AGENDA

6:30 P.M. January 12, 2016

A Regular Meeting of the City Council of the City of Coralville, Johnson County, IA will be held at City Hall, 1512 7th Street on Tuesday, January 12, 2016 at 6:30 P.M. Live and recorded webcasts of Coralville City Council Meetings are available online at www.coralville.org/coralvision.

1. Call to order.

2. Roll call.

3. Approve agenda.

4. Citizen comments for 15 minutes. Additional comments to continue after the consent calendar if needed. (Please limit to 5 minutes.)

5. 2016 CORALVILLE WEST LAND USE AREA MASTER PLAN ~ PUBLIC HEARING

a) 2016 Coralville West Land Use Area Master Plan Presentation. b) The Planning & Zoning Commission Report. c) Public hearing on approving the 2016 Coralville West Land Use Area Master Plan. d) ORDINANCE NO. 2016-1002 An ordinance amending the Coralville Community Plan, 2014 Edition, by incorporating the 2016 Coralville West Land Use Area Master Plan for 1st consideration.

Note: This ordinance provides a Master Plan for future development in the West Land Use Area after more than a yearlong process. The West Land Use Area is located between I-380 and Coral Ridge Avenue, south of Forevergreen Road and north of I-80. For more information view the news article on the Master Plan at http://www.coralville.org/CivicAlerts.aspx?AID=1231 or view the plan itself at www.coralville.org/communityplan.

6. PROPERTY REDEVELOPMENT ~ PUBLIC HEARING

a) Public hearing on intent to vacate an alley located on the former Briskey Cabinets Shop at 304 1st Avenue. b) Consider resolution approving the vacation of all alleys located in Block 1 in the original Plat of Coralville.

Note: This is for the vacation of a portion of 20 foot alley located on the former Briskey property, which is necessary for future redevelopment.

7. LOT 3, JACOBS CLEAR CREEK THIRD SUBDIVISION AND LOT 1, JACOBS CLEAR CREEK FOURTH SUBDIVISION

a) Ordinance No. 2016-1001 An ordinance amending the Coralville Zoning Ordinance, the same being Ordinance No. 664, as previously amended, rezoning certain property located within the corporate limits of the City of Coralville, Johnson County, , and generally known as Lot 3, Jacobs Clear Creek Third Subdivision, and Lot 1, Jacobs Clear Creek Fourth Subdivision, from C-2, Commercial Arterial District, to C-PUD 2, Commercial Planned Unit Development Two District, for 2nd consideration.

Note: This is for the construction of a new hotel at the intersection of Coral Ridge Avenue and James Street.

1 8. BROWNFIELDS

a) Consider resolution approving an Engineering Services Agreement with Terracon Consultants, Inc. for a Phase 1 Environmental Survey for properties south of Highway 6.

Note: This agreement is for a Phase 1 environmental study for various properties south of Highway 6 and it is not to exceed $26,800.00. This will be funded through EPA Brownfields grants.

b) Consider resolution approving an Engineering Services Agreement with Terracon Consultants, Inc. for groundwater monitoring for 111 and 115 E. 7th Street.

Note: This agreement is for groundwater monitoring at 111 and 115 E. 7th Street and is not to exceed $15,800.00. This will be funded through EPA Brownfields grants.

9. DRURY HOTEL/UIHC MEDICAL CLINIC PARKING FACILITY

a) Consider resolution approving a Consulting Services Agreement with Neumann Monson Architects for the Drury Hotel /UIHC Medical Clinic Parking Facility.

Note: This agreement is for consulting services for the Drury Hotel/UIHC Parking Facility in the Iowa River Landing and it is not to exceed $369,000.00.

10. SUBLEASE AGREEMENT

a) Consider resolution approving a Sublease for Unit 120 in Riverbend Condominiums.

Note: The sublease is a gross rate of $2,500.00 per month and will be for the rest of the term left on the former KCJJ Lease.

11. DESIGN REVIEW COMMITTEE

a) Design Review Committee Report. b) Consider resolution approving the Design Plans for the proposed signage for Tiny Feet Boutique and Playspace located at 1303 5th Street, Suite 100, Coralville, Iowa.

Note: This resolution includes 1 vinyl door sign.

12. CONSIDER MOTION TO APPROVE CONSENT CALENDAR AS PRESENTED OR AMENDED:

a) Approve minutes for the December 22, 2015 Council Meeting. b) Approve New Retail Cigarette/Tobacco/Nicotine/Vapor Permit Applications for Keystone Liquor & Wine: 1/17/2016 through 06/30/2016. c) Approve New Retail Cigarette/Tobacco/Nicotine/Vapor Permit Applications for Hy-Vee #2 Gas: 1/12/2016 through 06/30/2016. d) Approve New Class E Liquor License with Carryout Wine, Carryout Beer and Sunday Sales for Keystone Liquor & Wine: Eff. 01/17. e) Approve New Class C Liquor License with Sunday Sales for Red Ginger Sushi Bistro: Eff. 03/01. f) Approve Special Class Liquor License (Beer/Wine) with Sunday Sales for Trails End Bike and Triathlon Shop: Eff. 02/15. g) Approve Class C Beer Permit with Carryout Wine and Sunday Sales for New Pioneer Cooperative Society: Eff. 01/29. h) Approve payment to L & P Concrete Construction for 10th Street patching from 23rd Avenue to Boston Way (11/27/2015): $11,551.08. i) Approve payment to DeLong Construction, Inc. for: i) Briskey Lot Grading (Pay Application #2) $18,245.05 ii) Removal of stumps for 5th Street Reconstruction over Biscuit

2 Creek (#1527) $1,055.00 j) Approve payment to RDG Planning & Design for 1st Avenue and 9th Street Entry Wall Sign Phase 2 (#40247): $2,176.81. k) Approve payment to HR Green, Inc. for: i) Clear Creek South Floodwall Phase 2 (#102310) $43,180.75 ii) Biscuit Creek and Clear Creek Planting Plan (#102253) $1,636.00 l) Approve payment to Terracon Consultants, Inc. for: i) Wastewater Treatment Plant Improvements (#T724020) $7,590.55 ii) Hawk-I Post Remedial Monitoring $2,101.75 iii) 807 1st Avenue Phase II ESA (#T725975) $1,417.50 m) Approve payment to Veenstra & Kimm, Inc. for Wastewater Treatment Plant Improvements (#12): $76,800.00. n) Approve payment to OliverMcMillan, LLC for: i) Developer’s Fee for Watts Residential Building (#012RQS1115) $39,812.00 ii) Developer’s Fee for Watts Residential Building (#012RQS1215) $39,812.00 o) Approve payment to OliverMcMillan, LLC for Iowa River Landing Reimbursable Invoices (#012RQS120715): $7,015.30. p) Approve payment of Iowa River Landing Development Invoice as approved by OliverMcMillan, LLC to HR Green, Inc. for Iowa River Landing East 2nd Avenue (#102157): $2,799.00. q) Approve payment of Iowa River Landing Development Invoice as approved by OliverMcMillan, LLC to RDG Planning & Design for Iowa River Landing Streetscape (#40028): $1,019.25. r) Approve payment to CornerStone Excavating, Inc. for installing “Inserta Valves” on watermain along trail as part of Coral Ridge Avenue Improvements Project (#697): $3,988.80. s) Approve payment to Hometown Lawncare & Landscaping for installing Kings stairs at 409 5th Street for 5th Street Reconstruction over Biscuit Creek (#12025): $371.56. t) Approve payment to Stafford Sports, LLC for Iowa Arena Project consulting fees (#010416-01): $19,945.71. u) Approve payment to Shoemaker & Haaland Professional Engineers for Marriott Sinkholes (#015221.00-4): $3,515.30. v) Approve Change Order #1 to McComas Lacina Construction for the Brown Deer Patio Expansion: +$3,395.28. w) Accept bids and approve contract with P & K Midwest for 2 new 72” deck mowers for the Parks Department: $42,143.79. x) Approve attendance of Shane Kron to Lifesavers 2016 Traffic Safety Conference in Long Beach, CA from 04/02-06/2016: $2034.86. y) Approve attendance of Brad Clark to Crisis Intervention Training in San Antonio, TX from 01/24-30/2016: $1,458.06. z) Approve Bill List for January 12, 2016.

13. City Administrator’s report.

14. Mayor’s report.

15. City Attorney’s report.

16. Committee and Councilmember’s report.

17. Motion to adjourn.

A Work Session of the City Council will be held immediately following the council meeting.

1. Fiscal Year 2017 Budget Discussion. 2. City Administrator’s time.

3 City of Coralville MEMORANDUM

Date: 1/7/2016 To: Mayor Lundell City Council Kelly Hayworth

From: Ellen Habel Re: West Land Use Area Plan Hearing

The January 12, 2016, City Council meeting includes a public hearing and first reading of the ordinance for the Coralville West Land Use Area Master Plan. Representatives from Confluence, our planning consultants, will be at the meeting to present a summary of the plan, which is available on the city web site. A hard copy of the plan is in your box at City Hall.

The West Land Use Area is located between I-380 and Coral Ridge Avenue/Highway 965, south of Forevergreen Road, and north of I-80. The Master Plan is an expansion of previous planning efforts for this area.

As you know, this is the culmination of more than a year’s worth of citizen input through the steering committee process, public meetings, and stakeholder interviews, as well as the work of Confluence, LeLand Consulting Group, Shive- Hattery, HR Green, and city staff in collecting and reviewing data and drafts.

The plan includes the land use plan, master plan map, PUD zoning framework, parking requirements, and guidelines for circulation, landscape and open space, screening and fences, storm water management and sustainable design, architectural design, and signage.

The Planning and Zoning Commission held a presentation and public hearing for the plan on Wednesday, January 6, 2016, and approved the plan unanimously.

Please let me know if you have any questions. Thank you.

Page 1 of 1

ORDINANCE NO. 2016-1002

AN ORDINANCE AMENDING THE CORALVILLE COMMUNITY PLAN, 2014 EDITION, BY INCORPORATING THE 2016 CORALVILLE WEST LAND USE AREA MASTER PLAN.

WHEREAS, the City of Coralville engaged the firm of Confluence to prepare design guidelines for the West Land Use Area in the City of Coralville; and

WHEREAS, after receiving input from the City staff and citizens of the City, Confluence has prepared the final edition of the West Land Use Area Design Guidelines; and

WHEREAS, it is now necessary to adopt the West Land Use Area Master Plan via Ordinance.

BE IT ORDAINED AND ENACTED BY THE CITY COUNCIL OF THE CITY OF CORALVILLE, JOHNSON COUNTY, IOWA, AS FOLLOWS:

Section 1. Amendment. The Coralville, Iowa Community Plan, 2014 Edition, is hereby amended by adding and incorporating the 2016 Coralville West Land Use Area Master

Plan in place of the “Coralville West Land Use Plan”, adopted in March, 1998.

Section 2. Conflicts. All ordinances or parts of ordinances not specifically provided for and in conflict with the provisions of this ordinance are hereby repealed.

Section 3. Adjudication. If any section, provision, or part of this ordinance shall be adjudged to be invalid or unconstitutional, such adjudication shall not affect the validity of the ordinance as a whole or any section, provision or part thereof not adjudged invalid or unconstitutional.

Section 4. Effective Date. This ordinance shall be in full force and effect after its passage, approval and publication as required by law.

Passed and approved this day of ______, 2016.

______John A. Lundell, Mayor ATTEST:

______Thorsten J. Johnson, City Clerk

City of Coralville MEMORANDUM

Date: 1/7/2016 To: Hon. Mayor and Councilmembers

From: Kevin D. Olson

Title: City Attorney

CC: Thorsten J. Johnson Re: Vacating alleys on Briskey site

As you may not know, the former Briskey Cabinet shop was built over a City alley that really serves no purpose because the rest of the alley has already been vacated in the past. The alley vacation means the alley would allow for the redevelopment of the property and without vacating the alley, a title objection can be created.

Page 1 of 1

Prepared by and return to: Kevin D. Olson, Coralville City Attorney, PO Box 5640, Coralville, Iowa 52241 (319_248-1700

RESOLUTION NO. 2016-_____

RESOLUTION APPROVING THE VACATION OF ALL ALLEYS LOCATED IN BLOCK 1 IN THE ORIGINAL PLAT OF CORALVILLE.

WHEREAS, the City Council, via Resolution dated May 23rd, 2015, stated an intent to vacate all alleys located in Block 1 in the original Plat of Coralville which was recorded December 15, 1866 in Book 28 at page 472, Records of the Johnson County Recorder; and

WHEREAS, said alleys are of no use to the City and can be vacated to assist with the redevelopment of this property; and

WHEREAS, a public hearing following published notice of the same has been held as required by law.

NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Coralville, Johnson County, Iowa, that all of the aforementioned alleys located in Block 1 of the Plat of Coralville are hereby vacated. Further, a copy of this Resolution shall be recorded in the Office of the Johnson County Recorder’s Office.

Passed and approved this 12th day of January, 2016.

______John A. Lundell, Mayor

ATTEST:

______Thorsten J. Johnson, City Clerk City of Coralville MEMORANDUM

Date: January 7, 2016 To: Mayor City Council Kelly Hayworth

From: Jim Kessler Title: Building and Zoning Official

CC: City Attorney

Re: Council Meeting January 12, 2016

Item #7: Request by Patel Holdings LLC for approval to rezone Lot 3 Jacobs Clear Creek Third Subdivision and Lot 1 Jacobs Clear Creek Fourth Subdivision from C-2 Arterial Commercial to C-PUD 2. Lot 1 is the site of the Hawkeye Hotels Corporate Office presently under construction. The north portion of this lot will have a future building on it and Lot 3 is the purposed site of a future hotel.

The PUD zoning is required because the building on Lot 3 will encroach into Lot One and Lot 1 will have multiple buildings on it effectively making both lots one building site.

Planning and Zoning recommended this for approval by a 7-0 Vote.

Page 1 of 1

Prepared by and return to Kevin D. Olson, Coralville City Attorney, P.O. Box 5127, Coralville, Iowa 52241

ORDINANCE NO. 2016-1001

AN ORDINANCE AMENDING THE CORALVILLE ZONING ORDINANCE, THE SAME BEING ORDINANCE NO. 664, AS PREVIOUSLY AMENDED, REZONING CERTAIN PROPERTY LOCATED WITHIN THE CORPORATE LIMITS OF THE CITY OF CORALVILLE, JOHNSON COUNTY, IOWA AND GENERALLY KNOWN AS LOT 3, JACOBS CLEAR CREEK THIRD SUBDIVISION, AND LOT 1, JACOBS CLEAR CREEK FOURTH SUBDIVISION, FROM C-2, COMMERCIAL ARTERIAL DISTRICT, TO C-PUD 2, COMMERCIAL PLANNED UNIT DEVELOPMENT TWO DISTRICT.

BE IT ORDAINED AND ENACTED BY THE CITY COUNCIL OF THE CITY OF CORALVILLE, JOHNSON COUNTY, IOWA, AS FOLLOWS:

Section 1. District Map. The District Zoning Map as established in Ordinance Number 664 and referenced in Chapter 165.07 of the City of Coralville Code of Ordinances - 2011 (as amended) is hereby amended by showing that certain property generally known as Lot 3, Jacobs Clear Creek Third Subdivision, and Lot 1, Jacobs Clear Creek Fourth Subdivision, and legally described as Exhibit “A”, as being located in a C-PUD 2, Commercial Planned Unit Development Two District, in place of a C-2, Commercial Arterial District.

Section 2. Conflicts. All ordinances or parts of ordinances not specifically provided for and in conflict with the provisions of this ordinance are hereby repealed.

Section 3. Adjudication. If any section, provision, or part of this ordinance shall be adjudged to be invalid or unconstitutional, such adjudication shall not affect the validity of the ordinance as a whole or any section, provision or part thereof not adjudged invalid or unconstitutional.

Section 4. Effective Date. This ordinance shall be in full force and effect after its passage, approval and publication as required by law.

* * * * * * * *

Passed and approved this ___ day of ______, 2015.

______John A. Lundell, Mayor ATTEST:

______Thorsten J. Johnson, City Clerk Exhibit “A”

BEGINNING AT THE SOUTHEAST CORNER OF LOT 3, JACOBS CLEAR CREEK THIRD SUBDIVISION, CORALVILLE, IOWA, IN ACCORDANCE WITH THE PLAT THEREOF RECORDED IN PLAT BOOK 55, AT PAGE 317 OF THE RECORDS OF THE JOHNSON COUNTY RECORDER'S OFFICE; THENCE N79°13'30"W, ALONG THE SOUTH LINE OF SAID LOT 3, A DISTANCE OF 11.40 FEET; THENCE N74°47'08"W, ALONG SAID SOUTH LINE, 192.46 FEET; THENCE N63°54'24"W, ALONG SAID SOUTH LINE AND THE SOUTH LINE OF LOT 1 OF JACOBS CLEAR CREEK FOURTH SUBDIVISION, CORALVILLE, IOWA, IN ACCORDANCE WITH THE PLAT THEREOF RECORDED IN PLAT BOOK 58, AT PAGE 327, IN THE RECORDS OF THE JOHNSON COUNTY RECORDER'S OFFICE, A DISTANCE OF 315.33 FEET, TO THE SOUTHWEST CORNER THEREOF; THENCE N01°36'25"W, ALONG THE WEST LINE OF SAID LOT 1, A DISTANCE OF 310.39 FEET; THENCE N01°17'38"W, ALONG SAID WEST LINE, 380.73 FEET, TO THE NORTHWEST CORNER THEREOF; THENCE S60°34'29"E, ALONG THE NORTH LINE OF SAID LOT 1, A DISTANCE OF 39.07 FEET; THENCE SOUTHEASTERLY, 332.32 FEET, ALONG SAID NORTH LINE, AND AN ARC OF A 1101.89 FOOT RADIUS CURVE, CONCAVE SOUTHWESTERLY, WHOSE 331.07 FOOT CHORD BEARS S51°56'05"E; THENCE SOUTHEASTERLY, 262.65 FEET, ALONG SAID NORTH LINE OF LOT 3, AND AN ARC OF A 1050.59 FOOT RADIUS CURVE, CONCAVE NORTHEASTERLY, WHOSE 261.97 FOOT CHORD BEARS S50°27'24"E; THENCE S57°37'07"E, ALONG SAID NORTH LINE OF LOT 3, A DISTANCE OF 122.12 FEET, TO THE NORTHEAST CORNER THEREOF; THENCE SOUTHEASTERLY, 75.38 FEET, ALONG THE EAST LINE OF SAID LOT 3, AND AN ARC OF A 50.00 FOOT RADIUS CURVE, CONCAVE SOUTHWESTERLY, WHOSE 68.44 FOOT CHORD BEARS S14°25'53"E; THENCE SOUTHWESTERLY, 381.84 FEET, ALONG SAID EAST LINE, AND AN ARC OF A 1050.00 FOOT RADIUS CURVE, CONCAVE SOUTHEASTERLY, WHOSE 379.74 FOOT CHORD BEARS S18°20'17"W, TO SAID POINT OF BEGINNING, CONTAINING 7.48 ACRES AND SUBJECT TO EASEMENTS AND RESTRICTIONS OF RECORD.

City of Coralville MEMORANDUM

Date: 1/6/2016 To: Mayor and City Council City Administrator

From: Dan Holderness, P.E. Title: City Engineer

Re: Zone 6 Properties Phase 1 Environmental Testing Agreement Terracon Consultants

I recommend approval of an engineering services agreement with Terracon Consultants for the above-referenced project in the not-to-exceed amount of $26,800.

This agreement compensates the consultant for Phase 1 Environmental Testing for the following properties: 106 1st Ave.; 120 2nd St.; 204 2nd St.; 210 2nd St.; 100 2nd Ave.; 103 2nd Ave.; 105 2nd Ave.; 105 ½ 2nd Ave.; 107 2nd Ave.; and 108 2nd Ave.

This work is eligible for reimbursement by our Brownfields assessment grants.

Page 1 of 1

GEOTECHNICAL SERVICES AGREEMENT

THIS AGREEMENT, made and entered as of this _____ day of ______, 2016, by and between the City of Coralville, a Municipal Corporation, 1512 7th Street, P.O. Box 5127, Coralville, IA 52241-0127, hereinafter referred to as the "CITY," and Terracon Consulting Engineers, Inc., hereinafter referred to as the "CONSULTANT".

WHEREAS, the City Council of the City of Coralville has heretofore deemed it necessary and desirable to perform geotechnical tests to assist with the redevelopment of underutilized areas within the City (the “Project”); and

WHEREAS, it was deemed necessary to perform Phase I testing services for various properties south of U.S. Highway 6 and east of Clear Creek (the “Services”)

WHEREAS, the CONSULTANT is capable of supplying the desired professional services for a cost of not-to-exceed the maximum of $15,800.00; and

WHEREAS, accordingly, the CITY has agreed to engage the CONSULTANT to perform said Services for a total consulting fee not to exceed $15,800.00 under the terms and conditions set forth below.

NOW THEREFORE, THE CITY AND THE CONSULTANT, FOR CONSIDERATION HEREINAFTER SET FORTH, DO MUTUALLY AGREE AS FOLLOWS:

I. SCOPE OF SERVICES.

The CONSULTANT shall perform in a timely and satisfactory manner the architectural design services in connection with the Project as set forth in Exhibit "A" attached hereto.

II. TIME OF COMPLETION.

The CONSULTANT shall complete the services to be rendered hereunder as soon as practicable.

1 The CONSULTANT does hereby expressly acknowledge and agree that TIME IS OF THE ESSENCE of this Agreement, and, thus, any failure by the CONSULTANT to timely render and perform services hereunder shall constitute a material breach of this Agreement.

III. GENERAL TERMS AND PROVISIONS.

A. The CONSULTANT shall not commit any of the following employment practices in connection with or while rendering services hereunder and does hereby expressly agree to prohibit the following practices from being committed by any subcontractors engaged by the CONSULTANT in connection with the Project. Upon request, the CONSULTANT shall provide the CITY with a copy of the relevant provisions of any agreement entered into by the CONSULTANT and a subcontractor in connection with the Project to confirm to the satisfaction of the CITY that the requirements under this Subparagraph III(A) have been met.

1. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, sexual orientation or gender identity.

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, sexual orientation or gender identity.

B. The CITY may terminate this Agreement, with or without cause, upon no less than seven (7) calendar days' written notice. In the event that the CITY does so terminate this Agreement, the CONSULTANT shall be paid for all work and services performed up to the time of said termination upon submission to the CITY of a final billing statement and review and approval thereof by the Coralville City Council at the next regularly scheduled Council Meeting; provided, however, that any such sum shall not be greater than the total amount to be paid for services rendered hereunder as set forth in Article IV below; and further provided that, in the event the CITY terminates this Agreement with cause, the CITY may, in its sole discretion, elect to withhold payment of an amount sufficient to engage a third party to properly complete the Project in accordance with the terms of this Agreement.

C. This Agreement shall not be assigned or in any manner transferred by the CONSULTANT, without the express written consent of the Coralville City Council.

D. It is hereby expressly acknowledged and agreed by both parties hereto that the engagement of the CONSULTANT by the CITY in connection with the Project shall be as an independent contractor and shall be exclusive; provided, however, that the Contractor may retain the services of subcontractors for the purpose of performing its obligations and responsibilities under this Agreement so long as the CONSULTANT has first obtained the written approval of same from the CITY; and further provided that, should the CONSULTANT so engage subcontractors under the terms of this Subparagraph

2 III(D), the CONSULTANT shall be solely responsible for compensating any such subcontractors.

E. The CITY shall make all criteria, design and construction standards, and information regarding the CITY's requirements for the Project available to the CONSULTANT upon reasonable request by the CONSULTANT therefor. The CITY shall furnish reasonable assistance to the CONSULTANT in the use of said information and documentation at the request of CONSULTANT.

F. It is further agreed that neither party to this Agreement shall perform contrary to any federal or state law, rule or regulation, or the Coralville City Code of Ordinances.

G. At the request of the CITY, the CONSULTANT shall attend meetings of the City Council that relate to the Project hereunder.

H. The CONSULTANT agrees to certify all reports, specifications, and drawings with the seal of a professional geotechnical engineer affixed thereto or such other seal as required by State law.

I. Upon termination of this Agreement and request of the CITY, the CONSULTANT shall provide the CITY with copies of all basic notes and sketches, charts, computations, maps, plans, drawings and any other data prepared or obtained by the CONSULTANT pursuant to this Agreement without cost, and without restrictions or limitations as to the use thereof in connection with the Project. Furthermore, should the CONSULTANT prepare or receive any of the data set forth in the immediately preceding sentence in digitized format, the CONSULTANT shall furnish said data in disk form upon termination of this Agreement. It is understood, however, that the CONSULTANT shall not be liable for the CITY's use of such documents, materials or data on other projects.

J. Original drawings prepared by the CONSULTANT under this Agreement shall become the property of the CITY. The CONSULTANT shall be allowed to keep copies for the CONSULTANT's own filing use.

K. Fees paid in order to secure approval of authorities having jurisdiction over the Project shall be paid by the CITY.

M. CONTRACTOR shall provide and maintain insurance throughout said Project in the following minimum amounts:

1. Workman’s Compensation and occupational disease insurance in accordance with the laws of the State of Iowa covering all employees who perform any of the obligations under this Agreement

3 2. Professional Liability or Errors or Omissions Insurance covering all aspects of the Project in the amount of not less that $1,000,000 per occurrence of $2,000,000 aggregate coverage.

3. Public liability and property damage liability insurance covering all operations under the Agreement, limits for bodily injury or death not less than one million dollars ($1,000,000.00) for one person and two million dollars ($2,000,000.00) for each accident; for property damage not less than one million dollars ($1,000,000.00) for each accident and two million dollars ($2,000,000.00) aggregate during such policy period. Said insurance shall name the City of Coralville as an Additional Insured under the policy.

4. Automobile liability insurance on all self-propelled vehicles used in connection with the Agreement, whether its own, non-owned or hired; public liability limits of not less than five hundred thousand dollars ($500,000.00) for one person and one million dollars ($1,000,000.00) for each accident; property damage limit of two hundred fifty thousand dollars ($250,000.00) for each accident or a combined single limit of one million dollars ($1,000,000.00)

5. Governmental immunities endorsement as shown on Exhibit “D”.

CITY shall have the right at any time to require public liability insurance, errors and omissions coverage and/or property damage liability insurance greater than that specified in the above paragraphs. If required, the additional premiums shall be added to the bid price.

The CONTRACTOR shall furnish Certificates of Insurance to the CITY made in favor of the CITY prior to commencing work showing compliance with the foregoing requirements. Insurance shall provide notice of cancellation or revocation.

IV. COMPENSATION FOR SERVICES.

The CITY shall compensate the CONSULTANT for services rendered under this Agreement for a total fee of $15,800.00 for said Services.

The CONSULTANT also acknowledges that:

A. No payment shall be made to the CONSULTANT hereunder if the Project is not proceeding on schedule unless otherwise hereafter agreed to in writing by the CITY.

B. Under no circumstances shall the CITY compensate the CONSULTANT for work that has not yet been completed. For purposes of this provision, work shall constitute each discrete phase of the Project as set forth in the

4 performance schedule in Paragraph II above. Accordingly, the CONSULTANT shall not be entitled to compensation hereunder for any Project phase until the entire Phase has been completed.

C. In any event, no payment hereunder shall become due and payable until submission to the CITY by the CONSULTANT of a billing statement therefor and review and approval of the billing statement by the Coralville City Council at its next regularly scheduled meeting.

V. INDEMNIFICATION, WARRANTY, AND GUARANTEE.

The CONSULTANT agrees to fully indemnify, defend, save and hold the CITY, its officers, representatives, agents, contractors, subcontractors and employees, harmless from any and all liability to third parties (including reimbursement of reasonable legal fees and costs) arising directly or indirectly from the negligent act, error or omission of the CONSULTANT, its officers, representatives, agents, contractors, subcontractors or employees in connection with the Project.

The CONSULTANT warrants and guarantees to the CITY that it will perform its obligations under this Agreement in conformance with the generally accepted standards of the geotechnical engineering profession.

VI. HAZARDOUS MATERIALS.

The CONSULTANT hereby warrants and represents that the CONSULTANT (i) has not created nor contributed to the creation or existence, (ii) nor will it create or contribute to the creation or existence of any type of hazardous or toxic wastes, materials, chemical compounds, or substances, or any other type of environmental hazard or pollution, whether latent or patent, at the premises of the Project, or in connection with or related to the Project. The CONSULTANT, in addition to the general indemnification set forth in Provision V above, does hereby further fully indemnify, defend, save and hold harmless the CITY, its officers, employees and agents from and against any and all debts, claims, causes of action, administrative orders and notices, costs (including but not limited to, response and/or remedial costs), personal injuries, losses, damages, liabilities, demands, interest, fines, penalties and expenses, including reasonable legal fees and expenses, consultants' fees and expenses, court costs and all other out-of-pocket expenses, suffered or incurred by the CITY, its officers, representatives, agents, contractors, subcontractors, employees and grantees as a result of any breach of this Provision VI.

VII. INTERPRETATION.

This Agreement shall be construed in accordance with the generally accepted standards of the geotechnical engineering profession; provided, however, that it is expressly understood and agreed by both parties that to the extent, if at all, the explicit terms and conditions of this Agreement are in conflict with said generally accepted

5 professional standards, said explicit terms and conditions of this Agreement shall control in the event of a dispute between the parties hereto.

VIII. SURVIVAL.

All express representations, indemnifications or limitations of liability made in or given in this Agreement shall survive the completion of the services to by rendered by the CONSULTANT hereunder or the termination of this Agreement for any reason.

IX. CONTROLLING LAW.

This Agreement is to be governed by the laws of the State of Iowa. The parties hereto agree that any action, suit or proceeding based upon any matter, claim or controversy arising under this Agreement shall be brought solely in the state courts located in Johnson County, Iowa or the federal courts located in Linn County, Iowa. The parties hereto hereby irrevocably waive objection to the venue of the above-mentioned courts, including any claim that such action, suit or proceeding has been brought in an inconvenient forum. Both parties hereto expressly acknowledge and agree that nothing contained in this Agreement shall be construed to require the parties to submit to mandatory arbitration or mediation in the event of a breach or dispute hereunder.

X. HEADINGS.

The headings of sections of this Agreement are for convenient reference only and shall not be deemed to limit, construe, affect, modify or alter the meaning of such sections.

XI. SEVERABILITY.

If any section, subsection, term or provision of this Agreement or the application thereof to the CONSULTANT, the CITY or a particular circumstance shall, to any extent, be invalid or unenforceable, the remainder of said section, subsection, term or provision of this Agreement or the application of same to the CONSULTANT, the CITY or particular circumstances other than that for which it was held invalid or unenforceable, shall not be affected thereby and each remaining section, subsection, term or provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law.

XII. MODIFICATION.

The terms of this Agreement may not be changed, waived, discharged or terminated orally, but only by a written document signed by the party against whom enforcement of the change, waiver, discharge or termination is sought.

XIII. WAIVER.

6 No waiver by the CITY of any default hereunder shall operate as a waiver of any other default or of the same default on any future occasion. No delay on the part of the CITY in exercising any right or remedy hereunder shall operate as a waiver thereof. No single or partial exercise of any right or remedy by the CITY shall preclude future exercise thereof or the exercise of any other right or remedy.

XIV. AUTHORITY.

The persons signing this Agreement warrant and represent that they have the authority to sign as, or on behalf of, the party for whom they are signing.

XV. FINAL AGREEMENT:

Both the CONSULTANT and the CITY hereby expressly acknowledge and agree that this Agreement is intended to set forth the entire agreement between the parties regarding the services to be rendered by the CONSULTANT to the CITY in connection with the Project, that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, and that no other monies or considerations have been solicited. No waiver, change, modification or amendment of this Agreement shall be binding upon either party hereto unless in writing and signed by both the CONSULTANT and the CITY. The waiver by either party hereto of a breach of any provision of this Agreement shall not operate or be construed as a waiver of any subsequent breach of that provision or of any other provision or condition in this Agreement.

ACCEPTED & AGREED:

CONSULTANT: CITY OF CORALVILLE: Terracon Consulting Engineers

______, President John A. Lundell, Mayor

ATTEST:

______Thorsten J. Johnson, City Clerk

7

EXHIBIT “D”

"The Companies affording coverage and the Additional Insured, City of Coralville, Johnson County, Iowa, expressly agree and state that the purchase of this policy of insurance by the Insured and the listing of the City of Coralville as an Additional Insured hereunder do not waive any of the defenses of governmental immunity available to the Additional Insured under Iowa Code Section 670.4 as it now exists and as it may be amended from time to time.

The Companies and the Additional insured further agree that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under Iowa Code Section 670.4 as it now exists and as it may be amended from time to time.

The Additional Insured shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the Companies.

The Companies shall not deny coverage under this policy and the Companies shall not deny any of the rights and benefits accruing to the Insured or the Additional Insured under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the Additional Insured."

8

RESOLUTION NO. 2016-_____

RESOLUTION APPROVING AN ENGINEERING SERVICES AGREEMENT WITH TERRACON CONSULTANTS, INC. FOR A PHASE 1 ENVIRONMENTAL STUDY FOR VARIOUS PROPERTIES SOUTH OF HIGHWAY 6.

WHEREAS, the City Council deems it necessary and desirable to proceed with a Phase 1 environmental study of various properties south of Highway 6; and

WHEREAS, Terracon Consultants, Inc. is qualified and capable of providing engineering services to conduct a Phase 1 environmental study for various properties south of Highway 6 for not to exceed $26,800.00; and

WHEREAS, the City Attorney has drafted an agreement to provide said services which now requires approval by and execution on behalf of the City of Coralville; and

WHEREAS, the City Engineer has recommended approval of said agreement.

NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Coralville, Johnson County, Iowa, that the above-referenced agreement be and the same is hereby approved.

BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute said agreement on behalf of the City of Coralville.

* * * * * * * *

Passed and approved this 12th day of January, 2016.

______John A. Lundell, Mayor ATTEST:

______Thorsten J. Johnson, City Clerk City of Coralville MEMORANDUM

Date: 1/6/2016 To: Mayor and City Council City Administrator

From: Dan Holderness, P.E. Title: City Engineer

Re: 111 and 115 East 7th Street Groundwater Monitoring Agreement Terracon Consultants

I recommend approval of an engineering services agreement with Terracon Consultants for the above-referenced project in the not-to-exceed amount of $15,800.

This agreement compensates the consultant for groundwater monitoring and reporting on this property to the Iowa DNR.

This work is eligible for reimbursement by our Brownfields assessment grants.

Page 1 of 1

GEOTECHNICAL SERVICES AGREEMENT

THIS AGREEMENT, made and entered as of this _____ day of ______, 2016, by and between the City of Coralville, a Municipal Corporation, 1512 7th Street, P.O. Box 5127, Coralville, IA 52241-0127, hereinafter referred to as the "CITY," and Terracon Consulting Engineers, Inc., hereinafter referred to as the "CONSULTANT".

WHEREAS, the City Council of the City of Coralville has heretofore deemed it necessary and desirable to perform geotechnical tests to assist with the redevelopment of underutilized areas within the City (the “Project”); and

WHEREAS, it was deemed necessary to perform monitoring services at the property owned by Pathry, Inc. in the Iowa River Landing District (the “Services”)

WHEREAS, the CONSULTANT is capable of supplying the desired professional services for a cost of not-to-exceed the maximum of $26,800.00; and

WHEREAS, accordingly, the CITY has agreed to engage the CONSULTANT to perform said Services for a total consulting fee not to exceed $26,800.00 under the terms and conditions set forth below.

NOW THEREFORE, THE CITY AND THE CONSULTANT, FOR CONSIDERATION HEREINAFTER SET FORTH, DO MUTUALLY AGREE AS FOLLOWS:

I. SCOPE OF SERVICES.

The CONSULTANT shall perform in a timely and satisfactory manner the architectural design services in connection with the Project as set forth in Exhibit "A" attached hereto.

II. TIME OF COMPLETION.

The CONSULTANT shall complete the services to be rendered hereunder as soon as practicable.

1 The CONSULTANT does hereby expressly acknowledge and agree that TIME IS OF THE ESSENCE of this Agreement, and, thus, any failure by the CONSULTANT to timely render and perform services hereunder shall constitute a material breach of this Agreement.

III. GENERAL TERMS AND PROVISIONS.

A. The CONSULTANT shall not commit any of the following employment practices in connection with or while rendering services hereunder and does hereby expressly agree to prohibit the following practices from being committed by any subcontractors engaged by the CONSULTANT in connection with the Project. Upon request, the CONSULTANT shall provide the CITY with a copy of the relevant provisions of any agreement entered into by the CONSULTANT and a subcontractor in connection with the Project to confirm to the satisfaction of the CITY that the requirements under this Subparagraph III(A) have been met.

1. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, sexual orientation or gender identity.

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, sexual orientation or gender identity.

B. The CITY may terminate this Agreement, with or without cause, upon no less than seven (7) calendar days' written notice. In the event that the CITY does so terminate this Agreement, the CONSULTANT shall be paid for all work and services performed up to the time of said termination upon submission to the CITY of a final billing statement and review and approval thereof by the Coralville City Council at the next regularly scheduled Council Meeting; provided, however, that any such sum shall not be greater than the total amount to be paid for services rendered hereunder as set forth in Article IV below; and further provided that, in the event the CITY terminates this Agreement with cause, the CITY may, in its sole discretion, elect to withhold payment of an amount sufficient to engage a third party to properly complete the Project in accordance with the terms of this Agreement.

C. This Agreement shall not be assigned or in any manner transferred by the CONSULTANT, without the express written consent of the Coralville City Council.

D. It is hereby expressly acknowledged and agreed by both parties hereto that the engagement of the CONSULTANT by the CITY in connection with the Project shall be as an independent contractor and shall be exclusive; provided, however, that the Contractor may retain the services of subcontractors for the purpose of performing its obligations and responsibilities under this Agreement so long as the CONSULTANT has first obtained the written approval of same from the CITY; and further provided that, should the CONSULTANT so engage subcontractors under the terms of this Subparagraph

2 III(D), the CONSULTANT shall be solely responsible for compensating any such subcontractors.

E. The CITY shall make all criteria, design and construction standards, and information regarding the CITY's requirements for the Project available to the CONSULTANT upon reasonable request by the CONSULTANT therefor. The CITY shall furnish reasonable assistance to the CONSULTANT in the use of said information and documentation at the request of CONSULTANT.

F. It is further agreed that neither party to this Agreement shall perform contrary to any federal or state law, rule or regulation, or the Coralville City Code of Ordinances.

G. At the request of the CITY, the CONSULTANT shall attend meetings of the City Council that relate to the Project hereunder.

H. The CONSULTANT agrees to certify all reports, specifications, and drawings with the seal of a professional geotechnical engineer affixed thereto or such other seal as required by State law.

I. Upon termination of this Agreement and request of the CITY, the CONSULTANT shall provide the CITY with copies of all basic notes and sketches, charts, computations, maps, plans, drawings and any other data prepared or obtained by the CONSULTANT pursuant to this Agreement without cost, and without restrictions or limitations as to the use thereof in connection with the Project. Furthermore, should the CONSULTANT prepare or receive any of the data set forth in the immediately preceding sentence in digitized format, the CONSULTANT shall furnish said data in disk form upon termination of this Agreement. It is understood, however, that the CONSULTANT shall not be liable for the CITY's use of such documents, materials or data on other projects.

J. Original drawings prepared by the CONSULTANT under this Agreement shall become the property of the CITY. The CONSULTANT shall be allowed to keep copies for the CONSULTANT's own filing use.

K. Fees paid in order to secure approval of authorities having jurisdiction over the Project shall be paid by the CITY.

M. CONTRACTOR shall provide and maintain insurance throughout said Project in the following minimum amounts:

1. Workman’s Compensation and occupational disease insurance in accordance with the laws of the State of Iowa covering all employees who perform any of the obligations under this Agreement

3 2. Professional Liability or Errors or Omissions Insurance covering all aspects of the Project in the amount of not less that $1,000,000 per occurrence of $2,000,000 aggregate coverage.

3. Public liability and property damage liability insurance covering all operations under the Agreement, limits for bodily injury or death not less than one million dollars ($1,000,000.00) for one person and two million dollars ($2,000,000.00) for each accident; for property damage not less than one million dollars ($1,000,000.00) for each accident and two million dollars ($2,000,000.00) aggregate during such policy period. Said insurance shall name the City of Coralville as an Additional Insured under the policy.

4. Automobile liability insurance on all self-propelled vehicles used in connection with the Agreement, whether its own, non-owned or hired; public liability limits of not less than five hundred thousand dollars ($500,000.00) for one person and one million dollars ($1,000,000.00) for each accident; property damage limit of two hundred fifty thousand dollars ($250,000.00) for each accident or a combined single limit of one million dollars ($1,000,000.00)

5. Governmental immunities endorsement as shown on Exhibit “D”.

CITY shall have the right at any time to require public liability insurance, errors and omissions coverage and/or property damage liability insurance greater than that specified in the above paragraphs. If required, the additional premiums shall be added to the bid price.

The CONTRACTOR shall furnish Certificates of Insurance to the CITY made in favor of the CITY prior to commencing work showing compliance with the foregoing requirements. Insurance shall provide notice of cancellation or revocation.

IV. COMPENSATION FOR SERVICES.

The CITY shall compensate the CONSULTANT for services rendered under this Agreement for a total fee of $26,800.00 for said Services.

The CONSULTANT also acknowledges that:

A. No payment shall be made to the CONSULTANT hereunder if the Project is not proceeding on schedule unless otherwise hereafter agreed to in writing by the CITY.

B. Under no circumstances shall the CITY compensate the CONSULTANT for work that has not yet been completed. For purposes of this provision, work shall constitute each discrete phase of the Project as set forth in the

4 performance schedule in Paragraph II above. Accordingly, the CONSULTANT shall not be entitled to compensation hereunder for any Project phase until the entire Phase has been completed.

C. In any event, no payment hereunder shall become due and payable until submission to the CITY by the CONSULTANT of a billing statement therefor and review and approval of the billing statement by the Coralville City Council at its next regularly scheduled meeting.

V. INDEMNIFICATION, WARRANTY, AND GUARANTEE.

The CONSULTANT agrees to fully indemnify, defend, save and hold the CITY, its officers, representatives, agents, contractors, subcontractors and employees, harmless from any and all liability to third parties (including reimbursement of reasonable legal fees and costs) arising directly or indirectly from the negligent act, error or omission of the CONSULTANT, its officers, representatives, agents, contractors, subcontractors or employees in connection with the Project.

The CONSULTANT warrants and guarantees to the CITY that it will perform its obligations under this Agreement in conformance with the generally accepted standards of the geotechnical engineering profession.

VI. HAZARDOUS MATERIALS.

The CONSULTANT hereby warrants and represents that the CONSULTANT (i) has not created nor contributed to the creation or existence, (ii) nor will it create or contribute to the creation or existence of any type of hazardous or toxic wastes, materials, chemical compounds, or substances, or any other type of environmental hazard or pollution, whether latent or patent, at the premises of the Project, or in connection with or related to the Project. The CONSULTANT, in addition to the general indemnification set forth in Provision V above, does hereby further fully indemnify, defend, save and hold harmless the CITY, its officers, employees and agents from and against any and all debts, claims, causes of action, administrative orders and notices, costs (including but not limited to, response and/or remedial costs), personal injuries, losses, damages, liabilities, demands, interest, fines, penalties and expenses, including reasonable legal fees and expenses, consultants' fees and expenses, court costs and all other out-of-pocket expenses, suffered or incurred by the CITY, its officers, representatives, agents, contractors, subcontractors, employees and grantees as a result of any breach of this Provision VI.

VII. INTERPRETATION.

This Agreement shall be construed in accordance with the generally accepted standards of the geotechnical engineering profession; provided, however, that it is expressly understood and agreed by both parties that to the extent, if at all, the explicit terms and conditions of this Agreement are in conflict with said generally accepted

5 professional standards, said explicit terms and conditions of this Agreement shall control in the event of a dispute between the parties hereto.

VIII. SURVIVAL.

All express representations, indemnifications or limitations of liability made in or given in this Agreement shall survive the completion of the services to by rendered by the CONSULTANT hereunder or the termination of this Agreement for any reason.

IX. CONTROLLING LAW.

This Agreement is to be governed by the laws of the State of Iowa. The parties hereto agree that any action, suit or proceeding based upon any matter, claim or controversy arising under this Agreement shall be brought solely in the state courts located in Johnson County, Iowa or the federal courts located in Linn County, Iowa. The parties hereto hereby irrevocably waive objection to the venue of the above-mentioned courts, including any claim that such action, suit or proceeding has been brought in an inconvenient forum. Both parties hereto expressly acknowledge and agree that nothing contained in this Agreement shall be construed to require the parties to submit to mandatory arbitration or mediation in the event of a breach or dispute hereunder.

X. HEADINGS.

The headings of sections of this Agreement are for convenient reference only and shall not be deemed to limit, construe, affect, modify or alter the meaning of such sections.

XI. SEVERABILITY.

If any section, subsection, term or provision of this Agreement or the application thereof to the CONSULTANT, the CITY or a particular circumstance shall, to any extent, be invalid or unenforceable, the remainder of said section, subsection, term or provision of this Agreement or the application of same to the CONSULTANT, the CITY or particular circumstances other than that for which it was held invalid or unenforceable, shall not be affected thereby and each remaining section, subsection, term or provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law.

XII. MODIFICATION.

The terms of this Agreement may not be changed, waived, discharged or terminated orally, but only by a written document signed by the party against whom enforcement of the change, waiver, discharge or termination is sought.

XIII. WAIVER.

6 No waiver by the CITY of any default hereunder shall operate as a waiver of any other default or of the same default on any future occasion. No delay on the part of the CITY in exercising any right or remedy hereunder shall operate as a waiver thereof. No single or partial exercise of any right or remedy by the CITY shall preclude future exercise thereof or the exercise of any other right or remedy.

XIV. AUTHORITY.

The persons signing this Agreement warrant and represent that they have the authority to sign as, or on behalf of, the party for whom they are signing.

XV. FINAL AGREEMENT:

Both the CONSULTANT and the CITY hereby expressly acknowledge and agree that this Agreement is intended to set forth the entire agreement between the parties regarding the services to be rendered by the CONSULTANT to the CITY in connection with the Project, that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, and that no other monies or considerations have been solicited. No waiver, change, modification or amendment of this Agreement shall be binding upon either party hereto unless in writing and signed by both the CONSULTANT and the CITY. The waiver by either party hereto of a breach of any provision of this Agreement shall not operate or be construed as a waiver of any subsequent breach of that provision or of any other provision or condition in this Agreement.

ACCEPTED & AGREED:

CONSULTANT: CITY OF CORALVILLE: Terracon Consulting Engineers

______, President John A. Lundell, Mayor

ATTEST:

______Thorsten J. Johnson, City Clerk

7

EXHIBIT “D”

"The Companies affording coverage and the Additional Insured, City of Coralville, Johnson County, Iowa, expressly agree and state that the purchase of this policy of insurance by the Insured and the listing of the City of Coralville as an Additional Insured hereunder do not waive any of the defenses of governmental immunity available to the Additional Insured under Iowa Code Section 670.4 as it now exists and as it may be amended from time to time.

The Companies and the Additional insured further agree that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under Iowa Code Section 670.4 as it now exists and as it may be amended from time to time.

The Additional Insured shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the Companies.

The Companies shall not deny coverage under this policy and the Companies shall not deny any of the rights and benefits accruing to the Insured or the Additional Insured under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the Additional Insured."

8

RESOLUTION NO. 2016-_____

RESOLUTION APPROVING AN ENGINEERING SERVICES AGREEMENT WITH TERRACON CONSULTANTS, INC. FOR GROUNDWATER MONITORING FOR 111 AND 115 E. 7TH STREET.

WHEREAS, the City Council deems it necessary and desirable to proceed with groundwater monitoring for 111 and 115 E. 7TH Street; and

WHEREAS, Terracon Consultants, Inc. is qualified and capable of providing engineering services to conduct groundwater monitoring for 111 and 115 E. 7TH Street for not to exceed $15,800.00; and

WHEREAS, the City Attorney has drafted an agreement to provide said services which now requires approval by and execution on behalf of the City of Coralville; and

WHEREAS, the City Engineer has recommended approval of said agreement.

NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Coralville, Johnson County, Iowa, that the above-referenced agreement be and the same is hereby approved.

BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute said agreement on behalf of the City of Coralville.

* * * * * * * *

Passed and approved this 12th day of January, 2016.

______John A. Lundell, Mayor ATTEST:

______Thorsten J. Johnson, City Clerk City of Coralville MEMORANDUM

Date: 1/6/2016 To: Mayor and City Council City Administrator

From: Dan Holderness, P.E. Title: City Engineer

Re: Drury Hotel/UIHC Medical Building Parking Facility Consulting Services Agreement Neumann Monson Architects

I recommend approval of a consulting services agreement with Neumann Monson Architects of Iowa City, IA for the above-referenced project in the not-to-exceed amount of $369,000.

This agreement compensates the consultant for the conceptual design for the hotel and medical building phases; and the schematic design, design development, construction documents, bidding negotiations, and construction administration for the hotel phase of this parking facility.

Page 1 of 1

OLIVER MCMILLAN CITY OF CORALVILLE IRL PARKING RAMP CORALVILLE, IOWA 2015 NOVEMBER 13

NEUMANN MONSON ARCHITECTS OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP November 13, 2015

Kyle Dorand, Development Director Oliver McMillan 733 8th Avenue San Diego, CA 92101

Dear Kyle,

Neumann Monson is pleased to submit our qualifications for this important project. As community members with experience at Iowa River Landing, we are aware of the dramatic impact this district is having and we are delighted to see its continued development. We feel our team is uniquely qualified to meet the demands for this important project. The Neumann Monson-Rich & Associates team provides the following strengths:

Direct Experience. We have been fortunate to work with the City of Coralville for many years on a diverse range of projects. Specifically, we are privileged to have worked within the IRL with the City and Oliver-McMillan. This experience includes partnering with UIHC on the IRL Clinic Building, the corresponding parking structure, the Marriott Hotel parking structure, and the recently completed Intermodal facility. As a result our team brings a strong understanding of all the components of this project.

Strength of Team. We have enjoyed a successful relationship with Rich & Associates for over 20 years, designing 14 parking structures across Iowa. Not only do our firms have a strong relationship and a solid track record together. The individual team members we are proposing for this project have worked on numerous parking facilities, including three structures in IRL. We work intuitively with each other and are confident that we will use our experience and innovation to create a distinct and efficient solution.

Commitment. We are committed to developing a distinctive solution that adds to the vitality of the Iowa River Landing. Our team will provide the drive, the expertise, and a true collaborative process to go well beyond the expected. We challenge ourselves to excel for our clients, setting the standard for innovative solutions in planning, design, and performance.

Neumann Monson is one of Iowa’s largest architectural firms. We have the capacity in staff and schedule to move this project forward. Our proximity to the site is an added benefit. We sincerely appreciate your consideration and look forward to the opportunity to discuss this project with you in greater detail. Please contact me with any questions.

Best Regards,g

Kevin Monson, AIA, LEED AP President

221 E. COLLEGE STREET | SUITE 303 | IOWA CITY, IOWA 52240 | 319.338.7878 418 6TH AVENUE | SUITE 209 | DES MOINES, IOWA 50309 | 515.339.7800 NEUMANNMONSON.COM OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP CONTENTS

Firm Background & Relevant Experience 9

Project Staffing 33

Estimated Consultant Fee 40

Proposed Design Schedule 45

Acknowledgement of Professional Services 49

Additional Information 52

NEUMANN MONSON ARCHITECTS 5 OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP A. FIRM BACKGROUND & RELEVANT EXPERIENCE

NEUMANN MONSON ARCHITECTS 7 OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP FIRM OVERVIEW

NEUMANN MONSON ARCHITECTS For nearly four decades, Neumann Monson Architects has merged talent, innovation, and expertise to create enduring architectural solutions. We develop unique design 221 E. College St., Suite 303 ideas and deliver comprehensive solutions for our clients through the creative Iowa City, Iowa 52240 synthesis of science, art, environmental stewardship, and the human condition. 319.338.7878 Our design solutions result from a process that encourages true collaboration with 418 6th Ave., Suite 209 all team members. Together, we research alternatives, share knowledge, and imagine Des Moines, Iowa 50309 new ways to solve the challenges of the built environment. 515.339.7800 PEOPLE: The strength of our team lies in the talent of our individuals. www.neumannmonson.com We take pride in recruiting the best to bring together technical expertise, bold imagination, and proven experience to provide optimal service for our clients. Our emphasis is on creating an engaging studio culture that promotes meaningful Contact: discourse, resulting in a rich exchange of ideas. Tim Schroeder 319.338.7878 DESIGN: Design is more than architecture > it is in everything we do. [email protected] Design is the discipline we bring to our process, the relationships we build along the way, and the legacy we leave for future generations. We take seriously our responsibility to deliver a better, more beautiful world through positive action and invention — day by day.

COLLABORATION: Before we imagine, we interact. We are inspired by conversations. We gain momentum through a depth of understanding and we draw strength from the connections and commitments formed through genuine collaboration. We merge the input of all stakeholders with our expertise to ensure that each project is the best it possibly can be.

COMMUNITY: We aim to shape our communities through design. Along with the responsibility to provide for clients, architecture also carries the duty to serve and shape our communities. We weave each project into its surroundings to harmonize with and enhance the site where it is built. Communities thrive on connectivity, inclusiveness, and diversity; Neumann Monson strives to merge these tenets into all aspects of design.

ENVIRONMENT: Sustainability is our responsibility and our passion. With the talents of our LEED AP staff, we seek to transform the way buildings and communities are designed, built, and operated. These spaces provide a socially responsible, healthy, and prosperous solution that improves the quality of life as well as the bottom line.

NEUMANN MONSON ARCHITECTS 9 CONSULTANTS - RICH & ASSOCIATES

Rich & Associates is a full service parking consultant design firm providing customized solutions to every type of parking need. Since 1963 we have developed innovative facilities designed to meet the specific challenges of public and private owners.

We take a practical approach to parking based on our experience with more than 3,000 parking projects worldwide and our experience in the private development and management of parking. With expertise in every stage of creating successful parking – from planning, to financing to design and operation, our experts have a Rich & Associates, Inc. real-world understanding to develop parking solutions that bring long term value to 26877 Northwestern Hwy., Suite 208 your community, development, or campus. Southfield, MI 48033 p. 248.353.5080 f. 248.353.3830 As the only company involved in the financing, development and management of www.richassoc.com parking, we know exactly what goes into creating successful parking. Through this Contact: Richard C. Rich, PE experience we have a clear understanding of how our planning recommendations [email protected] and designs will function and operate over time. We are at the forefront of designing state of the art, durable, sustainable and attractive parking for all types of land- Established: 1963 uses for downtowns, retail and mixed-use developments, hospitals, colleges and universities, and transit.

We have a solid reputation and take great pride in our ability to prepare complete and comprehensive construction documents, drawings and specifications for bidding. We have a strong track record of producing quality documents and specifications that result in tight responsive bids, and minimal construction change orders and issues during construction. Our project management and quality control program gives our project manages and staff the tools and resources they need to meet aggressive completion dates while maintaining document quality.

We take great care to respond to our client’s needs with design and technical excellence, and personal service. The many long-term clients that we have had the honoring of serving over the years are a testament to our commitment to excellence and service. Our staff is exceptionally qualified to provide the following parking related services.

• Parking supply and demand studies • Feasibility / pro forma analysis • Site analysis and conceptual design studies • Architecture and structural engineering • Traffic flow/functional design • Parking access and revenue control systems • Parking management and operations consulting

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP CITY OF CORALVILLE EXPERIENCE

We have been fortunate to work with the City of Coralville on a wide variety of projects that have helped them reach their long-range goals. This includes multiple parking structures and work within the Iowa River Landing District. We are confident our team has the skills and experience to make this project a success.

Intermodal Facility Marriott North Parking Ramp Iowa River Landing Development Master Plan Iowa River Landing West Parking Facility Town Center Parking Facility Operations Facility - Parks, Transit, Water Brown Deer Club House North Ridge Park Pavilion Recreation Center Master Plan North Fire Station City Hall & Police Station Expansion Public Library Public Library Addition

NEUMANN MONSON ARCHITECTS 11 CORALVILLE INTERMODAL CORALVILLE, IOWA

The Coralville Intermodal facility is part of the much larger Iowa River Landing, a CITY OF CORALVILLE mixed-use development in Coralville adjacent to the Iowa River and Interstate-80. COMPLETION 2015 The intermodal facility will serve autos, buses, and bicycles. 425 STALLS 5,454 SF BUS TERMINAL At the edge of town, the main intent of the project is to serve as a park and ride where commuters can use the facility, then use bus transit to all locations served by Building Type New Construction Coralville Transit. It also contains a small retail space for the Iowa Bike Coalition – a nonprofit organization that promotes cycling across the state. Estimated Construction Cost $11,248,000

The parking structure is pushed into the hillside to minimize its size from the West Actual Construction Cost $12,400,657* and North. The terminal building and stair towers are nearly fully glazed, promoting passive security and views of the district and incoming busses. The glazing is shaded Parking Consultant Rich & Associates with strategically located perforated metal panels to minimize glare and heat gain, yet allow visual connections to the outside.

*This project was bid during an unfavorable bid climate (2014) when $1 billion worth of work was being bid.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP CORALVILLE IOWA RIVER LANDING PARKING RAMP CORALVILLE, IOWA

The Iowa River Landing West parking ramp dually serves the IRL retail district CITY OF CORALVILLE and the UIHC medical office building. Dedicated retail parking is provided on the COMPLETION 2012 lower level, while the upper levels serve the clinic to the south. The structure 769 STALLS is built into the site’s slope site, minimizing the building mass. Materials used Building Type include brick veneered precast concrete, perforated metal “living screen” trellis New Construction panels with natural plantings. Additionally, glazed stairways are capped with Estimated Construction Cost vegetated roofs. $13,470,000

Actual Construction Cost $12,014,000

Parking Consultant Rich & Associates

NEUMANN MONSON ARCHITECTS 13 CORALVILLE NORTH RAMP MARRIOTT HOTEL & CONVENTION CENTER CORALVILLE, IOWA

This parking facility serves the Marriott Hotel and Convention Center near Interstate CITY OF CORALVILLE 80 and is adjacent to the Iowa River, a wetlands area, and the Coralville trail system. COMPLETION 2006 It is a cast-in-place, post tension structure which includes the ground level with two 655 STALLS elevated levels above. The facility is designed to withstand the 500-year flood level. 523 SURFACE LOT STALLS

Several measures have been taken to reduce the visual scale of the large structure. Building Type The structure is sunken into the surrounding landscape so the overall profile is New Construction decreased. A green screen trellis system encloses the perimeter of the structure. Estimated Construction Cost Plantings at the base of the trellis grow up the side to soften the appearance and Ramp: $7,525,445 mask the vehicles parked within. Extended, cantilevered walkways on the east Actual Construction Cost Ramp: $6,373,900 overlook the wetlands and river. The facility operates with two-way traffic. It is designed with one entrance and exit lane each and a third lane which alternates as Parking Consultant necessary. Rich & Associates

The design schedule for the project was aggressive with 45 days for design, 45 days for construction documents, two weeks for bidding and 12 months for construction, including complex site modifications.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP HARRISON STREET PARKING FACILITY IOWA CITY, IOWA

Located in the Riverfront Crossings District of Iowa City, this project consists of CITY OF IOWA CITY 28 townhouse units and a 610-space parking structure. The project will serve as a EST COMPLETION: 2017 model for future development in the district, and will reactivate street level activity. 610 STALLS

Building Type The parking ramp enters and exits along Harrison Street to the north, and has two New Construction stair/elevator towers for pedestrians, one at the northeast corner and the other Estimated Construction Cost: at the southeast corner. The street level parking deck will feature car charging $10,100,000 stations. A skybridge link will connect the parking structure to a six-story office building to the west. The townhomes wrap the parking structure on the east and south sides, and are defined as Liner Buildings within the district's zoning code. Each residential townhome unit will have direct access to the parking structure. All units also have their own front door to street level, eliminating the need for shared/ maintained corridors. Additionally, a piece of public art designed by a local artist will be installed outside of the parking facility.

NEUMANN MONSON ARCHITECTS 15 DUBUQUE INTERMODAL DUBUQUE, IOWA

The City of Dubuque has been planning for the construction of an Intermodal CITY OF DUBUQUE Transportation Center for several years. COMPLETION 2015 290 STALLS Components of the project will include: construction of an elevated parking structure 9,492 SF TERMINAL BUILDING with a capacity for approximately 290 vehicles, a hub for local transit and long distance bus service, and a space for private carriers. The Intermodal Transportation Building Type Center will incorporate aspects that are pedestrian friendly and accessible which New Construction includes access to the facility via bike lanes. The facility will also provide for ticketing Estimated Construction Cost $11,444,050 and transit office space. A 877 square foot bridge connects the terminal building to the ramp. Actual Construction Cost* $13,171,270 *Poor and contaminated soils contributed to The Intermodal Transportation Center must contain architectural aspects that project overage as well as owner additions, changes to the scope of services, site irrigation, enhance the overall aesthetics of the historic district site and further contribute to and utility conflicts with adjacent projects. the overall vitality of the area. A key measurement for the success of the project will Parking Consultant be the resulting smooth traffic flow in and out of the facility including convenient Rich & Associates driveway connections to roadways that access other adjacent areas.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP AMES INTERMODAL AMES, IOWA

The Ames Intermodal facility is located on Hayward Street on the west border of CITY OF AMES Campustown, a high-density mixed-use neighborhood that borders the Iowa State COMPLETION 2012 University campus. The facility will provide parking for the neighborhood with a 385 STALLS combination of permit and pay-on-foot spaces, in addition to providing regional 4,125 SF TERMINAL & OFFICE bus, city bus and airport shuttle services. The terminal space includes ticketing, LEED SILVER management offices, and 24-hour lobby and restroom facilities for off-hour use. Building Type A setback on Hayward Street allows for future retail development. The ramp is New Construction designed to expand vertically or horizontally. Estimated Construction Cost $8,795,000

The cast-in-place, post-tension structure is a grade plus two elevated structure with Actual Construction Cost an alternate for one additional level. The design uses the natural slope of the site, $8,522,000 which minimizes the overall height of the structure. Cantilevered walkways along Parking Consultant the east side provide increased safety and visibility for pedestrian, while screening Rich & Associates parked cars from view. Glass stair towers on the east and west also provide increased visibility. The masonry-clad ramp responds to the material context of the historic Campustown District nearby.

A multi-use trail will be developed along the north side of the site and will connect to the larger city trail system. Covered bike storage and bike lockers will be located at the north end of the terminal.

NEUMANN MONSON ARCHITECTS 17 SECOND STREET PARKING RAMP DAVENPORT, IOWA

This is one of two Davenport Parking Structures which are seen as catalysts to the CITY OF DAVENPORT revitalization of the downtown. The Second Street Ramp is located within the “high COMPLETION 2002 tech corridor”. 620 STALLS

A warm stone-like finish is used on the precast concrete which is veiled by a sleek Building Type skin of non-reflective aluminum panels that relate to the adjacent museum. The long New Construction side of the ramp is set back twenty feet from the sidewalk. Its façade is a backdrop Construction Cost $7,748,636 to a landscaped “artwalk” extending from the museum. Parking Consultant Rich & Associates The stair towers are cast-in-place sculptural forms and take advantage of the dramatic river views. Their exteriors are clad with metal panels. Patterns in the stair tower glazing reduce heat gain in the summer and frame views for the pedestrian as they make their way through the towers. Brilliantly colored metal panels on the interior of the stair towers provide a more finished and friendly interior for the towers. At night lighting in the stair towers illuminates these vibrant surfaces and provides a festive presence to the streetscape.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP RIVER DRIVE PARKING RAMP DAVENPORT, IOWA

In order to revitalize Davenport’s downtown, the City decided to build two parking CITY OF DAVENPORT structures to accommodate both business and event traffic. Neumann Monson COMPLETION 2002 Architects was awarded the design contract for both ramps. 458 STALLS

Building Type The overall plan for the downtown district includes identification of various corridors New Construction which run perpendicular to the . The River Drive Ramp falls within Construction Cost the historic corridor and takes its cues from the surrounding historic architecture, $6,385,761 including the landmark Redstone Building. Parking Consultant Rich & Associates The design utilizes structural brick and stone veneer for the base of the structure. These materials seat the structure into its historic context and relate to the tangible scale of the pedestrian. Above the brick, the precast concrete structure is exposed. The finish of the precast is warm colored with a sand blasted finish – complimentary to the brick and stone. Zinc panels in decorative framing veil the precast structure with a fenestration pattern based on that of the Redstone Building. Stair towers, located at two corners of the structure, are encased in glass and offer impressive views of the river as well as greater safety due to visibility from the street.

The result is a contemporary structure honest to its use, complimentary to its context and friendly to the pedestrian.

NEUMANN MONSON ARCHITECTS 19 TOWER PLACE MULTI-USE PARKING FACILITY IOWA CITY, IOWA

In 1997, the City of Iowa City developed a Streetscape Plan for the downtown portion CITY OF IOWA CITY of Iowa Avenue. The goal was to restore the open vista leading to the Old (State) COMPLETION: 2001 Capitol building. This parking structure accommodates vehicles displaced from Iowa 567 STALLS Avenue as well as serving downtown businesses by alleviating overloading of on- 30,000 SF COMMERCIAL street parking by students. Building Type New Construction A main design requirement of the City was to tie the structure into the context of Estimated Construction Cost downtown Iowa City. As a point of departure we looked to Iowa City’s history. A $11,000,000 clock tower resurrecting the civic image of the original City Hall was added to the Actual Construction Cost program. The basic elements of window form, brick masonry, and articulated cornice $11,316,550 were also derived from the original City Hall. These elements form a language for Parking Consultant the design of the remaining facades. Rich & Associates

At each end of the building, grand foyers display elements from Iowa City’s past. Beneath the clock tower, the original clock from City Hall is displayed with its twelve foot pendulum. Marking the entrance at the opposite end of the structure, stands a stone portico, salvaged from the building cleared to make way for this development.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP CHAUNCEY SWAN PARKING GARAGE IOWA CITY, IOWA

Chauncey Swan Plaza is a 492-car four-level parking structure encompassing one CITY OF IOWA CITY city block in length and one half city block in width. The facility is a general parking COMPLETION: 1993 structure servicing businesses within the area and public functions, including 163,084 SF outdoor concerts and the weekly Farmer’s Market. Building Type New Construction The Chauncey Swan Plaza is a well balanced facility accented by the rhythm of Estimated Construction Cost repeating arcade forms. The parking facility is constructed using all precast concrete $3,200,000 components above the foundation level. Proportionately developed into an inviting Actual Construction Cost concave shape, the four-story glass elevator-stair towers provide a distinctive design $2,960,000 element and coordinate with the adjacent Civic Center’s coloration. Parking Consultant Rich & Associates In order to maximize the site, the structure was placed within the flood plain of Ralston Creek. To prevent the facility from shutting down in the event of a flood, the structure was designed with two entrances: the first level is accessible from Washington Street, and the second through fourth levels are accessible from the College Street Bridge. This design allows the second through fourth levels of the parking structure to remain in use when the first level is flooded. This design also allows for the first level to be shut down for community functions without disturbing the flow of traffic on the remaining levels.

The facility is a self-park, self-pay operating structure, requiring no attendant. The two stair locations, one at either end of the building (with an elevator at the south end of the facility) are provided with glass enclosures to maintain maximum visibility both from within the facility and outside the facility for user safety.

NEUMANN MONSON ARCHITECTS 21 UNIVERSITY OF IOWA HEALTH CARE, PARKING FACILITY #3 IOWA CITY, IOWA

This project includes a 550 car parking structure and 75,000 square feet of mixed- UNIVERSITY OF IOWA use space. It serves the University of Iowa, the University of Iowa Hospitals and COMPLETION: 1988 Clinics and the Chilled Water Plant. Because the facility serves both long-term and 550 STALLS short-term parkers, it was important that parking areas be identified appropriately Building Type and that users of the facility not familiar with the area be directed to the facility New Construction with detailed signage. The ground floor features office and retail space used as the Estimated Construction Cost University’s bookstore and medical records storage. $5,200,000

Actual Construction Cost The design of the facility complements the surrounding area and is contextual 5,094,400 with other University buildings in the vicinity. The arches repeat the rhythm of the Parking Consultant University’s football coliseum, located nearby, and reflect its general character. The Rich & Associates building is efficient both for the user and also from an operational and maintenance standpoint. Built within cost constraints, the structure is distinctive and has become a University landmark.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP MIXED-USE ENTERTAINMENT CENTER DEVELOPMENT DETROIT, MICHIGAN

Rich & Associates is currently providing parking planning and parking garage design services on a major $650 million mixed-use entertainment and events center in the downtown. The planned entertainment and event center will be anchored by a 700,000 gsf professional sports arena. In addition to the arena, the EEC is planned to include the following mixed-use developments:

• Hotel • Sports Medicine Center • 100,000 sf of Commercial Office space • 300,000 sf of Civic Space • 150,000 sf of Mixed Use Retail Space • 200,000 sf of Multi-Family Residential • 2 Mixed-Use Parking Structures for 1,500 spaces

As a consultant to the lead master planning team, our parking planners are conducting analyses to finalize the appropriate parking capacity for the arena and the entire mixed-use district development considering Shared-Use and TOD strategies to mitigate parking requirements with the proposed new City light rail system.

Our parking designers are providing parking consulting functional design, architectural design and structural engineering on two 1,000 space parking structures to be built in phase 1. Construction is underway for the Phase 1 development, including the arena, two parking structures, office building and 200 residential units.

NEUMANN MONSON ARCHITECTS 23 COUNCIL COURTS / TWICKINGHAM DEVELOPMENTS CITY OF HUNTSVILLE, ALABAMA

Rich & Associates has been working with the City of Huntsville on two public / private mixed-use developments in downtown Huntsville. As a consultant to both the City and the two developers, Rich & Associates provided parking planning and functional design services for two mixed-use parking structures to support the two mixed-use retail, residential and commercial development. The entire mixed-use development includes;

• 23,000 square feet of restaurant and retail space • 182 residential units • 32,000 square foot grocery store • 110 room hotel • 11,000 square foot bank • 80,000 square feet of medical office space

In addition to functional design review of the two parking structures, Rich & Associates provided a shared use parking analysis to accurately project the size of the proposed parking structures and future revenues. The projects were completed in 2014.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP OLD TOWN PARKING STRUCTURE CITY OF TRAVERSE CITY, MICHIGAN

Rich & Associates lead the design team of local consultants in the design and engineering of a new 510 space parking structure in downtown Traverse City, Michigan. The Old Town Parking Deck provides much needed general parking to this area of the City as well as monthly spaces to support the expansion of a local insurance company.

Working closely with the City, we conducted several public design charrettes to gather input from the general public and the gain support for the project. Through this process several ideas were presented by the community to provide more amenities in the parking structure to support the community. Our team worked quickly to provide design approaches that could accommodate these public amenities while maintaining the City’s goals and budget. The Old Town Parking Structure features several sustainable design elements as well as functions desired by the community. These features include.

• Green roof over a portion of the roof level parking and atop the stair/elevator towers, • 6 spaces equipped with charging stations for electrical hybrid vehicles, • Solar panels to generate electrical power, • Snow melt systems, • Bicycle storage in two areas, and • Public washrooms.

The parking structure is set back from the two main streets at both ends to accommodate future development of low rise commercial development. The parking structure towers are designed to connect into these two buildings.

NEUMANN MONSON ARCHITECTS 25 MILL DISTRICT PARKING GARAGE FEASIBILITY STUDY CITY OF BIDDEFORD, MAINE

The site for the proposed parking garage is made up of separate parcels under different public and private ownership.

The City recently hired Rich & Associates, in association with a team of local design and engineering professionals, to study the design and economic feasibility of a proposed parking to serve the redevelopment of the City’s Historic Mill District. The study addresses how proposed parking solutions might positively impact economic development in the downtown and promote redevelopment of the historic “Mill District”. The results determine the capacity for the proposed parking garage based on current needs and future needs projected in phases as the historic mill buildings are renovated and re-occupied. Recommendations will be made on financial pro forma for the garage projects and an assessment of various financing methods.

Rich & Associates’ designers worked with a local architect and engineering team studying various design options and phasing plans for the proposed parking structure development within the Mill District. The parking structure development plan includes both above ground and below ground parking facilities.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP GREEKTOWN CASINO HOTEL PARKING GARAGE DETROIT, MICHIGAN

Greektown Casino Hotel atop the west end of a 2,800 space sparking structure. Rich & Associates provided parking consulting, architecture and structural engineering design services for a new 2,800 space parking structure to serve the expanded Greektown Casino in downtown Detroit. Rich & Associates worked closely with the architectural team designing the casino addition and new hotel which was construction on top the west end of the parking structure.

The Casino and parking structure are sited immediately adjacent to the City’s newest sports and entertainment district including Ford Field, home of the Detroit Lions, and Comerica Park, home to the Detroit Tigers. Because of this proximity, careful consideration was given to managing utilization and allocation of special event parkers during football and baseball games in order to maximize parking space availability to Casino patrons.

NEUMANN MONSON ARCHITECTS 27 BLOOMFIELD PARK LIFE STYLE CENTER PARKING STRUCTURES BLOOMFIELD, MICHIGAN

Rich & Associates, as a consultant to the lead architect, provided parking consulting design and engineering of three large mixed-use parking structures built as part of a large mixed-use development. Prior to the firm’s involvement, the original parking structure designs prepared by others were significantly over budget. The developers approached Rich & Associates with a challenge to re-design the structures to get them within their budget while maintaining the ground floor mixed-use space. Rich & Associates was successfully able to reconfigure the design maximizing the efficiency resulting in a 35% reduction in the cost. The parking structures include:

• Parking Garage J: 1,500 spaces and 28,000 sf of retail space • Parking Garage D: 1,100 spaces and 32,000 sf of retail space • Parking Garage E: 650 spaces and 51,000 sf of retail space

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP DETROIT MEDICAL CENTER – VANGUARD CARDIOVASCULAR INSTITUTE PARKING STRUCTURE DETROIT, MICHIGAN

Rich & Associates, as a consultant to the lead architect, provided parking consulting, architectural design and structural engineering services for a 1,700 space 9 story parking garage for the Detroit Medical Center. The parking garage is part of the Medical Center’s $500 million expansion program and will serve the parking needs of a new 150,000 Cardiovascular Institute (CVI). The CVI houses the interventional and non-invasive cardiology, ambulatory surgery and medical office spaces.

The facility provides parking for physicians, staff and patients to a new CVI as well as staff to the main hospital. Recently completed, the parking garage includes an emergency generator station that provides emergency back-up power to the new CVI and the existing Children’s Hospital.

NEUMANN MONSON ARCHITECTS 29 OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP B. PROJECT STAFFING

NEUMANN MONSON ARCHITECTS 31 OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP KEVIN MONSON, AIA, LEED AP PRINCIPAL-IN-CHARGE

Kevin has served as Principal Architect in numerous municipal government projects and is skilled in managing complex teams. He has extensive experience with gov- ernment clients – including the City of Coralville – and with parking and transit facili- ties. He bring nearly 40 years of experience on a variety of project types and is also a leader in sustainable initiatives. Kevin will coordinate efforts of all team members and assure that the project’s schedule and budget are met. Kevin has worked with Rich & Associates on over a dozen projects.

SELECTED EXPERIENCE: REGISTERED ARCHITECT Coralville Intermodal Facility, Coralville, IA States of Iowa, Arizona, Colorado, New park and ride facility located in the Iowa River Landing District and serves Florida, Illinois, Georgia, Michigan, the surrounding retail and hotel district. Includes offices and ticketing space for , Missouri, Nebraska, Oregon, the city as well as a small retail space for the Iowa Bike Coalition. Parking facility is South Carolina, Texas, Wisconsin built into hillside to minimize size.

CERTIFICATE HOLDER Coralville-IRL West Parking Facility, Coralville, IA National Council of Architectural 769-car ramp serving retail businesses and the UIHC Iowa River Landing Clinic. Registration Boards (NCARB) Ramp features a green screen trellis system.

LEED™ Accredited Professional Marriott Hotel Parking Facility, Coralville, IA Parking facility with green screen trellis system that softens the appearance and EDUCATION masks vehicles parked inside. Cantilevered walkways on the east overlook wetland Bachelor of Architecture, area. Iowa State University, 1973 Harrison Street Parking Facility, Iowa City, IA A.A., Waldorf College, Forest City 610-space parking structure located in the Riverfront Crossings district. The parking structure will be wrapped by 28 townhome units on the east and south EXPERIENCE sides and include a skybridge link to an adjacent six-story office building. Years with Neumann Monson: 38 Total Experience: 42 Dubuque Intermodal, Dubuque, IA In addition to providing parking and intermodal services, this project is also seen as a tool to revitalize the historic Millwork District.

Ames Intermodal, Ames, IA Parking and transit facilities for the City of Ames and Iowa State University. Facility is designed to expand both vertically and horizontally.

Tower Place Multi-Use Parking Facility, Iowa City, IA Multi-Use parking structure that ties into the historic context of downtown Iowa City.

University of Iowa Health Care Parking Facility #3, Iowa City, IA 550 car parking structure serving long term and short term parking. Detailed signage included for visitors not familiar with the area.

Chauncey Swan Parking Ramp, Iowa City, IA General parking structure serving nearby businesses and public functions including the weekly Farmer’s Market. Designed with multiple entrances in the flood plain. NEUMANN MONSON ARCHITECTS 33 TIM SCHROEDER, AIA, LEED AP DESIGN ARCHITECT

Tim brings a broad range of experience in projects of all scales. He has led design efforts for numerous municipal projects including the Coralville Intermodal and the University of Iowa West Campus Transportation Center. A demand for quality in all phases of design and construction will elevate this project beyond initial expecta- tions. For this project, Tim will be responsible for the building design, conformance to program and adherence to cost parameters while fulfilling the requirements of function, construction and beauty. He will lead a collaborative process to highlight design issues, build consensus, and arrive at optimum design solutions to meet the project’s needs. REGISTERED ARCHITECT SELECTED EXPERIENCE: State of Iowa Coralville Intermodal Facility, Coralville, IA New park and ride facility located in the Iowa River Landing District and serves CERTIFICATE HOLDER the surrounding retail and hotel district. Includes offices and ticketing space for LEED™ Accredited Professional, 2004 the city as well as a small retail space for the Iowa Bike Coalition. Parking facility is built into hillside to minimize size. EDUCATION B.A. in Architecture, Coralville-IRL West Parking Facility, Coralville, IA Iowa State University, 1994 769-car ramp serving retail businesses and the UIHC Iowa River Landing Clinic. Ramp features a green screen trellis system. EXPERIENCE Years with Neumann Monson: 21 Marriott Hotel Parking Facility, Coralville, IA Total Experience: 21 Parking facility with green screen trellis system that softens the appearance and masks vehicles parked inside. Aggressive design schedule including complex site modifications.

Dubuque Intermodal, Dubuque, IA In addition to providing parking and intermodal services, this project is also seen as a tool to revitalize the historic Millwork District.

Ames Intermodal, Ames, IA Parking and transit facilities for the City of Ames and Iowa State University. Facility is designed to expand both vertically and horizontally. Harrison Street Parking Facility, Iowa City, IA The 610-space parking structure will be wrapped by 28 townhome units on the east and south sides. It will serve residents and the adjacent six-story office building.

Second Street and River Drive Parking Facilities, Davenport, IA Second Street ramp serves patrons of the Figge Art Museum. Non-reflective aluminum panels relate back to the adjacent art museum and act as a veil over the pre-cast concrete. River Drive Parking Facility is located in a historic corridor, the ramp incorporates design cues from the surrounding historic architecture.

Tower Place Multi-Use Parking Facility, Iowa City, IA Multi-Use parking structure that ties into the historic context of downtown Iowa City. Design inspiration incorporates historic artifacts and pays homage to the original City Hall.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP BRIAN WARTHEN, AIA, LEED AP PROJECT MANAGER/PROJECT ARCHITECT

Brian brings significant experience with parking facilities including work for the cities of Ames, Coralville, and Dubuque. He will be responsible for coordinating all disciplines and consultants associated with the project and has significant experience doing so. He has partnered with Rich & Associates on all parking structures and works fluidly with them. Assuring that the project job performance, objectives, budgets, and schedules are on target will be primary responsibilities. In addition, Brian brings extensive experience with Rich & Associates, having collaborated with them on four parking structures. He also recently served as the Project Manager for the new Coralville Intermodal Facility. REGISTERED ARCHITECT State of Iowa SELECTED EXPERIENCE: Coralville Intermodal Facility, Coralville, IA EDUCATION New park and ride facility located in the Iowa River Landing District and serves Bachelor of Architecture, Iowa State the surrounding retail and hotel district. Includes offices and ticketing space for University the city as well as a small retail space for the Iowa Bike Coalition. Parking facility is built into hillside to minimize size. EXPERIENCE Years with Neumann Monson: 12 Coralville-IRL West Parking Facility, Coralville, IA Total Experience: 13 769-car ramp serving retail businesses and the UIHC Iowa River Landing Clinic. Ramp features a green screen trellis system.

Marriott Hotel Parking Facility, Coralville, IA Parking facility with green screen trellis system that softens the appearance and masks vehicles parked inside. Cantilevered walkways on the east overlook wetland area.

Ames Intermodal, Ames, IA Parking and transit facilities for the City of Ames and Iowa State University. Facility is designed to expand both vertically and horizontally.

Dubuque Intermodal, Dubuque, IA In addition to providing parking and intermodal services, this project is also seen as a tool to revitalize the historic Millwork District.

Iowa City Capitol Street Ramp Upgrades, Iowa City, IA Elevator replacement and stair tower door upgrades to heavily used parking ramp serving downtown Iowa City.

Iowa City Dubuque Street Ramp Upgrades, Iowa City, IA Elevator replacement and stair tower door upgrades to ramp serving Sheraton hotel and downtown Iowa City businesses.

NEUMANN MONSON ARCHITECTS 35 MATT JOBIN, AIA PROJECT MANAGER, RICH & ASSOCIATES

Matt is one of Rich & Associates’ most experienced project managers and parking designers. Since joining the firm in 1983, Matt has been involved in the design of more than 500 parking garages including 50 in the metropolitan Detroit area. As Parking Designer for Rich & Associates, Matt will work closely with Tim Schroeder and the team on the functional layout of the parking structure. Matt will also serve as the firm’s Project Manager coordinating with Neumann Monson all of the firm’s work on the project. Education: Bachelor of Science Architecture, Lawrence Technological University Recent Relevant Experience:• • City of Ames / ISU Intermodal Garage, IA – 350 spaces • City of Iowa City Chauncey Plaza Garage, IA – 492 spaces • City of Iowa City Iowa Avenue Garage, IA – 566 spaces • City of Davenport River Drive Garage, IA – 455 spaces • City of Davenport Second Street Garage, IA – 623 spaces • City of Coralville MOB Structure, IA – 770 spaces • City of Coralville Intermodal Transit Structure, IA – 425 spaces • City of Dubuque Intermodal Transit Station Parking Structure, IA – 292 spaces • East Village Parking Garage, Des Moines, IA – 447 spaces • GMTC Northeast Quadrant Parking Garage, Warren, MI – 800 spaces • Detroit Tigers (Comerica Park) Parking Garage, Detroit, MI – 925 spaces • Michigan State University Spartan Village Parking Garage, East Lansing, MI - 881 spaces • City of Traverse City Old Town Garage, MI – 550 spaces • City of Northville Cady Street Garage, MI – 120 spaces • City of Northville MAGS Lot Garage, MI – 132 spaces • City of Jackson Francis Street Garage, MI – 480 spaces • City of Jackson Cooper Street Garage, MI – 420 spaces • City of Charlottesville Water St. Garage, VA – 624 spaces • City of Royal Oak 5th & Lafayette Garage, MI. – 480 spaces • College for Creative Studies Argonaut Garage, Detroit, MI – 575 spaces • Greektown Casino Parking Garage, Detroit, MI – 2,800 spaces • DMC Cardio Vascular Center Garage, Detroit, MI. - 1,700 spaces • Greektown Casino Valet Garage, Detroit, MI. – 920 spaces • General Motors Parcel F Garage Detroit, MI – 2,100 spaces • General Motors VEC Garage, Warren, MI – 3,200 spaces • General Motors GPC Garage, Warren, MI – 1,200 spaces • Beaumont Hospital West Garage, Royal Oak, MI – 2,032 spaces • Allegiance Hospital Garage, Jackson, MI. – 330 spaces • Bloomfield Park Development Garage J, Bloomfield, MI. – 1,500 spaces • Bloomfield Park Development Garage E, Bloomfield, MI. - 650 spaces • Bloomfield Park Development Garage D, Bloomfield, MI. – 1,200 spaces • The Ellington (WSU Garage 7), Detroit, MI. – 950 spaces • Washtenaw Community College Garage, Ann Arbor, MI – 800 spaces

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP LUIS HUERTAS, PE STRUCTURAL ENGINEER, RICH & ASSOCIATES

Prior to joining Rich & Associates, Luis spent more than 22 years of experience designing cast in place buildings in South America and Texas. On this project Luis will serve as the lead Structural Engineer. He will work closely with the team and provide structural engineering of the superstructure and foundations. Luis will also provide on-site visits during construction. Since joining Rich & Associates in 2004 he has been responsible for the structural engineering design of more than 20 parking structure projects. Education: Bachelor of Science, Civil Engineering, National University of Columbia Recent Relevant Experience: • City of Ames / ISU Intermodal Structure, IA – 350 spaces • City of Grosse Pointe Kercheval Structure, MI – 241 spaces • City of Traverse City Old Town Structure, MI – 550 spaces • City of Dubuque Intermodal Transit Station Parking Structure, IA – 292 spaces • City of Coralville Intermodal Transit Center Parking Structure, IA – 425 spaces • East Village Parking Garage, Des Moines, IA – 447 spaces • City of Coralville Iowa River Landing Parking Structure, IA – 770 spaces • GMTC Northeast Quadrant Parking Garage, Warren, MI – 800 spaces • Detroit Tigers (Comerica Park) Parking Garage, Detroit, MI – 925 spaces • Bedrock Realty ‘Z’ Structure, Detroit, MI – 1,100 spaces • Beaumont Hospital Grosse Point Campus Parking Structure, Grosse Pointe, MI – 400 spaces • Dolphin Mall Parking Structure, Miami, FL – 1,200 spaces • Macomb County Administration Center Garage, Mt. Clemens, MI – 519 spaces • Michigan State University Spartan Village Parking Garage, East Lansing, MI - 881 spaces • College for Creative Studies Parking Structure, Detroit, MI. – 650 spaces • Detroit Medical Center CVI Center Parking Structure, Detroit, MI – 1,700 spaces • Bloomfield Park Development Structure J, Bloomfield, MI. – 1,500 spaces • Bloomfield Park Development Structure E, Bloomfield, MI. - 650 spaces • Bloomfield Park Development Structure D, Bloomfield, MI. – 1,200 spaces • Greektown Casino Valet Parking Structure, Detroit, MI - 920 spaces • Buckhead Village. Atlanta Georgia. Seven floors Precast office Building* • Kings-Landing Parking Structure, Saint Louis, MO* • Carrillion Belleview Hospital, Roanoke, VA* • Austin-Bergstrom International Airport Parking Structure, Austin TX* • Midtown Medical Parking Structure, Austin, TX*

*work performed by Luis Huertas, prior to joining Rich & Associates

NEUMANN MONSON ARCHITECTS 37 OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP C. ESTIMATED CONSULTANT FEE

NEUMANN MONSON ARCHITECTS 39 ESTIMATED CONSULTANT FEE - CORRECT COPY

Fees include Architectural, Civil Engineering, Mechanical Engineering, Electrical Engineering, Plumbing Engineering, Structural Engineering, and Parking Consultant services as is custom on all three previous projects for the City of Coralville a the Iowa River Landing.

Fees anticipate a poured-in-place structural parking structure, similar to the other parking facilities in the Iowa River Landing, rather than a precast structure.

Conceptual Design for 234-space Hotel parking and 447-space UIHC Parking Fee: $41,000

Schematic Design for 234-space Hotel parking Architectural & Engineering Fee: $49,000 Structural & Parking Fee: $17,000

Design Development for 234-space Hotel parking Architectural & Engineering Fee: $49,000 Structural & Parking Fee: $17,000

Construction Documents for 234-space Hotel parking Architectural & Engineering Fee: $73,000 Structural & Parking Fee: $25,000

Bidding Negotiations for 234-space Hotel parking Architectural & Engineering Fee: $12,000 Structural & Parking Fee: $4,000

Construction Administration for 234-space Hotel parking Architectural & Engineering Fee: $61,000 Structural & Parking Fee: $21,000

Total Fee: $369,000

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP HOURLY RATES

SCHEDULE OF HOURLY RATES 2015 NEUMANN MONSON, INC.

Various personnel of the firm have been classified according to experience and technical training, and the following schedule of charges for services will apply for all work performed during 2015.

For the work undertaken in subsequent years, this schedule may be negotiated upward as a direct result of salary escalation.

Classification Hourly Rate Clerical I $60.00 Clerical II $65.00 Clerical III $70.00 CAD Operator I $75.00 CAD Operator II $80.00 CAD Operator III $85.00 CAD Operator IV $90.00 Technical Staff I $100.00 Technical Staff II $105.00 Technical Staff III $115.00 Technical Staff IV $125.00 Technical Staff V $135.00 Interior Designer I $75.00 Interior Designer II $85.00 Interior Designer III $90.00 Interior Designer IV $95.00 Intern Architect I $80.00 Intern Architect II $85.00 Intern Architect III $90.00 Intern Architect IV $95.00 Intern Architect V $100.00 Architect I $110.00 Architect II $115.00 Architect III $120.00 Associate I $125.00 Associate II $135.00 Associate III $145.00 Associate IV $155.00 Associate V $165.00 Principal I $175.00 Principal II $205.00

Confidential 2015

NEUMANN MONSON ARCHITECTS 41 REIMBURSABLE EXPENSES

SCHEDULE OF REIMBURSABLE EXPENSES 2015

Estimated Reimbursable Expenses for this project: $50,000

Below is a list of Neumann Monson reimbursable expense items. Reimbursable expenses are billed at cost plus 10%.

Travel Expenses: • Automobile at Federal Government rate • Meal costs when out of the office

Printing Expenses: • Reproduction costs of plans and specifications, reports and review prints Small format copy costs: • Black and White at $.08 per copy • Color at $.15 per copy Large format computer plots: • Black and White at $.10 per square foot • Color at $.30 per square foot

Scanning Expenses: • Large format scanning at $1.10 per scan

Postage and Delivery Expenses: • Mail charges • UPS charges

Permits Expenses: • Charges for permitting • Charges for government review and approval process

Submittal Exchange Expenses: • Charges for on-line service for shop drawing review and approval and tracking system saving time and mailing expenses.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP D. PROPOSED DESIGN SCHEDULE

NEUMANN MONSON ARCHITECTS 43 OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP PROPOSED DESIGN SCHEDULE

Our team’s strategy is rooted in the belief that project success is borne of the creative collaboration of the entire team—the design consultants, the client, the contractor and all stakeholders. Our talented team of architects, engineers and sub consultants will be guided by a strong manager, Brian Warthen. He has a strong history of successfully leading teams by adhering to schedules and budgets, recognizing individual team members’ areas of expertise, and guiding the team as a whole to integrated solutions.

We propose the following schedule for this project: Conceptual Design - 4 weeks Schematic Design – 6 weeks Design Development – 6 weeks Construction Documents – 10 weeks

NEUMANN MONSON ARCHITECTS 45 OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP E. ACKNOWLEDGEMENT OF PROFESSIONAL SERVICES

NEUMANN MONSON ARCHITECTS 47 OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP ACKNOWLEDGEMENT OF PROFESSIONAL SERIVICES

We are familiar with the City of Coralville’s design services agreement as attached and have no concerns in signing the agreement.

NEUMANN MONSON ARCHITECTS 49 OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP ADDITIONAL INFORMATION

NEUMANN MONSON ARCHITECTS 51 TECHNICAL APPROACH

Neumann Monson Architects is building a reputation regionally that is defined by one very simple concept: delighting our clients and improving the health and beauty of our world. That mantra permeates all of our work – regardless of scale, budget, or typology – and has sustained our company for nearly forty years. In that vein, we believe our working model parallels the aspirations of the City of Coralville. We delight in the research of contemporary methods as well as developing an understanding of a region and its architectural history. This is integral to our design process.

Our approach to design excellence is our commitment throughout all phases of the project. We do not hand a project off to different departments – we maintain the same project leadership and project team throughout the entire process. Research and relationships build from the first concepts to the technical drawings to construction oversight. The commitment to the project team, including the architect, engineer, contractor, and owner, assure that the idea and purpose of the project is reflected in the quality of the final product.

DESIGN PHILOSOPHY The discipline we bring to our process, the relationships we build, and the legacy we leave for future generations guide our design philosophy. As guides, they focus us on how best to add value for our clients, their lives, and communities. This broad approach to value leads our projects to be functional, aesthetically pleasing, and socially conscious. When it meets these aspirations, a project has the potential to outlive the minds that conceived it, to add to the health and beauty of our world, and be a good neighbor for generations to come.

COLLABORATION Successful teams have a common goal even as the individuals have separate roles to play in the achievement of that goal. On a design team those roles do not serve the whole when they are siloed. The genius in collaboration takes place when each actor is able to fully utilize their expertise while pushing others to do the same by seeing beyond their role to the common goal. As the engineer recognizes their part in the architecture or the architect in the landscape they move strengthen the collective ability to solve the many interrelated problems in any project.

PROJECT INITIATION In order to organize the project for success, we begin the design process by identifying an organizational structure that allows for both diverse stakeholder input as well as efficient decision making from key leaders. Our team will work closely with client representatives to help identify a structure that works best for each organization and allows for clarity and efficiency in decision-making.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP TECHNICAL APPROACH

It is important to establish clear and consistent communication between the design team and the owner early in the design process. Our team will establish a communication plan that identifies protocols and main points of contact throughout the project. We will work seamlessly throughout the entire course of the project assuring that we share and follow up on all information. We have extensive successful experience in many teaming situations and are confident that we can do the same on your projects and achieve excellent communication throughout each project.

SCHEDULE AND SCHEDULE ADHERENCE We will create a schedule for each project based on client input. It is crucial that all parties have shared input and ownership of the project schedule in order to meet expectations. We recommend that a key agenda item for the kick-off meeting will be a focus on establishing a shared schedule, identifying key milestones and goal dates, discussing the options and identifying the risks to schedule implementation.

During the course of the project, the schedule will be constantly monitored. Our team will give deadlines for owner decisions to assure our team can meet the expected deadlines for each project. The schedule will be an agenda item at each project meeting, and we will continually review progress and risks to maintain the schedule.

PROGRAMMING AND CONCEPT DESIGN The programming and conceptual design phase, or pre-design phase, is the portion of the project that aligns the project’s scope, budget and expectations. The importance of this phase on the overall success of the project should not be underestimated. A well-conceived program, concept, and budget are critical to setting any project on the right track and maintaining the schedule.

In tandem with the programming effort will be our team’s exploration of any existing structures, if applicable. The design team will immerse ourselves in developing design options that address and solve the existing challenges that are welcoming for all visitors and the surrounding neighborhoods. The pre-design effort will involve numerous iterations on design options, with close attention on costs that will inform the final concept direction.

SUSTAINABLE AND RESILIENT DESIGN Our team is committed to the principles of environmentally responsible architecture and engineering. Sustainable design is integrated into our entire design process, whether a project strives for LEED registration or not. We believe that a sustainable project is one that not only conserves natural resources and minimizes impact on

NEUMANN MONSON ARCHITECTS 53 TECHNICAL APPROACH the environment, but one that also results in a flexible and beloved space. Our team strives for holistically sustainable projects that achieve environmental, financial and operating goals, while delivering inspired design solutions that will be a point of pride.

PROJECT MANAGEMENT Our team’s project management strategy is rooted in the belief that project success is borne of the creative collaboration of the entire team—the design consultants, the client and all stakeholders. Our talented team of architects, engineers and sub consultants will be guided by strong project managers. Our project managers have strong histories of successfully leading teams by adhering to schedules and budgets, recognizing individual team members’ areas of expertise and guiding the team as a whole to integrated solutions.

COST CONTROL Rather than waiting for the end of a phase to do cost checks, we believe in continuously monitoring the costs, keeping a running list of items and decisions that affect cost and making the budget an agenda item to review at each meeting. We believe in looking at life cycle costs when examining material or detail choices

COORDINATION, CONSTRUCTIBILITY AND QUALITY ASSURANCE We believe that the success of a design project depends on the quality of its details and the integration of its systems. Neumann Monson will carry this philosophy of integration forward into our coordination with the rest of the engineering team. We regularly meet with select subcontractors to review early design ideas for constructability and cost effectiveness. We will work closely with the client to adhere to any building standards. We believe quality stems from the collaborative nature of the design process, and we invite feedback from all parties at all stages of design.

SOFTWARE CAPABILITIES Neumann Monson currently uses 3D modeling software, Revit, as our primary tool for documentation during the design and construction process. All engineering disciplines, including structural, mechanical, electrical and plumbing will also be expected to work in Revit, allowing for full three-dimensional coordination of the building and clash detection early in the design phase. This minimizes conflicts during construction.

Additionally, the team can utilize software programs for modeling energy usage, electrical lighting, and daylighting. For visualization of the design during the design phases, the team has the ability to develop a range of renderings, from quick screen shots of the computer model that analyze the massing impacts of a design decision, all the way to photorealistic images that can be used to gain public support for the project or aid in additional fundraising.

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP ACCOMPLISHMENTS IN SUSTAINABILITY

Neumann Monson Architects is committed to incorporating sustainable concepts and strategies into every project. We are passionate about producing architecture that can provide increased productivity, health, and comfort for all occupants, while reducing operational costs and energy dependencies.

Sustainable Achievements • Iowa’s first Net Zero energy commercial building, Market One • Iowa’s first contemporary green roof, North Ridge Park Pavilion • Iowa’s first LEED school, Van Allen Elementary • Iowa’s first LEED bank, MidWest One Parkersburg • Iowa’s first LEED municipal building, Davenport Police Facility • Iowa’s first LEED church facility, St. Patrick Catholic Church • Iowa’s first LEED Platinum project, ACT Operations Center • Nation’s first LEED Platinum data center, ACT Operations Center • The University of Iowa’s first LEED project, Beckwith Boathouse • Iowa’s first LEED certified architectural office, Neumann Monson Architects, Iowa City Office

Sustainable Initiatives • Adoptees of the 2030 Challenge; designing toward zero carbon emissions by 2030 • U.S. Green Building Council (USGBC) Member • U.S. Green Building Council (USGBC) Iowa Chapter representative - Matt Krieger • In-office Green Team, devoted to providing guidance on projects, office policy, and furthering the firm’s sustainable initiatives

NEUMANN MONSON ARCHITECTS 55 ACCOMPLISHMENTS IN SUSTAINABILITY

LEED® Certified Projects • University of Iowa Health Care, Iowa River Landing - LEED Silver - Coralville - 2015 • Coralville Operations Facility - LEED Gold - 2014 • Ames Intermodal - LEED Certified - 2013, Ames • University of Iowa Carver-Hawkeye Arena Addition and Renovation LEED Gold - 2013 • Western Iowa Tech Community College Recreation Center LEED Gold - 2012, Sioux City • Johnson County Joint Emergency Communications Center LEED Gold - 2012, Iowa City • Northwest Iowa Community College Recreation Center LEED Silver - 2011, Sheldon • Trinity Episcopal Church - LEED Gold - 2011, Iowa City • St. Elizabeth Ann Seton Catholic Church - LEED Silver - 2011, Iowa City • St. Patrick Catholic Church - LEED Gold - 2011, Iowa City • St. Thomas More Catholic Church - LEED Certified - 2011, Coralville • Coralville North Fire Station - LEED Gold - 2010 • MidWest One Bank - LEED Certified - 2010, Parkersburg • University of Iowa Beckwith Boathouse - LEED Gold - 2010 • ACT Operations Center - LEED Platinum - 2009, Iowa City • Willowwind School - LEED Gold - 2009, Iowa City • Davenport Police Facility - LEED Gold - 2008 • Neumann Monson Architects Office - LEED Gold - 2007, Iowa City • ICCSD Van Allen Elementary - LEED Silver - 2005, North Liberty

LEED® Registered Projects • MidWest One Bank Operations Center - LEED Gold - Iowa City • Cedar Rapids Public Works Facility - LEED Silver • Wydown Middle School - LEED Gold - Clayton, MO • University of Iowa School of Music - LEED Gold • Des Moines Municipal Services Center: Phase 1 - LEED Silver • Wells Fargo Bank - LEED Silver - Iowa City, IA

OLIVER MCMILLAN - CITY OF CORALVILLE IRL PARKING RAMP

PARKING FACILITY DESIGN SERVICES AGREEMENT

THIS AGREEMENT, made and entered as of this _____ day of ______, 2016, by and between the City of Coralville, a Municipal Corporation, 1512 7th Street, P.O. Box 5127, Coralville, IA 52241-0127, hereinafter referred to as the "CITY," and Neumann Monson, P.C., 221 E. College Street, Suite 303, Iowa City, Iowa 52240, hereinafter referred to as the "CONSULTANT".

WHEREAS, the City Council of the City of Coralville did heretofore deem it necessary and desirable a parking facility for the future Drury Hotel and UIHC MOB Phase II Project, with approximately 234 spaces for the Drury Hotel and 447 spaces for the UIHC MOB Phase II project (the “Project”); and

WHEREAS, the City Council did also heretofore deem it necessary to acquire professional consulting services to assist the CITY in the design and construction administration for said Project; and

WHEREAS, after deliberation of Requests for Proposals, the CONSULTANT was chosen as the architect of record for said Project; and

WHEREAS, the CONSULTANT is capable of supplying the desired professional services for a cost of not-to-exceed the maximum of $369,000.00 for design and construction administration and not more than $50,000 in reimbursable expenses; and

WHEREAS, accordingly, the CITY has agreed to engage the CONSULTANT as an independent contractor to assist in the design and construction administration of the Project for a total consulting fee not to exceed $369,000.00 under the terms and conditions set forth below.

NOW THEREFORE, THE CITY AND THE CONSULTANT, FOR CONSIDERATION HEREINAFTER SET FORTH, DO MUTUALLY AGREE AS FOLLOWS:

I. SCOPE OF SERVICES.

The CONSULTANT shall perform in a timely and satisfactory manner the architectural design services in connection with the Project as set forth in Exhibit "A" attached hereto.

1 II. TIME OF COMPLETION.

The CONSULTANT shall complete the services to be rendered hereunder in accordance with performance schedule set forth below (days commence when City gives CONSULTANT Notice to Proceed):

Schematic Design 90 days Design Development 90 days from approval of Schematic Design Construction Documents 90 days from approval of Design Development Bidding 60 days from approval of Construction Documents Construction Administration 270 days

The CONSULTANT does hereby expressly acknowledge and agree that TIME IS OF THE ESSENCE of this Agreement, and, thus, any failure by the CONSULTANT to timely render and perform services hereunder shall constitute a material breach of this Agreement.

III. GENERAL TERMS AND PROVISIONS.

A. The CONSULTANT shall not commit any of the following employment practices in connection with or while rendering services hereunder and does hereby expressly agree to prohibit the following practices from being committed by any subcontractors engaged by the CONSULTANT in connection with the Project. Upon request, the CONSULTANT shall provide the CITY with a copy of the relevant provisions of any agreement entered into by the CONSULTANT and a subcontractor in connection with the Project to confirm to the satisfaction of the CITY that the requirements under this Subparagraph III(A) have been met.

1. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, sexual orientation or gender identity.

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, sexual orientation or gender identity.

B. The CITY may terminate this Agreement, with or without cause, upon no less than seven (7) calendar days' written notice. In the event that the CITY does so terminate this Agreement, the CONSULTANT shall be paid for all work and services performed up to the time of said termination upon submission to the CITY of a final billing statement and review and approval thereof by the Coralville City Council at the next regularly scheduled Council Meeting; provided, however, that any such sum shall not be greater than the total amount to be paid for services rendered hereunder as set forth in Article IV below; and further provided that, in the event the CITY terminates this

2 Agreement with cause, the CITY may, in its sole discretion, elect to withhold payment of an amount sufficient to engage a third party to properly complete the Project in accordance with the terms of this Agreement.

C. This Agreement shall not be assigned or in any manner transferred by the CONSULTANT, without the express written consent of the Coralville City Council.

D. It is hereby expressly acknowledged and agreed by both parties hereto that the engagement of the CONSULTANT by the CITY in connection with the Project shall be as an independent contractor and shall be exclusive; provided, however, that the Contractor may retain the services of subcontractors for the purpose of performing its obligations and responsibilities under this Agreement so long as the CONSULTANT has first obtained the written approval of same from the CITY; and further provided that, should the CONSULTANT so engage subcontractors under the terms of this Subparagraph III(D), the CONSULTANT shall be solely responsible for compensating any such subcontractors.

E. The CITY shall make all criteria, design and construction standards, and information regarding the CITY's requirements for the Project available to the CONSULTANT upon reasonable request by the CONSULTANT therefor. The CITY shall furnish reasonable assistance to the CONSULTANT in the use of said information and documentation at the request of CONSULTANT.

F. It is further agreed that neither party to this Agreement shall perform contrary to any federal or state law, rule or regulation, or the Coralville City Code of Ordinances.

G. At the request of the CITY, the CONSULTANT shall attend meetings of the City Council that relate to the Project hereunder.

H. The CONSULTANT agrees to certify all reports, specifications, and drawings with the seal of a professional architect affixed thereto or such other seal as required by State law.

I. Upon termination of this Agreement and request of the CITY, the CONSULTANT shall provide the CITY with copies of all basic notes and sketches, charts, computations, maps, plans, drawings and any other data prepared or obtained by the CONSULTANT pursuant to this Agreement without cost, and without restrictions or limitations as to the use thereof in connection with the Project. Furthermore, should the CONSULTANT prepare or receive any of the data set forth in the immediately preceding sentence in digitized format, the CONSULTANT shall furnish said data in disk form upon termination of this Agreement. It is understood, however, that the CONSULTANT shall not be liable for the CITY's use of such documents, materials or data on other projects.

3 J. Original drawings prepared by the CONSULTANT under this Agreement shall become the property of the CITY. The CONSULTANT shall be allowed to keep copies for the CONSULTANT's own filing use.

K. Fees paid in order to secure approval of authorities having jurisdiction over the Project shall be paid by the CITY.

L. As part of the CONSULTANT'S Construction Administration and Supervision services to be provided under this Agreement, the CONSULTANT shall make visits to the Project construction site at intervals appropriate to the various states of construction and as mutually agreed to by the CONSULTANT and CITY in order to observe as an experienced and qualified architect the progress and quality of the various aspects of the work being performed by contractors and/or subcontractors. Based on information obtained during such visits and on such observations, the CONSULTANT shall endeavor to determine to the best of CONSULTANT's ability if work on the Project is proceeding in accordance with the concept plan for the Project and shall keep the CITY informed of the progress of the work on the Project and any concerns the CONSULTANT may have regarding same.

M. CONTRACTOR shall provide and maintain insurance throughout said Project in the following minimum amounts:

1. Workman’s Compensation and occupational disease insurance in accordance with the laws of the State of Iowa covering all employees who perform any of the obligations under this Agreement

2. Professional Liability or Errors or Omissions Insurance covering all aspects of the Project in the amount of not less that $1,000,000 per occurrence of $2,000,000 aggregate coverage.

3. Public liability and property damage liability insurance covering all operations under the Agreement, limits for bodily injury or death not less than one million dollars ($1,000,000.00) for one person and two million dollars ($2,000,000.00) for each accident; for property damage not less than one million dollars ($1,000,000.00) for each accident and two million dollars ($2,000,000.00) aggregate during such policy period. Said insurance shall name the City of Coralville as an Additional Insured under the policy.

4. Automobile liability insurance on all self-propelled vehicles used in connection with the Agreement, whether its own, non-owned or hired; public liability limits of not less than five hundred thousand dollars ($500,000.00) for one person and one million dollars ($1,000,000.00) for each accident; property damage limit of two hundred fifty thousand dollars ($250,000.00) for each accident or a combined single limit of one million dollars ($1,000,000.00)

5. Governmental immunities endorsement as shown on Exhibit “D”.

4

CITY shall have the right at any time to require public liability insurance, errors and omissions coverage and/or property damage liability insurance greater than that specified in the above paragraphs. If required, the additional premiums shall be added to the bid price.

The CONTRACTOR shall furnish Certificates of Insurance to the CITY made in favor of the CITY prior to commencing work showing compliance with the foregoing requirements. Insurance shall provide notice of cancellation or revocation.

IV. COMPENSATION FOR SERVICES.

The CITY shall compensate the CONSULTANT for services rendered under this Agreement for a total fee of $369,000.00 for the design and administration services and not-to-exceed $50,000 in reimbursable expenses. Said fee can only increase if agreed upon in writing by the CITY. Said total fee shall be paid by the CITY to the CONSULTANT in accordance with the payment schedule set forth below:

Schematic Design Phase 15% of the fee Design Development Phase 20% of the fee Construction Document Phase 35% of the fee Bidding Phase 5% of the fee Construction Administration Phase 25% of the fee

The CONSULTANT also acknowledges that:

A. No payment shall be made to the CONSULTANT hereunder if the Project is not proceeding on schedule unless otherwise hereafter agreed to in writing by the CITY.

B. Under no circumstances shall the CITY compensate the CONSULTANT for work that has not yet been completed. For purposes of this provision, work shall constitute each discrete phase of the Project as set forth in the performance schedule in Paragraph II above. Accordingly, the CONSULTANT shall not be entitled to compensation hereunder for any Project phase until the entire Phase has been completed.

C. In any event, no payment hereunder shall become due and payable until submission to the CITY by the CONSULTANT of a billing statement therefor and review and approval of the billing statement by the Coralville City Council at its next regularly scheduled meeting.

V. INDEMNIFICATION, WARRANTY, AND GUARANTEE.

5

The CONSULTANT agrees to fully indemnify, defend, save and hold the CITY, its officers, representatives, agents, contractors, subcontractors and employees, harmless from any and all liability to third parties (including reimbursement of reasonable legal fees and costs) arising directly or indirectly from the negligent act, error or omission of the CONSULTANT, its officers, representatives, agents, contractors, subcontractors or employees in connection with the Project.

The CONSULTANT warrants and guarantees to the CITY that it will perform its obligations under this Agreement in conformance with the generally accepted standards of the architectural design profession. If within one year from acceptance of the Project by the City Council, any of the work provided under the scope of services described on Exhibit “A” by CONSULTANT pursuant to this Agreement is found to be defective, CONSULTANT shall immediately and without cost to the CITY, perform any corrective services as are necessary to conform to this required warranty and guarantee. In the event that CONSULTANT fails to correct said defective work, the CITY shall have the right to correct or cause to be corrected the defective work, and the CONSULTANT shall pay to the CITY all direct and indirect costs of said corrective work.

VI. HAZARDOUS MATERIALS.

The CONSULTANT hereby warrants and represents that the CONSULTANT (i) has not created nor contributed to the creation or existence, (ii) nor will it create or contribute to the creation or existence of any type of hazardous or toxic wastes, materials, chemical compounds, or substances, or any other type of environmental hazard or pollution, whether latent or patent, at the premises of the Project, or in connection with or related to the Project. The CONSULTANT, in addition to the general indemnification set forth in Provision V above, does hereby further fully indemnify, defend, save and hold harmless the CITY, its officers, employees and agents from and against any and all debts, claims, causes of action, administrative orders and notices, costs (including but not limited to, response and/or remedial costs), personal injuries, losses, damages, liabilities, demands, interest, fines, penalties and expenses, including reasonable legal fees and expenses, consultants' fees and expenses, court costs and all other out-of-pocket expenses, suffered or incurred by the CITY, its officers, representatives, agents, contractors, subcontractors, employees and grantees as a result of any breach of this Provision VI.

VII. INTERPRETATION.

This Agreement shall be construed in accordance with the generally accepted standards of the Architectural Professions; provided, however, that it is expressly understood and agreed by both parties that to the extent, if at all, the explicit terms and conditions of this Agreement are in conflict with said generally accepted professional standards, said explicit terms and conditions of this Agreement shall control in the event of a dispute between the parties hereto.

6 VIII. SURVIVAL.

All express representations, indemnifications or limitations of liability made in or given in this Agreement shall survive the completion of the services to by rendered by the CONSULTANT hereunder or the termination of this Agreement for any reason.

IX. CONTROLLING LAW.

This Agreement is to be governed by the laws of the State of Iowa. The parties hereto agree that any action, suit or proceeding based upon any matter, claim or controversy arising under this Agreement shall be brought solely in the state courts located in Johnson County, Iowa or the federal courts located in Linn County, Iowa. The parties hereto hereby irrevocably waive objection to the venue of the above-mentioned courts, including any claim that such action, suit or proceeding has been brought in an inconvenient forum. Both parties hereto expressly acknowledge and agree that nothing contained in this Agreement shall be construed to require the parties to submit to mandatory arbitration or mediation in the event of a breach or dispute hereunder.

X. HEADINGS.

The headings of sections of this Agreement are for convenient reference only and shall not be deemed to limit, construe, affect, modify or alter the meaning of such sections.

XI. SEVERABILITY.

If any section, subsection, term or provision of this Agreement or the application thereof to the CONSULTANT, the CITY or a particular circumstance shall, to any extent, be invalid or unenforceable, the remainder of said section, subsection, term or provision of this Agreement or the application of same to the CONSULTANT, the CITY or particular circumstances other than that for which it was held invalid or unenforceable, shall not be affected thereby and each remaining section, subsection, term or provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law.

XII. MODIFICATION.

The terms of this Agreement may not be changed, waived, discharged or terminated orally, but only by a written document signed by the party against whom enforcement of the change, waiver, discharge or termination is sought.

XIII. WAIVER.

No waiver by the CITY of any default hereunder shall operate as a waiver of any other default or of the same default on any future occasion. No delay on the part of the CITY in exercising any right or remedy hereunder shall operate as a waiver

7 thereof. No single or partial exercise of any right or remedy by the CITY shall preclude future exercise thereof or the exercise of any other right or remedy.

XIV. AUTHORITY.

The persons signing this Agreement warrant and represent that they have the authority to sign as, or on behalf of, the party for whom they are signing.

XV. FINAL AGREEMENT:

Both the CONSULTANT and the CITY hereby expressly acknowledge and agree that this Agreement is intended to set forth the entire agreement between the parties regarding the services to be rendered by the CONSULTANT to the CITY in connection with the Project, that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, and that no other monies or considerations have been solicited. No waiver, change, modification or amendment of this Agreement shall be binding upon either party hereto unless in writing and signed by both the CONSULTANT and the CITY. The waiver by either party hereto of a breach of any provision of this Agreement shall not operate or be construed as a waiver of any subsequent breach of that provision or of any other provision or condition in this Agreement.

ACCEPTED & AGREED:

CONSULTANT: CITY OF CORALVILLE: Neumann Monson Architects

______Kevin Monson, President John A. Lundell, Mayor

ATTEST:

______Thorsten J. Johnson, City Clerk

8 STATE OF IOWA, COUNTY OF JOHNSON, ss:

On this day of , 2011, before me, the undersigned, a Notary Public in and for the State of Iowa, personally appeared Jim L. Fausett and Thorsten J. Johnson, to me personally known, who, being by me duly sworn, did say that they are the Mayor and City Clerk, respectively, of the City of Coralville, Iowa; a municipal corporation; that the seal affixed to the foregoing instrument is the corporate seal of the corporation, and that the instrument was signed and sealed on behalf of the corporation, by authority of its City Council, as passed by Resolution of the City Council; and Jim L. Fausett and Nancy J. Beuter acknowledged the execution of the instrument to be their voluntary act and deed and the voluntary act and deed of the corporation, by it voluntarily executed.

______A Notary Public in and for the State of Iowa

STATE OF IOWA, COUNTY OF JOHNSON, ss:

On this day of , 2011, before me, the undersigned, a Notary Public in and for said County, in said State, personally appeared Kevin Monson who executed this document as President of Neumann Monson Architects.

______A Notary Public in and for the State of Iowa My commission expires

9

EXHIBIT “D”

"The Companies affording coverage and the Additional Insured, City of Coralville, Johnson County, Iowa, expressly agree and state that the purchase of this policy of insurance by the Insured and the listing of the City of Coralville as an Additional Insured hereunder do not waive any of the defenses of governmental immunity available to the Additional Insured under Iowa Code Section 670.4 as it now exists and as it may be amended from time to time.

The Companies and the Additional insured further agree that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under Iowa Code Section 670.4 as it now exists and as it may be amended from time to time.

The Additional Insured shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the Companies.

The Companies shall not deny coverage under this policy and the Companies shall not deny any of the rights and benefits accruing to the Insured or the Additional Insured under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the Additional Insured."

10

RESOLUTION NO. 2016-_____

RESOLUTION APPROVING A DESIGN SERVICES AGREEMENT WITH NEUMANN MONSON ARCHITECTS FOR THE DRURY HOTEL/UIHC MEDICAL CLINIC PARKING FACILITY.

WHEREAS, the City Council deems it necessary and desirable to proceed with plans to construct a parking facility in the Iowa River Landing to be shared by the Drury Hotel and University Hospital and Clinics Medical Office Building; and

WHEREAS, Terracon Consultants, Inc. is qualified and capable of providing consultinging services to construct the Drury Hotel/UIHC Medical Clinic Parking Facility for not to exceed $369,000.00; and

WHEREAS, the City Attorney has drafted an agreement to provide said services which now requires approval by and execution on behalf of the City of Coralville; and

WHEREAS, the City Engineer has recommended approval of said agreement.

NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Coralville, Johnson County, Iowa, that the above-referenced agreement be and the same is hereby approved.

BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute said agreement on behalf of the City of Coralville.

* * * * * * * *

Passed and approved this 12th day of January, 2016.

______John A. Lundell, Mayor ATTEST:

______Thorsten J. Johnson, City Clerk City of Coralville MEMORANDUM

Date: 1/7/2016 To: Hon. Mayor and Councilmembers

From: Kevin D. Olson

Title: City Attorney

CC: Thorsten J. Johnson Re: River Bend sublease

This sublease will replace KCJJ for the rest of the City’s lease with RiverBend. The tenant, Laura Soride (ReMax) will pay the City the sum of $2,500 per month, gross lease. The sublease will run to the end of the City’s term, August 31, 2017.

Page 1 of 1

SUBLEASE

THIS LEASE AGREEMENT is entered into by and between the City of Coralville, 1512 7th Street, Coralville, Iowa 52241; hereinafter referred to as “City”; Laura Soride (d/b/a ReMax Associates), hereafter referred to as “Lessee.”

1. PREMISES AND TERM. The City, in consideration of the agreements and conditions herein contained, hereby subleases to the Lessee, that portion of the property generally referred to as 945 Quarry Road, Unit 120, Coralville, Iowa 52241, (the “Premises”), said portion being approximately 1,905 square feet, with the improvements thereon, as depicted on Exhibit “A” attached hereto, and all rights, easements, and appurtenances, for a term, commencing on Midnight on February 19, 2016 and ending at 11:59 p.m. on August 31, 2017 (the “Initial Term”).

2. RENTAL PRICE. On this 1st day of each month, and on each 1st day of the month thereafter in the Initial Term, Lessee shall pay the sum of $2,500.00 as rent, in advance of for each month. Said rent is for a gross lease of the Premises.

3. USE OF PREMISES. The Premises shall only be used to operate as an office for the Lessee.

4. HOURS OF OPERATION. As part of this Lease Agreement, the Lessee shall have unlimited access to the Premises at all times.

5. CARE AND MAINTENANCE. (a) Tenant takes the premises as is, except as herein provided. (b) Landlord shall keep the following in good repair: roof, exterior walls, foundation, sewer, plumbing, heating, wiring, air conditioning, window and window glass, parking area and driveways, exterior decorating and interior decorating, lawn care and removal of snow and ice. (c) Tenant shall maintain the premises in a reasonable safe, serviceable, clean and presentable condition, and except for the repairs and replacements provided to be made by Landlord in subparagraph (b) above, shall make all repairs, replacements and improvements to the premises, INCLUDING ALL CHANGES, ALTERATIONS OR ADDITIONS ORDERED BY ANY LAWFULLY CONSTITUTED GOVERNMENT AUTHORITY DIRECTLY RELATED TO TENANT'S USE OF THE PREMISES. Tenant shall make no structural changes or alterations without the prior written consent of Landlord.

6. PROPERTY TAXES. Any property taxes and special assessments, if any, shall be paid by City.

7. UTILITIES AND SERVICES. Lessee, during the term of this Lease, shall pay, before delinquency, all charges for the use of all utilities, including, but not limited to gas, electricity, water, sanitary sewer service and telephone services during the term of the Sublease agreement.

8. INSURANCE. Lessee and the City shall each keep their respective real and personal property interests in the Premises for the full insurable value (all risks coverage).

Lessee shall provide to the City a certificate of insurance evidencing this coverage and name the City as an additional insured on its general liability policy. Said certificate shall include 30 days advance notice of cancellation to the City

9. TERMINATION AND SURRENDER OF PREMISES.

a) This Lease shall terminate upon at the end of the Initial Term unless Lessee notifies City that it shall exercise its right to enter into the Option Term. Said notice to the City shall be at least thirty (30) days prior to the end of the Initial Term.

b) Lessee agrees that upon termination of this lease, it will surrender and deliver the Premises in good and clean condition.

10. TENANT-OWNED IMPROVEMENTS. Lessee shall not make any structural alterations to the Premises unless expressly agreed upon by the City. All additions, modifications, changes and improvements (collectively the “Improvements”) made to the premises shall be paid for in its entirety by the Lessee, and shall be owned exclusively by Lessee. Therefore, Lessee may, at the termination of the Lease, if Lessee is not in default, remove any Improvements which Lessee has installed in the Premises, provided Lessee repairs any and all damages caused by removal. Any Improvements that cannot or are not removed at the expiration of the Lease are hereby assigned to the City.

11. ASSIGNMENT AND SUBLETTING. No assignment or subletting shall be effective without prior written consent of the City, an if permitted, it shall be subject to the terms of the Agreement outlined in Paragraph 2 above.

12. INDEMNIFICATION. Lessee agrees to indemnify, defend, save and hold the City, its respective officers, representatives, agents, contractors, subcontractors and employees, harmless from any and all liability to third parties (including reimbursement of reasonable legal fees and costs) arising directly or indirectly from the act, error or omission of the Lessee, its officers, representatives, agents, contractors, subcontractors or employees in connection with the tenancy, use or occupancy of the Premises.

13. DAMAGE TO PREMISES. In the event that the Premises are damaged so that Lessee is unable to conduct business on the Premises, this lease may be terminated at the option of either party.

14. MECHANICS’ LIENS. Neither Lessee, nor anyone claiming by, through or under Lessee, shall have the right to file a mechanics’ lien against the Premises. Lessee shall give notice in advance to all contractors and subcontractors who may furnish, or agree to furnish, any material, service or labor for any improvements constructed by Lessee on the Premises.

15. DEFAULT, NOTICE FO DEFAULT AND REMEDIES.

A. Events of Default. Each of the following shall constitute an event of default by Lessee:

1. Failure to pay rent when due. 2. Failure to observe or perform any duties, obligations, or conditions imposed by this Agreement. 3. Abandonment of the Premises. Abandonment means the failure to engage in customary business activities on the Premises for ten (10) consecutive business days. 4. Institution of voluntary bankruptcy proceedings by Lessee; assignment for the benefit of creditors in Lessee’s interest in the Lease Agreement or appointment of a receiver where the receivership is not vacated within ten (10) days of the appointment of the receivership.

B. Notice of Default. The City shall give Lessee a written notice specifying the default and giving Lessee ten (10) days in which to correct the Default. If there is a default (other than nonpayment of rent) that cannot be remedied within ten (10) days by diligent efforts of Lessee, Lessee shall propose a different time period in which to remedy the default. Consent to said additional time period shall not be unreasonably withheld by the City. City shall not be required to give Lessee any more than three (3) notices for the same default within a 365-day period.

C. Remedies. In the event of default which has not been remedied by the Lessee after written Notice of Default, City may proceed with all available remedies in law or in equity, including, but not limited to:

1. Termination. City may declare this Lease to be terminated and shall give Lessee written notice of such termination. In the event of the termination of this Lease, the City shall be entitled to prove claim and obtain judgment against the Lessee for the balance of rent agreed to be paid for the term herein provided, plus any expenses incurred by the City in regaining possession of the Premises and the reletting thereof, including attorneys’ fees and court costs, crediting against such claims any amount obtained by reason of reletting. 2. Forfeiture. If a default is not remedies in a timely manner, the City may declare this lease to be forfeited and shall give Lessee a written notice of such forfeiture, and may, at the time, give Lessee a Notice to Quit provided for in Chapter 648 of the Code of Iowa, as amended.

16. NOTICES AND DEMANDS. All notices shall be given to the parties at the following addresses:

FOR LESSEE:

Laura Soride 945 Quarry Road, Unit 120 Coralville, Iowa 52241

FOR CITY:

City of Coralville ATTN: City Clerk 1512 7th Street Coralville, Iowa 52241

17. PROVISIONS BINDING. Each and every covenant and agreement herein contained shall extend to and be binding upon the respective heirs, administrators, executors and assigns of the parties hereto. This is the final and complete agreement with respect to the terms of the Lease of the Premises between the parties and supersedes any and all negotiations, drafts, documents or agreements. This Lease may not be amended except in writing and signed by authorized representative of each party.

IN WITNESS WHEREOF, the individual below is fully authorized to execute this Lease on behalf of the parties and affixing his/her signature below hereby binds the parties to the terms and conditions stated herein.

Dated this ____ day of ______, 2016.

LESSEE: City of Coralville:

By:______Laura Soride John A. Lundell, Mayor

ATTEST:

______Thorsten J. Johnson, City Clerk

RESOLUTION NO. 2016-_____

RESOLUTION APPROVING A SUBLEASE AT UNIT 120, RIVER BEND CONDOMINIUMS.

WHEREAS, Coralville is the lessee in a lease at Unit 120, River Bend Condominiums, which was the former location of KCJJ Radio; and

WHEREAS, said lease agreement expires on August 31, 2017; and

WHEREAS, the City and Laura Soride (Re-Max) have negotiated a sublease whereby Soride will pay the City the gross sum of $2,500.00 per month for the remaining term of the lease; and

WHEREAS, it is now necessary to approve said sublease.. . NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Coralville, Johnson County, Iowa, that the sublease is hereby approved. Further, the Mayor is directed to execute said sublease on behalf of the City. * * * * * * * *

Passed and approved this 12th day of January, 2016.

______John A. Lundell, Mayor ATTEST:

______Thorsten J. Johnson, City Clerk City of Coralville MEMORANDUM

Date: 1/6/2016 To: Thor Johnson

From: Jim Kessler Title: Building & Zoning Official

CC:

Re: Town Center Design Item(s) for January 12th City Council Agenda

The purpose of this memo is to request that the item(s) below which were approved by the Town Center Design Review Committee on January 5, 2016 – to be included on the next City Council Meeting agenda which will be held on January 12th:

 Tiny Feet Boutique and Playspace 1303 5th Street, Suite 100 1 vinyl door sign

Page 1 of 1

1512 7丁H street BuiIding Department P.0. Box 5127 C ORALVILLE Phone: 319-248-1720 Coraiv川e,一A 52241 cITYOF CORALVILLE, IOWA Fax‥ 319-248-1894

S8GN PERM獲T APP漢音CA丁漢ON

しocation/Address of Sign: 暢旬カ 所へ ト ラ励庇,撃at。:ル

AppIicant Name: ph。n。: S‘ Sしク8ル/明maii:

Propertγ Owner: Phone: Emaii:

Sign Company/Rep:

TotaI a=owed signage on a buildingwaiI ∃ 15% ofwaII area, No single buildingsigれSha= exceed

□ New □ Repiacement [コFacia □Wa= width Z2 □ Awning □ window A,,。W。d Wろ. Z, 7b書のI A作○ ○fS句n 甲Other DO曲2L Remaining

Each commerciaI and industlial property is aliowed 2 square feet of sigれarea Of every l foot of street frontage abu櫛ng a yard. A separate grouれd Slgn is aiIowed for a secondary street with frontage caicuIated at l square foot for each foot offrontage. Area cannot be transfemed from one frontage to another, Maxi恥m sign face of lOO squa晦feet Is aIiowed forConveれience CommerciaI Dis軸ct. Maximum sゆface of220 squarefeet is aliowed for CommerciaI and lndustriai Districts. Maximum height is 25 feet in aii dlstricts.

丁 �器コNew □RepIacement �S �Height_ �「 R � ft. PrimarγFrontage_ �Height:

Y �□Monument �1 ��0 �AルwedA能○○i5Ign竹on書回りe録2) !i SecondaryFrontage ft. �〆Omgroundめ書opqf的n佃調

P 各 �□Directional �G N �Width �N ��Proposed_Sqft. Drive-Thru ���丁

□FreeStanding ��7も書olA青的qf3ign �A ��A=owed sqft.

□DeveiopmentSign* 擁quiresB〇〇′dqf A(抑IS書menlreview ���G た �A/′owedAn調qlSignWo加ogewi) i l

! 看

丁 Y �□TemporaryBanner �S i �Height_ �ロ1Stissuedate nd �COMMENTS

P 各 �□ReaIEstateSign �G N �Width �□2issuedate □3rdissuedate

しocation&DimensionsofalIexistingsignage しocation&Dimensionsofailproposedsignage _Sitepianshowingstreetfrontage/wa=area CoIoreIevateddrawingsofaiiproposedsignage

RESOLUTION NO. 2016-______

RESOLUTION APPROVING AND ACCEPTING THE DESIGN PLANS FOR PROPOSED SIGNAGE FOR TINY FEET BOUTIQUE AND PLAYSPACE LOCATED AT 1303 5TH STREET, SUITE 100, CORALVILLE, IOWA.

WHEREAS, pursuant to Chapter 148 of the Coralville Code of Ordinances (2011), as amended, the City of Coralville Design Review Committee must review the design plans for any proposed new construction to take place in certain designated areas of the City prior to the commencement of any said construction; and

WHEREAS, similarly, under Chapter 148 of the Coralville Code of Ordinances, proposed modifications to the exterior of pre-existing structures located in said designated areas of the City must also be reviewed prior to the commencement of any such modification; and

WHEREAS, accordingly, the owner(s) and/or tenant(s) of certain commercial space located in the aforementioned designated areas have heretofore submitted proposed design plans for signage for the following businesses:

1. Tiny Feet Boutique and Playspace - located at 1303 5th Street, Suite 100, Coralville, Iowa – 1 vinyl door sign.

WHEREAS, the Design Review Committee has heretofore reviewed said design plans on January 5, 2016 and reported their recommendation to the City Council at the January 12, 2016 Council Meeting; and

WHEREAS, it is now necessary for the City Council to act on said recommendation pursuant to the procedural requirements of Chapter 148 of the Coralville Code; and

WHEREAS, it would be in the best interests of the City of Coralville to approve the aforementioned design plans.

NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Coralville, Iowa, that the above- described signage be and the same is hereby approved.

Passed and approved this 12th day of January, 2016.

______John A. Lundell, Mayor

ATTEST:

______Thorsten J. Johnson, City Clerk City of Coralville MEMORANDUM

Date: 1/7/2016 To: Mayor and City Council

From: Sherri Proud Title: Director of Parks & Recreation

CC: Re: Brown Deer Patio Expansion Change Order

Change Order #1 from McComas Lacina Construction adding $3,395.28 is required because of the addition of 2 GFCI receptacles below the roof for future speaker inputs, and the removal and replacement of an existing band of stained concrete that was on the existing patio up against new concrete. The existing concrete had multiple cracks in it and an uneven edge.

Page 1 of 1