Loading...
HomeMy WebLinkAbout2018-02-06 ResolutionFMO -618-7 4c(8) Prepared by: City Clerk's Office, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5043 RESOLUTION NO. 18-26 RESOLUTION TO ISSUE DANCING PERMIT BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA, that a Dancing Permit as provided by law is hereby granted to the following named person and at the following described locations upon his/her filing an application, having endorsed thereon the certificates of the proper city officials as to having complied with all regulations and ordinances, having a valid beer, liquor, or wine license/permit, to wit: It's Brothers Bar & Grill — 125 S. Dubuque St. Passed and approved this 6th day of February 2018 z MIKYOR /J pproved by ATTES �--��C..e, /� ���� ITY CLERK City Attorney's Office It was moved by Salih and seconded by Botchway Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Cole x Mims x Salih x Taylor X Thomas x Throgmorton L4 oz-as-ta 4c(15MM) Prepared by: City Clerk's Office, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5043 Resolution Number:. 18-27 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: Liquor Downtown - 315 S. Gilbert St. Passed and approved this 6th day of February 2018 OR ' pproved by ATTEST: <a:2ZIC4 2 CITY CLERK r City Attorney's Office It was moved by Salih and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES x X X X X X X NAYS: ABSENT: Botchway Cole Mims Salih Taylor Thomas Throgmorton Prepared by. Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 18-28 Resolution rejecting bids received on January 25, 2018 for the City of Iowa City Building Automation Upgrades and Improvement Projects 2017. Whereas, one bid was received on January 25, 2018, for the City of Iowa City Building Automation Upgrades and Improvement Projects 2017; and Whereas, the one bid received exceed the amount available in the project fund; and Whereas, the Department of Public Works recommends that the Council reject the bid. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa that all bids received on January 25, 2018, for the City of Iowa City Building Automation Upgrades and Improvement Projects 2017 are rejected. Passed and approved this 6th day of February 2018. Ma r Attests 1 �4:�.42L City Clerk Approved by % gg City Attomey's Office It was moved by salih and seconded by Botchway the Resolution be adopted, and upon roll call there were: Ayes: X X X X X X X Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton NOTICE TO BIDDERS CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 25y' day of January, 2018. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. 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 61N day of February 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Thursday, January 11, 2018 in City Hall in the Emma J. Harvat Hall located at 410 East Washington Street, Iowa City, Iowa. The Project will involve the following: The project consists of modifications and upgrades to temperature controls systems at three buildings for the City of Iowa City: City Hall, Robert A. Lee Recreation Center and Mercer Aquatic Center/Scanlon Gymnasium for the purpose of integrating existing HVAC systems into the City's existing Building Automation System. The contractor will be responsible for all associated mechanical, structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days 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 maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Robert A. Lee Recreation Center and Mercer Aquatic Center, Start Date: February 20, 2018, Substantial Completion date June 19, 2018 and Final Completion Date is July 19, 2018. City Hall, Start Date July 14, 2018, Substantial completion date December 14, 2018 and Final Completion Date, January 11, 2019. Liquidated Damages: $250.00/day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll -Free 800-779- 0093 by bona fide bidders. A 130.00 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 Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable 115.00 shipping and handling fee will apply to plans that are sent through postal mail. 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 subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required 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. KELLIE K. FRUEHLING, CITY CLERK S.tRECIGovemmeM BulldlMs end Fmilidm Me,ugeme PmJocMT TdiM Automation CoMok BAS for City Bu1kflnP lFmrrt 5 ot]m to I,Mders for BUILDING AUTOMATION UPGRADES AND IMPROWENT PROJECT ]01]- W Decen,Daz A1]Aoc NTB-1 i t 1 CITY O F IOWA C I oz -os -+s -rN COUNCIL ACTION REPO 4d(2) February 6, 2018 Resolution rejecting bids received on January 25, 2018 for the City of Iowa City Building Automation Upgrades and Improvement Projects 2017. Prepared By: Brett Zimmerman - Civil Engineer Reviewed By: Juli Seydell Johnson - Parks & Recreation Director Kumi Morris - Facilities Manager Jason Havel - City Engineer Ron Knoche - Public Works Director Geoff Fruin - City Manager Fiscal Impact: None Recommendations: Staff: Approval Commission: N/A Attachments: Resolution Executive Summary: This agenda item rejects bids received for the City of Iowa City Building Automation Upgrades and Improvement Projects 2017. This project includes modifications and upgrades to temperature control systems at three buildings for the purpose of integrating existing HVAC systems into the City's existing Building Automation System. Included was related mechanical and electrical work to be performed at the following three buildings: City Hall - 410 East Washington Street, Iowa City, Iowa 52240 Robert A. Lee Recreation Center - 220 South Gilbert Street, Iowa City, Iowa 52240 Mercer Aquatic Center and Scanlon Gymnasium - 2701 Bradford Drive, Iowa City, Iowa 52240 The project bid letting was held on January 25, 2018 and the following bid was received: Company Base Bid All Temp Refrigeration $533,950 The bid received from All Temp Refrigeration is 10% above the project estimate of $485,000. Staff recommends that the Council reject this bid. Staff is currently evaluating the project scope to determine a project that meets the available budget. Background / Analysis: The existing HVAC and BAS systems in City Hall, Robert A. Lee Recreation Center, Mercer Aquatic Center and Scanlon Gymnasium are reaching the end of their useful lives and require upgrades and/or replacement. This work would reduce operating costs and energy consumption in these facilities. �cq(-os) Prepared by: Scott Sovers, Senior Civil Engineer, Public Works, 410 E. Washington St., lova City, IA 52240 (319)356-5142 Resolution No. 18-29 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Douglass Street and Douglass Court Water Main Improvements Project Whereas, Lynch Excavating Inc. of West Branch, IA, has submitted the lowest responsible bid of $429,436.50 for construction of the above-named project; and Whereas, funds for this project are available in the Douglass St./Douglass Ct. Water Main Replacement account # W3223; and Whereas, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project is hereby awarded to Lynch Excavating Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 6th day of February 12018 Ma r po'ved b ` Attest G �a (/ L �- • -� 0� City Clerk City Attorney's Office It was moved by salih and seconded by Botchway the Resolution be adopted, and upon roll call there were: Ayes: X X X X X X X Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton NOTICE TO BIDDERS DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 30th day of January, 2018. Sealed proposals will be opened immediately thereafter. Bids submitted 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 6h day of February, 2018, or at special meeting called for that purpose. The Project will involve the following: Fumish all labor, equipment and materials required for installation of 1,925 LF of 8 -inch ductile iron water main, valves, hydrants, water services, street, and driveway repairs, and miscellaneous associated work on Douglass Street and Douglass Court. All work is to be done in strict compliance with the plans and specifications prepared by Veenstra & Kimm, Inc., of Coralville, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 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 maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: March 5, 2018 Completion Date: October 1, 2018 Tree Removal Completion Date: April 1, 2018 No tree removal between April 1 and October 1, 2018 Liquidated Damages: $500 per day AF -1 The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductions, Inc./Technigraphics of Iowa City, located at 415 Highland Avenue, Suite 100, Iowa City, Iowa, by bona fide bidders. A $25 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 Rapids Reproductions Inc./Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 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 Inspections and Appeals at (515) 281-5796 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 subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required 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. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK AF -2 t r 1 CITY O F 1 O WA CI oz-o6-18 COUNCIL ACTION REPO 4d(3) February 6, 2018 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Douglass Street and Douglass Court Water Main Improvements Project Prepared By: Scott Sovers — Sr. Civil Engineer Reviewed By: Jason Havel — City Engineer, Ron Knoche — Public Works Director, Dennis Spencer Construction Geoff Fruin — City Manager Fiscal Impact: $429,436.50, available in the Douglass St./Douglass Ct. Water Main Dave Schmitt Construction Replacement account #W3223 Recommendations: Staff: Approval Cornerstone Excavating Inc. Commission: N/A Attachments: Resolution Executive Summary: This agenda item awards the construction contract for the Douglass Street and Douglass Court Water Main Improvements Project to Lynch Excavating of West Branch, Iowa. This project generally includes the replacement of approximately 2,000 feet of water main, new domestic water services, driveway replacements as needed to install the water main and final surface restoration. Background / Analysis: The existing 6 -inch ductile iron water main along Douglass Street and Douglass Court has reached the end of its service life. As a result, there have been approximately 15 water main breaks since 1992. In order to reduce the inconvenience residents experience during breaks, and to decrease water fund expenditures resulting from frequent repairs, the existing water main was identified for replacement. The construction cost estimate for the project was $562,000, and the following bids were received at the January 301 bid letting: Company Bid Amount Lynch Excavating Inc. $429,436.50 Dennis Spencer Construction $447,673.00 Bockenstedt Excavating Inc. $468,638.00 Dave Schmitt Construction $490,461.00 KMA Trucking & Excavating $512,725.00 Cornerstone Excavating Inc. $548,011.50 Maxwell Construction, Inc. $643,009.00 Based upon the bids received, staff recommends awarding the project to Lynch Excavating of West Branch, Iowa. r 1 CITY OF IOWA CITY COUNCIL ACTION REPORT Project Timeline: Award Date — February 6, 2018 Construction Start — March 2018 Estimated construction Completion — October 2018 14 Prepared by: Jul! Seydell Johnson, Parks & Recreation Director, 220 S. Gilbert St., Iowa City, IA 52240 (319) 356-5104 RESOLUTION NO. 18-30 Resolution establishing a revised schedule of fees and charges for Parks and Recreation services and programming and rescinding Resolution Number 17-33 previously establishing said fees and charges. Whereas, Section 10-9-5 of the City Code provides that, "Upon recommendation of the Parks and Recreation Commission, all Parks and Recreation fees shall be established by City Council resolution"; and Whereas, the Parks and Recreation Commission has reviewed all fees and is recommending certain increases to be implemented in FYI along with tentative increases for FYI 9; and Whereas, it is in the public interest to review and occasionally revise said fees. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that the schedule of fees and charges for parks and recreation services and programming as approved by the Parks and Recreation Commission on December 13, 2017 and attached hereto, be adopted for the relevant remainder of FY18 as well as FY19, and that Resolution Number 17-33 previously establishing said fees and charges is hereby repealed and rescinded. Passed and approved this 6th day of February , 2018. Al TEST: —C, �<C c Cl CLERK Approved - ('30'i� City Attorney's Office It was moved by salih and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway X Cole x Mims % Salih x Taylor x Thomas x Throgmorton Center Opemmns C.mer Dperamn. Programa -� Programa 10520541IRec Center Pool Oper 10520542 Mercer Pik Pel ops 10520542 Mercer pill, Pad Ola 10520542 Mercer Prk Purl Coal ;er PA Pool Opo' Perk Pod Oper Perk Pool Oper Park Pad Oper Park Pool Oper Clubs and Stencil Ev Clam and Sao.., Eve Clubs and spenal Even Clubs and Special Ever Clubs and Special Ever Spans Pmgiams Sporn Programs City of Iowa City Parks and Recommend Ompao4nent Fen and Charges 34 m En. Advere.ing Fees 0.50 ' 0.50 15 Fee 16 Fee ' 050 2017 Fee 0.50 18 Fee ' 0.25 2019 Proposed 0.75 W3910 Misc. Sale of March 7-12 613 8-13 513 514 9-11 382ID0 Lend Rental 1250114.00 1.50114.00 13MI15.W 1100/16.00 1. i.W 10.00"i)35 382200 Buie i,fRoom Rental Mtg RMl(it3r1Cra8 Ran 30.00 30.00 "00 30.00 30.00 32.00 -Social Hag 7000 7000 20M 70.00 80.00 82.00 G"nuralum 15.00 15.00 0.5.00 15.00 45.00 45.00 -Hee Coun 25.0 75.00 75.00 7500 45.00 45." -Full Court 25.0 25.00 25M -Sport tum Fred. (1R won) Maw Locker Rarer -Calf, (win apaelbn) .25.50 25.50 25.0 .25.50 0.75 0.75 S4 Martha 15.0 45.00 45.00 45.00 60.00 80.0 42epie.t key 30.0 mm M61M Atlmeeions -Tot Time $1150 $150 1.50 1.50 1.50 1.00 3167W Special Events 6i ey Paniee MM 90.00 B0.095.00 80.095.00 55.00-100.0 88.00103.00 382200 Buildir9lRoom Rental Gym 45/75 4W5 0.5775 45775 450N75W 45.0W5.00 Meme 609. Room 22.0 25.00 25.00 MM sw Roan 4D.00 40.00 40.00 42.50 45.00 4600 -Wegneee roam 25.00 26M Gym Sl ding Event 4rv70 40.0M0.00 40.00770" 3022W NYM BuiU.,RoomO 4500 1500 -Spon team practice (12 d) 25" 25M 25.0 -Parties 85.00-100-0 8600.103.0 306400 goal Lavoro 28.00 2600 260030.00 26.0030.00 27.0031.00 28.0048.00 363910 Mise. Soledklach 12.0 12.00 12.00 3416400 Leseans - -. -.. Moil 2600 28.030" 260090." 27.0031." 280048.00 346300 PoBere Studio Pare 200.00 210.00 210." 346400 Am Lessons 150.00 165.00 180175 180185 13.00 195.00 346400 Leo-wria -Red C. MM 33.0 3200 24.0 24.00 25.00 -Pnvate 36.00 MM 38.00 75.0 54.0 Slow Gusmm Pnvate 9000 90.00 93.00 Aduk Levan. 34.00 341." 34." mm WA WA llfiwuandi 100.00 100.0 135.0 135." 185.00 165.00 We. Safety Inas. (40 hi) 126.00 125.00 140.00 140." 1,M 125.00 -Lif,u.d Instructor 220.00 220.00 226.0 225.00 446200 MIN Punch Pus 70.0 7000 low M.." 60.0 60.0 Single Admision 41.00 4." 4.00 4.00 1.50 4150 346100 Mo.. 400 4.110 4.0 4.00 1.00 4.00 316200 Pureh Pane 26.00 28.M 30M 30.00 30.00 31.00 346300 Pool Peau -Annual Pau 194.0 191-0 2118402 208-402 214.00414.00 220.00428.00 -300av Pav 18.00 16.00 19.0036.00 19.0038.00 20.037.00 20.5038.0 382200 BuiHinglRoom Rental 76.00 75.00 75.0 MM 75.00 75.00 346100 Admmaiona - 4." 4.00 4.00 4.00 4. 4.00 346200 Punch Pau 28.00 25.00 30.0 MM 3000 31.00 316300 Pod Pnw® -Annual 191.110 191.0 208402 208402 214.00414" 220.0042600 30 Car Pees 16M 1600 19.036.0 19.0036.00 20.00-32.00 20.5038.0 302200 BuldinOlRonm Ramal 75.00 7500 75.00 MM 75." 75.00 2.004.00 2004.00 2.004.00 2.04." 3461" Admissions $234 $234 346200 Punch Pass 2600 28.00 30.00 30.00 3000 31.00 3W3s0 Pad Pass -Annual Pass 191.00 194.00 208-402 208402 214.00414.00 220.0042600 -"Day Pass 18.00 18.00 18.038.0 19.003600 20.0037.00 20.5038.00 316500 Entry Feu 13.0 14.00 11.0 141.00 11.50 15.00 3a5E00 Choral He, Taps t 3416400 Lessons 37322 So= $8529 $6329 825-2400 8.503500 t 316700 Special Events t 362100 Conant, B Donations 316400 Lassoes $17322 $11322 $11322 $11322 180035.00 18.5036.00 Want) Leamu -.._ 22.0048.00 22.004600 n.O5D.00 260060." 26006130 21.0053.00 80.00000.00105.00100. 105.004".00 106.00400.00 110.00410.00 80.00410.00 Cost Center GL I Revenue Type 2013Fma 2014Feer t16 Fee 2017 Fee 2018t• Proposed 10530200 Parks Ops 8 Maint 362100 Land Rental - Garden Plots 21.00 22 22.00 23.00 25.00 25.75 33.00 10530200 Parks Ops 8 Maint 382600 Theatre/Stage Rental 25-100Rr 26-100/hr) 50-100ft 50-150 M 50-150 hr 51.50.154.50 67.200Rr 105302(10 Parks Ops 8 Maint W2700 Reservations -Park Shelters 14-5215hr 1452/5, 14-52/51ar 16-104/5, 16-104/41hr 16.50.107.00 22-139M - City Park parking 60.00 80.00 60.00 60.00 78.00 -trail fee 25.00 33.00 -walk/event 150.00 195.00 -walk/event deposit 100.00 130.00 10530200 TTRA 382700 Reservations -Lodge 40.1000 50-1500 50-1500 54.00-2000.00 70.2600 -Rental Commission/Manna 16700 167.00 167.00 167.00 217.00 10530200 Ashton Mouse 382700 Reservations 40-750 40-750 40-750 50.00500.00 65.850 10530211 Ball Diamonds 382100 Tourn. Fees (land rental) -Out of town 21.00 23.00 25.00 30.00 30.00 31.00 40.00 -Local 13.00 14.50 15.00 20.00 20.00 21.00 27.00 -Lights 138. 13.60/, 13.504, 15.00 15.00 16.00 218, 10530211 Ball Diamonds 382700 Reservations -geld Rental Local 91 10.50M 11.00 15.00 15.00 16.00 21Ar -Field Prep Local 22.00 23.00 25.00 30.00 30.00 31.00 40.00 -Lights 138, 13.511hr 13.50Rr 15.00 15.00 16.00 218, -Field Rental Out of Town 12/hr 13.5 13.50 18.00 18.00 19.W 25.00 -Field Prep Out of town 27.75 27.75 29.00 35.00 35.00 36.00 47.00 10530212 Soccer 382700 Reservations -Field Rental Local 181hr 19/hr 19IhrL25ft 201hr 21Ihr 271, -Out of tow,✓game nonloum 24Ihr 25Ihr 25Ihr 25Ihr 26Ihr 34M 4;ross Country evata 250.00 325.00 10530212 Soccer 382100 Tourn. Fees (land rental) -Out of town 281hr 29/hr 29Mr 301nr 31/hr 401Tr 10530212 Soccer -Local 23/hr 23/hr 25111r 25Ihr 33Ihr 10530201 Cty Park Rides 34600 Admissions -Single Ticket 0.75 0.75 1.00 1.00 100 1.00 -Punch Pass 6.00 6 8.00 8.001 8.00 8.00 10530221 Dog Parks 346100 Admissions -Annual Tags 30-110 35-115 35-115 40-135 40.135 40-135 52-176 -Daily Tags 5.00 500 5.00 5.00 5.00 500 700 -Special Events 50.95 50-95 65-124 10540100 Cemetery 348890 Charges for Services 80-200 _ 60.200 ,. -. 00 80-2 ,..k,. 00-250 ... 90-250 90-250 -_. 93-258 392100 Sales oft -and -Interments 100-1000 100-1000 100-1000 125-1100 125-1100 125-1100 129-1133 -Lot Sales 200-1600 200-1600 200-1600 300-1600 300-1600 300-1600 308-1442 Jr ' CITY OF IOWA CI -^� COUNCIL ACTION REPOI d(4) February 6, 2017 Resolution establishing a revised schedule of fees and charges for Parks and Recreation services and programming and rescinding Resolution Number 17-33 previously establishing said fees and charges. Prepared By: Chad Dyson, Recreation Superintendent Reviewed By: Juli Seydell Johnson, Parks and Recreation Director Fiscal Impact: This schedule will allow the department to plan its cost recovery mission for the next several years and make us more cost effective and efficient. Recommendations: Staff: Approval Commission: Parks and Recreation Commission, Approved on December 13, 2017. Attachments: Parks and Recreation FYI fee schedule, Resolution Executive Summary: City Code requires the Parks and Recreation Department submit a schedule of fees and charges every year for approval by the City Council. The Parks and Recreation Commission annually reviews, make suggestions and approves fees and charges for all Parks and Recreation Department services and programs. City Code requires review and passage every year. The proposed effective date of change is congruent with first day of summer registration, April 25, 2018. Background I Analysis: Parks and Recreation staff annually review the fees and charges schedule during the budget process. The schedule is reviewed to allow the department to plan for more effective cost recovery. Several factors taken into consideration during the review process include cost of living expense projections, comparative market pricing, and specific program/service users and impacts to them. For FYI staff recommended that program and rental rates be increased by a minimum of 3% to offset the projected cost of living expenditure increase. Fee increases range from $1 to $60C depending on the program or service. Several fees have recommended decreases. After attendance analysis staff felt that fees were too high and were a cause for participation decline. The following programs have decreased fee recommendations: Farmers Market stall fees for Wednesday nights will decrease from $14 to $10. Adult volleyball rate decreased from $105 to $90 due programmatic change resulting in fewer expenses. Tot time daily admission reduced from $1.50 to $1.00 due to declining attendance. r 1 CITY OF IOWA CITY �-r� COUNCIL ACTION REPORT Comparative market pricing show that our gymnasium rental rate, daily pool admission rate, and potters' studio pass should remain unchanged to stay comparable to like services in the area. Prepared by: Bill Campbell, 410 E. Washington St., Iowa City, IA 52240 319-356-5286 Resolution No. 18-31 Resolution amending the budgeted positions in the Police Department by adding one full-time Police Sergeant position. Whereas, Resolution No. 17-71, adopted by the City Council on March 7, 2017, authorized budgeted positions in the Operations Division of the Police Department for Fiscal Year 2018; and Whereas, Iowa City is one of six law enforcement agencies selected to serve as a demonstration site as part of a national initiative, titled "Integrity, Action, and Justice: Strengthening Law Enforcement Response to Domestic and Sexual Violence, "to address gender bias in response to domestic violence, sexual assault and stalking; and Whereas, The initiative will provide up to $450,000 in dedicated resources and technical assistance through September 2019 and is expected to cover the salary and benefits of the grant manager; and Whereas, To best implement and manage this program, staff recommends that budgeted positions in the Police Department be increased by adding one full-time Police Sergeant position through the promotion of a currently budgeted Police Officer. Whereas, Once program funds are exhausted, the estimated cost of promoting a currently budgeted Police Officer to Sergeant is $234 per month. Now therefore be it resolved by the City Council of the City of Iowa City, Iowa that: The budgeted positions in the Operations Division of the Police Department be amended by adding one full-time Police Sergeant. Passed and approved this 6th day of February , 20 18 Ma r ) J A pn ved b c/ ATTEST: Cc TI w/_C - City Clerk City Attorneys Office It was moved by Salih and seconded by Botchway the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton r,® CITY OF IOWA CIo_$ COUNCIL ACTION REPO 4d(5, February 6, 2017 Resolution amending the budgeted positions in the Police Department by adding one full-time Police Sergeant position. Prepared By: Captain Bill Campbell, Iowa City Police Department Reviewed By: Geoff Fruin, City Manager Fiscal Impact: External grant funds will cover all associated costs Recommendations: Staff: Approval Commission: N/A Attachments: Resolution Executive Summary: Iowa City is one of six law enforcement agencies selected to serve as a demonstration site as part of a national initiative to address gender bias in response to domestic violence, sexual assault and stalking. The initiative, titled "Integrity, Action, and Justice: Strengthening Law Enforcement Response to Domestic and Sexual Violence", will provide up to $450,000 in dedicated resources and technical assistance to the six selected agencies, and is being carried out by The International Association of Chiefs of Police (IACP), supported by the Office for Victims of Crime and in partnership with the National Crime Victim Law Institute. These organizations will work with our Police Department to assess agency efforts and to strengthen response and investigations of sexual assault, domestic/intimate partner violence, and stalking. The Iowa City Police Department will also help to create strategies, tools, and models of success to serve as a guide for law enforcement agencies nationwide. Last year, Iowa City Police officers responded to more than 700 cases of relationship -oriented crime including domestic assault, harassment and others. To best implement and manage this initiative, Police Department Command and City staff recommend direct supervisory oversight of the program by adding one full-time Police Sergeant position through the promotion of a currently budgeted Police Officer. This sergeant position was originally proposed in the FY19 budget, but is being requested now due to this grant. This Sergeant would directly oversee the above outlined initiative, as well as supervise the currently budgeted Domestic Violence Investigator (Police Officer level position). Grant funds are expected to cover the entire salary and benefits of the grant manager. Once grant funds end in September 2019, the Department intends to continue to utilize this new Sergeant position within the Investigations Section for direct supervision of its Street Crimes Action Team (SCAT). The estimated ongoing cost of this promotion of a currently budgeted Police Officer to Sergeant is $234 per month (based on current salary and benefit levels). Prepared by: Sara Greenwood Hektoen, Asst. City Attorney, 410 E. Washington St., Iowa City, IA 52240, 356-5030 Resolution No. 18-32 Resolution Authorizing an Amendment to the Subdivider's Agreement for Larson Subdivision. Whereas, the City, Charles Jeffrey Larson, Michelle Larson, and Hampstead Woods, L.L.C. entered into a Subdivider's Agreement for the Larson Subdivision, Iowa City, Iowa, approved by the City Council on June 20, 2017 (Resolution 17-214, and recorded in the Johnson County Recorder's Office on September 28, 2017 in Book 5708, Pages 362-389; and Whereas, said subdivider's agreement encumbers all property within the subdivision with obligations regarding installation of storm water management facilities, payment of a fee to extend watermain to Lot 1, and payment of a fee in lieu of providing neighborhood open space; and Whereas, owners have requested this amendment to eliminate the storm water detention obligations from Lot 1 and to modify the water main extension and neighborhood open space obligations; and Whereas, the owners of Lot 1 desire to sell the lot to a third -party owner of adjacent property who intends to use the property for either open space or parking; an d Whereas, Staff finds the requested amendments to be reasonable, given that Lot 1 will not drain to the storm water detention basin, the amount of neighborhood open space fees to be paid in lieu of dedicating land will not be reduced, and unless Lot 1 is used for residential purposes, there is no need for water main to be extended to the property. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that The Amendment to the Subdivider's Agreement attached hereto is hereby approved. 2. Upon direction of the City Attorney, the Mayor is authorized to sign and the City Clerk to attest any and all documentation necessary to effectuate these agreements, including the execution of the attached documents, and to record all necessary documentation at Hampstead Wood's expense. Passed and approved this 6th day of February 018. MAYOR O Approved by ATTEST: ' P 1icC�.' ✓I{sr� CI CLERK City Attorney's Office.. � �i� Resolution No. Page 2 18-32 It was moved by salih and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway X, Cole x Mims x Salih x Taylor x_ Thomas X- Throgmorton Prepared by: Douglas D. Ruppert, 122 South Linn Street, Iowa City, IA 52240, (319) 338-9222 Return to: Douglas D. Ruppert, 122 South Linn Street, Iowa City, IA 52240 AMENDMENT TO SUBDIVIDER'S AGREEMENT LARSON SUBDIVISION, IOWA CITY, IOWA THIS AMENDMENT TO SUBDIVIDER'S AGREEMENT is made by and among Charles Jeffrey Larson and Michelle A. Larson, husband and wife, (hereinafter "Larson') as the titleholders to Lot 1 and Lot A of Larson Subdivision, Iowa City, Iowa, and Hampstead Woods, LLC, an Iowa Limited Liability Company, (hereinafter "Hampstead Woods') as the titleholder to Lot 2 of Larson Subdivision, Iowa City, Iowa, and the City of Iowa City, Iowa, a municipal corporation, hereinafter referred to as the "City." WITNESSETH: The parties previously executed a Subdivider's Agreement for Larson Subdivision, Iowa City, Iowa, said Agreement having been recorded September 28, 2017 in Book 5708, Page 362, Miscellaneous Records of Johnson County, Iowa; and The parties now desire and agree to amend the above -referenced Subdivider's Agreement as follows: 1. Notwithstanding any provision to the contrary in the Subdivider's Agreement, the lien for the construction and installation of the stormwater management facilities ("Facilities") shall not attach to Lot 1 or Lot A, Larson Subdivision, Iowa City, Iowa. The lien for the construction and installation of the Facilities shall attach only to Lot 2, Larson Subdivision, Iowa City, Iowa. To the extent a lien for the installation and construction of the Facilities previously attached to Lot 1 and Lot A, Larson Subdivision, Iowa City, Iowa, City, with the execution of this Amendment, said lien is hereby released. 2. Section 8, Neighborhood Open Space, shall be deleted in its entirety and replaced with the following: SECTION 8. NEIGHBORHOOD OPEN SPACE. Pursuant to Section 14-7D-4 of the Iowa City Code of Ordinances, Hampstead Woods shall pay to the City $42,105.26 in lieu of dedicating 18,731 square feet of land to the City for open space. Prior to the issuance of a building permit for Lot 1, Larson Subdivision, Hampstead Woods shall pay $6,867.37 of the open space fee. Prior to the issuance of a building permit for Lot 2, Larson Subdivision, Hampstead Woods shall pay all of the open space fee if the open space fee allocated to Lot 1 has not previously been paid or the balance of the open space fee if the open space fee allocated to Lot 1, Larson Subdivision, has been previously paid. 3. Section 9, Miscellaneous, Subparagraph D, is deleted in its entirety and replaced with the following: SECTION 9. MISCELLANEOUS. D. Prior to issuance of a building permit for any residential use on Lot 1, the owner shall be responsible for providing the lot with water main supply system pursuant to Iowa City Code of Ordinances 15-3-9. 4. Except as amended herein, the remaining terms and provisions of the Subdivider's Agreement remain unchanged. Dated this 6th day of February, 2018. 2 r Charles 10Xr son Michelle A. Larson STATE OF IOWA ) ) ss: JOHNSON COUNTY ) This instrument was acknowledged before me on this Q"� day of February, 2018, by Charles Jeffrey Larson and Michelle A. Larson, husband and wife. A'. c 6. L Li (1'� L� of y Public in and fo the State of Iowa =4ALJ iI!'tc.=:!:a�i r# 11•.79MMJSSION &7-1":ESi - av STATE OF IOWA ) ss: JOHNSON COUNTY HAMPSTEAD WOODS, LLC By: �Z'U XG /` /X- Kevin Hanick, Manager This instrument was acknowledged before me on this day of February, 2018, by Kevin Hanick, as Manage�,Qf Hampstead Woods, LLC. in and for Ue�$Nte of Iowa PaIA� s DOUGLAS D. RUPPERT o Commission Number 128989 My =m qNA Cl CITY OF IOWA CITY, IOWA By: ` • / ' h/ Throgmorton, Mayor By:ZSL Kellie Fruehl' , City Clerk ) ss: JOHNSON COUNTY This instrument was acknowledged before me on Februaryt/o h 2018, by James A. Throgmorton and Kellie Fruehling, as Mayor and City Clerk, respectively, of the City of Iowa City, Iowa. c~ a CHRISTINE OLNEY Notary Public in and for th tate of Iowa Commission Number 806232 . t My Com missio F�cpires iov✓n -S-off CITY OF IOWA CITY COUNCIL ACTION REPORT September 5, 2017 Resolution authorizing an Amendment to the Subdivider's Agreement for Larson Subdivision. Late Handouts Distributed Prepared By: Sara Hektoen, Assistant City Attorney Reviewed By: Eleanor Dilkes, City Attorney Fiscal Impact: None :Z 157 $ Recommendations: Staff: Approval Commission: N/A (Date) Attachments: Resolution and Subdivider's Agreement Amendment Executive Summary: This amendment will allow one single-family lot to be conveyed without encumbrance for payment of a watermain fee or installation of a stormwater detention facility. Background / Analysis: The Larson Subdivision is a 2 -lot subdivision, for which one lot is a single-family lot and the other is planned for development with two multi -family structures. The owner of the single-family lot now wishes to convey its lot to a third -party owner of adjacent land to be used for open space or a parking lot. This amendment would help clear title for Lot 1. It is appropriate because Lot 1 will not drain into the planned stormwater detention basin and for so long as no residential uses are established on Lot 1, there is no need for watermain to be extended to that property. Furthermore, this amendment modifies the allocation of the neighborhood open space to each lot. r Prepared by: Scott Sovers, Sr. Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5142 Resolution No. 18 -35 Resolution setting a public hearing on February 20, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Pedestrian Mall Improvements 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 Pedestrian Mall Reconstruction account # R4340. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: 1. 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 20th day of February 2018, 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. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the 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 6th day of February / 2018 M or /ftppfoved bye Attest: C C Clerk City Attorney's Office It was moved by Mims_ and seconded by salih adopted, and upon roll call there were: Ayes: Nays: Absent: the Resolution be Botchway Cole Mims Salih Taylor Thomas Throgmorton r 1 CITY OF IOWA C COUNCIL ACTION REP=02-06-18 February 6, 2018 Resolution setting a public hearing on February 20, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Pedestrian Mall Improvements Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Prepared By: Scott Sovers — Sr. Civil Engineer Reviewed By: Jason Havel — City Engineer, Ron Knoche — Public Works Director, Geoff Fruin — City Manager Fiscal Impact: $6,801,071, available in the Pedestrian Mall Reconstruction account #R4340. Recommendations: Staff: Approval Commission: N/A Attachments: Resolution, Cost Estimate Executive Summary: This agenda item begins the bidding process for the Pedestrian Mall Improvements Project. This project generally includes the replacement of deteriorated pavements, upgrading of existing utilities, enhancement of existing landscaping features, replacement of site furnishings and installation of a permanent stage near the weather dance fountain within the Pedestrian Mall. The Pedestrian Mall is more specifically defined as College Street (Clinton Street to Linn Street) and Dubuque Street (Washington Street to College Street). In addition, the construction of a canopy at the performance stage and a shade structure at Blackhawk Mini Park will be bid as alternates for possible inclusion in the project, depending on the bids received. The main objective of the project is to replace aging public infrastructure and to improve the overall pedestrian experience within Iowa City's central gathering space. Background / Analysis: The City Council formally adopted the Iowa City Downtown and Pedestrian Mall Master Plan on March 25, 2014. The plan contained an implementation strategy that included projects that were selected to address safety and public infrastructure needs. Of the twelve (12) projects listed in the master plan, the Pedestrian Mall Improvements Project was rated as one of the highest priority projects. This was based upon both the City and the public's desire to not only replace aging public infrastructure, but also to enhance this space to better accommodate existing and future uses, while renewing the vibrancy of the Pedestrian Mall. The plans, specifications, form of contract, and estimate of cost for construction of the Pedestrian Mall Improvements Project have been filed in the Office of the City Clerk for public examination. I CITY OF IOWA CITY Z% COUNCIL ACTION REPORT The estimated construction cost (base bid) is $6,801,071. In addition to the base bid, there are three bid alternates. They are as follows: Alternate #1: Canopy for the performance stage — estimated construction cost of $883,700 Alternate #2: Blackhawk Mini Park shade structure - estimated construction cost of $154,000 Alternate #3: Salvaging and palletization of existing brick - estimated construction cost of $140,000 The plans and specifications are structured to allow the City to accept the base bid only or base bid and any combination of the three bid alternates. For reference, the base bid plus all of the alternates totals $7,978,771. The project is expected to be completed in the fall of 2019. Pedestrian Mall Improvements Estimated Construction Costs 1/26/2018 Description Estimated Cost Base Bid Construction Survey and Temporary Fencing $ 138,812.00 Demolition $ 1,010,795.00 Earthwork $ 254,991.00 Paving $ 2,212,997.00 Site Improvements (planters, story walls, benches, trash recepticles, kiosks) $ 1,345,633.00 Structure foundations $ 51,407.00 Irrigation $ 43,046.00 Plantings $ 269,101.00 Water main $ 302,617.00 Storm Sewer $ 254,250.00 Electrical (includes Clinton & College Traffic Signal) $ 683,675.00 Fiber Optic/telecom $ 233,747.00 Subtotal $ 6,801,071.00 Bid Alternates Alternate #1: Canopy @ Performance Stage $ 883,700.00 Alternate #2: Blackhawk Mini Park Shade Structure $ 154,000.00 Alternate #3: Remove and Salvage Brick Surfacing $ 140,000.00 Subtotal $ 1,177,700.00 Project Total $ 7,978,771.00 Y Prepared by: Jason Havel, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)3565410 Resolution No. 18-33 Resolution setting a public hearing on February 20, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Iowa City Landfill and Recycling Center Cell FY18 Construction 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 Landfill Cell Design and Construction account # L3331. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. 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 20th day of February, 2018, 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. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the 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 6th day of February / _'20118 G, M or oved bye T Attest: ' EL' w ( �t cc- - City Clerk City Attorney's Office It was moved by saiih and seconded by sotchway the Resolution be adopted, and upon roll call there were: Ayes: x x Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton t r 1 CITY OF IOWA CI 2W1COUNCIL ACTION REPO 4e131 February 6, 2018 Resolution setting a public hearing on February 20, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Iowa City Landfill and Recycling Center Cell FY18 Construction Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Prepared By: Jason Havel — City Engineer Reviewed By: Ron Knoche — Public Works Director Geoff Fruin — City Manager Fiscal Impact: Estimated construction costs are $1,565,000, available in the Landfill Cell Design and Construction account # L3331 Recommendations: Staff: Approval Commission: N/A Attachments: Resolution Executive Summary: This item begins the bidding process for construction of the Iowa City Landfill and Recycling Center Cell FY18 Construction Project. Background I Analysis: This project involves the construction of a new 7.2 -acre landfill cell, providing approximately 5.5 additional years' worth of space. It is estimated the current landfill cell has approximately one year of life remaining. The new cell will be located to the north of the most recent active cell on the landfill site. The footprint for the new cell was excavated with the previous cell excavation and the access road was also established as part of the previous project. A portion of the drainage system (manholes) are also already in place. The estimated construction cost for the project is $1,565,000, and will be funded with Landfill revenues. Prepared by: Wendy Ford, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5248 Resolution No. 18-34 Resolution determining the necessity of and setting dates of a consultation (March 2) and public hearing (March 20) on a proposed Foster Road Urban Renewal Plan in the City of Iowa City, Iowa. Whereas, it is hereby found and determined that one or more economic development areas, as defined in Iowa Code Section 403.17, exist within the City where construction of public improvements related to housing and residential development is necessary and in the interest of the public health, safety, or welfare of the residents of the City; and Whereas, this Council has reasonable cause to believe that the area described below satisfies the eligibility criteria for designation as an urban renewal area under Iowa law and has caused there to be prepared a proposed Foster Road Urban Renewal Plan for the area, which proposed Plan is attached hereto; and Whereas, this proposed Urban Renewal Area includes and consists of the following legally described property: Commencing at the Northwest corner of Lot 16, Balls Subdivision, as shown in Plat Book 3, Page 100; proceeding northeasterly along the south right-of-way line of Foster Road, as shown in Exhibits A-1 and B-1 of the Condemnation records recorded in Book 3100, Page 358; thence following said ROW line to its intersection with the East-West'/ Section line Of NW % of Section 3, Township 79N, Range 6W; thence East along said Section line to the SE corner of the NE Y4 of the NW'/ of Section 3, Township 79N, Range 6W; thence continuing East along the East-West 1/4 section line to the SW corner of the NE 114 of the NE 1/4 of Section 3, Township 79N, Range 6W, as shown on the Final Plat of a re -subdivision of Lot 30, Conway's Subdivision, Plat Book 17, Page 53; thence North along the West line of Lot 30, Conway's Subdivision, Plat Book 4, Book 253, to the Northwest corner of Lot 25, Conway's Subdivision, Plat Book 4, Page 253; thence northeasterly along the North boundary of Conway's Subdivision to the Northeast corner of Lot 15 and continuing easterly to the eastern Prairie Du Chien Road ROW line; thence northwesterly along the eastern ROW line to the Northeast corner of Auditor's Parcel "A", recorded in Plat Book 32, Page 52, said line also being the South ROW of Interstate 80 as shown in the Plat of Survey recorded in Book 32, Page 53 and as described in Book 4224, Page 896 and Book 2944, Page 267; thence West along the Southl-80 ROW to the Northwestern corner of Lot 4, Yocum Subdivision, Plat Book 5, Page 77, said corner being the intersection of the 1-80 South ROW line and the East-West line between Section 3, Township 79N, Range 6W and Section 34, Township 80N, Range 6W; thence East along said section line to the Northwest corner of Auditor's Parcel 2014052, Book 58, Page 324; thence South along the West side of said Parcel to the Southeast corner of Pine Ridge Subdivision, Plat Book 46, Pagel 57; thence westerly along the south side of Pine Ridge Subdivision to the Southwest corner of Lot 1, Pine Ridge Subdivision; thence Southeasterly to the point of beginning. Whereas, Iowa Code requires the City Council to submit the proposed Foster Road Urban Renewal Plan to the Planning and Zoning Commission for review and recommendation as to its conformity with the Comprehensive Plan prior to City Council approval of such urban renewal plan, and further provides that the Planning and Zoning Commission shall submit its written recommendations thereon to this Council within thirty (30) days of its receipt of such proposed Foster Road Urban Renewal Plan; and Resolution No. 1 R-44 Page 2 Whereas, Iowa Code further requires the City Council to notify all affected taxing entities of the consideration being given to the proposed Foster Road Urban Renewal Plan and to hold a consultation with such taxing entities with respect thereto, and further provides that the designated representative of each affected taxing entity may attend the consultation and make written recommendations for modification to the proposed division of revenue included as a part thereof, to which the City shall submit written responses as provided in Section 403.5 as amended; and Whereas, Iowa Code further requires the City Council to hold a public hearing on the proposed Foster Road Urban Renewal Plan subsequent to notice thereof by publication in a newspaper having general circulation within the City, which notice shall describe the time, date, place and purpose of the hearing, shall generally identify the urban renewal area covered by the urban renewal plan and shall outline the general scope of the urban renewal project under consideration, with a copy of said notice also being mailed to each affected taxing entity. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA: Section 1. That the consultation on the proposed Foster Road Urban Renewal Plan required by Section 403.5(2) of the Code of Iowa, as amended, shall be held Friday, March 2, 2018 in the City Managers Conference Room, Civic Center, Iowa City, Iowa at 11:30 a.m. and Wendy Ford, Economic Development Coordinator, is hereby appointed to serve as the designated representative of the City for purposes of conducting said consultation, receiving any recommendations that may be made with response thereto and responding to the same in accordance with Section 403.5(2). Section 2. That the City Clerk is authorized and directed to cause a notice of said consultation to be sent by regular mail to all affected taxing entities, as defined in Section 403.17(1A), along with a copy of the proposed Foster Road Urban Renewal Plan, said notice to be in substantially the following form: Notice of a consultation to be held between the City of Iowa City, Iowa and all affected taxing entities concerning the proposed Foster Road Urban Renewal Plan for the City of Iowa City, Iowa The City of Iowa City Iowa will hold a consultation with all affected taxing entities, as defined in Section 403.17(1) of the Code of Iowa, as amended, commencing at 11:30 o'clock A.M. on March 2, 2018, in the City Manager's Conference Room, City Hall, Iowa City, Iowa concerning a proposed Foster Road Urban Renewal Plan, a copy of which is attached hereto. Each affected taxing entity may appoint a representative to attend the consultation. The consultation may include a discussion of the estimated growth in valuation of taxable property included in the proposed Urban Renewal Area, the fiscal impact of the division of revenue on the affected taxing entities, the estimated impact on the provision of services by each of the affected taxing entities in the proposed Urban Renewal Area, and the duration of any bond issuance included in said Plan. The designated representative of any affected taxing entity may make written recommendations for modification to the proposed division of revenue no later than seven days following the date of the consultation. Wendy Ford, Economic Development Coordinator, as the designated representative of the City of Iowa City, shall submit a written response to the affected taxing entity, no later than seven days prior to the public hearing on the proposed Foster Road Resolution No. is -34 Page 3 Urban Renewal Plan, addressing any recommendations made by that entity for modification to the proposed division of revenue. This notice is given by order of the City Council of the City of Iowa City, Iowa, as provided by Section 403.5 of the Code of Iowa, as amended. Dated this day of City Clerk, Iowa City, Iowa (END OF NOTICE) Section 3. That a public hearing shall be held on the proposed Foster Road Urban Renewal Plan before the City Council at its meeting which commences at 7:00 p.m. on March 20, 2018 in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa. Section 4. That the City Clerk is authorized and directed to give public notice of this public hearing in the 'Press -Citizen," once on a date not less than four (4) nor more than twenty (20) days before the date of said public hearing, and to mail a copy of said notice by ordinary mail to each affected taxing entity, such notice in each case to be in substantially the following form: Notice of public hearing to consider approval of a proposed Foster Road Urban Renewal Plan for a proposed urban renewal area in the City of Iowa City, Iowa The City Council of the City of Iowa City, Iowa will hold a public hearing at its meeting on March 20, 2018 which commences 7:00 p.m. in the Emma J. Harvat Hall, 410 E. Washington Street, City Hall, Iowa City, Iowa to consider adoption of a proposed Foster Road Urban Renewal Plan (the "Plan") concerning a proposed Urban Renewal Area in Iowa City, Iowa located generally between Dubuque Street and Prairie Du Chien, south of 1-80 and north of Bjaysville Road in Iowa City, Iowa. A copy of the Plan is on file for public inspection in the office of the City Clerk, City Hall, 410 E. Washington Street, Iowa City, Iowa. The City of Iowa City, Iowa is the local agency which, if such Plan is approved, shall undertake the urban renewal activities described in such Plan. The general scope of the urban renewal activities under consideration in the Plan is to execute development agreements for the construction of Foster Road connecting Dubuque Street to Prairie du Chien Road as part of a project to construct a senior living and townhome residential development, and to set aside assistance for low to moderate income households. To accomplish the objectives of the Plan, and to encourage the further development of the Urban Renewal Area, the plan provides that such special financing activities may include, but not be limited to, the making of loans or grants of public funds to private entities under Chapters 403 and 15A of the Code of Iowa. The Plan provides that the City may issue bonds or use available funds for such purposes and that tax increment reimbursement of such costs will be sought if and to the extent incurred by the City. Any person or organization desired to be heard shall be afforded an opportunity to be heard at such hearing. This notice is given by order of the City Council of Iowa City, Iowa, as provided by Section dn3.5 of the State r'•nde of Iowa. Dated this _ day of s/Kellie Freuhling City Clerk, Iowa City, Iowa Resolution No. 18-34 Page 4 (END OF NOTICE) Section 5. That the Foster Road Urban Renewal Plan attached hereto is officially declared to be the proposed Foster Road Urban Renewal Plan referred to in said notices for purposes of such consultation and hearing and that a copy of said Plan shall be placed on file in the office of the City Clerk. Section 6. That the proposed Foster Road Urban Renewal Plan be submitted to the Planning and Zoning Commission for review and recommendation as to its conformity with the General Plan for the development of the City as a whole, with such recommendation to be submitted in writing to the Council within thirty (30) days of the date hereof. PASSED AND APPROVED this6th day ofFebruary , 2018. G . MiVyor ATTEST: it Passed and approved this qday of February 2018. Al 0 /fit �(% ✓�� / - i')-i:� City Attorney's Office Foster Road Urban Renewal Plan City of Iowa City, Iowa 2018 Table of Contents Section 1 — Introduction Section 2 — Description of Urban Renewal Area Section 3 — Area Designation Section 4 — Base Value Section 5 — Urban Renewal Plan Objectives Section 6 — Proposed Urban Renewal Activities Section 7 — Proposed Urban Renewal Projects Section 8 — Conformance with Land Use Policy and Zoning Ordinance Section 9 — Relocation Section 10 — Financial Data Section 11 — Urban Renewal Plan Amendments Section 12 —Property Acquisition/Disposition Section 1.3 — Effective Period Section 14- Severability Clause Addendum No. 1 — Legal Description Addendum No. 2 — Location Map Section 1- Introduction This Urban Renewal Plan ('Plan") for the Foster Road Urban Renewal Area ("Urban Renewal Area" or "Area") has been developed to help local officials promote economic development within Iowa City, Iowa. The City has determined that the Area is appropriate for public improvements related to housing and residential development. This Plan contemplates that tax increment financing may be used to assist in the construction of Foster Road from Dubuque Street east to Prairie du Chien. The primary goal of such project is to stimulate construction of housing and residential development. Development in this area is guided by the North District Plan and the IC2030Comprehensive Plan, as amended. These plans note that some of the most valued aspects of the North District pose the most challenges for development. The steep, rugged terrain makes road and residential construction difficult. They note that City financial participation in the completion of the construction of Foster Road between Dubuque Street and Prairie du Chien may be necessary, given these challenges. To achieve the primary objectives of this Plan, the City of Iowa City shall undertake the urban renewal activities as specified in this Urban Renewal Plan, pursuant to the powers granted to it under Chapters 15A and 403 of the 2017 Code of Iowa, as amended. Section 2- Description of Urban Renewal Area The legal description of this Urban Renewal Area is attached and incorporated herein as Addendum No. 1 — Legal Description and depicted in Addendum No. 2 — Location Map. Section 3- Area Designation With the adoption of this Plan, Iowa City designates this Urban Renewal Area as an economic development area appropriate for public improvements related to housing and residential development. Therefore, in accordance with Iowa Code Section 403.22, a percentage of the incremental revenues (or other revenues) generated by the development must be used to provide assistance to low and moderate income (LMI) households. LMI households are those whose incomes do not exceed 80% of the median Johnson County income. The amount of incremental revenues (or other revenues) to be provided for LMI housing in the community shall be either equal to or greater than the percentage of the original project costs (i.e., the amount of TIF funds used to reimburse infrastructure costs serving the housing development in the Area) that is equal to the percentage of LMI households living in Johnson County. That percentage is currently 44.83, The requirement to provide assistance for LMI housing may be met by one or more of the following three options: 1. Providing that at least 45% of the units constructed in the Area are occupied by LMI households; 2. Ensuring that 45% of the housing units constructed within the Area are priced at amounts affordable to LMI households; or 3. Setting aside an amount equal to or greater than 45% of the project costs to be used for LMI housing activities anywhere in the City. Such LMI housing activities may include, but are not limited to: a. Construction of LMI housing; b. Owner/renter-occupied housing rehabilitation for LMI households; c. Grants, credits, or other direct assistance for LMI households; d. Homeownership assistance for LMI households; e. Tenant -based rental assistance for LMI households; f. Down payment assistance for LMI households; g. Mortgage interest buy -down assistance for LMI households; and h. Under appropriate circumstances, the construction of public improvements that benefit LMI households. Section 4- Base Value If the Foster Road Urban Renewal Area is legally established, a Tax Increment Financing (TIF) Ordinance is adopted, and debt is certified prior to December 1, 2018, the taxable valuation within the area included in the TIF Ordinance as of January 1, 2017, will be considered that area's frozen "base value". If debt is not certified until a later date or if a TIF ordinance is not adopted until later, the "base value' will be the assessed value of the taxable property within the TIF Ordinance area as of January 1 of the calendar year preceding the calendar year in which the City first certifies the amount of any debt on the Foster Road Urban Renewal Area. Section 5- Urban Renewal Plan Goals and Objectives The overall goal of this Plan is to foster the development of the Area through the use of public and private resources for senior and multifamily housing units, as well as foster construction of public improvements related to such housing and residential development. Further goals include: 1. Meeting the needs of special elements of the population, such as the elderly or persons with disabilities; 2. To encourage and support development that will expand the taxable values of property within the Urban Renewal Area; 3. To provide for the orderly physical and economic growth of the city; 4. To provide other support as allowed under Iowa Code Chapters 15,15A and 403; 5. To provide a suitable living environment through safer, more livable and accessible neighborhoods, and increased housing opportunities; and 6. To help finance the cost of constructing public utility and infrastructure extensions and improvements in support of residential development. 7. To improve the health, safety, living environment, general character, and general welfare of Iowa City, Iowa. 8. To stimulate, through public action and commitment, private investment in new residential development. 9. To increase the availability of housing opportunities; which may in turn attract and retain local industries and commercial enterprises that will strengthen and revitalize the economy of the State of Iowa and the City of Iowa City. 10.To promote development utilizing any other objectives allowed by Chapter 403 of the Code of Iowa. The following objectives derived from these goals are hereby established: 1. Undertake and cavy out the urban renewal project set forth in Section 7 below; 2. Use any or all other powers granted to the City by the Urban Renewal Act to develop and provide for improved economic conditions in the City and the State of Iowa; 3. To connect neighborhoods, reducing transportation time, allowing greater access for pedestrians, bikers and public transportation; and 4. Open opportunities for development of single and multi -family residential units for those with special needs, as well as other uses that may be consistent with the Comprehensive Plan and zoning code. Section 6 - Proposed Urban Renewal Activities To meet the objectives of this Urban Renewal Plan, the City intends to utilize the powers conferred under Chapter 403 and Chapter 15A, Code of Iowa, the City may engage in the following proposed Urban Renewal Activities: 1. Execute development agreements, retain the services of qualified professional consultants and execute any other contracts and instruments necessary to achieve the Plan Goals, Objectives and Projects. 2. Make or have made surveys and plans necessary for the implementation of the Urban Renewal Plan or specific urban renewal projects. 3. Tax Increment Financing. To the full extent allowed by Iowa Code Chapter 403 and Division III of Chapter 384, the City may issue general obligation bonds, tax increment revenue bonds, internal loans or such other obligations or loan agreements, and seek tax increment reimbursement for, among other things, the costs of urban renewal projects (if and to the extent incurred by the City), including, but not limited to: Constructing public improvements, such as streets, sidewalks, sanitary sewers, storm sewers, water mains, utilities or other related facilities. b. Providing the local matching share of state or federal grant and loan programs. c. Making loans or grants or other incentives related to urban renewal projects. d. Other authorized urban renewal projects. 4. To acquire property through a variety of means (purchase, lease, option, etc.) and to hold, clear, or prepare the property for redevelopment. 5. To dispose of property so acquired. 6. To arrange for, or cause to be provided, the construction or repair of infrastructure, including but not limited to, streets, sidewalks, water mains, sanitary sewer, storm water drainage, gas and electric utilities, street lighting, or other public improvements in connection with urban renewal projects. 7. To vacate, dedicate, or obtain certain public roadways, or utility easements when deemed necessary to provide access to new and/or residential developments. S. To provide for relocation of persons, businesses, and industries displaced by the project, if necessary. 9. To make loans, forgivable loans, tax rebate payments, or other types of grants or incentives to private persons, organizations, or businesses for economic development purposes or residential projects, on such terms as may be determined by the City Council. 10. To borrow money and to provide security therefor. 11. To use any or all other powers granted by the Urban Renewal Act to develop and provide for improved economic conditions for the City of Iowa City and the State of Iowa. Nothing herein shall be construed as a limitation on the power of the City to exercise any lawful power granted to the City under Chapter 15, Chapter 15A, Chapter 403, Chapter 4276, or any other provision of the Code of Iowa in furtherance of the objectives of this Urban Renewal Plan. The Council's determination to undertake any of these activities shall be based upon its economic development policy, which may be amended from time to time, as necessary in Council's discretion, and on additional performance criteria the Council finds appropriate on a case-by-case basis. Section 7 — Proposed Urban Renewal Projects A. Public Improvements and Related Development Agreement: Under authority granted by the Plan, the City anticipates entering into a Development Agreement (the "Agreement') with University Lake Partners Il, LLC (the "Developer"). The Agreement would obligate the Developer to construct certain Minimum Improvements (as defined in the Agreement) on certain real property located within the Urban Renewal Area as defined and legally described in the Development Agreement, consisting of the construction of an approximate 53 -unit senior living residential building and approximately 59 townhomes in a mix of duplex, three-, four-, five-, and one seven- plex configuration, under the terms and following satisfaction of the conditions set forth in the Agreement. The Agreement further proposes that Developer will pay for the costs of the Public Improvements supporting the project as described below: Project Approximate Date Estimated Cost Rationale Construction of Foster 2018-2019 Not to exceed Necessary infrastructure Road public $4,000,000 for residential infrastructure between development. Support Dubuque Street and transportation network Prairie du Chien Rd., as that encourages walking, part of a project to biking, and public transit. construct and provide access to a senior living residential building and townhomes. The Agreement would then obligate the City to make up to ten (10) consecutive annual payments of Economic Development Grants to Developer consisting of 55% of the Tax Increments pursuant to the Iowa Code Section 403.19 and generated by the construction of private development within the urban renewal area, the cumulative total for all such payments not to exceed the cost of the public improvements advanced by the Developer. These grants will not be general obligations of the City but will be payable solely from incremental property taxes generated by the private development. Unless LMI housing is constructed as part of the project, the City will set aside 45% of the Tax Increments pursuant to the Iowa Code Section 403.19 generated by the construction of the Minimum Improvements and use those funds to support LMI housing anywhere in the community. The City expects to enter into a development agreement with Developer (or a related entity or another entity) that provides detailed terms and conditions, not all of which are included in this Plan. B. Planning, Engineering, Attorney, and Administrative Fees, and Other Related Costs to Support Urban Renewal Projects and Planning: Project Estimated Date Estimated Cost to be Funded with TIF Funds Fees and Costs 2017-2019 Not to Exceed $100,000 Section 8- Conformance with Land Use Policy and Zoning Ordinance A. Comprehensive Plan This Urban Renewal Area is located within the North District, as designated in the adopted IC2030 Comprehensive Plan, the City's general plan for the physical development of the City as a whole, and more particularly described in the North District Plan, a district - specific comprehensive plan. The North District Plan Map shows the proposed extension of Foster Road between Dubuque Street east to Prairie du Chien Road, noting that it would provide an alternative east -west street route in this Area which may relieve traffic pressure from Kimball Road and create new opportunities to connect existing neighborhoods. It would further open up the possibility of new residential development in this area, noting that development will be constrained by the rugged, wooded terrain and the 100 -foot wide gas pipeline easement that cuts across this neighborhood. In sum, the goals, objectives and projects set forth in this Plan are in conformity with the City's Comprehensive Plans. B. Current and Proposed Zoning and Land Uses Currently the Urban Renewal Area is largely undeveloped green space, with rolling hills and a few multi -family units, and zoned High Density Single Family (RS -12) as defined by the Iowa City Zoning Code. This high density single-family residential zone is intended to provide for development of single-family dwellings, duplexes and attached housing units at a higher density than in other single-family zones. Because this zone represents a relatively high density for single-family development, dwellings should be built in close proximity to all city services and facilities, especially parks, schools and recreational facilities. Special attention should be given to site design to ensure the development of quality neighborhoods. Nonresidential uses and structures permitted in this zone should be planned and designed to be compatible with the character, scale, and pattern of the residential development. A sensitive areas overlay rezoning is anticipated in light of the sensitive areas located in the urban renewal area. Right-of-way for the Foster Road Extension Project described in Section 7 above, herein has been dedicated to the City, though additional right-of-way or easements may be necessary to construct the street and install the utilities. This Urban Renewal Plan does 0 not in any way replace or modify the City's current land use planning or zoning regulation process. Section 9- Relocation For the proposed Foster Road Extension Project described in Section 7 above, the right- of-way has been dedicated to the City with no residential uses thereon. The Area is largely undeveloped, so the City does not expect there to be any relocation required as part of the eligible urban renewal projects identified herein; however, if any relocation is necessary, the City will follow all applicable relocation requirements as contemplated pursuant to Iowa Code sections 403.5(4)(a) and 403.6(7). Section 10- Financial Data Constitutional Debt Limit: $ 267,511,393 Current general obligation debt: $ 51,645,000 3. Proposed amount of indebtedness to be incurred: Although a specific amount of tax increment debt to be incurred (including direct grants, loans, advances, indebtedness, or bonds) for projects over time has not yet been determined, it is anticipated that the cost of the Proposed Urban Renewal Activities and Proposed Projects identified in Section 6 and 7 above will not exceed $3.5 and $4.1 million. In no event will debt be incurred that would exceed the City's debt capacity. It is further expected that loans, advances, indebtedness or bonds to be incurred for the Proposed Project or subsequent projects, including interest on the same, will be financed in whole or in part with tax increment revenues from the Urban Renewal Area. The City Council will consider each request for financial assistance or a project proposal on a case-by-case basis to determine if it is in the City's best interest to participate. Section 11- Urban Renewal Plan Amendments This Urban Renewal Plan may be amended from time to time for a number of reasons, including, but not limited to changes in the boundary; to modify goals, objectives, or types of activities; or to amend property acquisition and disposition provisions. If the City of Iowa City desires to amend this Urban Renewal Plan, it shall do so in conformance with applicable state and local laws. Section 12 - Property Acquisition/Disposition If property acquisition/disposition by the City becomes necessary to accomplish the objectives of the Plan, such acquisition/disposition will be carried out, without limitation, in accordance with the Iowa Code. Section 13 - Effective Period 7 This Urban Renewal Plan will become effective upon its adoption by the City Council of Iowa City and will remain in effect as a plan until it is repealed by the City Council. With respect to the property included within this Foster Road Urban Renewal Area, which is also included in an ordinance which designates that property as a tax increment area, the use of incremental property tax revenues or the "division of revenue," as those words are used in Chapter 403 of the Code of Iowa, is limited with respect to public improvement projects related to non-LMI housing and residential development to ten (10) fiscal years beginning with the second fiscal year after the year in which the municipality first certifies to the county auditor the amount of debt which qualifies for payment from the division of the revenue in connection with any such project. The division of revenues from the Urban Renewal Area shall continue for the maximum period allowed by law. It is also anticipated that separate TIF ordinances for separate parcel(s) may be adopted as development in the Area warrants. In that case, each separate TIF ordinance may have a separate base and separate sunset or expiration date. At all times, the use of tax increment financing revenues (including the amount of loans, advances, indebtedness or bonds which qualify for payment from the division of revenue provided in Section 403.19 of the Code of Iowa) by the City for activities carried out in the Foster Road Urban Renewal Area shall be limited as deemed appropriate by the City Council and consistent with all applicable provisions of law. Section 14: Severability Clause If any part of this Plan is determined to be invalid or unconstitutional, such invalidity or unconstitutionality shall not affect the validity of the Plan as a whole or any part of the Plan not determined to be invalid or unconstitutional. 0 Addendum No. 1 Legal Description Commencing at the Northwest corner of Lot 16, Balls Subdivision, as shown in Plat Book 3, Page 100; proceeding northeasterly along the south right-of-way line of Foster Road, as shown in Exhibits A-1 and B-1 of the Condemnation records recorded in Book 3100, Page 358; thence following said ROW line to its intersection with the East-West ''% Section line of NW '/. of Section 3, Township 79N, Range 6W; thence East along said Section line to the SE comer of the NE'% of the NW '% of Section 3, Township 79N, Range 6W; thence continuing East along the East-West 1/4 section line to the SW comer of the NE 1/4 of the NE 1/4 of Section 3, Township 79N, Range 6W, as shown on the Final Plat of a re- subdivision of Lot 30, Conway's Subdivision, Plat Book 17, Page 53; thence North along the West line of Lot 30, Conway's Subdivision, Plat Book 4, Book 253, to the Northwest comer of Lot 25, Conway's Subdivision, Plat Book 4, Page 253; thence northeasterly along the North boundary of Conway's Subdivision to the Northeast corner of Lot 15 and continuing easterly to the eastern Prairie Du Chien Road ROW line; thence northwesterly along the eastern ROW line to the Northeast corner of Auditor's Parcel "A", recorded in Plat Book 32, Page 52, said line also being the South ROW of Interstate 80 as shown in the Plat of Survey recorded in Book 32, Page 53 and as described in Book 4224, Page 896 and Book 2944, Page 267; thence West along the Southl-80 ROW to the Northwestern corner of Lot 4, Yocum Subdivision, Plat Book 5, Page 77, said corner being the intersection of the 1-80 South ROW line and the East-West line between Section 3, Township 79N, Range 6W and Section 34, Township 80N, Range 6W; thence East along said section line to the Northwest corner of Auditor's Parcel 2014052, Book 58, Page 324; thence South along the West side of said Parcel to the Southeast comer of Pine Ridge Subdivision, Plat Book 46, Pagel 57; thence westerly along the south side of Pine Ridge Subdivision to the Southwest comer of Lot 1, Pine Ridge Subdivision; thence Southeasterly to the point of beginning. Addendum No. 2 Location Map Foster Road Urban Renewal Area ►- Point of Beginning • e O v Q Urban Renewal Area Parcel Linea Cn\OI ICrvnCn c 0 150 300 800 OFee! r I r 1 CITY OF IOWA CIT _ T COUNCIL ACTION REPO 4e(4) February 6, 2018 Resolution determining the necessity of and setting dates of a consultation (March 2) and public hearing (March 20) on a proposed Foster Road Urban Renewal Plan in the City of Iowa City, Iowa. Prepared By: Wendy Ford, Economic Development Coordinator Reviewed By: Simon Andrew, Assistant to the City Manager Fiscal Impact: none Recommendations: Staff: Approval Commission: Council Economic Development Committee Attachments: Foster Road Urban Renewal Plan Executive Summary: A Resolution of Necessity is the first step to establish an Urban Renewal Area. This Resolution of Necessity for the Foster Road Urban Renewal Area sets into motion the steps of a Planning and Zoning Commission review and recommendation, of holding a consultation with other taxing jurisdictions in the county, and of setting a date for a Public Hearing on the plan. Background / Analysis: Establishing an urban renewal area enables the City to consider financial participation in a development project. A development agreement detailing specifics of that participation can only be contemplated after an Urban Renewal Plan is in place. University Lake Partners II, LLC seeks to develop land they own along the City -owned right of way for the extension of Foster Road between Dubuque Street and Prairie du Chien Road and provide access to the development by construction of Foster Road from Prairie du Chien to Dubuque Street. They seek financial assistance for the project which could be accomplished by using the tax increment (TIF) on the ensuing development for rebates to cover a portion of the cost of the road. The Foster Road Urban Renewal Plan will be an Economic Development Area appropriate for public Improvements related to Non-LMI (low to moderate income) housing. This type of urban renewal area is for an area where the City desires to help fund the cost of public improvements that support residential development that is not being constructed for LMI housing. It is the only instance in which the Iowa Code allows the use of TIF in an economic development (non -blighted) area for non-LMI residential development and it comes with two distinct conditions not applicable to other Urban Renewal Areas: 1) It requires that the municipality set aside a portion of the tax increment to provide assistance for LMI Housing in any area of the community. LMI is defined as those households earning no more than 80% of area median income (AMI) and the set aside must be equal to or greater than the percentage of LMI persons in the county, which today in Johnson County is 45%. ICITY OF IOWA CITY -^�� COUNCIL ACTION REPORT This results in the City's ability to use the other 55% of the increment for the public infrastructure project. In Iowa City's case, the 45% would be used to fund initiatives in the Affordable Housing Action plan that provide housing for households earning no more than 80% AMI. It is important to note that the City does not currently have a sustainable affordable housing revenue source and this project, because of the type of urban renewal plan, would create one lasting ten years. 1) It has a 10 -year life and then ends. This means that TIF funds for the City's commitment to the road project would have to be generated in ten or fewer years from no more than 55% of the increment in the district. If the increment created by the developers is ultimately insufficient to cover the City's portion of the road costs in the 10 -year window, that risk remains with the developer. The City owns the right of way for FosterPROJECT ` �• u Road and did some rough grading for it LOCATION — — several years ago in connection with the _J _ installation of water main. It is not included in the City's CIP (Capital Improvements Program) as the plan has been that it's c construction would be driven by private9°iG development. The connection between 4 Dubuque and Prairie du Chien has a significant public benefit because it will provide access to northside neighborhoods, facilitate faster emergency vehicle response times and alleviate traffic pressures on other north end arterial and connector streets. The developer will be required to construct the senior housing facility and the townhomes, and build and pay for the road to City specifications from Prairie du Chien Rd to Dubuque St. A future development agreement will outline a cost sharing structure to be paid in the form of TIF rebates derived from the new taxable value created by the senior housing and PMKIM PM ECTs the townhomes. The developer has to construct the housing, construct the road _ _ and pay property taxes on the new / development before rebates can begin. -j The diagram at right shows the proposed projects which will occur in the eastern half of the project area along the road from Prairie du Chien westward, bordered on both sides by property owned by the developer, and the concepts for the CITY OF IOWA CITY COUNCIL ACTION REPORT buildings along the road. The larger curved building is the senior residential living facility and the smaller clustered units are townhomes. It is contemplated that for this section of road, the City would split the costs with the developer. For the western section of the road, from the developer's property line in the lower left corner o1 the diagram, westward to Dubuque Street, the City will pay 100% of the costs, also covered by the tax increment. The entire road will be built and paid for by the Developer and the City will provide TIF rebates until the agreed upon amount is reached or until the urban renewal area expires in ten years, whichever comes first. Early estimates put the City's portions of the road at just under $4 million. The developers submitted a rezoning application to the Planning and Zoning Commission which was recommended for City Council approval on January 18, 2018. The Commission will have another opportunity to provide input in the legislative process to establish an urban renewal area at one of their meetings in March. A Public Hearing is also scheduled for March 20, after a consultation with taxing entities scheduled for March 2. PAUL D. PATE SECRETARY OF STATE February 9, 2018 Kellie K. Fruehling Iowa City City Clerk 410 E Washington St Iowa City, IA 52240 Re: Resolution 18-36 Dear Ms. Fruehling: OFFICE OF THE IOWA SECRETARY OF STATE LUCAS BUILDING DEs MOINES, IOWA 50319 You are hereby notified that the resolutions, plat maps, and legal descriptions pertaining to the voluntary annexations of territory to the City of Iowa City, which was approved by the city February 6, 2018 have been received and filed by this office as required by Iowa Code section § 368.7. You may consider the annexation filed. In accordance with § 368.1(15) and § 368.7A the territory extends to the center line of all secondary roads adjacent to the above described properties. Iowa Code 312.3(4) requires the mayor and city council to certify the population of any annexed territory, as determined by the last certified federal census, to the treasurer of state in order for apportionment of street construction funds to be adjusted. Please review your city's precinct ordinance (if any) and confer with your county auditor to ensure this territory is assigned to the correct election precinct and/or ward (if any). If you have questions or concerns about this communication, please let me know Sincerely, Ken Kline Iowa Secretary of State's Office 321 E. 1211 St. Des Moines, IA 50315 Ken.KIine@sos.iowa.gov Cc Annexations, Iowa Department of Transportation Matt Rasmussen, City Development Board Administrator kk/mcs Phone 515-281-5204 Fax 515-242-595 sos.iowa.gov iowa.gov so&�sos.iowa.gov LIII9 Prepared by: Sylvia Bochner, Planning Intern, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5240 (ANN17-00001 /REZ1 7-00020) RESOLUTION NO. 18-36 A resolution for a voluntary annexation of approximately 8.62 acres of property located at 4643 Herbert Hoover Highway SE. WHEREAS, Lyle Mark and Betsy Larson are the owners and legal titleholders of approximately 8.62 acres located at 4643 Herbert Hoover Highway SE; and WHEREAS, the applicant, IC Housing Group, LLC, with the consent of the owners, has requested annexation of the approximate 8.62 -acre tract into the City of Iowa City, Iowa; and WHEREAS, the aforementioned property is located within the Long -Range Planning Boundary of the City of Iowa City, and WHEREAS, control of the area proposed for annexation is in the City's best interest because it will allow development in a manner consistent with the Comprehensive Plan; and WHEREAS, pursuant to Iowa Code 368.5 and 368.7 (2017), notice of the application for annexation was sent to the Johnson County Board of Supervisors, Johnson County departments of Attorney, Auditor, Engineer, Planning and Zoning, each affected public utility, Scott Township, the Metropolitan Planning Organization of Johnson County, and the East Central Iowa Council of Governments; and WHEREAS, none of these entities have objected to the proposed annexation; and WHEREAS, the Planning and Zoning Commission has reviewed the proposed rezoning and has recommended approval. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The following described land should be voluntarily annexed to the City of Iowa City, Iowa: BEGINNING AT THE SOUTHEAST CORNER OF LOT 1 OF TEGLER SUBDIVISION, JOHNSON COUNTY, IOWA AS RECORDED IN BOOK 25 AT PAGE 42 IN THE RECORDS OF THE JOHNSON COUNTY RECORDER'S OFFICE; THENCE N88°40'08"W, ALONG THE SOUTHERLY LINE OF SAID LOT 1, A DISTANCE OF 298.79 FEET TO THE SOUTHWEST CORNER OF SAID LOT 1; THENCE N01°19'52"E, ALONG THE WESTERLY LINE OF SAID LOT 1, A DISTANCE OF 404.00 FEET; THENCE N88°40'08"W, ALONG SAID WESTERLY LINE 325.96 FEET, THENCE N01 °19'52"E, ALONG SAID WESTERLY LINE AND ITS NORTHERLY EXTENSION, 328.94 FEET TO A POINT ON THE CENTER LINE OF HERBERT HOOVER HIGHWAY SE; THENCE N76°31'01"E, ALONG SAID CENTER LINE, 641.25 FEET TO A POINT ON THE NORTHERLY EXTENSION OF THE EASTERLY LINE OF SAID LOT 1; THENCE S01001'23"W, ALONG SAID NORTHERLY EXTENSION OF THE EASTERLY LINE AND THE EASTERLY LINE OF SAID LOT 1, A DISTANCE OF 858.30 FEET TO THE POINT OF BEGINNING, CONTAINING 8.62 ACRES AND SUBJECT TO EASEMENTS AND RESTRICTIONS OF RECORD. Resolution No. 18-46 Page 2 2. The City Clerk is hereby authorized and directed to certify, file, and record all necessary documents as required by Iowa law under Section 368.7 (2017) at Owners expense. 3. Further, the City Clerk is hereby authorized and directed to certify and file all necessary documents for certification of the population of the annexed territory to Johnson County and the State Treasurer, said population being zero. Passed and approved this 6th day of February '2018 MA OR n Approved by ATTESTr VW'w urdl,)7f CI Y CLERK City Attorney's Office -2// Ile Resolution No. 18-36 Page 3 It was moved by rums and seconded by Saiih Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Botchway Cole Mims Salih Taylor Thomas Throgmorton the L6 Prepared by: Sylvia Bochner, Planning Intem, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5240 (ANN17-00001/REZ17-00020) RESOLUTION NO. A RESOLUTION FOR A VOLUNTARY ANNEXATION OF APPROXIMATELY 8.62 ACRES OF PROPERTY LOCATED AT 4643 HERBERT HOOVER HIGHWAY SE. (ANN 17-00001 /REZ17-00020) WHEREAS, Lyle Mark and Betsy Larson are the owners and legal titleholders of approximately 7.90 acres located at 4643 Herbert Hoover Highway SE; and WHEREAS, the applicant, IC Housing Group, LLC, with the consent of the owners, has requested annexation f the approximate 7.90 -acre tract into ¢he City of Iowa City, Iowa; and WHEREAS, the afo mentioned property is located withinithe Long -Range Planning Boundary of the City of Iowa City, a d WHEREAS, control o h it will allow development in WHEREAS, pursuant to annexation was sent to the area proposed for annexatil anner consistent with the G owa Code 368.5 and 368. h son County Board of Su of Attorney, Auditor, Engineer, P nning and Zoning, ea the Metropolitan Planning Organiz 'on of Johnson CouPt Governments; and WHEREAS, none of these entities WHEREAS, the Planning and Zoi has recommended approval. NOW, THEREFORE, BE IT RESOLVED CITY, IOWA, THAT: 1. The following described land should be BEGINNING AT THE SOUTHEAST COF IOWA AS RECORDED IN BOOK 25 AT i Is in the City's best interest because prehensive Plan; and (2017), notice of the application for :rvisors, Johnson County departments affected public utility, Scott Township, and the East Central Iowa Council of objected the proposed annexation; and :ommiss n has reviewed the proposed rezoning and E CITY COUNCIL OF THE CITY OF IOWA ✓gluntar annexed to the City of Iowa City, Iowa: )F LOT 1 OF TE LER SUBDIVISION, JOHNSON COUNTY, 42 IN THE RECO S OF THE JOHNSON COUNTY RECORDER'S OFFICE; THENCE N88°40' 8"W, ALONG THE SO THERLY LINE OF SAID LOT 1, 298.79 FEET TO THE SOUTHWEST CORNER SAID LOT 1; THENCE NO °19'52"E, ALONG THE WFSTERLY LINE OF SAID LOT 1, A DISTANCE OF 404.00 FEET; THENCE S88°4 'O8"E, 296.62� F,E"ET TI POINT ON THE EASTERLY LINE OF SAID LOT I• HENCE SOI°01'23"W, ALONG ID EASTEFcO� JNE�04.011"T TO THE POINT OF BEGINNING, C TAINING 2.76 ACRES AND SUBJECT TO EASEiIVAITS:MD -� RESTRICTIONS OF RECORD. �n r-0 {� :<r- n. m AND a� Q COMMENCING AT THE SOUTHEAST CORNER OF LOT 1 OF TEGLER IOWA AS RECORDED IN BOOK 25 AT PAGE 42 IN THE RECORDS OF THE JOHNSON COUNTY COUNTY, RECORDER'S OFFICE; THENCE N01*01'23"E, ALONG THE EASTERLY LINE OF SAID LOT 1, A DISTANCE OF 404.01 FEET TO THE POINT OF BEGINNING; THENCE N88°40'08"W, 622.58 FEET TO A POINT ON THE WESTERLY LINE OF SAID LOT 1; THENCE N01*19'52"E, ALONG SAID WESTERLY LINE AND ITS NORTHERLY EXTENSION, 328.94 FEET TO A POINT ON THE CENTER LINE OF HERBERT HOOVER HIGHWAY SE; THENCE N76°31'01"E, ALONG SAID CENTER LINE, 641.25 FEET TO A POINT ON THE NORTHERLY EXTENSION OF THE EASTERLY LINE OF SAID LOT 1; THENCE S01*01'23"W, ALONG SAID Resolution No. Page 2 NORTHERLY EXTENSION OF THE EASTERLY LINE AND THE EASTERLY LINE OF SAID LOT 1, A DISTANCE OF 492.90 FEET TO THE POINT OF BEGINNING, CONTAINING 5.86 ACRES AND SUBJECT TO EASEMENTS AND RESTRICTIONS OF RECORD. 2. The City Clerk is hereby authorized and directed to certify, file, and record all necessary documents as�gquired by Iowa law under Section 368.7 (2015) at Owner's expense. 3. Further, the Cit"Ierk is hereby authorized and directed to certify and file all necessary documents for certification of the population of the annexed territory to Johnson County and the State Treasurer, said population being zero. Passed and approved this day of 2018 MA ATTEST: CITY CLERK Approved by City Attorney's Office N O _o m 3>n D; a %1 Z �-c N -�� • r s m m a o Q s w v Prepared by: Sylvia Bochner, Planning Intern, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5240 (ANN1 7-00001/REZ1 7-00020) RESOLUTION NO. A RESOLUTION FOR A VOLUNTARY ANNEXATION OF APPROXIMATELY 7.90 ACRES OF PROPERTY LOCATED AT 4643 HERBERT HOOVER HIGHWAY SE. (ANN 17-00001 /REZ17-00020) WHEREAS, Lyle Mark and Betsy Larson are the owners and legal titleholders of approximately 7.90 acres located at 4643 Herbert Hoover Highway SE; and WHEREAS, the applicant, IC Housing Group, LLC, with the consent of the owners, has requested annexation of the approximate 7.90 -acre tract into the Ciy of Iowa City, Iowa; and WHEREAS, the af9rementioned property is located within the ng -Range Planning Boundary of the City of Iowa City, 'And WHEREAS, control o the it will allow development in m WHEREAS, pursuant to annexation was sent to the Jo of Attorney, Auditor, Engineer, the Metropolitan Planning Org; Governments; and area proposed for annexation is anner consistent with the Compr Code 368.5 and 368.7 n County Board of Supe s( ming and Zoning, each e( bQn of Johnson County/, and WHEREAS, none of these entities hdve objected to WHEREAS, the Planning and Zoning ommission has recommended approval. NOW, THEREFORE, BE IT RESOLVED BY CITY, IOWA, THAT: 1. The following described land should be I/the City's best interest because iensive Plan; and 7), notice of the application for rs, Johnson County departments :ed public utility, Scott Township, the East Central Iowa Council of proposed annexation; and reviewed the proposed rezoning and CITY COUNCIL OF THE CITY OF IOWA to the City of Iowa City, Iowa: TEGLER SUBDMSION LOT I SUBJ TO ROW ASEMENT TO JOI�NSON GP 349 2. The City Clerk is hereby authoriz . and directed to certify, documents as required by Iowa I under Section 368.7 (201', 3. Further, the City Clerk is here authorized and directed to documents for certification of t e population of the annexed tE the State Treasurer, said pop lation being zero. COUNTY AS DESC IN BK 997 and record all necessary Owner's expense. tify and file all necessary ry to Johnson County and N O Passed and approved this _� day of 201 . a MAYOR Approved by N (T ATTEST: CITY CLERK City Attorney's Office LEGAL DESCRIPTION - RS TRACT BEGINNING AT THE SOUTHEAST CORNER OF LOT 1 OF TEGLER SUBDIVISION, JOHNSON COUNTY, IOWA AS RECORDED IN BOOK 25 AT PAGE 42 IN THE RECORDS OF THE JOHNSON COUNTY RECORDER'S OFFICE; THENCE N88°40'08"W, ALONG THE SOUTHERLY LINE OF SAID LOT 1, 298.79 FEET TO THE SOUTHWEST CORNER OF SA* LOT 1; THENCE N01'19'52"E, ALONG THE WESTERLY LINE OF SAID LOT 1, A DISTANCE OF 404.00 FEET; THENCE S88°40'08"E, 296.62 FEET TO A POINT ON THE EASTERLY LINE OF SAID LOT 1; THENCE S01*01'23"W ALONG SAID EASTERLY LINE 404.01 FEET TO THE POINT OF BEGINNING, CONTAINING 2.76 ACRES AND SUBJECT TO EASEMENTS AND RESTRICTIONS OF RECORD. LEGAL DESCRIPTION - RM TRACT-,, COMMENCING AT THE SOUTHEAST CORNER 0 LOT 1 OF TEGLER SUBDIVISION, JOHNSON COUNTY, IOWA AS RECORDED IN BOOK 25 AT PAGE,42 THE RECORDS OF THE JOHNSON COUNTY RECORDER'S OFFICE; THENCE N01.01""' E, ALONG THE STERLY LINE OF SAID LOT 1, A DISTANCE OF 404.01 FEET TO THE POINT OF BEGINNING; THENCE N8 °40'08"W, 622.58 FEET TO A POINT ON THE WESTERLY LINE OF SAID LOT 1; THENCE N01°1/CEN NG SAID WESTERLY LINE AND ITS NORTHERLY EXTENSION, 328.94 FEETTO A POINT ON TINE OF HERBERT HOOVER HIGHWAY SE; THENCE N76°31'01"E, ALONG SAID CE41.25 FEETTO A POINT ON THE NORTHERLY EXTENSION OF THE EASTERLY LINE OF SAID LE S01°01'23"W, ALONG SAID NORTHERLY EXTENSION OF THE EASTERLY LINE AND THE EASTF SAID LOT 1, A DISTANCE OF 492.90 FEET TO THE POINT OF BEGINNING, CONTAINING 5.A ACRES AND SUBJECT TO EASEMENTS AND RESTRICTIONS OF RECORD. FILE® JAN 22 1818 City Clerk Iowa City, Iowa Prepared by: Ben Clark, Public Works, 410 E. Washington Sl., Iowa City, IA 52240, (319) 356-5436 Resolution No. 18-37 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Riverfront Crossings Park, Phase 3 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 Riverfront Crossings Riverbank/Park Development account # R4185. 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 28"' day of February, 2018. 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 6th day of March, 2018, or at a special meeting called for that purpose. Passed and approved this 6th day of February _'2018 Mayor Attes,� tG21LE Ci Clerk ppr ved by City Attorney's Office Resolution No. 18-37 Page 2 It was moved by _Botchway and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton Prepared by: Jonathan Durst, Assistant Water Superintendent, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5169 Resolution No. 18-38 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the 2018 Roof Improvements — Water Treatment Plant & Water Distribution Facility Project, establishing amount of bid security to accompany each bid, directing the 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 Water Distribution Building Repairs account #W3309 and Water Plant Roof Replacement account #W3310. 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 2:30 p.m. on the 26th day of February, 2018. 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 6th day of March, 2018, or at a special meeting called for that purpose. Passed and approved this 6th day of February 2018 Attest'.—AL-,/YZ City Clerk *V ."'� M or /A Q oved by,---\ City Attorney's Office Resolution No. 18-38 Page 2 It was moved by sotchwav and seconded by Mims adopted, and upon roll call there were: Ayes: Nays: Absent: the Resolution be Botchway Cole Mims Salih Taylor Thomas Throgmorton Deferred to 2/20/18 Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 3565145 Resolution No. Resolution rejecting bids received on January 30, 2018 for the Happy Hollow Park Restroom and Shelter Replacement Project 2018. Whereas, five bids were received on January 30, 2018, for the Happy Hollow Park Restroom and Shelter Replacement Project 2018; and Whereas, the five bids received exceed the amount available in the project fund; and Whereas, the Department of Parks and Recreation recommends that the Council reject all bids. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa that all bids received on January 30, 2018, for the Happy Hollow Park Restroom and Shelter Replacement Project 2018 are rejected. Passed and approved this day of Attest: City Clerk Mayor It was moved by and seconded by adopted, and upon roll call there were: Ayes: Nays: 2018. A roved by City Attorney's Office Absent: the Resolution be Botchway Cole Mims Salih Taylor Thomas Throgmorton U to NOTICE TO BIDDERS HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT 2018 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 30th day of January 2018. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. 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 6th day of February 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 11 a.m. local time on Wednesday, January 16, 2018 in the Happy Hollow Park Shelter, located at Happy Hollow Park, 800 Brown St, Iowa City, Iowa. The project will involve the following: Demolition of the existing restroom, storage and shelter facility and associated concrete slab and foundations. Following with the construction of two separate structures at Happy Hollow Park: A masonry building with a single -stall, ADA accessible restroom and mechanical space, with hardieboard siding and a stone veneer base. An open outdoor park shelter, of prefabricated wood and steel structure with douglas fir column and truss. Construction shall include, but not limited to: concrete foundations, masonry and stone wall, wood roof trusses, standing seam metal roof, mechanical, electrical and plumbing, site paving and finished site grading. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and 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 maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance bythe City Council. The following limitations shall apply to this Project: Substantial Completion date June 1, 2018; Final completion date June 15, 2018. Liquidated Damages: $500/day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll -Free 800-779- 0093 by bona fide bidders. A $30.00 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 Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. 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 subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required 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. KELLIE FRUEHLING, CITY CLERK r ' CITY OF IOWA CIT Ari COUNCIL ACTION REPO February 6, 2018 Resolution rejecting bids received on January 30, 2018 for the Happy Hollow Park Restroom and Shelter Replacement Project 2018. Prepared By: Juli Seydell Johnson — Parks & Recreation Director Reviewed By: Dave Panos — Senior Civil Engineer, Jason Havel — City Engineer, Ron Knoche — Public Works Director, Geoff Fruin — City Manager Fiscal Impact: None Recommendations: Staff: Approval Commission: Park Commission reviewed project and recommended approval on March 8, 2017. Historic Preservation Commission reviewed and approved project on April 13, 2017. Attachments: Resolution, Bid Tabulation Executive Summary: Plans, Specifications, Form of Agreement and Estimate of Cost for the Happy Hollow Park Restroom and Shelter Replacement Project 2018 were approved at the December 19, 2017 Council Meeting. The project cost was estimated at $220,000. The project bid letting was held on January 301 and the following bids were received: Calacci Construction $258,504.00 All American Concrete, Inc. $263,012.50 SWA $302,873.10 North Construction $306,808.00 Tricon General Construction Inc. $337,000.00 There were also four add alternatives that were bid in the project: 1. A split -face cmu (block) on the concrete columns of the shelter 2. Limestone face on the concrete columns of the shelter 3. Hidden fastners (in lieu of exposed) on the shelter structure 4. Water Service repairs on the site Prices that were bid for the alternates are included in the attached bid tabulation. The lowest bid received from Calacci Construction is approximately 18% above the project estimate. Staff recommends that the Council reject all bids. Background / Analysis: This was the second bid letting for the project, as the project was originally bid in July 2017. After rejecting bids for the original project due to submitted bid prices significantly above the estimate, the Consultant and City staff re-evaluated design and schedule in an attempt to reduce pricing to the budget level while maintaining the integrity of the original facility aesthetics. The changes were discussed with City historic preservation staff, chair of the r ' CITY OF IOWA CITY COUNCIL ACTION REPORT Historic Preservation Commission and local contractors previously bidding on the project. The project was modified in five different areas to help reduce costs. If Council wishes to move forward with accepting the low bid, staff would recommend using funds available in the annual park improvement line. While sufficient funds are available in this line item the use of said funds would greatly hamper our ability to implement some of the smaller improvements in other parks throughout the City that were identified in the Master Plan. As a next step, staff plans to hold a neighborhood meeting to get input on alternative approaches to investing in the park. This may include exploring the possibility of removing or delaying the restroom component, while still building the enhanced shelter and looking at other park enhancements that the neighborhood may desire. Staff can also explore if there might be a desire for the neighborhood to help raise private funds to bring the project closer to budget. BID TABULATIONS PROJECT: HAPPY HOLLOW PARN RESTNOOM ANO SHELTER REPLACEMENT PROJE'OT 2f0 DATE. 1.303018 ENGINEERS ESTIMATE ITEM DESCRIPTION ESTIMATED QUANTITY UNITS UNIT PRICE EXTENDED AMOUNT 1. MONlivAon 1 LS E 12.599.08 E 12.500.8 2. EmPon CONrol ln9ellMion eW Removal 1 LS $ 1.BNAD S 1,003.00 3. CenwlHbrvAemovek 1 LS S 10,990.00 $ 10,003.00 4. E.lk WGr m 1 LS $ 8500.00 S 0.50.M 5, 4 -PCC PAvIm 10 SY S MM E 5.005.OD 8 WHMA PM a SY E ISO" s 9WO0 T. RemavvRaplew Gnll 1 PA $ 1.OA.08 S 1.003.00 8. Fiml GmW0 HVNotea0 0.3 ACRE $ 50000D S 1.SLO.M B San"ry Service 35.0 LF E W.OD $ 2.1WM 10, Wel>s-. 1 LS S W.W S SOW 11. New ReM.FIxl0v 1 LS $ OTMOD S W238.00 12. New SIIM1.Fao1M 1 LS $ 7400.0 S 74.WO.W 13. SW 1 LS $ 5.000.0) S 5=00 BASE BID TOTAL 3 21S.W3.00 ALTERNATES 1. SNff.CMUFada,SNe80r 1 LS S 2.430.M $ 2,400.0) 10 NMwal Sbm Fe a, Stoller I LS S 7.200.0) $ 720.0 2 Nax 3M1eHerFmIiN UFy ie -HM. Fe -. 1 LS S SWIM S BSW.W 3 Allemeb WMer Eerviw(mr Dien C3.M) 1 LS S 15.000.2 $ 1:,20.2 BASE BID ONLY S 218.903.0) BASE BID + ALTERNATE MA TOTAL S 2122.03 BASE 910 + ALTERNATE MG TOTAL E 225.03.0 BASE BID+ ALTERNATE 0 TOTAL $ 2223W.M BASE BID+ALTFRNATEMTOTAL $ 234W3.M RE9q 108-Nq/ 1Mm' A18-NBF-1 it Afe.Ya L1IA1B TPoCON Du5PR0e. u UNIT EXTENDED PRICE AMOUNT S 15,OODOD $ MOOD= S 1299.99 $ 1.200.0 S 10.000.00 $ 10.M0.W 2 12.MM.W IS 12.000.00 IS MOD s 10.010.00 IS 4003 S 240.99 $ 1.100.99 S 1.10000 S 5AW.W S 1.500.00 $ 19999 $ 3,599.99 $ 11,00.0 $ 11,00.0 $ 02.46)(ID -9`52.450.00 $ 75,IMM $ 75000.W $ 4000.99 $ a.DOD.W E 337,00.0 $ a." Do $ S,Wo.W $ OMO.M $ 91Mo.30 S 5.0m.00 S SODOM $ 2,500.99 S 2,50.0 E 337,99099 S SASMM S 3",20.2 S M,mw S 3X,50.2 CALACCI rows CHT, IA UNIT EXTENDED PRICE AMOUNT $ 28.85000 $ 2.MDW E 1.1.. S 1,199.99 E 10.997,03 $ 16.09TOo S 10000.00 $ 10000.0 56M $ BWBW $ 1500 $ 0X.03 $ 1.0000 $ 1,000.00 $ 1D.000.00 $ E.WO.W $ 5000 $ 2,11.0 $ 3599.99 $ 3,5X.03 S 95975M $ W 975 X $ $4.784.00 $ 80.780.00 t 25000 E 20.00 $ 258.504.0 $ 55X.00 $ 4530.00 S B.sX.X S O.XD.X $ 2.91M.00 $ 2.800.00 S 5,50.W S 5.5X.00 S 258,504.00 S 284.4.00 S 207,004.00 E 21,3m.w E 24,Ow.X SELL-WERDERRSCH b CRY, IA UNIT EXTENDED PRICE AMOUNT $ 64,M1.W $ 54A .w $ 3.040.00 S 3.040.M $ 5.75000 E 5,750.99 $ 4OX. $ 4.050m S KOO E 14,1:7.130 $ 17100 E 1,02.00 E 14000 S MOD $ 12.4170 E 3.M.10 $ 4899 s I,BW.W IS 2.MM t 2,0300 S 120.MM $ 12,530.0 $ 84.744.0 E 84.7".0 $ 8,300 S 0.300.0 S m.m.m E 5.399.w IS 5.3X.w S 8.4X.99 $ 8,40.0 S S.M." S 8.983.00 i 7.155.00 $ 7.155.00 $ 399.873.10 $ 308.173.10 $ 311.353A0 $ 3111858.10 S 310,028.10 NORTH CONSTRUCTN3N M-lim. JA UNIT PRICE EXTENDED MACUNT $ 5,320.00 $ 482100 $ 7.182,00 $ :,004.99 12.000.00 i 8.200 IS 2.=.W a 700.00OD E 5.500.00 E 1.574.00 E 2.75000 700.00 117,115.0 $ E 70.m.0D a 0.730.30 S 12,700.0) t 1720.00 S 3.80.0 S 0750.0) ALL AMERICAN W.&Llbv ,,lA UNIT PRICE EXTENDED AMOUNT S 9.000.00 S D.00.30 s l.M.OD t 1009.00 S 12,00000 1 12.000.00 i 8.200 $ 0.700.00 S 02.50 S 7.007.50 s 178. t 1.150.00 IS 20.00 f 700.00 S 7.40.30 S 2.22.00 t 81.0 t 2.635.99 i$ IDW00 dMiWilimmilm6ift 4=00 S 70.X.99 S 70.20.30 s 9,100.00 i D.1W.W 3 20S.01LW $ 5.moo $ 5,200.0 E 0.80.0 $ 8.80.99 i 10.030.00 E 10.000.00 i 0.530.99 $ 9,50,0 $ 363,012.50 $ 28.212.00 $ P1.812.W $ 274012.50 $ 259.512.150 Kellie Fruehling LaLt: lUfffe T From: Sharon DeGraw <sharondegraw@yahoo.com> Sent: Thursday, February 01, 2018 2:31 PM To: Council ;,) I ,�- I $ Subject: re: Happy Hollow Park - park improvements (Date) Dear Iowa City Council Members, Hi there, I would like to say thank you to the Council and the Parks and Recreation division of Iowa City for your good work and interest in updating Happy Hollow Park. The new shelter and bathroom will make a positive change in the neighborhood. The City's commitment to using an appropriate design and selection of materials is significant for a park in a historic district. Before the budget is approved, I would like to recommend one change to the design. The new Iowa City park signage isn't appropriate for Happy Hollow. I'm referring to the brown signs with an arc shape along one side and modern typography. Areas like Benton Hill Park, the Ashton House, North Market Street Park and a few other Iowa City locations have a unique character or a historical context that should be acknowledged in the park's signage. Would it be possible to make no change to the current sign displaying the park name? Then, at a later date we can address having an appropriate sign made. If given the choice, I believe many of Happy Hollow Park's visitors would appreciate a sign that uses materials and typography reflecting the historic nature the park. Thank you for your consideration. Sincerely, Sharon DeGraw (commissioner, Historic Preservation Commission) 519 Brown Street Iowa City, Iowa 52245 Prepared by: Jason Havel, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5410 Resolution No. 18-39 Resolution authorizing acceptance of City Bridge Funds from the Iowa Department of Transportation and authorizing the City Manager to sign the Project Agreement Whereas, each year, the Iowa Department of Transportation uses the City Bridge Candidate List to offer funds for the replacement or rehabilitation of city bridges; and Whereas, the Second Avenue bridge over Ralston Creek and the Burlington Street bridge over the Iowa River ranked high enough to receive funding; and Whereas, the City can only accept funding through this program from one bridge per year; and Whereas, projects utilizing City Bridge Funds are eligible for 80% reimbursement of all eligible and properly documented costs up to $1,000,000; and Whereas, the City of Iowa City wishes to accept funding for replacement of the Second Avenue bridge. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: 1. Staff is directed to send a letter to the Iowa Department of Transportation confirming acceptance of the bridge funding. 2. The City Manager or a designee is authorized to sign all agreements. Passed and approved this 6th day of February , 2018. 01 1ToFr!tr 5flty ved by Attest:-==���2eCc� 1't ?��t'�2Z l- �r -/� City Clem ttorney's Office Itwas moved by Botchway and seconded by salih the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: % Botchway % Cole x Mims % Salih x Taylor x Thomas x Throgmorton Z 1 CITY OF IOWA CI ^I COUNCIL ACTION REPO 0211�a February 6, 2018 Resolution authorizing acceptance of City Bridge Funds from the Iowa Department of Transportation and authorizing the City Manager to sign the Project Agreement. Prepared By: Jason Havel — City Engineer Reviewed By: Ron Knoche — Public Works Director Geoff Fruin — City Manager Fiscal Impact: None Recommendations: Staff: Approval Commission: N/A Attachments: Resolution Executive Summary: The City of Iowa City recently received notification from the Iowa Department of Transportation (DOT) that the Second Avenue bridge over Ralston Creek ranked high enough to receive funding for replacement of the bridge. This agenda item gives City staff authorization to accept the funding and begin the design process for the project. It is anticipated that bridge construction would occur in 2020. The funding provides 80% reimbursement of all eligible and properly documented costs up to $1,000,000. Total cost of the project is estimated at $800,000, and the City's share of the estimated project costs are available in the Annual Bridge Maintenance & Repair account #53910. Background / Analysis: Each year, the DOT evaluates city bridges, and specifically those classified as structurally deficient or functionally obsolete according to federal guidelines. Based on that evaluation, DOT staff uses a formula to prioritize and select projects that are included on the City Bridge Candidate List. This list includes a prioritized listing of all city bridges within the State of Iowa that are eligible for funding through the DOT Bridge Construction Fund. This year, two Iowa City bridges were eligible for funding, including the Second Avenue bridge over Ralston Creek and the Burlington Street bridge over the Iowa River ranked high enough to receive funding. However, the City can only accept funding through this program for one bridge per year. The Second Avenue bridge currently has a posted weight restriction of 10 tons. Prepared by: Ronald R. Knoche, Public Works, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5136 Resolution No. 18-40 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 Neumann Monson Architects Inc. to provide architectural and engineering consultant services for the Public Works Facility - Phase 1 Project Whereas, the City of Iowa City wishes to implement Phase 1 of the Public Works Master Plan at the current public works site at the corner of McCollister and Gilbert Street, North of Terry Trueblood Recreation Area in Iowa City, Iowa; and Whereas, the project will include an early sitework package, shop spaces, vehicle parking, wash bays, fire tower, remodel of existing warm storage into police and fire storage, and potentially a remodel / addition of existing locker rooms on site; and Whereas, the City desires the services of a consulting firm to prepare preliminary and final design for construction of the Public Works Facility - Phase 1 Project; and Whereas, the City of Iowa City has negotiated an Agreement for said consulting services with Neumann Monson Architects Inc. of Iowa City, Iowa, to provide said services; and Whereas, it is in the public interest to enter into said Consultant Agreement with Neumann Monson Architects Inc.; and Whereas, funds for this project are available in the Public Works Facility -Phase 1 account #P3959 and the Fire Training Center Relocation account #Y4436. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The Consultant's Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Consultant's Agreement. 3. The City Manager is authorized to execute amendments to this contract as they may become necessary. Passed and approved this 6th day of February 2018 Maor Attest: ee C`c City Clerk U oved by City Attorney's Office )2 Resolution No. 18-40 Page 2 It was moved by Botchwav and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton Consultant Agreement This Agreement, made and entered into this the 6th day of February, 2018 , by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and Neumann Monson Architects Inc, of Iowa City, hereinafter referred to as the Consultant. (hereinafter "Agreement") Whereas, the City of Iowa City wishes to implement Phase 1 of the Public Works Master Plan at the current public works site at the corner of McCollister and Gilbert Street, North of Terry Trueblood Recreation Area in Iowa City, Iowa, including an early sitework package, shop spaces, vehicle parking, wash bays, fire tower, remodel of existing warm storage into police and fire storage, and potentially a remodel / addition of existing locker rooms on site; and Whereas, the City of Iowa City desires the services of an architecture consulting firm to prepare preliminary and final design services, provide bidding services, and construction administration services for phase 1 services identified in the 2015 Iowa City Public Works Master Plan; and Whereas, consultant services were solicited through a Request for Qualifications (RFQ) process; and Whereas, submittals were received from four consulting firms and evaluated by a selection committee; and Whereas, Neumann Monson Architects was selected based on qualifications and project specific criteria such as project approach, regulatory process experience, and cost-effective designs. 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. Professional design services, including but not limited to, Architectural, Maintenance Design, Structural Engineering, Mechanical Engineering, Electrical Engineering, Civil Engineering, Landscape Architecture, and Sustainable Design related to the design of a new public works facility. While Consultant is responsible for the provision of identified services, including the performance of services provided by Sub -consultants, the parties understand that Sub -consultants will be providing certain services as follows: -2 - Maintenance Design Services: HDR I Maintenance Design Group Structural Engineering Services: Raker Rhodes Mechanical Engineering Services: Modus Electrical Engineering Services: Modus Plumbing Engineering Services: Modus Civil Engineering Services: Snyder Engineering Landscape Architecture Services: Genus Sustainable Design Services: C -Wise Site survey (boundary, topographical and utility) and geotechnical soil borings and reports and services related to the presence of any hazardous or toxic materials and commissioning are not included within the scope of services of this Agreement. Phase 1: Programming: 1. Consultant will review the City of Iowa City Public Works Master Plan 2. The consultant will lead meeting(s) with the staff to confirm the Program requirements previously established by the Public Works Master Plan. The meetings will involve intensive input process involving users of the facility. The consultant will identify the current wants and/or needs for the facility and exterior spaces. 3. The consultant will maintain meeting minutes. 4. The consultant is to review and conduct visits to the new site and to include that as part of the dialogue and final analysis. 5. Programming Phase deliverables are a final approved program of space needs noting adjustments from the 2015 Iowa City Public Works Master Plan, and an updated estimate of the cost of the work including an itemization of any adjustments to the preliminary estimate of Construction Costs identified in the Master Plan. Schematic Design: Develop Schematic Design Documents, including multiple conceptual options and alternatives based on the approved programming, user group meetings and budget. The consultant shall prepare drawings and other documents which depict up to 3 alternative concepts which satisfy program, schedule and budget requirements, and will make a recommendation to the City as to the most appropriate alternative and/or a ranking of alternatives. 2. Site analysis, program and design including access to neighboring roads and trails. The consultant will provide information necessary to assist owner's consultant in geotechnical services and surveywork. 3. Determine if a phased implementation plan will be necessary and define a phasing plan if required. 4. Preliminary cost estimates will be established. -3- 5. The Schematic Design phase deliverables are Schematic Design site plan, floor plans building elevations and 2 renderings of the final selected concept plan to be used by the City and auxiliary organizations for presentations on the proposed facility, and an updated estimate of the cost of the work, including itemization of any adjustments to the preliminary estimate of Construction Costs identified in the Programming phase. 6. The consultant shall submit the Schematic Design Documents to the City and request the City's written approval to proceed to Design Development. 7. When requested by the City, the Consultant will provide presentations to City Staff, City Council, auxiliary groups and the public to provide an appropriate summary of the project. Phase 2: Design Development: Prepare Design Development Documents which shall consist of drawings and other documents including plans, sections, elevations, typical construction details, and diagrammatic layouts of building systems to fix and describe the size and character of the Project as to architectural, structural, mechanical and electrical systems, and such other elements as may be appropriate. The Design Development Documents shall also include outline specifications that identify major materials and systems and establish in general their quality levels. 2. Design Development will also involve compiling a comprehensive equipment list and specifications. The equipment list will include existing equipment and equipment programmed for replacement to be included in the future facilities. 3. The consultant will work with the City in the Design Development Phase to organize and coordinate information from internal City and external entities, such as Utility companies, FAA, and the Corps of Engineers. 4. The consultant will work as a liaison and representative for the City for the MidAmerican Energy new construction program, including documenting and facilitating information for selection of bundling packages, rebates and bonus incentives. The consultant will work with the City to provide requested information to complete required documentation. The MidAmerican Energy rebate programs have strict completion guidelines. The consultant will work on the City's behalf to coordinate and submit contracts to best meet the requirements. 5. The consultant will work with the City to determine what level of LEED certification is attainable. The City's goal is to earn a LEED Gold certification. 6. As requested by the City, the consultant will assist the City in the procurement of grants for the site, specifically in providing data and information, and specifications of the future facilities and site. 7. The consultant shall provide an updated estimate of the cost of the work and advise the Owner of any adjustments to the preliminary estimate of Construction Costs identified in the Schematic Design phase 6. The consultant shall submit the Design Development Documents to the City, and request the City's written approval to proceed to Construction Documents. Construction Documents: 1. After the City's approval of the Design Development Documents, the Consultant shall prepare Construction Documents consisting of Drawings and Specifications for the construction of the Project. 2. The Consultant shall prepare documents for the City which provide necessary bidding information and contractual documentation. 3. The' Consultant shall assist the City in the City's responsibilities for filing documents required for the approval of governmental authorities having jurisdiction over the project. 4. The Construction Documents shall comply with all local, state and federal regulatory requirements, including but not limited to, the Iowa City Building and Fire Codes, Workplace; Health and Safety requirements, OSHA and Controlled Product Standards. 5. The Consultant shall prepare for the City: (1) bidding and procurement information that describes the time, place and conditions of bidding, including bidding or proposal forms; (2) the form of agreement between the Owner and Contractor; and (3) the Conditions of the Contract for Construction (General, Supplementary and other Conditions). The Consultant shall also compile a project manual that includes the Conditions of the Contract for Construction and Specifications and may include bidding requirements and sample forms 6. The Consultant shall prepare a final construction cost estimate and shall advise the City of any adjustments to previous preliminary estimates of Construction Costs and the reasons therefore. This final construction estimate will be established prior to Bidding. The consultant shall prepare a design that does not exceed the estimated final construction cost. 7. If the lowest responsive, responsible bid exceeds the final estimated construction cost, by more than 10% and the City chooses to revise the project, program and scope in order to reduce construction costs and rebid, the Consultant shall redesign the project, including any service defined herein as necessary without charge to City. Bidding and Negotiation: 1. The consultant shall prepare the bid documents and be present and conduct the pre-bid meeting, answer questions formally and review and analyze the bid documents and make a formal recommendation to the City. 2. The consultant will be responsible for any and all addendum and will distribute to the necessary parties no less than four (4) working days prior to the receipt of the bids. Construction Administration: The Consultant shall perform as "Architect" as set forth in the AIA Document A201, General Conditions of the Contract for Construction, current as the date of the Consultant/Owner agreement. -5- 2. The Consultant shall advise and consult with the City during the Construction Phase Services. The Consultant shall not have control over, charge of, or responsibility for the construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, nor shall the Consultant be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Consultant shall be responsible for the Consultant's negligent acts or omissions, but shall not have control over or charge of, and shall not be responsible for, acts or omissions of the Contractor or of any other persons or entities performing portions of the Work. 3. The Consultant's responsibility to provide Construction Phase Services commences with the award of the Contract for Construction and terminates on the date the Consultant issues the final Certificate for Payment. 4. Costs and schedule control are to be reviewed and monitored by the Consultant throughout the process; any deviations from approved cost and schedule must be identified and brought to the City's attention. The Consultant will track all project costs associated with work being performed under the construction documents. The Consultant will maintain progress meeting minutes and report field notes throughout the construction administration process; this will be part of the project record. 5. The Consultant shall conduct inspections to determine the date or dates of Substantial Completion and the date of final completion; issue Certificates of Substantial Completion; receive from the Contractor and forward to the City, for the City's review and records, written warranties and related documents required by the Contract Documents and assembled by the Contractor; and issue a final Certificate for Payment based upon a final inspection indicating the Work complies with the requirements of the Contract Documents. 6. Upon completion of construction Consultant shall provide for the City the following: A. Prepare a set of reproducible record drawings showing significant changes to the Work made during construction based on marked -up prints drawings and other data furnished by the Contractor to the Consultant. B. A full set of "As Constructed" Record Drawings, in electronic format as follows: 1. CAD files shall be in Autodesk AutoCAD drawing file format, version 2015 or earlier. If the file(s) have been translated from another CAD application, it should be noted as such. 2. Each plan sheet should be ready to print. 3. If applicable, include all file types used in the plan set; these may include, but not limited to, linked attachments such as Tiffs, spreadsheets, and external reference drawings. Do not include any project files or other documents not contained within the plan set. If necessary, include a "Readme" document for any clarifications that may be necessary. 4. All drawing files that have externally referenced drawings shall be inserted or bound into the drawing files. If this is not possible, externally referenced drawings should be located in the same folder as the drawing files. 5. All submittals shall include an explanation of the Consultant's CAD layer scheme. 6. All drawing files shall have the correct layer scheme in place. 7. All submittals shall include the 'plot style' (pen assignments) or .ctb file, in order for prints of the drawings to have the intended appearance. 8. If applicable, submittals shall include ESRI ArcGIS shape files that were created for the project. II. Time of Completion The Consultant shall complete the following phases of the Project in accordance with the schedule shown. Award of Consultant contract and approval to proceed February 7, 2018 Program confirmation complete February 23, 2018 City review and notice to proceed to next phase March 2, 2018 Schematic Design complete Aril 6 2018 City review and notice to proceed to next phase Aril 13, 2018 Design Development complete May 11, 2018 City review and notice to proceed to next phase May 18, 2018 Construction Documents complete June 22, 2018 City review and notice to proceed to next phase June 29, 2018 Proposed Bid date August 9, 2018 Award of construction contract Construction Administration Services August 22, 2018 August 23, 2018 — October 7 2019 Construction complete October 7, 2019 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. 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 -7 - 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. 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 Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. P. All amendments to this Agreement must be in writing, including, but not limited to , changes in scope and fees.. IV. Compensation for Services W -Z A. The total fee for services under this Agreement is $769,000.00. This fee is based on a proposed construction cost ("Cost of the Work") of $9,200,000 including all alternates. If, by written amendment to this Agreement, the parties change the scope of services such that the Cost of the Work increases or decreases, the fee shall be adjusted proportional to any additional or reduced project scope. Reimbursable expenses are in addition to the total fee and shall not exceed $75,000. B. Progress payments shall be billed monthly for Basic Services in each phase shall total the following percentages of the total Basic Compensation payable: a. Programming — 3% b. Schematic Design —17% c. Design Development —19% d. Construction Documents — 29% e. Bidding and Negotiation — 5% f. Construction Administration — 26% g. Record Drawings —1 % C. Reimbursable Expenses shall consist of the following: a. LEED Registration and certification fee b. Printing c. Submittal Exchange d. Travel Expense V. Miscellaneous A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Architectural and 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 City Title- Mayor Date: 02/06/18 Attest: pwVo=MoonmgmLRm For 0 Title: Principal Date: Z/(o A, Approved by: 2-i( - �),)Y City Attorney's Office Date ®, CITY OF IOWA C['bo-16 ,A`'°�',7', COUNCIL ACTION REPO ,2 February 6, 2018 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 Neumann Monson Architects Inc. to provide architectural and engineering consultant services for the Public Works Facility - Phase 1 Project. Prepared By: Ron Knoche — Public Works Director Reviewed By: Jason Havel — City Engineer, Geoff Fruin — City Manager Fiscal Impact: $844,000, available in the Public Works Facility -Phase 1 account #P3959 and the Fire Training Center Relocation account #Y4436. Recommendations: Staff: Approval Commission: N/A Attachments: Resolution, Agreement Executive Summary: This agenda item will approve the agreement with Neumann Monson Architects Inc. to begin the design for the Public Works Facility — Phase 1 Project. This project generally includes an early sitework package, shop spaces, vehicle parking, wash bays, fire tower, remodel of existing warm storage into police and fire storage, and potentially a remodel / addition of existing locker rooms on site. Background / Analysis: On November 3, 2017, the City received proposals from four firms through a request for proposals for architectural and engineering services for the Public Works Facility — Phase 1 Project. Three fines were interviewed and the selection committee selected Neumann Monson Architects Inc. of Iowa City. This project will use the Public Works Facility Master Plan developed in 2016 to guide the design and construction of Phase 1. The design will include two buildings. The larger building will be for Streets and Water Division vehicle storage and shop space and the Equipment Division fleet washing facility. The second structure will be a training tower for the Fire Department. The existing Warm Storage Building will be converted for use by the Fire and Police Departments. The existing locker room space in the Streets Division Administration Building may need to be modified. The project will allow for the existing Water Distribution building will be converted for use by Solid Waste operations of the Resource Management Division. This project will include the site preparation work for the overall project. The City will pursue LEED Gold status with the design and construction of this project. Staff has negotiated a design fee of 8% of the construction costs of the project. Staff also recommends the use of C -Wise to help attain the LEED Gold status. The total contract including design fees, reimbursables and sub -consultant fees is estimated at $844,000. Consultant Agreement This Agreement, ade and entered into this the day of between the City f Iowa City, a municipal corporation, hereinafter i Neumann Monson Alchitects Inc, of Iowa City, hereinafter referred to as "Agreement") Late Handouts Distributed (Date) by and dto as the City and Consultant. (hereinafter Whereas, the City of to City wishes to implement Phase 1 of a Public Works Master Plan at the current public works s at the comer of McCollister and Gil rt Street, North of Terry Trueblood Recreation Area in Iowa C , Iowa, including an early site ork package, shop spaces, vehicle parking, wash bays, fire tow remodel of existing warm rage into police and fire storage, and potentially a remodel / addition f existing locker rooms oK site; and Whereas, the City of Iowa City d fres the service f an architecture consulting fine to prepare preliminary and final design serviVthe i?ng services, and construction administration services for phase 1 services identowa City Public Works Master Plan; and Whereas, consultant services werh a Request for Qualifications (RFQ) process; and Whereas, submittals w/byand m f\seleed ing firms and evaluated by a selection committee; and Whereas, Neumann Mos wasased on qualifications and project speckcriteria such as project aatory erience, and cost-effective designs. Now Therefore, it is agreeen the parties he to that the City does now contractwith the Consultant to provideet forth herein. I. Scope of Consultant agrees t�perform the following services for the City, arto do so in a timely and satisfactory mann \ Professional de ign services, including but not limited to, Architec\Su intenance Design, Structural Engineering, Mechanical Engineering, Electrical EnginCivil Engineering, Landscape Ar itecture, and Sustainable Design related to the design ublic works facility. While Con Itart is responsible for the provision of identified servicesg the performance of service -1 provided by Sub -consultants, the parties understand tonsultants will be providin_ certain services as follows: -2 - Maintenance Design Services: HDR I Maintenance Design Group Structural Engineering Services: Raker Rhodes Mechanical Engineering Services: Modus Electrical Engineering Services: Modus Plumbing Engineering Services: Modus Civil Engineering Services: Snyder Engineering Landscape Architecture Services: Genus Sustainable Design Services: C -Wise Site survey (bbundary, topographical and utility) and services related o the presence of any hazardous or included within th scope of services of this Agreeme,,(i Phase 1: Programming: 1. Consultant will revie the City 2. The consultant will lea eet' previously established b th I intensive input process in Ivii current wants and/or nee s i 3. The consultant will chnical soil borings and reports and materials and commissioning are not City Public Works Master Plan s) with the staff to confirm the Program requirements )lic Works Master Plan. The meetings will involve users of the facility. The consultant will identify the e facility and exterior spaces. minutes. 4. The consultant is to eview and co duct visits to the new site and to include that as part of the dialogue an final analysis. 5. Programming P ase deliverables a\a'nalpproved program of space needs noting adjustments fr m the 2015 Iowa Citorks Master Plan, and an updated estimate of t cost of the work incltemization of any adjustments to the preliminary stimate of Constructioentified in the Master Plan. Design - 6p Schematic Design Documents, including m Itiple conceptual options and atives based on the approved programming, user group meetings and budget. msultant shall prepare drawings and other docu ents which depict up to 3 Ave concepts which satisfy program, schedule an budget requirements, and will a recommendation to the City as to the most approlate alternative and/or a q of alternatives. Site analysis, program and design including access to neighbo 'ng roads and trails. The consultant will provide information necessary to assist owner's c sultant in geotechnical services and surveywork. 3. Determine if a phased implementation plan will be necessary and defin a phasing plan if required. 4. Preliminary cost estimates will be established. -3- 5. The Schematic Design phase deliverables are Schematic Design site plan, f oor plans building elevations and 2 renderings of the final selected concept plan to used by the City and auxiliary organizations for presentations on the proposedfacil. , and an updated estimate of the cost of the work, including itemization of a adjustments to the \eliminary estimate of Construction Costs identified in the Progr ming phase. 6. sultant shall submit the Schematic Design Docume s to the City and request s written approval to proceed to Design Develop ent. 7. When re Council, project. Phase 2: Design by the City, the Consultant will pro 'de presentations to City Staff, City groups and the public to provid n appropriate summary of the Prepare Design Develok documents including plan!!. diagrammatic layouts of bi the Project as to architects other elements as may be include outline specificatio general their quality levels ents which shall consist of drawings and other elevations, typical construction details, and :ms to fix and describe the size and character of ral, mechanical and electrical systems, and such :. The Design Development Documents shall also itify major materials and systems and establish in 2. Design Development wi also involve specifications. The eq ipment list will i c programmed fo/repl cement to be incl3. The consultantrk with the City in coordinate info from internal City FAA, and the C Engineers. ing a comprehensive equipment list and existing equipment and equipment in the future facilities. Development Phase to organize and al entities, such as Utility companies, 4. The consults will work as a liaison and repres tativ Energy new onstruction program, including docu en selection oybundling packages, rebates and bonus 'nc with the C y to provide requested information to corftp MidAmer'can Energy rebate programs have strict co will wor on the City's behalf to coordinate and submit requir ents. 5. The onsultant will work with the City to determine what aft mable. The City's goal is to earn a LEED Gold certii for the City for the MidAmerican ig and facilitating information for ntives. The consultant will work to required documentation. The etion guidelines. The consultant ontracts to best meet the of LEED certification is 6. A(s requested by the City, the consultant will assist the City in t�ocurement of grants /for the site, specifically in providing data and information, and sp cifications of the future facilities and site. 7. The consultant shall provide an updated estimate of the cost of the woand advise the Owner of any adjustments to the preliminary estimate of Construction Co identified in the Schematic Design phase ME 6. The consultant shall submit the Design Development Documents to the City, and request the City's written approval to proceed to Construction Documents. Construction Documents: the City's approval of the Design Development Documents, the onsultant shall ire Construction Documents consisting of Drawings and Sp ications for the ,ruction of the Project. 2. The Co4ultant shall prepare documents for the City whi provide necessary bidding informatio and contractual documentation. 3. The Consulta shall assist the City in the required for the pproval of governmental 4. The Construction cuments shall compll requirements, includi but not limited t9/ Workplace; Health and afety require en 5. The Consultant shall prep describes the time, place (2) the form of agreement the Contract for Construct Consultant shall also com Contract for Construction sample forms / msibilities for filing documents having jurisdiction over the project. ith all local, state and federal regulatory Iowa City Building and Fire Codes, OSHA and Controlled Product Standards. fort City: (1) bidding and procurement information that co ditions of bidding, including bidding or proposal forms; en the Owner and Contractor; and (3) the Conditions of neral, Supplementary and other Conditions). The a pject manual that includes the Conditions of the Spe 'fications and may include bidding requirements and 6. The Consultant shall repare a final co truction cost estimate and shall advise the City of any adjustments previous prelimina estimates of Construction Costs and the reasons therefore. his final construction'e\nnot l be established prior to Bidding. The consultant s II prepare a design thatxceed the estimated final construction co 7. If the lowest r sponsive, responsible bid efinal estimated construction cost, by more tha 10% and the City chooses toproject, program and scope in order to re uce construction costs and reb'ultant shall redesign the project, including ny service defined herein as neut charge to City. Bidding aVd Negotiation: 1. The Yonsultant shall prepare the bid documents and be preiiprit and conduct the pre-bid meeling, answer questions formally and review and analyze a bid documents and m e a formal recommendation to the City. 2. 7he consultant will be responsible for any and all addendum an ill distribute to the Zon necessary parties no less than four (4) working days prior to the r eiptofthebids. struction Administration: The Consultant shall perform as "Architect" as set forth in the AIA Docu@nt A201, General Conditions of the Contract for Construction, current as the date of tt�e Consultant/Owneragreement. -5- 2. The Consultant shall advise and consult with the City during the Construction Phase Services. The Consultant shall not have control over, charge of, or responsibility for the construction means, methods, techniques, sequences or procedures, or for safety tSecautions and programs in connection with the Work, nor shall the Cons Itant be re onsible for the Contractor's failure to perform the Work in accordant( the req rements of the Contract Documents. The Consultant shall be res nsible for the Cons tant's negligent acts or omissions, but shall not have control er or charge of, and shbtl not be responsible for, acts or omissions of the Contra r or of any other persons 4 entities performing portions of the Work. 3. The Consul nt's responsibility to provide Construction P se Services commences with the award of t e Contract for Construction and terming s on the date the Consultant issues the final ertificate for Payment. 4. Costs and scheduIlkcontrol are to be reviewed d monitored by the Consultant throughout the pro s; any deviations from a roved cost and schedule must be identified and brought o the City's attention. he Consultant will track all project costs associated with work b ' g performed un r the construction documents. The Consultant will maintain ogress meeti minutes and report field notes throughout the construction administratXthe s; t ' will be part of the project record. 5. The Consultant shall coions to determine the date or dates of Substantial Completion and the datempletion; issue Certificates of Substantial Completion; receive froactor and forward to the City, for the City's review and records, written ward elated documents required by the Contract Documents and assembCo tractor; and issue a final .Certificate for Payment basedupon a final inspeatin he Work complies with the requirements of the Contract Documents. 6. Upon completion of 96nstruction Consultant Nall provide for the City the following: A. Prepare a setOf reproducible record drawings howing significant changes to the Work made fluring construction based on mark -up prints drawings and other data furnished W the Contractor to the Consultant. B. A full se of "As Constructed" Record Drawings, in ele ronic format as follows: 1/2,.. AD files shall be in Autodesk AutoCAD drawin file format, version 2015 or earlier. If the file(s) have been translated from an\documents AD application, it hould be noted as such. Each plan sheet should be ready to print.If applicable, include all file types used in the planese may include, but not limited to, linked attachments such as Tiffs, spets, and externaleference drawings. Do not include any project filth documents notcontained within the plan set. If necessary, includead e" document for any clarifications that may be necessary. 4. All drawing files that have externally referenced ds shall inserted or bound into the drawing files. If this is not possiblenally refe nceddrawings should be located in the same folder as wing files.5. All submittals shall include an explanation of the tant's CAD la rscheme. 6. All drawing files shall have the correct layer schelace. 7. All submittals shall include the 'plot style' (pen assignments) or .ctb file, in order for prints of the drawings to have the intended appearance. 8. If applicable, submittals shall include ESRI ArcGIS shape files that were created for the project. II. Time of Completion The Con ultant shall complete the following phases of the Projec 'n accordance with the schedule own. Award of Con ultant contract and approval to proceed X February 7, 2018 Program confit ation complete February 23, 2018 City review and n tice to proceed to next phase March 2, 2018 Schematic Design bomplete Aril 6 2018 City review and notic to proceed to next phase Aril 13, 2018 Design Development c m fete May 11, 2018 City review and notice t roceed to next h e May 18 2018 Construction Documents bpmplete June 22, 2018 City review and notice to r ceed to ne hase June 29 2018 Proposed Bid date August 9, 2018 Award of construction contract Construction Administration Seecs August 22, 2018 August 23, 2018 — October 7, 2019 Construction corm:tete October 7, 2019 111. General Terms A. The on Itant shall not co mit any of the following employment practices and agrees t prohibit the following ractices in any subcontracts. 1.To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, isability, age, marital status, gender identity, or sexual orientation. To discriminate against any inc employment because of their disability, age, marital status, gi d in terms, conditions, or privileges of color, religion, sex, national origin, identity, or sexual orientation. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termindqon. However, such sums shall not be greater than the "lump sum" amount listed in S ction IV. The City may terminate this Agreement upon seven (7) calendar days'wdW notice to the Consultant. C. This Agreement shall be binding upon the successo and assigns of the parties hereto, provided that no assignment shall be without the 'tten consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consulta by the City for the purpose of the Project, shall be as an independent contractor and all be exclusive, but the Consultant shall have the right to employ such assistance as be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information neede-d-by- the Consultant for the project shall be available by said City upon reasonable request -7 - 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 perfoo contrary to any state, federal, or local law or any of the ordinances oZnm Iowa City, Iowa. G. At the request of the City, the Consultant shall atteof the City Council relative to the work set forth in this Agreement. Anyde by the City shall be given with reasonable notice to the Consultan o assure attendance. The Consultant agrees to fumish, upon to mation of this Agreement and upon demand by the City, copies of all basic tes and sketches, charts, computations, and any other data prepared or ob ined by the Consultant pursuant to this greement without cost, and withoverestrictions or limitation as to the use relative to specific projects covered unde this Agreement. In such event, the Consultant s.'alk not be liable for the City's y§e of such documents on other projects. The Consultant agrees to Xmish all reports, specifications, and drawings, with the seal of a rofessional eng(neer affixed thereto or such seal as required by Iowa law. J. The City ag es to Kinder the Consultant all fees in a timely manner, excepting, however, that ilu of the Consultant to satisfactorily perform in accordance with this Agreement all constitute grounds for the City to withhold payment of the amount suffici n to properly complete the Project in accordance with this Agreement. K. Should ar# section of tN t'Agreement be found invalid, it is agreed thatthe remaining portion all be deemed everable from the invalid portion and continue in full force and a ct. L. Ori final contract drawings\shlecome the property of the City. The.Consultant sl II be allowed to keep reible copies for the Consultant's own filing use. M. /Fees paid for securing approval of a thorities having jurisdiction over the Project will be paid by the City. Upon signing this agreement, Consultan ackr Iowa Code prohibits a City officer or emplo ee with the City, and certifies that no employeb,( either direct or indirect, in this agreement, that said statutory provision enumerated in Section towledged that Section 362.5 of the from having an interest in a contract rr officer of the City, which includes \and commissions, has an interest, dogs not fall within the exceptions to O. The Consultant agrees at all times material to this Agr ement to have and maintain professional liability insurance covering the Consultant's 'ability for the Consultant's negligent acts, errors and omissions to the City in the sum f $1,000,000. P. All amendments to this Agreement must be in writing, including, ut not limited to, changes in scope and fees.. IV. Compensation for Services WE A. The total fee for services under this Agreement is $769,000.00. proposed construction cost ("Cost of the Work") of $9,200,000 i by written amendment to this Agreement, the parties change the that the Cost of the Work increases or decreases, the fee shall to any additional or reduced project scope. Reimbursable ex n total fee and shall not exceed $75,000. B. Pr r the fb a. b. C. d. e. f. This fee is based on a ncluding all alternates. If, s pe of services such adjusted proportional ses are in addition to the payments shall be billed monthly for Basic >04rvices in each phase shall total ing percentages of the total Basic Com pe sation payable: ogrammina — 3% g. Record itic Design —17% Development -19% action Documents — 29% and Negotiation — 5% ion Administration —7� D wings —1 % / C. Reimbursable Expens s shall a. LEED Reg istr ion a b. Printing c. Submittal Exchan d. Travel Expense V. Miscellaneous A. All provisions�f the Agre accepted sta dards of the of the following: ication fee be reconciled in accordance with the generally I and Engineering Profession. B. It is further agreed that there are no her considerations or monies contingent upon or resulting rom the execution of this Ag ement, that it is the entire Agreement, and that /brght monies or considerations have een solicited. C. eement shall be interpreted and a forced in accordance with the laws of the Iowa. Any legal proceeding institute with respect to this Agreement shall be in a court of competent jurisdiction in Jo nson County, Iowa. The parties hereto ubmit to personal jurisdiction therein an irrevocably waive any objection as to erein, including any argument that such roceeding has been brought in an nient forum. sm -4L/2 -- Consultant Agreement This Agreement made and entered into this the day of by and between the Ci of Iowa City, a municipal corporation, hereinafter r erred to as the City and Neumann Monso Architects Inc, of Iowa City, hereinafter ref ed to as the Consultant. (hereinafter "Agree ent") Whereas, the City of wa City wishes to implement Phase 1 f the Public Works Master Plan at the current public wo s site at the comer of McCollist and Gilbert Street, North of Terry Trueblood Recreation A a in Iowa City, Iowa, including early sitework package, shop spaces, vehicle parking, wash b s, fire tower, remodel of a sting warm storage into police and fire storage, and potentially a r ode[ / addition of existin locker rooms on site; and Whereas, the City of Iowa Cily desires the sei preliminary and final designs ices, provide services for phase 1 services ide tified in the � Whereas, consultant services and Whereas, submittals were received committee; and i Whereas, Neumann Monson Arc tei criteria such as project approach reg Whereas; funds are available' the C of an architecture consulting firm to prepare ig services, and construction administration Na City'Public Works Master Plan; and through a Request for Qualifications (RFQ) process; four consulting firms, and evaluated by a selection s selected based on qualifications and project specific pprocess experience, and cost-effective designs; and ct P3959 and Y4436 funds. Now Therefore, it is agree by and, between e, parties hereto that the City does now contract with the Consultant to prow de services as set fo h herein. I. Scope of Servi s Consultant agrees to erform the following services satisfactory manner. Professional desi services, including but not lir Structural Engin ering, Mechanical Engineering, Landscape Archj ecture, and Sustainable Design i facility. 7 the City, and to do so in a timely and to, Architectural, Maintenance Design, trical Engineering, Civil Engineering, k to the design of a new public works While Consul Ont is responsible for the provision of all services, including the performance of any services pro ided by Sub -consultants, the parties understand that Sub -consultants will be providing ce ain services as follows: -2 - Maintenance Design Services: HDR I Maintenance Design Group Structural Engineering Services: Raker Rhodes Mechanical Engineering Services: Modus Electrical Engineering Services: Modus Plumbing Engineering Services: Modus Civil Engineering Services: Snyder Engineering / Landscape Architecture Services: Genus Sustainable Design Services: C -Wise Site survey (b( commissioning Phase 1: Programming: topographical and utility) and geotechnical oil borings and reports and included within the scope of services of thi Agreement. 1. Consultant will revie the City of Io/of blic Works Master Plan 2. The consultant will lea meeting(s)aff to confirm the Program requirements previously established b the Publiaster Plan. The meetings will involve intensive input process in olving usacility. The consultant will identify the current wants and/or need forthe exterior spaces. 3. The consultant will maintain rrlea'ting minutes. 4. The consultant is to review ag(d ( nduct visits to the new site and to include that as part of the dialogue and final anVlysis. 5. Programming Phase defiverables are adjustments from the15 Iowa City estimate of the cost the work incluc preliminary estimat of Construction f Schematic I approved program of space needs noting Works Master Plan, and an updated itemization of any adjustments to the dentified in the Master Plan. 1. Develop Sch matic Design Documents, including ultiple conceptual options and alternatives ased on the approved programming, er group meetings and budget. The consu ant shall prepare drawings and other doc ments which depict up to 3 alternativ concepts which satisfy program, schedule d budget requirements, and will make a r commendation to the City as to the most app nate alternative and/or a ranking f alternatives. 2. Site alysis, program and design including access to neighboring roads and trails. The con Itant will provide information necessary to assist owner's consultant in geo echnical services and surveywork. 3. Determine if a phased implementation plan will be necessary and define a phasing plan if required. -3- 4. Preliminary cost estimates will be established. 5. he Schematic Design phase deliverables are Schematic Design site plan, floor plans, b ' ding elevations and 2 renderings of the final selected concept plan to be used by the City d auxiliary organizations for presentations on the proposed facility, an upted estimate of the cost of the work, including itemization of any adjustments to the pr!!1. e inNQary estimate of Construction Costs identified in the Programming phase. 6. The consultan4hall submit the Schematic Design Documents to the City nd request the City's written pproval to proceed to Design Development. 7. When requested by e City, the Consultant will provide presentaytofis to City Staff, City Council, auxiliary grou and the public to provide an appropna summary of the project. Phase 2: Design Development: Prepare Development Documents M including plans, sections, elevations, layouts of building systems to fix and architectural, structural, mechanical a may be appropriate. The Design Dev specifications that identify major mai quality levels. / z'onsist of drawings and other documents nstruction details, and diagrammatic the size and character of the Project as to cal systems, and such other elements as Documents shall also include outline systems and establish in general their 2. Design Development will also i olve compiling a on specifications. The equipme list will include exists g programmed for replaceme t to be included in the f 3. The consultant will work ith the City in the Design D, coordinate information rom internal City and external FAA, and the Corps p f Engineers. iprehensive equipment list and equipment and equipment mt Phase to organize and such as Utility companies, 4. The consultant wi work as a liaison and representative forth City for the MidAmerican Energy new con truction program, including documenting and acilitating information for selection of bu dling packages, rebates and bonus incentives. a consultant will work with the City provide requested information to complete requir documentation. The MidAmeric Energy rebate programs have strict completion guid ines, the consultant will work o the City's behalf to coordinate and submit contracts to 15pst meet the 5. The c sultant will work with the City to determine what level of LEED c rtification is /Areques able. The City's goal is to earn a LEED Gold certification. 6.ted by the City, the consultant will assist the City in the procureme t of grants site,specifically in providing data and information, and specifications o he future es and site. 7. The consultant shall provide an updated estimate of the cost of the work and advise the Owner of any adjustments to the preliminary estimate of Construction Costs identified in the Schematic Design phase ME 8. The consultant shall submit the Design Development Documents to the City, and request the City's written approval to proceed to Construction Documents. Documents: 1. After thg City's approval of the Design Development Documents, the Consultant shall prepare nstruction Documents consisting of Drawings and/Specificat*ns for the constructiooftheProject2. TheConsultan hall prepare documents for the City which psary bidding information and c tractual documentation. 3. The Consultant shall ssist the City in the City's respo ilities for filing documents required for the appro I of governmental authorities aving jurisdiction over the project. 4. The Construction Docum is shall comply with local, state and federal regulatory requirements, including but of limited to, the wa City Building and Fire Codes, Workplace, Health and Safet requirements OSHA and Controlled Product Standards. 5. The Consultant shall assist the ity in t development and preparation of (1) bidding and procurement information that es ibes the time, place and conditions of bidding, including bidding or proposal form) the form of agreement between the Owner and Contractor; and (3) the Conditions the Contract for Construction (General, Supplementary and other Condi ' ns). The Consultant shall also compile a project manual that includes the Cond' ons of a Contract for Construction and Specifications and may include bidding req ' ements a d sample forms. 6. The Consultant shall prep e a final constr tion cost estimate and shall advise the City of any adjustments to pr ious preliminarye imates of Construction Costs and the reasons therefore. This inal construction esti ate will be established prior to Bidding. The consultant shall p epare a design that doe not exceed the estimated final construction cost. 7. If the lowest resp sive, responsible bid exceeds t final estimated construction cost, by more than 10 /o and the City chooses to revise th project, program and scope in order to reduc construction costs and rebid, the Con ultant shall redesign the project, including any ervice defined herein as necessary with ut charge to City. Bidding and 1. The conKultant shall prepare the bid documents and be pre ent and conduct the pre-bid meetin answer questions formally and review and analyze a bid documents and make/a formal recommendation to the City. 2. T/he consultant will be responsible for any and all addendum an will distribute to the necessary parties no less than four (4) working days prior to the r'ceipt of the bids. Construction Administration: -5 - The Consultant shall perform as "Architect" as set forth in the AIA Document A201, General Conditions of the Contract for Construction, current as the date of the ConsultanUOwner agreement. 2. The onsultant shall advise and consult with the City during the Construction Phase Servic. The Consultant shall not have control over, charge of, or responsibility for the cons truc n means, methods, techniques, sequences or procedures, or for safety precaution and programs in connection with the Work, nor shall the Consultant be responsible fcK the Contractor's failure to perform the Work in accordancewi h the requirements o the Contract Documents. The Consultant shall be responsi a for the Consultant's neg ' ent acts or omissions, but shall not have control over op/charge of, and shall not be re onsible for, acts or omissions of the Contractor or any other persons or entities p rforming portions of the Work. 3. The Consultant's respo ibility to provide Construction Phase Se94ces commences with the award of the Contrac or Construction and terminates on th date the Consultant issues the final Certificate Nr Payment. 4. Costs and schedule control ar to be reviewed and moni red by the Consultant throughout the process; any de 9 tions from approved ost and schedule must be identified and brought to the City' attention. The Co sultant will track all project costs associated with work being perform d under the c nstruction documents. The Consultant will maintain progress meting minu s and report field notes throughout the construction administration process; thk will 0 part of the project record. 5. The Consultant shall conduct im Completion and the date of final Completion; receive from the Cc and records, written warranties ( Documents and assembled by tl based upon a final inspection ipf Contract Documents. 6. Upon completion of actionsA determine the date or dates of Substantial mpl ion; Issue Certificates of Substantial -a or and f rward to the City, for the City's review related docckments required by the Contract Contractor; ariq issue a final Certificate for Payment ating the Work 69mplies with the requirements of the Consultant shall A. Prepare a set of r0producible record drawings showir Work made dur' g construction based on marked -up furnished by t Contractor to the Consultant. for the City the following: ificant changes to the drawings and other data B. A full set o As Constructed" Record Drawings, in electronidN{ormat 1AnotC files shall be in Autodesk AutoCAD drawing file fa mat, lier. If the file(s) have been translated from another D ould be noted as such. ch plan sheet should be ready to print. pplicable, include all file types used in the plan set; thlimited to, linked attachments such as Tiffs, spreadsheet as follows: version 2015 or application, it Cinclude, but nd external reference drawings. Do not include any project files or other d cur contained within the plan set. If necessary, include a "Readme" t any clarifications that may be necessary. 4. All drawing files that have externally referenced drawings shall be bound into the drawing files. If this is not possible, externally refer( drawings should be located in the same folder as the drawing files. not it for or a M. 5. All submittals shall include an explanation of the Consultant's CAD layer scheme. 6. All drawing files shall have the correct layer scheme in place. 7. All submittals shall include the 'plot style' (pen assignments) or .ctb file, in order for prints of the drawings to have the intended appearance. 8. If applicable, submittals shall include ESRI ArcGIS shape files that were created for the project. II. Time of The Consultant shallc`Qmplete the following phases of the Project schedule shown. �7 with the Award of Consultant contract kid approval to proceed February 7, 2018 Program confirmation complete March 2, 2018 Schematic Design complete Aril 13, 2018 Design Develo ment complete May 18, 2018 Construction Documents complete June 29, 2018 Proposed Bid date August 9, 2018 Award of construction contract Construction Administration Services August 22, 2018 August 23, 2018 — October 7, 2019 Construction complete October 7, 2019 III. General Terms A. The Consultant shall n,Ot commit any of tN following employment practices and agrees to prohibit the (lowing practices in aN subcontracts. 1. To dischar a or refuse to hire any indiv ual because of their race, color, religion, ex, national origin, disability, ag marital status, gender identity, or sex I orientation. 2. To iscriminate against any individual in terms, conditions, or privileges of e ployment because of their race, color, reli 'on, sex, national origin, sability, age, marital status, gender identity, or se ual orientation. B. Sho d the City terminate this Agreement, the Consultant shNtl be paid for all work an services performed up to the time of termination. Howe r, such sums shall n be greater than the "lump sum" amount listed in Section V. The City may rminate this Agreement upon seven (7) calendar days' wri n notice to the This Agreement shall be binding upon the successors and assigns f the parties hereto, provided that no assignment shall be without the written co sent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City`fpr the purpose of the Project, shall be as an independent contractor and sha be -7 - 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 theConsultant for the project shall be available by said City upon re onable Iequest to the Consultant. The City agrees to furnish all reasonable istance in e use of these records and files. F. It is`i gher agreed that no Party to this Agreement shall pe rm contrary to any state,' 2ieral, or local law or any of the ordinances of the QX of Iowa City, Iowa. G. At the re est of the City, the Consultant shall attend eetings of the City Council relative to a work set forth in this Agreement. Yy requests made by the City shall be give with reasonable notice to the Cons ant to assure attendance. H. The Consultant rees to furnish, upon to enation of this Agreement and upon demand by the Ci copies of all basic no sand sketches, charts, computations, and any other data repared or obta' ed by the Consultant pursuant to this Agreement without cc and withoYf-Agreement. rictions or limitation as to the use relative to specific projects cove d under In such event, the Consultant shall not be liable for the C s useh documents on other projects. I. The Consultant agrees to'umXfi all reports, specifications, and drawings, with the seal of a professional engin r ffixed thereto or such seal as required by Iowa law. J. The City agrees to tend r the C\antfees in a timely manner, excepting, however, that failure o he Consfactorily perform in accordance with this Agreement shall constitute ghe City to withhold payment of the amount sufficient properly cProject in accordance with this Agreement. K. Should any se tion of this Agreement be fo d invalid, it is agreed that the remaining po 'on shall be deemed severable from he invalid portion and continue in full force de ffect. L. Original ntract drawings shall become the property o the City. The Consultant shall be Ilowed to keep reproducible copies for the Cons tants own filing use. M. Fees aid for securing approval of authorities having jurisdtion over the Project will a paid by the City. N. U on signing this agreement, Consultant acknowledged that Se ion 362.5 of the wa Code prohibits a City officer or employee from having an inte st in a contract with the City, and certifies that no employee or officer of the City, hich includes members of the City Council and City boards and commissions, ha an interest, either direct or indirect, in this agreement, that does not fall within the a ceptions to said statutory provision enumerated in Section 362.5. O. The Consultant agrees at all times material to this Agreement to have and nkin, professional liability insurance covering the Consultant's liability for Consultant's negligent acts, errors and omissions to the City in the sum $1,000,000. P. All amendments to this Agreement must be in writing, including, but not limited to , changes in scope and fees.. IV. Competeation for Services A. The total fee for rvices under this Agreement shall not exceed Reimbursable expe es shall not exceed $75,000. UT B. Progress payments shall a billed monthly for Basic Services the following percentages o the total Basic Compensation a. Programming — 3% b. Schematic Design — 17° c. Design Development —19 d. Construction Documents — % e. Bidding and Negotiation — 5% f. Construction Administration — 2 °o g. Record Drawings —1% C. Reimbursable Expenses shall consist of a Ilowing: a. LEED Registration and Certific ion fe b. Printing c. Submittal Exchange d. Travel Expense Miscellaneous each phase shall total A. All provisions of the reement shall be reconciled i accordance with the generally accepted standards o the Architectural and Engineerin Profession. B. It is further agreed hat there are no other considerations r monies contingent upon or resulting from th execution of this Agreement, that it is the entire Agreement, and that no other monie or considerations have been solicited. C. This Agree nt shall be interpreted and enforced in accords ce with the laws of the State of to a. Any legal proceeding instituted with respect to t is Agreement shall be brought i a court of competent jurisdiction in Johnson Coun , Iowa. The parties hereto reby submit to personal jurisdiction therein and irr vocably waive any objecti as to venue therein, including any argument that such p ceeding has been broua t in an inconvenient forum. For the City / For the Consultant By: Dave Zahradnik, AIA Title: Principal WE Aooroved bv: 02-06-18 13 Prepared by Eric R. Goers, Assistant City Attorney, 410 E. Washington, Iowa City, IA 52240, (319) 356-5030 Resolution number: Resolution approving settlement of imminent litigation. Whereas, City transit operator, William Peterson, has alleged he has suffered a series of injuries while working for the City; and Whereas, Mr. Peterson has filed a corresponding series of workers' compensation claims; and Whereas, in order to avoid the risk and expense of further litigation, the City and counsel for Mr. Peterson negotiated and reached a settlement, pending Council approval, of Mr. Peterson's workers' compensation claims; and Whereas, it is appropriate to ratify said settlement, with payment by the City of Iowa City to counsel for Mr. Peterson in the amount of $50,000, plus funding of a Medicare set aside account in the amount of $24,805.85, to fully and finally settle Mr. Peterson's workers' compensation claim and end his employment with the City. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa City Council for the City of Iowa City hereby approves said settlement with William Peterson as being in the best interest of the City of Iowa City and the parties involved, ratifies said settlement with Mr. Peterson, and confirms that said settlement is hereby ratified upon execution and delivery of a release, subject to the approval of the City Attorney's Office. 2. The City Manager is hereby authorized to issue payment in the amount of $50,000.00 to William Peterson upon Mr. Peterson's execution of a release approved by the City Attorney's Office and satisfaction of all other conditions of the Settlement Agreement, and to fund a Medicare set aside account in the amount of $24,805.85. Passed and approved this rrh day of February , 2018. v MAYOR Ap oved by ATTEST: CCc d 4 !r CITY CLERK City Attorney's Office Resolution No. 18-41 Page 2 It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: AYES: x NAYS: ABSENT: Botchway Cole Mims Salih Taylor Thomas Throgmorton the Iowa City Public Works Facility - Phase Concept Plansl Phasing Diagram ON� RTW Al 1BRINE� Y - t i\FIRE 1 WASH „ YARO9TOR4GF a 60lClIfN _• LU r+mA� oFVFLaW.�IF FWE6 RAPCFL BALK 1} RkCOLLI6TER RIXlLEY1R6 Existing Phase 1 ��'A/a!rt(enance � 6ravY>9FF NEUMANN WONSON Phase 1 Schedule • Design Kickoff and Program Confirmation - February 2018 • Schematic Design and Design Development - March - May 2018 • Construction Documents - June 2018 • Construction - September 2018 - October 2019