“Cedar Rapids is a vibrant urban hometown – a beacon for people and businesses invested in building a greater community now and for the next generation.”

NOTICE OF CITY COUNCIL MEETING (Electronic)

The Cedar Rapids City Council will hold an electronic regular City Council meeting on May 26, 2020 at 4:00 p.m. An electronic meeting is being held because a meeting in person is impossible or impractical due to concerns for the health and safety of Council members, staff and the public presented by COVID-19. An electronic meeting is allowed by Code Section 21.8 and Governor Reynolds’ Proclamation of Disaster Emergency, Section 69, dated April 2, 2020.

The meeting may be watched on the City’s Facebook page at www.facebook.com/CityofCRiowa/. Members of the public will not be able to attend this meeting in person. Any persons interested in commenting on the agenda items or any other matter of City business may do so in writing by emailing [email protected]. Comments must be received before 2:00 p.m. on May 26 in order to be provided to the members of the City Council prior to the meeting.

Citizens of the Cedar Rapids metropolitan area may also comment on matters appearing on the agenda, or any other matter of City Council business, by registering on Zoom using the link here. Parties interested in being heard during any of the scheduled public hearings may also register using the same Zoom link. All registrations must be complete no later than 2:00 p.m. on May 26, 2020. Registrants will receive an email with instructions on how to participate in the meeting and be heard. Registrants must provide their name, home address, email address and telephone number and indicate the matter upon which they wish to be heard, including the agenda item number of the public hearing if applicable.

Citizens only interested in watching the meeting who will not be providing public comment do not need to register for the Zoom conference and should use Facebook instead.

The Cedar Rapids City Council will meet to discuss and possibly act upon the matters as set forth below in this tentative agenda.

A G E N D A

 Invocation

 Pledge of Allegiance

 Proclamations/Presentations

1

PUBLIC HEARINGS

1. A public hearing will be held to consider the Fiscal Year 2020 Budget Amendment (Casey Drew). CIP/DID #FIN2020-19

a. Resolution adopting the Fiscal Year 2020 Budget Amendment and transfers.

2. A public hearing will be held to consider a change of zone for property at 1725 4th Avenue SE from T-R1, Traditional Residential Single Unit District, to T-RF, Traditional Residential Flex District, as requested by Gutschmidt Properties, Inc. (David Houg). CIP/DID #RZNE-030430- 2020

a. First Reading: Ordinance granting a change of zone for property at 1725 4th Avenue SE from T-R1, Traditional Residential Single Unit District, to T-RF, Traditional Residential Flex District, as requested by Gutschmidt Properties, Inc.

3. A public hearing will be held to consider the proposed plans, specifications, form of contract and estimated cost for the Cherokee Trail (Phase 2A) Morgan Creek Park to E Ave NW to Stoney Point NW Ending at Cherry Hill Park project (estimated cost is $370,000) (Brenna Fall). CIP/DID #325069-05

a. Resolution adopting plans, specifications, form of contract and estimated cost for the Cherokee Trail (Phase 2A) Morgan Creek Park to E Ave NW to Stoney Point NW Ending at Cherry Hill Park project. b. Report on bids for the Cherokee Trail (Phase 2A) Morgan Creek Park to E Ave NW to Stoney Point NW Ending at Cherry Hill Park project.

PUBLIC COMMENT

This is an opportunity for the public to address the City Council on any subject pertaining to Council action scheduled for today or any other matter of City business. See above for instructions on registering to speak via the Zoom software.

MOTION TO APPROVE AGENDA

CONSENT AGENDA

These are routine items, some of which are old business and some of which are new business. They will be approved by one motion without individual discussion unless Council requests that an item be removed for separate consideration.

4. Motion to approve the minutes.

2

5. Resolution adopting amendments to the Administrative Plan for the Community Development Block Grant (CDBG) and HOME Investment Partnership Program. CIP/DID #OB246513

6. Resolution amending Resolution No. 1457-10-15 to adopt the Administrative Plan for any and all property acquisition projects as required by the Hazard Mitigation Grant Program. CIP/DID #655000-00

7. Resolution authorizing an additional $15,000 contribution to the Creating Safe, Equitable, and Thriving Communities Fund, administered by the Greater Cedar Rapids Community Foundation, for the ReSET 2020 Youth & Family Challenge. CIP/DID #CD-0047-2018

8. Resolution directing preparation of detailed plans, specifications, form of contract and notice to bidders for the 2020 Sidewalk Infill Project. CIP/DID #3012074-00

9. Resolution setting a public hearing date for June 9, 2020, to consider the partial vacation of a 0.06-acre storm sewer and drainage easement located at 10740 High Life Court SW as requested by Road Machinery & Supplies Co. CIP/DID #EASE-030446-2020

10. Motion setting public hearing date for: a. June 9, 2020 – to consider amending Chapter 18 of the Municipal Code, Historic Preservation, to designate Central Park Presbyterian Church at 1700 B Avenue NE as a local historic landmark under Subsection 18.04.B. CIP/DID #HPC-0005-2020

11. Motions setting public hearing dates and directing publication thereof, filing plans and/or specifications, form of contract and estimated cost, advertising for bids by posting notice to bidders as required by law, and authorizing City officials or designees to receive and open bids and publicly announce the results for: a. June 9, 2020 – 3rd Avenue SE Stoplog Closure Structure project (estimated cost is $1,300,000). CIP/DID #3315510-51 b. June 9, 2020 – Blairs Ferry Elevated Tank Demolition project (estimated cost is $165,000). CIP/DID #6250080-02 c. June 9, 2020 – Deb Ann Lane NE Sanitary Sewer Lining project (estimated cost is $120,000). CIP/DID #6550069-01 d. June 9, 2020 – FY 2020 Sidewalk Repair Program – Contract No. 2 project (estimated cost is $280,000). CIP/DID #3017020-02

12. Motion approving the beer/liquor/wine applications of: CIP/DID #OB1145716 a. Avacentre – Cedar Rapids, 2121 Bowling Street SW. b. Break Room, 3108 1st Avenue NE. c. Casey’s General Store #2791, 9125 Atlantic Drive SW. d. Doubletree by Hilton Cedar Rapids Convention Complex, 350 1st Avenue NE. e. Family Dollar #32303, 1531 32nd Street NE (new – adding retail beer/wine). f. Hy-Vee Market Cafe #1, 1843 Johnson Avenue NW. g. Mount Mercy University, 1330 Elmhurst Drive NE. h. Pancheros Mexican Grill, 2315 Edgewood Road SW. i. Pilot Travel Center #1092, 8950 Earhart Lane SW. j. Red Robin America’s Gourmet Burgers & Spirits, 4625 1st Avenue SE. k. Residence Inn South, 730 33rd Avenue SW. l. Rock Bar American Grill, 219 2nd Avenue SE. m. Saucy Focaccia, 5100 Fountains Drive NE, Suite 100. n. Time Out Lounge, 3230 16th Avenue SW.

3

13. Resolutions approving: a. Payment of bills. CIP/DID #FIN2020-01 b. Payroll. CIP/DID #FIN2020-02 c. Transfer of funds. CIP/DID #FIN2020-03

14. Resolution approving the special event application for: a. Cedar Rapids Downtown Farmers Market (includes road closures) on June 6 and 20, July 4 and 18, August 1 and 15, and September 5 and 19, 2020. CIP/DID #SPEC- 001636-2020

15. Resolutions approving assessment actions: a. Levy assessment – Solid Waste & Recycling – cleanup costs – eight properties. CIP/DID #SWM-005-20 b. Levy assessment – Water Division – delinquent municipal utility bills – 10 properties. CIP/DID #WTR041420-01

16. Resolutions approving actions regarding purchases, contracts and agreements: a. Amendment No. 3 to renew the contract with Commercial Appraisers of Iowa, Inc. for appraisal services for the Public Works Department for two years for an annual amount not to exceed $150,000 (original contract amount was $50,000; renewal contract amount is $150,000). CIP/DID #PUR0516-191 b. Amendment No. 3 to renew the contract with Hattery Real Estate Appraisals, LLC for appraisal review services for the Public Works Department for two years for an annual amount not to exceed $50,000 (original contract amount was $50,000; renewal contract amount is $50,000). CIP/DID #PUR0516-192 c. Amendment No. 3 to renew the contract with Iowa Title Company for title report services for the Public Works Department for an annual amount not to exceed $95,000 (original contract amount was $50,000; renewal contract amount is $95,000). CIP/DID #PUR0516-193 d. Amendment No. 2 to renew the contract with ProSource Technologies, LLC for acquisition services for Cedar River flood risk management for the Public Works Department for an amount not to exceed $775,000 (original contract amount was $898,083; renewal contract amount is $775,000). (Flood) CIP/DID #PUR1019-067 e. Amendment No. 1 to renew the contract with EMC Risk Services, LLC for workers’ compensation program administration for the Finance Department for an amount not to exceed $300,000 over three years (original contract amount was $455,000; renewal contract amount is $300,000). CIP/DID #PUR1216-146 f. Fire Department purchase of seven cardiac monitors from ZOLL Medical Corporation for a total of $158,000. CIP/DID #FIR0520-0058 g. Contract with KELTEK, Inc. for police pursuit vehicle upfit services for the Fleet Services Division for an annual amount not to exceed $80,000. CIP/DID #PUR0520- 197 h. Amendment No. 2 to the contract with KELTEK, Inc. for public safety equipment maintenance and support services for the Police Department and the Fleet Services Division to adjust quantities for an amount not to exceed $19,492 (original contract amount was $271,335; total contract amount with this amendment is $310,817). CIP/DID #PUR0118-126 i. Amendment No. 4 to the contract with Vermont Systems, Inc. for recreation software to add additional services in the amount of $5,988 (original contract amount was $30,378; total contract amount with this amendment is $71,761). CIP/DID #PUR0518-192

4

j. Purchase order in the amount of $80,000 for Horizons/NTS to provide daytime demand-response transit service while the fixed-route transit service is suspended due to the COVID-19 emergency. CIP/DID #TRN003-20 k. Fleet Services Division purchase of a 2020 John Deere wheeled excavator with hydraulic hammer and bucket attachments from Martin Equipment for use by the Streets Division in the amount of $283,510. CIP/DID #FLT059 l. Water Division purchase of 2,000 meter reading units from Ferguson Waterworks in the amount of $188,300. CIP/DID #WTR052620-00 m. Amendment No. 6 to renew the contract with Ferguson Waterworks for as-needed purchases of commercial water meters for the Water Division for an annual amount not to exceed $470,000 (original amount was $435,000; renewal contract amount is $470,000). CIP/DID #PUR0516-196 n. Professional Services Agreement with Anderson Bogert Engineers & Surveyors, Inc. for an amount not to exceed $110,482 for the WPCF Site Map Update project. CIP/DID #615222-01 o. Professional Services Agreement with Bolton & Menk, Inc. for an amount not to exceed $58,980 for the Seminole River Bank Armoring & Access Improvements project. CIP/DID #6250100-01 p. Professional Services Agreement with HDR Engineering, Inc. for an amount not to exceed $223,233 for engineering services in connection with the Downtown River Wall Improvements – Phase II: Repairs and Monitoring project. CIP/DID #322503-02 q. Amendment No. 1 to the Professional Services Agreement with Shive-Hattery, Inc. specifying an increased amount not to exceed $49,740 for engineering design services in connection with the C Street SW from Bowling Street to Wilson Avenue Roadway Rehabilitation project (original contract amount was $110,991.30; total contract amount with this amendment is $160,731.30). (Paving for Progress) CIP/DID #3012095-02 r. Change Order No. 17 in the amount of $31,418.01 with Boomerang Corp. for the Johnson Avenue NW Improvements from 1st Avenue SW to Midway Drive NW project (original contract amount was $5,276,786.90; total contract amount with this amendment is $5,946,161.90). (Paving for Progress) CIP/DID #3012043-02 s. Partial final payment in the amount of $26,116.34 to Midwest Concrete, Inc. for the Edgewood Road NE from Highway 100 to Blairs Ferry Road Roadway Improvements project. CIP/DID #301980-01 t. Amending Resolution No. 0539-05-20, which accepted the Storm Inlet Safety Improvements Phase 1A project, by adding original incentive value of $2,000 with Rathje Construction Company and correcting a scrivener's error (original contract amount was $41,386; final contract amount is $40,224.84). CIP/DID #304429-07 u. 28E Agreement with Linn County and the cities of Hiawatha, Robins, and Marion for continued development of the Tower Terrace Road Transportation Corridor Improvements, and reimbursement to Linn County in an amount not to exceed $71,004 for consultant services by Snyder & Associates, Inc. related to the 28E Agreement. CIP/DID #301666-00 v. 28E Agreement with Linn County in the amount of $385 for administration in connection with the biennial bridge inspections of jointly owned structures. CIP/DID #4921016-00 w. 28E Agreement with the City of Marion for collection and reimbursement of sewer connection charges and sanitary sewer extension fees in connection with the C Avenue Northeast (East of) Sanitary Sewer Extension District. CIP/DID #6550053-00 x. 28E Agreement with the Cedar Rapids Community School District to renew the School Resource Officer Program through June 30, 2022. CIP/DID #OB641224

5

y. 28E Agreement with the College Community School District to renew the School Resource Officer Program through June 30, 2022. CIP/DID #OB641224 z. Agreement with Foundation 2 in the amount of $213,345 for a law enforcement liaison to provide additional resources for mental health services through September 30, 2022. CIP/DID #PD0024 aa. Right-of-Way Encroachment Agreement to permit the construction of stairs, footings and handrails along 2nd Street SW to encroach onto the City-owned right-of-way for the property located at 400 2nd Street SW as requested by 2nd Street Properties, LLC. CIP/DID #ENCR-003224-2020 ab. Right-of-Way Encroachment Agreement to permit the refacing of an existing double- faced sign encroaching over the City-owned right-of-way located at 2455 Williams Boulevard SW as requested by Derek Mims and Ronald and Kathleen Allen. CIP/DID #ENCR-000654-2020 ac. Right-of-Way Encroachment Agreement to permit the construction of an illuminated double-faced sign encroaching over City-owned right-of-way located at 1100 1st Street SW as requested by Rafael Rodriguez and Sniggol Holdings, LLC. CIP/DID #ENCR- 001685-2020 ad. Fence Encroachment Agreement to permit the construction of a 4-foot-high chain link fence to encroach onto a 10-foot utility and drainage easement located at 1004 Iris Avenue NW as requested by James and Allison Coleman. CIP/DID #BLDR-003761- 2020 ae. Fence Encroachment Agreement to permit the construction of a 4-foot-high chain link fence to encroach onto a 10-foot utility easement located at 6506 Scarlet Rose Circle SW as requested by Joel and Trish Groenenboom. CIP/DID #BLDR-002449-2020 af. Fence Encroachment Agreement to permit the construction of a 4-foot-high chain link fence to encroach onto a 20-foot drainage easement located at 5305 Dostal Drive SW as requested by Bryan Hansen. CIP/DID #BLDR-002912-2020 ag. Fence Encroachment Agreement to permit the construction of a 4-foot-high chain link fence to encroach onto a 10-foot public utility easement located at 6724 Ohio Street SW as requested by Kyle and Brittney Hoffman. CIP/DID #BLDR-003610-2020 ah. Fence Encroachment Agreement to permit the construction of a 4-foot-high chain link fence to encroach onto a 10-foot utility and drainage easement located at 4104 M Avenue NW as requested by Joseph and Heidi Miller. CIP/DID #BLDR-003753-2020 ai. Fence Encroachment Agreement to permit the construction of a 6-foot-high solid fence to encroach onto a 10-foot public utility easement located at 5312 Dostal Drive SW as requested by Taylor Marquette. CIP/DID #BLDR-003497-2020 aj. Fence Encroachment Agreement to permit the construction of a 4-foot-high chain link fence to encroach onto a 78-foot storm sewer, access and drainage easement located at 3615 Field Stone Place SW as requested by Michael and Madonna Schirm. CIP/DID #BLDR-003245-2020 ak. Amending Condition No. 7a of a Development Agreement approved in Resolution No. 1320-09-17 with the final plat of Wexford Heights Third Addition for properties located west of Milford Road NE and north of Blairs Ferry Road NE. CIP/DID #FLPT-025140- 2017

6

REGULAR AGENDA

17. Report on bids for the 16th Avenue SE Roundabout Landscape Improvements project (estimated cost is $150,000) (Doug Wilson). CIP/DID #321551-02

a. Resolution awarding and approving contract in the amount of $183,503.76, bond and insurance of Hardscape Solutions of Iowa for the 16th Avenue SE Roundabout Landscape Improvements project.

18. Report on bids for the E Avenue NW Pavement Rehabilitation from West Post Road to Shetland Drive project (estimated cost is $1,170,000) (Doug Wilson). (Paving for Progress) CIP/DID #3012187-03

a. Resolution awarding and approving contract in the amount of $1,248,941.05, plus incentive up to $16,500, bond and insurance of Rathje Construction Company for the E Avenue NW Pavement Rehabilitation from West Post Road to Shetland Drive project.

19. Report on bids for the Commerce Park Drive SW Improvements project (estimated cost is $1,030,000) (Brenna Fall). CIP/DID #301875-02

a. Resolution awarding and approving contract in the amount of $800,305.50, bond and insurance of Schrader Excavating & Grading Co. for the Commerce Park Drive SW Improvements project.

20. Report on bids for the Northwest Recreation Center Parking Lot Reconstruction project (estimated cost is $228,000) (Steve Krug). CIP/DID #PUR0420-189

a. Resolution awarding and approving contract in the amount of $143,370, bond and insurance of Boomerang Corp. for the Northwest Recreation Center Parking Lot Reconstruction project.

21. Report on bids for the 2020 Five Seasons Parkade Repairs Project (estimated cost is $597,000) (Pat McDonald). CIP/DID #PUR0420-187

a. Resolution awarding and approving contract in the amount of $433,133, bond and insurance of Golf Acquisition Group LLC for the 2020 Five Seasons Parkade Repairs Project.

22. Report on bids for the ImOn Ice Arena Facility Infrastructure Improvements project (estimated cost is $1,675,500) (Pat McDonald). CIP/DID #PUR0420-191

a. Resolution awarding and approving contract in the amount of $775,080, bond and insurance of Modern Piping, Inc. for the ImOn Ice Arena Facility Infrastructure Improvements project.

7

23. Presentation and Resolution authorizing a Regional Conservation Partnership Program proposal with the Iowa Soybean Association for the future purchase of nutrient reduction credits through the Soil and Water Outcomes Fund (Steve Hershner). CIP/DID #OB1292684- 01

24. Presentation and Resolution authorizing a Partnership Agreement with the Iowa Soybean Association for an Iowa Partners for Conservation grant application, with the City providing an in-kind match estimated at $180,000 over a three-year period (Steve Hershner). CIP/DID #OB1292684-02

ORDINANCES

Second and possible Third Readings

25. Ordinance amending Chapter 32 of the Municipal Code, Zoning, to update use and development standards and to amend the zoning map for City owned property south of Wright Brothers Boulevard. CIP/DID #CD-0048-2018

26. Ordinance granting a change of zone for property located at 8800 C Avenue NE from A-AG, Agriculture District, to S-RLF, Suburban Residential Low Flex District, as requested by Midwest Development Company, Ivan and Lyn McBride, David Dearborn and Jeanette McBride-Dearborn, and Echo Hill Presbyterian Church. CIP/DID #RZNE-030334-2020

27. Ordinance granting a change of zone for property located at 9000 C Avenue NE from A-AG, Agriculture District, to S-MC, Suburban Mixed-Use Community Center District, as requested by Ivan and Lyn McBride, David Dearborn and Jeanette McBride-Dearborn, and Echo Hill Presbyterian Church. CIP/DID #RZNE-030335-2020

CITY MANAGER COMMUNICATIONS AND DISCUSSIONS

Anyone who requires an auxiliary aid or service for effective communication or a modification of policies or procedures to participate in a City Council public meeting or event should contact the City Clerk’s Office at 319-286-5060 or [email protected] as soon as possible but no later than 48 hours before the event.

Agendas and minutes for Cedar Rapids City Council meetings can be viewed at www.cedar-rapids.org.

8 11

Council Agenda Item Cover Sheet

Submitting Department: Finance

Presenter at Meeting: Casey Drew

Contact Person: Casey Drew Cell Phone Number: (319) 538-1064 E-mail Address: [email protected]

Description of Agenda Item: PUBLIC HEARINGS Public hearing will be held to consider the fiscal year 2020 budget amendment. a. Resolution adopting the fiscal year 2020 budget amendment and transfers. CIP/DID #FIN2020-19

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: FY 2020 adopted budget was reviewed for amendments in revenue and expenditures. Based on projections as of April 2020 the budget amendment was completed to account for projected revenue and expenditure changes since budget was adopted in March 2019.

The budget amendment has to be adopted by the City Council and filed with the Linn County Auditor by May 31, 2020. FY 2020 budget amendment is being completed to account for changes in programs that have occurred since the original budget was adopted (i.e. timing of CIP projects, change in operations, refunding of debt, etc.).

The budget amendment does not impact the property tax levy.

The City published the FY 2020 Notice of Public Hearing on May 14, 2020. Before the fiscal year 2020 budget amendment can be certified to Linn County Auditor a public hearing must be held for public comment. A resolution will adopt the fiscal year 2020 budget amendment.

Action/Recommendation: City Council to approve FY 2020 amended budget on May 26, 2020.

Alternative Recommendation: N/A

Time Sensitivity: Budget amendment must be submitted to County by May 31, 2020.

Resolution Date: May 26, 2020

Budget Information: N/A

Local Preference Policy: (Click here to select) Explanation: NA Recommended by Council Committee: (Click here to select) Explanation: NA FIN TRS FIN2020-19

RESOLUTION NO. LEG_NUM_TAG

BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, following notice published on May 14, 2020, and the public hearing held on May 26, 2020, that the current budget for fiscal year 2020 is amended as set out herein and in the detail by fund type and activity that supports this resolution which was considered at that hearing, and

BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Finance Director is hereby authorized to transfer funds as per the attached listing and as included in the amended budget for the fiscal year ending June 30, 2020.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

22

Council Agenda Item Cover Sheet

Submitting Department: Development Services

Presenter at Meeting: David Houg

Contact Person: Sandi Fowler Cell Phone Number: 319-538-1062 E-mail Address: [email protected]

Description of Agenda Item: PUBLIC HEARINGS A public hearing and possible first reading of an ordinance to consider a change of zone from T- R1, Traditional Residential Single Unit District to T-RF, Traditional Residential Flex District for property located at 1725 4th Avenue SE as requested Gutschmidt Properties, Inc.

CIP/DID # RZNE-030430-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: This request for rezoning was reviewed by the City Planning Commission on May 7, 2020 and recommended for approval.

This is a request to rezone property from T-R1, Traditional Residential Single Unit District, to T- RF, Traditional Residential Flex District, on the currently adopted zoning map. The Future Land Use Map designation is Urban Medium-Intensity in the City’s Comprehensive Plan. The proposed rezoning will be consistent with the goals and objective of this Land Use Typology Area designation.

A Public Hearing to allow for public input and the First Reading of the Ordinance will be held on May 26, 2020. Two additional readings of the Ordinance by City Council are required by State law before approval of the rezoning is final.

Action/Recommendation: City staff recommends holding the public hearing and an affirmative vote on the first reading of the ordinance.

Alternative Recommendation: City Council may table and request further information.

Time Sensitivity: NA

Resolution Date: NA

Budget Information: NA

Local Preference Policy: (Click here to select) Explanation: NA

Recommended by Council Committee: (Click here to select) Explanation: NA

Location Map

DSD WTR BSD ENG STR FIR TED CLK PKS RCR RZNE-030430-2020

ORDINANCE NO. LEG_NUM_TAG

AN ORDINANCE PASSED IN ACCORDANCE WITH CHAPTER 32, AS AMENDED, OF THE MUNICIPAL CODE OF CEDAR RAPIDS, IOWA, BEING THE ZONING ORDINANCE, CHANGING THE ZONING DISTRICT AS SHOWN ON THE "DISTRICT MAP" FOR THE PROPERTY MORE PARTICULARLY DESCRIBED IN SECTION 1 OF THIS ORDINANCE

BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, as follows:

Section 1. That in accordance with Chapter 32, as amended, of the Municipal Code of Cedar Rapids, Iowa, being the Zoning Ordinance, that the property described as follows;

IDLEWILD 3RD E 30' W 35' STR/LB 8 4 and located at 1725 4th Avenue SE, now zoned TR-1, Traditional Residential Single Unit District, and as shown on the "District Map," be rezoned and changed to T-RF, Traditional Residential Flex District, and that the property be used for such purposes as outlined in the T-RF, Traditional Residential Flex District, as defined in Chapter 32 of the Municipal Code of Cedar Rapids, Iowa.

Section 2. That this Ordinance and the zoning granted by the terms hereof are subject to the conditions which have been agreed to and accepted prior to the passage of this Ordinance in writing (shown by attached Acceptance) by the owners and are binding upon the owners, successors, heirs, and assigns, as follows:

1. On-street parking on 4th Avenue SE for the proposed duplex is prohibited. Prior to the issuance of a foundation or building permit, applicant’s site plan shall include the required number of parking spaces for the proposed duplex within the subject property, accessed via the alley behind the subject property. All parking shall be located within an enclosed garage and/or concrete or asphalt surfaced driveway as required by Chapter 32 Zoning Ordinance.

2. The building’s design shall be front-facing so as to be consistent with the neighborhood.

Section 3. That this Ordinance shall be in full force and effect from and after its passage and publication as provided by law.

Section 4. Following publication of this Ordinance as provided for by law, the City Clerk shall certify this Ordinance and the plat of the property described hereinabove, as shown by Exhibit A attached hereto and by this reference incorporated herein, to the Linn County Recorder.

Introduced this 28th day of May, 2020.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

2 3 EXHIBIT “A”

4 333

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Brenna Fall, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: PUBLIC HEARINGS A public hearing will be held to consider the proposed plans, specifications, form of contract and estimated cost for the Cherokee Trail (Phase 2A) Morgan Creek Park to E Ave NW to Stoney Point NW Ending at Cherry Hill Park project (estimated cost is $370,000).

Resolution adopting plans, specifications, form of contract and estimated cost for the Cherokee Trail (Phase 2A) Morgan Creek Park to E Ave NW to Stoney Point NW Ending at Cherry Hill Park project.

Bids were received on May 19, 2020 at the Iowa Department of Transportation for the Cherokee Trail (Phase 2A) Morgan Creek Park to E Ave NW to Stoney Point NW Ending at Cherry Hill Park project (estimated cost is $370,000). A report of bids received from the City officer conducting the bid opening is attached.

CIP/DID #325069-05

EnvisionCR Element/Goal: ConnectCR Goal 3: Establish a network of complete streets.

Background: On November 27, 2019 the City Council approved entering into an agreement with the Iowa Department of Transportation to receive funds for constructing this trail along the north side of E Avenue and west side of Stoney Point Road NW. This is the extension of a trail which was built in 2019 along and through Cherry Hill Park. Construction is currently scheduled to begin this winter on a trail through Morgan Creek Park which would connect to the west end of this Cherokee Trail (Phase 2A) project.

Subject to receipt of acceptable bids, the project will start in the summer of 2020 and is expected to be completed in the fall.

Action/Recommendation: The Public Works Department recommends approval of the resolution to adopt plans, specifications, form of contract and estimated cost for the project.

Alternative Recommendation: The Council could defer approval. However, this action could postpone awarding the contract and possibly prevent construction from being finished this year.

Time Sensitivity: Must be acted upon May 26, 2020 to maintain the project schedule, and which must occur ahead of the contract being awarded. Resolution Date: May 26, 2020

Budget Information: Dept ID 325000, Project 325069, NA

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA

ENG FIN 325069-05

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, on May 12, 2020 there was filed in the Office of the City Clerk proposed plans, specifications, form of contract and estimated cost for the Cherokee Trail (Phase 2A) Morgan Creek Park to E Ave NW to Stoney Point NW Ending at Cherry Hill Park project (Contract No. 325069-05) for the City of Cedar Rapids, Iowa, and

WHEREAS, a public hearing was held, and

WHEREAS, no comments or objections to the plans, specifications, form of contract and estimated cost have been heard, now therefore

BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the plans, specifications, form of contract and estimated cost for said improvement be and the same are hereby adopted.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature MORGAN PROPOSED CHEROKEE CREEK TRAIL (PHASE 2A) PROPOSED CHEROKEE

PARK TRAIL (PHASE 2A) STONEY POINT RD NW RD POINT STONEY

E AVE NW E AVE NW

ROCKVALLEY

LN NW CHERRY HILL PARK

1ST AVE W

CHEROKEE TRAIL (PHASE 2A) N 0 FEET 600 MORGAN CREEK PARK TO E AVE NW CEDAR RAPIDS City of Five Seasons TO STONEY POINT NW ENDING AT CHERRY HILL PARK Cadd File Name: Cadd File Name: Map.dwg Trail\325069 Council Cherokee W:\PROJECTS\CIP\325\325069 325069 55

Council Agenda Item Cover Sheet

Submitting Department: Community Development - Housing

Presenter at Meeting: Sara Buck

Contact Person: Jennifer Pratt Cell Phone Number: 538-2552 E-mail Address: [email protected]

Description of Agenda Item: CONSENT AGENDA Resolution to consider adopting amendments to the Administrative Plan for the Community Development Block Grant (CDBG) and HOME Investment Partnership Program (HOME). CIP/DID #OB246513

EnvisionCR Element/Goal: StrengthenCR Goal 3: Adopt policies that create choices in housing types and prices throughout the City.

Background: The City of Cedar Rapids has been a recipient of Community Development Block Grant (CDBG) funding for over 40 years, and a participating jurisdiction in the HOME Investment Partnership Program since 1994. As a condition of receiving funds, the City is required to adopt, and follow, an Administrative Plan that describes program requirements and administrative processes on activities undertaken through the CDBG and HOME programs.

HUD routinely releases information regarding new requirements and updated processes and procedures for administering the CDBG and HOME programs, requiring the City to update its Administrative Plan. Additionally, local changes are made to the programs administered, which require updates to the plan. These changes can be minor or include revamped program guidelines.

Additional funding for the program year July 1, 2019 – June 30, 2020 in the amount of $623,757 was received for CDBG, as a result of the COVID-19 pandemic. An amendment to the Annual Action Plan to allocate this funding was approved by City Council on April 28, 2020.

The proposed Administrative Plan changes are as follows:

Creation of an Eviction Prevention Program

This program is designed to assist households directly impacted with a loss of income due to the COVID-19 pandemic and will utilize the funding provided by HUD, through CDBG-CV.

 Applications will be accepted on a referral basis from social service agencies to assist those most vulnerable to eviction and homelessness.  Eligible households must be at or below 80% of the Area Median Income (AMI), consistent with our current CDBG programs.  Grants will assist with payments for rent or utilities charges incurred after March 27, 2020.  Grants will be up to 3 months of rent and utility assistance, capping at $2,000 per household.  Coordination with local non-profits will eliminate duplication of resources and provide a “no wrong door” approach to service

Action/Recommendation: Staff recommends the approval of resolution.

Alternative Recommendation: City Council may table and request additional information.

Time Sensitivity: Approval would allow staff to begin accepting applications on May 27, 2020, which is the final day of the State declared eviction moratorium.

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: (Click here to select) Explanation: NA

Recommended by Council Committee: NA Explanation: CDF CD OB246513

RESOLUTION NO. LEG_NUM_TAG

RESOLUTION AMENDING THE ADMINISTRATIVE PLAN FOR THE COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) AND HOME INVESTMENT PARTNERSHIP PROGRAMS

WHEREAS, the City of Cedar Rapids, Iowa (City) is qualified as an entitlement community to annually receive funds from the Community Development Block Grant (CDBG) and HOME Investment Partnership Program, and may qualify for other HUD grant programs; and

WHEREAS, the City of Cedar Rapids has adopted and follows an Administrative Plan as required by HUD for receipt of entitlement funds; and

WHEREAS, the City is required to amend its Administrative Plan as needed based on regulatory changes and guidance from HUD; and

WHEREAS, the City intends its Administrative Plan to provide clarity and transparency with regards to CDBG and HOME fund administration; and

WHEREAS, the City wants to ensure program participants have the ability to access property equity for emergency health and safety needs; and

WHEREAS, the City received an additional award of CDBG funding due to the COVID-19 pandemic to assist Cedar Rapids in addressing community need; and

WHEREAS, the City of Cedar Rapids City Council approved amendments to the Annual Action Plan on April, 28, 2020, allowing this funding to be utilized by means of assistance payments; and

WHEREAS, the City intends to create an Eviction Prevention Program to assist households directly impacted by the COVID-19 pandemic by a loss of income; and

WHEREAS, the Eviction Prevention Program guidelines are provided in Exhibit A attached;

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that said proposed amended Administrative Plan is hereby adopted with final approval, and made a part of this resolution. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature Exhibit A CDBG-CV Eviction Prevention Program Guidelines

Purpose The purpose of the CDBG-CV Eviction Prevention Program is to assist households impacted by a loss of income due to the COVID-19 pandemic. Program Description This program is designed to prevent evictions by assisting households with rent and utility payments and available community resources to ensure continued stable housing. Eligibility

 Applications will be accepted on a referral basis from local social service agencies to assist those most vulnerable to eviction and homelessness.  Eligible households must be at or below 80% of the Area Median Income (AMI), consistent with our current CDBG programs, and must have a loss of income due to COVID-19.  Applicant must have a lease agreement in their name and be able to provide required identification and income documentation.  Households must be in good standing with their lease agreement, other than non- payment of rent. Household not in good standing for other reasons, may receive assistance if it can be confirmed that the lease violation can be mediated and eviction will not take place.  Households must show a need for assistance and those with sufficient, readily available savings, may receive a reduced amount of assistance or be denied assistance. Eligible payments; maximum amount of assistance

 Rent and utility payments up to three months of assistance, capped at $2,000 per household/rental unit, with the following stipulations: o Rental payments will be made directly to the property owner/manager and can only include rent incurred on March 27, 2020 or thereafter. No fees for other services, tenant maintenance, storage fees, etc. will be considered as rent. o Utility payments for gas, electric, and/or water/sewer will be paid on the applicant’s behalf directly to the utility company and can only include bills for service incurred on March 27, 2020 or after. No additional payments will be made to utility companies for future usage and payments for other utilities, such as cable, phone, or internet, are not applicable. o If past due rent and utilities exceed the $2,000 cap, the applicant may choose where the assistance is provided, as long as the chosen assistance method prevents eviction. Applicant may choose to enter into a repayment agreement with the owner/manager and/or utility companies for any unpaid amounts or amounts owed prior to March 27, 2020. o Households can have up to $5,000 in a readily available account (cash on hand). Households with $5,000 or more of cash on hand, will not be eligible for assistance. Exceptions for larger families would be considered for administrative approval. Duplication of benefits

 Applicant will be required to complete a Consent and Release Form, as well as a Duplication of Benefits Affidavit.  The City of Cedar Rapids will check all known available sources of funding and enter the applicants information into the HMIS for additional tracking by other entities receiving funding. 66

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Alternate Contact Person: Jennifer L. Winter Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: CONSENT AGENDA Resolution amending Resolution No. 1457-10-15 to adopt the Administrative Plan for any and all property acquisition projects as required by the Hazard Mitigation Grant Program. CIP/DID #655000-00

EnvisionCR Element/Goal: ProtectCR Goal 1: Protect Cedar Rapids from flooding and other hazards.

Background: Resolution No. 1457-10-15, dated October 6, 2015, approved and adopted an Administrative Plan to comply with a condition of the Hazard Mitigation Grant Program (HMGP) for one property only, located at 4264 Cottage Grove Parkway SE. At this time, the City proposes to adopt this Administrative Plan for any and all voluntary property acquisitions administered by the Iowa Homeland Security and Emergency Management Department (IHSEMD).

Action/Recommendation: The Public Works Department recommends adopting the resolution to amend Resolution No. 1457-10-15, to include any and all property acquisition projects as required by the Hazard Mitigation Grant Program.

Alternative Recommendation: None.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: 655000-00

Local Preference Policy: NA Explanation: Presented at the June 2015 Infrastructure Committee. ENG FIN 655000-00 331006-00

RESOLUTION NO. LEG_NUM_TAG

RESOLUTION AMENDING RESOLUTION NO. 1457-10-15 BY ADOPTING THE ADMINISTRATIVE PLAN FOR ANY AND ALL VOLUNTARY PROPERTY ACQUISITIONS FUNDED UNDER THE HAZARD MITIGATION GRANT PROGRAM

WHEREAS, as a condition of the Hazard Mitigation Grant Program administered by Iowa Homeland Security and Emergency Management Department, the City of Cedar Rapids is required to complete and submit an approved Administrative Plan which sets forth the policy and procedure for voluntary property acquisitions, and

WHEREAS, on October 6, 2015, Resolution No. 1457-10-15 approved and adopted the Administrative Plan for voluntary property acquisition funded Under the Hazard Mitigation Grant Program only for the property located at 4264 Cottage Grove Parkway SE, and

WHEREAS, the City desires to adopt the Administrative plan dated October 6, 2015, for any and all voluntary property acquisitions funded under the Hazard Mitigation Grant Program, and

WHEREAS, the Administrative Plan dated October 6, 2015 shall remain in force and effect until amended, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that Resolution No. 1457-10-15 is hereby amended to adopt the Administrative Plan for any and all voluntary property acquisitions funded under the Hazard Mitigation Grant, and is attached hereto and made part of this resolution.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature ADMINISTRATIVE PLAN Voluntary Property Acquisition Funded Under the Hazard Mitigation Grant Program

CITY OF CEDAR RAPIDS, IOWA

ADOPTED BY THE CITY OF CEDAR RAPIDS COUNCIL ON OCTOBER 6, 2015

Prepared by Rita Rasmussen, Real Estate Services Manager 1 Program Summary

On the 14th day of July, 2015, the City of Cedar Rapids City Council authorized the submission of a Hazard Mitigation Grant Program application to the Iowa Homeland Security and Emergency Management (HSEMD) for the purpose of obtaining federal/state financial assistance under the Robert T. Stafford Disaster Relief and Emergency Assistance Act (PL93-288, as amended) and the Code of Iowa, Chapter 29C.

This outline of procedures was created to explain how the program would operate. The City of Cedar Rapids is committed to making this program work as quickly as possible so that the affected property owners may promptly make their property decisions with as much information as is available.

Voluntary Acquisition Program

Funding for this program requires that certain conditions are met in order for it to be on a voluntary basis. Since this is a voluntary acquisition that is funded under the Hazard Mitigation Program, the City of Cedar Rapids is exempt from following the processes and notices to owners required for acquisition by the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (hereinafter referred to as URA). However, tenants will be provided assistance in compliance with the URA since relocation is involuntary to them.

A voluntary acquisition program, in order to be exempt from the Uniform Act, must make offers to purchase on a willing buyer/willing seller basis. That is, if the seller rejects the offer, the City of Cedar Rapids will not pursue acquisition of the property by using its eminent domain powers. In addition, the City of Cedar Rapids must not be purchasing the property for a known project. The City of Cedar Rapids will use the same criteria for purchases in all cases for this program.

All property owners must sign a voluntary participation statement submitted with the HMGP application.

Purchase Price

The City of Cedar Rapids is using FEMA’s Property Acquisition and Relocation for Open Space (44 CFR, Part 80) guidance by utilizing an appraised post flood fair market value of the property for this voluntary acquisition program. An appraisal has been completed in accordance with the Uniform Standards of Professional Appraisal Practice (USPAP) to determine the market value offered.

Property owners who purchased the property after the flood event or property owners who are not a US National or qualified alien will be offered current fair market value (post flood – as of the date of the purchase offer) in accordance with Part 80. This value will be determined by a USPAP appraisal procured and approved by the community and grantee.

2 Situations where large variations in appraised vs. assessed value are noted must be handled on a case by case basis, as Sub-grantees must seek to prevent participation in the project for the sole purpose of profit.

In a situation where a property owner is purchasing a property from the deed holder on contract, the contract purchaser is considered to be the owner. If the contract purchaser abandons the property and “defaults” on the contract after a flood event, ownership reverts to the deed holder. This is considered a change in ownership, and only current market value may be offered. Similarly, in a foreclosure situation that took place after a flooding event, the foreclosing bank may only be offered current market value.

Property owners are not under any obligation to sell their property to the City and, an appeal process is in place to permit other information, including independent appraisals and updated information from the assessor to be submitted for the City consideration. HSEMD must be made aware of and approve the resolution to any appeal.

Definition of Owner-Occupant

The City will make its initial offers to purchase to owner-occupants of flood-damaged residential property. An owner-occupant is defined as follows:

1. Holds title to the property with valid deed or valid real estate contract that pre-dates the flood event.

2. Continues to hold title to the property to the date of the City’s offer to purchase,

3. Will certify to having lived in the house as his/her/their primary* residence as of the date of the flood event.

* - Primary is defined as the owner’s principal place of residence. The owner must have resided at the site at least six months plus one day out of the previous twelve months to be considered primary*. This will be verified in order of preference by 1) Homestead Exemption on the property; 2) Income tax returns; or 3) Owner-signed certification stating that the property is their primary residence.

For situations involving a contract purchaser and deed holder, the contract purchaser must be in a position to have the deed transferred to the community upon closing. For this reason, the deed holder’s participation will be necessary at some point in the acquisition process.

Definition of Investor-Owner

If applicable, the City will make offers to purchase to investors-owners of the selected flood- damaged residential property. An investor-owner is defined as follows:

1. Holds title to the property with valid deed or valid real estate contract that pre-dates the flood event, 3 2. Continues to hold title to the property to the date of the City’s offer to purchase and did not occupy the unit as of the date of the flood event,

3. The investor-owner shall provide the City with additional information as may be required by the Cit, including available information on any tenants.

What is to be Acquired

The City will acquire all land and improvements associated with the properties subject to this program. For any commercial property acquired under this program, the City will complete an environmental review (beginning with a Phase 1 Environmental Site Assessment) to certify that the property is clean. This documentation must be provided to HSEMD and FEMA for approval prior to the City’s acquisition. This requirement will also apply to any residential property for which suspicion of contamination from hazardous materials exists.

Pre-Acquisition Activities

The City shall undertake a number of activities relating to each property prior to making an offer to purchase. Briefly, these activities are:

1. Determine post flood market value as described above in “Purchase Price”. Ensure homeowner is either a National of the United States or qualified alien before offering the current fair market value for the property, per 44 CFR part 80.17.

2. Identify the owners who want their property to be considered for acquisition.

3. After the property owner indicates their interest in participating in the voluntary acquisition program, the City will:

a. Prepare a schedule of property values for all properties in the project.

b. Order an abstract update and title opinion.

c. Work with FEMA through HSEMD as well as the Small Business Administration (SBA) to obtain information on the proceeds received through those agencies’ programs for each property.

4. Complete all pre-acquisition items on the Pre-Acquisition / Demolition Checklist.

a. Obtain a “notice to proceed” with acquisition & demolition from HSEMD

b. These items must be complete prior to acquisition to ensure compliance with 44 CFR part 80.17(d) which states that incompatible facilities (improvements to property) must be removed within 90 days of acquisition.

4 Timing of Offers

The City will make offers to purchase to willing and eligible property owners after completion of the aforementioned pre-acquisition activities. It is anticipated that offers will be delivered to eligible owners as quickly as possible.

Offer

The City will make its purchase offer in substantially the same form as used with other City purchases of property, and including appropriate terms as provided by or required by the participating State and Federal agencies. Important policy elements of the offer are:

1. Purchase Price: The pre-flood or current USPAP appraised value of the real estate, or as defined in “Purchase Price”. Ensure homeowner is either a National of the United States or qualified alien before offering pre-flood market value for the property, per 44 CFR part 80.17. Refer to previous section to address properties that will be offered an amount other than pre-flood value.

2. Deduction from Purchase Price: As applicable, insurance proceeds for real estate damage, other public payments as determined by FEMA that represent a duplication of payment for the real estate, property taxes due and owing, and other payments required to clear special assessments, liens or judgments, will be paid prior to closing or deducted from the HUD-1 settlement statement at the time of closing. The purchase offer should not be reduced by these amounts; instead the HUD “proceeds to the seller” column will be adjusted. The City will receive individual determinations by FEMA and SBA of the deductions or credits on FEMA and/or SBA funds already disbursed.

3. Closing and Possession: The City will not close and take possession of a property until the house is uninhabited by the seller(s) and all personal property has been removed from the property.

In order to accomplish this transfer of ownership and possession in a manner that does not place the sellers or the City in a position of financial risk or other liability, a process was designed to use a closing agent to manage the acquisition by the City together with the move to a replacement housing location.

After the City and the seller have executed the Offer to Purchase, the property has been inspected as needed, notices and meetings with tenants conducted and the deed to the property has been drafted, the documents will be delivered to the closing agent to retain until the buyer and seller have agreed on a closing date. It is optimal (but not necessary) for the seller to have purchased a replacement dwelling or have found other accommodations so that closings may be concurrent. The closing can occur when the title and close-related issues are satisfied.

5 Offer Form

The City will provide a written purchase price at the time an offer to purchase is presented. An example of the form that will be used is attached - Purchase Offer Form. Essential factors in the form include:

Closing Date – A mutually agreed upon date by the City and the seller to close on the property.

Clear Title – The seller must provide clear title to the City satisfaction before the closing can occur. The seller must convey by warranty deed. Title insurance in the form of a title guaranty certificate must be obtained through Iowa Title Guaranty prior to closing. Although this certificate is not required by Iowa law, it is required by the HMGP Acquisition program.

Eligibility – The City must certify the property owner is either a National of the United States or qualified alien before offering the current fair market value for the property.

Expiration Date – The City will allow two weeks from the date the offer is made for the seller to decide whether to accept. The City will permit an extension of the expiration date, if requested in writing by the owner, up to an additional two weeks. It is the intention of the City to make as many offers as quickly as possible. Sellers will be reminded that if they do not want to accept the offer, they must let the City know as soon as possible.

Property Inspection – The seller will grant access to the City to inspect the flood damaged property for personal property, hazardous materials, etc. that must be removed prior to closing.

Removal of Debris – The seller agrees to remove, at their expense, prior to closing, all vehicles and vehicle parts, firewood, construction material debris, and other personal property located on the site.

Relocation Outside the Floodplain – To be eligible for Replacement Housing Benefits, the seller is required to purchase or rent a comparable decent, safe and sanitary housing unit within 6 months of acceptance of the City Offer that is located outside of the regulatory SFHA / Zone A or AE, NFIP Flood Hazard map boundaries. Only one replacement housing benefit per replacement housing unit is allowed. (i.e. – if two displaced individuals move into one replacement housing unit, they are only eligible for one replacement housing benefit). Compliance with the requirements set forth in 49 CFR part 24 is required.

Subject to Approval of the City Council – The offer is subject to the City Council approval of the form of offer and the specific offer terms for each property.

6 Appeal of Offer Price

If, after the presentation of the offer, the seller believes the offer price is incorrect due to factual errors and/or can present additional information directly relating to the fair market value, the City will have an appeal process as described below:

The seller may appeal the estimate of fair market value after presentation of the City’s offer to purchase and before the expiration date of the offer to purchase. Within two weeks of the City’s offer to purchase, the seller shall present a written statement which includes the reason for the appeal such as factual information and any data that support the reason for the appeal to increase the offer price. HSEMD must be made aware of and approve the resolution to any appeal that will cause a deviation from the approved scope of work or budget.

The seller or community must assume the responsibility of securing an appraisal (at pre- flood value if applicable) from a USPAP certified appraiser approved by the City. The cost of the appraisal will be the responsibility of the seller. The seller will understand that the pre-flood appraised value will be taken under consideration after the total project budget expenses are known and any revision in the acquisition offer will be subject to City Council approval. The seller is NOT guaranteed that the appraisal price will be used to determine the offer price, and should anticipate that the City will not exceed its total project budget.

Within 30 days of filing the written appeal statement, the seller must provide the appraisal report to the City for review. The seller may submit a written request to the City for a 14- day extension to allow the additional time necessary to secure the appraisal. In the case that the seller exceeds the 30-day period to obtain and submit the appraisal, and does not provide a written request for an extension, the original offer to purchase price will prevail.

NOTES: (1) The federal program only allows the “as is” purchase price if purchased within a year of the Sub-applicant’s offer. If the property was purchased post-flood, an appraisal reflective of current market value must be used to determine market value. Appeals to the current market value may be considered, however any costs above the current market value will be the responsibility of the community. The only exception may be if a property has been improved since its purchase. HSEMD must be made aware of and approve any appeals that will deviate from the approved scope of work or budget. (2) If the City chooses to offer more than what the program funds will pay, the portion over the allowed amount will be the responsibility of the City.

Process After Offer is Accepted

If the property owner accepts the City’s offer, the following will be undertaken:

1. The seller will provide the City with the property abstract or, if necessary, the City will obtain a new 40-year abstract buyer’s expense.

2. The City will forward the abstract or request for a new abstract to a City Right of Way Title agent that will function as the program’s closing agent.

7 3. The agent will be responsible for ordering the abstract work, issuing a title opinion, transmitting the title opinion to the property owner and providing sample forms of affidavits and releases. Upon receipt of the necessary title-clearing documents from the seller, the agent will prepare a closing statement utilizing the HUD-1 Settlement Statement Form, and set up the closing. The City will notify the Grant Administrator of the pending closing in order to undertake the required property inspections and prepare appropriate requisitions.

4. The agent will not close the transaction and the City will not take title to the subject property until the buyer and seller have come to an agreement on the date of the closing. Optimally the displaced property owner will locate a replacement property, obtain an accepted offer on that property, and have prepared to move into the replacement property so that closings on the displacement and replacement dwellings can be concurrent. The intention for this process is that the City wishes to arrange to take title to the flood damaged properties when the owner is ready to vacate and take possession of their chosen replacement property.

5. The warranty deed and deed restrictions will be recorded with the County Recorder.

Acquisition Staff

The Acquisition staff, supplied by the Grant Administrator, will present the offer in person and be available to answer questions. After the offer is made, the Notice of Relocation Eligibility will be presented and the Grant Administrator will inspect the property.

If the offer is rejected and the property owner chooses not to sell the property, the acquisition staff will close the property’s file and ‘de-obligate’ the funds reserved for the property’s acquisition and relocation payments.

Contract Services

A number of the activities will be managed by City staff. However, the City shall hire a services to be performed on a contractual basis to assist in the acquisition program. The services contracted for, or to be contracted for are:

1. Title abstracts 2. Demolition work - Asbestos Testing/Survey and Monitoring - Asbestos Abatement (if necessary) - Structure Removal 3. Appraisals

8 Property Management

Summary The City will undertake certain property management activities upon the acquisition of those voluntary-participating, flood-damaged properties that the owners choose to sell. It is the intention of the City to minimize its costs and risks in managing the properties when acquired.

Inspections The form of the Offer to Purchase provides that the City will have the right to inspect the premises once the seller accepts the offer. The purposes of the inspection are to determine if there are any hazardous materials on site, serious safety risks or unique fixtures to the property that the City would need to deal with upon its acquisition.

A further requirement of the Offer to Purchase provides that the seller agrees to remove from the property, at their expense and prior to closing, all vehicles, wood, construction materials, debris and personal property. The purpose of this provision is to ensure that the City is not burdened with the cost and risk of injury or expense of removal of the abandoned personal property.

Salvage Salvage by the City will not occur without a compelling reason, as this is considered to be program income and reduces the Federal cost share of the project. Salvage rights will be awarded to the demolition contractor in an effort to reduce demolition costs. The City retains the right to sell part or all of the structure following transfer of title from the owner and prior to demolition. Revenue from salvage will be considered program income and treated accordingly.

Demolition The City will comply with the “Public Assistance Demolition Guide” that was provided by HSEMD for demolition completion. All acquired property will be returned and maintained as open space in accordance with 44 CFR part 80 and the FEMA Hazard Mitigation Assistance Unified Guidance.

Program Close-Out Once the owners of all eligible properties have been contacted and acquisitions / demolitions have either been completed or declined, a review of the files will be completed by staff following the clearing of all fixtures from the subject properties. Any program revisions that may have occurred will be noted in the Administrative Plan and all files will be kept in accordance with the Community’s standard file policies and procedures. A final project and grant closeout meeting between the community and HSEMD will be coordinated. At completion of the grant activities, the community shall provide the following to FEMA through the State:

 A photograph of the property site after project implementation  A copy of the recorded deed and attached deed restrictions  Latitude and Longitude coordinates for each property

9 Relocation

Overview

The Relocation portion of this document will describe the City’s provision of relocation assistance for the residential properties that are purchased. Benefits will be made available as described below. Compliance with the provisions of 49 CFR part 24 is required.

Funding Sources

The City will be utilizing federal, state, and local funding in order to provide relocation benefits for properties that are actually acquired.

Relocation Assistance Program for Owner-Occupants

The voluntary nature of this program does not obligate the City to provide relocation benefits. However, the City has opted to provide relocation benefits to pre-flood primary owner-occupants who accept the City’s offer to purchase their flood damaged residential property. These benefits will help the owner-occupants secure replacement housing. It is anticipated that almost all owner- occupants will be able to use the relocation assistance as a major source of funds to purchase decent, safe and sanitary replacement housing of comparable size and capacity outside of a 100- year special flood hazard area.

1. Eligibility – Subgrantee: The City will demonstrate that all of the following circumstances exist:

a. Decent, safe and sanitary housing of comparable size and capacity is not available in non-hazard prone sites within the community at the anticipated acquisition price of the property being vacated; and/or

b. The project would otherwise have a disproportionately high adverse effect on low income or minority populations because project participants within those populations would not be able to secure comparable decent, safe and sanitary housing; and

c. Funds cannot be secured from other more appropriate sources, such as housing agencies or voluntary groups.

To comply with requirements of the Hazard Mitigation Assistance Unified Guidance, an analysis of the market value of a sampling of homes comparable to those included in the project but located outside of the SFHA will be completed (“market analysis”). The differential in market value between these comparable homes and the fair market value of homes included in the project will be used to establish a ceiling for the replacement housing supplemental payment for owner occupants.

2. Eligibility – Owner-Occupants: In order to be eligible for the owner-occupant supplemental payment, the owner-occupant must:

10 a. Accept the City’s offer to purchase.

b. Meet the definition of owner-occupant.

c. Purchase or rent a decent, safe and sanitary housing unit within 6 months of acceptance of the City’s Offer that is located outside of Zone A, NFIP Flood Hazard map boundaries.

3. Determination of Benefits: The City will provide relocation benefits for owner- occupants in the form of a Replacement Housing Benefit Payment. The Replacement Housing Benefit is for the purchase or rental of a comparable unit. A Notice of Relocation Eligibility explaining the specific benefits to the owner-occupant will be made in person by the Relocation staff after the City’s offer to purchase the flood damaged property is presented. The seller will be asked to sign a receipt for the Notice. The Notice will contain a “180 Day Eligibility Provision” notifying the owner of the expiration date of the Replacement Housing Benefit.

4. Replacement Housing Payment/Purchase: The City will make a Replacement Housing Benefit Payment based on the owner-occupants purchasing replacement housing which is decent, safe, sanitary and comparable in size and capacity within 6 months from the owner-occupant’s acceptance of the City’s offer to purchase the flood damaged property. The payment amount of the Replacement Housing Benefit cannot exceed the lesser of what is allowed by the City market analysis, or $31,000. The amount is based on need, and is limited to one benefit per replacement property. In situations where a property owner is interested in renting, replacement housing benefits may be used towards a rental instead of a purchase.

5. Timing of Release of Replacement Housing Benefit Payment: The payment will be released only after the closing on the property the City is purchasing from the owner- occupant and at the closing on the replacement house. If a replacement unit is not purchased within 6 months of the owner-occupant’s acceptance of the City’s offer to purchase the flood damaged structure, the relocation money will be made available for additional acquisitions. The owner-occupant may request an extension of the six- month period, to the Relocation staff, if he/she can show good reason as to why the replacement has not been purchased.

6. Purchase of Replacement Housing Unit Before the City makes Offer to Purchase: If an owner-occupant wants to purchase another house before the City makes its offer, the purchase is at the owner’s risk. If the City then makes its offer to purchase the flood damaged property and the owner accepts, the replacement unit previously purchased must be outside of a 100-year special flood hazard area and pass a decent, safe and sanitary inspection to qualify for the Replacement Housing Benefit. Adjustments to the Replacement Housing Benefit, as described below, will be made as required.

11 The Replacement Housing Benefit Payment will be made at the closing of the City’s purchase and upon submission of a deed or other evidence acceptable to the City of the amount paid for the replacement housing unit.

7. Adjustments to the Replacement Housing supplemental payment: If the replacement housing unit costs less than the combined total of the City’s purchase price and the maximum Replacement Housing supplemental payment, the City will reduce the Replacement Housing supplemental payment as necessary so that the sum total of displacement property purchase price and replacement housing benefit equals the cost of the replacement housing unit. As a result, the total of the City’s purchase price and the Replacement Housing Benefit equals the cost of the replacement housing unit. If the cost of that unit is less than the City’s purchase price of the flood damaged structure, a Replacement Housing supplemental payment cannot be paid.

For instance, the owner-occupant receives $30,000 as the purchase price of the flood damaged property and qualifies for up to $15,000 Relocation Housing supplemental payment per the market analysis. The owner-occupant then purchases a replacement housing unit for $38,000; the City will provide $8,000 as the Replacement Housing supplemental payment. If the replacement housing unit cost was less than $30,000 (the City’s purchase price for the flood damaged property), the owner-occupant would not receive a Replacement Housing supplemental payment.

If the replacement housing unit costs less than the total City payment for acquisition and the Replacement Housing supplemental payment, but requires repairs to make it decent, safe and sanitary, the City will let the owner-occupant use the balance of the supplement to have those specific repairs completed. In addition, when the replacement housing unit costs less than the total of the City’s acquisition and total potential replacement housing amount, the City will permit the replacement housing payment, as needed, to be used to pay eligible closing costs on the replacement housing unit that represent costs normally paid by the buyer. It will not include items such as pre-paid interest points or mortgage insurance.

If the maximum relocation assistance payment is not required to purchase the replacement dwelling selected by the displaced person, certain costs can be considered as part of the replacement unit’s purchase price, for the purposes of this program only, when calculating the Replacement Housing Benefit Payment. Eligible costs are those costs necessary to correct decent, safe and sanitary deficiencies. If the comparable replacement dwelling lacks a major exterior attribute of the displacement site (such as a swimming pool / garage / handicap accessibility or the site is significantly smaller) the value of the attribute may be subtracted from the acquisition cost of the displacement dwelling for the purposes of computing the payment.

Excluded are the costs of a cosmetic nature, including general remodeling, carpeting, “updating”, siding, window treatments and other items. The displaced person must provide satisfactory evidence of the construction costs of the functionally similar item(s) and a construction schedule which must be approved before the funds can be authorized for release.

12 8. Mobile Homes: The owner-occupant may purchase a mobile home and qualify for the Replacement Housing Benefit provided that the unit is decent, safe and sanitary. If the purchase price is less than the combined total of the City/’s acquisition price for the flood damaged structure and maximum Relocation supplemental payment, the Replacement Housing supplemental payment will be adjusted to reflect the actual purchase price of the mobile home and lot.

If the mobile home lot is rented, the City will make a payment based upon the lesser cost of the actual lot rent for 42 months or $5,250 and the cost of the mobile home in determining the Replacement Housing supplemental payment. The total Replacement Housing supplemental payment paid for a mobile home and lot, whether purchased or rented, will not exceed the maximum appropriate Replacement Housing supplemental payment.

9. Payment After Death: The City will pay the approved Relocation Housing supplemental payment to the heirs and assigns, if the other family members were living in the flood damaged unit when the offer was made and if they will occupy the replacement housing unit which is being purchased. The purchase agreement on the replacement housing unit must have been accepted if the closing has not yet occurred.

10. Decent, Safe and Sanitary Standard: All owner-occupants receiving the Replacement Housing supplement must relocate to housing units that are decent, safe and sanitary. The decent, safe and sanitary standard is modeled after HUD Housing Quality Standards. The decent, safe and sanitary inspection is not a certification or guarantee of the house’s condition or of its major systems (such as heating, plumbing and electrical). A qualified individual will inspect the items that are specifically listed in federal regulations 49 CFR, Part 24.

After the owner-occupant has an accepted purchase agreement for the housing replacement unit and has received the City’s offer to purchase the flood damaged property, he/she is to contact the Grant Administrator staff to schedule the decent, safe and sanitary inspection. The owner-occupant will also provide the name and phone number of the person who can provide access to the property.

It may take several days for the actual inspection to take place. If the house is located outside the area, it will be necessary for the City to work with the nearest local public agency to schedule an inspection.

When the decent, safe and sanitary inspection is made of the replacement housing unit, the inspector will provide a list of items that are violations. Many of the violations can be solved quickly and inexpensively and should not cause the sale to be lost. Common problems are missing hand rails, improperly vented water heaters, missing light switch cover plates and water heater drip legs, copper gas lines and exposed wiring. It is the responsibility of the buyer and seller to reach an agreement as to who pays for the required repairs.

13 Tenant Relocation Benefits Program The City will provide relocation assistance in conformance with the Uniform Act in concert with the Robert T. Stafford Disaster Relief Act of 1974 provisions for tenants of the flood damaged property. The tenants of the flood damaged property are considered to be involuntarily displaced when the City accepts an offer to purchase the flood damaged property. Accordingly, the City will award Tenant Relocation Benefit standards for eligible tenants in accordance with the URA regulations.

1. Eligibility: To be eligible for the Tenant Residential Relocation Benefits, the tenant must:

a. Have been, as of the date of initiation of negotiations, a legal residential occupant of the flood damaged property for which the City Council has approved acceptance of the purchase offer.

b. The tenant can prove evidence of the tenancy for a minimum of 90 days prior to the initiation of negotiations.

c. Purchase or rent a decent, safe and sanitary replacement housing unit that is located outside of Zone A on NFIP Flood Hazard maps.

2. Determination of Benefits: The relocation staff will determine benefits in accordance with the Uniform Relocation Act and funding source requirements, which will not exceed $5,250 (unless housing of last resort provisions are utilized if approved by HSEMD and FEMA Region VII).

3. Replacement Housing Requirements: All tenants receiving the Replacement Housing Benefit must relocate to housing units that are decent, safe and sanitary and are located outside of Zone A on NFIP Flood Hazard maps.

The decent, safe and sanitary inspection is not a certification or guarantee of the housing unit’s condition or of its major systems (such as heating, plumbing and electrical). A qualified individual will inspect, at minimum, the items that are specifically listed in federal regulations (49 CFR, Part 24).

4. Moving Expense Payment: In addition, the City will reimburse moving expenses once the tenant relocates into a replacement dwelling. Actual expenses may be reimbursed, or an advance / reimbursement may be based on the Federal Highway Administration’s Fixed Residential Moving Cost Schedule.

Post-Settlement Transfer of Property Interest The community understands that transfer of property interest will only be considered if the transferee meets the requirements stated in 44 CFR §80.19(b). After acquiring the property interest, the community (including successors in interest) shall convey any interest in the property only if the FEMA Region VII Regional Administrator, through the State of Iowa, gives prior The transferee must be another public entity or a qualified conservation organization. A qualified conservation organization means an organization with a conservation purpose where the 14 organization maintained that status for at least 2 years prior to the opening of the grant application period that resulted in the transfer of the property interest to the community, pursuant to §170(h) (3) and (4) of the Internal Revenue Code of 1954, as amended, and the applicable implementing regulations. The transferee must document its status as a qualified conservation organization, where applicable. Any request to convey any interest in the property must include a signed statement from the proposed transferee that it acknowledges and agrees to be bound by the terms of the original mitigation grant conveyance, 44 CFR Part 80 and Hazard Mitigation Grant Program programmatic guidance, and must reference and incorporate the original deed restrictions providing the notice of conditions. The statement must also incorporate a provision for the property interest to revert to the community or State in the event that the transferee ceases to exist or loses its eligible status as defined in 44 CFR §80.19.

Monitoring Reporting and Inspection

HSEMD and the community will work together to ensure that the property is maintained in accordance with land use regulations. Every 3 years, the community must submit documentation to the FEMA Region VII Regional Administrator, through the State of Iowa, certifying that the community has inspected the property with the month preceding the report and that the property continues to be maintained consistent with the provisions of the grant. The State, FEMA and the community have the right to enter the parcel, with notice, in order to inspect the property to ensure compliance with land use regulations.

Relocation Staff

For the owner-occupants participating in the voluntary acquisition program, the Relocation staff, provided by the Grant Administrator, will present the Notice of Relocation Eligibility in person after the City’s offer to purchase is made. They will be available to answer questions at that time and on a phone basis, as needed.

Relocation staff will work with identified tenants if and when investors-owners of residential properties accept Offers to Purchase made by the City.

Records Retention and Audit Requirements

Records will be maintained for a minimum of three years from the date that HSEMD provides written notification to the City that the grant has been closed. Records retention must comply with the 44 Code of Federal Regulations (CFR), Section 13.26. Audit requirements will be in accordance with the Single Audit Act Amendments of 1996 and OMB Circular A-133 (provisions of June 1997).

15 77

Council Agenda Item Cover Sheet

Submitting Department: City Council

Presenter at Meeting: Mayor Brad Hart

Contact Person: Mayor Brad Hart Cell Phone Number: 319-775-7938 E-mail Address: [email protected]

Description of Agenda Item: CONSENT AGENDA Resolution authorizing an additional $15,000 contribution to the Creating Safe, Equitable, and Thriving Communities Fund administered by the Greater Cedar Rapids Community Foundation, for the ReSET 2020 Youth & Family Challenge. CIP/DID #CD-0047-2018

EnvisionCR Element/Goal: GrowCR Goal 4: Communicate and collaborate with regional partners.

Background: This resolution authorizes a $15,000 contribution for the ReSET 2020 Youth & Family Challenge. This is in addition to the City’s $100,000 annual commitment to the Creating Safe, Equitable, and Thriving Communities Fund, as approved by City Council on October 23, 2018.

Due to the COVID-19 pandemic, programs that generally engage young people are being cancelled, and the models that usually work to reduce violence are being disrupted by the need for social distancing. Rachel Rockwell, SET Program Officer at the Greater Cedar Rapids Community Foundation, has been meeting with SET grantees to identify ways they could pivot their work in response to this new reality. Together, the SET grantees and other local nonprofit, government and community partners have developed a response that is viable during the pandemic.

The ReSET 2020 Youth & Family Challenge provides outreach to individuals and families who are most likely to be impacted by violence, connecting youth and family to programing, and connecting programs to each other to work together to reduce the violence. Key programming elements will follow research-based violence intervention methods, and include programming that targets households with elevated risk of violence, anti-violence messaging from credible community leaders, engagement through a street outreach team for regular check-ins, care packages and porch talks, incentives and awards for participation, and reliable intervention methods.

The Community Foundation has already contributed to this effort by increasing the SET Program Officer position to full-time for three months, beginning in May. In addition to support from the City of Cedar Rapids for $15,000, Linn County also approved $15,000 on Wednesday, May 20.

Action/Recommendation: City staff recommends approval of resolution. Alternative Recommendation: City Council may table and request additional information.

Time Sensitivity: NA

Resolution Date: 05/26/20

Budget Information: City Council budget

Local Preference Policy: (Click here to select) Explanation: NA

Recommended by Council Committee: (Click here to select) Explanation: NA CD FIN CNC PD CD-0047-2018 CM003-16

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, on January 26, 2016, the Cedar Rapids City Council adopted Resolution No. 0100-01-16 to establish the Safe, Equitable, and Thriving (SET) Communities Task Force to study and evaluate ways to address poverty in Cedar Rapids, in order to ensure that our communities will be safer, more equitable, and a place where all people can thrive, and

WHEREAS, the Task Force was comprised of 19 members appointed by the Mayor and City Council, and

WHEREAS, on February 14, 2017, Task Force members presented the resulting report with a variety of recommendations to the City Council, and

WHEREAS, the City Council desires to continue to coordinate with Linn County and the Cedar Rapids Community School District on addressing systemic poverty and equity issues throughout the community through the establishment of the Creating Safe, Equitable, and Thriving Communities Fund (the "Fund"), and

WHEREAS, the City Council approved the Fund Agreement for the Creating Safe, Equitable, and Thriving Communities Fund, on October 23, 2018 by Resolution No. 1356-10-18, and

WHEREAS, the Fund serves as a grant source to solicit, cultivate, and nurture funding opportunities for activities that will reduce youth violence and improve opportunities for our youth and broader community, and

WHEREAS, the Fund is jointly funded annually by the City of Cedar Rapids ($100,000), Linn County ($100,000), and the Cedar Rapids Community School District ($25,000) and administered by the Greater Cedar Rapids Community Foundation, and

WHEREAS, a Policy Committee and Grant Committee was established for the Fund with representation of the funding organizations and diverse community representation, and

WHEREAS, the City Council appointed the following representatives to the Policy and Grant Committees:

 Policy Committee: Mayor Brad Hart and Councilperson Dale Todd  Grant Committee: Councilperson Ashley Vanorny

WHEREAS, the City Council approves an additional $15,000 for the ReSET 2020 Youth & Family Challenge which will provide outreach to individuals and families most likely to be impacted by violence, as detailed in Exhibit A attached;

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, authorizes payment of $15,000 for the Creating Safe, Equitable, and Thriving Communities Fund. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature Exhibit A ReSET 2020 Youth & Family Challenge The Creating Safe, Equitable & Thriving Communities Fund awarded grants to seven initiatives at the end of 2019 that address violence reduction. These grants are largely focused on engaging youth who at risk of community violence with supportive mentoring and other programming.

Unfortunately, across the country, community violence is escalating as a result of the pandemic. Programs that generally engage young people are being cancelled, and the models that usually work to reduce violence are being disrupted by the need for social distancing. Rachel Rockwell, SET Program Officer at the Greater Cedar Rapids Community Foundation, has been meeting with SET grantees to identify ways they could pivot their work in response to this new reality. Together, the SET grantees and other local nonprofit, government and community partners have developed a response that is viable during the pandemic.

The ReSET 2020 Youth & Family Challenge provides outreach to individuals and families who are most likely to be impacted by violence, connecting youth and family to programing, and connecting programs to each other to work together to reduce the violence. Key programming elements will follow research-based violence intervention methods, and include programming that targets households with elevated risk of violence, anti-violence messaging from credible community leaders, engagement through a street outreach team for regular check-ins, care packages and porch talks, incentives and awards for participation, and reliable intervention methods.

SET grantees and others have shared responsibility for the programming pivot. Some of the existing SET grants will support the work, but additional funding is needed to support the incentives to participation. The Community Foundation has already contributed to this effort by increasing the SET Program Officer position to full-time for three months, beginning in May. In addition to support from the City of Cedar Rapids for $15,000, Linn County also approved $15,000 on Wednesday, May 20. 88

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Brenna Fall, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 538-1076 E-mail Address: [email protected]

Description of Agenda Item: CONSENT AGENDA Resolution directing preparation of detailed plans, specifications, form of contract and notice to bidders for the 2020 Sidewalk Infill Project. CIP/DID #3012074-00

EnvisionCR Element/Goal: ConnectCR Goal 3: Establish a network of complete streets.

Background: There are currently gaps in the existing sidewalk system of Cedar Rapids. To improve connectivity, this project will install sidewalk infill at various locations throughout the City. The assessments will cover the cost of sidewalks assessable by policy.

This action continues the proposed improvement project and the related special assessment process. A public hearing was held on May 12, 2020 and a resolution to adopt the preliminary assessment was approved.

Action/Recommendation: Public Works Department recommends adoption of the resolution directing preparation of detailed plans and specifications on or after May 26, 2020.

Alternative Recommendation: Do not approve the subject resolution. However, this action would conflict with the intent to proceed with the project as evidenced by adopting the preliminary assessment.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: 301/301000/3012074 NA

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA ENG 3012074-00 3012074-03

RESOLUTION NO. LEG_NUM_TAG

RESOLUTION DIRECTING PREPARATION OF DETAILED PLANS, SPECIFICATIONS, FORM OF CONTRACT AND NOTICE TO BIDDERS FOR THE 2020 SIDEWALK INFILL PROJECT

BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA:

That the City of Cedar Rapids Public Works Department is hereby ordered and directed to prepare and file with the Clerk detailed plans and specifications for the construction of the 2020 Sidewalk Infill Project (CIP No. 3012074-00).

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 999

ourCouncil Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Contact Person: Jennifer L. Winter Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: CONSENT AGENDA Resolution setting a public hearing date for June 9, 2020, to consider the partial vacation of a 0.06-acre storm sewer and drainage easement located at 10740 High Life Court SW as requested by Road Machinery & Supplies Co. CIP/DID #EASE-030446-2020

EnvisionCR Element/Goal: InvestCR Goal 4: Grow a sustainable, diverse economy by supporting businesses, fostering entrepreneurism, and targeting industry-specific growth.

Background: Road Machinery & Supplies Co. is in the process of constructing a regional headquarters office, sales and service facility at 10740 High Life Court SW. This partial easement vacation request is to accommodate the sliding gate design at the location. The partial vacation will not hinder the City’s ability to access and maintain the existing drainage and sanitary sewer.

Action/Recommendation: The Public Works Department recommends passing a resolution to set a public hearing date to consider the partial vacation of a storm sewer and drainage easement.

Alternative Recommendation: NA

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA ENG EASE-030446-2020

RESOLUTION NO. LEG_NUM_TAG

RESOLUTION SETTING A PUBLIC HEARING DATE FOR JUNE 9, 2020, TO CONSIDER THE PARTIAL VACATION OF A 0.06-ACRE STORM SEWER AND DRAINAGE EASEMENT

WHEREAS, the City of Cedar Rapids has received a request from Road Machinery & Supplies Co. for the partial vacation of a 0.06-acre storm sewer and drainage easement at 10740 High Life Court SW, and

WHEREAS, the terms of the resolution will include the following:

1. Road Machinery & Supplies Co. has paid the application fee of $500.

2. Road Machinery & Supplies Co. shall pay all publication and recording costs.

3. The parcel will be released for the consideration of a $100 City Clerk fee.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA as follows:

A public hearing shall be held in the Council Chambers, City Hall, 101 First Street SE, Cedar Rapids, Iowa, at 12:00 p.m. on June 9, 2020, to consider this partial vacation as requested by Road Machinery & Supplies Co.

BE IT FURTHER RESOLVED that the City Clerk is directed to publish notice of said public hearing in accordance with applicable law.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 10740 High Life Ct SW

STORM SEWER AND DRAINAGE EASEMENT

VACATION HIGH LIFE CT SW CT LIFE HIGH

N STORM SEWER AND DRAINAGE EASEMENT VACATION 0 FEET 100 CEDAR RAPIDS 10740 HIGH LIFE COURT SW City of Five Seasons Cadd File Name: Cadd File Name: Council Map.dwg File\EASE-030446-2020 High Life Ct SW (RMS)\Cadd 10740 - ROW MGMT\EASE-030446-2020 -- DISPOSITION\41 -- VAC AND ROW MANAGEMENT\ROW W:\REAL ESTATE EASE-030446-2020 10a

Council Agenda Item Cover Sheet

Submitting Department: Community Development

Presenter at Meeting: Adam Lindenlaub

Contact Person: Jennifer Pratt Cell Phone Number: 538-2552 E-mail Address: [email protected]

Description of Agenda Item: Motions setting public hearings June 9, 2020 – to consider an ordinance amending Chapter 18 of the Municipal Code, Historic Preservation, to designate Central Park Presbyterian Church at 1700 B Avenue NE, as a local historic landmark under Subsection 18.04.B. CIP/DID #HPC-0005-2020

EnvisionCR Element/Goal: StrengthenCR Goal 2: Improve the quality and identity of neighborhoods and key corridors.

Background: The owner of the Central Park Presbyterian Church, known more recently as Mission of Hope, has requested local historic landmark status for the historic church building located at 1700 B Avenue NE. The application for landmark designation was reviewed by the Historic Preservation Commission at their April 4, 2019 meeting and additional historical information was requested from SHPO and City staff before the application could advance to City Planning Commission. On April 29, 2020, staff received the additional information needed to advance the application.

The Central Park Presbyterian Church is currently listed on the National Register of Historic Places as a contributing resource to the B Avenue NE Historic District. The church was built in 1904 and is associated with events that had significant contribution to local history such as the development of the Central Park/Mound View neighborhood, and is associated with lives of significant persons in Cedar Rapids including a connection to famed artist Grant Wood and also a connection to the William Waterhouse family.

If the Central Park Presbyterian Church is granted local landmark status, the Historic Preservation Commission will review proposals for modification to the exterior of the structure through the Certificate of Appropriateness (COA) process. This is the same process used in local historic districts.

The following is the local landmark designation timeline for the Central Park church building:

April 4, 2019 HPC recommendation May 28, 2020 CPC recommendation June 9, 2020 City Council Public Hearing and possible first reading of Ordinance June 23, 2020 Possible second and third reading of Ordinance

Action/Recommendation: City staff recommends setting the public hearing. Alternative Recommendation: City Council may table and request additional information.

Time Sensitivity: NA

Resolution Date: NA

Budget Information: NA

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA 11a

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Rob Davis, PE, ENVSP

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Motions filing plans and specifications Motion setting public hearing date for June 9, 2020 and directing publication thereof, filing plans and/or specifications, form of contract and estimated cost, advertising for bids by posting notice to bidders as required by law, and authorizing the Flood Control Program Manager or designee, to receive and open bids and publicly announce the results on July 1, 2020 for the 3rd Avenue SE Stoplog Closure Structure (estimated cost is $1,300,000). CIP/DID #3315510-51

EnvisionCR Element/Goal: ProtectCR Goal 1: Protect Cedar Rapids from flooding and other hazards.

Background: As part of the Cedar River Flood Control System (FCS), levees, walls, gates and pump stations will be constructed to protect the both the east and west banks of the Cedar River from flooding similar to that which was seen in 2008. The City Council adopted the Cedar River FCS Master Plan on June 23, 2015 along with six amendments through December 2019.

This Council agenda item for the 3rd Avenue flood closure gate is for a removable system to work with the permanent flood control and replace the interim Hesco Barrier closure plan the City of Cedar Rapids currently uses. This system is a removable system due to limited space. It will have permanent columns in the sidewalk areas and in the street there will be removable columns, which will be bolted to the foundation. Horizontal stop logs will be placed between the permanent and removable horizontal columns during a flood. For uniformity, continuity and interchangeability, the 3rd Avenue horizontal stop logs will not be provided under this construction contract. Horizontal stop logs for both the 2nd and 3rd Avenue gates, will be provided under the future bid package for all stop logs in the system between 1st Avenue and Great America Building.

Reconstruction of 3rd Avenue between 1st Street SE and the Cedar River is also included. This block was deferred from the 2019 Paving for Progress overhaul of 3rd Avenue.

This project is in accordance with the City’s adopted FCS Master Plan for reducing flood risk. It is also in accordance with the Project Partnership Agreement executed with the Army Corps of Engineers in 2018.

Action/Recommendation: The Public Works Department recommends approval of the Motion filing plans, specifications, form of contract, estimated costs, setting a public hearing date for the 3rd Avenue SE Stoplog Closure Structure and advertising for bids by posting notice to bidders for the project. Alternative Recommendation: None. This project is in accordance with the adopted FCS Master Plan.

Time Sensitivity: Normal Resolution Date: May 26, 2020

Budget Information: GO Bonds

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA 11b

Council Agenda Item Cover Sheet

Submitting Department: Water

Presenter at Meeting: Steve Hershner

Contact Person: Steve Hershner Cell Phone Number: 538-1059/270-5219 E-mail Address: [email protected]

Description of Agenda Item: Motions filing plans and specifications Motions setting public hearing dates and directing publication thereof, filing plans and/or specifications, form of contract and estimated cost, advertising for bids by posting notice to bidders as required by law, and authorizing City officials or designees to receive and open bids and publicly announce the results for: a. June 9, 2020 - Blairs Ferry Elevated Tank Demolition project (estimated cost is $165,000).

CIP/DID #6250080-02

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: The Blairs Ferry Elevated Tank was constructed in 1957. It served the Northeast service zone at an overflow elevation of 993 feet. The tank was removed from service in 2018. The tank has been disconnected from the distribution system and is ready for demolition and repurposing of the land.

Action/Recommendation: The Utilities Department Water Division staff recommend that the plans and specifications be filed with the City Clerk’s Office on May 26, 2020, a Notice to Bidders be posted as required by law, a Notice of Public Hearing be published on May 30, 2020, a Public Hearing scheduled for June 9, 2020 and bids opened on June 24, 2020.

Alternative Recommendation: None

Time Sensitivity: 5-26-2020

Motion Date: 5-26-2020

Budget Information: 1. Included in Current Budget Year. Yes, funding for the Blairs Ferry Elevated Tank Demolition project is included in the FY21 Water CIP budget. Project costs will be coded to 553000-625-625000-6250080. 2. Analysis if the expenditure is within budgeted expectations, i.e. some type of budget to actual comparison: There is currently $175,000 in the FY21 CIP budget for the Blairs Ferry Elevated Tank Demolition project. If needed, additional funds are available by adjusting other items in the CIP budget or from reserves. 3. Purchasing Department used or Purchasing Guidelines followed: Yes, the project is being publicly bid as a Capital Improvement Project.

Local Preference Policy: No Explanation: Capital Improvement Projects are not subject to local preference policy.

Recommended by Council Committee: NA Explanation: NA 11c11c

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Dave Wallace, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Motions filing plans and specifications Motion setting public hearing date for June 9, 2020 and directing publication thereof, filing plans and/or specifications, form of contract and estimated cost, advertising for bids by posting notice to bidders as required by law, and authorizing City officials or designees to receive and open bids and publicly announce the results on June 10, 2020 for the Deb Ann Lane NE Sanitary Sewer Lining project (estimated cost is $120,000). CIP/DID #6550069-01

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: This project will correct sanitary sewer defects found in the 18” Vitrified Clay pipe during routine televising operations. This sanitary sewer main carries flow from the area surrounding several school facilities and residential areas. The purpose of the project is to repair the damaged areas of sanitary sewer to maintain functionality. The available funding for this activity is $127,802.50 and is subject to receipt of acceptable bids. Construction is scheduled to begin no later than July 31, 2020 and is anticipated to be completed by August 2020.

Action/Recommendation: The Public Works Department recommends approval of the Motion filing plans, specifications, form of contract, estimated costs, setting a public hearing date for June 9, 2020 and advertising for bids by posting notice to bidders for the project.

Alternative Recommendation: Defer the project to a later time.

Time Sensitivity: Normal

Resolution Date: June 9, 2020

Budget Information: 655-655000-6550069 NA

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA HWY 100 OFF RAMP

I-380

PROJECT LOCATION

I-380 RAMP

DEB ANN LN NE

NORTHWOOD DR NE DR NORTHWOOD JANET PL NE PL JANET

DAVID CT NE

N DEB ANN LANE NE 0 FEET 100 CEDAR RAPIDS SANITARY SEWER LINING City of Five Seasons Cadd File Name: W:\PROJECTS\CIP\611 (655)\6550069 Deb Ann Lane NE San Rpr\Design\6550069 Council Map.dwg 6550069 11d

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Brenna Fall, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: PUBLIC HEARINGS Motion setting public hearing date for June 9, 2020 and directing publication thereof, filing plans and/or specifications, form of contract and estimated cost, advertising for bids by posting notice to bidders as required by law, and authorizing City officials or designees to receive and open bids and publicly announce the results on June 10, 2020 for the FY 2020 Sidewalk Repair Program – Contract No. 2 project (estimated cost is $280,000). CIP/DID #3017020-02

EnvisionCR Element/Goal: ConnectCR Goal 2: Build a complete network of connected streets.

Background: This project work includes sidewalk repairs in various locations throughout the City, predominantly the NW quadrant. Sidewalk repair in various locations throughout the City promotes sidewalk usage, accessibility and connectivity for all sidewalk users. Subject to receipt of acceptable bids, construction is scheduled to begin in August, 2020 and expected to be completed by August, 2021.

Action/Recommendation: The Public Works Department recommends approval of the Motion filing plans, specifications, form of contract, estimated costs, setting a public hearing date for June 9, 2020 and advertising for bids by publishing notice to bidders for the project.

Alternative Recommendation: None

Time Sensitivity: Normal

Resolution Date: June 9, 2020

Budget Information: 301/301000/3017020, NA

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA 12a

Council Agenda Item Cover Sheet

Submitting Department: City Clerk

Presenter at Meeting: Chief Jerman Contact Person: Chief Jerman Cell Phone Number: 319-640-5518 E-mail Address: [email protected]

Description of Agenda Item: CONSENT AGENDA a. Avacentre - Cedar Rapids, 2121 Bowling Street SW. b. Break Room, 3108 1st Avenue NE. c. Casey’s General Store #2791, 9125 Atlantic Drive SW. d. Doubletree by Hilton Cedar Rapids Convention Complex, 350 1st Avenue NE. e. Family Dollar #32303, 1531 32nd Street NE (new – adding retail beer/wine). f. Hy-Vee Market Cafe #1, 1843 Johnson Avenue NW. g. Mount Mercy University, 1330 Elmhurst Drive NE. h. Pancheros Mexican Grill, 2315 Edgewood Road SW. i. Pilot Travel Center #1092, 8950 Earhart Lane SW. j. Red Robin America’s Gourmet Burgers & Spirits, 4625 1st Avenue SE. k. Residence Inn South, 730 33rd Avenue SW. l. Rock Bar American Grill, 219 2nd Avenue SE. m. Saucy Focaccia, 5100 Fountains Drive NE, Suite 100. n. Time Out Lounge, 3230 16th Avenue SW.

CIP/DID #OB1145716

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: Per State Code, the local authority must provide approval prior to the State issuing the alcohol licenses to the applicants. Action/Recommendation: Approve applications as submitted. Alternative Recommendation: Time Sensitivity: Resolution Date: Budget Information: Local Preference Policy: (Click here to select) Explanation: NA

Recommended by Council Committee: (Click here to select) Explanation: NA Cedar Rapids Police Department Memorandum

To: Chief Jerman From: Lt. Robinson Subject: Beer/Liquor License Applications Calls for Service Summary Date: 5/20/2020 Business Name/Address Total Public Intox Disturbances Calls Intox Driver

Avacentre - Cedar Rapids 5 0 0 0 2121 BOWLING ST SW Break Room 12 2 0 3 3108 1ST AVE NE Casey's General Store #2791 15 0 0 2 9125 ATLANTIC DR SW Doubletree by Hilton Cedar Rapids Convention Complex 52 6 0 26 350 1ST AVE NE Family Dollar #32303 29 0 0 6 1531 32ND ST NE Hy-Vee Market Cafe #1 4 0 0 2 1843 JOHNSON AVE NW McGrath Amphitheatre Cedar Rapids 37 2 0 2 475 1st ST SW Mount Mercy University 45 0 0 0 1330 ELMHURST DR NE Pancheros Mexican Grill 100 0 0 7 2315 EDGEWOOD RD SW Pilot Travel Center #1092 80 0 0 5 8950 Earhart Ln SW Red Robin America's Gourmet Burgers & Spirits 14 0 0 1 4625 1ST AVE SE Residence Inn South 23 0 0 5 730 33RD AVE SW Rock Bar American Grill 54 4 0 2 219 2ND AVE SE Saucy Focaccia (NE) 0 0 0 0 5100 FOUNTAINS DR NE Time Out Lounge 41 0 0 0 3230 16TH AVE SW 13a13a

Council Agenda Item Cover Sheet

Submitting Department: Finance

Presenter at Meeting: Casey Drew

Contact Person: Casey Drew Phone Number/Ext.: 5097 E-mail Address: [email protected]

Description of Agenda Item: Bills, payroll and funds Resolutions approving: a. Payment of bills. CIP/DID #FIN2020-01 b. Payroll. CIP/DID #FIN2020-02 c. Transfer of funds. CIP/DID #FIN2020-03

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: The bi-weekly listings of bills, payrolls and fund transfers have been examined and approved by the proper departments.

Action/Recommendation: Authorize the Finance Department to issue payments and payroll checks and transfer funds as per the resolution listings.

Alternative Recommendation: NA

Time Sensitivity: Normal

Resolution Date: 5-26-2020

Budget Information: NA

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA FIN FIN2020-01

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the attached listing of bills for period ending May 26th, 2020 has been examined and approved by the proper departments,

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City of Cedar Rapids Finance Director be and is hereby authorized and directed to draw checks on the City Treasurer in favor of the holders thereof and for the various amounts and that the money necessary for payment of the same is hereby appropriated from the different funds.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 13b FIN TRS FIN2020-02

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the following payrolls have been examined and approved by the proper departments, therefore,

BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Finance Director be and is hereby authorized and directed to issue checks in favor of the holders thereof and for various amounts and that the money necessary for payment of the same is hereby appropriated from the different funds.

Department Total Department Total Animal Control $ 23,302.23 Human Resources $ 21,344.56 Aquatics Operation $ 4,952.00 Information Technology $ 89,302.74 Attorney $ 24,208.14 Joint Communications $ 63,842.95 Building Services Division $ 75,922.40 Library Grants $ 1,683.30 CD – Federal Programs $ 26,319.93 Parks Operations $ 86,821.17 CR Public Library $ 134,488.79 Police $ 759,738.38 City Manager $ 59,178.81 Public Works $ 10,956.17 Civil Rights $ 11,433.17 PW – Engineering $ 158,448.99 Clerk $ 13,332.66 Purchasing Services $ 11,772.60 Comm Develop – DOD $ 34,986.47 Recreation $ 36,638.32 Council $ 6,642.41 Sewer Operations $ 74,775.41 Development Services $ 43,592.43 Street Operations $ 172,895.86 Facilities Maint Service $ 49,461.56 Traffic Engineering $ 54,199.84 Finance $ 29,543.31 Transit $ 115,081.78 Finance – Analysts $ 13,860.80 Treasury Operations $ 13,512.11 Financial Operations $ 43,666.16 Utilities $ 14,512.18 Fire $ 423,076.49 Utilities – Solid Waste $ 104,459.62 Five Seasons Parking $ 4,064.00 Veterans Memorial $ 18,724.80 Fleet Maintenance $ 86,153.64 Water Operations $ 283,526.97 Golf Operations $ 24,288.52 Water Pollution Control $ 205,566.37 Grand Total $ 3,430,278.04

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest: ClerkSignature 13c FIN VET WTR WPC STR REC TED FIR PD TRS EIA FIN2020-03

RESOLUTION NO. LEG_NUM_TAG

TRANSFER OF FUNDS

BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City of Cedar Rapids Finance Director is hereby authorized and directed to transfer funds as per the attached listing.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

14

Council Agenda Item Cover Sheet

Submitting Department: City Manager

Presenter at Meeting: Angie Charipar

Contact Person: Angie Charipar Cell Phone Number: 319-286-5090 E-mail Address: [email protected]

Description of Agenda Item: Special events Cedar Rapids Downtown Farmers Market (includes road closures) on June 6 and 20, July 4 and 18, August 1 and 15, and September 5 and 19, 2020. CIP/DID # SPEC-001636-2020

EnvisionCR Element/Goal: InvestCR Goal 4: Grow a sustainable, diverse economy by supporting businesses, fostering entrepreneurism, and targeting industry-specific growth.

Background: Referencing the Special Event application received for the above special event which is requesting permission to hold activities with a street closure, approval is recommended subject to the conditions stated on the attached resolution.

Action/Recommendation: Approve resolution for the event.

Alternative Recommendation:

Time Sensitivity:

Resolution Date: 5/26/19

Budget Information:

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA CM SPEC-001636-2020

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, Ellie Evans, on behalf of the Cedar Rapids Metro Economic Alliance, has requested approval to conduct the Cedar Rapids Downtown Farmers’ Market on Saturday, June 6 & 20, July 4 & 18, August 1 & 15, September 5 & 19, 2020 from 7:30am to 12:00pm (not including set-up and tear down), and

WHEREAS, the applicant request approval to close the following streets:

~2nd Avenue SE from the alley between 1st Street SE and 2nd Street SE (alley not inclusive) to the alley between 5th Street SE and 6th Street SE (alley not inclusive)

~3rd Avenue SE from the alley between 1st Street SE and 2nd Street SE (alley not inclusive) to the alley between 5th Street SE and 6th Street SE (alley not inclusive)

~2nd Street SE from the alley between 1st Avenue East and 2nd Avenue SE (alley not inclusive) to 4th Avenue SE (not inclusive)

~3rd Street SE from the alley between 1st Avenue East and 2nd Avenue SE (alley not inclusive) to 4th Avenue SE (not inclusive)

~5th Street SE from the alley between 1st Avenue East and 2nd Avenue SE (alley not inclusive) to 4th Avenue SE (not inclusive)

BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, approval of this event is recommended subject to the following conditions:

1. The City reserves the right to revoke or alter approval for any event date and/or route based upon a continuing evaluation of items including but not limited to safety, parking, traffic concerns, noise levels, etc., related to the event site and operation; or flood issues, conflicting street construction or other elements deemed hazardous to event attendees.

2. If applicant alters the above location or intends to use a different location, a separate event application approval may be required with the new location detailed.

3. In case of an emergency construction project or utility project, route may need to be revised, Traffic Engineering will work with the applicant.

4. Applicant shall not use any equipment that penetrates or damages the City street or sidewalk surface. All tents, stages, and other structures shall be water barrel or sand weight supported.

5. For traffic and pedestrian safety purposes, the City Traffic Engineering Division will approve temporary “No Parking” signs, meeting City specifications, to be placed along the following streets for this event:

~2nd Avenue SE from the alley between 1st Street SE and 2nd Street SE (alley not inclusive) to the alley between 5th Street SE and 6th Street SE (alley not inclusive)

~3rd Avenue SE from the alley between 1st Street SE and 2nd Street SE (alley not inclusive) to the alley between 5th Street SE and 6th Street SE (alley not inclusive)

~2nd Street SE from the alley between 1st Avenue East and 2nd Avenue SE (alley not inclusive) to 4th Avenue SE (not inclusive) ~3rd Street SE from the alley between 1st Avenue East and 2nd Avenue SE (alley not inclusive) to 4th Avenue SE (not inclusive)

~5th Street SE from the alley between 1st Avenue East and 2nd Avenue SE (alley not inclusive) to 4th Avenue SE (not inclusive)

a. The appropriate signs, as specified by the Traffic Engineering Division, will be installed, maintained and removed by an insured traffic control contractor that will be hired and paid by Applicant. Signs shall be stake mounted and a minimum size of 24” X 18”, spaced at a maximum distance of 75’ apart on all listed streets.

b. The temporary “No Parking” signs shall be installed by the traffic control contractor no earlier than the Friday before the event, and removed no later than the Monday after the event.

c. The Applicant shall provide advance written notification to adjacent property owners on the above named streets of the event dates and times and the temporary “No Parking” posting. A copy of the notice shall be provided to the Traffic Engineering Division prior to the event.

6. Applicant and participants shall not impede normal pedestrian movement through the event areas.

7. Applicant agrees that any pavement markings or signage required for this event will be done with prior approval of the City Traffic Engineering Division, and no permanent markings of any type will be permitted. Any signage and/or markings used must be removed immediately following the event.

a. Sidewalk chalk is acceptable for chalk art on public sidewalks OTHER THAN sidewalks in and adjacent to City parks.

b. Chalk paint shall not be applied to any city street or sidewalk.

8. Applicant’s insured traffic control contractor shall provide all barricades/traffic controls required by the City for the temporary street closure. All barricades/traffic controls must conform to the requirements of the Manual on Uniform Traffic Control Devices. Applicant shall provide the name and phone number of the company providing the barricades/traffic controls to the Police Department and Traffic Engineering a minimum of one week prior to the event.

9. Applicant shall arrange all necessary parking meter hooding and event loading zone operations per requirements of Republic Parking/Park CR (319-365-7275) 1 week in advance of event.

10. Applicant will be responsible for contacting both the Union Pacific Railroad and the Cedar Rapids & Iowa City Railway to assure no conflicts will occur during the event at any railroad grade crossings that intersect with the event routes.

11. Hours of craft and food vendors operation are limited to: 7:30am to noon

12. For questions related to road closure or temporary no parking after hours and on weekends, contact number is 319-360-1144.

13. Applicant shall provide adequate adult volunteers to assist with event monitoring and event participant safety. Volunteers are NOT authorized to direct vehicular traffic at any time. 14. Applicant shall provide written notification, a minimum of 48 hours before the event, to all affected property owners adjoining the barricaded street closures and/or temporary no parking, (to help minimize traffic conflicts between motorists and race participants). Written notification shall include information on the event including event route, event date, start and finish times, and the name and telephone number of the Applicant’s contact person. A copy of this written notification shall be provided to the City Manager's Office.

15. Applicant shall not obstruct the public sidewalk or impede normal pedestrian traffic. A minimum sidewalk clearance width of five (5) feet shall be maintained on all public sidewalks adjacent to the event site. Vehicles within the park are strictly prohibited. Vending on turf is restricted to 2 wheeled cart types, no vehicles or heavy equipment is allowed on turf, all products including grease and gray water must be disposed of off-site by the Vendor.

Staking for tents/staging or other structures is prohibited at Greene Square. Tents or canopies must be stabilized by weighted means such as sandbags. Fencing or staking requests for large tents that penetrate the soil must be approved and coordinated with Chad Peterson at 319-286-5735 or [email protected] at least one week prior to the event through an on-site meeting.

16. Greene Square Park must be reserved for each market. Reservation #45197.

17. Please note that all events are responsible to provide additionally desired park tables and receptacles beyond what is standardly available and in place within City Parks. Additional tables, trash cans, trash bags, servicing of trash cans and removal of event related trash, event fencing, hoses, etc. must be provided by the event applicant. Events are also not allowed to move park furniture and receptacles in order to fulfill additional needs by the event.

18. Upon completion of event, all areas associated with the event will be cleaned up. All permanent Park trash receptacles must have trash removed by the event and bags replaced the day of the event. All park grounds that see event crowds must be inspected by the event for any trash, litter, temporary event signs, etc., which must be removed the day of the event before park closing hours. Needed additional trash or debris cleanup by Parks staff will be billed to the event for reimbursement.

19. Applicant will supply trash bags and receptacles and is responsible for removing all associated trash from city property. Any cost associated with clean up done by the City will be billed to the applicant.

20. Applicant shall contact the Cedar Rapids Police Department at least 30 days prior to the event to hire off-duty police officers, as required by the Police Department to attend barricades at street closures, to assist with traffic control at designated intersections, and for event security. Contact Sgt. Dale Moyle (319-286-5329) to arrange officers. The Police Department will provide the off-duty officer contact name and cell number to applicant prior to the event. Below is an estimate of the number of officers required to staff the event along with associated costs. Numbers reflect per event.

Dates: 6/6, 6/20

Position #of Officers Rate/hr #of hrs Total

Commander 1 $89.00 5.5 $485.00

Officer 1 $64.00 3 $192.00

Officer 4 $64.00 5.5 $1,408.00 Grand Total $2,085.00

Date: 7/4

Position #of Officers Rate/hr # of hrs Total

Commander 1 $117.00 5.5 $643.00

Officer 1 $92.00 3 $276.00

Officer 4 $92.00 5.5 $2,024.00

Grand Total $2,943.00

Dates: 7/18, 8/1,8/15,9/5,9/19

Position #of Officers Rate/hr # of hrs Total

Commander 1 $92.00 5.5 $506.00

Officer 1 $67.00 3 $201.00

Officer 4 $67.00 5.5 $1,474.00

Grand Total $2,181.00

21. Food vendors must contact Linn County Public Health at 319-892-6000 in advance of the event for required permits and guidelines (permits available at www.linncounty.org/health). The event organizer shall obtain copies of submitted temporary food service applications from food vendors prior to the event.

22. Applicant shall make themselves aware of the state and city codes pertaining to disorderly conduct and disturbing the peace. The Police Department will reserve the right to terminate the event if complaints are received.

23. Applicant shall provide adequate restroom facilities including ADA accessible restrooms (5% or no less than 1).

24. Applicant shall provide an emergency contingency plan in case the event needs to be canceled, postponed, or relocated due adverse weather conditions.

25. Applicant is required to comply with all applicable City, State and Federal Americans with Disabilities Act (ADA) Requirements. The event must provide reasonable accommodations to the programs, services and activities of the event to ensure accessibility to all individuals with disabilities. This shall include, but not limited to, parking, restrooms, routes, transportation, vendors and booths.

26. Applicant shall provide for adequate crowd control and security in order to provide a safe and secure environment.

27. Applicant agrees to defend, indemnify, and save the City of Cedar Rapids harmless from all liability and place on file with the City Manager’s Office, a certificate of liability insurance with policy limits satisfactory to the City Council naming the City of Cedar Rapids, Iowa, and its employees as additional insured, insuring against any liability that may arise in connection with the activities held.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

15a15a

Council Agenda Item Cover Sheet

Submitting Department: Solid Waste and Recycling

Presenter at Meeting: Mark Jones

Contact Person: Steve Hershner Cell Phone Number: 319-538-1059 E-mail Address: [email protected]

Description of Agenda Item: Intent and levy assessments Resolutions approving assessment actions: a. Levy Assessment – Solid Waste & Recycling – clean-up costs – eight properties.

Authorize the Solid Waste & Recycling Division to Levy Assessments (to lien various properties for delinquent nuisance abatements). (Note: The Intent to Assess Resolution was approved at the Council Meeting on April 14, 2020.

CIP/DID #SWM-005-20

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: The Solid Waste and Recycling Division is responsible for abating garbage nuisances on public and private property. The Solid Waste and Recycling Division also initiates the Special Assessment process whenever delinquent nuisance abatements are unpaid and after a Notice of Intent to Assess were mailed at least 30 days prior to this Special Assessment. Below are the steps taken for typical abatements:

 Initial inspection and photos taken  Abatement letter and photos mailed out (property owner has 7 days to abate nuisance)  Clean-up is performed by Department, if nuisance is not cleaned up after 7 days  Invoice mailed out  Notice of Intent to Assess (authorized by the City Council) is mailed  Special Assessment is approved by the City Council at least thirty days after the Intent to Assess is mailed

The Notice of Intent to Assess these properties were approved by Resolution No. 0381-04-20 passed on April 14, 2020.

Following approval of the "Levy Assessment" Resolution, the nuisance abatement information will be certified with the Linn County Treasurer. This becomes a “Special Assessment” against the properties and has equal precedence to property taxes. Action/Recommendation: The Solid Waste and Recycling Division recommends that the Resolution to Levy Assessments be approved.

Alternative Recommendation: The City Council could decide not to assess.

Time Sensitivity:

Resolution Date: 5/26/20

Budget Information:

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: No Explanation: NA SWM TRS LC TRS SWM-005-20

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City Council of the City of Cedar Rapids, Iowa, has heretofore passed a Resolution to assess property for the following:

NUISANCE ABATEMENTS

WHEREAS, a report of the cost of said abatements has been filed with the City Clerk and notice of assessment has been given to the property owners, now therefore

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that there be and is hereby levied an assessment against the lots, parts of lots and parcels of ground for the amounts shown in said assessments, which invoiced listing attached is made a part of this resolution, and the names of the owners are shown thereon so far as practicable, and

BE IT FURTHER RESOLVED, that a copy of this resolution be certified to the County Treasurer in order that the said assessments may be collected in the same manner as property taxes.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature LEVY ASSESSMENT (TO BE LIENED) 5/26/2020

LEVY ASSESSMENT 5/26/2020 District # Balance Due # Premise Address 1 1,077.50 3 2001 2nd St SW 2 928.00 5 822 8th St SW 3 1,923.10 1 3914 Redbud Rd NE 4 1,772.50 3 1109 9th St SE 5 1,464.50 3 1111 33rd St SE 6 609.00 3 1527 Bever Ave SE 7 1,214.00 1 853 14th St NE 8 1,193.50 3 1237 4th St SW

$10,182.10 Grand Total 8 Number of Properties 15b15b

Council Agenda Item Cover Sheet

Submitting Department: Water Presenter at Meeting: Steve Hershner Contact Person: Steve Hershner Cell Phone Number: 538-1059 E-mail Address: [email protected] Description of Agenda Item: Intent and levy assessments Levy assessment – Utilities – Water Division – delinquent municipal utility bills – 10 properties. CIP/DID #WTR041420-01

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: The Utilities Department – Water Division is responsible for the billing and collection of municipal utility bills for water, sewer, storm sewer, solid waste and recycling services provided to our customers. The Utilities Department – Water Division initiates the Special Assessment process whenever delinquent utility balances are unpaid; collection efforts have been ignored; and active services have been terminated. After Council approves the Intent to Assess resolution, a Notice of Intent to Assess letter is mailed to the customer at least 30 days prior to this Special Assessment. Below are the steps taken in typical situations:  Friendly Reminder is mailed  Final Notice is mailed  Door Tag is placed at premise  Services are terminated  Notice of Intent to Assess Resolution is approved by the City Council and a letter is mailed to the customer and property owner  Special Assessment Resolution is approved by the City Council at least thirty days after the Intent to Assess letter is mailed The Notice of Intent to Assess the properties was approved by City Council Resolution No. 0383-04-20 on April 14, 2020. Following approval of the "Special Assessment" Resolution, the delinquent municipal utility information will be certified with the Linn County Treasurer. This becomes a “Special Assessment” against the properties and has equal precedence to property taxes. Action / Recommendation: The Utilities Department – Water Division recommends that the Resolution to levy Special Assessments be hereby approved. Alternative Recommendation (if applicable): The City Council could decide not to lien delinquent municipal utility bills by council resolution and collect the delinquent municipal bills by another process or system. Time Sensitivity: Normal Resolution Date: 5/26/20 Budget Information: N/A Local Preference Policy: NA Explanation: NA Recommended by Council Committee: NA Explanation: NA WTR LC TRS FIN TRS WTR041420-01

RESOLUTION NO. LEG_NUM_TAG

SPECIAL ASSESSMENTS

WHEREAS, the City Council of the City of Cedar Rapids, Iowa has heretofore passed a Resolution of Intent to Assess various properties in the City of Cedar Rapids, Iowa for delinquent municipal utility service charges (water, sewer and storm sewer), penalties and Iowa sales tax, and

WHEREAS, a listing of the various properties for said delinquent utility service charges has been filed with the City Clerk and notice of assessment has been given to the property owners.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that there be and is hereby levied an assessment against various properties for the amounts shown on the attached listing and made a part of this resolution, and

BE IT FURTHER RESOLVED, that a copy of this resolution be certified to the County Treasurer in order that the said assessments may be collected in the same manner as property taxes.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature SPECIAL ASSESSMENTS (TO BE LIENED) 5/26/2020

SPECIAL ASSESSMENTS 5/26/2020 LIEN INTENTS 4/14/2020 Council # Balance Due Premise Address District # 1 $ 213.81 410 30TH ST SE 3 2 $ 86.40 412 16TH ST SE 3 3 $ 152.59 711 15TH ST SE 3 4 $ 170.36 1060 33RD ST NE 2 5 $ 280.35 1711 BEVER AVE SE 3 6 $ 96.51 1808 16TH AVE SW 4 7 $ 84.82 1834 4TH AVE SE 3 8 $ 42.59 2010 MALLORY ST SW 3 9 $ 60.02 2208 MT VERNON RD SE 3 10 $ 274.86 6617 KIOWA TRACE NE 1

$ 1,462.31 Grand Total 10 Number of Properties $ 42.59 Balance Due - Low $ 280.35 Balance Due - High 16a16a

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: Rita Rasmussen

Contact Person: Jen Winter Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Amendment No. 3 to renew the contract with Commercial Appraisers of Iowa, Inc. for appraisal services for the Public Works - Engineering Division for two years for an annual amount not to exceed $150,000 (original contract amount was $50,000; renewal contract amount is $150,000). CIP/DID #PUR0516-191

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: Commercial Appraisers of Iowa, Inc. is under contract with the City to provide appraisal services for the Public Works - Engineering Division. Commercial Appraisers of Iowa, Inc. increased their price for the all-inclusive hourly rate from $225 to $250. They held pricing firm for all other categories. The contract period is July 1, 2020 through June 30, 2022. No renewal options remain.

Action/Recommendation: Authorize the City Manager and the City Clerk to execute Amendment No. 3 as described herein.

Alternative Recommendation:

Time Sensitivity: Medium

Resolution Date: May 26, 2020

Budget Information: Miscellaneous CIP projects 301, 325 and 655

Local Preference Policy: Yes Explanation: Local preference did not have an effect on this renewal

Recommended by Council Committee: NA Explanation: NA PUR FIN ENG AUD FILE PUR0516-191

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids and Commercial Appraisers of Iowa, Inc. are parties to a contract for the annual as-needed appraisal services for the Public Works – Engineering Division; and

WHEREAS, both parties have agreed to renew the contract for an additional two-year period (07/01/2020 – 06/30/2022) for an annual amount not to exceed $150,000; and

WHEREAS, a summary of the contract is as follows:

Description Authorization Dates Initial Term of Contract Resolution No. 1004-07-16 07/01/2016 - 06/30/2018 Amendment No. 1 to renew Contract Resolution No. 0626-05-18 07/01/2018 - 06/30/2020 Amendment No. 2 to add flood control Resolution No. 0398-04-20 Effective 03/16/2020 Amendment No. 3 to renew Contract Pending 07/01/2020 - 06/30/2022

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and the City Clerk are authorized to execute Amendment No. 3 to renew the contract as described herein.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16b16b

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: Rita Rasmussen

Contact Person: Jen Winter Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Amendment No. 3 to renew the contract with Hattery Real Estate Appraisals, LLC for appraisal review services for the Public Works - Engineering Division for two years for an annual amount not to exceed $50,000 (original contract amount was $50,000; renewal contract amount is $50,000). CIP/DID #PUR0516-192

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: Hattery Real Estate Appraisals, LLC is under contract with the City to provide appraisal review services for the Public Works - Engineering Division. They renewed the contract with no increase in price. The contract period is July 1, 2020 through June 30, 2022. There are no renewal options remaining.

Hattery Real Estate Appraisals, LLC pricing Appraisal Report Review Format Price Range Value finding $500-1200 Total parcel appraisal - commercial $1000-1700 Total parcel appraisal - residential $400-800 Detail narrative $1000-1800 All-inclusive hourly rate $150

Action/Recommendation: Authorize the City Manager and the City Clerk to execute Amendment No. 3 as described herein.

Alternative Recommendation:

Time Sensitivity: Medium

Resolution Date: May 26, 2020

Budget Information: Miscellaneous CIP projects 301, 325 and 655

Local Preference Policy: Yes Explanation: Local preference did not have an effect on this renewal Recommended by Council Committee: NA Explanation: NA PUR FIN ENG AUD FILE PUR0516-192

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids and Hattery Real Estate Appraisals, LLC are parties to a contract for the annual as-needed appraisal review services for the Public Works – Engineering Division; and

WHEREAS, both parties have agreed to renew the contract for an additional two-year period (07/01/2020 – 06/30/2022) for an annual amount not to exceed $50,000; and

WHEREAS, a summary of the contract is as follows:

Description Authorization Dates Initial Term of Contract Resolution No. 1006-07-16 07/01/2016 - 06/30/2018 Amendment No. 1 to renew Contract Resolution No. 0627-05-18 07/01/2018 - 06/30/2020 Amendment No. 2 increase Services Signed by the CITY 08/08/2018 Effective 06/01/2018 Amendment No. 3 to renew Contract Pending 07/01/2020 - 06/30/2022

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and the City Clerk are authorized to execute Amendment No. 3 to renew the contract as described herein.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16c16c

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: Rita Rasmussen

Contact Person: Jen Winter Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Amendment No. 3 to renew the Contract with Iowa Title Company for title report services for the Public Works – Engineering Division for an annual amount not to exceed $95,000 (original contract amount was $50,000; renewal contract amount is $95,000). CIP/DID #PUR0516-193

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: Iowa Title Company is under contract with the City to provide title report services for the Public Works – Engineering Division. They renewed the contract with no increase in price.

The contract period is July 1, 2020 through June 30, 2022. There are no renewal options remaining.

Action/Recommendation: Authorize the City Manager and the City Clerk to execute Amendment No. 3 as described herein.

Alternative Recommendation:

Time Sensitivity: low

Resolution Date: May 26, 2020

Budget Information: Budgeted in various CIP accounts

Local Preference Policy: Yes Explanation: Awarded vendor is certified local

Recommended by Council Committee: NA Explanation: NA PUR FIN ENG AUD FILE PUR0516-193

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids and Iowa Title Company are parties to a contract for the annual as-needed title report services for the Public Works – Engineering Division; and

WHEREAS, both parties have agreed to renew the contract for an additional two-year period (07/01/2020 – 06/30/2022) for an annual amount not to exceed $95,000; and

WHEREAS, a summary of the contract is as follows:

Description Authorization Dates Initial Term of Contract Resolution No. 0923-07-16 07/01/2016 - 06/30/2018 Amendment No. 1 to renew Contract Resolution No. 0719-06-18 07/01/2018 - 06/30/2020 Amendment No. 2 add flood control Resolution No. 0734-06-19 Effective 06/01/2019 Amendment No. 3 to renew Contract Pending 07/01/2020 - 06/30/2022

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and the City Clerk are authorized to execute Amendment No. 3 to renew the contract as described herein.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16d16d

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: Rita Rasmussen

Contact Person: Jen Winter Cell Phone Number: (319) 538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Amendment No. 2 to renew contract with ProSource Technologies, LLC for Acquisition Services for Cedar River Flood Risk Management for the Public Works Department for an amount not to exceed $775,000 (original contract amount was $898,083; renewal contract amount is $775,000) (FLOOD). CIP/DID #PUR1019-067

EnvisionCR Element/Goal: ProtectCR Goal 1: Protect Cedar Rapids from flooding and other hazards.

Background: Purchasing Services requested qualifications for Acquisition Services for Cedar River Flood Risk Management on behalf of the Public Works Department with four firms responding. A contract was executed with ProSource Technologies, LLC for an initial contract period of January 1, 2020 through June 30, 2020 for an amount not to exceed $898,083.

Amendment No. 2 will renew the contract for one year from July 1, 2020 through June 30, 2021 for an annual amount not to exceed $775,000. The Contract may be renewed for additional time periods by mutual agreement.

Pricing for services provided under this contract is below.

Rates Per Hour Labor Classifications 2019-2020 2021 2022 Principal/Attorney $210 $210 $210 Senior Project/Contract Manager $140 $144 $148 Railroad Specialist $147 $151 $155 Senior Acquisition and Relocation Specialist $135 $139 $143 Senior Acquisition Specialist $95 $98 $101 Acquisition and Relocation Specialist $91 $94 $97 Acquisition Specialist $85 $88 $91 Senior Title/Database/Document Specialist $85 $88 $91 Database/Document Specialist $79 $81 $84 Drafting/GIS Manager $83 $85 $87 Staff Administrative $60 $62 $64 Summary of Contract to Date:

Description Authorization Dates Initial Term of Contract Resolution No. 1620-12-19 01/01/2020 – 06/30/2020 Amendment No. 1 to clarify services Signed by City 02-27-2020 Effective 01/01/2020 Amendment No. 2 to renew Pending 07/01/2020 – 06/30/2021

Action/Recommendation: Authorize the City Manager and the City Clerk to execute the Contract as described herein.

Alternative Recommendation:

Time Sensitivity: Medium

Resolution Date: May 26, 2020

Budget Information: 3314200, 3315200, 3316200, 3317200 (FCS)

Local Preference Policy: Yes Explanation: Local preference applies but did not change the award outcome.

Recommended by Council Committee: NA Explanation: NA PUR FIN ENG AUD FILE PUR1019-067

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids and ProSource Technologies, LLC are parties to a contract for as-needed acquisition services for Cedar River flood risk management for the Public Works Department; and

WHEREAS, both parties have agreed to renew the contract for an additional one-year period for an annual amount not to exceed $775,000; and

WHEREAS, hourly rates for the services provided are listed below:

Rates Per Hour Labor Classifications 2019-2020 2021 2022 Principal/Attorney $210 $210 $210 Senior Project/Contract Manager $140 $144 $148 Railroad Specialist $147 $151 $155 Senior Acquisition and Relocation Specialist $135 $139 $143 Senior Acquisition Specialist $95 $98 $101 Acquisition and Relocation Specialist $91 $94 $97 Acquisition Specialist $85 $88 $91 Senior Title/Database/Document Specialist $85 $88 $91 Database/Document Specialist $79 $81 $84 Drafting/GIS Manager $83 $85 $87 Staff Administrative $60 $62 $64

WHEREAS, a summary of the contract is as follows:

Description Authorization Dates Initial Term of Contract Resolution No. 1620-12-19 01/01/2020 – 06/30/2020 Amendment No. 1 to clarify services Signed by City 02-27-2020 Effective 01/01/2020 Amendment No. 2 to renew Pending 07/01/2020 – 06/30/2021

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and the City Clerk are authorized to execute Amendment No. 2 to renew the contract as described herein. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16e16e

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: Yvonne Aubrey

Contact Person: Rebecca Johnson Phone Number/Ext.: x5062 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Amendment No. 1 to renew contract with EMC Risk Services, LLC for Third Party Administrator for Workers’ Compensation Program for the Finance Department – Risk Division for an amount not to exceed $300,000 over 3 years (original contract amount was $455,000; renewal contract amount is $300,000). CIP/DID #PUR1216-146

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: Proposals were solicited in 2017 on behalf of the Finance Department – Risk Division to establish a contract with a Third Party Administrator (TPA) for the City’s Workers’ Compensation Program. A contract was executed with EMC Risk Services, LLC for an initial period of July 1, 2017 through June 30, 2020 for a total amount not exceed $455,000 over the 3- year contract period.

Amendment No. 1 covers a renewal period of July 1, 2020 through June 30, 2023 for a total amount not to exceed $300,000 over the 3-year renewal period.

Summary of contract to date:

Description Authorization Dates Initial Term of Contract Resolution No. 0753-06-17 07/01/2017 – 06/30/2020 Amendment No. 1 to renew Contract Pending 07/01/2020 – 06/30/2023

Action/Recommendation: Authorize the City Manager and the City Clerk to execute the Contract as described herein.

Alternative Recommendation:

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: 521108-012-012000 Local Preference Policy: Yes Explanation: Local preference applied for the solicitation in 2017 but there were no local businesses who submitted a proposal.

Recommended by Council Committee: NA Explanation: NA PUR FIN AUD FILE PUR1216-146

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids and EMC Risk Services, LLC are parties to a contract for Third Party Administrator for Workers’ Compensation Program for the Finance Department Risk Division; and

WHEREAS, both parties have agreed to renew the contract for an additional three-year period for a total amount not to exceed $300,000 over 3 years; and

WHEREAS, a summary of the contract is as follows:

Description Authorization Dates Initial Term of Contract Resolution No. 0753-06-17 07/01/2017 – 06/30/2020 Amendment No. 1 to renew Contract Pending 07/01/2020 – 06/30/2023

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and the City Clerk are authorized to execute Amendment No. 1 to renew the contract as described herein.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16f16f

Council Agenda Item Cover Sheet

Submitting Department: Fire

Presenter at Meeting: Greg Smith

Contact Person: Greg Smith Cell Phone Number: 319-431-3807 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Fire Department purchase of seven cardiac monitors from ZOLL Medical Corporation for a total of $158,000. CIP/DID #FIR0520-0058

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: The Cedar Rapids Fire Department provides advanced emergency medical services to the community. Paramedics utilize cardiac monitors for evaluation and treatment of cardiac rhythms, such as defibrillation, pacing or cardioversion. Cardiac monitors are a required piece of medical equipment for the Department’s Advanced Life Support program. The monitors will be placed on frontline emergency response apparatus. These seven monitors are replacing seven outdated cardiac monitors and the Fire Department is receiving a credit for trading in seven outdated monitors.

Action/Recommendation: The Fire Department recommends approval.

Alternative Recommendation: N/A

Time Sensitivity: N/A

Resolution Date: May 26, 2020

Budget Information: CIP Project 554000-308-308000-308191 and CEP - 554000-101-131100

Local Preference Policy: N/A Explanation:

Recommended by Council Committee: Explanation: FIR FIN FIR0520-0058

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the Cedar Rapids Fire Department provides advanced emergency medical services to the citizens of the community, and

WHEREAS, the Fire Department requires cardiac monitors for improved patient assessment and care, and

WHEREAS, funding for the purchase is from Fire Operations Account #554000-101- 131100 and CIP Account #554000-308-308000-308191 and includes a credit for trading in seven outdated cardiac monitors.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Fire Department is hereby authorized to purchase seven cardiac monitors from Zoll Medical Corporation for $158,000.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16g16g

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: Joy Huber

Contact Person: Casey Drew Cell Phone Number: 319-538-1064 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Contract with KELTEK, Incorporated for police pursuit vehicle upfit services for the Fleet Services Division for an annual amount not to exceed $80,000. CIP/DID #PUR0520-197

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: KELTEK, Incorporated provides upfit services for police pursuit vehicles. This work involves installation of various items in a police vehicle, including sirens, light bars, computers, printers, etc. This Contract is for the period July 1, 2020 - June 30, 2021. There are four additional one- year renewal options remaining.

Pricing schedule: Description Firm Fixed Unit Price KELTEK picks up vehicle from dealership $75 each Upfit technician labor $58.50 per hour Delivery fee from KELTEK to Fleet Services $200 each Service Call - phone/remote support or at KELTEK $99 (first hour) + $99 each additional hour facilities Service Call - at Fleet Services $199 (first hour) + $99 each additional hour Service Call - evening and weekend $250 (first hour) + $250 each additional hour Mileage Zone 4 - $65 round trip

The Fleet Services Division plans to purchase 13 Ford SUVs for FY21.

Action/Recommendation: Authorize the City Manager and the City Clerk to execute the Contract as described herein.

Alternative Recommendation:

Time Sensitivity: Medium

Resolution Date: May 26, 2020 Budget Information: 073-073000-073001

Local Preference Policy: Yes Explanation: NA

Recommended by Council Committee: NA Explanation: NA PUR FIN FLT AUD FILE PUR0520-197

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, KELTEK, Incorporated provides upfit services for police pursuit vehicles, installing various items in the vehicles including sirens, light bars, computers, printers, etc. for the Fleet Services Division; and

WHEREAS, this Contract is for the period July 1, 2020 - June 30, 2021 with four additional one-year renewal options; and

WHEREAS, the cost of the Contract is $80,000 annually.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and the City Clerk are authorized to execute the contract as described herein.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16h16h

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: Sgt. Jeremy Paulsen

Contact Person: Chief Jerman Cell Phone Number: 319-640-5518 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Amendment No. 2 to the Contract with KELTEK, Incorporated for public safety equipment maintenance and support services for the Police Department and the Fleet Services Division to adjust quantities for the third year of the three-year contract for an amount not to exceed $19,492 (original contract was $271,335; contract with this amendment is $310,817). CIP/DID #PUR0118-126

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: The contract is for KELTEK to provide maintenance and support services for Police pursuit vehicle equipment, body worn cameras, in-car cameras and interview room cameras. It also includes licensing for the cameras.

The contract period is May 1, 2018 - April 30, 2021. Each year, an amendment to the contract is executed to adjust the quantities. Amendment No. 2 covers the third year quantity adjustment.

Description Qty Price per Extended Unit Price Police pursuit vehicle equipment 76 $199 $15,124 In-car and interview room Arbitrator cameras 87 $199 $17,313 Licensing for in-car and interview room Arbitrator cameras 87 $100 $8,700 Arbitrator body worn cameras 200 $199 $39,800 Licensing for body worn cameras 200 $145 $29,000 Third year estimate from initial contract $90,445 Third year adjusted price not-to-exceed $109,937

Amendment No. 2 total $19,492

Action/Recommendation: Authorize the City Manager and the City Clerk to execute Amendment No. 2 as described herein.

Alternative Recommendation:

Time Sensitivity: Medium Resolution Date: May 26, 2020

Budget Information: 522101-101-132210

Local Preference Policy: Yes Explanation: NA

Recommended by Council Committee: No Explanation: NA PUR FIN PD FLT AUD FILE PUR0118-126

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids and KELTEK, Incorporated are parties to a contract for Public Safety Equipment Maintenance and Support Services for the Police Department and the Fleet Services Division; and

WHEREAS, both parties have agreed to amend the contract to adjust the quantities for the third year of the three-year contract in the amount of $19,492; and

WHEREAS a summary of the Contract is as follows: Price Description Initial Contract $271,335 Resolution No. 0517-04-18 Amendment No. 1 $19,990 Second year revised quantities; Signed by the CITY 06/12/2019 Amendment No. 2 $19,492 Third year revised quantities Total $310,817 Not to exceed, except by written amendment

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and the City Clerk are authorized to execute Amendment No. 2 to amend the contract as described herein.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16i16i

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: David Roe

Contact Person: Scott Hock Cell Phone Number: (319) 538-8256 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Amendment No. 4 to Contract with Vermont Systems, Inc. for Recreation Software to add additional services in the amount of $5,988 (original contract amount was $30,378; total contract amount with this amendment is $71,761). CIP/DID #PUR0518-192

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: Proposals were solicited by Purchasing Services in 2018 on behalf of the Parks & Recreation Department for new recreation Software with five (5) vendors responding. The contract was awarded to Vermont Systems, Inc. (VSI) to upgrade the City’s existing system to RecTrac 3.1. The initial contract period is April 17, 2019 through December 31, 2019 in the amount of $10,896.

Amendment No. 4 adds additional services for a WebTrac Style Sheet for Recreation to match the City’s current website and add the costs for maintenance for Golf through June 30, 2020 for a total additional amount of $5,988.

Summary of Contract to Date:

Price Description Original Contract $ 30,378 Signed by City 04/17/2019 Amendment No. 1 $ 10,787 Add Golf Module, signed by City 05/15/2019 Amendment No. 2 $ 20,000 Resolution No. 0682-06-19 to add unit pricing for equipment Amendment No. 3 $ 4,608 Add to Golf module Amendment No. 4 $ 5,988 Add style sheet for Rec & maintenance for Golf through 6/30/20 Total $ 71,761 Not to exceed, except by written amendment

Action/Recommendation: Authorize the City Manager and the City Clerk to execute Amendment No. 4 as described herein.

Alternative Recommendation:

Time Sensitivity: Medium Resolution Date: May 26, 2020

Budget Information: Recreation: 554000-101-109130 Golf: Account 522101; divided equally between the four golf courses (691015, 691035, 691045 and 691060)

Local Preference Policy: Yes Explanation: Local preference applied at time of evaluation and award but there were not local vendors who submitted a proposal.

Recommended by Council Committee: NA Explanation: NA PUR FIN REC GLF IT AUD FILE PUR0518-192

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids and Vermont Systems, Inc. are parties to a contract for Recreation Software for the Parks & Recreation Department; and

WHEREAS, both parties have agreed to amend the contract to add additional services for a total additional amount not to exceed $5,988; and

WHEREAS a summary of the Contract is as follows:

Price Description Original Contract $ 30,378 Signed by City 04/17/2019 Amendment No. 1 $ 10,787 Add Golf Module, signed by City 05/15/2019 Amendment No. 2 $ 20,000 Resolution No. 0682-06-19 to add unit pricing for equipment Amendment No. 3 $ 4,608 Add to Golf module Amendment No. 4 $ 5,988 Add style sheet for Rec & maintenance for Golf through 6/30/20 Total $ 71,761 Not to exceed, except by written amendment

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and the City Clerk are authorized to execute Amendment No. 4 to amend the contract as described herein.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16j16j

Council Agenda Item Cover Sheet

Submitting Department: Transit

Presenter at Meeting: Brad DeBrower

Contact Person: Sandi Fowler Cell Phone Number: 538-1062 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution to approve a purchase order in the amount of $80,000 for Horizons/NTS to provide daytime demand-response transit service while the fixed-route transit service is suspended due to the COVID-19 emergency. CIP/DID# TRN003-20

EnvisionCR Element/Goal: ConnectCR Goal 1: Provide choices for all transportation users: inter- and intra-city.

Background: Fixed-route transit service was suspended on March 25, 2020 due to the COVID- 19 public health emergency. Cedar Rapids Transit expanded the existing FY20 after-hours contract with Horizons/NTS to include daytime demand-response service to essential jobs until the fixed-route service resumed.

Action/Recommendation: City staff recommends approval of the resolution authorizing the purchase order.

Alternative Recommendation: N/A

Time Sensitivity: It is important to approve this item at this time so we can pay the invoices in a timely manner.

Resolution Date: May 26, 2020

Budget Information: The increased amount is included in the Transit Division’s FY20 budget amendment.

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA TRN FIN TRN003-20

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, fixed-route transit service was suspended on March 25, 2020 due to the COVID-19 public health emergency;

WHEREAS, Cedar Rapids Transit expanded the existing FY20 after-hours contract with Horizons/NTS to include daytime demand-response service to essential jobs until the fixed- route service resumed;

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA that a purchase order be approved in the amount of $80,000 for Horizons/NTS to provide emergency daytime demand-response service for weekdays and Saturdays until the fixed-route service resumes on those days.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16k16k

Council Agenda Item Cover Sheet

Submitting Department: Fleet Maintenance

Presenter at Meeting: Casey Drew

Contact Person: Casey Drew Cell Phone Number: 319-538-1064 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Fleet Services Division purchase of one 2020 John Deere 190GW wheeled excavator with hydraulic hammer and bucket attachments from Martin Equipment for use by Streets in the amount of $283,510. CIP/DID #FLT059

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: This is a budgeted FY 2021 fleet replacement for equipment exceeding its lifecycle and cost-efficient life.

This purchase of the John Deere 190 GW wheeled excavator ($234,610), 2020 N.P.K. hydraulic hammer attachment ($3950) and a 2020 TAG ditching bucket attachment ($44,950), will be from Martin Equipment of Cedar Rapids, a John Deere equipment vendor, under the Sourcewell contract #032119-JDC for “Heavy Construction Equipment with Related Accessories, Attachments, and Supplies”. The City of Cedar Rapids is a member of Sourcewell, which gives the City procurement rights using their contracted prices and vendors. The total amount for this vehicle package is $283,510.

Action/Recommendation: The Fleet Services Division recommends approval of this resolution authorizing this purchase.

Alternative Recommendation: If not approved, the operating expenses for the City and end- user will continue to escalate.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: Fund 073, Dept ID 073000, Project 073001

Local Preference Policy: NA Explanation: This is a purchase from the existing Sourcewell Contract.

Recommended by Council Committee: NA Explanation: NA FLT STR FIN FLT059

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, Fleet Services Division has solicited a quotation for the purchase of one 2020 John Deere 190GW wheeled excavator with hydraulic hammer and ditching bucket attachments for a FY 2021 budgeted and scheduled fleet replacement for use by Streets, and

WHEREAS, The City of Cedar Rapids is a registered member of Sourcewell, allowing procurement rights using Sourcewell’s pricing under contract #032119-JDC for “Heavy Construction Equipment with Related Accessories, Attachments and Supplies”, and

WHEREAS, Martin Equipment of Cedar Rapids, Iowa, is a John Deere equipment vendor able to provide the requested equipment at the contracted price, and

WHEREAS, the purchase amount will be $283,510 budgeted in FY 2021 GL account Fund 073, Dept ID 073000, Project 073001, and

WHEREAS, the Fleet Services Division recommends the purchase of said 2020 John Deere 190GW wheeled excavator in the amount of $234,610; one 2020 N.P.K. GH9 hydraulic hammer attachment in the amount of $3,950 and one 2020 TAG ditching bucket attachment in the amount of $44,950 from Martin Equipment for a total amount of $283,510, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA that the recommendation above be accepted subject to the terms and conditions of the bid documents.

BE IT FURTHER RESOLVED, that the Fleet Services Division is hereby authorized to purchase the named vehicles from Martin Equipment as described herein.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16l16l

Council Agenda Item Cover Sheet

Submitting Department: Water Presenter at Meeting: Steve Hershner Contact Person: Steve Hershner Cell Phone Number: 538-1059 E-mail Address: SteveHe@cedar-rapids-org

Description of Agenda Item: Purchases, contracts and agreements Purchase order in the amount of $188,300 to Ferguson Waterworks for 2,000 Neptune R900 V-4 MIU Units for the Water Division Meter Reading Section. CIP/DID #WTR052620-00

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: The Utilities Department – Water Division implemented a fixed base automated meter reading system that is being upgraded to receive/accept both fixed base and drive by MIU signals. The new MIU units allow us to obtain meter reads using the drive by process in the event one of our fixed base collectors is out of operation. The MIU’s being purchased transmit a signal that can be retrieved by either our fixed base collectors or our drive by equipment.

Ferguson Waterworks has the bids to provide Residential and Commercial Water Meters and Accessories for the Utilities Department – Water Division. The MIU units are compatible with our current meter reading software and equipment and are a sole source purchase.

The Water Division Meter staff requested a proposal from Ferguson Waterworks for the purchase of MIU Units. A proposal from Ferguson Waterworks was submitted in the amount of $188,300 to provide the R900 V-4 MIU Units.

Action / Recommendation: The Utilities Department – Water Division recommends approval of the Resolution authorizing a purchase order in the amount of $188,300 to Ferguson Waterworks for 2,000 Neptune R900 V-4 MIU Units for the Water Division Meter Reading Section.

Alternative Recommendation (if applicable): N/A Time Sensitivity: N/A Resolution Date: 5/26/20 Budget Information: Funded from Fiscal Year 2020 Utilities Department – Water Division capital equipment budget and coded to 531122-621-621005-N/A. Local Preference Policy: NA Explanation: Ferguson Waterworks has the bids for residential and commercial water meters and the MIU Units. The MIU units are compatible with our meter reading software and equipment provided by this vendor (sole source). Recommended by Council Committee: NA Explanation: NA WTR FIN WTR052620-00

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the Utilities Department - Water Division Meter Section has implemented an automated meter reading system, and

WHEREAS, the Utilities Department - Water Division has to upgrade the remote reading system to allow both fixed base and drive by meter readings, and

WHEREAS, Ferguson Waterworks has the bids to provide Residential and Commercial Water Meters and Accessories for the Water Division, and for the MIU Units to work on meters already installed in the system, the Water Division needs to purchase the MIU Units from the vendor that provides the meters, and

WHEREAS, Ferguson Waterworks has submitted a proposal in the amount of $188,3000 for replacement of the MIU Units to accommodate the upgraded meter reading system, and

WHEREAS, the Utilities Department - Water Division staff has determined that the proposal submitted by Ferguson Waterworks in the amount of $188,300 for the replacement of 2,000 Neptune MIU Units is fair and reasonable.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Utilities Department - Water Division be hereby authorized to issue a purchase order in the amount of $188,300 to Ferguson Waterworks for 2,000 Neptune R900 V-4 MIU Units for the Water Division Meter Reading Section. Funded from fiscal year 2020 Utilities Department - Water Division capital equipment budget and coded to 5311220-621- 621005-N/A.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16m16m

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: Darrell Cannon

Contact Person: Steve Hershner Cell Phone Number: (319) 538-1059 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Amendment No. 6 to renew contract with Ferguson Waterworks for as-needed purchases of Commercial Water Meters for the Water Division for an annual amount not to exceed $470,000 (original amount was $435,000; renewal contract amount is $470,000). CIP/DID #PUR0516-196

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: Bids were solicited by Purchasing Services in 2016 on behalf of the Water Division for as-needed purchases of Commercial Water Meters & Accessories with two (2) vendors responding. Award was made to Ferguson Waterworks as the only responsive bidder for an initial contract period of July 1, 2016 through June 30, 2017.

Amendment No. 6 renews the contract for the period of July 1, 2020 through June 30, 2021 with no renewal options remaining. Annual expenditure will not exceed $470,000.

Summary of contract to date: Description Authorization Dates Initial Term of Contract Resolution No. 0881-06-16 07/01/2016 – 06/30/2017 Amendment No. 1 to renew contract Resolution No. 0859-06-17 07/01/2017 – 06/30/2018 Amendment No. 2 to add items Signed by City 02/16/2018 Effective 02/01/2018 Amendment No. 3 to renew contract Signed by City 06/28/2018 07/01/2018 – 06/30/2019 Amendment No. 4 to renew contract Resolution No. 0746-06-19 07/01/2019 – 06/30/2020 Amendment No. 5 to add item Signed by City 02/27/2020 Effective 02/13/2020 Amendment No. 6 to renew contract Pending 07/01/2020 – 06/30/2021

Action/Recommendation: Authorize the City Manager and the City Clerk to execute Amendment No. 4 as described herein.

Alternative Recommendation:

Time Sensitivity: Medium

Resolution Date: May 26, 2020 Budget Information: 621-621005-531122

Local Preference Policy: Yes Explanation: Local preference applied at time bids were evaluated but did not impact the outcome because there were no local bidders.

Recommended by Council Committee: NA Explanation: NA PUR FIN WTR AUD FILE PUR0516-196

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids and Ferguson Waterworks are parties to a contract for the annual as-needed purchase of Commercial Water Meters & Accessories for Water Division; and

WHEREAS, both parties have agreed to renew the contract for an additional one-year period for an annual amount not to exceed $470,000; and

WHEREAS, a summary of the contract is as follows:

Description Authorization Dates Initial Term of Contract Resolution No. 0881-06-16 07/01/2016 – 06/30/2017 Amendment No. 1 to renew contract Resolution No. 0859-06-17 07/01/2017 – 06/30/2018 Amendment No. 2 to add items Signed by City 02/16/2018 Effective 02/01/2018 Amendment No. 3 to renew contract Signed by City 06/28/2018 07/01/2018 – 06/30/2019 Amendment No. 4 to renew contract Resolution No. 0746-06-19 07/01/2019 – 06/30/2020 Amendment No. 5 to add item Signed by City 02/27/2020 Effective 02/13/2020 Amendment No. 6 to renew contract Pending 07/01/2020 – 06/30/2021

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and the City Clerk are authorized to execute Amendment No. 6 to renew the contract as described herein.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16n16n

Council Agenda Item Cover Sheet

Submitting Department: Water Pollution Control

Presenter at Meeting: Steve Hershner

Contact Person: Steve Hershner Cell Phone Number: 538-1059/270-5219 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Professional Services Agreement with Anderson Bogert Engineers & Surveyors, Inc. for an amount not to exceed $110,482 for the WPCF Site Map Update project.

CIP/DID #615222-01

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: The Water Pollution Control Facility (WPCF) was constructed around 1980 on a greenfield site. The facility has undergone numerous changes since that time, modifying the processes utilized, above ground features, and underground infrastructure. While most of these changes have been documented on various drawing sets, no effort has been made to consolidate these changes in a single location.

The WPCF is in the initial stages of its first major upgrade. An updated map will help City staff operate the facility, and provide a better source of usable information to designers.

Anderson Bogert Engineers & Surveyors, Inc. is part of the design team for the Phase I project to upgrade the WPCF. They will be providing surveying and design services for that project. The Utilities Department is seeking to expand those services across the site. This will include a boundary survey of the site, a complete survey of above ground infrastructure, an update of underground infrastructure, and incorporation of the gathered material into a new site map.

Action/Recommendation: The Utilities Department – WPC Division recommends approval of the Professional Services Agreement with Anderson Bogert Engineers & Surveyors, Inc. for the WPCF Site Map Update project and that the City Manager and City Clerk be authorized to execute said Agreement.

Alternative Recommendation: None

Time Sensitivity: 5-26-20

Resolution Date: 5-26-20

Budget Information: 1. Included in Current Budget Year. Yes, funding for the WPCF Site Map Update project is included in the FY21, and proposed FY22 WPCF CIP budget. Project costs will be coded to 553000-615-615000-615222. 2. Analysis if the expenditure is within budgeted expectations, i.e. some type of budget to actual comparison: There is currently $100,000 in the FY21 CIP budget, and $50,000 in the proposed FY22 CIP budget for the WPCF Site Map Update project. 3. Purchasing Department used or Purchasing Guidelines followed: Yes, statements of qualifications were requested from multiple engineering firms and evaluated by Utilities Department staff using objective criteria for the Phase I Improvements project. Anderson Bogert Engineers & Surveyors, Inc. is performing similar services as a part of that project.

Local Preference Policy: Yes Explanation: Consultant Evaluation form gives preference to local consultants

Recommended by Council Committee: NA Explanation: NA WPC FIN AUD FILE 615222-01

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the Water Pollution Control Facility was constructed around 1980 on a greenfield site and has undergone numerous changes since that time, modifying the processes utilized, above ground features, and underground infrastructure, and

WHEREAS, although most of these changes have been documented, no effort has been made to consolidate these change in a single location, and

WHEREAS, the WPCF is in the initial stages of its first major upgrade and an updated map will help City staff operate the facility and provide a better source for usable information to designers, and

WHEREAS, Anderson Bogert Engineers & Surveyors, Inc. is part of the design team for the Phase 1 project to upgrade the WPCF and they will be providing surveying and design services for that project, and

WHEREAS, the Utilities Department is seeking to expand those services across the entire site including a boundary survey, a complete survey of above ground infrastructure, an update of underground infrastructure, and incorporation of the gathered material into a new site map, and

WHEREAS, the Water Pollution Control Staff recommends approval of the Professional Services Agreement with Anderson Bogert Engineers & Surveyors, Inc. for the WPCF Site Map Update project and that the City Manager and City Clerk be authorized to execute said Agreement, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Water Pollution Control Facility be hereby authorized to enter into a Professional Services Agreement with Anderson Bogert Engineers & Surveyors, Inc., for the WPCF Site Map Update project for an amount not to exceed $110,482 be hereby approved and the City Manager and City Clerk authorized to execute. To be funded from the FY21, and proposed FY22 WPCF CIP budget and coded to 553000-615-615000-615222.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16o16o

Council Agenda Item Cover Sheet

Submitting Department: Water

Presenter at Meeting: Steve Hershner

Contact Person: Steve Hershner Cell Phone Number: 538-1059 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Professional Services Agreement with Bolton & Menk, Inc. for an amount not to exceed $58,980 for the Seminole River Bank Armoring & Access Improvements project. CIP/DID #6250100-01

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: The City of Cedar Rapids obtains water through wells placed alongside the Cedar River. Raw water from the well fields is transmitted through raw water pipelines to two separate water treatment plants. Erosion in several locations in the City’s Seminole Well Field is threatening the raw water transmission main, electric lines, and encroaching upon the roadway access along the well field.

Flooding within the Seminole Valley area has left behind deposits of sand and silt. The accumulated material increases the difficulty of accessing wells, valves, and electrical equipment.

The objectives of the Project are to:  Stabilize approximately 1200 LF of riverbank to provide adequate protection of at-risk City infrastructure.  Remove excess sand and sediment that has accumulated along a portion of the access road and select wells.  Place and grade road stone along portions of the well access road.  Select roadway drainage improvements to reduce flooding of the access road.

Seven engineering firms were contacted for Statements of Qualifications for design services. Packets detailing the experience of the firm and the proposed schedule for the project were received from six engineering firms. The six firms were: Bolton & Menk, Inc., MSA, Inc., Hall & Hall, Inc., Anderson Bogert, Shoemaker Holland, Inc., and McClure Engineering Company. The Utilities Department staff evaluated the qualifications of the responding firms and determined that the technical resources that Bolton & Menk, Inc. could bring to the project best met the needs of the Utilities Department.

Action/Recommendation: The Utilities Department – Water Division recommends approval of the Professional Services Agreement with Bolton & Menk, Inc. for the Seminole River Bank Armoring & Access Improvements project and that the City Manager and City Clerk be authorized to execute said Agreement. Alternative Recommendation: None

Time Sensitivity: 5-26-20

Resolution Date: 5-26-20

Budget Information: 1. Included in Current Budget Year. Yes, funding for the Seminole River Bank Armoring & Access Improvements project is included in the amended FY20 budget, and will be available in FY21 and proposed FY22 Water CIP budgets through adjustments to other project schedules. Project costs will be coded to 553000-625-625000-6250100. 2. Analysis if the expenditure is within budgeted expectations, i.e. some type of budget to actual comparison: There is currently $20,000 in the amended FY20 CIP budget, with $255,000 identified in the FY21 CIP budget. There will be $275,000 in the proposed FY22 CIP budget for the Seminole River Bank Armoring & Access Improvements project. 3. Purchasing Department used or Purchasing Guidelines followed: Yes, statements of qualifications were requested from multiple engineering firms and evaluated by Utilities Department staff using objective criteria.

Local Preference Policy: Yes Explanation: Consultant Evaluation form gives preference to local consultants

Recommended by Council Committee: NA Explanation: NA WTR FIN AUD FILE 6250100-01

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids obtains water through wells placed alongside the Cedar River. Raw water from the well fields is transmitted through raw water pipelines to two separate water treatment plants. Erosion in several locations in the City’s Seminole Well Field is threatening the raw water transmission main, electric lines, and encroaching upon the roadway access along the well field, and

WHEREAS, the Cedar Rapids Utilities Department – Water Division needs engineering services for the design and construction of river bank protection along selected areas of the Seminole Well Field and roadway accessing the well field, and

WHEREAS, seven engineering firms were contacted for Statements of Qualifications for design services. Packets detailing the experience of the firm and the proposed schedule for the project were received from six engineering firms. The six firms were: Bolton & Menk, Inc., MSA, Inc., Hall & Hall, Inc., Anderson Bogert, Shoemaker Holland, Inc., and McClure Engineering Company. The Utilities Department – Water Division staff evaluated the qualifications of the responding firms and determined that the technical resources that Bolton & Menk, Inc. could bring to the project best met the needs of the Utilities Department – Water Division, and

WHEREAS, Bolton & Menk, Inc. has proposed to furnish these services for an amount not to exceed $58,980.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Professional Services Agreement with Bolton & Menk, Inc. for an amount not to exceed $58,980 for the Seminole River Bank Armoring & Access Improvements project be hereby approved and that the City Manager and City Clerk be hereby authorized to execute said Agreement. Funding for the project is included in the FY20 and FY21 Water CIP budgets. Project costs will be coded to 553000-625-625000-6250100.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16p16p16p

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Brenna Fall, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a Professional Services Agreement with HDR Engineering, Inc. for an amount not to exceed $223,233 for engineering services in connection with the Downtown River Wall Improvements – Phase II: Repairs and Monitoring project. CIP/DID #322503-02

EnvisionCR Element/Goal: ProtectCR Goal 1: Protect Cedar Rapids from flooding and other hazards.

Background: This project follows up on the Phase I assessment of the condition of river walls in the downtown area. The Consultant will submit a final report of findings on the status of a wall section that has rotated out of position, as well as backfill settlement and a structural inspection at other locations. Plans and specifications will also be developed for replacement of guardrails. Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of a professional services agreement with HDR Engineering, Inc.

Alternative Recommendation: The City of Cedar Rapids does not currently have the staff resources to complete this project internally. The alternative is to delay the project until City Staff acquires the resources available to proceed with the assessment and report.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: 322/322000/322503, NA

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA ENG FIN AUD FILE 322503-02

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City Engineer has determined it is in the best interest of the City to outsource some professional services relating to the project below, and

WHEREAS, the City Engineer has determined HDR Engineering, Inc. is qualified to provide those services and they are able to perform those services in a timely manner for an amount not to exceed $223,233, and

WHEREAS, the City Engineer recommends the City enter into Contract No. 322503-02 with the firm noted herein, and

WHEREAS, the City Council has allocated funds for the Downtown River Wall Improvements – Phase II: Repairs and Monitoring project,

Fund 322, Dept ID 322000, Project 322503-02, NA

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and City Clerk are hereby authorized to execute the contract for the services noted herein.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature INTERSTATE 380 PROJECT IMPROVEMENTS AND INVESTIGATIONS 1ST AVE E

2ND AVE SE 1ST ST SE

3RD AVE SE

1ST AVE W

4TH AVE SE

2ND AVE SW

5TH AVE SE

1ST ST SW

3RD AVE SW 6TH AVE SE

CEDAR RIVER

4TH AVE SW

7TH AVE SE

5TH AVE SW

6TH AVE SW

8TH AVE BRIDGE

DIAGONAL DR SE

N DOWNTOWN RIVER WALL 0 FEET 400 CEDAR RAPIDS IMPROVEMENTS - PHASE II PROJECT City of Five Seasons Cadd File Name: W:\PROJECTS\CIP\322\322503 - 2019 Riverwall Evaluation\322503 Council Map.dwg 322503 16q16q16q

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Doug Wilson, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of Amendment No. 1 to the Professional Services Agreement with Shive-Hattery, Inc. specifying an increased amount not to exceed $49,740 for engineering design services in connection with the C Street SW from Bowling Street to Wilson Avenue Roadway Rehabilitation project (original contract amount was $110,991.30; total contract amount with this amendment is $160,731.30) (Paving for Progress). CIP/DID #3012095-02

EnvisionCR Element/Goal: ConnectCR Goal 4: Improve the function and appearance of our key corridors.

Background: This project includes the rehabilitation of C Street SW from Bowling Street to Wilson Avenue. This amendment will incorporate the addition of ADA compliant sidewalk from Wilson Avenue to Handley Drive, and provide improved pedestrian connectivity.

Action/Recommendation: The Public Works Department recommends adoption of the resolution authorizing execution of Amendment No. 1 of the Professional Services Agreement with Shive-Hattery, Inc. specifying an increased amount not to exceed $49,740.

Alternative Recommendation: Identify other options to complete the design and construction documents for the sidewalk extension, or do not complete the extension.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: 301/301000/3012095 SLOST

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA ENG FIN AUD FILE 3012095-02 7970

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids entered into a Professional Services Agreement with Shive-Hattery, Inc. to provide design services for the C Street SW from Bowling Street to Wilson Avenue Roadway Rehabilitation project on November 5, 2019, and

WHEREAS, changes in the Scope of Services are required for revisions in the plan drawings, quantity sheets, and project funding sheets for C Street SW from Bowling Street to Wilson Avenue Roadway Rehabilitation,

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and City Clerk are authorized to sign Amendment No. 1 to the Professional Services Agreement with Shive-Hattery, Inc. in the amount of $49,740 for the C Street SW from Bowling Street to Wilson Avenue Roadway Rehabilitation project (Contract No. 3012095-02). A summary of the contract amendments for this contract is as follows:

Original Contract Amount: $ 110,991.30 Amendment No. 1 $ 49,740.00 ______Amended Contract Amount $ 160,731.30

General ledger coding for this amendment to be as follows:

Fund 301, Dept ID 301000 Project 3012095 (SLOST) $49,740

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature PROJECT AREA

C STREET SW FROM BOWLING STREET TO WILSON AVENUE ROADWAY REHABILITATION PROJECT

PROJECT # 3012095-02 16r16r16r

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Nathan Kampman, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Authorizing execution of Change Order No. 17 in the amount of $31,418.01 with Boomerang Corp. for the Johnson Avenue NW Improvements from 1st Avenue SW to Midway Drive NW project (original contract amount was $5,276,786.90; total contract amount with this amendment is $5,946,161.90) (Paving For Progress). CIP/DID #3012043-02

EnvisionCR Element/Goal: ConnectCR Goal 2: Build a complete network of connected streets.

Background: This is a contract change order to adjust the contract price based on the actual quantities of completed work and additional work based on contractor quotes reviewed and accepted based on the scope of work. The unit prices remain the same as originally bid and the contract price is adjusted in accordance with the provisions specified in the terms and conditions.  Curb & Gutter were added at Jacolyn Dr and 1st Ave to allow access to area business and reduce traffic through the Johnson Ave construction area.  Due to incomplete utility work, the street and storm sewer intake near the roundabout were temporarily completed in August 2018 to allow access at the beginning of the school year to Hoover School.  In summer 2019, private utilities completed relocation of their infrastructure allowing completion of construction per plan.  Removal and replacement of HMA parking lot was added to the Hoover School parking lot to allow for construction of the adjacent PCC combined sidewalk & retaining wall.  Temporary street lighting was necessary at Johnson Ave & Wiley Blvd due to excessive lead times for the manufacture and delivery of the permanent street lights. Temporary street lights were installed so the Johnson & Wiley Blvd roundabout could be safely opened at the beginning of the school year for adjacent Hoover School.

Action/Recommendation: The Public Works Department recommends approval of Change Order No. 17 submitted by Boomerang Corp.

Alternative Recommendation: If Council does not approve the change order, payments due to the Contractor will accrue interest until approval of the Change Order occurs and payment is made.

Time Sensitivity: Normal Resolution Date: May 26, 2020

Budget Information: 301/301000/3012043 SLOST*; 625/625000/6250051-2016017 NA; 655/655000/6550063 NA *Includes TSIP grant

Local Preference Policy: NA Explanation: Code of Iowa applies for bidding publicly funded capital projects . Recommended by Council Committee: Yes Explanation: Project previously approved by Infrastructure Committee as a Paving for Progress project. ENG FIN AUD FILE 3012043-02 7970

RESOLUTION NO. LEG_NUM_TAG

BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager is authorized to sign Change Order No. 17 in the amount of $31,418.01 with Boomerang Corp. for the Johnson Avenue NW Improvements from 1st Avenue SW to Midway Drive NW, Contract No. 3012043-02. A cost summary of the contract changes for this project is as follows:

Original Contract Amount $5,053,786.90 Original Incentive Value 223,000.00 Change Order No. 1 3,740.00 Change Order No. 2 81,200.00 Change Order No. 3 13,001.94 Change Order No. 4 15,928.22 Change Order No. 5 134,410.00 Change Order No. 6 16,760.00 Change Order No. 7 75,156.02 Change Order No. 8 20,850.15 Change Order No. 9 Rev 88,669.27 Change Order No 10 1,382.52 Change Order No. 11 99,611.16 Change Order No. 12 87,666.35 Change Order No. 13 15,945.50 Change Order No. 14 115.08 Change Order No. 15 (37,074.25) Change Order No. 16 20,595.03 Change Order No. 17 31,418.01 Amended Contract Amount $5,946,161.90

General ledger coding for this Change Order to be as follows: $29,918.01 301-301000-7970- 3012043, $1,500 655-655000-65585-6550063

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

MIDWAY DR NW

LN NW LN SHELLEY

COX AVE NW

WILEY BLVD NW BLVD WILEY

ST NW ST HARNETT

ROLLING- NW DR WESLEY WOOD

DR NW

CT NW CT

JANICE DR NW DR JANICE

JOSEPHINE LN NW LN JOSEPHINE

WELLESLEY

EDGEWOOD RD NW RD EDGEWOOD JACOLYN DR NW DR JACOLYN

SHORT ST NW JOHNSON AVE NW

AUTUMN WOODS

DR NW WILEY BLVD NW BLVD WILEY

1ST AVE W

N JOHNSON AVENUE NW IMPROVEMENTS FROM 0 FEET 600 CEDAR RAPIDS 1ST AVENUE SW TO MIDWAY DRIVE NW PROJECT City of Five Seasons Cadd File Name: Cadd File Name: Council Map.dwg AVE TO MIDWAY DR\3012043 AVE NW FROM 1ST - JOHNSON (LOST)\PROJECTS\3012043 FOR PROGRESS W:\PAVING 3012043 16s16s16s

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Nathan Kampman, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: CONSENT AGENDA Authorizing release of partial final payment in the amount of $26,116.34 to Midwest Concrete, Inc. for the Edgewood Road NE from Highway 100 to Blairs Ferry Road Roadway Improvements project (original contract amount was $848,486.19; total contract amount with this amendment is $914,189.67). CIP/DID #301980-01

EnvisionCR Element/Goal: ConnectCR Goal 3: Establish a network of complete streets.

Background: Construction has been substantial completed by Midwest Concrete, Inc. for the Edgewood Road NE from Highway 100 to Blairs Ferry Road Roadway Improvements project. Installation of traffic signals at Edgewood Road and Cross Pointe Boulevard is not complete. When this work is complete, the remaining retainage will be released and the project accepted.

Action/Recommendation: The Public Works Department recommends the issuance of partial final payment to the contractor in the amount of $26,116.34. The remaining retainage will be held until installation of traffic signals at Edgewood Road and Cross Pointe Boulevard NE is complete.

Alternative Recommendation: Council could decide to hold entire retainage amount until additional construction items are complete.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: 301/301000/301980

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA ENG FIN TRS 301980-01

RESOLUTION NO. LEG_NUM_TAG

BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Engineer certifies that the work on the Edgewood Road NE from Highway 100 to Blairs Ferry Road Roadway Improvements project (Contract 301980-01), has been substantially completed in accordance with the plans and specifications and that the City of Cedar Rapids Finance Director is authorized and directed to issue a warrant in the sum of $26,116.34 to Midwest Concrete, Inc. as a partial final payment, and

BE IT FURTHER RESOLVED THAT the remaining retainage will be held until the installation of traffic signals at Edgewood Road and Cross Pointe Boulevard NE is complete.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature Cadd File Name: W:\PROJECTS\CIP\301\301965 Earhart Ln\301965-01\COUNCIL AGENDA\301965 Council Map2.dwg

City of Five Seasons HIGHWAY 100 HIGHWAY

EDGEWOOD ROAD NE PROJECT LOCATION BLAIRS FERRY ROAD NE N 0 FEET 301980 16t16t

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Nathan Kampman, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Accept projects Resolution amending Resolution No 0539-05-20 adding original incentive value of $2,000 and correcting scriveners error with Rathje Construction Company for the Storm Inlet Safety Improvements Phase 1A project (original contract amount was $41,386; final contract amount is $40,224.84). CIP/DID #304429-07

EnvisionCR Element/Goal: ConnectCR Goal 4: Improve the function and appearance of our key corridors.

Background: The Storm Inlet Safety Improvements – Phase 1A project (Contract 304429-07) was accepted by the City Council on May 12, 2020, Resolution No. 0539-05-20, with a final contract of amount of $38,325.84. The original incentive value of $2,000 was not accounted for and Rathje Construction Company is due $2,000 over the previous final contract amount for earned incentive. There was also an error in Item 6 Trench Compaction and an addition error on original resolution. Final contract price is amended to $40,224.84.

Original Contract Amount $39,386.00 Original Incentive Value 2,000.00 Change Order No. 1 (1,061.16) Change Order No. 2 Final (100.00) Amended Contract Amount $40,224.84

Action/Recommendation: The Public Works Department recommends adoption of the Resolution to amend Resolution No. 0539-05-20 adding original incentive amount and revising the final contract price to $40,224.84.

Alternative Recommendation: There is no alternative recommendation, the contractor earned the original incentive value based on the contract.

Time Sensitivity: Normal

Resolution Date: May 26, 2020 Budget Information: 304429 Local Preference Policy: NA Explanation: NA Recommended by Council Committee: NA Explanation: NA ENG FIN TRS 304429-07

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the Storm Inlet Safety Improvements – Phase 1A project (Contract 304429- 07) was accepted by the City Council on May 12, 2020, Resolution No. 0539-05-20, with the final contract of amount of $38,325.84, and

WHEREAS, the original incentive value of $2,000 was not accounted for, and

WHEREAS, Rathje Construction Company is due $2,000 over the previous final contract amount for earned incentive, Cost breakdown of this project is as follows:

Original Contract Amount $39,386.00 Original Incentive Value 2,000.00 Change Order No. 1 (1,061.16) Change Order No. 2 Final (100.00) Amended Contract Amount $40,224.84

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the final contract amount is amended to $40,224.84.

The final contract price is $40,224.84 distributed as follows: $40,224.84 304-304000-30485- 304429

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16u16u

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Brenna Fall, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a 28E Agreement with Linn County, and the cities of Hiawatha, Robins, and Marion for continued development of Phases I, II, and III Including Segments A through G of the Tower Terrace Road Transportation Corridor Improvements, and authorization for the City to reimburse Linn County in an amount not to exceed $71,004 for the City's portion of a Professional Services Agreement with Snyder & Associates, Inc. for consultant services related to the executed 28E Agreement. CIP/DID #301666-00

EnvisionCR Element/Goal: ConnectCR Goal 4: Improve the function and appearance of our key corridors.

Background: The Corridor Metropolitan Planning Organization (CMPO) and member jurisdictions have placed significant emphasis on the completion of the Tower Terrace Road corridor between Interstate 380 and Iowa Highway 13. The City of Cedar Rapids continues to be a partner in this endeavor and is actively working on completion of several roadway segments that have received funding through the CMPO in past years.

The Tower Terrace Road Corridor Management plan was updated in 2019 and was adopted by City Council on February 11, 2020. The updated plan included revised cost estimates for roadway segments and provided a financial plan that indicated completion of the entire corridor would take decades under current local funding capacity.

Earlier this year, the U.S. Department of Transportation published a Notice of Funding Opportunity to apply for grant funding through the BUILD Transportation Discretionary Grants program. The jurisdictions involved in the Tower Terrace Road project have identified this grant program as a viable funding source to accomplish construction of the remaining roadway segments within a much shorter timeframe than the updated Corridor Management Plan indicated.

A resolution authorizing execution of a Memorandum of Understanding (MOU) to submit a BUILD grant application was adopted by City Council on April 14, 2020 and the MOU was thence signed on May 8, 2020. The BUILD grant application will be submitted in May.

In anticipation of a successful grant application, the jurisdictions plan to proceed with a Professional Services Agreement with Snyder & Associates, Inc. to prepare a Project Design Report and complete environmental study and documentation to comply with National Environmental Policy Act (NEPA) requirements. This will position the jurisdictions to complete the project within the required timeline of the BUILD Grant, should the project receive funding as requested in the application. The jurisdictions propose to coordinate via the proposed 28E Agreement to accomplish this work jointly. The scope of this agreement applies to the following segments of Tower Terrace Road. The attached map illustrates the location of these segments and includes the proposed cost share for the professional services agreement mentioned previously.

Project Sponsor Roadway Segments Cedar Rapids C1, D1, D2 Hiawatha B1, B2, C1 Marion F1, G1, G2 Robins B1, B2, C1

Action/Recommendation: The Public Works Department recommends approving the resolution authorizing execution of a 28E Agreement with Linn County, and the cities of Hiawatha, Robins, and Marion for continued development of Phases I, II, and III including Segments A through G of the Tower Terrace Road Transportation Corridor Improvements. Upon City approval, signed agreements will be returned to Linn County for necessary signatures.

Alternative Recommendation: The City Council could choose to not approve the proposed agreement, however this action would inhibit the ability of the City of Cedar Rapids to partner with regional jurisdictions to leverage $25 million in Federal funding to accomplish the completion of the Tower Terrace Road corridor.

Time Sensitivity: Normal.

Resolution Date: May 26, 2020

Budget Information: 301666, NA

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA TOWER TERRACE ROAD TRANSPORTATION CORRIDOR IMPROVEMENTS 28E Agreement between Linn County and the Cities of Cedar Rapids, Hiawatha, Robins, and Marion

PROJECT PHASE AND JURISDICTIONAL RESPONSIBILITY HIAWATHA ROBINS CEDAR RAPIDS MARION Currently under A.1 development Currently under A.2 development B.1 B.2 C.1 D.1 D.2 Currently under D.3 development Currently under Currently under E.1 development development Currently under E.2 development Currently under E.3 development F.1 G.1 G.2 Proposed Consultant $83,770 $62,925 $71,004 $127,301 Services Cost Share

Indicates inclusion of this segment in the BUILD Grant application and consultant services scope. ENG FIN TRS AUD FILE 301666-00

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids, jointly with Linn County, and the cities of Hiawatha, Robins, and Marion, have been working cooperatively to develop the Tower Terrace Road Corridor between Interstate 380 and Iowa Highway 13, and

WHEREAS, segments of Tower Terrace Road remain to be constructed by each jurisdiction, and

WHEREAS, City Council Resolution No. 0232-02-20 adopted the updated Tower Terrace Road Corridor Management Plan which provides common planning elements for the completion of Tower Terrace Road among the jurisdictions, and

WHEREAS, City Council Resolution No. 0428-04-20 authorized execution of a Memorandum of Understanding with Linn County, and the cities of Hiawatha, Robins, and Marion, for the purpose of documenting commitment to jointly apply for a Better Utilizing Investments to Leverage Development (BUILD) Grant in the amount of $25,000,000 for completion of the Tower Terrace Road Corridor between Interstate 380 and Iowa Highway 13, and

WHEREAS, the jurisdictions will jointly continue preliminary engineering of the corridor utilizing consultant services to position the project for completion if the BUILD Grant is successfully funded in the amount of $25,000,000, and

WHEREAS, the City Engineer recommends authorizing execution of a 28E Agreement with Linn County, and the cities of Hiawatha, Robins, and Marion, for continued development of Phases I, II, and III including Segments A through G of the Tower Terrace Road Transportation Corridor Improvements.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, as follows:

1. The City Manager and City Clerk are hereby authorized to execute said Agreement.

2. Reimbursement to Linn County in an amount not to exceed $71,004 for the City’s portion of a Professional Services Agreement with Snyder & Associates, Inc. for consultant services related to the executed 28E Agreement is approved. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16v16v16v

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Brenna Fall, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a 28E Agreement with Linn County for administration in the amount of $385 in connection with Biennial Bridge Inspections. CIP/DID #4921016-00

EnvisionCR Element/Goal: ConnectCR Goal 4: Improve the function and appearance of our key corridors.

Background: The City of Cedar Rapids and Linn County jointly own three (3) structures along the City/County jurisdictional boundary. The County will be hiring a consultant qualified to conduct the required bridge inspections. Upon completion of the inspections, the City shall reimburse Linn County for the agreed upon project costs.

The agreement will be terminated upon final acceptance of the work by the City and final settlement of the financial conditions as set forth in Paragraph 6 of the 28E Agreement.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of a 28E Agreement for administration with Linn County in connection with Biennial Bridge Inspections in the amount of $385.00.

Alternative Recommendation: The Council may decline approval of the 28E agreement or request changes to the terms of the agreement.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: 101/123000 NA

Local Preference Policy: NA Explanation: NA Recommended by Council Committee: NA Explanation: NA 80th ST NW

E AVE NW

MOUNT VERNON RD SE

US 30

BERTRAM RD SE

ELY RD SW

OTIS RD SE

C ST SW

LEGEND

INSPECTION LOCATION

N 0 500 BIENNIAL BRIDGE INSPECTIONS with LINN COUNTY FEET CEDAR RAPIDS City of Five Seasons Cadd File Name: W:\PROJECTS\Non-CIP\2021\4921 General\016 Biennial Bridge Inspections\28E\COUNCIL AGENDA\Bridge Inspect Council Map 28E.dwg 4921016-00 ENG FIN AUD FILE 4921016-00

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City Engineer recommends the City execute a 28E Agreement with Linn County providing for cooperative action pursuant to biennial bridge inspections, and

WHEREAS the City and County jointly own three (3) structures, and

WHEREAS Linn County has agreed to administration of the project, and

WHEREAS, the City Council has allocated funds planned for the biennial bridge inspections (Fund 101, Dept ID 123000, Project 4921016 NA, $385), and

WHEREAS, this agreement will be terminated upon final acceptance of the work by the City and final settlement of the financial conditions as set forth in Paragraph 6 of the 28E Agreement, now therefore

BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA that the City Manager and City Clerk are authorized to sign a 28E Agreement with Linn County in the amount of $385 in connection with the Biennial Bridge Inspections (No. 4921016-00).

BE IT FURTHER RESOLVED, that said agreement shall be filed with the City of Cedar Rapids Finance Director and thereafter filed with the Office of the Secretary of State.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16w16w16w

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Dave Wallace, PE

Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a 28E Agreement with the City of Marion for collection and reimbursement of sewer connection charges and sanitary sewer extension fees, an amount to be determined as defined in the 28E Agreement, in connection with the C Avenue Northeast (East of) Sanitary Sewer Extension District and Related Sanitary Sewer Extension Fees project. CIP/DID #6550053-00

EnvisionCR Element/Goal: GrowCR Goal 2: Manage Growth.

Background: Development planning has begun for areas within the City of Cedar Rapids annexation area along C Avenue Northeast. Sanitary sewer does not currently serve this area of development. The City of Cedar Rapids has agreed to extend sanitary sewer to serve the properties within this area, providing property owners annex to the City of Cedar Rapids and pay a sanitary sewer extension fee. The extension fee is based on the project costs for extending the sanitary sewer as provided for by Part 13.04.c.4 of the Cedar Rapids Municipal Code and Section 384.38 of the Code of Iowa (2020).

The City of Marion has previously extended sanitary sewer to serve certain portions of this area and has established sanitary sewer districts that are subject to sanitary sewer connection fees.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of a 28E Agreement for collection and reimbursement of sewer connection charges and sanitary sewer extension fees with the City of Marion, Iowa in an amount to be determined as defined in the 28E Agreement.

Alternative Recommendation: Defer action and request additional information.

Time Sensitivity: Normal Resolution Date: May 26, 2020 Budget Information: NA Local Preference Policy: NA Explanation: NA Recommended by Council Committee: NA Explanation: NA ENG FIN TRS AUD FILE 6550053-00

RESOLUTION NO. LEG_NUM_TAG

BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA that the City Manager and City Clerk are authorized to sign a 28E Agreement with the City of Marion, Iowa in an amount to be determined as defined in the 28E Agreement in connection with the C Avenue Northeast (East of) Sanitary Sewer Extension District and Related Sanitary Sewer Extension Fees project (CIP No. 6550053-00 NA).

BE IT FURTHER RESOLVED, that said agreement shall be filed with the City of Cedar Rapids Finance Director and thereafter filed with the Office of the Secretary of State.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature C AVE EXT

ECHO HILL RD

ALBURNETT RD RD ALBURNETT ALBURNETT 10TH STREET

W WILLIAMS DR

E MAIN ST

C AVE NE NE AVE AVE C C

TOWER TERRACE RD

E ROBINS RD ALBURNETT RD ALBURNETT

C AVENUE NORTHEAST (EAST OF) N 0 FEET SANITARY SEWER EXTENSION DISTRICT

City of Five Seasons EXHIBIT 1 Cadd File Name: Cadd File Name: Council Map.dwg Extension\6550053 Rd. Sanitary Sewer Ave NE East of East Robins (655)\6550053 C W:\PROJECTS\CIP\611 6550053 16x16x

Council Agenda Item Cover Sheet

Submitting Department: Police

Presenter at Meeting: Sergeant Jeremy Paulsen

Contact Person: Chief Jerman Cell Phone Number: 319-640-5518 E-mail Address: [email protected]

Description of Agenda Item: CONSENT AGENDA Resolution authorizing the City Manager and City Clerk to execute a 28E Agreement between the City of Cedar Rapids and the Cedar Rapids Community School District to renew the School Resource Officer Program for the term July 1, 2020 to June 30, 2022. CIP/DID #OB641224

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: The Cedar Rapids Community School District (CRCSD) and the City of Cedar Rapids have discerned the need to continue the School Resource Officer Program for the public school system with the City of Cedar Rapids, in order to provide a cooperative approach toward maintaining an atmosphere in the public schools whereby school staff and students feel safe and free from intimidation. This 28E Agreement will replace the existing 28E Agreement with the CRCSD for the School Resource Officer Program.

Action/Recommendation: The Police Department recommends the City Council authorize the City Manager and City Clerk to execute the 28E Agreement, renewing the School Resource Officer Program with the College Community School District.

Alternative Recommendation: NA

Time Sensitivity: Agreement is effective July 1, 2020.

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: (Click here to select) Explanation: NA

Recommended by Council Committee: (Click here to select) Explanation: NA PD CLK FIN AUD FILE OB641224

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids and the Cedar Rapids Community School District (CRCSD) share a mutual desire to provide law enforcement and related services to the public schools within the City, to help maintain an atmosphere in the public schools where school staff and students feel safe and free from intimidation, and

WHEREAS, the City of Cedar Rapids signed a 28E Agreement with the CRCSD, (Resolution No. 0833-06-18) continuing a School Resource Officer Program to provide the aforementioned services to the public schools within the City, and

WHEREAS, the CRCSD and the City of Cedar Rapids have discerned the need to continue a School Resource Officer Program for the public school system within the City of Cedar Rapids, Iowa, for the term of July 1, 2020 through June 30, 2022; in order to provide a cooperative approach toward addressing the desires of both parties; as hereinafter described, and

WHEREAS, the CRCSD and the City of Cedar Rapids recognize the potential outstanding benefits of the School Resource Officer Program to the citizens of Cedar Rapids, Iowa; and

WHEREAS, it is understood that this Agreement is between two public agencies and is entered into pursuant to the provisions of Iowa Code Chapter 28E and shall be electronically filed with the Iowa Secretary of State’s Office upon execution as required by law;

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and City Clerk are hereby authorized to execute the 28E agreement with the Cedar Rapids Community School District.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16y16y

Council Agenda Item Cover Sheet

Submitting Department: Police

Presenter at Meeting: Sergeant Jeremy Paulsen

Contact Person: Chief Jerman Cell Phone Number: 319-640-5518 E-mail Address: [email protected]

Description of Agenda Item: CONSENT AGENDA Resolution authorizing the City Manager and City Clerk to execute a 28E Agreement between the City of Cedar Rapids and the College Community School District to renew the School Resource Officer Program for the term July 1, 2020 through June 30, 2022. CIP/DID #OB641224

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: The College Community School District (CCSD) and the City of Cedar Rapids have discerned the need to continue the School Resource Officer Program for the public school system with the City of Cedar Rapids, in order to provide a cooperative approach toward maintaining an atmosphere in the public schools whereby school staff and students feel safe and free from intimidation. This 28E Agreement will replace the existing 28E Agreement with the CCSD for the School Resource Officer Program.

Action/Recommendation: The Police Department recommends the City Council authorize the City Manager and City Clerk to execute the 28E Agreement, renewing the School Resource Officer Program with the College Community School District.

Alternative Recommendation: NA

Time Sensitivity: Agreement is effective July 1, 2020

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: (Click here to select) Explanation: NA

Recommended by Council Committee: (Click here to select) Explanation: NA PD CLK FIN AUD FILE OB641224

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids and the College Community School District (CCSD) share a mutual desire to provide law enforcement and related services to the public schools within the City, to help maintain an atmosphere in the public schools where school staff and students feel safe and free from intimidation, and

WHEREAS, the City of Cedar Rapids signed a 28E Agreement with the CCSD, (Resolution No. 0834-06-18) continuing a School Resource Officer Program to provide the aforementioned services to the public schools within the City, and

WHEREAS, the CCSD and the City of Cedar Rapids have discerned the need to continue a School Resource Officer Program for the public school system within the City of Cedar Rapids, Iowa, for the term of July 1, 2020 through June 30, 2022; in order to provide a cooperative approach toward addressing the desires of both parties; as hereinafter described, and

WHEREAS, the CCSD and the City of Cedar Rapids recognize the potential outstanding benefits of the School Resource Officer Program to the citizens of Cedar Rapids, Iowa; and

WHEREAS, it is understood that this Agreement is between two public agencies and is entered into pursuant to the provisions of Iowa Code Chapter 28E and shall be electronically filed with the Iowa Secretary of State’s Office upon execution as required by law;

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and City Clerk are hereby authorized to execute the 28E agreement with the College Community School District.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16z16z

Council Agenda Item Cover Sheet

Submitting Department: Police

Presenter at Meeting: Sgt. Jeremy Paulsen

Contact Person: Chief Jerman Cell Phone Number: 640-5518 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing the City Manager and City Clerk to execute an agreement with Foundation 2 in order to continue moving forward on the mental health program that was started in 2017. Funded through the FY19 Justice and Mental Health Collaboration Program grant, Foundation 2 will be reimbursed up to $213,345 for costs associated with the employment of one Law Enforcement Liaison position. This Liaison will be embedded in the Police Department and work directly with the new Mental Health Officer and the existing Law Enforcement Liaison. The term of the agreement is April 18, 2020 to September 30, 2022. CIP/DID #PD0024

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: The City was awarded the FY17 Justice and Mental Health Collaboration Program grant in 2017, which led to the first Law Enforcement Liaison position. This position enhanced the response and follow up to individuals with mental illness or co-occurring mental health and substance abuse disorders. The FY19 Justice and Mental Health Collaboration Program grant will allow for the expansion for the program to address the identified need for more resources.

Action/Recommendation: The Police Department recommends approval of the agreement.

Alternative Recommendation: N/A

Time Sensitivity: Immediate action is recommended to advance the program.

Resolution Date: May 26, 2020

Budget Information: Project 132091

Local Preference Policy: (Click here to select) Explanation: NA

Recommended by Council Committee: (Click here to select) Explanation: NA PD FIN AUD FILE PD0024 132091-01

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the City of Cedar Rapids was awarded a match grant by the Office of Justice Programs at the U.S. Department of Justice in 2019, and

WHEREAS, the grant that was awarded is the FY19 Justice and Mental Health Collaboration Program, and

WHEREAS, the total award is $222,345, and

WHEREAS, the majority of the program funds, $213,345, were requested in order to fund the addition of a Law Enforcement Liaison employed through Foundation 2, and

WHEREAS, the agreement will allow for enhancement of the existing Police Department mental health program, which will provide the additional resource for increasing access to mental health and other treatment services,

WHEREAS, the term of the agreement is April 18, 2020 to September 30, 2022.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the City Manager and City Clerk are hereby authorized to execute the agreement between the City of Cedar Rapids and Foundation 2 (132091-01).

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 16aa16aa16aa

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Alternate Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a Right-of-Way Encroachment Agreement to permit the construction of stairs, footings and handrails along 2nd Street SW to encroach onto the City-owned right-of-way for the property located at 400 2nd Street SW as requested by 2nd Street Properties, LLC. CIP/DID #ENCR-003224-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: 2nd Street Properties, LLC, Owner of the property located at 400 2nd Street SW, submitted a request to the City of Cedar Rapids to encroach into the City-owned right-of-way along 2nd Street SW for the purpose of constructing two sets of stairs, footings and handrails to enter the building along 2nd Street SW for a new development. The required fees of $250, plus $100 closing cost, have been paid to the City by 2nd Street Properties, LLC, Owner.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of the Encroachment Agreement with 2nd Street Properties, LLC, Owner.

Alternative Recommendation: Deny request and require the stairs, footings and handrails not encroach into the City owned right-of-way.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: This does not fit the criteria outlined in the policy and, therefore, does not apply.

Recommended by Council Committee: NA Explanation: NA ENG FIN IT RCR AUD FILE ENCR-003224-2020

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, 2nd Street Properties, LLC, is the Owner of real property located at 400 2nd Street SW, Cedar Rapids, Iowa (hereinafter Property), and

WHEREAS, the Owner has requested an encroachment onto City-owned right-of-way along 2nd Street SW for the purpose of constructing new stairs, footings and handrails. The encroachment onto the City right-of-way is at the main entry and the stairs will extend 0.68-feet, the stair footing will extend 1.01-feet, and a handrail will extend 1-.08-inches. The encroachment onto the City-owned right-of-way at the exterior unit will also consist of stairs, footings and handrails. The footings will extend 0.33-feet, stairs extend 1.68-feet and a handrail extend 2.6- feet into the City right-of-way, and

WHEREAS, the City of Cedar Rapids, an Iowa municipal corporation, 101 First Street SE, is the Owner of the City right-of-way located along 2nd Street SW, and

WHEREAS, the Public Works Department recommends the City enter into an agreement for the encroachment in accordance with the terms set forth in the Right-of-Way Encroachment Agreement, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Right-of-Way Encroachment Agreement be accepted and that the City Manager and City Clerk are hereby authorized to execute said Right-of-Way Encroachment Agreement, and

BE IT FURTHER RESOLVED, that the Right-of-Way Encroachment Agreement be recorded in the Office of the Linn County Recorder and thereafter filed with the City of Cedar Rapids Finance Director. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

4TH AVE SW

STAIR ENCROACHMENT

400 2nd St SW

2ND ST SW

N STAIR ENCROACHMENT 0 FEET 40 CEDAR RAPIDS 400 2ND STREET SW City of Five Seasons Cadd File Name: Cadd File Name: Council Map.dwg File\400 2nd St SW - 400 2nd St SW\Cadd - ROW ENCROACHMENTS\ENCR-003224-2020 ENCROACHMENTS\2020 MANAGEMENT\5. AND ROW MANAGEMENT\ROW W:\REAL ESTATE ENCR-03224-2020 16ab16ab16ab

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Alternate Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a Right-of-Way Encroachment Agreement to permit the refacing of an existing double-faced sign encroaching over the City-owned right-of-way located at 2455 Williams Boulevard SW as requested by Derek Mims, and Ronald and Kathleen Allen. CIP/DID #ENCR-000654-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: Derek Mims, Lessee and Ronald and Kathleen Allen, Owners of the property located at 2455 Williams Boulevard SW, submitted a request to the City of Cedar Rapids to encroach over the City-owned right-of-way along Williams Boulevard SW for the purpose of refacing an existing double-faced sign over the City owned right-of-way measuring 5-feet by 7- feet with an overall height of 21-feet and extending 7-feet into the City right-of-way. The required fees of $250 plus $100 closing cost have been paid to the City by Derek Mims, Lessee.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of the Right-of-Way Encroachment Agreement with Derek Mims, Lessee, and Ronald and Kathleen Allen, Owners.

Alternative Recommendation: Deny request and require the existing sign not encroach over the City owned right-of-way.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: This does not fit the criteria outlined in the policy and, therefore, does not apply.

Recommended by Council Committee: NA Explanation: NA ENG FIN IT RCR AUD FILE ENCR-000654-2020

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, Derek Mims is Lessee, and Ronald and Kathleen Allen are Owners of real property located at 2455 Williams Boulevard SW, Cedar Rapids, Iowa (hereinafter Property), and

WHEREAS, the Lessee and Owners have requested an encroachment over the City- owned right-of-way located at 2455 Williams Boulevard SW for the purpose of refacing an existing double-faced sign, which shall measure 5-feet by 7-feet with an overall height of 21-feet and extending by 7-feet over the City right-of-way. The existing double-faced sign is 80-feet from the southwesterly corner of the property, and

WHEREAS, the City of Cedar Rapids, an Iowa municipal corporation, 101 First Street SE, is the Owner of the City right-of-way located along Williams Boulevard SW, and

WHEREAS, the Public Works Department recommends the City enter into an agreement for the encroachment in accordance with the terms set forth in the Right-of-Way Encroachment Agreement, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Right-of-Way Encroachment Agreement be accepted and that the City Manager and City Clerk are hereby authorized to execute said Right-of-Way Encroachment Agreement, and

BE IT FURTHER RESOLVED, that the Right-of-Way Encroachment Agreement be recorded in the Office of the Linn County Recorder and thereafter filed with the City of Cedar Rapids Finance Director. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

12TH AVE SW

WILLIAMS BLVD SW

SIGN ENCROACHMENT

2455

N SIGN ENCROACHMENT 0 FEET 40 CEDAR RAPIDS 2455 WILLIAMS BLVD SW City of Five Seasons Cadd File Name: Cadd File Name: Blvd SW Council Map.dwg File\2455 Williams SW - Sign Reface\Cadd - 2455 Williams Blvd - ROW ENCROACHMENTS\ENCR-000654-2020 ENCROACHMENTS\2020 MANAGEMENT\5. AND ROW MANAGEMENT\ROW W:\REAL ESTATE ENCR-00654-2020 16ac16ac16ac

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Alternate Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a Right-of-Way Encroachment Agreement to permit the construction of an illuminated double-faced sign encroaching over City-owned right-of-way located at 1100 1st Street SW as requested by Rafael Rodriguez and Sniggol Holdings, LLC. CIP/DID #ENCR-001685-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: Rafael Rodriguez, Lessee, and Sniggol Holdings, LLC, Owner of the property located at 1100 1st Street SW, submitted a request to the City of Cedar Rapids to encroach over City-owned right-of-way along 1st Street SW for the purpose of constructing an illuminated double faced sign over the City-owned right-of-way measuring 3-feet in diameter, 11-feet above grade and shall project 4-feet from the building over the City right-of-way. The required fees of $250, plus $100 closing cost have been paid to the City by Rafael Rodriguez, Lessee.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of the Encroachment Agreement with Rafael Rodriguez, Lessee.

Alternative Recommendation: Deny request and require the illuminated double faced sign not encroach over the City owned right-of-way.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: This does not fit the criteria outlined in the policy and, therefore, does not apply.

Recommended by Council Committee: NA Explanation: NA ENG FIN IT RCR AUD FILE ENCR-001685-2020

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, Rafael Rodriguez is Lessee, and Sniggol Holdings, LLC is Owner of real property located at 1100 1st Street SW, Cedar Rapids, Iowa (hereinafter Property), and

WHEREAS, the Lessee and the Owner have requested an encroachment over the City- owned right-of-way located at 1100 1st Street SW for the purpose of an illuminated double-faced sign, measuring 3-feet in diameter, 11-feet above grade and shall project 4-feet from the building over the City right-of-way, and

WHEREAS, the City of Cedar Rapids, an Iowa municipal corporation, 101 First Street SE, is the Owner of the City right-of-way located along 1st Street SW, and

WHEREAS, the Public Works Department recommends the City enter into an agreement for the encroachment in accordance with the terms set forth in the Right-of-Way Encroachment Agreement, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Right-of-Way Encroachment Agreement be accepted and that the City Manager and City Clerk are hereby authorized to execute said Right-of-Way Encroachment Agreement, and

BE IT FURTHER RESOLVED, that the Right-of-Way Encroachment Agreement be recorded in the Office of the Linn County Recorder and thereafter filed with the City of Cedar Rapids Finance Director. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature SIGN ENCROACHMENT

1ST ST SW 11TH AVE SW

1100 1st St SW

C ST SW

N SIGN ENCROACHMENT 0 FEET 40 CEDAR RAPIDS 1100 1ST STREET SW City of Five Seasons Cadd File Name: Cadd File Name: 1st St SW Council Map.dwg - Sign\Cadd File\1100 - 1100 1st St SW - ROW ENCROACHMENTS\ENCR-001685-2020 ENCROACHMENTS\2020 MANAGEMENT\5. AND ROW MANAGEMENT\ROW W:\REAL ESTATE ENCR-01685-2020 16ad16ad16ad

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Alternate Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a Fence Encroachment Agreement to permit the construction of a 4-foot high chain link fence to encroach onto a 10-foot utility and drainage easement located at 1004 Iris Avenue NW as requested by James and Allison Coleman. CIP/DID #BLDR-003761-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: James and Allison Coleman, Owners of property located at 1004 Iris Avenue NW, submitted a request to the City of Cedar Rapids for the purpose of constructing a 4-foot high chain link fence to encroach into the utility and drainage easement along the northeast property line.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of the Fence Encroachment Agreement with James and Allison Coleman, Owners.

Alternative Recommendation: Deny request and require the 4-foot high chain link fence not encroach onto the existing utility and drainage easement.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: This does not fit the criteria outlined in the policy and, therefore, does not apply.

Recommended by Council Committee: NA Explanation: NA ENG FIN IT RCR AUD FILE BLDR-003761-2020

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, James and Allison Coleman, are the Owners of real property located at 1004 Iris Avenue NW, Cedar Rapids, Iowa (hereinafter Property), and

WHEREAS, the Owners requested an encroachment onto a 10-foot public utility and drainage easement located at 1004 Iris Avenue NW for the purpose of constructing a 4-foot high chain link fence, and

WHEREAS, the City of Cedar Rapids, an Iowa municipal corporation, 101 First Street SE, is the Owner of public utility and drainage easement located along the northeast property line of this location, and

WHEREAS, Public Works recommends the City enter into an agreement for the encroachment in accordance with the terms set forth in the Fence Encroachment Agreement, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Fence Encroachment Agreement be accepted and that the City Manager and City Clerk are hereby authorized to execute said Encroachment Agreement, and

BE IT FURTHER RESOLVED, that the Fence Encroachment Agreement be recorded in the Office of the Linn County Recorder and thereafter filed with the City of Cedar Rapids Finance Director. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

FENCE ENCROACHMENT

UTILITY & DRAINAGE EASEMENT

1004

IRIS AVE NW

N FENCE ENCROACHMENT 0 FEET 50 CEDAR RAPIDS 1004 IRIS AVENUE NW City of Five Seasons Cadd File Name: Cadd File Name: Ave NW Council Map.dwg DOCS\1004 Iris - HAMMS\COUNCIL AND DRAINAGE ESMT AVE NW - UTILITY IRIS FENCE ENCROACHMENTS\1004 FENCES\2020 MANAGEMENT\4. AND ROW MANAGEMENT\ROW W:\REAL ESTATE 16ae16ae16ae

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Alternate Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a Fence Encroachment Agreement to permit the construction of a 4-foot high chain link fence to encroach upon a 10-foot utility easement located at 6506 Scarlet Rose Circle SW as requested by Joel and Trish A. Groenenboom. CIP/DID #BLDR-002449-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: Joel and Trish A. Groenenboom, Owners of property located at 6506 Scarlet Rose Circle SW submitted a request to the City of Cedar Rapids for the purpose of constructing a 4- foot high chain link fence to encroach into the utility easement along the east property line.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of the Fence Encroachment Agreement with Joel and Trish A. Groenenboom, Owners.

Alternative Recommendation: Deny request and require the 4-foot high chain link fence not encroach onto the existing utility easement.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: This does not fit the criteria outlined in the policy and, therefore, does not apply.

Recommended by Council Committee: NA Explanation: NA ENG FIN IT RCR AUD FILE BLDR-002449-2020

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, Joel and Trish A. Groenenboom, are the Owners of real property located at 6506 Scarlet Rose Circle SW, Cedar Rapids, Iowa (hereinafter Property), and

WHEREAS, the Owners requested an encroachment onto a 10-foot public utility easement located at 6506 Scarlet Rose Circle SW for the purpose of constructing a 4-foot high chain link fence, and

WHEREAS, the City of Cedar Rapids, an Iowa municipal corporation, 101 First Street SE, is Owner of the public utility easement located along the east property line of this location, and

WHEREAS, Public Works recommends the City enter into an agreement for the encroachment in accordance with the terms set forth in the Fence Encroachment Agreement, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Fence Encroachment Agreement be accepted and that the City Manager and City Clerk are hereby authorized to execute said Fence Encroachment Agreement, and

BE IT FURTHER RESOLVED, that the Fence Encroachment Agreement be recorded in the Office of the Linn County Recorder and thereafter filed with the City of Cedar Rapids Finance Director. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

SCARLET SAGE DR SW

FENCE ENCROACHMENT UTILITY EASEMENT

6506

PRAIRIE ROSE CIR SW

SCARLET ROSE CIR SW

N FENCE ENCROACHMENT 0 FEET 50 CEDAR RAPIDS 6506 SCARLET ROSE CIRCLE SW City of Five Seasons Cadd File Name: Cadd File Name: Map.dwg Rose Cir SW Council File\6506 Scarlet - GROENENBOOM\Cadd SW - UTILITY ESMT ROSE CIR SCARLET FENCE ENCROACHMENTS\6506 FENCES\2020 MANAGEMENT\4. AND ROW MANAGEMENT\ROW W:\REAL ESTATE 16af16af16af

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Alternate Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a Fence Encroachment Agreement to permit the construction of a 4-foot high chain link fence to encroach onto a 20-foot drainage easement located at 5305 Dostal Drive SW as requested by Bryan Hansen. CIP/DID #BLDR-002912-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: Bryan Hansen, Owner of property located at 5305 Dostal Drive SW, submitted a request to the City of Cedar Rapids for the purpose of constructing a 4-foot high chain link fence to encroach onto the drainage easement along the south property line.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of the Fence Encroachment Agreement with Bryan Hansen, Owner.

Alternative Recommendation: Deny request and require the 4-foot high chain link fence not encroach onto the existing drainage easement.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: This does not fit the criteria outlined in the policy and, therefore, does not apply.

Recommended by Council Committee: NA Explanation: NA ENG FIN IT RCR AUD FILE BLDR-002912-2020

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, Bryan Hansen is the Owner of real property located at 5305 Dostal Drive SW, Cedar Rapids, Iowa (hereinafter Property), and

WHEREAS, the Owner requested an encroachment onto a 20-foot public drainage easement located on 5305 Dostal Drive SW for the purpose of constructing a 4-foot high chain link fence, and

WHEREAS, the City of Cedar Rapids, an Iowa municipal corporation, 101 First Street SE, is the Owner of the public drainage easement located along the south property line, and

WHEREAS, the Public Works Department recommends the City enter into an agreement for the encroachment in accordance with the terms set forth in the Fence Encroachment Agreement, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Fence Encroachment Agreement be accepted and that the City Manager and City Clerk are hereby authorized to execute said Fence Encroachment Agreement, and

BE IT FURTHER RESOLVED, that the Fence Encroachment Agreement be recorded in the Office of the Linn County Recorder and thereafter filed with the City of Cedar Rapids Finance Director. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

JAMES PKWY SW PKWY JAMES

DOSTAL DR SW

5305

DRAINAGE EASEMENT

FENCE ENCROACHMENT

N FENCE ENCROACHMENT 0 FEET 40 CEDAR RAPIDS 5305 DOSTAL DRIVE SW City of Five Seasons Cadd File Name: Cadd File Name: Map.dwg Dostal Dr SW Council File\5305 ESMT - HANSEN\Cadd DR SW - DRAINAGE DOSTAL FENCE ENCROACHMENTS\5305 FENCES\2020 MANAGEMENT\4. AND ROW MANAGEMENT\ROW W:\REAL ESTATE 16ag16ag16ag

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Alternate Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a Fence Encroachment Agreement to permit the construction of a 4-foot high chain link fence to encroach onto a 10-foot public utility easement located at 6724 Ohio Street SW as requested by Kyle J. and Brittney M. Hoffman. CIP/DID #BLDR-003610-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: Kyle J. and Brittney M. Hoffman, Owners of property located at 6724 Ohio Street SW, submitted a request to the City of Cedar Rapids for the purpose of constructing a 4-foot high chain link fence to encroach into the 10-foot public utility easement along the southern property line.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of the Fence Encroachment Agreement with Kyle J. and Brittney M. Hoffman, Owners.

Alternative Recommendation: Deny request and require the 4-foot high chain link fence not encroach onto the existing public utiity easement.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: This does not fit the criteria outlined in the policy and, therefore, does not apply.

Recommended by Council Committee: NA Explanation: NA ENG FIN IT RCR AUD FILE BLDR-003610-2020

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, Kyle J. and Brittney M. Hoffman, are the Owners of real property located at 6724 Ohio Street SW, Cedar Rapids, Iowa (hereinafter Property), and

WHEREAS, the Owners requested an encroachment onto a 10-foot public utility easement located on 6724 Ohio Street SW for the purpose of constructing a 4-foot high chain link fence, and

WHEREAS, the City of Cedar Rapids, an Iowa municipal corporation, 101 First Street SE, is the Owner of the public utility easement located along the southern property line, and

WHEREAS, the Public Works Department recommends the City enter into an agreement for the encroachment in accordance with the terms set forth in the Fence Encroachment Agreement, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Fence Encroachment Agreement be accepted and that the City Manager and City Clerk are hereby authorized to execute said Fence Encroachment Agreement, and

BE IT FURTHER RESOLVED, that the Fence Encroachment Agreement be recorded in the Office of the Linn County Recorder and thereafter filed with the City of Cedar Rapids Finance Director. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

OHIO STREET SW STREET OHIO J STREET SW STREET J 6724 UTILITY EASEMENT

68TH AVE SW FENCE ENCROACHMENT

N FENCE ENCROACHMENT 0 FEET 50 CEDAR RAPIDS 6724 OHIO STREET SW City of Five Seasons Cadd File Name: Cadd File Name: St SW Council Map.dwg File\6724 Ohio ESMT - HOFFMAN\Cadd ST SW - UTILITY OHIO FENCE ENCROACHMENTS\6724 FENCES\2020 MANAGEMENT\4. AND ROW MANAGEMENT\ROW W:\REAL ESTATE 16ah16ah16ah

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Alternate Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a Fence Encroachment Agreement to permit the construction of a 4-foot high chain link fence to encroach onto a 10-foot utility and drainage easement located at 4104 M Avenue NW as requested by Joseph M. and Heidi A. Miller. CIP/DID #BLDR-003753-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: Joseph M. and Heidi A. Miller, Owners of property located at 4104 M Avenue NW, submitted a request to the City of Cedar Rapids for the purpose of constructing a 4-foot high chain link fence to encroach into the utility and drainage easement along the northern property line.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of the Fence Encroachment Agreement with Joseph M. and Heidi A. Miller, Owners.

Alternative Recommendation: Deny request and require the 4-foot high chain link fence not encroach onto the existing utility and drainage easement.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: This does not fit the criteria outlined in the policy and, therefore, does not apply.

Recommended by Council Committee: NA Explanation: NA ENG FIN IT RCR AUD FILE BLDR-003753-2020

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, Joseph M. and Heidi A. Miller, are the Owners of real property located at 4104 M Avenue NW, Cedar Rapids, Iowa (hereinafter Property), and

WHEREAS, the Owners requested an encroachment onto a 10-foot public utility and drainage easement located on 4104 M Avenue NW for the purpose of constructing a 4-foot high chain link fence, and

WHEREAS, the City of Cedar Rapids, an Iowa municipal corporation, 101 First Street SE, is the Owner of the public utility and drainage easement located along the northern Property line, and

WHEREAS, Public Works recommends the City enter into an agreement for the encroachment in accordance with the terms set forth in the Fence Encroachment Agreement, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Fence Encroachment Agreement be accepted and that the City Manager and City Clerk are hereby authorized to execute said Fence Encroachment Agreement, and

BE IT FURTHER RESOLVED, that the Fence Encroachment Agreement be recorded in the Office of the Linn County Recorder and thereafter filed with the City of Cedar Rapids Finance Director. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

FENCE ENCROACHMENT

UTILITY & DRAINAGE

EASEMENT WILEY BLVD NW BLVD WILEY

4104

M AVENUE NW

N FENCE ENCROACHMENT 0 FEET 50 CEDAR RAPIDS 4104 M AVENUE NW City of Five Seasons Cadd File Name: Cadd File Name: Map.dwg M Ave NW Council - MILLER\Cadd File\4104 & DRAINAGE ESMT AVE NW - UTILITY M FENCE ENCROACHMENTS\4104 FENCES\2020 MANAGEMENT\4. AND ROW MANAGEMENT\ROW W:\REAL ESTATE 16ai16ai16ai

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Alternate Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a Fence Encroachment Agreement to permit the construction of a 6-foot high solid fence to encroach onto a 10-foot public utility easement located at 5312 Dostal Drive SW as requested by Taylor J. Marquette. CIP/DID #BLDR-003497-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: Taylor J. Marquette, Owner of the property located at 5312 Dostal Drive SW submitted a request to the City of Cedar Rapids for the purpose of constructing a 6-foot high solid fence to encroach upon the 10-foot public utility easement along the north and east property lines.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of the Fence Encroachment Agreement with Taylor J. Marquette, Owner.

Alternative Recommendation: Deny request and require the 6-foot high solid fence not encroach onto the existing public utiity easement.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: This does not fit the criteria outlined in the policy and, therefore, does not apply.

Recommended by Council Committee: NA Explanation: NA ENG FIN IT RCR AUD FILE BLDR-003497-2020

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, Taylor J. Marquette, is the Owner of real property located at 5312 Dostal Drive SW, Cedar Rapids, Iowa (hereinafter Property), and

WHEREAS, the Owner requested an encroachment onto a 10-foot public utility easement located on 5312 Dostal Drive SW for the purpose of constructing a 6-foot high solid fence, and

WHEREAS, the City of Cedar Rapids, an Iowa municipal corporation, 101 First Street SE, is Owner of public utility easement located along the north and east Property lines, and

WHEREAS, Public Works recommends the City enter into an agreement for the encroachment in accordance with the terms set forth in the Fence Encroachment Agreement, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Fence Encroachment Agreement be accepted and that the City Manager and City Clerk are hereby authorized to execute said Fence Encroachment Agreement, and

BE IT FURTHER RESOLVED, that the Fence Encroachment Agreement be recorded in the Office of the Linn County Recorder and thereafter filed with the City of Cedar Rapids Finance Director. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

FENCE ENCROACHMENT

UTILITY EASEMENT

5312 JAMES PKWY SW PKWY JAMES

DOSTAL DR SW

N FENCE ENCROACHMENT 0 FEET 40 CEDAR RAPIDS 5312 DOSTAL DRIVE SW City of Five Seasons Cadd File Name: Cadd File Name: Map.dwg Dostal Dr SW Council File\5312 ESMT -MARQUETTE\Cadd DR SW - UTILITY DOSTAL FENCE ENCROACHMENTS\5312 FENCES\2020 MANAGEMENT\4. AND ROW MANAGEMENT\ROW W:\REAL ESTATE 16aj16aj16aj

Council Agenda Item Cover Sheet

Submitting Department: Public Works Department

Presenter at meeting: Rita Rasmussen

Alternate Contact Person: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution authorizing execution of a Fence Encroachment Agreement to permit the construction of a 4-foot high chain link fence to encroach onto a 78-foot storm sewer, access and drainage easement located at 3615 Field Stone Place SW as requested by Michael E. and Madonna L. Schirm. CIP/DID #BLDR-003245-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: Michael E. and Madonna L. Schirm, Owners of property located at 3615 Field Stone Place SW, submitted a request to the City of Cedar Rapids for the purpose of constructing a 4-foot high chain link fence to encroach upon an 78-foot storm sewer, access and drainage easement along the east property line.

Action/Recommendation: The Public Works Department recommends adopting the resolution authorizing execution of the Fence Encroachment Agreement with Michael E. and Madonna L. Schirm.

Alternative Recommendation: Deny request and require the 4-foot high chain link fence not encroach onto the existing 78-foot storm sewer, access and drainage easement.

Time Sensitivity: Normal

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: This does not fit the criteria outlined in the policy and, therefore, does not apply.

Recommended by Council Committee: NA Explanation: NA ENG FIN IT RCR AUD FILE BLDR-003245-2020

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, Michael E. and Madonna L. Schirm, are the Owners of real property located at 3615 Field Stone Place SW, Cedar Rapids, Iowa (hereinafter Property), and

WHEREAS, the Owners requested an encroachment onto an 78-foot storm sewer, access and drainage easement located at 3615 Field Stone Place SW for the purpose of constructing a 4-foot high chain link fence, and

WHEREAS, the City of Cedar Rapids, an Iowa municipal corporation, 101 First Street SE, is the Owner of the 78-foot storm sewer, access and drainage easement located along the east property line of 3615 Field Stone Place SW, and

WHEREAS, Public Works recommends the City enter into an agreement for the encroachment in accordance with the terms set forth in the Fence Encroachment Agreement, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Fence Encroachment Agreement be accepted and that the City Manager and City Clerk are hereby authorized to execute said Fence Encroachment Agreement, and

BE IT FURTHER RESOLVED, that the Fence Encroachment Agreement be recorded in the Office of the Linn County Recorder and thereafter filed with the City of Cedar Rapids Finance Director. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

STORM SEWER, ACCESS

& DRAINAGE EASEMENT STONEY POINT RD SW RD POINT STONEY

FENCE ENCROACHMENT

3615 FIELD STONE PL SW PL STONE FIELD

N FENCE ENCROACHMENT 0 FEET 50 CEDAR RAPIDS 3615 FIELD STONE PLACE SW City of Five Seasons Cadd File Name: Cadd File Name: Pl SW Council Map.dwg File\3615 Field Stone ESMT - SCHIRM\Cadd ACCESS & DRAINAGE - STORM SEWER & STONE PL SW FIELD FENCE ENCROACHMENTS\3615 FENCES\2020 MANAGEMENT\4. AND ROW MANAGEMENT\ROW W:\REAL ESTATE 16ak16ak

Council Agenda Item Cover Sheet

Submitting Department: Development Services

Presenter at Meeting: Tyrell Gingerich

Alternate Contact Person: Sandi Fowler Cell Phone Number: (319) 538-1062 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Resolution amending condition No. 7.a. of a Development Agreement approved in Resolution No. 1320-09-17 with the final plat of Wexford Heights Third Addition for properties located west of Milford Road NE and north of Blairs Ferry Road NE. CIP/DID #FLPT-025140-2017

EnvisionCR Element/Goal: GrowCR Goal 2: Manage Growth.

Background: City Council Resolution No. 1320-09-17, dated September 26, 2017, approved a Development Agreement as part of the Final Plat of Wexford Heights Third Addition. A typo was made for the 100-year flood certification condition and needs to be amended.

Action/Recommendation: the City Development Services Department recommends that Condition No. 7.a. of the Development Agreement for Wexford Heights Third Addition is amended to include Lots 4-19, all inclusive.

Alternative Recommendation: City Council may table this item and request further information.

Time Sensitivity: NA

Resolution Date: May 26, 2020

Budget Information: NA

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA LOCATION MAP DSD BSD RCR WTR FLPT-025140-2017

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the Final Plat of Wexford Heights Third Addition to the City of Cedar Rapids, Linn County, Iowa was approved by City Council Resolution No. 1320-09-17 on September 26, 2017, said Final Plat documents are recorded at Book 9962, pages 263-285 at the Office of the Linn County Recorder (Recorder’s Office), and

WHEREAS, said Resolution No. 1320-09-17 approved a Development Agreement (original Agreement) included with the final plat documents, and

WHEREAS, condition No. 7.a. of the original Agreement reads as follows:

“7. That, PRIOR TO THE ISSUANCE OF A CERTIFICATE OF OCCUPANCY, the following shall be accomplished: a. For Lots 1-22, all inclusive, which overland conveyance of the 100-year storm event will occur, the property owner shall provide certification by a civil engineer licensed in the State of Iowa verifying the runoff from the 100-year storm event can be conveyed through the site or without damage to building structures, OR, The property owner shall provide a certification by a Civil Engineer or Land Surveyor licensed in the State of Iowa the drainage way has been constructed in accordance with the drainage plans approved by the City.”

, and

WHEREAS, upon further evaluation it was determined that a typo was made when listing the lot numbers that this condition shall be applicable to, and

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that Condition No. 7.a. of the original Agreement is hereby amended to read as follows:

7. That, PRIOR TO THE ISSUANCE OF A CERTIFICATE OF OCCUPANCY, the following shall be accomplished: a. For Lots 4-19, all inclusive, which overland conveyance of the 100-year storm event will occur, the property owner shall provide certification by a civil engineer licensed in the State of Iowa verifying the runoff from the 100-year storm event can be conveyed through the site without damage to building structures, OR, The property owner shall provide a certification, by a Civil Engineer or Land Surveyor licensed in the State of Iowa, stating the drainage way has been constructed in accordance with the drainage plans approved by the City. and,

BE IT FURTHER RESOLVED, except as amended hereby, the original Agreement is hereby ratified and affirmed in all respects and remains in full force and effect, and,

BE IT FURTHER RESOLVED, this resolution be and is hereby approved and recorded in the Office of the Linn County Recorder and thereafter filed with the City of Cedar Rapids Finance Director.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 171717

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Doug Wilson, PE

Director: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: REGULAR AGENDA Report on bids and resolution awarding and approving contract in the amount of $183,503.76, bond and insurance of Hardscape Solutions of Iowa for the 16th Avenue SE Roundabout Landscape Improvements project (estimated cost is $150,000). CIP/DID #321551-02

EnvisionCR Element/Goal: ConnectCR Goal 4: Improve the function and appearance of our key corridors.

Background: Hardscape Solutions of Iowa, Cedar Rapids, IA $183,503.76

Hardscape Solutions of Iowa submitted the only bid received on May 20, 2020 for the 16th Avenue SE Roundabout Landscape Improvements project. The bid is within the approved budget. Construction work is expected to begin this summer and anticipated to be completed by September 30, 2020.

Action/Recommendation: The Public Works Department recommends approval of the Resolution to award and approve contract in the amount of $183,503.76, bond and insurance of Hardscape Solutions of Iowa for 16th Avenue SE Roundabout Landscape Improvements project.

Alternative Recommendation: If Council chooses not to award the contract for said project, the project could not go forward as proposed unless the bidding process is repeated.

Time Sensitivity: Normal. Chapter 26.10 of the Code of Iowa requires the Bid security to be returned within 30 days after the bid opening. Deferral of the contract award after May 26, 2020 may require re-bidding and affect the construction schedule for the improvements.

Resolution Date: May 26, 2020 Budget Information: 321-321000-321551 NA (TIF funded) Local Preference Policy: NA Explanation: NA Recommended by Council Committee: NA Explanation: NA

ENG FIN AUD FILE 321551-02

RESOLUTION NO. LEG_NUM_TAG

ACCEPTING PROPOSAL, AWARDING CONTRACT, APPROVING CONTRACT

WHEREAS, on April 28, 2020 the City Council adopted a motion that directed the City to post notice to bidders and publish notice of a public hearing on the plans, specifications, form of contract and cost estimate for the 16th Avenue SE Roundabout Landscape Improvements (Contract No. 321551-02) public improvement project for the City of Cedar Rapids, Iowa, and

WHEREAS, said notice to bidders was posted according to law and the notice of public hearing was published in the Cedar Rapids Gazette on May 2, 2020 pursuant to which a public hearing was held on May 12, 2020, and

WHEREAS, the following bids were received, opened and announced on May 20, 2020 by the City Engineer, or designee, and said officer has reported the results of the bidding and made recommendations thereon to the City Council at its next meeting on May 26, 2020:

Hardscape Solutions of Iowa, Cedar Rapids, IA $183,503.76

WHEREAS, general ledger coding for this public improvement shall be as follows: $183,503.76 321-321000-32185-321551

NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA as follows:

1. The previous delegation to the City Engineer, or his designee, to receive, open, and publicly announce the bids, and report the results thereof to the City Council at its next meeting is hereby ratified and approved;

2. Hardscape Solutions of Iowa is the lowest responsive, responsible bidder on said work and the City Engineer, or his designee, has recommended that the City accept its bid and award the contract to it;

3. Subject to registration with the Department of Labor, the Bid of Hardscape Solutions of Iowa is hereby accepted and the contract for this public improvement is hereby awarded to Hardscape Solutions of Iowa.

4. The City Manager and City Clerk are hereby directed to sign and execute a contract with said contractor for the construction of the above-described public improvements;

BE IT FURTHER RESOLVED that the bid securities of the unsuccessful bidders be returned to them by the Public Works Department, and

BE IT FURTHER RESOLVED that upon execution by the City Manager and City Clerk, said contract is approved, subject to approval of the bond and insurance by the City of Cedar Rapids Risk Manager and filing of the same with the City of Cedar Rapids Finance Director. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature PROJECT AREA

16TH AVENUE SE ROUNDABOUT LANDSCAPE IMPROVEMENTS PROJECT

PROJECT #321551-02 181818

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Doug Wilson, PE

Director: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: REGULAR AGENDA Report on bids and resolution awarding and approving contract in the amount of $1,248,941.05, plus incentive up to $16,500, bond and insurance of Rathje Construction Company for the E Avenue NW Pavement Rehabilitation from West Post Road to Shetland Drive project (estimated cost is $1,170,000) (Paving for Progress). CIP/DID #3012187-03

EnvisionCR Element/Goal: ConnectCR Goal 4: Improve the function and appearance of our key corridors.

Background: Rathje Construction Co, Marion, IA $1,248,941.05 Original Incentive Value 16,500.00 Total Award $1,265,441.05

Eastern IA Excavating & Concrete, LLC, Cascade, IA $1,308,354.15 Pirc-Tobin Construction, Inc., Alburnett, IA $1,324,570.90 Midwest Concrete, Inc., Peosta, IA $1,376,099.53 Boomerang Corp., Anamosa, IA $1,457,611.20

Rathje Construction Company submitted the lowest of the bids received on May 20, 2020 for the E Avenue NW Pavement Rehabilitation from West Post Road to Shetland Drive project. The bid is within the approved budget. Construction work is expected to begin this summer and anticipated to be completed within 40 working days.

Action/Recommendation: The Public Works Department recommends approval of the Resolution to award and approve contract in the amount of $1,248,941.05, plus incentive up to $16,500, bond and insurance of Rathje Construction Company for E Avenue NW Pavement Rehabilitation from West Post Road to Shetland Drive project.

Alternative Recommendation: If Council chooses not to award the contract for said project, the project could not go forward as proposed unless the bidding process is repeated.

Time Sensitivity: Normal. Chapter 26.10 of the Code of Iowa requires the Bid security to be returned within 30 days after the bid opening. Deferral of the contract award after May 26, 2020 may require re-bidding and affect the construction schedule for the improvements. Resolution Date: May 26, 2020

Budget Information: 301-301000-3012187 SLOST; 625-625000-6250051-2017030 NA

Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: NA Explanation: NA

ENG FIN AUD FILE 3012187-03 7970

RESOLUTION NO. LEG_NUM_TAG

ACCEPTING PROPOSAL, AWARDING CONTRACT, APPROVING CONTRACT

WHEREAS, on April 28, 2020 the City Council adopted a motion that directed the City to post notice to bidders and publish notice of a public hearing on the plans, specifications, form of contract and cost estimate for the E Avenue NW Pavement Rehabilitation from West Post Road to Shetland Drive (Contract No. 3012187-03) public improvement project for the City of Cedar Rapids, Iowa, and

WHEREAS, said notice to bidders was posted according to law and the notice of public hearing was published in the Cedar Rapids Gazette on May 2, 2020 pursuant to which a public hearing was held on May 12, 2020, and

WHEREAS, the following bids were received, opened and announced on May 20, 2020 by the City Engineer, or designee, and said officer has reported the results of the bidding and made recommendations thereon to the City Council at its next meeting on May 26, 2020:

Rathje Construction Co, Marion, IA $1,248,941.05 Original Incentive Value 16,500.00 Total Award $1,265,441.05

Eastern IA Excavating & Concrete, LLC, Cascade, IA $1,308,354.15 Pirc-Tobin Construction, Inc., Alburnett, IA $1,324,570.90 Midwest Concrete, Inc., Peosta, IA $1,376,099.53 Boomerang Corp., Anamosa, IA $1,457,611.20

WHEREAS, general ledger coding for this public improvement shall be as follows: $1,223,191.05 301-301000-7970-3012187, $42,250 625-625000-6250051-6252017030

NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA as follows:

1. The previous delegation to the City Engineer, or his designee, to receive, open, and publicly announce the bids, and report the results thereof to the City Council at its next meeting is hereby ratified and approved;

2. Rathje Construction Company is the lowest responsive, responsible bidder on said work and the City Engineer, or his designee, has recommended that the City accept its bid and award the contract to it;

3. Subject to registration with the Department of Labor, the Bid of Rathje Construction Company is hereby accepted, with the inclusion of the incentive clause, and the contract for this public improvement is hereby awarded to Rathje Construction Company.

4. The City Manager and City Clerk are hereby directed to sign and execute a contract with said contractor for the construction of the above-described public improvements; BE IT FURTHER RESOLVED that the bid securities of the unsuccessful bidders be returned to them by the Public Works Department, and

BE IT FURTHER RESOLVED that upon execution by the City Manager and City Clerk, said contract is approved, subject to approval of the bond and insurance by the City of Cedar Rapids Risk Manager and filing of the same with the City of Cedar Rapids Finance Director.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature PROJECT AREA

E AVENUE NW PAVEMENT REHABILITATION FROM WEST POST ROAD TO SHETLAND DRIVE

PROJECT #3012187-03 191919

Council Agenda Item Cover Sheet

Submitting Department: Public Works

Presenter at meeting: Brenna Fall, PE

Director: Jennifer L. Winter, PE Cell Phone Number: 319-538-1076 E-mail Address: [email protected]

Description of Agenda Item: REGULAR AGENDA Report on bids and resolution awarding and approving contract in the amount of $800,305.50, bond and insurance of Schrader Excavating & Grading Co. for the Commerce Park Drive SW Improvements project (estimated cost is $1,030,000). CIP/DID #301875-02

EnvisionCR Element/Goal: ConnectCR Goal 2: Build a complete network of connected streets.

Background:

Schrader Excavating & Grading Co $800,305.50 Rathje Construction Co., Marion, IA $854,854.34 Dave Schmitt Construction Co., Inc., Cedar Rapids, IA $877,233.60 Midwest Concrete, Inc., Peosta, IA $904,571.90 BWC Excavating, LC, Solon, IA $905,742.75 Pirc-Tobin Construction, Inc., Alburnett, IA $910,885.10 Croell, Inc., New Hampton, IA $968,976.58 Boomerang Corp., Anamosa, IA $1,007,486.00 Peterson Contractors, Inc., Reinbeck, IA $1,076,976.40 SulzCo, LLC, Muscatine, IA $1,180,617.00

Schrader Excavating & Grading Co. submitted the lowest of the bids received on May 13, 2020 for the Commerce Park Drive SW Improvements project. The bid is within the approved budget. Construction work is expected to begin this summer and anticipated to be completed by October 2, 2020.

Action/Recommendation: The Public Works Department recommends approval of the Resolution to award and approve contract in the amount of $800,305.50 bond and insurance of Schrader Excavating & Grading Co. for Commerce Park Drive SW Improvements project.

Alternative Recommendation: If Council chooses not to award the contract for said project, the project could not go forward as proposed unless the bidding process is repeated. Time Sensitivity: Normal. Chapter 26.10 of the Code of Iowa requires the Bid security to be returned within 30 days after the bid opening. Deferral of the contract award after May 26, 2020 may require re-bidding and affect the construction schedule for the improvements.

Resolution Date: May 26, 2020 Budget Information: 301/301000/301875 NA, 304/304000/304498, DOT RISE Grant Local Preference Policy: NA Explanation: NA Recommended by Council Committee: NA Explanation: NA May 13, 2020

City Council City of Cedar Rapids

RE: Report on bids as read for the Commerce Park Drive SW Improvements, Contract Number 301875-02

Dear City Council:

Bids were received on May 13, 2020 for the Commerce Park Drive SW Improvements project as follows:

Schrader Excavating & Grading, Walford, IL $800,305.50 Rathje Construction Co., Marion, IA $854,854.34 Dave Schmitt Construction, Cedar Rapids, IA $877,233.60 Midwest Concrete, Inc., Peosta, IA $904,571.90 BWC Excavating, LC, Solon, IA $905,742.75 Pirc-Tobin Construction, Alburnett, IA $910,885.10 Croell, Inc., New Hampton, IA $968,976.58 Boomerang Corporation, Anamosa, IA $1,007,486.00 Peterson Contractors, Reinbeck, IA $1,076,976.40 Sulzco LLC, Muscatine, IA $1,180,617.00

The engineers cost opinion for this work is $1,030,000. It is recommended the bids be reviewed by City staff and an action to award or not be presented separately for Council consideration.

Sincerely,

THE CITY OF CEDAR RAPIDS PUBLIC WORKS DEPARTMENT

Tim Mroch, P.E. Project Engineer II

TPM/shh cc: Jennifer L. Winter, P.E. Public Works Director Nathan Kampman, P.E., City Engineer ENG FIN AUD FILE 301875-02

RESOLUTION NO. LEG_NUM_TAG

ACCEPTING PROPOSAL, AWARDING CONTRACT, APPROVING CONTRACT

WHEREAS, on April 28, 2020 the City Council adopted a motion that directed the City to post notice to bidders and publish notice of a public hearing on the plans, specifications, form of contract and cost estimate for the Commerce Park Drive SW Improvements (Contract No. 301875-02) public improvement project for the City of Cedar Rapids, Iowa, and

WHEREAS, said notice to bidders was posted according to law and the notice of public hearing was published in the Cedar Rapids Gazette on May 2, 2020 pursuant to which a public hearing was held on May 12, 2020, and

WHEREAS, the following bids were received, opened and announced on May 13, 2020 by the City Engineer, or designee, and said officer has reported the results of the bidding and made recommendations thereon to the City Council at its next meeting on May 26, 2020:

Schrader Excavating & Grading Co $800,305.50 Rathje Construction Co., Marion, IA $854,854.34 Dave Schmitt Construction Co., Inc., Cedar Rapids, IA $877,233.60 Midwest Concrete, Inc., Peosta, IA $904,571.90 BWC Excavating, LC, Solon, IA $905,742.75 Pirc-Tobin Construction, Inc., Alburnett, IA $910,885.10 Croell, Inc., New Hampton, IA $968,976.58 Boomerang Corp., Anamosa, IA $1,007,486.00 Peterson Contractors, Inc., Reinbeck, IA $1,076,976.40 SulzCo, LLC, Muscatine, IA $1,180,617.00

WHEREAS, general ledger coding for this public improvement shall be as follows: $552,627.50 301-301000-30185-301875 247,678 304-304000-30485-304498

NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA as follows:

1. The previous delegation to the City Engineer, or his designee, to receive, open, and publicly announce the bids, and report the results thereof to the City Council at its next meeting is hereby ratified and approved;

2. Schrader Excavating & Grading Co. is the lowest responsive, responsible bidder on said work and the City Engineer, or his designee, has recommended that the City accept its bid and award the contract to it;

3. Subject to registration with the Department of Labor, the Bid of Schrader Excavating & Grading Co. is hereby accepted and the contract for this public improvement is hereby awarded to Schrader Excavating & Grading Co.

4. The City Manager and City Clerk are hereby directed to sign and execute a contract with said contractor for the construction of the above-described public improvements; BE IT FURTHER RESOLVED that the bid securities of the unsuccessful bidders be returned to them by the Public Works Department, and

BE IT FURTHER RESOLVED that upon execution by the City Manager and City Clerk, said contract is approved, subject to approval of the bond and insurance by the City of Cedar Rapids Risk Manager and filing of the same with the City of Cedar Rapids Finance Director.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature Cadd File Name: W:\PROJECTS\CIP\301\301965 Earhart Ln\301965-01\COUNCIL AGENDA\301965 Council Map2.dwg COMMERCE PARK DR SW C WRIGHT BROTHERS BLVD SW EDAR RAPIDS City of Five Seasons

ATLANTIC DR SW

6TH ST SW PROJECT LOCATION COMMERCE PARK DR SW PROJECT

I - 380 WALFORD RD SW N 0 FEET 1000 2020

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: Steve Krug

Contact Person: Scott Hock Cell Phone Number: 319-538-8256 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Report on bids for the Northwest Recreation Center Parking Lot Reconstruction project (estimated cost is $228,000) (Steve Krug). a. Resolution awarding and approving contract in the amount of $143,370, bonds and insurance of Boomerang Corp for the Northwest Recreation Center Parking Lot Reconstruction project. CIP/DID PUR0420-189; 311189

EnvisionCR Element/Goal: GreenCR Goal 2: Have the best parks, recreation and trails system in the region.

Background: A public hearing was held on May 12, 2020 for the Northwest Recreation Center Parking Lot Reconstruction project. This project is to reconstruct the existing parking lot at the Northwest Recreation Center for the Parks and Recreation Department.

Purchasing Services publicly opened the bids on May 13, 2020 at 11:00 am CDT. Bids were received from four (4) Contractors. The Parks and Recreation Department recommends award to Boomerang Corp as the overall lowest responsive and responsible bidder.

A contract will be issued to Boomerang Corp. The project is due to be completed by August 15, 2020.

Bid Results: Company Name Location Price Boomerang Corp Anamosa, IA ADA Work: $30,000.00 Non ADA Work: $113,370.00 Total Price: $143,370.00 Dave Schmitt Construction Cedar Rapids, IA ADA Work: $19,256.75 Non ADA Work: $131,743.00 Total Price: $150,999.75 Rathje Construction Co Marion, IA ADA Work: $19,450.00 Non ADA Work: $139,500.00 Total Price: $158,950.00 Eastern Iowa Excavating & Concrete Cascade, IA ADA Work: $5,531.00 Non ADA Work: $164,481.00 Total Price: $170,012.00

Action/Recommendation: Authorize the City Manager and the City Clerk to execute the Contract as described herein.

Alternative Recommendation:

Time Sensitivity: Medium

Resolution Date: May 26, 2020

Budget Information:

Local Preference Policy: No Explanation: Public Improvement Project

Recommended by Council Committee: No Explanation: NA May 26, 2020

TO: City Council, City of Cedar Rapids

RE: Report on bids as read for Northwest Recreation Center Parking Lot Reconstruction Project, RFB #PUR0420-189; 311189

Bids were received on May 13, 2020 for the Northwest Recreation Center Parking Lot Reconstruction project. This project is to reconstruct the existing parking lot at the Northwest Recreation Center for the Parks and Recreation Department.

Funding for this project is 311189.

Four bids were received on May 13, 2020. The bids have been carefully reviewed and it is recommended that the contract be awarded to Boomerang Corp, as the overall lowest responsive and responsible bidder. The cost of this project is $143,370.

Company Name Location Price Boomerang Corp Anamosa, IA ADA Work: $30,000.00 Non ADA Work: $113,370.00 Total Price: $143,370.00 Dave Schmitt Construction Cedar Rapids, IA ADA Work: $19,256.75 Non ADA Work: $131,743.00 Total Price: $150,999.75 Rathje Construction Co Marion, IA ADA Work: $19,450.00 Non ADA Work: $139,500.00 Total Price: $158,950.00 Eastern Iowa Excavating & Concrete Cascade, IA ADA Work: $5,531.00 Non ADA Work: $164,481.00 Total Price: $170,012.00

Sincerely,

Heather Mell

Heather Mell, CPPB Purchasing Agent cc: Steve Krug PUR PKS FIN AUD FILE PUR0420-189 311189

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, on April 28, 2020 the City Council adopted a motion that directed the City to post Notice to Bidders and publish notice of a public hearing on the specifications, form of contract and cost estimate for the Northwest Recreation Center Parking Lot Reconstruction public improvement project (Contract No. PUR0420-189; 311189) for the City of Cedar Rapids, Iowa; and

WHEREAS, said Notice to Bidders was posted according to law and the Notice of a Public Hearing was published in the Cedar Rapids Gazette on May 2, 2020 pursuant to which a public hearing was held on May 12, 2020; and

WHEREAS, the following bids were received, opened and announced on May 13, 2020 by the City Purchasing Manager, or designee, and said officer has now reported the bids thereon to the City Council at its next meeting on May 26, 2020; and

Company Name Location Price Boomerang Corp Anamosa, IA ADA Work: $30,000.00 Non ADA Work: $113,370.00 Total Price: $143,370.00 Dave Schmitt Construction Cedar Rapids, ADA Work: $19,256.75 IA Non ADA Work: $131,743.00 Total Price: $150,999.75 Rathje Construction Co Marion, IA ADA Work: $19,450.00 Non ADA Work: $139,500.00 Total Price: $158,950.00 Eastern Iowa Excavating & Concrete Cascade, IA ADA Work: $5,531.00 Non ADA Work: $164,481.00 Total Price: $170,012.00

AND WHEREAS, the general ledger coding for this public improvement project shall be as follows: $143,370.00, 311189

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, as follows:

1. The recitals contained hereinabove are found to be true and correct.

2. The previous delegation to the City Purchasing Manager, or designee, to receive, open and publicly announce the bids, and report the results thereof to the City Council at its next meeting is hereby ratified and approved;

3. Boomerang Corp is the lowest responsive, responsible bidder on said work and the City Purchasing Manager, or designee, has recommended that the City accept its Bid and award the contract to it;

4. Subject to approval of the Equal Employment Opportunity Officer and registration with the Department of Labor, the Bid of Boomerang Corp is hereby accepted, and the contract for this public improvement is hereby awarded to Boomerang Corp; 5. The City Manager and City Clerk are hereby directed to sign and execute a contract with said contractor for the construction of the above-described public improvements; and

BE IT FURTHER RESOLVED, that the bid securities of the unsuccessful bidders have been returned to them by the City Clerk; and

BE IT FURTHER RESOLVED that upon execution by the City Manager and City Clerk, said contract is approved, subject to approval of the bond and insurance by the City of Cedar Rapids Risk Manager and filing of the same with the City of Cedar Rapids Finance Director.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 2121

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: Pat McDonald

Contact Person: Casey Drew Cell Phone Number: (319) 538-1064 E-mail Address: [email protected]

Description of Agenda Item: REGULAR AGENDA Report on bids for the 2020 Five Seasons Parkade Repairs Project (estimated cost is $597,000) (Pat McDonald). a. Resolution awarding and approving contract in the amount of $433,133, bonds and insurance of Golf Acquisition Group LLC for the 2020 Five Seasons Parkade Repairs Project. CIP/DID #PUR0420-187; 635134-02

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: A public hearing was held on May 12, 2020 for the 2020 Five Seasons Parkade Repairs Project. This project mainly consists of concrete restoration, drain system repairs, and electrical heaters at the Five Seasons Parkade, 400 1st Avenue SE, Cedar Rapids, IA 52401.

Purchasing Services publicly opened the bids on May 13, 2020 at 11:00 am CDT. Bids were received from 4 Contractors. The Facilities Maintenance Services Division recommends award to Golf Acquisition Group LLC as the overall lowest responsive and responsible bidder.

A contract will be issued to Golf Acquisition Group LLC. The project is due to be completed by October 2, 2020.

Bid Results: Company Name Location Price Golf Acquisition Group LLC Hammond, IN $433,133.00 Structural Preservation Systems, LLC Schiller Park, IL $748,541.90 Tricon General Construction, Inc. Cedar Rapids, IA $751,426.00 Woodruff Construction, LLC Tiffin, IA $850,084.30

Action/Recommendation: Authorize the City Manager and the City Clerk to execute the Contract as described herein.

Alternative Recommendation: Time Sensitivity: Medium

Resolution Date: May 26, 2020

Budget Information: 635134-02

Local Preference Policy: No Explanation: Public Improvement Project

Recommended by Council Committee: No Explanation: NA May 26, 2020

TO: City Council, City of Cedar Rapids

RE: Report on bids as read for 2020 Five Seasons Parkade Repairs Project, RFB #PUR0420-187; 635134-02

Bids were received on May 13, 2020 for the 2020 Five Seasons Parkade Repairs Project. This work mainly consists of concrete restoration, drain system repairs, and electrical heaters for the Five Seasons Parkade.

Funding for this project is 635134-02.

4 bids were received on May 13, 2020. The bids have been carefully reviewed and it is recommended that the contract be awarded to Golf Acquisition Group LLC as the overall lowest responsive and responsible bidder. The cost of this project is $433,133.

Company Name Location Price Golf Acquisition Group LLC Hammond, IN $433,133.00 Structural Preservation Systems, LLC Schiller Park, IL $748,541.90 Tricon General Construction, Inc. Cedar Rapids, IA $751,426.00 Woodruff Construction, LLC Tiffin, IA $850,084.30

Sincerely,

Rebecca Johnson, CPPB Purchasing Agent cc: Pat McDonald, Facilities Maintenance Services PUR FMS FIN AUD FILE PUR0420-187 635134-02

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, on April 28, 2020 the City Council adopted a motion that directed the City to post Notice to Bidders and publish notice of a public hearing on the specifications, form of contract and cost estimate for the 2020 Five Seasons Parkade Repairs Project for the City of Cedar Rapids, Iowa; and

WHEREAS, said Notice to Bidders was posted according to law and the Notice of a Public Hearing was published in the Cedar Rapids Gazette on May 2, 2020 pursuant to which a public hearing was held on May 12, 2020; and

WHEREAS, the following bids were received, opened and announced on May 13, 2020 by the City Purchasing Manager, or designee, and said officer has now reported the results of the bidding and made recommendations thereon to the City Council at its next meeting on May 26, 2020:

Company Name Location Price Golf Acquisition Group LLC Hammond, IN $433,133.00 Structural Preservation Systems, LLC Schiller Park, IL $748,541.90 Tricon General Construction, Inc. Cedar Rapids, IA $751,426.00 Woodruff Construction, LLC Tiffin, IA $850,084.30

AND WHEREAS, the general ledger coding for this public improvement project shall be as follows: $433,133, GL #635134-02.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, as follows:

1. The recitals contained hereinabove are found to be true and correct.

2. The previous delegation to the City Purchasing Manager, or designee, to receive, open and publicly announce the bids, and report the results thereof to the City Council at its next meeting is hereby ratified and approved;

3. Golf Acquisition Group LLC is the lowest responsive, responsible bidder on said work and the City Purchasing Manager, or designee, has recommended that the City accept its Bid and award the contract to it;

4. Subject to approval of the Equal Employment Opportunity Officer and registration with the Department of Labor, the Bid of Golf Acquisition Group LLC is hereby accepted, and the contract for this public improvement is hereby awarded to Golf Acquisition Group LLC;

5. The City Manager and City Clerk are hereby directed to sign and execute a contract with said contractor for the construction of the above-described public improvements; and

BE IT FURTHER RESOLVED, that the bid securities of the unsuccessful bidders have been returned to them by the City Clerk; and BE IT FURTHER RESOLVED that upon execution by the City Manager and City Clerk, said contract is approved, subject to approval of the bond and insurance by the City of Cedar Rapids Risk Manager and filing of the same with the City of Cedar Rapids Finance Director.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 2222

Council Agenda Item Cover Sheet

Submitting Department: Purchasing

Presenter at Meeting: Pat McDonald

Contact Person: Casey Drew Cell Phone Number: (319) 538-1064 E-mail Address: [email protected]

Description of Agenda Item: REGULAR AGENDA Report on bids for the ImOn Ice Arena Facility Infrastructure Improvements project (estimated cost is $1,675,500) (Pat McDonald). a. Resolution awarding and approving contract in the amount of $775,080, bonds and insurance of Modern Piping, Inc. for the ImOn Ice Arena Facility Infrastructure Improvements project. CIP/DID #PUR0420-191; 555085

EnvisionCR Element/Goal: Routine business - EnvisionCR does not apply

Background: A public hearing was held on May 12, 2020 for the ImOn Ice Arena Facility Infrastructure Improvements project. This project is for facility infrastructure improvements including new mechanical systems for the ImOn Ice Arena.

Purchasing Services publicly opened the bids on May 13, 2020 at 11:00 am CDT. Bids were received from 6 Contractors. The Facilities Maintenance Services Division recommends award to Modern Piping, Inc. as the overall lowest responsive and responsible bidder.

A contract will be issued to Modern Piping, Inc. The project is due to be completed by September 30, 2020.

Bid Results: Company Name Location Price Modern Piping, Inc. Cedar Rapids, IA $775,080 B.G. Brecke, Inc. Cedar Rapids, IA $786,000 Bowker Mechanical Contractors, LLC Cedar Rapids, IA $890,000 Pipe Pro Inc. Cedar Rapids, IA $964,308 The Baker Group Ankeny IA $1,062,000 Woodruff Construction, LLC Tiffin, IA $1,554,000

Action/Recommendation: Authorize the City Manager and the City Clerk to execute the Contract as described herein.

Alternative Recommendation: Time Sensitivity: Medium

Resolution Date: May 26, 2020

Budget Information: 555085

Local Preference Policy: No Explanation: Public Improvement Project

Recommended by Council Committee: No Explanation: NA May 26, 2020

TO: City Council, City of Cedar Rapids

RE: Report on bids as read for ImOn Ice Arena Facility Infrastructure Improvements, RFB #PUR0420-191; 555085

Bids were received on May 13, 2020 for the ImOn Ice Arena Facility Infrastructure Improvements project. This work mainly consists of new mechanical systems for the ImOn Ice Arena.

Funding for this project is 555085.

6 bids were received on May 13, 2020. The bids have been carefully reviewed and it is recommended that the contract be awarded to Modern Piping, Inc. as the overall lowest responsive and responsible bidder. The cost of this project is $775,080.

Company Name Location Price Modern Piping, Inc. Cedar Rapids, IA $775,080 B.G. Brecke, Inc. Cedar Rapids, IA $786,000 Bowker Mechanical Contractors, LLC Cedar Rapids, IA $890,000 Pipe Pro Inc. Cedar Rapids, IA $964,308 The Baker Group Ankeny IA $1,062,000 Woodruff Construction, LLC Tiffin, IA $1,554,000

Sincerely,

Rebecca Johnson, CPPB Purchasing Agent cc: Pat McDonald, Facilities Maintenance Services PUR FMS FIN AUD FILE PUR0420-191 555085

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, on April 28, 2020 the City Council adopted a motion that directed the City to post Notice to Bidders and publish notice of a public hearing on the specifications, form of contract and cost estimate for the ImOn Ice Arena Facility Infrastructure Improvements project for the City of Cedar Rapids, Iowa; and

WHEREAS, said Notice to Bidders was posted according to law and the Notice of a Public Hearing was published in the Cedar Rapids Gazette on May 2, 2020 pursuant to which a public hearing was held on May 12, 2020; and

WHEREAS, the following bids were received, opened and announced on May 13, 2020 by the City Purchasing Manager, or designee, and said officer has now reported the results of the bidding and made recommendations thereon to the City Council at its next meeting on May 26, 2020:

Company Name Location Price Modern Piping, Inc. Cedar Rapids, IA $775,080 B.G. Brecke, Inc. Cedar Rapids, IA $786,000 Bowker Mechanical Contractors, LLC Cedar Rapids, IA $890,000 Pipe Pro Inc. Cedar Rapids, IA $964,308 The Baker Group Ankeny IA $1,062,000 Woodruff Construction, LLC Tiffin, IA $1,554,000

AND WHEREAS, the general ledger coding for this public improvement project shall be as follows: $775,080, GL #555085.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, as follows:

1. The recitals contained hereinabove are found to be true and correct.

2. The previous delegation to the City Purchasing Manager, or designee, to receive, open and publicly announce the bids, and report the results thereof to the City Council at its next meeting is hereby ratified and approved;

3. Modern Piping, Inc. is the lowest responsive, responsible bidder on said work and the City Purchasing Manager, or designee, has recommended that the City accept its Bid and award the contract to it;

4. Subject to approval of the Equal Employment Opportunity Officer and registration with the Department of Labor, the Bid of Modern Piping, Inc. is hereby accepted, and the contract for this public improvement is hereby awarded to Modern Piping, Inc.;

5. The City Manager and City Clerk are hereby directed to sign and execute a contract with said contractor for the construction of the above-described public improvements; and

BE IT FURTHER RESOLVED, that the bid securities of the unsuccessful bidders have been returned to them by the City Clerk; and BE IT FURTHER RESOLVED that upon execution by the City Manager and City Clerk, said contract is approved, subject to approval of the bond and insurance by the City of Cedar Rapids Risk Manager and filing of the same with the City of Cedar Rapids Finance Director.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 2323

Council Agenda Item Cover Sheet

Submitting Department: Water Pollution Control Presenter at Meeting: Steve Hershner Contact Person: Steve Hershner Cell Phone Number: 538-1059 E-mail Address: [email protected] Description of Agenda Item: Purchases, contracts and agreements Execution of City of Cedar Rapids participation in the Regional Conservation Partnership Program (RCPP) Alternative Funding Approach (AFA) proposal submitted to the National Resource Conservation Service (NRCS) by the lead partner Ag Technology and Environmental Stewardship Foundation (AgTech), a 501(c)3 of Iowa Soybean Association. CIP/DID #OB1292684-01

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community. Purchasing outcomes will provide source water protection, nutrient reductions that can offset constructed alternatives at Water Pollution Control, and reduced water quantity impacts to the Flood Protection System

Background: The City of Cedar Rapids has been asked by the Iowa Soybean Association to participate in a proposal to the RCPP AFA funding program. This proposal builds upon the “Pay for Success” pilot project MOU signed by the City Manager in 2018 (0575-05-18). As part of the pilot project, now titled “Soil and Water Outcomes Fund”, the City of Cedar Rapids will contribute $200,000 in FY21 and receive credit for the expected pounds of nitrogen and phosphorus reduction generated by the pilot program in the Middle Cedar River Watershed. This $200,000 contribution would be authorized by later City Council approval in the fall of calendar year 2020 (FY21).

The RCPP AFA proposal is due May 29, 2020 and would provide additional opportunities for the City of Cedar Rapids to purchase nutrient reductions through The Soil and Water Outcomes Fund. The Fund is a framework cities, farmers, and private investors can use to collaborate and solve water quality and flood-related problems through outcomes-based financial incentives. The framework provides a market- based solution to engage municipalities and industry as a recipient of nutrient- and carbon-reduction credits paid for up front by project investors who are reimbursed by the organizations for successful reductions.

The Soil and Water Outcomes Fund works to implement water quality, soil health and water quantity best management practices projects on farmland. An independent third party validates the resulting water quality improvements and carbon sequestration benefits. Those benefits are aggregated and transferred to entities that can purchase the outcomes and bank them for future use against regulatory requirements. The City of Cedar Rapids has engaged with many partners in various watershed improvement initiatives and projects. This model contrasts with other upstream collaborations, which — to date — have required up-front investments without guaranteed outcomes. This model allows participating entities to bank and use watershed investments at a price competitive with constructing nutrient removal projects and carbon sequestration projects onsite, meeting potentially tightening future regulatory guidelines. The Fund is jointly administered by the Iowa Soybean Association (ISA) and Quantified Ventures (QV). It is run through the nonprofit (501c3) Agriculture Technology & Environmental Stewardship Foundation, owned and operated by ISA.

Project Description: For this proposed project, the City of Cedar Rapids would contribute $200,000 in FY21 to purchase nutrient reduction outcomes from the pilot project and $200,000 in FY22, and $200,000 in FY23 to purchase nutrient reduction outcomes from the RCPP AFA proposal. FY22 & FY 23 contributions would be authorized by City Council action later. This $600,000 total commitment over a 3-year period would purchase nutrient outcomes in pounds of nitrogen and phosphorous that would offset constructed alternatives at WPC.

For this proposed RCPP AFA project, ISA and QV will structure an agreement with Cedar Rapids committing the City of Cedar Rapids – Utilities Dept. Water Pollution Control to pay for verified nitrate and phosphorus reductions produced by farmers in the Middle Cedar watershed. Through the RCPP, we plan to use NRCS funding as a co-payer for water quality outcomes alongside the City of Cedar Rapids and other investors. Under this arrangement, the City of Cedar Rapids would purchase $200,000 of water quality outcomes per year. RCPP funds would pay for 75% of the water quality outcomes generated in the Middle Cedar, with the City of Cedar Rapids paying 25%. While the City of Cedar Rapids pays for only 25% of these water quality outcomes, 100% of the outcomes generated would be usable by the City of Cedar Rapids under the Nutrient Reduction Exchange. It is important to note that the City of Cedar Rapids purchase of water quality outcomes as part of the proposed RCPP project would occur at the end of calendar years 2021 and 2022. By aggregating these funding sources, the City of Cedar Rapids will be able to purchase nitrogen reduction for $0.75 per pound and phosphorus for $2.00 per pound. In FY 22 & FY23, the total nitrogen reduction that would be purchased would be 436,000 pounds and phosphorus would total 36,000 lbs.

In summary, we are requesting a total of $600,000 in water quality outcomes purchase commitments by the City of Cedar Rapids - $200,000 at the end of each calendar year 2020, 2021 and 2022. The 2020 request supports the pilot project, while the 2021 and 2022 requests are part of the RCPP proposal and would be made alongside RCPP funding. The other partners and amounts contributed as part of this two-year RCPP project are Cargill ($1,500,000), Iowa Department of Agriculture & Land Stewardship ($1,500,000), RCPP ($8,250,000), and City of Ames ($100,000). There are two separate projects in this proposal that target two separate watersheds - Middle Cedar (City of Cedar Rapids) and Skunk River (City of Ames).

Action / Recommendation: The Utilities Department – WPCF Division staff recommend that the City Council approve participation in both the RCPP Alternative Funding Approach and the Soil and Water Outcomes Funds pilot project and purchase of outcomes and committing to purchases in FY22 and FY23 as match for obtaining RCPP funds through the Regional Conservation Partnership Project Alternative Funding Approach and authorize the City Manager to execute said agreements. After validation at the end of each growing season, specific contracts and expenditures for purchase of banked nutrient credits from the pilot project and subsequent RCPP project will be submitted to Council for approval. Alternative Recommendation: None Time Sensitivity: 5-26-20 Resolution Date: 5-26-20 Budget Information: 1. Included in Current Budget Year: Yes, funding for the pilot purchase of outcomes in 2020 is included in the FY21 Water Pollution Control operations budget. Project costs would be coded to: 611 611004 521108

Local Preference Policy: No Explanation: NA Recommended by Council Committee: Not Available, incorporated more detail into cover sheet Explanation: March & May meetings cancelled due COVID-19 emergency WPC FIN AUD FILE OB1292684-01

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the U.S. Department of Agriculture authorized new changes to the Regional Conservation Partnership Program in the 2018 Farm Bill that allows for innovation in how conservation practices can be funded. The “Alternative Funding Approach” (AFA) method allows other organizations to utilitze beneficial outcomes from the development and implementation of water quality improvement projects in upstream watersheds, and

WHEREAS, the Cedar River is a significant source of water for the alluvial well system utilized by the City of Cedar Rapids, and

WHEREAS, projects to improve water quality and facilitate water retention in the upstream Cedar River watershed are in the best interest of the City of Cedar Rapids, and

WHEREAS, a project like the RCPP - Alternative Funding Approach that allows “banking” of purchased watershed nutrient reduction credits in the form of pounds that could be used to offset on a 1:1 basis onsite construction of nutrient reduction at WPCF after a memorandum of understanding is completed with the Iowa Department of Natural Resources, providing multiple benefits for the City of Cedar Rapids, and

WHEREAS, total proposed project contributions from the City of Cedar Rapids, participating agency (Iowa Department of Agriculture & Land Stewardship), corporation (Cargill), and City of Ames in the pilot or RCPP program is estimated to be $3,700,000 over the 3-year project period, and

WHEREAS, the City of Cedar Rapids, Utilities Dept. – WPCF Division will directly contribute $200,000 in FY21 to purchase nutrient reduction outcomes in a pilot study and pledge $400,000 for nutrient reduction outcome purchases over the remaining 2 years of the RCPP-AFA project for a total of $600,000, and

WHEREAS, the proposed project contributions from all project partners will leverage additional RCPP funds totaling $8,250,000.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Regional Conservation Partnership Program Alternative Funding Approach (RCPP AFA) partnership project with Iowa Soybean Association, Iowa Agriculture and Land Stewardship, Cargill, City of Ames, and the City of Cedar Rapids for the period beginning July 1, 2020 through December 31, 2022 be hereby approved and that the City Manager be hereby authorized to execute the Full-Proposal Application and future agreement if selected by the U.S. Department of Agriculture – National Resource Conservation Service committing the City of Cedar Rapids to purchase outcomes each year over the three year project period. To be funded from the Utilities Department WPCF Division FY 21 - FY23 operations budget and coded to 521108-611-611004. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 2424

Council Agenda Item Cover Sheet

Submitting Department: Water Pollution Control

Presenter at Meeting: Steve Hershner

Alternate Contact Person: Steve Hershner Cell Phone Number: 538-1059 E-mail Address: [email protected]

Description of Agenda Item: Purchases, contracts and agreements Execution of City of Cedar Rapids participation in an Iowa Soybean Association proposal applying for an Iowa Partners for Conservation (IPC) grant to promote and expand private sector Agronomists trained in best management practices for improving soil health on agricultural land in the Middle Cedar Watershed. City of Cedar Rapids match would be “In-Kind” totaling $180,000 over a three-year period 2020 – 2022. CIP/DID #OB1292684-02

EnvisionCR Element/Goal: ProtectCR Goal 3: Maintain and provide quality services to the community.

Background: The Utilities Department has been a partner with Iowa Soybean Association on a number of projects in the Middle Cedar River Watershed. The most notable project being a 5 year Middle Cedar Conservation Partnership (MCPP). The MCPP is a targeted project installing Best Management Practices (BMP) on and along edges of agricultural corn and soybean fields for the purpose of holding nutrients on the land and minimizing storm water runoff to streams. BMPs such as cover crops, Bioreactors, Bio-swales, no-till practices and wetlands restoration, reduce nutrients in the Cedar River; which protects Cedar Rapids drinking water source from nitrates and helps to infiltrate rainfall into the soil, reducing flood peaks. One of the “keys” to success for farmers and landowners successfully implementing conservation BMPs on their land is having a trusted Technical Assistance provider. Experience has shown that farmers trust their local Agronomists and crop resources providers. This project goal is to engage and train local Agronomists who will promote conservation practices that build healthy soil in the Middle Cedar Watershed. The same practices that build healthy soil also provide water quality benefits of nutrient reduction in runoff and increased soil infiltration of water.

As part of the full-proposal submittal, the City will provide “in-kind” staff time and resources in the form of continuing an annual Cedar River tributary water quality testing program with Coe College and Iowa Soybean Association that is projected to total $150,000 over the 3 - year period. In addition, WPCF plans to commit salaried time of $10,000 each year to support outreach for this project. Total “in-kind” City financial participation for the 3-year project is estimated to be $180,000. Any additional City commitment by WPC Division during this 3-year period will be subject to City Council approval. City and other partner organizations will contribute an estimated $500,000 in direct or in-kind contributions and have requested a NRCS - IPC fund match of approximately $750,000. Action/Recommendation: The Utilities Department – Water Pollution Control Division staff recommends approval of this partnership and grant proposal between the Iowa Soybean Association and the City of Cedar Rapids and authorize the City Manager to execute said Agreement.

Alternative Recommendation: None

Time Sensitivity: 5-26-20

Resolution Date: 5-26-20

Budget Information: 1. Included in Current Budget Year. Yes. The Project contribution is “In-Kind” contributions from City staff. Financial data, lab results, staff time and some travel expenses for this project funded from current WPCF operational budget. 2. Analysis if the expenditure is within budgeted expectations, i.e. some type of budget to actual comparison: NA 3. Purchasing Department used or Purchasing Guidelines followed: NA

Local Preference Policy: NA

Recommended by Council Committee: NA Explanation: Incorporated more detail into cover sheet, March & May infrastructure meetings cancelled due COVID-19 emergency WPC FIN AUD FILE OB1292684-02

RESOLUTION NO. LEG_NUM_TAG

WHEREAS, the Iowa Partners for Conservation (IPC) Program is seeking applicants for funding conservation work in the Middle Cedar Watershed, and

WHEREAS, Iowa Soybean Association is seeking partners to apply for grant funds for the purpose of enhancing technical assistance skills for local agronomists to enhance promotion of installing conservation practices on the land up stream of Cedar Rapids in the Middle Cedar Watershed, and

WHEREAS, the Cedar River is a significant source of water for the alluvial well system utilized by the City of Cedar Rapids, and

WHEREAS, projects to improve water quality and facilitate water retention in the upstream Cedar River watershed will have multiple benefits for the City of Cedar Rapids, and

WHEREAS, the current proposed Iowa Partners for Conservation Program project contribution from the City of Cedar Rapids and all participating agencies or organizations is estimated to be $500,000 over the 3-year project period, and

WHEREAS, the City of Cedar Rapids, Utilities Dept. – WPCF Division will contribute a total of $180,000 over the 3-year project period from “in-kind” administrative support and continuance of a City of Cedar Rapids paid water quality testing program with Coe College and Iowa Soybean Association, and

WHEREAS, the proposed project contributions from all project partners will leverage matching NRCS – IPC funds totaling $750,000.

NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, that the Iowa Partners for Conservation partnership project with Iowa Soybean Association and the City of Cedar Rapids for the period beginning July 1, 2020 through December 31, 2023 be hereby approved. The City Manager is hereby authorized to execute the partnership agreement if project is selected by the U.S. Department of Agriculture – National Resource Conservation Service committing the City of Cedar Rapids to contribute “in-kind” expenditures of $180,000 as its share of project costs over the three year project period. To be funded from the Utilities Department WPCF Division fiscal year 2021 - 2023 operations budget and coded to 521108 611 611004. PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature 2525

Council Agenda Item Cover Sheet

Submitting Department: Community Development

Presenter at Meeting: Seth Gunnerson

Contact Person: Jennifer Pratt Cell Phone Number: 538-2552 E-mail Address: [email protected]

Description of Agenda Item: ORDINANCES – Second and possible Third Readings Second and possible Third Reading of an ordinance amending Chapter 32 of the Municipal Code (Zoning) to update use and development standards and to amend the zoning map for City owned property south of Wright Brothers Boulevard. CIP/DID #CD-0048-2018

EnvisionCR Element/Goal: StrengthenCR Goal 2: Improve the quality and identity of neighborhoods and key corridors.

Background:

The proposed amendments update the code and build on issues tackled in the previous February, 2020 Code Update. The following items are anticipated to be included in the update:  Creation of a new use, Building Trades and Services, to cover contractor shops and home service and repair businesses  Clarification of definition of industrial Manufacturing, Assembly, Research, and Production uses  Creating an administrative process to handle minimum and maximum parking requirements for industrial uses with highly variable demand  Expanding zone districts where therapist offices are permitted.  Amendment of the zoning map to modify the standards of the Airport Superpark Planned Unit Development (PUD)

Additional minor corrections or clarifications may be included in the final ordinance, these will be reviewed by the Zoning Advisory Group on April 27 and the City Planning Commission on May 7 prior to the Public Hearing on May 12.

Action/Recommendation: Staff recommends adopting the ordinance on its Second and Third Readings.

Alternative Recommendation: City Council may table and request additional information.

Time Sensitivity: Moderate

Resolution Date: NA

Budget Information: NA Local Preference Policy: NA Explanation: NA

Recommended by Council Committee: No Explanation: Reviewed by Zoning Advisory Group. City Planning Commission review and recommendation scheduled for May 7. CD DSD CD-0048-2018

ORDINANCE NO. LEG_NUM_TAG

AN ORDINANCE AMENDING CHAPTER 32 OF THE MUNICIPAL CODE (ZONING) TO UPDATE USE AND DEVELOPMENT STANDARDS AND TO AMEND THE ZONING MAP TO CORRECT ERRORS

WHEREAS, the City adopted a new Chapter 32 to be the zoning code for the City of Cedar Rapids, with an effective date of January 1, 2019; and

WHEREAS, as part of the implementation of the Chapter 32 the City has identified a number of corrections and clarifications to be made to Ordinance to improve its use; and

WHEREAS, the following proposed amendments to Chapter 32 of the City Code have been discussed with the City’s Zoning Advisory Group and recommended by the City Council Development Committee; and

WHEREAS, on May 7, 2020, following notice and public hearing, the City Planning Commission reviewed the proposed ordinance and unanimously recommended adoption;

NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, as follows:

Section 1. Section 32.03.03.A.2.a – Assisted Living Facility, of the Cedar Rapids Municipal Code is hereby deleted and in its place is enacted in lieu thereof the following new Section 32.03.03.A.2.a – Assisted Living Facility, as follows: Use providing housing with services that may include but are not limited to health-related care, personal care, assistance with instrumental activities of daily living in a physical structure that provides a homelike environment. Assisted living also includes encouragement of family involvement, tenant self-direction, and tenant participation in decisions that emphasize choice, dignity, privacy, individuality, shared risk, and independence. Assisted living includes the provision of housing and assistance with instrumental activities of daily living only if personal care or health-related care is also included. [Iowa Code Sec. 231.C.2]

Section 2. Section 32.03.03.B.6.b – Treatment Facility, of the Cedar Rapids Municipal Code is hereby deleted and in its place is enacted in lieu thereof the following new Section 32.03.03.B.6.b – Treatment Facility, as follows: b. Treatment Facility A health care facility providing either or both inpatient or outpatient therapy for substance abuse, mental illness, or other behavioral problems. A Treatment Facility shall be subject to the following Use-Specific standards: (i) In the T-RH, T-ML, T-MC, U-VG and U-NG Districts, a Conditional Use Permit shall be required for overnight inpatient services.

Section 3. A new Section 32.03.03.C.4.f – Building Trades as services, is hereby created as follows:

f. Building Trades and Services Uses that are characterized by firms who undertake activities related to building construction projects, as well those that provide repair and maintenance services to buildings, including building systems, home appliances, and the like. These specialized trade contractors may work on subcontract from the general contractor, performing only part of the work covered by the general contract, or they may work directly for the owner of the building or project. Building trade and services uses primarily perform their work at the site of the structure being constructed or serviced, although they also may have shops where they perform work incidental to the job site. Examples include electrical, plumbing, heating, and air conditioning contractors, painting and wallpapering services, masons, stone and tile setters, glass and glazing services. If all services are performed off-site and no large equipment or materials are stored indoor or outdoor on the site, building trade uses may be classified as a Business or Professional Office. Building Trades and Services Uses shall be subject to the following Use-Specific Standards: (i) In the T-ML or T-MC Districts (Note: Traditional mixed use districts, often near neighborhoods). (a) Outdoor operations or outdoor storage shall be prohibited. This provision may be modified by a Conditional Use Permit, subject to outdoor storage meeting the Supplemental Use Provisions of Section 32.03.06.D. (b) Vehicles and equipment shall be limited to pickup trucks, vans, cars, box and stake trucks, and similar vehicles, along with trailers which may be pulled by permitted vehicles. Smaller equipment such as skid loaders, fork lifts, and similar may be permitted, provided that they are stored indoors or inside enclosed trailers. Heavy equipment such as concrete or dump trucks, semi tractors and trailers, cranes, road construction equipment, and other large specialty vehicles as determined by Development Services shall be prohibited. (c) Uses shall be limited to 5,000 square feet. Exceptions to this provision shall be by Conditional Use, up to the maximum size permitted in the zone district. (ii) In the S-MC or S-MR (Suburban Mixed Use) districts he use or storage of heavy equipment shall be subject to Conditional Use. (iii) Section 4. Section 32.03.03.D.3 – Manufacturing, Assembly, Research and Processing, of the Cedar Rapids Municipal Code is hereby deleted and in its place is enacted in lieu thereof the following new Section 32.03.03.D.3 – Manufacturing, Assembly, Processing and Technology, as follows Uses that process, fabricate, assemble, treat, or package finished products. Unless otherwise permitted by this definition, or in conjunction with another permitted use in the same district, uses under this definition generally do not include on-site retail sales or personal services. This definition is also intended to cover research and technology uses not otherwise defined by this code, in particular uses that do not meet the definition of a Business or Professional Office, or Medical Clinic or Lab, under Section 32.03.C.6. This includes research, prototyping, and testing facilities as well as computing, data processing and storage, and other technology uses not otherwise defined. Uses under Manufacturing, Assembly, Processing and Technology are classified based on the intensity of use as defined below. The maximum permitted size of uses under this definition may be limited by building footprint limitations in the underlying district. a. Workshop Uses which operate on a small scale with little impact in terms of noise, and no discernable impact in terms of vibration, dust or odor. Examples include artisanal fabrication of craft or custom home goods, furniture, or other products; small-scale food or beverage production and packaging (such as a microbrewery or a wholesale bakery), and any other light fabrication or assembly use that meets the standards defined below. Uses in this category may include retail sale of goods on site. To be classified as Artisan and Limited Artisan/Craft Manufacturing, Assembly, Processing and Technology, uses shall meet the following Use Specific Criteria: i. Uses in this category shall not conduct outdoor operations or storage. ii. This use shall not include any processing that requires explosive or petroleum materials or involve any hazardous chemicals or byproducts.

2 iii. Uses under this definition involve work done using hand tools, or consumer and commercial grade tools and machinery. iv. The Use shall not require frequent commercial truck parking or loading, or the use of heavy or specialized vehicles as determined by development services. The use of personal vehicles, vans, pickup trucks or delivery trucks to transport goods is permitted. The loading and shipping of final products shall occur completely within private property and shall not obstruct or utilize the public right of way, unless such activity was established prior to the adoption of this code. v. Where located along a Shopfront Overlay in an Urban district, artisan fabrication and production uses must include retail sales of goods produced on-site, with a sales area of at least 625 square feet, with direct access from the main building entrance. b. Limited Uses that process, fabricate, assemble, treat, or package finished parts or products without the use of explosive or petroleum materials. This subcategory does not include the assembly of large equipment and machinery. Common examples include apparel manufacturing, bakery products manufacturing, bottling plants, commercial printing and binderies, or electronics manufacturing. This use also includes many technological uses, such as data processing or storage. i. A use shall be classified as Limited, and different from Artisan and Limited Artisan/Craft by the presence of one or more of the following: A. The use of outdoor storage or operations B. The use of heavy or specialized equipment in the manufacture, assembly, processing or handling of goods. C. The need for specialized utility infrastructure to accommodate the use. D. The regular and non-incidental use of commercial semi-trucks or rail to deliver raw material and ship finished goods. ii. Limited Manufacturing, Assembly, Processing and Technology uses shall be differentiated from General or Intensive uses as follows: A. Operations on the site shall not require the extensive and regular use or manufacture of hazardous chemicals, explosives, or petroleum materials. This provision is not intended to prohibit the incidental use of these materials for purposes such as fleet fuel islands, backup power generation, or maintenance. B. The use, including any outdoor storage or operation, shall have limited impact on adjacent properties in terms of noise, and little to no impact in terms of vibration, dust and odor. C. The use shall not include the assembly or manufacturing of large equipment, vehicles or machinery. c. General Uses that process, fabricate, assemble, or treat materials for the production of large equipment and machines as well as fabrication and production uses that because of their scale or method of operation regularly produce odors, dust, noise, vibration, truck traffic or other external impacts that are detectable beyond the property lines of the subject property. Common examples include dairy products manufacturing, foundries, chrome plating, electroplating, fiberglass manufacturing, flourmills and paper products manufacturing. General Manufacturing, Assembly, Processing and Technology uses shall include all manufacturing, assembly, processing and technology uses that do not meet the definition of Artisan or Limited Uses, as defined above and that are not defined as an Intensive Industrial Use below. d. Intensive

3 Uses that regularly use hazardous chemicals or procedures or produce hazardous byproducts, including the following: manufacturing of acetylene, cement, lime, gypsum or plaster-of-paris, chlorine, corrosive acid or fertilizer, insecticides, disinfectants, poisons, explosives, paint, lacquer, varnish, petroleum products, coal products, plastic and synthetic resins, and radioactive materials. This subcategory also includes petrochemical tank farms, gasification plants, smelting, animal slaughtering, oil refining, asphalt and concrete plants, and tanneries. Intensive industrial uses have high potential for external impacts on the surrounding area in terms of noise, dust, vibration, odor, hours of operation, and traffic.

Section 5. Table 32.03-1 of the Cedar Rapids Municipal Code is hereby deleted and in its place is enacted in lieu thereof the following new Table 32.03-1 as follows:

4 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Residential Uses

Household Living

Dwelling, single P P P P P P P P 32.03.03.A.1.a unit, detached

Dwelling, single P P P P P P P P, subject to 32.03.03.A.1.b unit, attached 32.04.05, Site and Dwelling, two unit P P P P P P Structure; not 32.03.03.A.1.c permitted on ground Dwelling, multiple P P P P P P P C floor w/in 25’ of RBL 32.03.03.A.1.d unit in Shopfront Overlay Dwelling(s) in Mixed-Use P P P P P 32.03.03.A.1.e Structure

Live/Work unit C* C* C* P* P* P* P* P* P* P* P* 32.03.03.A.1.f

Mobile home 32.03.03.A.1.g

Group Living

5 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Assisted Living C P P P P P P P C P P C 32.03.03.A.2.a Facility

Boarding or C C P P P P P P C C 32.03.03.A.2.b rooming house

Emergency C C C C C P C C C C C C C 32.03.03.A.2.c residential shelter

Fraternity or C P C C C C 32.03.03.A.2.d sorority house

Rehabilitation C C C C C C C C C C 32.03.03.A.2.e house

Group home, large C P P P P P P P C P P C 32.03.03.A.2.f

Group home, small P P P P P P P P P P P P P P P P 32.03.03.A.2.g

Civic and Institutional Uses

Airport 32.03.03.B.1

Cemetery C C C C C 32.03.03.B.2

6 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Correctional facility C C 32.03.03.B.3

Communications and Information Service Uses

Antenna 32.03.03.B.4.d P/C P/C P P P P P P P P P P P P P P P P P & Chapter 32D

Communication 32.03.03.B.4.d P/C P/C C C C C C C P/C P/C P/C P/C P P/C P/C P P/C P P tower & Chapter 32D

Educational

College or C C C C P P P 32.03.03.B.5.a university

School Pre-K-12 P P P P P P P P P P P P P P 32.03.03.B.5.b

Vocational or trade C* P* P* P* P* P* P P 32.03.03.B.5.c school

Health Care

Hospital P P P P P P 32.03.03.B.6.a

Treatment facility P* P* P* P P P P* P P 32.03.03.B.6.b

7 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Institutional, Cultural and Assembly

Assembly, Civic and Religious

Large C C C C C C C P P P P P C P P 32.03.03.B.7.ai

Small P P P P P P P P P P P P P P P P P P P 32.03.03.B.7.aii

Library, museum, or cultural C C C C C C C C P P P P P P C P P P 32.03.03.B.7.b institution

Human or Neighborhood P* P* P* P* P* P* P* P* P P P P P P P* P P P 32.03.03.B.7.c Services

Parks and Open Space

Park and P P P P P P P P P P P P P P P P P P P 32.03.03.B.8.a playground

Conservation Land P P P P P P P P P P P P P P P P P P P P 32.03.03.B.8.b

Government or Public Safety

8 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Public Safety P P P P P P P P P P P P P P P P P P P P 32.03.03.B.9.a Facility

Essential public services, not listed P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* 32.03.03.B.9.b separately

Transportation and Parking

Parking Lot (sole C* C* C* C* C* C* C* C* P P P C C* C C P P P 32.03.03.B.10.a primary use)

Parking Structure C C C P P P P P P P P P P 32.03.03.B.10.b (sole primary use)

Utilities and Public Services

Utility, major C C C C C C C C C C C C C C C C C C P P 32.03.03.B.11.a

Utility, minor P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* P* 32.03.03.B.11.b

Commercial Uses

9 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Animal and Pet Sales or Services

Animal Shelter C C C P P C C C C C P P 32.03.03.C.1.a

Boarding P C C P P P P P P P 32.03.03.C.1.b

Dog Breeding P C 32.03.03.C.1.c

Grooming and Pet P C C P P P P P P P P 32.03.03.C.1.d Services

Stable P C 32.03.03.C.1.e

Veterinary Hospital P C C C P P P P P P P 32.03.03.C.1.f

Assembly, Entertainment and Trade

Large C P P P P P P C 32.03.03.C.2.a

Small C P P P P P P P P 32.03.03.C.2.b

Child/Adult Care

Day care center C C C C C C C C P P P P P P P 32.03.03.C.3.a

Day care home

10 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Group C* C* C* C* C* C* C* C* P* P* P* P* P* P* P* 32.03.03.C.3.b

Family P P P P P P P P P P P P P P P 32.03.03.C.3.c

Commercial Services

Consumer maintenance and P P P P P P P P 32.03.03.C.4.a repair

Personal service P P P P P P P P 32.03.03.C.4.b

Studio or P P P P P P P P P 32.03.03.C.4.c instruction service

Funeral home C P P P P C P P P 32.03.03.C.4.d

Rental services C* P* P* P* P* P* P* P* 32.03.03.C.4.e

Building Trades P* P* P* P* P P* P P P 32.03.03.D.2.d and Services

Financial Institutions

Financial institution P P P P P P P 32.03.03.C.5.a

11 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Alternative financial C* C* P* C* C* C* 32.03.03.C.5.b services

Office

Business or P P P P P P P P C 32.03.03.C.6.a professional

Medical Clinic or P P P P P P P P 32.03.03.C.6.b Lab

Retail Sales

General Retail P P P P P P P P 32.03.03.C.7.a

Fireworks P* P* 32.03.03.C.7.b

Liquor or Tobacco 32.03.03.C.7.c C C P P P Store & 32.03.06.C

Eating and/or Drinking Establishment

Bar 32.03.03.C.8.a C* P* P* P* P* P* C* & 32.03.06.C

12 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Restaurant P P P P P P P P 32.03.03.C.8.b

Restaurant with 32.03.03.C.8.c C* P* P* P* P* P* P* P* Alcohol & 32.03.06.C

Entertainment and Recreation Uses

Amusement, indoor P P P P P P C 32.03.03.C.9.a

Amusement, C C P C C C C 32.03.03.C.9.b outdoor

Adult entertainment P* 32.03.03.C.9.c

Visitor Accommodations

Bed and breakfast C* C* C* C* C* C* C* P* C* P* P* P* P* P* 32.03.03.C.10.a home

Campground or recreational vehicle C C 32.03.03.C.10.b park

Hotel or motel C P P P P P 32.03.03.C.10.c

13 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Vehicle Sales or Service

Fueling station C* P* P* P* C* P* P* P* 32.03.03.C.11.a

Car Wash C* P* P* C* C* C* P* C* 32.03.03.C.11.b

Vehicle maintenance and P P P C P P 32.03.03.C.11.c repair, major

Vehicle maintenance and C P P P C P P P 32.03.03.C.11.d repair, minor

Vehicle rental C P P P P P P P 32.03.03.C.11.e

Vehicle sales C P P P C C P P 32.03.03.C.11.f

Industrial, Wholesale, and Storage Uses

Energy Production and Natural Resource Extraction

Solar array C C C C C C C P P P 32.03.03.D.1.a

14 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Wind energy C C P 32.03.03.D.1.b conversion system

Resource Extraction and C P 32.03.03.D.1.c Preparation

Industrial Services

General Industrial C C C P C P P P 32.03.03.D.2.a Services

Truck and Heavy Equipment Sales C C C P 32.03.03.D.2.b and Service

Truck stop/wash C C P P 32.03.03.D.2.c

Manufacturing, Assembly, Research, or Processing

Artisan/craft P C P P P P P P P P 32.03.03.D.3.a

Limited C C P P C P P P 32.03.03.D.3.b

General C C P P 32.03.03.D.3.c

15 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Intensive C C 32.03.03.D.3.d

Warehouse and Storage Services

Outdoor storage 32.03.03.D.4.a C C P P & 32.03.06.D

Self-service P* P* P* P* P* P* P* P P 32.03.03.D.4.b storage facility

Warehouse C C C P C P P P 32.03.03.D.4.c

Waste and Salvage

Hazardous waste C 32.03.03.D.5.a facility

Recycling P P P P P P 32.03.03.D.5.b collection facility

Refuse hauling C P P 32.03.03.D.5.c facility

Salvage yard C P 32.03.03.D.5.d

16 Table 32.03-1 Industrial Permitted Uses Ag & Rural Residential Districts Mixed Use Districts Urban Districts Districts

U- Definition and DC Use Specific S- U- Standards RLL DG S- S- U- U- U- RL1 RLF NG NR NT A- A- S- S- S- T- T- T- T- S- S- U- U- U- U- AG RR RM1 RL2 RMF T-R1 RF RH ML MC MC MR T-IM VG VR VT MF I-LI I-GI I-SW

Solid waste facility P 32.03.03.D.5.e

Agriculture

Agriculture P C 32.03.03.E.1.a

Urban Agriculture P P P P P P P P P P P P P P P P P P P 32.03.03.E.1.b

Aquaculture P C* C* C* P* P* 32.03.03.E.1.c

Greenhouse, nursery, orchard or P P P P P P P P P 32.03.03.E.1.d truck farm

17 Section 6. Section 32.04.02.D.6 – Maximum Number of Parking Spaces, of the Cedar Rapids Municipal Code is hereby deleted and in its place is enacted in lieu thereof the following new Section 32.04.02.D.6 – Maximum Number of Parking Spaces, as follows 6. Maximum Number of Parking Spaces a. The maximum permitted number of parking spaces shall be determined as follows in Table 32.04.02-5: Table 32.04.02-5: Maximum Number of Parking Spaces 0-49 The greater of 6 or 150% of the spaces required

50-99 The greater of 75 or 120% of the spaces required

100 or more The greater of 120 or 110% of the spaces required spaces

0-49 The greater of 6 or 150% of the spaces required

b. Due to the highly variable demand for certain industrial uses, by Minor Administrative Adjustment Development Services may grant an increase in the maximum number of parking spaces permitted for Industrial and Warehouse uses that utilize Table 32.04.02-4 for the calculation of minimum required parking. The increase shall be based on demonstrated need by the applicant. Examples include but are not limited to: number of employees on the busiest shift and overlapping shifts. c. Development of additional parking spaces beyond the maximum number of spaces permitted by this subsection may be granted subject to the provisions of Section 32.04.02.F

Section 7. Section 32.04.03.E.4.d.(ii) of the Cedar Rapids Municipal Code is hereby deleted and in its place is enacted in lieu thereof the following new Section 32.04.03.E.4.d.(ii), as follows:

(ii) All permanent dead-end streets shall be developed as cul-de-sas and extend no further than 600 feet. By Minor Design Adjustment the maximum cul-de-sac length may be extended if the applicant demonstrates that no other alternatives exist due to topographic conditions, natural features, traffic engineering standards, or adjacent existing development patterns.

Section 8. That in accordance with Chapter 32, as amended, of the Municipal Code of Cedar Rapids, Iowa, being the Zoning Ordinance, that the property described with the address and legal description as follows and now zoned as S-MR with a PUD Overlay (Suburban Mixed Use Regional district with a Planned Unit Development Overlay), be rezoned to an amended S- MR with a PUD Overlay (Suburban Mixed Use Regional district with a Planned Unit Development Overlay) district with the following exceptions and modifications as described below and permitted by Section 32.05.06 – Planned Unit Development, and that the property be developed in accordance with and used for such purposes as outlined in the new zone district as defined by Chapter 32 of the Municipal Code of Cedar Rapids, Iowa,

Cedar Rapids Airport Super Park Planned Unit Development A. Legal Description of Property:

18 Legal Description of Tract 1: A TRACT OF LAND LOCATED IN SECTION 24, TOWNSHIP 82 NORTH, RANGE 8 WEST OF THE FIFTH PRINCIPAL MERIDIAN, LINN COUNTY, IOWA, MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGINNING AT A POINT 20.00 FEET SOUT HOF THE NORTH LINE OF SAID SECTION 24 AND 33.00 FEET EAST OF THE WEST LINE OF SAID SECTION 24; THENCE NORTH 88° 28’ 54” EAST, 2636.28 FEET TO THE EAST LINE OF THE NORTHWEST QUARTER OF SAID SECTION; THENCE NORTH 88° 24’ 05” EAST, 2545.44 FEET; THENCE SOUTH 32° 33’ 15” EAST, 85.48 FEET TO THE WEST RIGHT-OF-WAY LINE OF EDGEWOOD ROAD SW; THENCE SOUTH 2° 00’ 36” EAST, 2151.98 FEET ALONG SAID RIGHT-OF-WAY LINE; THENCE SOUTH 89° 42’ 36” WEST, 5229.22 FEET; THENCE NORTH 01° 57’ 33” WESET, 2109.54 FEET TO THE POINT OF THE BEGINNING, CONTAINING 11,320,472 SQUARE FEET OR 259.88 ACRES MORE OR LESS. Legal Description of Tract 2: A TRACT OF LAND LOCATED IN SECTION 19, TOWNSHIP 82 NORTH, RANGE 7 WEST OF THE FIFTH PRINCIPAL MERIDIAN, LINN COUNTY, IOWA, MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE NORTHWEST CORNER OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SAID SECTION 19, THENCE 42.52 FEET ALONG THE WEST LINE OF SAID NORTHEAST QUARTER OF THE NORTHEAST QUARTER TO THE POINT OF THE BEGINNING; THENCE CONTINUING ALONG SAID WEST WEST LINE SOUTH 01° 59’ 21” EAST, 1279.63 FEET TO THE SOUTHWEST CORNER OF SAID NORTHEAST QUARTER OF THE NORTHEAST QUARTER; THENCE SOUTH 01° 59’ 49” EAST, 275.12 FEET ALONG THE WEST LINE OF THE SOUTHEAST QUARTER OF THE NORTHEAST QUARTER; THENCE NORTH 89° 41’ 40” EAST, 1286.86 FEET TO THE WEST RIGHT-OF-WAY OF 18TH STREET SW; THENCE OSUTH 01° 57’ 44” EAST, 514.69 FEET ALONG SAID WEST RIGHT-OF-WAY LINE; THENCE SOUTH 81° 10’ 45” WEST, 875.43 FEET; THENCE SOUTH 89° 42’ 36” WEST, 4335.69 FEET TO THE EAST RIGHT-OF-WAY-LINE OF EDGEWOOD ROAD SW; THENCE NORTH 02° 00’ 36” WEST, 2156.18 FEET ALONG SAID EAST RIGHT-OF-WAY LINE; THENCE NORTH 29° 37’ 07” EAST, 55.43 FEET TO THE SOUTH RIGHT-OF-WAY LINE OF 76TH AVENUE SW; THENCE NORTH 89° 51’ 08” EAST, 2569.06 FEET ALONG SAID SOUTH RIGHT-OF-WAY LINE TO THE EAST LINE OF THE NORTHWEST QUARTER OF SAID SECTION 19; THENCE NORTH 89° 39’ 57” EAST, 1320.46 FEET CONTINUING ALONG SAID SOUTH RIGHT-OF-WAY LINE TO THE POINT OF THE BEGINNING, CONTAINING 9,388,150 SQUARE FEET OR 215.52 ACRES MORE OR LESS. Legal Description of Tract 3 A PARCEL OF LAND LOCATED IN THE NORTH HALF OF THE NORTHWEST QUARTER OF THE NORTHWEST QUARTER OF SECTION 20, TOWNSHIP 82 NORTH, RANGE 7 WEST OF THE FIFTH PRINCIPAL MERIDIAN LYING WEST OF THE C.R. & I.C. INTER RAILWAY, LINN COUNTY, IOWA, MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGINNING AT THE INTERSECTION OF THE SOUTH RIGHT-OF-WAY LINE OF 76TH AVENUE SW AND THE WEST RIGHT-OF-WAY LINE OF THE C.R. & I.C INTER RAILWAY COMPANY, THENCE SOUTH 07° 13’ 24” WEST, 624.42 FEET ALONG SAID WEST RIGHT-OF-WAY LINE TO THE SOUTH LINE OF SAID NORTH HALF OF THE NORTHWEST QUARTER OF THE NORTHWEST QUARTER; THENCE SOUTH 89° 37’ 21” WEST, 959.81 FEET ALONG SAID 19 SOUTH LINE TO THE EAST RIGHT-OF-WAY LINE OF THE 18TH STREET SW; THENCE NORTH 01° 57’ 44” WEST, 569.18 FEET ALONG SAID EAST RIGHT- OF-WAY LINE; THENCE NORTH 43° 49’ 35” EAST, 69.73 FEET TO THE SOUTH RIGHT-OF-WAY LINE OF 76TH AVENUE SW; THENCE NORTH 89° 37’ 23” EAST, 1009.53 FEET ALONG SAID SOUTH RIGHT-OF-WAY LINE TO THE POINT OF THE BEGINNING, CONTAINING 623,678 SQUARE FEET OR 14.32 ACRES MORE OR LESS. B. Base District The base district for this PUD shall be S-MR (Suburban Mixed Use Regional). C. Exceptions and Modifications As permitted be Section 32.05.06 of the Municipal Code of the City of Cedar Rapids, Iowa, the following exceptions and Modifications to the S-MR zone district are approved as part of the PUD overlay: 1. Uses: i. All Residential uses shall be prohibited within the PUD, and ii. Any other permitted or conditional use in the I-GI or S-MR district shall be permitted within the Planned Unit Development. A use shall be permitted and not require a conditional use approval if it is permitted within either zone district. 2. Development Standards: The intent of the Cedar Rapids Airport Super Park Planned Unit Development is to promote the high quality development variety employment-based development such as office and industrial uses, as well as appropriate accessory and service uses. To enable industrial development, Development Services is authorized to grant the following waivers by Minor Administrative Adjustment for any Industrial, Wholesale, and Store Use as defined by Section 32.03: i. Increases to maximum structure size requirements in Section 32.02 ii. Waivers to maximum block length and connectivity score requirements of Section 32.04.03. iii. Waivers to Suburban Design Standards in Section 32.04.05.D deemed necessary by Development Services to accommodate industrial uses. iv. Waivers to Landscaping, Buffering, and Screening requirements of Section 32.04.06 for bufferyard and screening requirements from adjacent uses within the Cedar Rapids Airport Super Park Planned Unit Development. v. Other adjustments to development standards may be granted by Development Services if they are found to be necessary to permit development meeting the intent of the Planned Unit Development.

Section 9. It is the intention of the City Council that each section, paragraph, sentence, clause and provision of the ordinance is separable, and, if any provision is held unconstitutional or invalid for any reason, such decision shall not affect the remainder of this Ordinance nor any part thereof than that affected by such decision.

Section 10. All ordinances or parts of ordinances in conflict herewith are repealed.

Section 11. The afore described amendments to Chapter 32 shall be included as part of the replacement pages of the Cedar Rapids Municipal Code and made part of said Code as provided by law.

Section 12. This Ordinance shall be in full force and effect upon publication.

20 Introduced this 12th day of May, 2020

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

21 2626

Council Agenda Item Cover Sheet

Submitting Department: Development Services

Presenter at Meeting: David Houg

Contact Person: Sandi Fowler Cell Phone Number: 319-538-1062 E-mail Address: [email protected]

Description of Agenda Item: ORDINANCES – Second and possible Third Readings A second and possible third reading of an ordinance to consider a change of zone from A-Ag, Agriculture District to S-RLF, Suburban Residential Low Flex District for property located at 8800 “C” Avenue NE as requested by Midwest Development Company, Ivan L. and Lyn M. McBride, David H Dearborn and Jeanette E McBride-Dearborn and Echo Hill Presbyterian Church.

CIP/DID # RZNE-030334-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: This request for rezoning was reviewed by the City Planning Commission on May 7, 2020 and recommended for approval.

This is a request to rezone property from A-Ag, Agriculture District to S-RLF, Suburban Residential Low Flex District, on the currently adopted zoning map. The Future Land Use Map in the City’s Comprehensive Plan has been amended from “Urban Low Intensity” to “Urban Medium Intensity”. The proposed rezoning will be consistent with the goals and objective of this Land Use Typology Area designation.

A Public Hearing to allow for public input and the First Reading of the Ordinance was held on May 12, 2020. Two additional readings of the Ordinance by City Council are required by State law before approval of the rezoning is final.

Action/Recommendation: City staff recommends affirmative votes on the second and third readings of the ordinance.

Alternative Recommendation: City Council may table and request further information.

Time Sensitivity: NA

Resolution Date: NA

Budget Information: NA

Local Preference Policy: (Click here to select) Explanation: NA Recommended by Council Committee: (Click here to select) Explanation: NA

Location Map

DSD WTR BSD ENG STR FIR TED CLK PKS RCR RZNE-030334-2020

ORDINANCE NO. LEG_NUM_TAG

AN ORDINANCE PASSED IN ACCORDANCE WITH CHAPTER 32, AS AMENDED, OF THE MUNICIPAL CODE OF CEDAR RAPIDS, IOWA, BEING THE ZONING ORDINANCE, CHANGING THE ZONING DISTRICT AS SHOWN ON THE "DISTRICT MAP" FOR THE PROPERTY MORE PARTICULARLY DESCRIBED IN SECTION 1 OF THIS ORDINANCE

BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, as follows:

Section 1. That in accordance with Chapter 32, as amended, of the Municipal Code of Cedar Rapids, Iowa, being the Zoning Ordinance, that the property described as follows;

Rezoning Legal Description – Midwest Development Co Existing Zoning – AG (Agriculture) Proposed Zoning – S-RLF (Suburban Residential Low Flex)

PART OF THE SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER AND PART OF THE SOUTHEAST QUARTER OF THE SOUTHWEST QUARTER OF SECTION 23, TOWNSHIP 84 NORTH, RANGE 7 WEST OF THE 5TH PRINCIPAL MERIDIAN, LINN COUNTY, IOWA DESCRIBED AS FOLLOWS:

COMMENCING AT THE SOUTHEAST CORNER OF SAID SOUTHEAST QUARTER OF THE SOUTHWEST QUARTER; THENCE N89°07'55"W 50.01 FEET ALONG THE SOUTH LINE OF SAID SOUTHEAST QUARTER OF THE SOUTHWEST QUARTER TO THE POINT OF BEGINNING; THENCE CONTINUING N89°07'55"W 1276.97 FEET ALONG SAID SOUTH LINE TO THE SOUTHWEST CORNER OF SAID SOUTHEAST QUARTER OF THE SOUTHWEST QUARTER AND THE SOUTHEAST CORNER OF LOT 1, KPPC FIRST ADDITION TO LINN COUNTY, IOWA AS RECORDED IN BOOK 6235, PAGE 440 IN THE OFFICE OF THE LINN COUNTY, IOWA RECORDER; THENCE N0°02'48"E 712.20 FEET ALONG THE WEST LINE OF SAID SOUTHEAST QUARTER OF THE SOUTHWEST QUARTER AND THE EAST LINE OF SAID LOT 1 TO THE NORTHEAST CORNER THEREOF; THENCE N89°10'29"W 902.05 FEET ALONG THE NORTH LINE OF SAID LOT 1 TO THE NORTHWESTERLY MOST CORNER OF SAID LOT 1 AND THE NORTHEAST CORNER OF THE PROPERTY DESCRIBED IN WARRANTY DEED BOOK 9578, PAGE 589 IN THE OFFICE OF THE LINN COUNTY, IOWA RECORDER; THENCE N89°35'12"W 363.60 FEET ALONG THE NORTH LINE OF SAID PROPERTY DESCRIBED IN BOOK 9578, PAGE 589 TO THE EAST RIGHT OF WAY OF C AVENUE; THENCE N0°08'09"E 216.49 FEET ALONG SAID EAST RIGHT OF WAY TO THE SOUTH LINE OF LOT 1, J.M. FIRST ADDITION TO LINN COUNTY, IOWA AS RECORDED IN BOOK 2053, PAGE 113 IN THE OFFICE OF THE LINN COUNTY, IOWA RECORDER; THENCE S89°10'19"E 1260.09 FEET ALONG THE SOUTH LINE OF SAID LOT 1 TO THE SOUTHEAST CORNER THEREOF; THENCE N0°08'09"E 396.03 FEET ALONG THE EAST LINE OF SAID LOT 1 TO THE NORTHEAST CORNER THEREOF AND THE NORTH LINE OF SAID SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER; THENCE S89°10'19"E 4.64 FEET ALONG SAID NORTH LINE TO THE NORTHEAST CORNER OF SAID SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER; THENCE S89°05'07"E 1275.33 FEET ALONG THE NORTH LINE OF SAID SOUTHEAST QUARTER OF THE SOUTHWEST QUARTER; THENCE S0°01'31"E 1321.04 FEET TO THE POINT OF BEGINNING.

SAID PARCEL CONTAINS 44.98 ACRES, SUBJECT TO EASEMENTS AND RESTRICTIONS OF RECORD.

Rezoning Legal Description Ivan L and Lyn M McBride, David H Dearborn and Jeanette E McBride-Dearborn Existing Zoning – AG (Agriculture) Proposed Zoning - S-RLF (Suburban Residential Low Flex)

PART OF THE NORTHWEST QUARTER OF THE NORTHWEST QUARTER AND PART OF THE NORTHEAST QUARTER OF THE NORTHWEST QUARTER OF SECTION 26, TOWNSHIP 84 NORTH, RANGE 7 WEST OF THE 5TH PRINCIPAL MERIDIAN, LINN COUNTY, IOWA DESCRIBED AS FOLLOWS:

COMMENCING AT THE NORTH QUARTER CORNER OF SAID SECTION 26; THENCE N89°07'55"W 50.01 FEET ALONG THE NORTH LINE OF SAID NORTHEAST QUARTER OF THE NORTHWEST QUARTER TO THE POINT OF BEGINNING; THENCE S0°05'39"E 1274.78 FEET; THENCE N89°03'55"W 1273.04 FEET TO THE WEST LINE OF SAID NORTHEAST QUARTER OF THE NORTHWEST QUARTER; THENCE S0°16'19"E 50.01 FEET ALONG SAID WEST LINE TO THE SOUTHWEST CORNER OF SAID NORTHEAST QUARTER OF THE NORTHWEST QUARTER; THENCE N88°34'13"W 169.41 FEET ALONG THE SOUTH LINE OF THE NORTHWEST QUARTER OF THE NORTHWEST QUARTER AND THE NORTH LINE OF SAID PLEASANT RIDGE FIRST ADDITION TO THE NORTHWEST CORNER OF SAID PLEASANT RIDGE FIRST ADDITION; THENCE N89°05'52"W 1161.88 FEET ALONG SAID SOUTH LINE TO THE SOUTHWEST CORNER OF SAID NORTHWEST QUARTER OF THE NORTHWEST QUARTER; THENCE N0°04'47"W 468.47 FEET ALONG THE WEST LINE OF SAID NORTHWEST QUARTER OF THE NORTHWEST QUARTER; THENCE S89°07'32"E 678.98 FEET; THENCE EASTERLY 132.83 FEET ALONG THE ARC OF A 350.00 FOOT RADIUS CURVE, CONCAVE NORTHERLY (CHORD BEARS N80°00'08"E 132.03 FEET); THENCE EASTERLY 133.20 FEET ALONG THE ARC OF A 350.00 FOOT RADIUS CURVE, CONCAVE SOUTHERLY, (CHORD BEARS N80°01'57"E 132.40 FEET); THENCE S89°03'55"E 390.00 FEET TO THE EAST LINE OF SAID NORTHWEST QUARTER OF THE NORTHWEST QUARTER; THENCE N0°16'19"W 803.26 FEET ALONG SAID EAST LINE TO THE NORTHEAST CORNER OF SAID NORTHWEST QUARTER OF THE NORTHWEST QUARTER; THENCE S89°07'55"E 1276.97 FEET ALONG THE NORTH LINE OF SAID NORTHEAST QUARTER OF THE NORTHWEST QUARTER TO THE POINT OF BEGINNING.

SAID PARCEL CONTAINS 52.20 ACRES, SUBJECT TO EASEMENTS AND RESTRICTIONS OF RECORD.

2 Rezoning Legal Description – Echo Hill Presbyterian Church Existing Zoning – AG (Agriculture) Proposed Zoning – S-RLF (Suburban Residential Low Flex)

PART OF THE SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER OF SECTION 23, TOWNSHIP 84 NORTH, RANGE 7 WEST OF THE 5TH PRINCIPAL MERIDIAN, LINN COUNTY, IOWA AND PART OF LOT 1, KPPC FIRST ADDITION TO LINN COUNTY, IOWA AS RECORDED IN BOOK 6235, PAGE 440 IN THE OFFICE OF THE LINN COUNTY, IOWA RECORDER DESCRIBED AS FOLLOWS:

COMMENCING AT THE SOUTHWEST CORNER OF SAID SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER; THENCE N0°08'09"E 604.90 FEET ALONG THE WEST LINE OF SAID SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER TO THE POINT OF BEGINNING; THENCE CONTINUING N0°08'09"E 103.10 FEET ALONG SAID WEST LINE TO THE NORTHWEST CORNER OF THE PROPERTY DESCRIBED IN WARRANTY DEED BOOK 9578, PAGE 589 IN THE OFFICE OF THE LINN COUNTY, IOWA RECORDER; THENCE S89°35'12"E 423.60 FEET ALONG THE NORTH LINE OF SAID PROPERTY DESCRIBED IN BOOK 9578, PAGE 589 TO THE NORTHEAST CORNER THEREOF AND THE NORTHWESTERLY MOST CORNER OF SAID LOT 1; THENCE S89°10'29"E 663.17 FEET ALONG THE NORTH LINE OF SAID LOT 1; THENCE S0°49'31"W 106.19 FEET; THENCE N89°10'19"W 1085.53 FEET TO THE POINT OF BEGINNING.

SAID PARCEL CONTAINS 2.63 ACRES, SUBJECT TO EASEMENTS AND RESTRICTIONS OF RECORD. and located at 8800 C Avenue NE, now zoned A-AG, Agriculture District, and as shown on the "District Map," be rezoned and changed to S-RLF, Suburban Residential Low Flex District, and that the property be used for such purposes as outlined in the S-RLF, Suburban Residential Low Flex District, as defined in Chapter 32 of the Municipal Code of Cedar Rapids, Iowa.

Section 2. That this Ordinance and the zoning granted by the terms hereof are subject to the conditions which have been agreed to and accepted prior to the passage of this Ordinance in writing (shown by attached Acceptance) by the owners and are binding upon the owners, successors, heirs, and assigns, as follows:

1. Subject property shall be platted per State and City platting regulations.

Section 3. That this Ordinance shall be in full force and effect from and after its passage and publication as provided by law.

Section 4. Following publication of this Ordinance as provided for by law, the City Clerk shall certify this Ordinance and the plat of the property described hereinabove, as shown by Exhibit A attached hereto and by this reference incorporated herein, to the Linn County Recorder.

3 Introduced this 12th day of May, 2020.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

4 5 6 7 8 Exhibit “A”

9 2727

Council Agenda Item Cover Sheet

Submitting Department: Development Services

Presenter at Meeting: David Houg

Contact Person: Sandi Fowler Cell Phone Number: 319-538-1062 E-mail Address: [email protected]

Description of Agenda Item: ORDINANCES – Second and possible Third Readings A second and possible third reading of an ordinance to consider a change of zone from A-Ag, Agriculture District to S-MC, Suburban Mixed-Use Community Center District for property located at 9000 “C” Avenue NE as requested by Ivan L. and Lyn M. McBride, David H Dearborn and Jeanette E McBride-Dearborn and Echo Hill Presbyterian Church.

CIP/DID # RZNE-030335-2020

EnvisionCR Element/Goal: GrowCR Goal 1: Encourage mixed-use and infill development.

Background: This request for rezoning was reviewed by the City Planning Commission on May 7, 2020 and recommended for approval.

This is a request to rezone property from A-Ag, Agriculture District to S-MC, Suburban Mixed-Use Community Center District, on the currently adopted zoning map. The Future Land Use Map in the City’s Comprehensive Plan has been amended from “Urban Low Intensity” to “Urban Medium Intensity”. The proposed rezoning will be consistent with the goals and objective of this Land Use Typology Area designation.

A Public Hearing to allow for public input and the First Reading of the Ordinance was held on May 12, 2020. Two additional readings of the Ordinance by City Council are required by State law before approval of the rezoning is final.

Action/Recommendation: City staff recommends affirmative votes on the second and third readings of the ordinance.

Alternative Recommendation: City Council may table and request further information.

Time Sensitivity: NA

Resolution Date: NA

Budget Information: NA

Local Preference Policy: (Click here to select) Explanation: NA Recommended by Council Committee: (Click here to select) Explanation: NA

Location Map

DSD WTR BSD ENG STR FIR TED CLK PKS RCR RZNE-030335-2020

ORDINANCE NO. LEG_NUM_TAG

AN ORDINANCE PASSED IN ACCORDANCE WITH CHAPTER 32, AS AMENDED, OF THE MUNICIPAL CODE OF CEDAR RAPIDS, IOWA, BEING THE ZONING ORDINANCE, CHANGING THE ZONING DISTRICT AS SHOWN ON THE "DISTRICT MAP" FOR THE PROPERTY MORE PARTICULARLY DESCRIBED IN SECTION 1 OF THIS ORDINANCE

BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CEDAR RAPIDS, IOWA, as follows:

Section 1. That in accordance with Chapter 32, as amended, of the Municipal Code of Cedar Rapids, Iowa, being the Zoning Ordinance, that the property described as follows;

Rezoning Legal Description Ivan L and Lyn M McBride, David H Dearborn and Jeanette E McBride-Dearborn Existing Zoning – AG (Agriculture) Proposed Zoning - S-MC (Suburban Mixed Use Center)

PART OF THE NORTHWEST QUARTER OF THE NORTHWEST QUARTER OF SECTION 26, TOWNSHIP 84 NORTH, RANGE 7 WEST OF THE 5TH PRINCIPAL MERIDIAN, LINN COUNTY, IOWA DESCRIBED AS FOLLOWS: BEGINNING AT THE NORTHWEST CORNER OF SAID NORTHWEST QUARTER OF THE NORTHWEST QUARTER; THENCE S89°07'32"E 1326.80 FEET ALONG THE NORTH LINE OF SAID NORTHWEST QUARTER OF THE NORTHWEST QUARTER TO THE NORTHEAST CORNER THEREOF; THENCE S0°16'19"E 803.26 FEET ALONG THE EAST LINE OF SAID NORTHWEST QUARTER OF THE NORTHWEST QUARTER; THENCE N89°03'55"W 390.00 FEET; THENCE WESTERLY 133.20 FEET ALONG THE ARC OF A 350.00 FOOT RADIUS CURVE, CONCAVE SOUTHERLY (CHORD BEARS S80°01'57"W 132.40 FEET); THENCE WESTERLY 132.83 FEET ALONG THE ARC OF A 350.00 FOOT RADIUS CURVE, CONCAVE NORTHERLY (CHORD BEARS S80°00'08"W 132.03 FEET); THENCE N89°07'32"W 678.98 FEET TO THE WEST LINE OF SAID NORTHWEST QUARTER OF THE NORTHWEST QUARTER; THENCE N0°04'47"W 852.62 FEET ALONG SAID WEST LINE TO THE POINT OF BEGINNING. SAID PARCEL CONTAINS 25.40 ACRES, SUBJECT TO EASEMENTS AND RESTRICTIONS OF RECORD.

Rezoning Legal Description – Echo Hill Presbyterian Church Existing Zoning – AG (Agriculture) Proposed Zoning – S-MC (Suburban Mixed Use Center) PART OF THE SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER OF SECTION 23, TOWNSHIP 84 NORTH, RANGE 7 WEST OF THE 5TH PRINCIPAL MERIDIAN, LINN COUNTY, IOWA AND PART OF LOT 1, KPPC FIRST ADDITION TO LINN COUNTY, IOWA AS RECORDED IN BOOK 6235, PAGE 440 IN THE OFFICE OF THE LINN COUNTY, IOWA RECORDER DESCRIBED AS FOLLOWS: BEGINNING AT THE SOUTHEAST CORNER OF SAID SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER AND THE SOUTHEAST CORNER OF SAID LOT 1; THENCE N89°07'32"W 1266.80 FEET ALONG THE SOUTH LINE OF SAID SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER AND THE SOUTH LINE OF SAID LOT 1; TO THE EAST RIGHT OF WAY OF C AVENUE AND THE SOUTHWEST CORNER OF SAID LOT 1; THENCE N0°08'09"E 399.98 FEET ALONG SAID EAST RIGHT OF WAY AND THE WEST LINE OF SAID LOT 1 TO THE SOUTH LINE OF THE PROPERTY DESCRIBED IN WARRANTY DEED BOOK 9578, PAGE 589 IN THE OFFICE OF THE LINN COUNTY, IOWA RECORDER; THENCE N89°35'12"W 60.00 FEET ALONG THE SOUTH LINE OF SAID PROPERTY DESCRIBED IN BOOK 9578, PAGE 589 TO THE WEST LINE OF SAID SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER; THENCE N0°08'09"E 205.40 FEET ALONG SAID WEST LINE; THENCE S89°10'19"E 1085.53 FEET; THENCE N0°49'31"E 106.19 FEET TO THE NORTH LINE OF SAID LOT 1; THENCE S89°10'29"E 238.88 FEET ALONG SAID NORTH LINE TO THE NORTHEAST CORNER OF SAID LOT 1 AND THE EAST LINE OF SAID SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER; THENCE S0°02'48"W 712.20 FEET ALONG THE EAST LINE OF SAID LOT 1 AND THE EAST LINE OF SAID SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER TO THE POINT OF BEGINNING. SAID PARCEL CONTAINS 18.47 ACRES, SUBJECT TO EASMENTS AND RESTRICTIONS OF RECORD. and located at 9000 C Avenue NE, now zoned A-AG, Agriculture District, and as shown on the "District Map," be rezoned and changed to S-MC, Suburban Mixed-Use Community Center District, and that the property be used for such purposes as outlined in the S-MC, Suburban Mixed-Use Community Center District, as defined in Chapter 32 of the Municipal Code of Cedar Rapids, Iowa.

Section 2. That this Ordinance and the zoning granted by the terms hereof are subject to the conditions which have been agreed to and accepted prior to the passage of this Ordinance in writing (shown by attached Acceptance) by the owners and are binding upon the owners, successors, heirs, and assigns, as follows:

1. Subject property shall be platted per State and City platting regulations.

Section 3. That this Ordinance shall be in full force and effect from and after its passage and publication as provided by law.

Section 4. Following publication of this Ordinance as provided for by law, the City Clerk shall certify this Ordinance and the plat of the property described hereinabove, as shown by Exhibit A attached hereto and by this reference incorporated herein, to the Linn County Recorder.

2 Introduced this 12th day of May, 2020.

PASSED_DAY_TAG

LEG_PASSED_FAILED_TAG

MayorSignature

Attest:

ClerkSignature

3 4 5 6 Exhibit “A”

7