water Assistant Superintendent - Streets Library Coordinator- Development Operations Supervisor - Transportation Services Assistant Superintendent- Landfill Computer System Analyst - Police Cemetery Supervisor Equipment Shop Supervisor Database Administrator Assistant Controller Library Administrative Coordinator Library Building Manager Communications Coordinator Supervising Librarian Assistant Superintendent- Refuse Senior Associate Planner Geographic Information System Coordinator 28 Revenue 8 Risk Manager Purchasing Agent Systems Engineer Voice/Data Network Analyst 29 Controller Police Sergeant Senior Building Inspector Senior Engineer Senior Housing Inspector Special Projects Administrator Assistant City Attomey Human Rights Coordinator/Equity Director Facilities Manager Senior Systems Engineer STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 STEP 7 STEP 8 STEP 9 STEP 10 6 mo. 12 mo. 18 mo. 2.5 yrs 3.5 yrs 4.5 yrs 5.5 yrs 6.5 yrs 7.5 yrs 5.50% 5.50% 5.50% 3.50% 3.50% 3.50% 3.50% 3.50% 3.50% $ 28.09 $ 29.66 $ 31.27 $ 32.98 $ 34.20 $ 35.37 $ 36.61 8 37.89 $ 39.21 $ 40.59 $ 2,247.20 $ 2,372.80 $ 2,501.60 $ 2,638.40 3 2,736.00 $ 2,829.60 $ 2,928.80 $ 3,031.20 $ 3,136.80 $ 3,247.20 $ 58,427.20 $ 61,692.80 $ 65,041.60 $ 68,598.40 $ 71,136.00 $ 73.569.60 $ 76,148.80 $ 78,811.20 $ 81,556.80 $ 84,427.20 MAX $ 42.00 $ 3,360.00 $ 87,360.00 $ 30.37 $ 32.08 $ 33.80 $ 35.66 $ 35.92 $ 38.24 $ 39.56 $ 40.95 $ 42.37 $ 43.86 $ 45.99 $ 2,429.60 $ 2,566.40 $ 2,704.00 $ 2,852.80 $ 2,953.60 $ 3,059.20 $ 3,164.60 $ 3,276.00 $ 3,389.60 $ 3,508.80 $ 3,679.20 $ 63,169.60 $ 66,726.40 $ 70,304.00 $ 74,172.80 $ 76,793.60 $ 79,539.20 $ 82,284.80 $ 85,176.00 $ 88,129.60 $ 91,228.80 S 95,659.20 $ 32.90 $ 34.77 $ 36.69 $ 38.71 $ 39.97 $ 41.49 $ 42.87 $ 44.41 $ 46.02 S 47.57 ` $ 50.26 $ 2,632.00 $ 2,781.60 $ 2,935.20 $ 3,096.80 $ 3,197.60 $ 3,319.20 $ 3,429.60 $ 3,552.80 $ 3,681.60 $ 3,805.60 $ 4,020.80 $ 68,432.00 $ 72,321.60 $ 76,315.20 $ 80,516.80 $ 83,137.60 $ 56,299.20 $ 89,169.60 $ 92,372.80 $ 95,721.60 $ 98,945.60 $ 104,540.80 'After Step 10, employees are eligible for a 2% increase per year until they reach maximum pay. ADMINISTRATIVE/CONFIDENTIAL PAY PLAN - FY19 (July 1, 2016) PAYGRADE: 'After Step 10, employees are eligible for a 2% increase per year until they reach maximum pay. STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 STEP 7 STEP 8 STEP 9 STEP 10 MAX. 6 mo. 12 mo. 18 mo. 2.5 yrs 3.5 yrs 4.5 yrs 5.5 yrs 6.5 yrs 7.5 yrs 5.50% 5.50% 5.50% 3.5o% 3.50% 3.50% 3.50% 3.50% 3.50% 30 Battalion Chief $ 35.61 $ 37.62 $ 39.64 $ 41.86 3 43.36 $ 44.88 $ 46.36 $ 48.03 $ 49.72 $ 51.45 $ 54.91 Library Coordinator S 2,848.80 $ 3,009.60 $ 3,171.20 $ 3,348.80 $ 3,468.80 $ 3,590.40 $ 3,708.80 $ 3,842.40 $ 3,977.60 5 4,116.00 $ 4,392.80 Police Lieutenant $ 74,068.80 $ 78,249.60 $ 82,451.20 $ 87,068.80 $ 90,188.80 $ 93,350.40 $ 96,428.80 $ 99,902.40 $ 103,417.60 $ 107,016.00 $ 114,212.80 Wastevvaler Superintendent Senior Center Coordinator BC-24hr Senior Planner $ 25.4375 $ 26.8738 $ 28.3176 $ 29.9005 $ 30.9705 $ 32.0552 $ 33.1179 $ 34.3050 $ 35.5143 $ 36.7528 $ 39.2225 Superintendent of Parks B Forestry $ 2,849.00 $ 3,009.87 $ 3,171.57 $ 3,348.86 $ 3,468.70 $ 3,590.18 $ 3,709.20 $ 3,842.16 $ 3,977.60 $ 4,116.31 $ 4,392.92 Superintendent of Streets $ 74,074.00 $ 78,256.62 $ 82,460.82 $ 87,070.36 $ 90,186.20 $ 93,344.68 $ 96,439.20 $ 99,896.16 $ 103,417.60 $ 107,024.06 $ 114,215.92 Water Superintendent Housing Administrator Equipment Superintendent Economic Development Coordinator 31 MPOJC Director $ 38.63 $ 40.70 $ 42.92 $ 45.34 $ 46.93 $ 48.56 S 50.27 $ 52.00 $ 53.74 $ 55.71 $ 60.02 Human Resources Administrator $ 3,090.40 $ 3,256.00 $ 3,433.60 $ 3,627.20 $ 3,754.40 $ 3,884.80 $ 4,021.60 $ 4,160.00 $ 4,299.20 $ 4,456.80 $ 4,601.60 Police Captain $ 80,350.40 $ 84,656.00 $ 89,273.60 $ 94,307.20 $ 97,614.40 $ 101,004.80 $ 104,561.60 $ 108,160.00 $ 111,779.20 $ 115,876.80 $ 124,841.60 Recreation Superintendent ITS Coordinator Deputy Fire Chief First Assistant City Attorney Associate Director - Transportation Services Neighborhood Services Coordinator Development Services Coordinator Assistant to the City Manager 32 City Engineer $ 41.74 $ 44.07 $ 46.51 $ 49.03 $ 50.80 $ 52.56 $ 54.40 $ 56.28 $ 58.21 $ 60.28 $ 65.54 $ 3,339.20 $ 3,525.60 $ 3,720.80 $ 3,922.40 $ 4,064.00 $ 4,204.80 $ 4,352.00 $ 4,502.40 $ 4,656.80 $ 4,822.40 $ 5,243.20 $ 86,819.20 $ 91,665.60 $ 96,740.80 $ 101,982.40 $ 105,664.00 $ 109,324.80 $ 113,152.00 $ 117,062.40 $ 121,076.80 $ 125,382.40 $ 136,323.20 'After Step 10, employees are eligible for a 2% increase per year until they reach maximum pay. EXECUTIVE PAY PLAN - FY19 (July 1, 2018) PAYGRADE: 34 Finance Director $ 48.96 $ 78.34 Police Chief $ 3,916.80 $ 6,267.20 Public Works Director $ 101,836.80 $ 162,947.20 Assistant City Manager Neighborhood and Development Services Director Transportation and Resource Management Director MINIMUM MAXIMUM 33 Fire Chief $ 45.21 $ 71.65 Library Director $ 3,616.80 $ 5,732.00 Parks 8 Recreation Director 5 94,035.80 $ 149,032.00 34 Finance Director $ 48.96 $ 78.34 Police Chief $ 3,916.80 $ 6,267.20 Public Works Director $ 101,836.80 $ 162,947.20 Assistant City Manager Neighborhood and Development Services Director Transportation and Resource Management Director ADMINISTRATIVE/CONFIDENTIAL PAY PLAN - FY20 (June 30, 2019) PAYGRADE: STEP 1 STEP 2 6 mo. 1200% 23 Airport Operations Specialist $ 20.88 $ 23.41 License Specialist $ 1,670.40 $ 1,872.80 $ 43,430.40 $ 48,692.80 24 Administrative Secretary $ 22.57 $ 25.30 Operations Clerk- ITS $ 1,805.60 $ 2,024.00 Communications Assistant $ 46,945.60 $ 52,624.00 Digital Communicelions Specialist Operations Specialist - Transportation Services Police Administrative Coordinator 25 STEP 4 STEP 5 Human Resources Assistant $ 24.43 $ 27.37 PC Technician $ 1,954.40 $ 2,189.60 Deputy City Clerk $ 50,814.40 $ 56,929.60 Program Assistant - Public Works 5.5 yrs 6.5 yrs 26 3.50% Budget Management Analyst $ 26.46 $ 29.68 Legal Assistant $ 2,116.80 3 2,374.40 Occupational Safety & Training Specialist $ 55,036.80 $ 61,734.40 Human Resources Generalist $ 26.85 $ 27.76 Senior Progmmmer/Analyst $ 29.76 $ Housing Choice Voucher Program Coordinator $ 2,004.00 $ 2,073.60 Public Housing Coordinator 2,220.80 $ 2,300.00 Media Production Services Coordinator $ 50,315.20 STEP 3 STEP 4 STEP 5 STEP 6 STEP 7 STEP 8 STEP 9 STEP 10 12 mo. 18 mo. 2.5 yrs 3.5 yrs 4.5 yrs 5.5 yrs 6.5 yrs 7.5 yrs 3.50% 3.50% 3.50% 3.50% 3.50% 3.50% 3.50% $ 24.19 $ 25.05 $ 25.92 $ 26.85 $ 27.76 $ 28.75 $ 29.76 $ 1,935.20 $ 2,004.00 $ 2,073.60 $ 2,148.00 $ 2,220.80 $ 2,300.00 S 2,380.80 $ 50,315.20 $ 52,104.00 $ 53,913.60 $ 55,848.00 S 57,740.80 $ 59,800.00 $ 61,900.80 $ 26.21 $ 27.09 $ 28.04 $ 29.02 $ 30.06 $ 31.14 $ 32.24 $ 2,096.80 $ 2,167.20 $ 2,243.20 $ 2,321.60 3 2,404.80 S 2,491.20 $ 2,579.20 $ 54,516.80 S 56,347.20 $ 58,323.20 $ 60,361.60 $ 62,524.80 $ 64,771.20 $ 67,059.20 'After Step 10, employees are eligible for a 2% increase per year until they reach maximum pay. $ 28.37 $ 29.34 $ 30.36 $ 31.43 $ 32.52 $ 33.68 $ 34.89 $ 2,269.60 $ 2,347.20 $ 2,428.80 $ 2,514.40 $ 2,601.60 $ 2,694.40 $ 2,791.20 $ 59,009.60 $ 61,027.20 $ 63,148.80 3 65,374.40 $ 67,641.60 $ 70,054.40 $ 72,571.20 $ 30.70 $ 31.79 $ 32.87 $ 34.02 $ 35.17 $ 36.48 $ 37.71 $ 2,456.00 $ 2,543.20 S 2,629.60 $ 2,721.60 $ 2,813.60 $ 2,918.40 $ 3,016.80 $ 63,856.00 $ 66;123.20 $ 68,369.60 $ 70,761.60 $ 73,153.60 $ 75,878.40 S 78,436.80 MAX. $ 29.90 $ 2,392.00 $ 62,192.00 S 32.74 $ 2,619.20 $ 68,099.20 $ 35.82 $ 2,865.60 $ 74,505.60 $ 39.16 $ 3,132.80 $ 81,452.80 ADMINISTRATIVE/CONFIDENTIAL PAY PLAN- FY20 (June 30, 2019) PAYGRADE: STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 STEP 7 STEPS STEP 9 STEP 10 6 mo. 12 mo. 18 mo. 2.5 yrs 3.5 yrs 4.5 yrs 5.5 yrs 6.5 yrs 7.5 yrs 5.50% 5.50% 5.50% 3.50% 3.50% 3.50% 3.50% 3.50% 3.50% 27 Animal Control Supervisor $ 28.65 $ 30.25 $ 31.90 $ 33.64 $ 34.88 $ 36.08 $ 37.34 $ 38.65 $ 39.99 $ 41.40 Assistant Superintendent - Wastewater $ 2,292.00 $ 2,420.00 $ 2,552.00 $ 2,691.20 $ 2,790.40 $ 2,886.40 $ 2,987.20 $ 3,092.00 $ 3,199.20 $ 3,312.00 Assistant Superintendent -Water $ 59,592.00 $ 62,920.00 $ 66,352.00 $ 69,971.20 $ 72,550.40 $ 75,046.40 $ 77,667.20 $ 80,392.00 $ 83,179.20 $ 86,112.00 Assistant Superintendent- Streets Library Coordinator- Development Operations Supervisor- Transportation Services Assistant Superintendent- Landfill Computer System Analyst - Police Cemetery Supervisor Equipment Shop Supervisor Database Administrator Assistant Controller Library Administrative Coordinator Library Building Manager Communications Coordinator Supervising Librarian Assistant Superintendent- Refuse Senior Associate Planner Geographic Information System Coordinator 28 Revenue & Risk Manager $ 30.98 $ 32.72 $ 34.48 $ 36.37 $ 37.66 $ 39.00 $ 40.35 $ 41.77 $ 43.22 $ 44.74 Purchasing Agent $ 2,478.40 $ 2,617.60 $ 2,758.40 $ 2,909.60 $ 3,012.80 $ 3,120.00 $ 3,228.00 $ 3,341.60 $ 3,457.60 $ 3,579.20 Systems Engineer $ 64,438.40 $ 68,057.60 $ 71,718.40 $ 75,649.60 $ 78,332.80 $ 81,120.00 $ 83,928.00 3 86,861.60 $ 89,897.60 $ 93,059.20 Voice/Data Network Analyst 29 Controller $ 33.56 $ 35.47 $ 37.42 $ 39.46 $ 40.77 $ 42.32 $ 43.73 $ 45.30 $ 46.94 $ 48.52 Police Sergeant $ 2,684.80 $ 2,637.60 $ 2,993.60 $ 3,158.40 $ 3,261.60 $ 3,385.60 $ 3,498.40 $ 3,624.00 $ 3,755.20 $ 3,881.60 Senior Building Inspector $ 69,804.80 $ 73,777.60 $ 77,833.60 $ 82,118.40 $ 84,801.60 $ 88,025.60 $ 90,958.40 $ 94,224.00 $ 97,635.20 $ 100,921.60 Senior Engineer Senior Housing Inspector Special Projects Administrator Assistant City Attomey Human Rights Coordinator/Equity Director Facilities Manager Senior Systems Engineer 'After Step 10, employees are eligible for a 2% increase per year until they reach maximum pay. MAX. $ 42.84 $ 3,427.20 $ 89,107.20 $ 46.91 $ 3,752.80 $ 97,572.80 $ 51.27 $ 4,101.60 $ 106,641.60 ADMINISTRATIVEICONFIDENTIAL PAY PLAN- FY20 (June 30, 2019) PAYGRADE: 'After Step 10, employees are eligible for a 2% increase per year until they reach maximum pay. STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 STEP 7 STEP 8 STEP 9 STEP 10 MAX. 6 mo. 12 me. 18 mo. 2.5 yrs 3.5 yrs 4.5 yrs 5.5 yrs 6.5 yrs 7.5 yrs 5.50% 5.50% 5.50% 3.50% 3.50% 3.50%. 3.50% 3.50% 3.50% 30 Battalion Chief $ 36.32 $ 38.37 $ 40.43 $ 42.70 $ 44.23 $ 45.78 $ 47.29 $ 48.99 $ 50.71 $ 52.48 - $ 56.01 Library Coordinator $ 2,905.60 $ 3,069.60 $ 3,234.40 $ 3,416.00 S 3,538.40 S 3,662.40 $ 3,783.20 $ 3,919.20 $ 4,056.80 $ 4,198.40 $ 4,480.80 Police Lieutenant $ 75,545.60 $ 79,809.60 S 84,094.40 $ 88,816.00 $ 91,998.40 $ 95,222.40 S 98,363.20 $ 101,899.20 $ 105,476.60 $ 109,158.40 $ 116,500.80 Wastexater Superintendent Senior Center Coordinator BC-24hr Senior Planner $ 25.9463 $ 27.4113 $ 28.8839 $ 30.4986 $ 31.5899 $ 32.6963 $ 33.7802 $ 34.9911 $ 36.2246 $ 37.4879 $ 40,0070 Superintendent of Parks 8 Forestry $ 2,905.98 $ 3,070.07 $ 3,235.00 $ 3,415.84 $ 3,538.07 $ 3,661.98 $ 3,783.38 $ 3,919.00 $ 4,057.15 $ 4,198.64 $ 4,480.78 Superintendent of Streets $ 75,555.48 $ 79,821.82 $ 84,110.00 $ 88,811.84 $ 91,989.82 $ 95,211.48 $ 98,367.88 $ 101,894.00 $ 105,485.90 $ 109,164.64 $ 116,500.28 Water Superintendent Housing Administrator Equipment Superintendent Economic Development Coordinator 31 MPOJC Director $ 39.40 $ 41.51 $ 43.78 $ 46.25 $ 47.87 $ 49.53 $ 51.28 $ 53.04 $ 54.81 $ 56.82 $ 61.22 Human Resources Administrator $ 3,152.00 $ 3,320.80 $ 3,502.40 $ 3,700.OD $ 3,829.60 $ 3,962.40 $ 4,102.40 S 4,243.20 S 4,384.80 $ 4,545.60 $ 4,897.60 Police Captain $ 81,952.00 $ 86,340.80 $ 91,062.40 $ 96,200.00 $ 99,569.60 $ 103,022.40 $ 106,662.40 $ 110,323.20 $ 114,004.80 $ 118,185.60 S 127,337.60 Recreation Superintendent ITS Coordinator Deputy Fire Chief First Assistant City Attorney Associate Director -Transportation Services Neighborhood Services Coordinator Development Services Coordinator Assistant to the City Manager 32 City Engineer $ 42.57 $ 44.95 $ 47.44 $ 50.01 $ 51.82 $ 53.61 $ 55.49 $ 57.41 $ 59.37 $ 61.49 $ 66.85 $ 3,405.6D $ 3,596.00 $ 3,795.20 $ 4,000.80 $ 4,145.60 $ 4,288.80 $ 4,439.20 $ 4,592.80 $ 4,749.60 $ 4,919.20 $ 5,348.00 $ 88,545.60 $ 93,496.00 $ 98,675.20 $ 104,020.80 3 107,785.6D $ 111,508.80 $ 115,419.20 $ 119,412.80 $ 123,489.60 $ 127,899.20 $ 139,048.00 'After Step 10, employees are eligible for a 2% increase per year until they reach maximum pay. EXECUTIVE PAY PLAN - FY20 (June 30, 2019) PAYGRADE: 34 Finance Director $ 49.94 $ 79.91 Police Chief $ 3,995.20 $ 6,392.80 Public Warks Director $ 103,875.20 $ 166,212.80 Assistant City Manager Neighborhood and Development Services Director Transportation and Resource Management Director MINIMUM MAXIMUM 33 Fire Chief $ 46.11 $ 73.08 Library Director $ 3,688.80 $ 5,846.40 Parks 8 Recreation Director $ 95,908.80 $ 152,006.40 34 Finance Director $ 49.94 $ 79.91 Police Chief $ 3,995.20 $ 6,392.80 Public Warks Director $ 103,875.20 $ 166,212.80 Assistant City Manager Neighborhood and Development Services Director Transportation and Resource Management Director ADMINISTRATIVEXONFIDENTIAL PAY PLAN- FY21 (June 28, 2020) PAYGRADE: STEP 1 STEP 2 6 mo. 1200% 23 Airport Operations Specialist $ 21.30 $ 23.88 License Specialist $ 1,704.00 $ 1,910.40 $ 44,304.00 $ 49,670.40 24 Administrative Secretary $ 23.02 $ 25.81 Operations Clerk- ITS $ 1,841.60 $ 2,064.80 Communications Assistant $ 47,881.60 $ 53,684.80 Digital Communications Specialist Operations Specialist - Transportation Services Police Administrative Coordinator 25 STEP 4 STEP 5 STEP 6 Human Resources Assistant $ 24.92 $ 27.92 PC Technician $ 1,993.60 $ 2,233.60 Deputy City Clerk $ 51,833.60 $ 58,073.60 Program Assistant - Public Works 3.50% 3.50% 3.50% 26 3.50% 3.50% 3.50% Budget Management Analyst $ 26.99 $ 30.27 Legal Assistant $ 2,159.20 $ 2,421.60 Occupational Safety & Training Specialist $ 56,139.20 $ 62,961.60 Human Resources Generalist 2,265.60 $ 2,346.40 $ 2,428.80 Senior Programmer/Analyst 51,313.60 $ 53,144.00 $ 54,995.20 Housing Choice Voucher Program Coordinator 58,905.60 $ 61,006.40 $ 63,148.80 Public Housing Coordinator 26.73 $ 27.63 S 28.60 Media Production Services Coordinator 30.66 S 31.76 $ 32.88 STEP 3 STEP 4 STEP 5 STEP 6 STEP 7 STEP 8 STEP 9 STEP 10 12 mo. 18 mo. 2.5yrs 3.5 yrs 4.5 yrs 5.5 yrs 6.5 yrs 7.5 yrs 3.50% 3.50% 3.50% 3.50% 3.50% 3.50% 3.50% $ 24.67 $ 25.55 $ 26.44 S 27.39 $ 28.32 $ 29.33 $ 30.36 $ 1,973.60 $ 2,044.00 $ 2,115.20 $ 2,191.20 $ 2,265.60 $ 2,346.40 $ 2,428.80 $ 51,313.60 $ 53,144.00 $ 54,995.20 $ 56,971.20 $ 58,905.60 $ 61,006.40 $ 63,148.80 $ 26.73 $ 27.63 S 28.60 $ 29.60 $ 30.66 S 31.76 $ 32.88 $ 2,138.40 $ 2,210.40 $ 2,288.00 $ 2,368.00 $ 2,452.80 $ 2,540.80 $ 2,630.40 $ 55,598.40 $ 57,470.40 $ 59,488.00 $ 61,568.00 $ 63,772.80 $ 66,060.80 $ 68,390.40 'After Step 10, employees are eligible for a 2% increase per year until they reach maximum pay. $ 28.94 $ 29.93 $ 30.97 $ 32.06 $ 33.17 $ 34.35 $ 35.59 $ 2,315.20 $ 2,394.40 $ 2,477.60 $ 2,564.80 $ 2,653.60 If 2,748.00 $ 2,847.20 5 60,195.20 $ 62,254.40 $ 64,417.60 $ 66,684.80 $ 68,993.60 $ 71,448.00 $ 74,027.20 $ 31.31 $ 32.43 $ 33.53 $ 34.70 $ 35.87 $ 37.21 $ 38.46 $ 2,504.80 $ 2,594.40 $ 2,682.40 $ 2,776.00 $ 2,869.60 $ 2,976.80 $ 3,076.80 $ 65,124.80 $ 67,454.40 $ 69,742.40 $ 72,176.00 $ 74,609.60 $ 77,396.80 $ 79,995.80 MAX. $ 30.50 $ 2,440.00 $ 63,440.00 $ 33.39 $ 2,671.20 S 69,451.20 $ 36.54 $ 2,923.20 $ 76,003.20 $ 39.94 $ 3,195.20 $ 83,075.20 ADMINISTRATIVE/CONFIDENTIAL PAY PLAN-FY21 (June 28, 2020) PAYGRADE: 27 Animal Control Supervisor Assistant Superintendent - Wastewater Assistant Superintendent - Water Assistant Superintendent- Streets Library Coordinator- Development Operations Supervisor - Transportation Services Assistant Superintendent - Landfill Computer System Analyst- Police Cemetery Supervisor Equipment Shop Supervisor Database Administrator Assistant Controller Library Administrative Coordinator Library Building Manager Communications Coordinator Supervising Librarian Assistant Superintendent - Refuse Senior Associate Planner Geographic Information System Coordinator 28 Revenue 8 Risk Manager Purchasing Agent Systems Engineer Vcice/Data Network Analyst 29 Controller Police Sergeant Senior Building Inspector Senior Engineer Senior Housing Inspector Special Projects Administrator Assistant City Attorney Human Rights Coordinator/Equity Director Facilities Manager Senior Systems Engineer STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 STEP 7 STEP 8 STEP 9 STEP 10 MAX. 6 mo. 12 mo. 18 mo. 2.5 yrs 3.5 yrs 4.5 yrs S.S yrs 6.5 yrs 7.5 yrs 5.50% 5.50% 5.50% 3.50% 3.50% 3.50% 3.50% 3.50°% 3.50% $ 29.22 $ 30.86 $ 32.54 $ 34.31 $ 35.58 $ 36.80 $ 38.09 $ 39.42 $ 40.79 $ 42.23 ' $ 43.70 S 2,337.60 $ 2,468.80 $ 2,603.20 $ 2,744.80 $ 2,846.40 $ 2,944.00 $ 3,047.20 S 3,153.60 $ 3,263.20 $ 3,378.40 $ 3,496.00 3 60,777.60 $ 64,188.80 $ 67,683.20 $ 71,364.80 $ 74,006.40 $ 76,544.00 $ 79,227.20 $ 81,993.60 $ 84,843.20 $ 87,838.40 $ 90,896.00 $ 31.60 $ 33.37 $ 35.17 $ 37.10 $ 38.41 $ 39.78 $ 41.16 $ 42.61 $ 44.08 $ 45.63 ' $ 47.85 $ 2,528.00 S 2,669.60 $ 2,813.60 $ 2,968.00 $ 3,072.80 $ 3,182.40 $ 3,292.80 $ 3,408.80 $ 3,526.40 $ 3,650.40 3 3,828.00 $ 65,728.00 $ 69,409.60 $ 73,153.60 $ 77,168.00 $ 79,892.80 $ 82,742.40 $ 85,612.80 $ 88,628.80 $ 91,686.40 $ 94,910.40 $ 99,528.00 $ 34.23 $ 36.18 $ 38.17 S 40.27 $ 41.59 $ 43.17 $ 44.60 $ 46.21 $ 47.88 $ 49.49 ` $ 52.30 $ 2,738.40 $ 2,894.40 $ 3,053.60 $ 3,221.60 $ 3,327.20 $ 3,453.60 $ 3,568.00 $ 3,696.80 $ 3,830.40 $ 3,959.20 S 4,184.00 $ 71,198.40 $ 75,254.40 $ 79,393.60 $ 83,761.60 $ 86,507.20 $ 89,793.60 $ 92,768.00 $ 96,116.80 $ 99,590.40 $ 102,939.20 $ 108,784.00 'After Step 10, employees are eligible for a 2% Increase per year until they reach maximum pay. ADMINISTRATIVE/CONFIDENTIAL PAY PLAN - FY21 (June 28, 2020) PAYGRADE: 'After Step 10, employees are eligible for a 2% Increase per year until they reach maximum pay. STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 STEP 7 STEP 8 STEP 9 STEP 10 MAX. 6 mo. 12 mo. tomo. 2.S yrs 3.5 yrs 4.5 yrs S.S yrs 6.S yrs 7.5 yrs 5.50% 5.50% 5.50% 3.50% 3.50% 3.50% 3.50% 3.50% 3.50% 30 Battalion Chief S 37.05 $ 39.14 $ 41.24 $ 43.55 $ 45.11 S 46.70 S 48.24 S 49.97 $ 51.72 S 53.53 S 57.13 Library Coordinator 5 2,964.OD 5 3,131.2D $ 3,299.20 S 3,484.00 $ 3,60B.BD S 3,736.00 $ 3,859.20 $ 3,997.60 S 4,137.60 S 4,282.40 $ 4,570.40 Police Lieutenant $ 77,064.00 $ 81,411.2D $ 85,779.20 $ 90,584.00 $ 93,828.80 S 97,136.00 $ 100,339.20 $ 103,937.60 $ 107,577.60 $ 111,342.40 S 118,830.40 Wastewater Superintendent Senior Center Coordinator BC-24hr Senior Planner $ 26.4652 $ 27.9596 $ 29.4616 $ 31.1086 $ 32.2217 $ 33.3502 3 34.4558 $ 35.6909 $ 36.9490 $ 38.2376 S 40.8071 Superintendent of Parks B Forestry $ 2,964.10 S 3,131.47 S 3,299.70 $ 3,484.16 $ 3,608.83 $ 3,735.22 $ 3,859.05 $ 3,997.38 $ 4,138.29 $ 4,282.61 $ 4,570.40 Superintendent of Streets $ 77,066.60 $ 81,418.22 S 85,792.20 $ 90,588.16 $ 93,829.58 $ 97,115.72 $ 100,335.30 $ 103,931.88 3 107,595.54 $ 111,347.86 $ 118,830.40 Water Superintendent Housing Administrator Equipment Superintendent Economic Development Coordinator 31 MPOJC Director $ 40.19 $ 42.34 $ 44.66 $ 47.18 $ 48.83 $ 50.52 $ 52.31 $ 54.10 $ 55.91 $ 57.96 $ 62.44 Human Resources Administrator $ 3,215.20 $ 3,387.20 S 3,572.80 $ 3,774.40 $ 3,906.40 $ 4,041.60 $ 4,184.80 $ 4,328.00 $ 4,472.80 $ 4,636.80 $ 4,995.20 Police Captain S 83,595.20 $ 88,067.20 $ 92,892.80 $ 98,134.40 $ 101,566.40 S 105,081.60 $ 108,804.80 $ 112,528.00 $ 116,292.80 $ 120,556.80 S 129,875.20 Recreation Superintendent ITS Coordinator Deputy Fire Chief First Assistant City Attorney Associate Director - Transportation Services Neighborhood Services Coordinator Development Services Coordinator Assistant to the City Manager 32 City Engineer $ 43.42 $ 45.85 $ 48.39 $ 51.01 $ 52.86 5 54.68 S 56.60 $ 58.56 S 60.56 S 62.72 $ 68.19 S 3,473.60 $ 3,668.00 $ 3,871.20 $ 4,080.80 $ 4,228.80 $ 4,374.40 S 4,528.00 $ 4,684.8D 5 4,844.80 S 5,017.60 $ 5,455.20 $ 90,313.60 $ 95,368.00 $ 100,651.20 $ 106,100.80 $ 109,948.80 $ 113,734.40 S 117,728.0D 5 121,8D4.80 S 125,964.60 $ 130,457.60 S 141,835.2D 'After Step 10, employees are eligible for a 2% Increase per year until they reach maximum pay. EXECUTIVE PAY PLAN - FY20 (June 28, 2020) PAYGRADE: 34 Finance Director $ 50.94 $ 81.51 Police Chief $ 4,075.20 $ 6,520.80 Public Works Director $ 105,955.20 $ 169,540.80 Assistant City Manager Neighborhood and Development Services Director Transportation and Resource Management Director MINIMUM MAXIMUM 33 Fire Chief $ 47.03 $ 74.54 Library Director $ 3,762.40 $ 5,963.20 Parks & Recreation Director $ 97,822.4D $ 155,043.20 34 Finance Director $ 50.94 $ 81.51 Police Chief $ 4,075.20 $ 6,520.80 Public Works Director $ 105,955.20 $ 169,540.80 Assistant City Manager Neighborhood and Development Services Director Transportation and Resource Management Director tr , rIM®rm4 CITY O F IOWA CITY MEMORANDUM Date: December 16, 2016 To: Geoff Fruin, City Manager From: Karen Jennings, Human Resources Administrator Re: AFSCME collective bargaining agreement extension and non -bargaining pay plans through FY21 Introduction: The January 3, 2017 consent agenda will include resolutions to approve a recent collective bargaining agreement settlement extension with the American Federation of State, County and Municipal Employees (AFSCME) Local #183 and to establish compensation plans for Executive, Administrative and Confidential employees through fiscal year 2021 mirroring the AFSCME wage settlements. History/Background: The current collective bargaining agreement between the City and AFSCME expires on June 30, 2020 but included a re -opener provision for negotiation of wages and insurance for Fiscal Years 2019 and 2020. The City recently received a proposal from AFSCME Local #183 for an extension of the existing collective bargaining agreement through June 30, 2021 which establishes wage and health insurance settlements through Fiscal Year 2021 with all other provisions of the contract remaining unchanged. Discussion of Solutions: The City has three-year collective bargaining agreements in place with the Police and Fire labor unions which expire on June 30, 2019. The terms of the AFSCME extension proposal mirror the Police and Fire union settlements for FY2019, increase employee cost share for health insurance in FY2020 and FY2021 and include a 2% wage settlement in both FY2020 and FY2021. The wage and insurance settlements for the Police and Fire contracts and the AFSCME contract including the proposed extension are summarized below: AFSCME POLICE FIRE Wages FY16 2.0% FY17 2.4% 2.4% New step added FY18 2.4% 2.4% 2.4% FY19 2.6% 2.6% 2.6% FY20 2.0% FY21 2.0% Premium copay FY16 $45/$85 FY17 $50/$90 $50/$90 $50/$90 FY18 $55/$95 $55/$95 $55/$95 FY19 $60/$100 $60/$100 $60/$100 FY20 $65/$105 FY21 $70/$110 Deductible FY16 $600/$800 FY17 $600/$800 $600/$800 $600/$800 FY18 $650/$850 $650/$850 $650/$850 FY19 $675/$900 $675/$900 $675/$900 FY20 $700/$950 FY21 $700/$950 Out of Pocket Max FY16 $1000/$1700 FY17 $1000/$1700 $1000/$1700 $1000/$1700 FY18 $1000/$1800 $1000/$1800 $100031800 FY19 $11001900 $1100/$1900 $1100/$1900 FY20 $1200/$2000 FY21 $1200/$2000 Recommendation: Staff recommends that City Council approve the collective bargaining agreement extension between the City of Iowa City and the American Federation of State, County and Municipal Employees Local 9183. Staff further recommends that a three year classification and compensation plan for Administrative, Confidential and Executive employees be approved providing wage adjustments for FY2019, FY2020, and FY2021 which mirror those established in the AFSCME contract extension, representing the majority of City employees.