Loading...
HomeMy WebLinkAbout2017-11-06-Resolutions 17-512_Enterprise Business Park Stormwater Detention Evaluation - Engineering AgrTHE CITY OF WAUKEE,IOWA RESOLUTION 17-512 APPROVING AGREEMKNT FOR PROFESSIONAL CONSULTING SERVICES WITH VEENSTRA &KIMM,INC.[ENTERPRISE BUSINESS PARK STORMWATER DETENTION EVALUATION] IN THE NAME AND BY THEA UTHORITY OF THE CITY OF WAUKEE,IOIYA WHEREAS,the City of Waukee,Dallas County,State of Iowa,is a duly organized Municipal Organization;AND, WHEREAS,City staff recommends retaining the services of Veenstra &Kimm,Inc.,for services to review the existing stormwater management and detention requirements for the detention pond that abuts Enterprise Business Park,as well as to evaluate alternative remedies to address the current condition of the detention pond;AND, WHEREAS,the engineering services agreement has been reviewed and approved by the Waukee City Attorney. NOW THEREFORE BE IT RESOLVED by the City Council of the City of Waukee that the Agreement for Professional Consulting Services with Veensna &Kimm,Inc.[Enterprise Business Park Stormwater Detention Evaluation],attached hereto as Exhibit A,is hereby approved. Passed by the City Council of the City of Waukee,Iowa,and approved the day of November,2017. Attest lliam .Peard,ayor Rebecca D.Schuett,City Clerk ROLL CALL VOTE Anna Bergman R.Charles Bottenberg Brian Harrison Shelly Hughes Larry R.Lyon AYE X X X X X NAY ABSENT ABSTAIN AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES ENTERPRISE BUSINESS PARK STORVflWATER DETENTION EVALUATION [project description] City Project No. Tht Edt tt d»d t dtt ttt fddhdy I JJINIAK 227 7 hy d between City of Waukee,a municipal corporation,hereinafter referted to as "City,"and Veenstra &Kimm Inc.I (Fed.ID ¹42-1137727 ),~E corporation incorporated and licensed under the laws of the State of Iowa,party of the second part,hereinafter referred to as "Consultant"as follows: THE CITY HEREBY AGREES TO RETAIN THE CONSULTANT FOR THE PROJECT AS DESCRIBED IN THIS AGREEMENT AND CONSULTANT AGREES TO PERFORM THE PROFESSIONAL SERVICES AND FURNISH THE NECESSARY DOCUMENTATION FOR THE PROJECT AS GENERALLY DESCRIBED IN THIS AGREEMENT. 1.SCOPE OF SERVICES Services provided under this Agreetnent shall be as further described in Attaclunent I,Scope of Services. 2.SCHEDULE The schedule of the professional services to be performed shall conform to the Schedule set forth in Attachment 2.Any deviations from the Schedule shall be approved by the authorized City representative.The City agrees that the Consultant is not responsible for delays arising fiom a change in the scope of services,a change in the scale of the Project or delays resulting from causes not directly or indirectly related to the actions of the Consultant. 3.COMPENSATION A.In consideration of the professional services provided herein,the City agrees to pay the Consultant the following sum NOT-TO-EXCEED,including any authorized reimbursable expenses,pursuant to the Schedule of I'ees set forth in Attachment 3. I.Basic Services of the Consultant A.Study,Analysis,Preparation of Evaluation Report B. C. Total S 4 800 S S 4~800 The Consultant shall invoice the City monthly for services,any reimbursable expenses and any approved amendments to this Agreement,based upon services actually completed at thc time of the invoice.Final payment shall be duc and payablc within 30 days of the City's acceptance of Consultant's submission of final dcliverables in accordance with the Scope of Services. In consideration of the compensation paid to the Consultant,the Consultant agrees to perform all professional services to the satisfaction of the City by performing the professional services in a manner consistent with that degree of care and skill ordinarily exercised by members of Consultant's profession currently practicing under similar circumstances.If the perfonnance of this Agreement involves the seivices of others or the furnishing of equipment.supplies,or materials.the Consultant agrees to pay for the same in full. 4.INSURANCE Consultant understands and agrees that Consultant shall have no right of coverage under any and aH existing or future City comprehensive,self or personal injury policies. Consultant shall provide insurance coverage for and on behalf of Consultant that will suAicicntly protect Consultant or Consultant'representative(s)in connection with the professional services which are to be provided by Consultant pursuant to this Agreement, including protection from clainis for bodily injury,death,property damage,and lost income.Consultant shall provide worker's compensation insurance coverage for Consultant and all Consultant's personnel.Consultant shall file applicable insurance certificates with the City,and shall also provide cvidencc of the following additional covel'age. The Consultant shall provide evidence of comprehensive general liability coverage and contractual liability insurance by an insurance company licensed to do business in the State of Iowa in the limits of at least $1,000,000 each personal injury accident and/or death;S 1,000,000 general aggregate personal injury and/or death;and $1,000,000 for each propcrty damage accident.The evidence shall designate the City as an additional insured,and that it cannot be canceled or materially altered without giving the City at least thirty (30)days written notice by registered mail,return receipt requested. C.The Consultant shall also provide evidence of automobile liability coverage in the limits of at least $),000,000 bodily injury and property damage combined.The evidence shall designate the City as an additional insured,and that it cannot be cancelled or materially altered without giving the City at least thiidy (30)days written notice by registered mail, return receipt requested. D.The Consultant shall provide evidence of professional liability insurance,by an insurance company licensed to do business in the State of Iowa.in the limit of $1,000,000 for claims arising out of thc professional liability of the Consultant.Consultant shall provide City written notice within five (5)days by registered mail,return receipt requested of the cancellation or niatci ial altei ation o f the professional Imibili3y pohcy. E.Failure of Consultant to maintain any of thc insurance coverages set forth above shall constitute a material breach of this Agreement. 5.NOTICE Any notice to the parties required under this agreement shall be in writing,delivered to the person designated below.by United States mail or in hand delivery,at the indicated address unless otherwise designated in writing. FOR THE CITY:FOR THE CONSULTANT: ~:~Cit fW Attn:John Gibson Title:Director of Public Works Address:230 W.Hickman Road City,State:Waukee IA 50263 Name:Veenstra 61:Khntn Inc. Attn:Forrcst S.Aldrich.P.E. Title:Pro'ect Mana *er Address:3000 Westown Parkwa City,State:West Des Moines IA 50266 6.GENERAL COMPLIANCE In the cmiduct of the professional services contemplated hereunder,the Consultant shall comply with applicable state,federal,and local law,mles,and regulations.technical standards,or specifications issued by the City.Consultant must qualify for iuid obtain any required licenses prior to commencement of work,including any professional licenses necessary to perform work within the State of Iowa. 7.STANDARD OF CARE Services provided by the Consultant under this Agreement shall be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. 8.INDEPENDENT CONTRACTOR Consultant understands and agrees that the Consultant and Consultant's employees iuid representatives are not City employees.Consultant shall be solely responsible for payinent of salaries,wages,payroll taxes,unemployment benefits,or any other form of compensation or benefit to Consultant or Consultant's employees,representatives or other personnel performing the professional services specified herein,whether it be of a direct or indirect nature.Further,it is expressly understood and agreed that for such puiposes neither Consultant nor Consultant's employees,representatives or other personnel shall be entitled to any City payroll,insurance,unemployment,worker's compensation,retirement,or any other benefits whatsoever. NON-DISCRIMINATION Consultant will not discriminate against any employee of applicant for employment because of race,color,sex.national origin,religion,age.handicap.or veteran status.Consultant will, where appmpriate or required,take affirmative action to ensure that applicants are employed, and that employees are treated,during employment,without regard to their race,color,sex. or national origin,religion,age,hruidicap,or veteran status.Consultant will cooperate with the City in using Consultant's best efforts to ensure that Disadvantaged Business Enterprises are afforded the maximum opportunity to compete for subcontracts of work under this Agreemcnt. 10.HOLD HARMLESS Consultant agrees to indemnify and hold hartnless the City,its officers,agents,and employees fiom any and all claims,settlements and judgments,to include all reasonable investigative fees.attoniey's fees,and court costs for any damage or loss which is due to or arises fiom a breach of this Agreement,or from negligent acts,errors or omissions in the performance of professional services under this Agreement and those of its sub consultants or anyone for whom Consultant is legally liable. 11.ASSIGNMENT Consultant shall not assign or otherwise transfer this Agreement or ruiy right or obligations therein without first receiving prior written consent of the City. 12.APPROPRIATION OF FUNDS The funds appropriated for this Agreement are equal to or exceed the compensation to be paid to Consultant.The City's continuing obligations under this Agreement may be subject to appropriation of funding by the City Council.In the event that sufficient funding is not appropriated in whole or in part for continued perfortnruice of the City's obligations under this Agreement,or if appropriated funding is not expended due to City spending limitations, the City may tertninate this Agreement without further compensation to the Consultant.To t e greatest extent a owe y aw,t e City sia compensate onsu tant as prov&e m Section 18(6)of this Agreement. 13.AUTHORIZED AMENDMENTS TO AGREEMENT A.The Consultant and the City acknowledge and agree that no amendment to this Agreement or other form,order or directive may be issued by the City which requires additional compensable work to bc performed if such work causes the aggregate amount payable under thc amendment.order or directive to exceed the amount appropidated for this Agreement as listed in Section 3,above,unless the Consultant has been given a written assurance by the City that lawful appropriation to cover the costs of the additional work has been made. B.The Consultant and the City further acknowledge and agree that no amendment to this Agrccmcnt or other form,order or directive which requires additional compensable work to be performed undtn this Agreemcnt shall be issued by the City unless funds arc available to pay such additional costs,and the Consultant shall not be entitled to any additional compensation for any additional compensable work performed under this Agreement.The Consultant expressly waives any right to additional compensation, whether in Iaw or equity,unless prior to commencing the additional work the Consultant was given a written ainendment,order or directive describing the additional compensable work to be performed and setting forth the amount of compensation to be paid,such amendment,order or directive to be siyied by the authorized City representative.It is the Consultant's sole responsibility to know,determine,and ascertain the authority of the City representative signing any amendment,directive or order. 14.OWNERSHIP OF CONSULTING DOCUMENTS All sketches,tracings,plans,specifications,reports,and other data prepared under this Agreement shall become the property of the City;a reproducible set shall be delivered to the City at no additional cost to the City upon completion of the plans or termination of the services of the Consultant.All drawings and data shall be transmitted in a durable material, with electronic files provided when feasibfe to do so.The Consultant's liability for use of the sketches,tracings,plans,specifications,reports,and other data prepared under this Agreement shall be limited to the Project. 15.INTERPRETATION No amendment or modification &&f this Agreement shall be valid unless expressed in writing and executed by the partics hereto in the same manner as the execution of the Agreement. This is a completely integrated Agreement and contains the entire agreement of the parties; any prior written or oral agreements shall be of no force or effect and shall not be binding upon either party.The laws of the State of Iowa shall govern and any judicial action under thc tcnns of this Agreement shall be exclusively within the jurisdiction of the district court for Dallas County,Iowa. 16.COMPLIANCE WITH FEDERAL LAW To the extent any federal appropriation has or will be provided for the Project,or any federal requirement is imposed on the Project.Consultant agrees that Consultant wfil comply with all relevant laws,rules and regulations imposed on City and/or Consultant necessary for receipt of the federal appropriation.Consultant shall provide appropriate certification regarding Consultant's compliance. 17.SOLICITATION AND PERFORMANCE The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working for the Consultant,to solicit or secure this Agreement,rnid that thc Consultant has not paid or agreed to pay any conipany or person other than a bona fide employee,any fee.commission,percentage,brokerage fce,gilt or contingent fee. The Consultant shall not engage the services of any person or persons in the employ of the City at the time of commencing such services without the written consent of thc City. 18.SUSPENSION AND TERMINATION OF AGREEMENT The right is reserved by the City to suspend this Agreement at any time.Such suspraision may be effected by the City giving written notice to the Consultant,and shall be effective as of the date established in the suspension notice.Payment for Consultant's services shall be made by the City for services perfoiimed to the date established in the suspension notice.Should the City reinstate the work after notice of suspension,such reinstatement may be accomplished by thirty (30)days written notice within a period of six (6)months after such suspension,unless this period is extended by written consent of the Consultant. B.Upon ten (10)days written notice to the Consultant.the City may terminate the Agreement at any time if it is fotmd that reasons beyond the control of either the City or Consultant make it impossible or against the City's interest to complete the Agreement.In such case,the Consultant shall have no claims against the City except for the value of the work performed up to the date the Agremnent is temiinated. The City may also temiinate this Agreement at any time if it is found that the Consultant has violated any material teim or condition of this Agreement or that Consultant has failed to maintain workers'compensation insurance or other insurance provided for in this Agreement.In the event of such default by the Consultant,the City may give ten (10) days written notice to the Consultant of the City's intent to terminate the Agreement. Consultant shall have ten (10 da s fiom notification to remed the conditions constituting the default. D.In the event that this Agreement is terminated in accordance with paragraph C of this section.the City may take possession of any work and may complete any work by whatever means the City may select.The cost of completing said work shall be deducted from the balance which would have been due to the Consultant had the Agreeanent not been terminated and work complctcd in accordance with contract documents. The Consultant may teiminate this Agreement if it is found that the City has violated any material term or condition of this Agreement.In the event of such default by the City,the Consultant shall give ten (10)days written notice to the City of the Consultant's intent to terminate the Agrecmcnt.City shall have ten (10)days fiom notification to remedy the conditions constltumtg&c default. 19.TAXES The Consultant shall pay all sales and use taxes required to be paid to the State of Iowa on the work covered by this Agreement.The Consultant shall execute and deliver and shall cause any sub-consultant or subcontractor to execute and deliver to the City certificates as required to permit the City to make application for refunds of said sales and usc taxes as applicable.The City is a niunicipal corporation and not subject to state and local tax,use tax, or federal excise taxes. 20.SEVERABILITY If any pot%on of this Agreement is held invalid or unenforceable by a court of competent jurisdiction,the remaining portions of this Agreement shall continue in full force and effect. 21.MISCELLANEOUS HEADINGS Title to articles,paragraphs,and subparagraphs are for infoimation purposes only and shall not be considered a substantivepa&t of this Agreement. 22.FURTHER ASSURANCES Each party hereby agrees to execute and deliver such additional instruments and documents and to take all such other action as the other party may reasonably request from time to time in order to effect the provisions and purposes of this Agreement. 23.COUNTERPARTS This Agreement may be executed in any number ol'counteiparts,each of which shall constitute an original document,no other counterpart needing to be produced,and all of which when taken together shall constitute the same instrument. IN WITNESS WHEREOF the parties have caused this A cement to be executed b their dul authorized officers or agents on the day and year first above written. CONSULTANT CITY OF WAUKEE Name:Fonest S.Aldrich P.E Title:Pro'ect Mana er By: illiai F.P card,Mayor ATTACHMENT I SCOPE OF SERVICES The work to be performed by the Consulrmu under this agreement shall encompass and include detailed work,services,materials,equipment and supplies necessary to complete analysis and design for the project. The Scope of Services for the Enterpidse Business Park Stonnwater Detention Evaluation shall include,but not necessarily be limited,the following: a.Review of the existing stormwater management report for the Enterprise Business Park and Sunrise Meadows developments from 1995. b.Deteimine the current stormwater detention requirements for the pond located on the north side of the Enterprise Business Park located on the east side of Wattior Lane and south of NE Sunrise Drive. c.Evaluate alternatives to remedy the stagnant condition of the pond while still maintaining the required stonnwater detention function of the pond.Alternatives evaluated will include filling the pond,dredging the pond and aerating the pond. d.Prepare a cost estimate for each of the alternatives. e.Prepare a draft report setting forth the results of the evaluation and recommendation. f.Review the draft report with representatives of the City. g.Prepare and submit the final report. The results of the evaluation will be compiled and set forth in a written report presented to the City as outlined in Scope of Services.Three (3)copies of the draft report and five (5)copies of the final report will be provided. Services not included under this Agreement: Seiwices under this Agreement shall not include the preparation of any working drawings or contract documents,preparation of plans and specifications or taking of bids for any project recommended as patt of this Agreement. Work under this Agreement shall not include services for obtaining environmental clearances including archeological suiveys. Work under this Agreement shall not include services related to soil borings and geotechnical investigations involving a deteimination of subsurface conditions. Work under this Agreement shall not include any services associated with litigation or claims resolution resulting from the final adoption of the rcport by the City.Any additional services as a result of litigation or claims resolution shall be considered Extra Work. ATTACHMENT 2 PROJECT SCHEDULE The time of completion of tltc scope of services under this Agreement shall bc as follows: Preparation and presentation of the report:November 17,2017. 10 ATTACHMENT 3 SCHEDULE OF FEES CONSULTANT'S 20l 7 STANDARD HOURLY RATE SCHEDULE CLASSIFICATION HOURLY RATE -See attached Exhibit A. REIMBURSABLE EXPENSES All materials and supplies used in the perfotmance of work on this project will be billed at cost. 2.Auto mileage will be reimbursed per the standard mileage reimbursement established by the Internal Revenue Service.Service vehicle mileage will be reimbursed on the basis of $0.535 per mile. 3.Charges for outside services such as soils and materials testing,fiscal.legal will be billed at their invoice. 4.All other direct expenses will be invoiced at cost. EXHIBIT A VEENSTRA &KIMM,INC.HOURLY RATES BY EMPLOYEE CLASSIFICATION (Effective luly 2017) Management I . Management II .. Process Engineer. Engineer I-A.. Engineer I-B .. Engineer I-C,,................ Engineer II-A ........... Engineer II-B ................. Engineer III-A. Engineer III-B. Engineer III-C ....,........., Engineer IV. Engineer V Engineer VI. Engineer VII.............. Engineer VIII ................. Engineer IX. Engineer X Engrineer XI. Design Technician Planner I .. Drafter I. Dratter I I . Dratter III .. Drafter IV Dratter V. Drafter VI .. Drafter Vll Clerical I.. Clerical II .. Clerical Ill. Clerical IV. Construction Manager. Surveyor I .. Surveyor II .. Technician I Technician II. Technician III.. Technician IV.. Technician V. Technician VI.. Technician VII .. Technician Vill. Technician IX.. Building Inspector I Building inspection I-A Building Inspector Il . 'Robotfcs ........................... $166.00 .......162.00 .....,.187.00 .....,.166.00 .......154.00 ,......148.00 136.00 .......126.00 .......122.00 .......114.00 .......I I 0,00 .....,.106.00 .........97.00 .........92.00 .........87.00 .........83.00 .........77.00 .........7 I .00 .........65.00 .........93.00 .......104.00 ..92.00 .........79.00 75.00 .........70.00 .........60.00 .........56.00 .....45.00 .........85 .00 .........60.00 .........45.00 .........3 5 .00 158.00 .........99.00 .........86.00 .........82.00 .........76.00 .........7 I .00 .........66.00 ....,....60.00 .........56.00 .........49.00 .........43.00 .........35.00 .......147.00 .......102.00 .........79.00 30.00/Hour 12 GPS Leica Total Station. Total Station Robotics.. Tablet . Fluoroscope..................... 4-Wheeler. Mileage 30.00/Hour 20.00/Hour 15.00/Hour 45.00/Hour .....50.00/Hour ..45.00/Hour .535//Mile 13