Loading...
HomeMy WebLinkAbout2014-06-09-Resolutions 14-149_Sidewalk Improvements - Wildflower Dr-LA Grant Pkwy - Engineer AgrTHE CITY OF WAUKEE,IOWA RESOLUTION 14-149 APPROVING AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES BETWEEN THE CITY OF WAUKEE AND FOTH INFRASTRUCTURE AND ENVIRONMENT,LLC [SIDEWALK IMPROVEMENTS,SE WILDFLOWER DRIVE AND SE L.A.GRANT PARKWAY] IN THE NAME AND BY THE AUTHORITY OF THE CITY OF WAUKEE,IOWA WHEREAS,the City of Waukee,Dallas County,State of Iowa,is a duly organized Municipal Organization;AND, WHEREAS,the City of Waukee staff recommends construction of a ten foot trail along a portion of SE LA Grant Parkway from SE Westown Parkway to SE Wildflower Drive as well as a segment of ten foot trail along a portion of SE Wildflower Drive directly west of SE LA Grant Parkway;AND, WHEREAS,City staff further recommends retaining the services of Foth Infrastructure and Environment,LLC,for project coordination,design survey,final design and construction survey; 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 between the City of Waukee and Foth Infrastructure and Environment,LLC [Sidewalk Improvements,SE Wildflower Drive and SE L.A.Grant Parkway], attached hereto as Exhibit A,is hereby approved. Passed by the City Council of the City of Waukee,Iowa,9th day of June,2014. ~f~ Rebecca D.Schuett,City Clerk ROLL CALL VOTE AYE NAY ABSENT ABSTAIN Shane Blanchard X Brian Harrison X Casey L.Harvey X Shelly Hughes X Rick Peterson X Foth Infrastructure and Environment,L.L.C. Project No.14W026.01 Date:June 2,2014 Sidewalk Improvements Waukee,Iowa AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES Sidewalk Improvements SE Wildflower Drive and SE LA Grant Parkway This Agreement is made and entered into this 4111 day of June,2014,by and between City of Waukee,a municipal corporation,hereinafter referred to as "City,"and FOTH INFRASTRUCTURE AND ENVIRONMENT,LLC.,(Fed.1.0.#20-5814224),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 FORTHE PROJECT AS GENERALLY DESCRIBED IN THIS AGREEMENT. DESIGN OF THE SIDEWALK IMPROVEMENTS ON SE WILDFLOWER DRIVE AND SE LA GRANT PARKWAY IN WAUKEE,IOWA. 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 ofthe 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 Fees set forth in Attachment 3. I.Basic Services of the Consultant $9,700.00 II.Resident Consultant Services Task Not Used B.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. C.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 Forms/Consultant Services Base Document 03/2010 Foth Infrastructure and Environment,L.L.C. Project No.14W026.01 Date:June 2:2014 Sidewalk Improvements Waukee.Iowa materials,the Consultant agrees to pay for the same in full. 4.INSURANCE A.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 Consultant's personnel.Consultant shall file applicable insurance certificates with the City,and shall also provide evidence of the following additional coverage. B.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. C.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. 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 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 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: Name:City of Waukee Attn:John Gibson Title:Director of Public Works Address:230 W.Hickman Road City,State:Waukee,IA 50263 Name: Attn: Title: Address: City,State: Foth Infrastructure and Environment,LLC Patrick Kueter.PE State Operations Director 8191 Birchwood Court.Suite L Johnston,IA 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 Page 2 of 12 Foth Infrastructure and Environment,L.L.C. Project No.14W026.01 Date:June 2,2014 S-idewalk Improvements Waukee,Iowa issued by the City.Consultant must qualify for and 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 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. 9.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 indemnify and hold harmless the City,its officers,agents,and employees from any and all claims,settlements and judgments,to include all reasonable investigative fees,attorney's fees,and court costs for any damage or loss which is due to or arises from 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 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. Page 3 of 12 Foth Infrastructure and Environment,L.L.C. Project No.14W026.01 Date:June 2,2014 Sidewalk Improvements Waukee,Iowa 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 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. B.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 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 the terms of this Agreement shall be exclusively within the jurisdiction of the district court for Polk 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 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 A.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. B.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. Page 4 of 12 Foth Infrastructure and Environment,L.L.C. Project No.14W026.01 Date:June 2,2014 Sidewalk Improvements Waukee,Iowa 18.SUSPENSION AND TERMINATION OF AGREEMENT A.The right is reserved by the City to suspend this Agreement at any time.Such suspension 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 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. B.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 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 Agreement is terminated. C.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. 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 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 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 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.MISCELLANEOUS HEADINGS Title to articles,paragraphs,and subparagraphs are for information purposes only and shall not be considered a substantive part of this Agreement. 22.FURTHER ASSURANCES Page 5 of 12 Foth Infrastructure and Environment,L.L.C. Project No.14W026.01 Date:June 2,2014 Sidewalk Improvements Waukee,Iowa 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 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. 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. co NSULTAl!M BY:~tit Patrick P.Kueter,State Operations Director .... Page 6 of 12 Foth Infrastructure and Environment,L.L.C. Project No.14W026.01 Date:June 2,2014 Sidewalk Improvements Waukee,Iowa ATTACHMENT 1 SCOPE OF SERVICES The work to be performed by the Consultant under this agreement shall encompass and include all detail work,services,materials,equipment and supplies necessary to complete final design for the project. The project consists of sidewalk construction on SE Wildflower Drive and SE LA Grant Parkway in Waukee,Iowa.The Consultant will complete sidewalk design and plan preparation.This scope of services is based on the following project assumptions: •The project involves sidewalk construction on SE Wildwood Drive from SE LA Grant Parkway to the west along Stone Prairie Plat 1 Outlot Y,approximately 320 LF in length and SE LA Grant Parkway (west side)from SE Westown Parkway to SE Wildflower Drive,approximately 465 LF in length. •The project plans will be prepared using a combination of previously completed CDA subdivision plans,new typical section details for each street and detailed pedestrian ramps. •The consultant shall solicit a minimum of 3 contractor quotes for project construction. •The consultant shall provide one-time construction staking and as-built pedestrian ramp survey for the sidewalk construction. 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: 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 Consultant shall provide the following basic services in regard to the Project: A.PROJECT COORDINATION Task 1 -Project Coordination Project Meetings It is estimated that the Consultant's staff will attend one (1)meeting with the City,and others to review progress,assist in decision-making,and receive direction from the City. Preliminary Field Review A field review will be held with the Project Development Team to discuss key issues and design concepts,including drainage,access control,traffic control/stage construction and right of-way. The review will determine the completion of the plan design,identify needed adjustments to minimize potential property impact and confirm the proposed staging plans.Revisions will be noted for preparation of the final design.Completion of the field review will allow preparation for Final Plans. Task 2 -Obtain Contractor Quotes The Consultant shall solicit a minimum of three (3)quotes from qualified contractors for purposes of selection and contracting by the City.This task includes: Forms/Consultant Services Base Document 0312010 Foth Infrastructure and Environment,L.L.C. Project No.14W026.01 Date:June 2,2014 Sidewalk Improvements Waukee,Iowa •Notice of Project -prepare and disseminate an informal notice to contractors concerning the upcoming project. •Plan Clarification -answer questions from contractors prior to quote submittal to provide interpretation and clarification of the construction plans. •Bid Tabs and Award Recommendation -collect contractor quotes and make tabulation for the owner,advise the Owner on the responsiveness of the bidders and assist the Owner in making the award of contract,including preparation of necessary contract documents. B.DESIGN SURVEYS The Consultant shall perform limited field and office tasks required to collect additional topographic information deemed necessary to complete the project.The City shall provide aerial photographic and other available mapping of the Project area.The specific supplemental survey tasks to be performed include the following: Task 1 -Control Survey The Consultant will establish horizontal and vertical control for the Project area.Each permanent control point or benchmark shall have horizontal coordinates or elevation,recovery informatlon and monument description.Accurate descriptions of the horizontal control points and benchmarks will be created and recorded on the plan sheets. Task 2 -Supplemental Topographic Survey The Consultant shall perform limited supplemental topographic survey required for the development of the project.The topographic survey for this project shall only be completed in critical areas that may require special grading to maintain drainage or confirm sidewalk grades due to concern with meeting ADA grade requirements.It is anticipated that there will be minimal supplemental survey and entire project corridor will not be surveyed as part of this project. Horizontal and vertical accuracies shall be adequate to produce a map that is compatible with the topographic data for incorporation into the existing mapping.This task consists of gathering electronic field data of the sidewalk indicating the location and elevation of key terrain breaks.The electronic field data will be utilized validate the existing grading and to develop construction plans. Task 3 -Supplemental Utility Survey The Consultant shall perform limited utility surveys required for the development of the project.The project utilities surveys shall only consist of above ground utilities.The utility survey for this project shall only be completed in critical areas if deemed necessary for project development.Establish coordinates and elevations (if possible)for utilities that fall within the limits of the project and are Visible.Show utility name and describe the utility on the plans. The scope does not include contacting Iowa One-Call for underground utility locates,as it has not been deemed necessary for the sidewalk construction. This task consists of field survey indicating the location of above ground utilities within the existing right-of-way for the project.The Consultant shall field locate utility locations established by others;excavating to expose buried utilities is not part of this contract.Utilities to be surveyed may include above ground structure for phone,gas,fiber optic and water main;overhead electrical,sanitary sewer and storm sewer (including intakes and manholes). Task 4 -Supplemental Right-of-Way Survey The Consultant shall perform limited right-of-way surveys required for the development of the project.The right-of-way surveys include obtaining sufficient field data to locate or establish property lines affected by the project to enable the preparation of the improvement plans. Page 8 of 12 Foth Infrastructure and Environment,L.L.C. Project No.14W026.01 Date:June 2,2014 Sidewalk Improvements Waukee,Iowa C.FINAL DESIGN PHASE Based upon original subdivision plans completed by Civil Design Advantage for Stone Prairie Plat 1,the Consultant shall prepare sidewalk details for construction of the proposed project.The work tasks to be performed include the following: Task 1 •Final Construction Plans The Consultant shall provide the City with the following deliverables: Final Plan and Profile Sheets (CDA Sheets)-The sidewalk location shall be highlighted on the original subdivision CDA plan and profile sheets 14/24 and 17/24. Final Typical Sections (B Sheets)-This item consists offinal design and drafting of typical street cross sections for SE Wildflower Drive and SE LA Grant Parkway. Final Quantities (C Sheets)-This item consists offinal bid items to be included in the Project,as well as final quantity tabulations,and the development of the general notes and estimate reference information. Accessible Curb Ramp Design (S Sheets) Develop final curb ram p layout in accordance with Chapter 12 of Iowa SUDAS Design Manual. Finalize ramp geometric configurations and calculate horizontal curb openings,cross slopes, running slope,and label sidewalk width and passing space within the corridor. Task 2 -Opinion of Probable Construction Cost The Consultant shall prepare a final Opinion of Probable Construction Cost for the Project. II.CONSTRUCTION PERIOD SERVICES The work tasks to be performed or coordinated by the Consultant during the Construction Period Services shall include the following: A.CONSTRUCTION ADMINISTRATION (not included) B.RESIDENT ENGINEERING/OBSERVATION (not included) C.CONSTRUCTION SURVEY Construction Survey shall only be completed uponwritten authorization to proceed by the City and consist of the following tasks to be performed by the Consultant: Task 1 -Sidewalk Pavement (PCC) a)Elevations (graded 4'offset paving hubs)at 25 foot intervals for finished grading and paving. Task 2 -As-Built Survey Curb Ramps b)Complete topographic survey of as-built curb ramps (critical locations)to confirm sidewalk grades meet ADA grade requirements. c)Incorporate points into as-built curb ramp drawings for City construction documentation. The above tasks qualified personnel,equipment and supplies required for a one-time construction staking for the project to establish the line and grade for the proposed improvements.Replacement costs of any survey stakes or marks that are destroyed or disturbed by the Contractor shall be charged to the Contractor. Page 9 of 12 Foth Infrastructure and Environment.L.L.C. Project No.14W026.01 Date:June 2,2014 Sidewalk Improvements Waukee,Iowa PROJECT DELIVERABLES The scope of services shall be considered complete upon completion and delivery of the following items to the satisfaction of the City Engineer: •One (1)set of the original Final Construction drawings (half-size 11"x17"). 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.)Appraisals 2.)Real Estate Services 3.)Project Coordination Services 4.)Eminent Domain proceedings 5.)Preparation of Environmental Evaluation and Documentation 6.)Historical and Archeological Preservation Investigations (Section 106) 7.)Contaminated Soils Investigations 8.)Wetland Mitigation 9.)Streetscape Design 1O.)Traffic Signal Design 11.)Structural/Retaining Wall Design 12.)Bridge Design 13.)Special Geotechnical Considerations 14,)Subsurface Utility Investigations 15.)Storm Water Pollution Prevention Monitoring 16.)Construction Administration 17.)Construction Observation/Resident Engineering 18.)Construction Period Testing Services CITY'S RESPONSIBILITIES: The City shall provide the following: 1.Provide existing street and utility plans/record drawings and utility maps for the project area. Page 10 of 12 Foth Infrastructure and Environment,L.L.C. Project No.14W026.01 Date:June 2,2014 Sidewalk Improvements Waukee,Iowa ATTACHMENT 2 SCHEDULE The Consultant shall complete the following phases of the Project in accordance with the schedule shown; assuming notice to process is issued by the City on or before June 9,2014.If notice to proceed is given at a later date,time of completion shall be extended accordingly. I.Basic Services of the Consultant: Design Surveys Final Construction Plans Contractor Quotes City Council Award Contract Construction First day of School June 10-12,2014 June 12-19,2014 June 20-July 1,2014 July 7,2014 July 9-August 11,2014 August13,2014 Page 11 of 12 Foth Infrastructure and Environment,L.L.C. Project No.14W026.01 Date:June 2,2014 Sidewalk Improvements Waukee,Iowa ATTACHMENT 3 SCHEDULE OF FEES FOTH INFRASTRUCTURE AND ENVIRONMENT,L.L.C 2014 STANDARD HOURLY RATE SCHEDULE CLASSIFICATION HOURLY RATE Project Director Project Manager Project Scientist Project Advisor Lead Engineer Project Engineer Staff Engineer Lead Technician Engineering Technician CAD Technician Construction Manager Lead Field Technician Field Technician Land surveyor Administrative Assistant $170.00 $140.00-$165.00 $151.00 $151.00 $150.00 $116.00-$141.00 $99.00-$115.00 $116.00 $90.00-$110.00 $80.00 $134.00 $109.00 $64.00-$97.00 $117.00 $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 1,2013.Rates subject to change annually on January 1. Page 12 of 12 ,J,',;,}.j ~- L.J\ \1io1@.lotJi@;.["({","=,"","','"'~"If."X'"",'I' ,.'.i' , ill ;. III .. ,.",'"~~'""'''.m'"' ,,__)'",,,"'0 ROIVA,.'"Jr(trusl)•_':"cr',"".'n('O',",Un,) 4,,';","ti:,;~., _'.\,1"",',..,...."",'',,' ,-"~t,~:'~. ,3ilmiltlg\~3nr"tl'ilfl\~3i"'tl",rl'. __......:-.-:1 ,iiit~ltt~,'M.,t,'¥1\...."'-",,,,,","",ank ,,"~ ~~:::::Ai.m>~I, ......:.t~JI''''"~'.Lf"_~Il~~....~'"-&~.r.t-r~,{ia .-:''.'"i<'<iii-'~~~....''.~01:~,,_?il#f;~.(;,,,:~~~i'""." .,V,'''',-;.\.1"VI'_..>"__.-''1it'SIan Bank off ""'1".':";~::,~owa •";,;,7':",,?C~. '~It"\;.:.~)"~:''''~;;~~~ ,,DiIIgentSt,'"one ...,""~ ~". \,""!iJji"'•fJi;~:~.(7):,'",-.."._........",-.,""'~.:,.;..; "f