Loading...
HomeMy WebLinkAbout2018-05-21-Resolutions 18-213_Hickman Rd West of Alice's Rd-Private Drive Traffic Signal - Engineering AgrTHE CITY OF WAUKEE,IOWA RESOLUTION IS-213 APPROVING AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES BETWEEN FOTH INFRASTRUCTURE AND ENVIRONMENT,LLC,AND THE CITY OF WAUKEE [TRAFFIC SIGNAL DESIGN SERVICES)HICKMAN ROAD WEST OF ALICE'S ROAD] IN THE NAME AND BY THE AUTHORITY OF THE CITY OF WA UKEE,IOWA WHEREAS,the City of Waukee,Dallas County,State of Iowa,is a duly organized Municipal Organization;AND, WHEREAS,the City required design services related to traffic signals as part of intersection improvements on Hickman Road west of Alice's Road;AND, WHEREAS,City staff recommends retaining the services of Foth Infrastructure and Environment, LLC,for said design services study. NOW THEREFORE BE IT RESOLVED by the City Council of the City of Waukee that the Agreement for Professional Consulting Services between Foth Infrastructure and Environment,LLC, and the City of Waukee [Traffic Signal Design Services,Hickman Road West of Alice's Road], attached hereto as Exhibit A,is hereby approved. Passed by the City Council of the City of Waukee,Iowa,and approved the 21"ay of May,2018. lliam F.card,Mayor Attest: Rebecca D.Schuett,City Clerk RESULTS OF VOTE: Anna Bergman R.Charles Bottenberg Courtney Clarke Shelly Hughes Larry R.Lyon AYE X X NAY ABSENT ABSTAIN AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES Traffic Signal Design Services Hickman Road (US 6)1300-ft West of Alice's Road Waukee City Project No. This Agreement is made and entered into this 21"day of ~Ma,2018,by and between the CITY OF WAUKEE,s municipal corporation,hereinafter referred to as "City",and FOTH INFRASTRUCTURE AND ENVIRONMENT,LLC,(Fed.I.D.¹20-5814224),a professional 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 Agreement shall be as further described in Attachment 1,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 from 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 . 1)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 Fees set forth in Attachment 3. I.Basic Services of the Consultant A.Project Coordination $3,500 B.Traffic Signal and Roadway Design and Plans (includes Survey)$36,900 C.Letting Services $6,000 Subtotal —Basic Services $46,400 II.Construction Period Services A.Construction Administration B.Construction Survey C.Resident Engineering/Observation $9,300 $3,600 $13,500 Subtotal —Construction Services $26,400 Total Compensation $T2,800 2)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 the time of the invoice.Final payment shall be due and payable within 30 days of the City's acceptance of Consultant's submission of final deliverables in accordance with the Scope of Services. Page 1 Foth Infrastructure and Environment,LLC Foth Pro)act Number 1SW006.01 Hickman Road (US 6)t 300-ft west of Alice's Road Traffic Signal Design Waukee,iowa 3)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 performance of this Agreement involves the services of others or the furnishing of equipment,supplies,or materials,the Consultant agrees to pay for the same in full. 4.INSURANCE 1)Consultant understands and agrees that Consultant shall have no right of coverage under any and all existing or future City comprehensive,self or personal injury policies.Consultant shall provide insurance coverage for and on behalf of Consultant that will sufficiently 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 claims for bodily injury,death,property damage,and lost income.Consultant shall provide worker's compensation insurance coverage for Consultant and all Consultants'personnel.Consultant shall file applicable insurance certificates with the City,and shall also provide evidence of the following additional coverage. 2)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;$1,000,000 general aggregate personal injury and/or death;and $1,000,000 for each property 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. 3)The Consultant shall also provide evidence of automobile liability coverage in the limits of at least $1,000,000 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 thirty (30)days written notice by registered mail,return receipt requested. 4)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 the 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 material alteration of the professional liability policy. E.Failure of Consultant to maintain any of the insurance coverages set forth above shel!constitute a material breach of this Agreement. 1.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: Name:Cit of Waukee Name:Foth Infrastructure and Environment Attn:John Gibson Director of Public Works Attn:Patrick P.Kueter P.E. Address:805 Universit Avenue Address:8191 Birchwood Court Suite L City,State:WAUKEE IA 50263 City,State:Johnston IA 50131 6,GENERAL COMPLIANCE In the conduct of the professional services contemplated hereunder,the Consultant shall comply with applicable state,federal,and local law,rules,and regulations,technical standards,or specifications issued by the City.Consultant must qualify for and obtain any required licenses prior to Page 2 Foth Infrastructure and Environment,LLC Foth Project Number 1SW006.01 Hickmsn Road (US 6)1300-ft west of Alice's Road Traffic Signal Design Waukee,lowe commencement of work,including any professional licenses necessary to perform work within the State of Iowa. 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. INDEPENDENT CONTRACTOR Consultant understands and agrees that the Consultant and Consultant's employees and representatives are not City employees.Consultant shall be solely responsible for payment 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 purposes 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 appropriate 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,handicap,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 Agreement. 10.HOLD HARMLESS Consultant agrees,to the fullest extent permitted by law,to indemnify and hold harmless the City,its officers,and employees (collectively,City)against all damages,liabilities,judgments or costs, including reasonable investigative fees,attorneys'fees,and court costs,to the extent caused by the Consultant's 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, Consultant shall not be obligated to provide the City with legal counsel or advanced investigative fees,legal fees,or costs. 11.ASSIGNMENT Consultant shall not assign or otherwise transfer this Agreement or any 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 performance of the City's obligations under this Agreement,or if appropriated funding is not expended due to City spending limitations,the City may terminate this Agreement without further compensation to the Consultant.To the greatest extent allowed by law,the City shall compensate Consultant as provided in Section 18(B)of this Agreement. 13.AUTHORIZED AMENDMENTS TO AGREEMENT 1)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 be performed if such work causes the aggregate amount payable under the amendment, order or directive to exceed the amount appropriated 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. Page 3 Foth infrastructure and Environment,LLC Foth Project Number 16W006.01 Htckman Road (US 6)13006 west of Alice's Road Traffic Signai Design Waukee,iowa 2)The Consultant and the City further acknowledge and agree that no amendment to this Agreement or other form,order or directive which requires additional compensable work to be performed under this Agreement shall be issued by the City unless funds are 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 law or equity,unless prior to commencing the additional work the Consultant was given a written amendment,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 signed 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 feasible 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 of this Agreement shall be valid unless expressed in writing and executed by the parties 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 shalt 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 the terms of this Agreement shall be exclusively within the jurisdiction of the district court for Polk County,lowe, 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 will 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 1)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,and that the Consultant has not paid or agreed to pay any company or person other than a bona fide employee,any fee,commission,percentage,brokerage fee,gift or contingent fee. 2)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 the City. 18.SUSPENSION AND TERMINATION OF AGREEMENT 1)The right is reserved by the City to suspend this Agreement at any time.Such suspension may be affected 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 performed 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. 2)Upon ten (10)days written notice to the Consultant,the City may terminate the Agreement at any time if it is found that reasons beyond the control of either the City or Consultant make it Page 4 Foth infrastructure and Environment,LLC Foth Project Number 18W008.01 Hickman Road (US 6)1300-ft west of Alice's Road Traffic Signal Design Waukee,iowa impossible or against the City's interest to complete the Agreement.In such case,the Consultant shall have no claims against the City exoept for the value of the work performed up to the date the Agreement is terminated. 3)The City may also terminate this Agreement at any time if it is found that the Consultant has violated any material term 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)days from notification to remedy the conditions constituting the default. 4)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 Agreement not been terminated and work completed in accordance with contract documents. E.The Consultant may terminate 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 Agreement.City shall have ten (10)days from notification to remedy the conditions constituting the 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 subconsultant 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 use taxes as applicable.The City is a municipal corporation and not subject to state and local tax,use tax,or federal excise taxes. 20.SEVERABILITY If any portion 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.DISPUTE RESOLUTION Should a dispute or conflict arise between the City and the Consultant during the design and construction of the Project,or following the completion of the Project,the City and the Consultant agree to submit the issues to formal non-binding mediation prior to exercising their right to commence litigation in a court of law.The parties shall each bear their own attorneys'fees,costs and expenses during mediation.The cost of the mediator shall be shared equally by the parties. Should mediation fail and litigation ensue,the prevailing party shall be entitled to reasonable attorneys'fees and costs to the extent said fees and costs are attributable to the non-prevailing parties'fault. 22.MISCELLANEOUS HEADINGS Title to articles,paragraphs,and subparagraphs are for information purposes only and shall not be considered a substantive part of this Agreement. 23.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. 24.COUNTERPARTS This Agreement may be executed in any number of counterparts,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. Page 5 Foth infrastructure and Environment,LLC Foth Projecl Number 16W006,01 Hickman Road (US sl 1300-ft west of Alice's Road Traffic Signal Design Waukee,lowe IN WITNESS WHEREOF,the parties have caused this Agreement to be executed by their duly authorized officers or agents on the day and year first above written. CONSULTANT CITY OF WAUKEE Name:Patrick P Kueter Title:Client Director BY: Nam .illiam .card Title:Ma or WIT ES Name:Moll P E Title:Lead ' d En ineer ATTEST WAm- Name:4 C 0- Title:A Page 6 Foth Infrastructure and Environment,LLC Foth Project Number 18W008.01 Hickman Road (US 6)1300-ft west of Alice's Road Traffic Signal Design Waukee,lowe ATTACHMENT 1 SCOPE OF SERVICES I.BASIC SERVICES OF THE CONSULTANT The Consultant shall consult on a regular basis with the City to clarify and define the City's requirements for the Project and review available data.The City agrees to furnish to the Consultant full information with respect to the City's requirements,including any special or extraordinary considerations for the Project or special services needed,and also to make available pertinent existing data.The project is generally described as follows: Complete traffic signal design including connection to the existing City fiber system at the intersection of Hickman Road (US 6)and Private Drive locate 1300-ft west of Alice's Road in Waukee,lowe. The design of the WB to SB left turn lane and north/south intersection continuity is included as part of this design. The work to be performed by the Consultant under this agreement shall encompass and include detailed work,services,materials,equipment and supplies necessary to complete the traffic signal design improvements for the project.The scope of services to be performed by the Consultant shall be completed in accordance with generally accepted standards of practice and shall include the services to complete the following tasks: A.Project Coordination 1.1 Pro'ect Mana ement The project manager will be responsible for the development and tracking of the project plan for the project development.This includes task identification,staff scheduling and coordination,project communications,progress reporting and invoicing,and other important elements of the project.The project duration is assumed to be 7 months. 1.2 Pro ect Review Meetin s Maintain communications with the project development team and various other designated representatives.The project development team will include the City of Waukee Public Works Department and the project Consultant.Meet to review progress and to discuss specific elements of the project design (assume two (2)meetings in Waukee).The meeting will also serve to establish schedules,develop project goals,promote a dialog between the various entities,improve the decision-making process,and expedite design development. Prepare minutes of meetings and keep documentation of other communications.For budget purposes,it is assumed that the meeting will be attended by two (2)staff members of the Consultant. The following Project Review Meetings are included with the scope of work: Preliminary Design Phase -one (1)meeting Final Design Phase —one (1)meeting 1.3 Qualit Control Plan Establish review and checking procedures for project deliverables.Designate responsibility for implementation of the plan. B.Traffic Signal and South Approach Roadway Design and Plans 1.1 Develo Functional Plans This task consists of preparation of functional traffic signal plans with connection to the existing City fiber system for the intersection of Hickman Road (US 6)and Private Drive. The traffic signal layout plans will include control cabinet,traffic signal poles,pedestrian Page 7 Foth Infrastructure and Environment,LLC Foth Project Number 18W008.01 Ftickman Road (US 6)1300-ft west of Alice's Road Traffic Signal Design Waukee,lowe push buttons,connection to the fiber system,handholes and conduit locations.The development of functional plans will identify and address the potential issues with the proposed traffic signal installation,including horizontal and vertical clearances,existing utilities,general traffic operations/improvements and construction staging. This task also consists of preparation of functional road design plans for the south approach of the intersection of Hickman Road (US 6)and Private Drive.The road layout plans will include design plans and specifications depicting the proposed grading,drainage,paving, signing,utility relocation,and other features of the project. This task includes review of existing public and private utility plans,including water main, sewer,electric,gas,telephone and cable.It also includes analyzing the effects that the proposed improvements will have on the existing utilities. 1.2 To o ra hic Surve The Consultant shall review the topographic survey information required for the development of the project provided by the City from the most recent site plan submittals. The Consultant shall perform the topographic survey for the south leg driveway of the intersection of Hickman Road (US 6)and Private Drive required for the development of the additional lanes.Horizontal and vertical accuracies shall be adequate to produce a map that is compatible with the topographic data.All survey will use Iowa South State Plane Coordinates in NAD83(1996)format. Task includes approximate roadway centerline,edge of pavement and/or gutter &top-of- curb,pavement markings,sidewalks,pedestrian ramps,and driveways.Consultant will locate any property pins or right-of-way corners within project limits necessary to verify approximate information available from Dallas County. 1.3 Existin Utilities Contact utility owners of record or the "one call"representative and request a copy of existing layout plans and that buried utilities are marked in the field.Work with City staff to establish plan locations (if possible)for utilities that fall within the limits of the project and are visible or have been marked on the ground by the utility owner.Show utility name and describe the utility on the listing and the plot. The Consultant shall utilize existing utility mapping and field locates established by others to further develop the base mapping for the project.This task includes review of topographic field surveys by others of existing utilities,public and private,within the project limits.Excavating to expose buffied utilities is not part of this contract.Utilities to be incorporated into the plans include phone,gas,fiber optic,water main,overhead and underground electrical,sanitary sewer and storm sewer. 1.4 Base Ma in Files The Consultant will incorporate the existing utility mapping and right-of-way information into the base mapping CADD files containing existing topographic and aerial photo images. The design shall be completed in Microstation format.Right-of-way information shall be obtained from the City or Dallas County.Aerial photography and GIS information for public utilities shall be provided by the City. 1.5 Utilit Coordination The Consultant will coordinate with individual utility companies to address specific conflicts. The functional plans will be sent to the appropriate utility companies for utility verification and review of any potential conflicts with existing or proposed utility systems. Page 8 Foth Infrastructure and Environment,LLC Foth Project Number 18W008.01 Htckman Road (US 6)1300-ft west of Alice'3 Road Traffic Signal Design Waukee,lowe 2.0 Prelimina Plans Upon completion of the preliminary plans,the design plans will be approximately 75 percent complete.The work to be performed by the Consultant under Preliminary Design shall consist of the following tasks: 2.1 Plan Pre aration -Title Sheet and T ical Details Prepare title sheet and typical cross-sections and details for the proposed project. 2.2 Plan Pre aration-Traffic Si nels This task consists of the development of preliminary traffic signal plans for the project intersection using available design standards of the City,SUDAS,iowa DOT,and the MUTCD.The signal layouts,major equipment locations,signal signing,and conduit layout will be developed and plan sheets prepared for the intersections. 2.3 Plan Pre aration —South A roach Road Desi n This task consists of the development of preliminary road design plans for the south approach of the project intersection using available design standards of the City and SUDAS.Plans will provide the information needed to construct the additional lanes on the south approach. 2.4 Qualit Control -Plan Set Involve ongoing quality control input from the City and the Consultant's senior technical staff throughout the development of preliminary plans and documents for each project segment.The Consultant is responsible for making specific recommendations and ensuring that critical issues are discussed and resolved prior to submittal of the preliminary plan. Review the preliminary engineering plan set for technical accuracy,as well as for general constructability and conformance with the project design criteria. 2.5 Field Review A Field Review will be completed to address key issues and design concepts,including utility conflicts,access control,traffic control/staged construction and right-of-way.The review will determine the completion of the preliminary design,identify any necessary signal layout adjustments to minimize potential property impact and confirm the proposed staging plans.Revisions will be noted for preparation of the final design. 2.6 0 inion of Probable Construction Cost Prepare a preliminary opinion of probable construction cost for project.Preliminary cost estimate shall be based on representative project elements.Estimated quantity takeoffs will be developed for this cost estimate. 3.0 Final Plans Following the completion of preliminary design and plan preparation the Consultant shall subsequently proceed with final design,contract drawings,special provisions,and estimates for the proposed improvements.The work tasks to be performed by the Consultant under Final design shall include the following: 3.1 Title Sheet This item consists of finalizing the title sheet.The title sheet will include the following: Index of Sheets,Index of SUDAS Standard Figures,Legend,Location Map,Project Number,Letting Date and Design Designation. ~3.2T i t ~t ii This item consists of finalizing the typical cross-sections and details through discussions with City staff to ensure equipment preferences and installation methods are met. Page 9 Foth Infrastructure and Environment,LLC Foth Project Number 18W008.01 Hickman Road IUS 6)1300-ft west of Alice's Road Traffic Signal Design Waukee,iowa 3.3 Estimate of Quantities This item consists of tabulating quantities. 3.4Traffic Si nal Desi n This task consists of the final design and drafting of the traffic signals at the designated locations.Included in this task will be the signal layout,wiring diagrams,major equipment locations,special provisions and other elements of the traffic signal installation,as necessary to accommodate the intersection geometric design,as well as phasing and timing of traffic signals. 3.5 South A roach Road Desi n This task consists of the final design and drafting of the south approach road design at the intersection.Included in this task will be the road layout,tabulations,special provisions and other elements of the road installation,as necessary to accommodate the intersection geometric design. 3.6 Traffic Control Sta in Pavement Markin s and Permanent Si nin This item consists of final design and drafting of the traffic control,staging and permanent pavement marking plans.This item also includes the final design and drafting of permanent signing.It is assumed that the City will install the permanent signing for the Project. 3 7 0 inion of Probable Construction Cost Prepare opinion of probable construction cost for project.Final cost estimate shall be based on representative project elements.Detailed quantity takeoffs will be developed for the final cost estimate. 3 8 Pre aration of Pro'ect Manual The task consists of preparation of a Project Manual utilizing the standard City front-end documents,including Notice of Hearing and Letting,Instruction to bidders,Bid forms, Bond Forms,Agreement Forms,General Conditions of Construction Contract, Supplementary General Conditions,and Detailed Construction Specifications.Also,the SUDAS Specifications shall be used with the City of Waukee's supplemental specifications to the SUDAS specifications. The Consultant will prepare special provisions for the project for any additions and/or revisions to the standard and supplemental specifications. 3.9 Traffic Control Device TCD Permit Pre aration The Consultant will prepare the lowe DOT's Traffic Control Device (TCD)permit for the traffic signal on behalf of the City.For budgetary purposes,it is anticipated that there will be one TCD permit prepared, 3.10 Work Within the Ri htof Wa Permit Pre aration The Consultant will prepare the Iowa DOT's Work Within the Right-Of-Way permit for the project on behalf of the City.For budgetary purposes,it is anticipated that there will be one permit prepared. C.Letting Services 1.0 Pro'ect Lettin Services The Consultant will coordinate and manage the letting process for the project.The work tasks to be performed or coordinated by the Consultant shall include the following: Page 10 Foth Infrastructure and Environment,LLC Foth Project Number 18W008.01 1.1 Advertisement for Bids/Bid Phase Hickman Road (US 6)1300-ft west of Alice's Road Traffic Signal Design Waukee,lowe The Consultant shall assist in the preparation of the notice to Contractors.The Consultant shall disseminate contract documents.The work tasks to be performed or coordinated by the Consultant shall include the following:sending informal notice of project to contractors, copying of plans and project manual,distribution of plans and project manual,distribution of bid tabulation,preparation of construction contract documents and arrange preconstruction meeting. The work tasks to be performed or coordinated by the City during the Bid Period Services shall include the following:publishing the notice of hearing and letting (Consultant shall prepare the notice of hearing and letting). 1.2 Plan Clarification The Consultant shall be available to answer questions from contractors prior to the letting and shall issue addenda as appropriate to interpret,clarify or expand the bidding documents. 1 3 Lettin Bid Tabs and Award Recommendation The Consultant shall have a representative present when the bids are opened,shall make tabulation of bids for the City,shall advise the City on the responsiveness of the bidders, and assist the City in making the award of contract.After the awards are made,the Consultant shall assist in the preparation of the necessary contract documents. 1.4 Traffic Si nal Pole —Advance Material Re uest The Consultant shall prepare a traffic signal material furnish only plan and specification and solicit quotes from manufacturers to expedite traffic signal pole delivery. II.CONSTRUCTION PERIOD SERVICES The Consultant shall consult on a regular basis with the City to clarify and define the City's requirements for the Project and review available data.The City agrees to furnish to the Consultant full information with respect to the City's requirements,including any special or extraordinary considerations for the Project or special services needed,and also to make available pertinent existing data.The Consultant shall provide the following: A.Construction Administration 1.0 Limited Construction Period Services shall consist of office based services to assist the City in implementing the construction contract for this project.The work tasks to be performed by the Consultant shall include: 1.1 Pre-construction Meetin The Consultant shall conduct a pre-construction meeting after award of construction contract for the City's Contractor,subcontractors,utility companies,and other interested parties. ~1.2 Sh c The Consultant shall review shop drawings,samples,and other data which the Contractor is required to submit,but only for conformance with design concept of the Project and conformance with the information given in the contract documents.The Consultant shall evaluate and determine the acceptability of substitute materials and equipment proposed by the Contractor.The Consultant shall have authority to require special inspection or testing of the work,and shall receive and review all certificates of inspections,testing,and approvals required. Page 11 Foth infrastructure and Environment,LLC Foth Project Number 18W008.01 1.3 Site Visits Hickman Road (US 6)1 300-ft west of Alice's Road Traffic Signal Design Waukee,lowe In connection with observations of the Contractor's work while it is in progress: 1.3.1 The Consultant shall make visits to the site at intervals appropriate to the various stages of construction as the Engineer deems necessary (estimated to be one site visit per month minimum,with up to weekly visits during peak construction activity periods} in order to observe as an experienced and qualified design professional the progress and quality of the various aspects of the Contractor's work.Based on information obtained during such visits and on such observations,the Consultant shall determine,in general,if such work is proceeding in accordance with the Plans,and the Consultant shall keep the City informed of the progress of the work. 1.3.2 The purpose of the Consultant's visits to the site will be to enable the Consultant to better carry out his duties and responsibilities during the construction phase and,in addition,by exercise of the Consultant's efforts as an experienced and qualified design professional,to provide for the City a greater degree of confidence that the completed work of the Contractor will conform to the Plans,and that the integrity of the design concept as reflected in the Plans has been implemented and preserved by the Contractor. 1.3.3 The Consultant shall not during such visits supervise,direct,or have control over the Contractor's work,nor shall the Consultant have authority over or responsibility for the means,methods,techniques,sequences,or procedures of construction selected by the Contractor for safety precautions and programs incident to the work or for any failure of the Contractor to comply with laws,rules,regulations,ordinances,codes,or orders applicable to the Contractor furnishing and performing his work. 1.3.4 Durting such visits,the Consultant may disapprove of or reject the Contractor's work while it is in progress if the Consultant believes that such work will not produce a cofnpleted Project that conforms to the Plans,or that it will prejudice the integrity of the design concept of the Project as reflected in the Plans. 1.4 Pa Re uests and Chan e Order Pre aration The Consultant shall prepare contractor pay requests and issue necessary interpretations and clarifications of the Plans,and in connection therewith,prepare change orders as required. 1.5 Final Ins ections and Pro'ect Close-Out The Consultant shall conduct an inspection in the company of the City to determine if the work is substantially complete and a final inspection to determine if the completed work is acceptable.The Consultant may recommend,in writing,final payment to the Contractor and may give written notice to the City and the Contractor that the work is acceptable.This task will also include assembling final project documentation,certifications,and attendance at the project audits. 1.6 Record Drawin s This task consists of preparation of construction record drawings defining the actual location of improvements and fixtures.The Consultant shall prepare record drawings showing those changes made during construction,based on the marked-up drawings and other data furnished by the Contractor and the Resident Construction Observer.The Consultant shall provide the City with one (1)reproducible copy of the record drawings. Page 12 Fath Infrastructure and Environment,LLC Foth Project Number 18W008.01 Hickman Road (US 6)1300-ft west of Alice's Road Traffic Signal Design Waukee,lowe B.Construction Survey Only upon written authorization to proceed by the City to the Consultant,the work to be performed under this phase of the Project shall include providing construction survey for the project.Construction survey shall include qualified personnel,equipment,and supplies required for a one-time staking of the following items: ~1.1p 'rc t This task includes verifying existing horizontal and vertical control as shown in the project plans and supplement with additional control points as-needed to complete the project. Reset land corners and permanent reference markers as indicated on the plans.Tie-ins with existing roadways shall be checked for correctness of alignment prior to construction staking.This task does not include resetting all property corners disturbed by construction. 1.2 Traffic Si nal Ma'or E ui ment This task includes staking the traffic signal pole and pedestrian pole locations,the traffic signal controller cabinet footing location,and handhole locations,These points shall be marked by placement of a metal pin or wood hub,flat,and lath. 1 3 South A roach Road Stakin This task includes staking the south approach additional lane road design in accordance with the design plans.These points shall be marked by placement of a wood hub,flat,or lath. Survey work documentation shall be in a format acceptable to the City.Survey work shall be done with a Professional Engineer licensed in the State of iowa or a Professional Land Surveyor licensed in the State of iowa in responsible charge,in accordance with provisions of Chapter 542 B,Code of lowe. C.Resident Engineering/Observation Only upon written authorization to proceed by the City to the Consultant,the work to be performed under this phase of the Project shall include frequent resident observation of the construction work in addition to that included under Construction Administration.The Consultant shall determine the amounts owing to the Contractor and recommend,in writing, payments to the Contractor in such amounts.Such recommendations of payment will constitute a representation to the City,based on such observations and review that the work progressed to the point indicated,and that to the best of the Consultant's knowledge, information,and belief,quality of such work is generally in accordance with the Plans.In the case of unit-price work,the Consultant's recommendation of payment will include final determinations of the quantities and classifications of such work. This phase consists of coordinating field-testing of construction materials incorporated into the project with the City's independent testing consultant.Prepare written reports that document compliance or non-compliance of construction materials.Also included is observing the performance of construction work and advising the Contractor and the City of non-complying work or materials incorporated into the project. The Consultant will also record survey data on installed underground utilities as allowed by the Contractor's schedule. The above Resident Engineering/Observation estimate includes a maximum of 160 hours of effort.In the event the Construction Period exceeds the contract working days or unanticipated conditions require Resident Engineering/Observation in excess of 160 hours of effort for 2016,the Consultant shall notify the City as it approaches this limit and Page 13 Foth Infrastructure and Environment,LLC Foth Project Number 18W008.01 Hickman Road (US 6)f300-ft west of Alice's Road Traffic Signal Design Waukee,lowe determine the additional effort to complete the project.The Consultant and City shall work to develop a mutual resolution for the remaining effort. PROJECT DELIVERABLES: The scope of services shall be considered complete upon completion and delivery of the following items to the satisfaction of the City: ~Three (3)paper sets of original signed final drawings (half-size 11"x 17v)and final project manual for the signal pole quote package ~Three (3)paper sets of the original signed final drawings (half-size 11"x17")and final project manual that includes specifications,engineer's final opinion of probable cost, and contract documents ~Electronic copy in pdf format of signed final drawings,final project manual that includes specifications,engineer's final opinion of probable cost,and contract documents ~One (1)paper set of the signed record drawings (half-size 11"x17") ~Electronic copy in pdf format of the signed record drawings ADDITIONAL SERVICES: Additional Services are not included in this Agreement.If authorized under a Supplemental Agreement the Consultant shall furnish or obtain from others the following services: 1.)Additional traffic counts 2.)Right-of-Way Acquisition Services 3.)Preparation of Environmental Evaluation and Documentation 4.)Contaminated Soils Investigations 5.)Bridge/Structural Design 6.)Lighting Design 7.)Streetscape Design B.)Subsurface Utility Investigations 9.)Construction Period Testing Services CITY'S RESPONSIBILITIES: The City shall provide the following: 1.Provide existing utility plans and studies. 2.Provide existing street and utility plans/record drawings and utility maps for the project area. 3.Provide existing topographic base mapping,aedial photo images and other available electronic files pertinent to the Project. Page 14 Foth Infrastructure and Environment,LLC Foth Project Number 18W008.01 Htckman Road (US 6)1 300-6 west of Alice's Road Traffic Signal Design Waukee,iowa ATTACHMENT 2 PROJECT SCHEDULE The time of completion of the design and engineering services under this Agreement shall be as follows: Basic Services of the Consultant A.Contract Management B.Traffic Signal and Road Design C.Bidding &Letting Services Construction Services May 2018 —December 2018 May 2018 —June 2018 July 2018 July 2018 -December 201 8 Page 15 Fath infrastructure and Environment,LLC Fath Project Number 18W008.01 Hickman Road (US 6j 1300-ft west of Alice's Road Traffic Signal Design Waukee,lowe ATTACHMENT 3 SCHEDULE OF FEES FOTH INFRASTRUCTURE AND ENVIRONMENT,L.L.C 2018 STANDARD HOURLY RATE SCHEDULE CLASSIFICATION Director Project Manager Project Scientist Project Engineer Staff Engineer Planner Technology Manager Technician Construction Manager Land Surveyor Project Administrator Administrative Assistant HOURLY RATE $191.00 $160.00-$186.00 $110.00-$135.00 $134.00-$178.00 $108.00-$132.00 $108.00-$178.00 $155.00 $75.00-$134.00 $155.00 $125.00-$158.00 $75.00-$95.00 $60.00 REIMBURSABLE EXPENSES 1.All materials and supplies used in the performance of work on this project will be billed at cost plus 10%. 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 $0.88 per mile. 3.Charges for outside services such as soils and materials testing,fiscal,legal will be billed at their invoice cost plus 15%. 4.All other direct expenses will be invoiced at cost plus 10%, ADJUSTMENTS TO FEE SCHEDULE 1.Fee schedule effective January 1,2018.Rates subject to change annually on January 1. Page 16