city of iowa city rfp - a unesco city of literature...consultant agreement with the city of iowa...
TRANSCRIPT
Iowa City Construction Projects Page 1
Request for Proposals
Request for Proposals (RFP)
Design and Engineering Services for
Iowa City Construction Projects
December 21, 2018
SUMMARY
The City of Iowa City, Iowa (City) is soliciting proposals from interested consultants to provide
professional engineering services for a number of projects. It is anticipated multiple consultants will be
selected from this process, and the selected consultants will aid in the planning, design, master plan and
bid document development, and limited construction period services for these projects. Consultants
wishing to submit a proposal shall include information as described in this RFP. Please note that design
and construction timeframes vary by project.
TABLE OF CONTENTS
Background………………………………………………………………… page 2
Scope of Services………...………………………………………………… page 2
Minimum Qualifications …………………………………………………... page 3
Costs…………………...…………………………………………………… page 3
Timeline……………………………………………………………………. page 3
Consultant Selection Process………………………………………………. page 3
Submittal Contents………………………………………………………….page 4
Contract Documents……….………………………………………..………page 5
Submittal Instructions and Deadline……………………………………….. page 5
Inquiries……..………………………………………...…………………….page 5
Distribution List……………………………………………………………. page 6
Project Detail Sheets…………………………………...……………… pages 7-50
Consultant Agreement…………………………………...………........Appendix A
Wage Theft Policy…………………………………...………………..Appendix B
SUBMITTAL DELIVERY ADDRESS
City Clerk
City of Iowa City
City Hall
410 East Washington Street
Iowa City, Iowa 52240
SUBMITTAL DEADLINE: 4:00 p.m. CST on Friday, January 25, 2019
Iowa City Construction Projects Page 2
Request for Proposals
BACKGROUND
The following projects will be considered under this RFP:
Project Name Total Estimated Project Cost
Annual Sewer Rehabilitation $300,000
Annual Bicycle Master Plan Implementation $1,050,000
Benton Street Rehabilitation $2,810,000
Biennial Bridge Inspections and Master Plan $150,000
Dill Street Water Main Replacement $800,000
First Avenue and Scott Boulevard Intersection Improvements $1,150,000
I-80/Hwy 1 Interchange Landscaping Master Plan $25,000
Lower Muscatine Area Storm Sewer Improvements $750,000
Melrose Avenue Improvements $5,420,000
Muscatine Avenue Pedestrian Crossing $60,000
Nevada Avenue Sanitary Sewer Replacement $350,000
Parking Garage Master Plan $60,000
Pavement Management Plan $50,000
Riverfront Crossings District Drainage Studies $80,000
Rochester Avenue Reconstruction $6,400,000
Scott Boulevard Trunk Sewer Extension $2,025,000
Scott, Napoleon, and Fair Meadows Park Improvements $520,000
Second Avenue Bridge Replacement $800,000
Spruce Street Water Main Replacement $217,000
Weatherby Park Improvements $550,000
Additional information related to each project is included in the project detail sheets beginning on Page 8
of this RFP.
SCOPE OF SERVICES
The information provided in this section is not intended to comprise a detailed scope of services that will
be required in a final consultant contract, but is intended to provide general information to firms wishing
to submit proposals. The City will negotiate the detailed scope of services with the successful firm for
each project.
Each contract for engineering and design services will be a full-service design contract that includes, but
is not limited to, the following:
• Conduct a kick-off meeting with City Staff.
• Review available information provided by the City.
• Survey and field verify the project area (using the Iowa State Plane South Coordinate System).
• Survey boundary work & preparation of acquisition plats, as needed.
• Create a base map for use during design and project document development.
• Project team meetings (City and Consultant staff) and field visits as necessary.
• Provide project plans, including estimate of construction costs, for review at approximately
30%, 60%, 90% and 100% completion.
• Coordinate with private utility companies, as needed, for required relocations.
Iowa City Construction Projects Page 3
Request for Proposals
• Meet with City Staff to discuss and review comments.
• Individual property owner meetings and public meetings.
• Provide final bid documents, including a final estimate of construction costs.
• Bid phase services, as necessary, including but not limited to, assisting the City in responding
to bidder inquiries on technical matters and preparing the appropriate clarifications and
addenda.
• Limited construction period services.
Following selection of a preferred consultant for each project, City staff will meet with consultant staff to
negotiate final project design scope and fee.
MINIMUM QUALIFICATIONS
To be considered, consultants must document the knowledge, skills, and abilities of the firm and team
members proposed for the project.
COSTS
Firms participating in the consultant selection process will be responsible for all costs incurred to respond
to this RFP.
TIMELINE
Tentative consultant selection timeline is as follows:
• Submittals are due 4:00 p.m. CDT on January 25, 2019.
• Selection of consultants on approximately February 15, 2019.
• Consultant agreements finalized in March 2019.
Design schedules for all projects shall assume project construction completed in 2020, unless otherwise
noted.
CONSULTANT SELECTION PROCESS
The Selection Committee consists of several members of the Engineering Division, and other City
departments as needed. Submittals will be reviewed based on the submittal contents described below, and
evaluated based on the following criteria: consultant qualifications and experience, project approach,
consultant fees and project costs, and project scheduling. The firm deemed best qualified by the Selection
Committee for each project will be selected for negotiations related to final project design scope and fee.
Should the City and Consultant not be able to reach an agreement regarding project scope and fee, the
City reserves the right to negotiate with the firm determined by the City to be the next most qualified.
The intent of the selection process is to select the most qualified firm based on the identified needs of the
City. The skills, areas of expertise, and capabilities that the City believes are necessary for successful
completion of the projects will be evaluated and factored in the selection process. In all cases, the City
reserves the rights to select a consultant firm and award a contract that are in the best interests of the City.
Iowa City Construction Projects Page 4
Request for Proposals
SUBMITTAL CONTENTS
To standardize responses and simplify the comparison and evaluation of responses, all statements must be
organized in the manner set forth below, separated into sections, and appropriately labeled. However,
specific requirements for each section have been minimized in order to allow for flexibility for each firm
to provide information they feel best conveys their qualifications. All information and materials
requested shall be provided in the proposal under a single cover. The submittal length shall be limited to a
maximum of 30 single-sided (or 15 double-sided) pages, not including dividers and covers. Minimum
font size shall be ten (10) point.
Cover Letter – The letter should state the firm’s interest in being considered for selection, pertinent
information for the firm’s contact person and the projects for which the firm would like to be considered.
General Firm Profile – A general description of the firm is required. Describe the general nature of
services provided by the firm, the location of main and branch offices, and the number of years the firm
has provided services similar to those anticipated on the projects included in the RFP. Any sub-
consultants who are expected to be a part of the design team should be identified.
Key Personnel – Provide information indicating anticipated key personnel, relationship to the desired
projects, and their positions within the firm. It is a requirement of the City that the key personnel
identified during the consultant selection process will participate in and execute the project. Substitution
of key personnel after selection will require approval by the City as project lead professionals are
considered essential. Please indicate the persons possessing the licenses and certifications necessary to
perform the type of work being requested.
Reference Projects – A listing of reference projects shall be provided. Reference projects should be of
similar size and scope as those for which the consultant would like to be considered. Particular emphasis
should be placed on innovative, sustainable, and cost-effective solutions. Indicate which key personnel
were involved in the reference projects and their role in the reference projects. Provide contact
information for the project owners, the nature of the firm’s scope of work on the project, and the date the
contract started and ended.
Project Approach (Each Project) – A description of the anticipated project approach, including technical
and management factors that will lead to a quality project. Respondents are encouraged to use this section
of the submittal to address unique understanding, knowledge and/or abilities of the firm as they apply to
the desired projects included in the RFP. Competitive advantages or special capabilities of project teams
should be highlighted in this section. A project approach should be included for each project for which
the firm would like to be considered.
Estimate of Resources (Each Project) – Based on the firm’s understanding of the scope of work required,
provide an estimate of the firm’s resources that should be dedicated to the project. This can be in a form
of the firm’s choosing but should clearly convey a sense of the amount of effort, resources and an
estimated price the firm believes will be required for the project. The estimated price does not need to be
a quote to complete the project, and may include an estimated cost range, but should accurately reflect the
anticipated effort to complete the project. An estimate of resources should be included for each project
that the firm would like to be considered.
Project Schedule (Each Project) – Provide a preliminary project schedule that includes projected durations
and dates for anticipated project phases, including project milestones and deliverables. A proposed
project schedule should be included for each project that the firm would like to be considered.
Iowa City Construction Projects Page 5
Request for Proposals
Billing Rates – Provide current billing rates for firm personnel, including rates of staff included in the
proposal, at a minimum.
CONTRACT DOCUMENTS
Consultants selected to provide engineering and design services will be required to enter into a written
consultant agreement with the City of Iowa City. A sample consultant agreement is included in Appendix
A of this RFP. Any objections to agreement language shall be documented in the submitted proposal.
In addition, selected consultants will be required to submit a completed copy of the City of Iowa City
Wage Theft Policy, included in Appendix B of this RFP. Any objections to agreement language shall be
documented in the submitted proposal.
All projects shall utilize City of Iowa City standard front ends and contract documents for project
development.
SUBMITTAL INSTRUCTIONS AND DEADLINE
The submittal should be sent or delivered to the following address:
City Clerk
City of Iowa City
City Hall
410 East Washington Street
Iowa City, Iowa 52240
Ten hard copies of the proposal and one electronic (PDF) copy of the submittal are due by 4:00 p.m. CDT
on Friday, January 25, 2019. The submittals must be sealed and clearly marked as: “Request for
Proposals for the 2020 Iowa City Construction Projects.” No portion of a submittal may be submitted by
FAX or e-mail. Late submittals will not be evaluated.
INQUIRIES
Inquiries to clarify the requirements of the RFP can be directed to Mr. Jason Havel, P.E. at (319) 356-
5410 or by email at [email protected].
Specific project scope and design fees will be negotiated at a later time. Meeting requests to address
questions related to projects included in this RFP will be limited to one 30-minute (maximum) meeting
per consultant. All inquiries must be made no later than January 18, 2019.
Iowa City Construction Projects Page 6
Request for Proposals
DISTRIBUTION LIST
AECOM
Anderson Bogert
Axiom Consultants
Bolton & Menk, Inc.
City of Iowa City Website
Confluence
Desman Design Management
Fehr Graham & Associates, LLC
Foth Infrastructure & Environment
GBA Architects Engineers
Hall & Hall Engineers
HBK Engineering, LLC
HDR
Hitchcock Design Group
HR Green Company
IIW
ISG
McClure Engineering Company
MMS Consultants, Inc.
MSA Professional Services, Inc.
RDG Planning & Design
SEH
Shive-Hattery, Inc.
Shoemaker & Haaland Professional Engineers
Snyder and Associates
Stanley Consultants, Inc.
Strand Associates, Inc.
THP Limited Inc.
Veenstra & Kimm, Inc.
Watersmith Engineering
Walker Consultants
Iowa City Construction Projects Page 7
Request for Proposals
PROJECT DETAIL SHEET
ANNUAL SEWER REHABILITATION
PROJECT BACKGROUND
This project consists of CIPP lining for approximately 5000 – 8000 feet of various pipe sizes including
manhole repairs and or lining at sites located throughout Iowa City. It is anticipated the project will
include approximately 10 to 20 sites. The City will provide the sewer inspection videos and summary
reports for the consultant to review to create the design plans. This work will need to be completed in the
summer and fall of 2020. The bid package will include a specification book based on SUDAS with 8 ½
by 11-inch location maps showing the sewer services of each pipe segment and the proposed work to be
done along with a copy of the inspection videos on a thumb drive.
PROJECT OBJECTIVE
The project will include the following:
• Review provided sewer inspection videos and summary reports to evaluate necessary sewer lining
lengths, service tap locations and manhole repairs or lining.
• Prepare sanitary sewer and manhole lining plans, specifications, and bid documents.
PROJECT LOCATION
Various locations throughout Iowa City.
PROJECT BUDGET
Total project budget is $300,000.
PROJECT CONTACT
Jason Reichart, PE
Civil Engineer
(319) 356-5416
Iowa City Construction Projects Page 8
Request for Proposals
PROJECT DETAIL SHEET
ANNUAL BICYCLE MASTER PLAN IMPLEMENTATION
PROJECT BACKGROUND
This is an annual project to incorporate bicycle facilities on street and road corridors, where appropriate,
per the recommendations of the Iowa City Bicycle Master Plan. Improvement projects will include
construction of bike lanes, bike boulevards, and other features that will improve roadways and streets to
promote equal access and usability for all modes of transportation including bicycles, pedestrians, buses,
and vehicles. Projects will also include 4-lane to 3-lane conversions and 1-way to 2-way conversion in
areas that are highly used by all modes of transportation.
PROJECT OBJECTIVE
The project will include the following:
• Review the Iowa City Bicycle Master Plan recommendations.
• Prepare roadway restriping plans, specifications, and bid documents.
• Design of 1-way to 2-way conversion project for Market Street and Jefferson Street.
It is anticipated the included projects will be implemented over approximately a three-year period, as
included in the City’s Capital Improvement Plan.
PROJECT LOCATION
Various locations throughout Iowa City including:
• Governor Street bike lane from Burlington to Bowery
• Dodge Street bike lane from Burlington to Bowery and Road Diet from Bowery to Kirkwood
• Gilbert Street Road Diet from Market to Kirkwood and US Highway 6 to McCollister Boulevard
• Keokuk Street Road Diet from US Highway 6 to Sandusky Drive
• Southgate Avenue bike lanes from South Gilbert Street to Keokuk Street
• Market Street 1-way to 2-way conversion and bike lanes from Madison Street to Union Place
• Jefferson Street 1-way to 2-way conversion and bike lanes from Madison Street to Clapp Street
PROJECT BUDGET
Total project budget is approximately $550,000 for annual bicycle master plan projects, and $500,000 for
the Market Street and Jefferson Street 2-way conversions.
PROJECT CONTACT
Jason Reichart, PE
Civil Engineer
(319) 356-5416
Annual Bicycle Master PlanImplementation ¯
GILBERT
SYCA
MORE
MCCOLLISTER
KEOK
UK
TAYL
ORSANDUSKY
SOUTHGATE
RIVERSIDE
OLD
HIGH
WAY 2
18
BOYR
UM
BROA
DWAY
MORMON TREK
LAKESIDE
HOLLYWOOD
6
BROA
DWAY
7TH
DODG
E
GILB
ERT
LUCA
S
CLIN
TON
MARKET
JEFFERSON
LINN
COURT
SUMM
IT
KIRKWOOD
MUSCATINEMADI
SON
GOVE
RNOR
BENTON
BOWERY
SHERIDAN
RUNDELLPRENTISS
OAKLAND
RIVERSIDE
IOWA
MYRTLE
LAFAYETTE
JACKSON
BURLINGTON
MAGG
ARD
WASHINGTON
GILB
ERT
IOWA
DUBU
QUE
COURT
Iowa City Construction Projects Page 10
Request for Proposals
PROJECT DETAIL SHEET
BENTON STREET REHABILITATION PROJECT
PROJECT BACKGROUND
Benton Street is an arterial street that extends from Van Buren Street near the downtown area to the west
side of Iowa City.
The length of the project corridor extends along Benton Street from Mormon Trek Boulevard to 150' east
of Benton Drive, which is approximately 6,550 feet. The pavement in this area is a 33-foot Portland
Cement Concrete (PCC) roadway with approximately two 13-foot travel lanes (one in each direction) and
3-foot painted shoulders. Currently, the striped shoulders are often treated as bike lanes by users, but they
do not meet the current recommended minimum widths for bike lanes.
The existing pavement is in poor condition, with joint deterioration becoming an increasing issue for
much of the corridor. The City has completed a diamond grinding project within this section of Benton
Street to try and address rideability issues. Sidewalk facilities exist along both sides of Benton Street,
including curb ramps at most intersections. However, many of the curb ramps are in need of upgrading to
meet current ADA requirements.
PROJECT OBJECTIVE
The intent of the Benton Street Rehabilitation Project is to improve pavement condition by repairing
existing pavement deficiencies and increasing surface smoothness. The project will include PCC patching
in areas where the existing pavement has deteriorated to the point where it is no longer structurally
sufficient. Following the PCC patching, Benton Street will receive a Hot Mix Asphalt (HMA) overlay
between Mormon Trek Boulevard and Greenwood Drive. The project would tie into the stretch of Benton
Street, from Greenwood Drive to Michael Street, which received an HMA overlay in 2017. The final
surface would be striped to include two travel lanes (one in either direction) and on street bike lanes.
The Benton Street Rehabilitation Project would include reconstruction of curb ramps at existing
intersections that do not meet current ADA requirements. Curb ramps would also be installed in any
locations where ramps are required but are missing.
The project includes STBG funding, and the selected consultant will coordinate project reviews and
bidding through the Iowa DOT, as needed.
PROJECT LOCATION
The project is located along Benton Street, between Morman Trek Boulevard and Greenwood Drive:
PROJECT BUDGET
Project budget allocation per fund:
STBG Funding $1,315,860
GO Bonds: $1,494,140
Total Project Budget: $2,810,000
Iowa City Construction Projects Page 11
Request for Proposals
PROJECT SCHEDULE
Summer 2019 – Fall 2020 Project Design and Acquisitions Complete
Winter 2020 Local (Iowa City) bid letting
Spring – Fall 2021 Construction
PROJECT CONTACT
Jason Havel, P.E.
City Engineer
(319) 356-5410
Benton St Rehabilitation Project ¯
Benton St
Hwy 1
Melrose AveMo
rmon
Trek
Blvd
Suns
et St
Gree
nwoo
d Dr
Iowa City Construction Projects Page 13
Request for Proposals
PROJECT DETAIL SHEET
BIENNIAL BRIDGE INSPECTIONS AND MASTER PLAN
PROJECT BACKGROUND
The City of Iowa City currently has 56 vehicular bridges and 50 pedestrian bridges located within the City
limits. To protect the health and safety of the community, the City administers an inspection program for
all vehicular and pedestrian bridges. As per the National Bridge Inspection Standards (NBIS), the City is
required to perform periodic inspections for vehicular bridges that are greater than 20 feet in span length
on a biennial basis. Currently, the City has 46 bridges that have spans greater than 20 feet.
In addition to the City’s inspection program, the City desires to initiate a bridge maintenance plan to
identify future maintenance and improvement needs and retain a qualified consultant to provide load
analyses for requested oversized loads over City-owned bridges.
PROJECT OBJECTIVE
The project will involve four components:
1. Bridge inspections.
2. Update electronic SI&A forms in Iowa DOT SIIMS database (Bridges 20ft or greater).
3. Development of a City Bridge Master Plan.
4. Load ratings.
The following outlines the scope of the project components in detail.
1. Bridge Inspections:
a. Perform field inspections for all vehicular bridges and pedestrian bridges. Bridge
inspections shall meet the National Bridge Inspection Standards.
i. Total number of FHWA bridges = 46.
ii. Total number of bridges less than 20 feet = 10.
iii. Total number of pedestrian bridges = 50.
b. Prepare Structure Inventory and Appraisal (SI&A) forms for each FHWA bridge.
c. Provide an updated list of fracture critical and special bridges as per Iowa DOT
requirements.
d. Provide a summary of all bridges inspected, noting required maintenance items, any
posting changes, sign deficiencies and recommended repairs.
e. Deliverables: SI&A forms, field inspection worksheets, bridge data and summary report.
2. Update electronic SI&A forms in Iowa DOT SIIMS database (Bridges 20ft or greater)
a. Prepare Structure Inventory and Appraisal (SI&A) forms for each FHWA bridge.
b. Provide a minimum of three site photos for each bridge plus any additional photos required
to document any areas that are deficient.
c. Update the Iowa DOT SIIMS database for the FHWA bridges.
3. Development of a City Bridge Master Plan
a. The consultant shall prepare a 6-year Repair and Maintenance Master Plan. The Master
Plan is to include recommended contractor efforts and potential City-Coordinated (in-
house) efforts. In conjunction with these efforts, the Master Plan will include a complete
annual breakdown of the scope of work, corresponding budgets, and probable costs. The
Iowa City Construction Projects Page 14
Request for Proposals
The following shall reflect the Master Plan format:
• Executive summary
• Introduction
• Structure Specific Items
o Structural Description
o Review and Findings
o Discussion and Recommendations
o 6-Year Repair and Maintenance Master Plan
4. Load Ratings
a. On an annual basis, the City receives approximately 5 to 10 oversized load requests that
require a loading analysis by a qualified structural engineer. The City wishes to retain a
consultant at a fixed hourly rate to provide loading analyses for these oversized load
requests through 2021.
b. According to IDOT I.M. 2.120, Group 2 SHV load ratings are to be completed on or
before 12/31/2020. The consultant shall identify which bridges are classified as group 2
bridges and prepare and upload the load ratings for these bridges on the SIIMS database.
PROJECT BUDGET
Total project budget is $150,000.
PROJECT SCHEDULE
The project will have the following deadlines:
• June 30, 2019 - Update electronic SI&A forms in Iowa DOT SIIMS database (Bridges 20ft or
greater) and perform SHV Group 2 load ratings.
• Submit the Bridge Master Plan to the City July 2019.
PROJECT CONTACT
Brett Zimmerman
Civil Engineer
(319) 356-5044
Iowa City Construction Projects Page 15
Request for Proposals
PROJECT DETAIL SHEET
DILL STREET WATER MAIN REPLACEMENT PROJECT
PROJECT BACKGROUND
This project will include the installation of approximately 1,200 linear feet of new 8” water main along
Black Spring Circle, Dill Street, and a small portion of Rider Street. The new water main will replace
existing 6” cast iron water mains that have a history of breaks. This project will include the installation of
sidewalk along one side of Dill Street to create a sidewalk connection from Rocky Shore Drive to existing
sidewalk along Rider Street. Also included in the project is the installation of new hydrant assemblies,
connection to existing water mains, connection of existing services, replacement of pavement and
sidewalk (as necessary), surface restoration, and other related work.
PROJECT OBJECTIVE
The scope of the services will include the development of all bidding documents, including plans,
specifications, permits, construction cost estimate, and other documents required to bid the project. As
part of the plan development, the consultant shall verify existing utilities (private and public) and provide
coordination with the utility owners during the design process. The consultant shall also consider leaking
underground storage tank (LUST) sites within the area, and determine if there is a need for nitrile gaskets
or other measures. A preliminary layout of the proposed main is included for informational purposes.
PROJECT LOCATION
Along Black Springs Circle and Dill Street as well as a small portion of Rider Street.
PROJECT BUDGET
Total project budget is $800,000.
PROJECT SCHEDULE
The City desires to complete the project in a timely manner, with construction of the project completed in
2020.
PROJECT CONTACT
Joe Welter, PE, PMP
Senior Civil Engineer
(319) 356-5144
Dill St Water Main Replacement ¯
Dill St
Black
Sprin
gs C
r
Rider StTe
eters
Ct
Hwy 6
Rocky S
hore D
r
Newton Rd
River St
Iowa City Construction Projects Page 17
Request for Proposals
PROJECT DETAIL SHEET
FIRST AVENUE AND SCOTT BOULEVARD INTERSECTION IMPROVEMENTS
PROJECT BACKGROUND
The current layout of the First Avenue and Scott Boulevard intersection includes four-way stop control.
During peak hours vehicles experience significant queuing, resulting in increased travel times, delays, and
emissions. In 2015, the City utilized a consultant to investigate the feasibility of constructing a
roundabout at this intersection. The consultant determined a standard modern roundabout would handle
projected traffic demands, improve vehicle safety, and provide better speed control.
PROJECT OBJECTIVE
The project will include preliminary & final design services for constructing a roundabout at the
intersection of First Avenue and Scott Boulevard. Also includes associated storm sewer, sidewalk, trail,
signage and landscaping improvements.
Project should be designed to minimize impacts to ACT property on the north side of Scott Boulevard.
PROJECT LOCATION
The project is generally located at the First Avenue and Scott Boulevard intersection.
PROJECT BUDGET
Total project budget is $1,150,000.
PROJECT CONTACT
Jason Reichart, PE
Civil Engineer
(319) 356-5416
First Ave/Scott BoulevardIntersection Improvements ¯
Scott Blvd
1st Ave
Iowa City Construction Projects Page 19
Request for Proposals
PROJECT DETAIL SHEET
I-80/HWY 1 INTERCHANGE LANDSCAPING MASTER PLAN
PROJECT BACKGROUND
The highway interchange located at the intersection of I-80 and Highway 1 includes a significant amount
of impervious surface and rip rap, resulting in limited aesthetic appeal. The City of Iowa City desires to
hire a consultant to help develop a master plan for this area, which will allow for applications for Living
Highway Trust Fund, or similar, funding for construction.
PROJECT OBJECTIVE
This project will develop a landscaping master plan for the interchange area. The plan should aim to
soften the look of the interchange through the use of thoughtful design which requires minimal
maintenance. The development of the master plan should result in a sustainable and resilient project that
fits well within the interchange area, and should consider any utility or other infrastructure facilities that
may be needed as a part of the improvements. In addition, coordination with the Iowa DOT will be
required as part of the master planning project. A cost estimate for the proposed improvements is required
as part of the project deliverables.
PROJECT LOCATION
The project is located at the I-80/Hwy 1 interchange in Iowa City
PROJECT BUDGET
Total project budget is $25,000.
PROJECT SCHEDULE
Spring 2019 – Summer 2019 Development of master plan
PROJECT CONTACT
Jason Havel, PE
City Engineer
(319) 356-5410
I-80/Hwy 1 Interchange LandcapingMaster Plan ¯
80
ACT
DODGE
1
MOSS RIDGE
NORTHGATE
ACT
ACT
DODG
E
Iowa City Construction Projects Page 21
Request for Proposals
PROJECT DETAIL SHEET
LOWER MUSCATINE AREA STORM SEWER IMPROVEMENTS PROJECT
PROJECT BACKGROUND
This project will install new storm sewer intakes along Deforest Avenue, Franklin Street, Ash Street, Pine
Street and Spruce Street near their intersections with Lower Muscatine Road and Sycamore Street.
The City recently completed a project to reconstruct Lower Muscatine Road, which included upgrading of
the storm sewer system. While storm sewer capacity was increased, runoff from the surrounding
neighborhood continues to reach Lower Muscatine Road before it enters the storm sewer system. This
project will increase intake capacity along the side streets, in an effort to better collect storm water before
it reaches Lower Muscatine Road and Sycamore Street.
PROJECT OBJECTIVE
• Evaluate and complete design of storm sewer improvements.
• Prepare bidding documents.
• Provide bidding and construction phase services.
PROJECT LOCATION
Deforest Avenue, Franklin Street, Ash Street, Pine Street and Spruce Street near their intersections with
Lower Muscatine Road, and Deforest Avenue from Sycamore Street to the west, as needed.
PROJECT BUDGET
Total project budget is $750,000.
PROJECT CONTACT
Ben Clark, PE
Senior Civil Engineer
(319) 356-5436
Lower Muscatine Area StormSewer Improvements ¯
Kirkwood Ave
Ginter Ave
Friendly Ave
Highland Ave
Deforest Ave
Yewe
ll St
Frank
lin St
Ash S
t
Pine S
t
Spruc
e St
Syca
more
St
Lower Muscatine Rd
Iowa City Construction Projects Page 23
Request for Proposals
PROJECT DETAIL SHEET
MELROSE AVENUE IMPROVEMENTS PROJECT
PROJECT BACKGROUND
IWV Road / Melrose Avenue from Hebl Avenue to Highway 218 is currently a two-lane road with a rural
cross-section, including unpaved shoulders, steep ditches and large diameter culverts for the conveyance
of storm water from the north to south side of IWV Road. While the roadway provides adequate capacity
for vehicles, the existing facilities are in need of safety improvements including shoulders and clear zone
improvements. Existing pavement on IWV / Melrose is also in poor condition, and in need of
replacement.
Due to the deteriorating road conditions on this corridor, The City of Iowa City and Johnson County
Secondary Roads Department are collaborating on the reconstruction of IWV Road from Hebl Avenue to
the City Limits and along Melrose Avenue from the City Limits to Highway 218.
PROJECT OBJECTIVE
Project Improvements to be included generally include widening the road from a 22-foot wide pavement
section with no shoulders to a 34-foot wide pavement section which will includes (2) 12’ travel lanes, a
5’ wide paved shoulder, and a 3’ wide granular shoulders. This roadway cross-section will allow for one
lane of travel in each direction (12-foot travel lanes), and the use of the paved shoulder as a bicycle lane
(5-foot width) in each direction. Including additional width of pavement will improve both vehicle
safety, reduce long term roadway edge maintenance and provide access and extension of bicycle facilities
to areas west of Iowa City including adjoining communities along this County Road.
Culvert structures will also be replaced as a result of widening the roadway surface. Grading required
with roadway widening will include improvements to safety with traversable slopes and guardrail
improvements.
This project will also extend the City’s water main along Melrose Avenue/IWV Road from Slothower
Road to Hebl Avenue and along Hebl Avenue to the Landfill. Water main improvements will include
approximately 8,500 feet of water main.
PROJECT LOCATION
This project is located along IWV Road / Melrose Avenue from Hebl Avenue to Highway 218.
PROJECT BUDGET
Total project budget is $5,420,000, including $930,000 in STBG funding.
PROJECT SCHEDULE
Spring 2019 – Winter 2019 Project Design and Acquisitions Complete
Winter 2019 IDOT bid letting
Spring – Fall 2020 Construction
Iowa City Construction Projects Page 24
Request for Proposals
PROJECT CONTACT
Brett Zimmerman
Civil Engineer
(319) 356-5044
Melrose Ave Improvements ¯
Melrose Ave
Hebl
Ave
Hwy 218
Iowa City Construction Projects Page 26
Request for Proposals
PROJECT DETAIL SHEET
MUSCATINE AVENUE PESESTRIAN CROSSING PROJECT
PROJECT BACKGROUND
Muscatine Avenue is an arterial street on the east side of Iowa City. The project location is a heavy
pedestrian route from the north to south side of Muscatine Avenue, near an existing bus stop and a Hy-
Vee grocery store on the north side of Muscatine Avenue. There is existing sidewalk along both sides of
the road, however, it can be difficult to cross Muscatine Avenue at Wade Street.
PROJECT OBJECTIVE
This project involves the installation of an accessible mid-block crosswalk with pedestrian refuge areas on
Muscatine Avenue between Wade Street and William Street, adjacent to Hy-Vee property. This project
also involves construction of a bus stop shelter pad and a pedestrian circulation area to the Hy-Vee
parking lot to provide direct access between the landscaped area between Muscatine Avenue and the Hy-
Vee Parking lot.
PROJECT LOCATION
The project is located on Muscatine Avenue between Wade Street and William Street:
Project Corridor
Street View Crossing Location east of Wade Street
1
Iowa City Construction Projects Page 27
Request for Proposals
PROJECT BUDGET
Total project budget is $60,000.
PROJECT SCHEDULE
Spring 2019 – Fall 2019 Project Design and Acquisitions Complete
Winter 2019 Local (Iowa City) bid letting
Spring – Fall 2021 Construction
PROJECT CONTACT
Jason Havel, P.E.
City Engineer
(319) 356-5410
1
Muscatine Ave Pedestrian/Transit Amenities ¯
Muscatine Ave
William St
Wade St
S 1st Ave
Iowa City Construction Projects Page 29
Request for Proposals
PROJECT DETAIL SHEET
NEVADA AVENUE SANITARY SEWER REPLACEMENT PROJECT
PROJECT BACKGROUND
This project will include the installation of approximately 960 linear feet of new 8” sanitary sewer pipe
along the back yards of the homes along Nevada Avenue and Regal Lane from Lakeside Drive to
Whispering Meadow Drive. The new sewer pipe will replace the existing 8” ductile iron pipe and
vitrified clay pipe, which have a variety of deficiencies. Also included in the project is the installation of
new manholes, connection to existing sewers, connection of existing services, replacement of pavement
and sidewalk (as necessary), surface restoration, and other related work.
PROJECT OBJECTIVE
The scope of the services will include the development of all bidding documents, including plans,
specifications, permits, construction cost estimate, and other documents required to bid the project. As
part of the plan development, the consultant shall verify existing utilities (private and public) and provide
coordination with the utility owners during the design process. A preliminary layout of the proposed
sewer is included for informational purposes.
PROJECT LOCATION
Along the back yards of the 2400 – 2500 Blocks of Nevada Avenue (38 – 62 Regal Lane).
PROJECT BUDGET
Total project budget is $350,000.
PROJECT CONTACT
Joe Welter, PE, PMP
Senior Civil Engineer
(319) 356-5144
Nevada Ave Sanitary SewerReplacement ¯
NEVA
DA
ASTE
R
REGA
L
LAKESIDE
WHISPERING MEADOW
Iowa City Construction Projects Page 31
Request for Proposals
PROJECT DETAIL SHEET
PARKING GARAGE MASTER PLAN
PROJECT BACKGROUND
The City of Iowa City owns and operates six (6) public parking structures that serve the downtown
business, hotel/convention, cultural and entertainment districts. In an effort to maintain safe and efficient
operation of these parking structures, the City has implemented the Parking Garage Maintenance
Program.
The Parking Garage Maintenance Program was initiated in 2012 with the City of Iowa City Parking
Facilities: Repair and Maintenance Master Plan. This plan identified maintenance and improvement needs
over the following 5-years. Using the 2012 Master Plan as a guide, the City of Iowa City executed the
City of Iowa City Parking Garage Maintenance Program 2015-2018.
The 2015-2018 program conducted regular inspections, routine maintenance activities, and isolated and
implemented the necessary structural repairs and other capital improvements to accomplish the objective
of maintaining the parking garages in good to excellent condition. With the completion of the 2015-2018
program, the City is again in need of an updated 5-year Master Plan for its public parking structures.
PROJECT OBJECTIVE
1. Conduct a structural, waterproofing, and MEP survey of all six parking structures. The primary
efforts of each parking structure survey shall include the following:
a. Review of original construction drawings and previous Master Plan reports, as available,
for each facility, and interviews with relevant City personnel about recent and ongoing
maintenance efforts and concerns with each facility.
b. A complete visual survey of all facilities to note conditions, including (where applicable)
but not limited to floor membrane conditions, expansion joint conditions, floor and soffit
deterioration, beam and column deterioration, stairwell structures, integral façade panels or
similar elements, and miscellaneous features impacting potential restoration efforts.
Verification of the existing spandrel reinforcement and connection capacity.
c. A representative chain drag survey of supported floors to quantify concrete delaminations
and deterioration, along with representative sounding of spalled or deteriorated concrete
soffit areas, to quantify delaminations.
d. In all facilities, where applicable, testing of the existing traffic membranes to verify the
bond strength of the existing system, to help determine the feasibility of recoating the
existing traffic membranes in lieu of complete removal and replacement.
e. Concrete powder sampling and laboratory testing for acid soluble chloride ion content of
exposed concrete floor structures not currently under membrane.
f. In post-tensioned structures, pachometer testing at floor and intact soffit locations to verify
or confirm (based on available drawings) approximate post-tensioned tendon spacing and
typical concrete covers.
g. Rilem Tube testing of exposed concrete floors, where applicable, to evaluate the ongoing
effectiveness of past water repellent reportedly applied to exposed floor surfaces.
h. Where applicable, collection and inspection of short lengths of sealants samples from
Iowa City Construction Projects Page 32
Request for Proposals
multiple locations, to evaluate residual elongation, uniformity and other characteristics of
the sealants.
i. Systems inspection services, including review of MEP systems and lighting. MEP survey
work to include review of major equipment in the garages and parking offices, where
accessible.
2. The consultant shall prepare a 5-year Repair and Maintenance Master Plan. The Master Plan is to
include recommended contractor efforts, potential City-Coordinated (in-house) efforts, and MEP
efforts. In conjunction with these three categories of effort, the Master Plan will include a
complete annual breakdown of the scope of work, corresponding budgets, and probable costs. The
Master Plan and associated probable costs shall include variable allowances for contractor
overhead and profit, contingency, and all associated consulting fees. Probable costs shall reflect
general increases for raw materials, shipping, etc.
The following shall reflect the Master Plan format:
• Executive summary
• Introduction
• Parking Structure Specific Items
o Structural Description
o Review and Findings
o Discussion and Recommendations
o 5-Year Repair and Maintenance Master Plan
PROJECT LOCATION
The following six (6) parking garages will be included in this project
No. Garage Address
1 Capitol Street Ramp 220 South Capitol Street, Iowa City, Iowa, 52240
2 Dubuque Street Ramp 220 South Dubuque Street, Iowa City, Iowa, 52240
3 Chauncey Swan Ramp 415 East Washington Street, Iowa City, Iowa, 52240
4 Tower Place Parking Ramp 335 Iowa Avenue, Iowa City, Iowa, 52240
5 Court Street Transportation Center 150 East Court Street, Iowa City, Iowa, 52240
6 Harrison Street Parking Ramp 175 East Harrison Street, Iowa City, Iowa, 52240
A comprehensive parking garage evaluation and maintenance study was completed by THP Engineering
Services from Cincinnati, Ohio. The 2012 Master Plan and maintenance plans from 2015 through 2018
are available upon request.
PROJECT BUDGET
Total project budget is $60,000.
PROJECT SCHEDULE
The Master Plan shall be complete and submitted to the City in July 2019.
Iowa City Construction Projects Page 33
Request for Proposals
PROJECT CONTACT
Brett Zimmerman
Civil Engineer
(319) 356-5044
Iowa City Construction Projects Page 34
Request for Proposals
PROJECT DETAIL SHEET
PAVEMENT MANAGEMENT PLAN
PROJECT BACKGROUND
The City of Iowa City dedicates over $2,000,000 annually through the Capital Improvements Plan (CIP)
towards pavement management. This funding supports projects such as asphalt overlays, pavement
patching and other repair projects. Historically, pavement management projects have been designed and
constructed annually, with limited long-term planning for future projects.
PROJECT OBJECTIVE
This project will evaluate the City’s current pavement management program and develop a master plan
for the future of the program. The master plan should address the following items at a minimum:
• Evaluation of existing street condition using available data
• Prioritization of future (short-term and long-term) repair and reconstruction projects
• Development of a five-year project plan for inclusion in the City’s CIP.
• Estimation of required resources (annually) to maintain the current average street condition within
the City
• Estimation of required resources (annually) to improve the current average street condition within
the City to a desired level and maintain it
• Recommendations for improvements to the pavement management program and the City’s overall
design standards
PROJECT LOCATION
The project will include roadways throughout Iowa City
PROJECT BUDGET
Total project budget is $50,000 for the master plan.
PROJECT SCHEDULE
Spring 2019 – Summer 2019 Development of master plan
PROJECT CONTACT
Jason Havel, PE
City Engineer
(319) 356-5410
Iowa City Construction Projects Page 35
Request for Proposals
PROJECT DETAIL SHEET
RIVERFRONT CROSSING DISTRICT DRAINAGE STUDIES
PROJECT BACKGROUND
The Riverfront Crossings District has a patchwork of stormwater infrastructure that was installed as the
area has developed over the past century. The City of Iowa City would like to commission a study of two
sub-districts to identify potential upgrades and/or modifications to the stormwater collection system that
would alleviate known nuisance flooding issues. A final report on the finding will be used as a guide for
future improvements.
PROJECT OBJECTIVE
This will be a full-service contract that includes but is not limited to the following:
• Conduct a kick-off meeting with City Staff.
• Review mapping and reports provided by the City.
• Create a base map using aerial planimetrics and digital terrain models provided by the City.
• Survey and field verify all existing storm sewer infrastructure details (locations, pipe diameters
inverts, stormwater basin details, etc.) within each sub-district watershed.
• Create a model to identify deficiencies in the stormwater collecting system.
• Meet with City Staff to discuss and review the initial findings.
• Identify potential stormwater infrastructure upgrades, including cost estimates.
• Meet with City Staff to review and discuss potential upgrades.
• Prepare a final report with the results of the study.
PROJECT LOCATION
The two sub-districts include the Central Crossings sub-district and the South Gilbert sub-district.
PROJECT BUDGET
Total project budget is $40,000 per sub-district.
PROJECT CONTACT
Ben Clark, PE
Senior Civil Engineer
(319) 356-5436
Riverfront Crossings Sub-DistrictDrainage Studies ¯
6
BENTON
GILB
ERT
CLIN
TON
DUBU
QUE
PRENTISS
CAPIT
OL
KIRKWOOD
2
HARRISON
3
MAID
EN
LINN
JOHN
SON
1ST
WEBS
TER
HIGHLAND
BOWERY
VAN
BURE
N
LAFAYETTE
MADI
SON
WRIGHT
PAGE
MAID
EN
GILB
ERT
6
MAIDEN
VAN
BURE
N
Iowa City Construction Projects Page 37
Request for Proposals
PROJECT DETAIL SHEET
ROCHESTER AVENUE RECONSTRUCTION PROJECT
PROJECT BACKGROUND
Rochester Avenue serves as an important arterial within the City of Iowa City. The street pavement along
Rochester Avenue from First Avenue to the bridge over Ralston Creek requires frequent maintenance and
has reached the end of its useful life.
PROJECT OBJECTIVE
This project will include preliminary and final design for complete reconstruction of Rochester Avenue
between First Avenue to the bridge over Ralston Creek. Additionally, the project will include
improvements to the sidewalk, ADA curb ramps, storm sewer, sanitary sewer, other utilities as needed,
signage, landscaping, and other associated work. The project will require public information meetings,
acquisition plats as needed for property acquisitions, and coordination with stakeholders along the
corridor.
PROJECT LOCATION
This project is located along Rochester Avenue from First Avenue to the bridge over Ralston Creek.
PROJECT BUDGET
Total project budget is $6,400,000.
PROJECT SCHEDULE
2019 - Survey and functional design
2020 – Preliminary design, final design, and property acquisitions
2021 - Construction
PROJECT CONTACT
Brett Zimmerman
Civil Engineer
(319) 356-5044
Rochester Ave Reconstruction -First Ave to Ralson Creek ¯
Rochester Ave
N 7th
Ave
N 1s
t Ave
Ashw
ood D
r
Wind
sor D
r
Iowa City Construction Projects Page 39
Request for Proposals
PROJECT DETAIL SHEET
SCOTT BOUELVARD TRUNK SEWER EXTENSION
PROJECT BACKGROUND
In recent years, there has been an increase in residential development on the eastern fringe of Iowa City.
Additionally, the Iowa City Community School District constructed a new elementary school at the SW
corner of the American Legion Road and Barrington Road Intersection. To support the existing and
proposed growth with this sewershed, the existing Scott Boulevard Trunk Sewer needs to be extended.
This extension will also remove a sanitary sewer lift station currently servicing the Windsor Ridge
Subdivision.
PROJECT OBJECTIVE
The project will include preliminary and final design services for extending the Scott Boulevard gravity
trunk sewer along the North Branch of Snyder Creek from the Iowa Interstate Railroad to American
Legion Road. In addition to the tasks listed within the scope of services section, preliminary and final
design services for this project shall also include the following:
• Environmental services and all required permitting
• Public involvement (public and individual property owner meetings)
• Project permitting (IDNR wastewater construction permit application, IDNR NPDES permit
application, and others as needed)
• Limited construction period services (attend preconstruction meeting, review project submittals,
site visits, address questions arising during construction)
PROJECT LOCATION
The project is generally located along the North Branch of Snyder Creek from the Iowa Interstate
Railroad to American Legion Road.
PROJECT BUDGET
Total project budget is $ 2,025,000.
PROJECT SCHEDULE
Spring 2019 – Winter 2019 Design development (includes six months for property acquisitions)
Winter 2019/2020 Bid Letting
Spring – Fall 2020 Construction
PROJECT CONTACT
Scott Sovers, PE
Senior Civil Engineer
(319) 356-5142
Scott Boulevard Trunk Sewer Extension ¯American Legion Rd
Barrin
gton R
d
Iowa City Construction Projects Page 41
Request for Proposals
PROJECT DETAIL SHEET
SCOTT, NAPOLEON, AND FAIR MEADOWS PARK IMPROVEMENTS
PROJECT BACKGROUND
This project includes park renovations at three locations: Scott Park, Napoleon Park, and Fair Meadows
Park. The scope of improvements vary by park and are as follows:
1. Scott Park
The playground and shelter were installed in 1999 and are nearing the end of their
serviceable life. The play area lacks accessible paths and safety surface. The 2017 Parks
Master Plan recommended improvements for 2020 that include replacement of the shelter
and playground, and adding a concrete path for improved accessibility.
2. Napoleon Park
The playground was installed in 2001 and is nearing the end of its serviceable life. The
2017 Parks Master Plan recommended improvements for 2020 that include replacement of
the playground, improving site drainage, and adding a concrete path for improved
accessibility
3. Fair Meadows Park
The 2017 Parks Master Plan noted the playground to be in fair/poor condition with
accessibility concerns. Additionally, due to maintenance concerns and increased use from
splash pad users, the shelter is to be replaced with a preschool-age play area and accessible
path from the street.
PROJECT OBJECTIVE
This project will include preliminary and schematic design, which will entail public meetings— such as
neighborhood and park commission meetings, site review and survey, and an initial project estimate.
Once a preliminary estimate is established, the work will include design development, bid documents and
construction management for the improvements. The design should integrate the following items:
• Design of a playground area to replace current play area, including site drainage.
• Bid documents will include the installation of pre-selected play equipment.
• Removal of the existing shelter, play equipment, pavement, and utilities.
• Site grading and erosion control.
• Installation of playground drainage.
• Construction of an open shelter in a design prescribed by 2017 Iowa City Park Master Plan. A
Romtec or Coverworx brand structure or equivalent to meet Master Plan guidelines is acceptable
by the City.
• Design of accessible paths from nearby trail to playground and shelter.
• Site landscaping.
PROJECT LOCATION
These projects are located at: Scott Park, 640 South Scott Boulevard; Napoleon Park, 2501 South Gilbert;
Fair Meadows Park, 2500 Miami Drive.
Iowa City Construction Projects Page 42
Request for Proposals
PROJECT BUDGET
Total project budget including design fees, playground purchase and park construction is $520,000. The
breakdown of project budget by park is as follows: Scott Park - $185,000; Napoleon - $185,000; Fair
Meadow - $150,000.
PROJECT SCHEDULE
Project to bid in Winter 2019/2020 with construction completion at all sites by August 15, 2020.
PROJECT CONTACT
Juli Seydell Johnson
Director of Parks & Recreation
(319) 356-5104
Scott, Napoleon, and FairmeadowsPark Improvements ¯
Fairmeadows ParkNapoleon Park
Scott Park
Iowa City Construction Projects Page 44
Request for Proposals
PROJECT DETAIL SHEET
SECOND AVENUE BRIDGE REPLACEMENT PROJECT
PROJECT BACKGROUND
The 2015 and 2017 Biennial Bridge Inspection Programs reported that the bridge deck and superstructure
of the Second Avenue Bridge suffer from severe deterioration including cracks, spalls, delamination,
exposed reinforcement, corroded reinforcement, leaching, and leaking. The structure is currently posted
for a 10-ton weight embargo due to its condition. In addition to the structure specific issues, there are
needed sidewalk and watermain improvements in the project area. Currently, there is no existing sidewalk
connecting the Court Hill Trail along Ralston Creek (South Branch) and the sidewalk along Muscatine
Avenue. The watermain along Second Avenue currently dead-ends on either side of Ralston Creek.
PROJECT OBJECTIVE
This project will include the removal and replacement of the existing precast concrete panel bridge with a
new structure. The project will also include removal and replacement of slope protection adjacent to the
bridge on Ralston Creek, removal and replacement of street pavement, installation of sidewalk between
Ralston Creek and Muscatine Avenue along Second Avenue, and completion of the watermain connection
under Ralston Creek.
This project is partially funded by the Iowa DOT City Bridge Fund and will have a DOT letting.
The consultant shall be responsible for complete design and construction phase services.
PROJECT LOCATION
This project is located along Second Avenue between Muscatine Avenue and D Street.
PROJECT BUDGET
Total project budget is $800,000.
PROJECT SCHEDULE
Spring 2019 – Fall 2019 Project Design and Acquisitions Complete
Winter 2019 IDOT bid letting
Spring – Fall 2020 Construction
PROJECT CONTACT
Brett Zimmerman
Civil Engineer
(319) 356-5044
Second Ave Bridge Replacement Project ¯
1st A
ve
2nd A
ve
3rd Av
e
Muscatine Ave
F St
D St
Iowa City Construction Projects Page 46
Request for Proposals
PROJECT DETAIL SHEET
SPRUCE STREET (1300 – 1400 BLOCK) WATER MAIN REPLACEMENT PROJECT
PROJECT BACKGROUND
This project will include the installation of approximately 875 linear feet of new 8” water main along the
1300 and 1400 Blocks of Spruce Street. The new water main will replace existing 6” cast iron water
mains that have a history of breaks. Also included in the project is the installation of new hydrant
assemblies, connection to existing water mains, connection of existing services, replacement of pavement
and sidewalk (as necessary), surface restoration, and other related work.
PROJECT OBJECTIVE
The scope of the services will include the development of all bidding documents, including plans,
specifications, permits, construction cost estimate, and other documents required to bid the project. As
part of the plan development, the consultant shall verify existing utilities (private and public) and provide
coordination with the utility owners during the design process. The consultant shall also consider leaking
underground storage tank (LUST) sites within the area, and determine if there is a need for nitrile gaskets
or other measures. A preliminary layout of the proposed main is included for informational purposes.
PROJECT LOCATION
Along the 1300 and 1400 Blocks of Spruce Street.
PROJECT BUDGET
Total project budget is $217,000.
PROJECT SCHEDULE
The City desires to complete the project in a timely manner, with construction of the project completed in
2020.
PROJECT CONTACT
Joe Welter, PE, PMP
Senior Civil Engineer
(319) 356-5144
Spruce St Water Main Replacement ¯
Lower Muscatine Rd
Deforest Ave
Highland Ave
Pine St
Spruce St
Sycamore StFriendly Ave
Iowa City Construction Projects Page 48
Request for Proposals
PROJECT DETAIL SHEET
WETHERBY PARK IMPROVEMENTS
PROJECT BACKGROUND
Wetherby Park is a 24.3-acre park located at 2400 Taylor Drive. The 2017 Park Master Plan identified
accessibility and maintenance as deficient at Wetherby Park and scheduled the park for improvements in
2020. Those improvements include replacement of the current restrooms, shelter and play area. The new
shelter and restroom building must meet the design standards of the 2017 Iowa City Park Master Plan.
This project does not include Wetherby Park community gardens, edible forest, sport courts, splash pad or
parking area.
PROJECT OBJECTIVE
This project will include preliminary and schematic design, which will entail public meetings— such as
neighborhood and park commission meetings, site review and survey, and an initial project estimate.
Once a preliminary estimate is established, the work will include design development, bid documents and
construction management for the replacement of the picnic shelter, restroom, and playground area. The
design should integrate the following items:
• Design of a playground area to replace current play area.
• Bid documents will include the installation of pre-selected play equipment.
• Removal of the existing shelter, play equipment, pavement, and utilities.
• Site grading and erosion control.
• Installation of water service, sanitary service, storm sewer, and electrical systems including
lighting and ventilation.
• Construction of an open shelter and a single-stall rest room building in a design prescribed by
2017 Iowa City Park Master Plan. A Romtec brand structure or equivalent to meet Master Plan
guidelines is acceptable to the City.
• Design of accessible paths from street to playground, shelter, restrooms and surrounding park
trails.
• Design will include a park sign, drinking fountain, benches, bike repair station, dog litter bag
station, garbage & recycling containers as prescribed by the 2017 Iowa City Park Master Plan.
• Site landscaping.
PROJECT LOCATION
The project is located at 2400 Taylor Drive, Iowa City, Iowa.
PROJECT BUDGET
Total project budget including design fees, playground purchase and park construction is $550,000.
PROJECT TIMELINE
Project to bid in Winter 2019/2020 with construction completion by August 15, 2020.
Iowa City Construction Projects Page 49
Request for Proposals
PROJECT CONTACT
Juli Seydell Johnson
Director of Parks & Recreation
(319) 356-5104
Wetherby Park Improvements ¯
Iowa City Construction Projects Page 51
Request for Proposals
Appendix A
Iowa City Construction Projects Page 52
Request for Proposals
CONSULTANT AGREEMENT
THIS AGREEMENT, made and entered into this ___________ day of ____________________,
______________, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as
the City and _____________________, of _____________________, hereinafter referred to as the
Consultant.
INSERT BRIEF PROJECT DESCRIPTION BEGINNING WITH “WHEREAS”
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.
INSERT DESCRIPTION OF SCOPE OF SERVICES
II. TIME OF COMPLETION
The Consultant shall complete the following phases of the Project in accordance with the schedule shown.
INSERT SCHEDULE OF SERVICES
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.
1. 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.
Iowa City Construction Projects Page 53
Request for Proposals
C. This Agreement shall be binding upon the successors and assigns of the parties hereto,
provided that no assignment shall be without the written consent of all Parties to said
Agreement.
D. It is understood and agreed that the retention of the Consultant by the City for the purpose of
the Project shall be as an independent contractor and shall be exclusive, but the Consultant
shall have the right to employ such assistance as may be required for the performance of the
Project.
E. It is agreed by the City that all records and files pertaining to information needed by the
Consultant for the project shall be available by said City upon reasonable request to the
Consultant. The City agrees to furnish all reasonable assistance in the use of these records
and files.
F. It is further agreed that no Party to this Agreement shall perform contrary to any state,
federal, or local law or any of the ordinances of the City of Iowa City, Iowa.
G. At the request of the City, the Consultant shall attend meetings of the City Council relative to
the work set forth in this Agreement. Any requests made by the City shall be given with
reasonable notice to the Consultant to assure attendance.
H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by
the City, copies of all basic notes and sketches, charts, computations, and any other data
prepared or obtained by the Consultant pursuant to this Agreement without cost, and without
restrictions or limitation as to the use relative to specific projects covered under this
Agreement. In such event, the Consultant shall not be liable for the City's use of such
documents on other projects.
I. The Consultant agrees to furnish all reports, specifications, and drawings, with the seal of a
professional engineer affixed thereto or such seal as required by Iowa law.
J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that
failure of the Consultant to satisfactorily perform in accordance with this Agreement shall
constitute grounds for the City to withhold payment of the amount sufficient to properly
complete the Project in accordance with this Agreement.
K. Should any section of this Agreement be found invalid, it is agreed that the remaining
portion shall be deemed severable from the invalid portion and continue in full force and
effect.
L. Original contract drawings shall become the property of the City. The Consultant shall be
allowed to keep reproducible copies for the Consultant's own filing use.
M. Fees paid for securing approval of authorities having jurisdiction over the Project will be
paid by the City.
N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code
prohibits a City officer or employee from having an interest in a contract with the City, and
Iowa City Construction Projects Page 54
Request for Proposals
certifies that no employee or officer of the City, which includes members of the City Council
and City boards and commissions, has an interest, either direct or indirect, in this agreement,
that does not fall within the exceptions to said statutory provision enumerated in Section
362.5.
O. The Consultant agrees at all times material to this Agreement to have and maintain
professional liability insurance covering the Consultant’s liability for the Consultant’s
negligent acts, errors and omissions to the City in the sum of $1,000,000.
IV. COMPENSATION FOR SERVICES
INSERT DESCRIPTION OF COMPENSATION
V. MISCELLANEOUS
A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted
standards of the Engineering Profession.
B. It is further agreed that there are no other considerations or monies contingent upon or resulting
from the execution of this Agreement, that it is the entire Agreement, and that no other monies or
considerations have been solicited.
C. This Agreement shall be interpreted and enforced in accordance with the laws of the State of
Iowa. Any legal proceeding instituted with respect to this Agreement shall be brought in a court
of competent jurisdiction in Johnson County, Iowa. The parties hereto hereby submit to personal
jurisdiction therein and irrevocably waive any objection as to venue therein, including any
argument that such proceeding has been brought in an inconvenient forum.
FOR THE CITY FOR THE CONSULTANT
By: By:
Title: Title:
Date: Date:
ATTEST:
Approved by:
City Attorney's Office
Date
Iowa City Construction Projects Page 55
Request for Proposals
Appendix B
Iowa City Construction Projects Page 56
Request for Proposals
CITY OF IOWA CITY WAGE THEFT POLICY
It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on
November 10, 2015, not to enter into certain contracts with, or provide discretionary economic
development assistance to, any person or entity (including an owner of more than 25% of the entity) who
has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative
proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the
Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local
ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last
conviction, entry of plea, administrative finding or admission of guilt. (hereinafter “Wage Theft Policy”)
I. Application. The Wage Theft Policy applies to the following:
a. Contracts in excess of $25,000 for goods, services or public improvements.
b. Contracts for discretionary economic development assistance. “Discretionary” economic
development assistance shall mean any economic development assistance provided by the City of
Iowa City that is not required by law.
II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services,
emergency construction or public improvement work, sole source contracts excepted by the City’s
purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities.
III. Affidavit. The contracting entity must complete the attached affidavit showing compliance
with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of
the contract.
Contract provision: Any contract to which this policy is applicable will include the following contract
provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the
entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative
proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the
Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local
ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at
any time after the award, such violation shall constitute a default under the contract.
IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft
Policy it may submit a request in writing indicating that one or more of the following actions have been
taken:
a. There has been a bona fide change in ownership or control of the ineligible person or entity;
b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to
the violation(s);
c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the
disqualification or default; or
d. Other factors that the person or entity believes are relevant.
The City Manager or Designee shall review the documentation submitted, make any inquiries deemed
necessary, request additional documentation if warranted and determine whether a reduction in the
ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction
Iowa City Construction Projects Page 57
Request for Proposals
or waiver of the ineligibility period is warranted the City Manager or Designee shall make such
recommendation to the City Council. The City Council will make a final decision as to whether to grant a
reduction or waiver.
Any objection that your company has regarding this policy must be stated in the space provided below. If
your company is in agreement with this policy and is able to uphold the policy, provide a statement in the
space provided below.
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_______________________________ ________________________________
Signature of Company Representative Date