Loading...
HomeMy WebLinkAbout2014-08-04-Resolutions 14-210_Grand Prairie Pkwy Street Lighting - Engineer AgrTHE CITY OF WAUKEE,IOWA RESOLUTION 14-210 APPROVING AGREKMKNT FOR PROFESSIONAL CONSULTING SERVICES BY AND BETWEEN FOTH INFRASTRUCTURE AND ENVIRONMENT,LLC,AND THK CITY OF WAUKKK RELATED TO THK GRAND PRAIRIE PARKWAY STREET LIGHTING PROJECT,I-SO TO UNIVERSITY AVENUE IN THE NAME AND BY THE AUTHORITY OF THE CITY OF WAUKEE,IOP'A WHEREAS,the City of Waukee,Dallas County,State of Iowa,is a duly organized Mtmicipal Organization;AND, WHEREAS,City staff recommends retaining the services of Foth Infrastructure and Environment, LLC,for professional services related to the Grand Prairie Parkway Street Lighting Project,I-80 to University Avenue;AND, WHEREAS,the engineering services agreement has been reviewed and approved by the Waukee City Attorney. NOW THEREFORE BK IT RESOLVED by the City Council of the City of Waukee that the Agreement for Professional Consulting Services by and between Foth Infrastructure and Environment, LLC and the City of Waukee related to the Grand Prairie Parkway Street Lighting Project,I-80 to University Avenue,attached hereto as Exhibit A,is hereby approved. Passed by the City Council of the City of Waukee,Iowa,and approved the 4 day of August,th 2014. rsan Harrtson,ayor Pro Tem Attest: Rebecca D.Schuett,City Clerk ROLL CALL VOTE Shane Blanchard Brian Harrison Casey L.Harvey Shelly Hughes Rick Peterson AYK X X X X NAY ABSENT ABSTAIN AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES Grand Prairie Parkway —Street Lighting I-80 to University Avenue City Project No. This Agreement is made and entered into this t It day of Augu~st 2014,by and between City of Waukee,a 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 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. Basic Services of the Consultant A.Preliminary Design B.Project Coordination C.Final Design and Specifications D.Project Bidding Phase Subtotal Total Resident Consultant Services A.Construction Administration B.Resident Construction Observation C.Construction Survey Subtotal $74,900.00 .$5,600.00 $50,500.00 9 10D:00 $140,100.00 $39,500.00 City Task 3 24 500.00 $64,000.00 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. Forms/Consultant Services Base Document D3/2010 Page 1 of 17 Foth Infrastructure and Environment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway —Street Lighting 1-60 to university Avenue Waukee,lowe 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 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 canceied or materia/ly 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 shali 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. Page 2 of 17 Foth infrastructure and Environment,L.L.C. Project No,14W044.01 Date:August 4,2014 Grand Prairie Parkway —Street Lighting l-80 to University Avenue Waukee,iowa 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: Attn:John Gibson Title:Director of Public Works Address:230 W,Hickman Road City,State:Waukee IA 50263 Name:Foth Infrastructure and Environment LLC Attn:Patrick Kueter PE Title:State O erations Dir ctor Address:8391 Birchwood Court Suite L City,State:Johnston tA 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 commencement of work,including any professional licenses necessary to perform work within the State of lowe, 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. Page 3 of 17 Foth infrastructure and Environment,L.LC. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway —Street Lighting l-80 to University Avenue Waukee,iowa 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. 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 iawful 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 vvhich requires additional compensable vvork 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 DOCUMEN S All sketches,tracings,plans,specifications,reports,and other data prepared under this Agreement shall become the property of the City;a reproducibie set shall be delivered to the City at no additional cost to the City upon completion of the plans or termination df the services of the Consultant.All drawings and data shall be transmitted in a durable material,with electronic files provided when Page 4 of 17 Foth Infrastructure and Environment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway —.Street Lighting I-80 to university Avenue Waukee,iowa 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.INTERPRETATIO 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 iaws,rules and regulationis 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 workirig ror the consultant,to solicit or secure this greement,and that the Consultant has not paid or agreed to pay any company or person other than a bona fide employee,any fee,coinmission,percentage,brokerage fee,gift or contingent fee. B.The Consultant shali 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 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. Page 5 of 17 Foth Infrastructure and Environment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway-Street Lighting I-80 to University Avenue Waukee.iowa 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 seiect.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 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. g * 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. CONSULTANT I'6'. Patrick P.Kueter,State Operations Director CITY W U 8Y: illia .card,Ma X:tDM&IEQ014t14W044-0141000 BudgettAgr-2014-0804-Waukee-Grand Prairie Parkway-Street Lighting.docx Page 6 of 17 Foth infrastructure and Environment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway-Street Lighting I-60 to University Avenue Waukee,iowa ATTACHMENT 1 SCOPE OF SERVICES 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 analysis and design for the project. The project consists of designing a street lighting system on Grand Prairie Parkway (GPP)from l-80 to University Avenue in Waukee,Iowa.Services performed by the Consultant under this Scope of Services include street light photometric plan,street light circuit design,and pedestrian culvert light layout and circuit design.The Consultant will prepare preliminary plans,final plans and specifications,construction administration,resident consulting services,and construction survey.This scope of services is based on the following project assumptions. ~Project not to exceed 12,000-ft in length. Street light fixture and pole type will be selected as part of the Kettelstone Master Plan concept. Traffic signals will be installed at the major intersections as defined by the Grand Prairie Parkway Access Management Guideline.Street lights will be designed.Traffic signals will be initially installed at the following locations: o GPP and I-80 Ramp Terminal Cross Over Point (start of project) o GPP and Ashworth Road o GPP and Westown Parkway o GPP and University Avenue (end of Project) Four (4)pedestrian culvert iighting systems are included as part of this contract. o 3 on Grand Prairie Parkway o 1 on Westown Parkway ~Street light layout at intersections to extend back approximately two (2)light fixtures. ~New Public Utility Easements are required to accommodate proposed streetscape concept and street light control cabinets and.electrical switch gears. e No i'ight-of-way acquisition services are included as part of this scope of services. ~The project will have two letting and be constructed in the year 2015. o Letting No.1 —Ashworth Road to University Avenue o Letting No.2-l80 north Ramp Terminal to Ashworth Road 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.Preliminary Design Task 1 -Develo Desi n Criteria Develop and submit to the City design criteria to be used in developing the street light project. Criteria will conform to the City and SUDAS standards.The criteria to be addressed include: Determine illumination and uniformity standards Page 7 of 17 Foth Infrastructure and Envfronment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway —Street Lighting I-80 to university Avenue Waukee,iowa Select iamp type. ~Select fixture type, Select fixture and pole style and height. ~Determine pole footing type. ~Determine material suppliers. ~Determine light pole placement: o Staggered o Left/right side o Median arrangement. Optimal curb setback. Determine preferred methods for underground construction. Disposition of existing poles and fixtures —coordinate with MidAmerican Energy Determine electrical service and controller arrangement —coordinate with MidAmerican Energy Prepare a brief technical memorandum documenting the proposed criteria.The memorandum will be reviewed,revised,and approved by the City prior to proceeding with subsequent tasks. Task 2 -Utilit Surve Perform utility surveys required for the development of the project.Contact utility owners of record or the "one call"representative,request that buried utilities be marked in the field and obtain existing utility map.Establish coordinates and elevations (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 plans. This task consists of field survey indicating the location of 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 include phone,gas, fiber optic,water main,overhead/underground electrical,sanitary sewer and storm sewer (including power poles,pedestals,valves and manholes).This task does not include establishing manhole and intake elevations for existing sanitary,storm sewers and roadway culverts. Task 3-Pro'ect Base Ma Assemble project base maps,right-of-way files and proposed street design from various roadway projects to create a project base map to utilize for the street light design and layout.Incorporate limited field surveys to confirm existing utilities into an electronic base map to be used for the design of the project.Incorporate property lines,right-of-way lines,and property ownership for parcels located within the project limits into the base map. Note that this task does not include resurveying the project corridor. Task 4-Preliminar Photometric Desi n Obtain current photometric electronic data files from fixture manufacturer and determine optimum fixture photometric and NEMA distribution.Calculate optimum lamp wattage and optimum fixture spacing.Complete photometric calculations. Task 5-Pre are Street Li ht La out Exhibit s Exhibit(s)will consist of aerial mosaics for the project with the major project features indicated on the aerial photograph.Include coloring,lettering,and other techniques to delineate the proposed design concepts and right of-way needs.The figure will indicate location of street pavement, sidewalk,trails,right-of-way needs,property lines,property ownership,streetscape and Page 8 of 17 Foth Infrastructure and Environment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway —Street Lighting 1-80 to University Avenue Waukee,iowa landscaping,street light placement,controller cabinets and handhole placement,service locations and other obstacles. Task 6-Preliminar Plans Prepare preliminary design plans and specifications depicting the proposed street light layout for the project.The preliminary plans will include but not be limited to the following tasks: Title and General information Sheets A Sheets This task consists of assembling the preliminary title and general information sheets.The preliminary title sheets will include the following:Index of Sheets,I egend,Location Map, Project Number,Design data. Preliminar T ical Details B Sheets This task consists of assembling the Typical Details to be used for the proposed improvements as well as a preliminary determination of the limits that each apply.The Typical Details will include but not be limited to pole type,footing details,controller cabinet details and other necessary details for the proposed street light layout. Preliminar Estimate of uantities C sheets This task consists of a preliminary determination of the bid items to be included in the project,along with an estimate of quantities for each item. Reference Ties and Bench Marks G Sheets This task consists of assembling reference ties to the plan control points and the benchmark data used to develop the plans and to be preserved throughout construction of the project.This task also includes preserving any Government Corners that are found in the vicinity of the proposed construction. Prelimi ar Traffic Co trol and Sta in J Sheets Develop suitable plan for construction scheduling and staging of the Project and for traffic control measures to be implemented during construction.For estimating purposes,it is assumed that a single lane in each direction will be closed during construction and no detour plan will be implemented. Roadwa Li htin PhotometricPian P Sheets This task consists of selection of lighting poles and fixture types,design and drawing preparation of a preliminary layout,preparation of photometric analysis,and reports.This task does not include any electrical circuit design.The Consultant will work closely with the City and MidAmerican Energy Company to ensure that the proposed lighting system is compatible with the overall project design,and that it will meet the needs of the City. This task consists of preliminary design and drifting associated with special project details. Task 7-reliminar Field Review This task consists of the preparation of materials for a field review,participation in the field reView,and discussing results of the field review with the City. Task 8-Ac uisition Plats Prepare acquisition plate and legal descriptions for property to be acquired for the Project and perform land corner and lot surveys as needed for the preparation of the acquisition plats and legal descriptions for each parcel,Said plate and legal descriptions shall comply with requirements of the lowe Code and shall be prepared by or under the direct supervision of a Page g of 17 Foth infrastructure and Environment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway —Street Ughting l-80 to university Avenue Waukee.iowa licensed land surveyor under the laws of the State of lowe.For Estimating purposes,the following numbers of plats are assumed: Permanent (Fee Title)Right-of-Way Acquisition Plat Temporary Construction Easement Permanent Easements Sanitary Sewer Easement Water Main Easement Storm Sewer Easement Overland Flowage Easement Public Utility Easement This task also consists of staking the easement locations for purposes of right-of-way negotiations.The staking survey includes the marking of key easement location points in order to visualize the locations in the field and shall also include marking of existing property lines locations.For the purpose of this agreement,al!permanent and temporary easements will be staked ~one 1 time. Task 8-Qualit Control Involve ongoing quality control input from the Project Team and the design engineer's senior technical staff throughout the development of preliminary plans.The design engineer is responsible for making specific recommendations and ensuring that critical issues are discussed and resolved prior to submittal of the preliminary plan set to the Project Team.. Review the preliminary engineering plan set for technical accuracy,as well as for general constructability and conformance with the project design criteria. Task 10-Prelimina Bud et Review Prepare opinion of probable construction cost for the project and compare the cost to the City's current Project budget.Make recommendations pertaining to modifications to the Project if necessary to address budgetary concerns.Estimates shall be based on representative major project elements and recent bid information.Detailed quantity takeoffs will not be developed for the preliminary level cost estimate. lt is estimated that the Consultant's staff will attend two2 meetings with the City,and others to review progress,assist in decision-making,and receive direction from the City.It is understood by the parties that the Consultant will attend additional meetings as needed to complete the Project. The Preliminary Design plans will be used as a reference to prepare final plans for the proposed roadway improvements.The City will review the preliminary plans.Suggested revisions or design modifications would be addressed during the final design phase.A brief memorandum with supporting marked-up plan sets will serve to document completion of this task and acknowledgement of design changes to be executed in final design phase. B.PROJECT COORDINATION The Consultant will complete the following project coordination as part of the project. Task 1-Maintain/U date Mailin List Task not used. Page 10 of 17 Foth Infrastructure and Environment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway -Street Lighting I-80 to University Avenue Waukee,iowa Task 2 -Pro'ect Newsletters Task not used. Task 3-Public Information Meetin s Task not used. Task 4-Individual Pro ert Owner Meetin s Task not used. Task 6-Desi n Utilit Coordination Meetin s The Consultant will conduct meetings with individual utility companies to address specific coniiicts.ii is anticipated that there will be ~one 1 meeting(s)with representatives ot ths various utility companies.The first will be to advise of the nature and extent of the improvements and any potential conflicts with existing or proposed utility systems,and the second will be preliminary/final design review and coordination meetings. Task 6 -Periodic eetin s with Local Elected Officials Informational update presentations will be provided to the City Council on an as needed basis during the design development process.The presentations will provide an introduction/overview of the project and project goals and objectives.It will also provide an update on design development concepts and schedule.The presentations will be held in conjunction with the Council Work Sessions.For estimating purposes,it is assumed that the Consultant will attend one (1)meeting every other month for 6 months. Task 8-Pro'ect Mana ement The project manager for the Consultant will be responsible for monthly progress reporting, minutes of meetings,interoffice memoranda,and invoicing,This task also includes scheduling of staff,coordinating with Sub-Consultants,review of progress,and senior review of deliverables. For estimating purposes,it is assumed that the project duration will be e~ihteen 18 months spread throughout the calendar years 2014/2015. C.Final Plans and Specifications Based upon approved preliminary design,field review,the Consultant shall subsequently proceed with final design,contract drawings,specifications and opinion of probable construction costs for the award of a single Contract for the construction of the proposed improvements.The work tasks to be performed include the following." Task 1 -Final Desi n Perform final design calculations,handhole placement,pole location,voltage drop calculations and circuit analysis and layout. T sk 2-Final Plans The Consultant shall provide the City with the foliowing deliverables: Final Title Sheets A Sheets -This item consists of finalizing the title sheet.The title sheets will include the following:Index of Sheets,Legend,Location Map,Project Number and Design Traffic Data. Final T 'cal Sections B Sheets -This item consists of final design and drafting of standard details to be utilized for the improvements. Page 11 of 17 Foth infrastructure and Environment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Praide Parkway-Street Lighting l-80 to university Avenue Waukee,lowe Final Quantities C S eets -This item consists of final 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.This item also includes the final design and drafting of erosion control measures to be provided on the Project. Traffic Control Sta in and Pavement Markin s J Sheets —This item consists of final design and drafting of the traffic control,and staging plans. Roadwa Li htin Plans P Sheets -Show final photometric plan and locations of poles on project plan drawings,circuit layout,wiring diagram,utility service location,equipment location,and bill of materials. Task 3 -Pro'ect Permittin The Consultant wiii assist the City in preparing applications for permits from governmental authorities that have jurisdiction to approve the design of the project and participate in consultations with such authorities,as necessary.The Consultant shall prepare the following documents for the project: ~Iowa DNR -NPDES Stormwater Discharge Permit s Notice of Publication Any fees for construction permits,licenses or other costs associated with permits and approvals shall be the responsibility of the City,The Consultant shall provide technical criteria,written descriptions and design data for the City's use in filing the applications for permits.The Consultant shall prepare the permit applications and other documentation. Task 4-Pro'ect Manual This task consists of providing a Project Manual for the Project,including Notice of Hearing and Lettihg,Instruction to Bidders,Bid Forms,Bond Forms,Agreement Forms,General Conditions of the.Construction Contract,Supplementary General Conditions,and Detailed Construction Specifications. Task 5-0 inion of Probable Construction Cost Prepare final Opinion of Probable Costs at the completion of the plans and specifications.The Opinion of Probable Construction Cost is intended for the use of the City in financing the Project. Task 6-Final Qualit Control Involve ongoing quality control input from the Project Team and the design engineer's senior .technical staff throughout the development of final plans.The design engineer is responsible for making specific recommendations and ensuring that critical issues are discussed and resolved prior to submittal of the final plan set. Review the final engineering plan set for technical accuracy,as well as for general constructability and conformance with the project design criteria. D.Project Bidding Phase The Consultant will cooidinate and manage the letting process for the project.For estimating purposes,two2 letting has been included as part of this task.The work tasks to be performed or coordinated by the Consultant shall include the following: Task 1 -Printin of Plans and S ecifications This task consists of printing and handling of the Plans and Specifications.For budget purposes '"'-'"LJ""'-"'("" Page 12 of 17 Foth Infrastructure and Environment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway —Street I ighting I-80 to University Avenue Waukee,lowe duplicated and assembled by the Consultant.This task also includes dissemination of the contract documents and maintaining a plan holders list during the bidding phase. Task 2-Notice of Pro'ect The Consultant shall prepare of the formal Notice of Hearing and Letting.The City shall handle publication of the Notice of Hearing and Letting.The Consultant shall also prepare and disseminate an informal notice to contractors concerning the upcoming Project. Task 3 -Plan Clarification and Addenda The Consultant shall be available to answer questions from contractors prior to the letting and shall issue addenda as appropriate to interpret,clarify or expend the bidding documents. Task 4-Lettin Bid Tabs and Award Recommendation The Consultant shall be a representative present when the bids and proposals are opened,shall make tabulations of bid for the Owner,shall 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. II.CONSTRUCTION PERIOD SERVICES. A.Construction Administration Construction administration 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: Task 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. Task 2-Sho Drawin s 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. Task 3-Site Visits In connection with observations of the Contractor's work while it is in progress: a.The Consultant shall make visits to the site at intervals appropriate to the various stages of construction as the Consultant 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. b.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 Page 13 of 17 Foth infrastructure and Environment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway —Street Lighting l-80 to University Avenue Waukee,iowa exercise of the Consultant's efforts as an experienced and qualified design professionai, 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. c.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. d.During 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 wiil not produce a completed 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. Task 4-Chan e Orders The Consultant shall issue necessary interpretations and clarifications of the Plans,and in connection therewith,prepare change orders-as required. Task 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. Task 6-Monumentation of Permanent Ri ht-of-Wa Ac uisitions —Task not used. For budget purposes,it is assumed that the construction period will be as follows: ~Six 6 rnoriths in year 2016 and that one part-time staff member of the Consultant wiil be available for the construction administrative services.The above construction period estimate includes a maximum of 280 hours of construction administration.In the event the construction period exceeds the contract working day or unanticipated conditions require construction administration in excess of 280 hours,the Consultant shall notify the City as it approaches this limit and determine the additional effort to complete the project.The Consultant and City shall work to develop a mutual resolution for the remaining effort. B.Resident Construction Observation —City Task C.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 pi'oviding construction survey for the project,Construction survey shall include qualified personnel,equipment,and supplies required for a one-time staking of the following items: Task 1 —Pro'ect Control a.Verify existing horizontal and vertical control as shown in the project plans and supplement with additional control points as-need to complete the project. Page 14 of 1? Foth Infrastructure and Environment,L.L.C. Project No.'.i4W044.01 Date:August 4,2014 Grand Prairie Parkway-Street Lighting 1-80 to University Avenue Waukee.iowa b.Tie-ins with existing roadways shall be checked for correctness of alignment prior to construction staking. c.This task does not include resetting ali property corners disturbed by construction. Task 2-Tem orar Easement a.Stake temporary easements,permanent right-of-way corners at 50 foot iritervals,or less if needed.These points shall be marked by placement of a metal pin or wood hub,flat, and lath at the same iocation as the slope stakes. Task 3-Street Li ht S stem a.Mark Location of Street light pole bases,hand holes and controller cabinets. b.Mark location of conduit at maximum of 100-ft intervals shall be marked with Task 5 -Sanitar Sewer and Storm Sewers —Task not used. Task 6-Water Mains -Task not used. Task?-Intakes and Utilit Accesses —Task not used. Task 8-Pavements PCC —Task not used. Task 10 -Reinforced Concrete Box Culverts —Task not used. Task 11 -Wetland As-Buil —Task not used. ADDITIONAL SERVICES NOT INCLUDED IN THIS CONT CT Additional Services not included as part of this Scope.If authorized,under a supplemental agreement,the Consultant shall furnish or obtain from others the following services: 1.)Real Estate Acquisition Services 2,)Environmental Documentation CE/EA/EIS 3.)Structural Design 4.)Streetscape Design 5.)Streetscape/Amenities and Pedestrian Level Light Design 6.}Subsurface Utility Investigations ?.)Construction Period Testing Services 8.}Resident Construction Observation Page 15 of 17 Foth infrastructure and Environment,L.L.C. Project No.14W044.01 Date:August 4,2014 Grand Prairie Parkway —Street Lighting I-SD to University Avenue Waukee,lowe ATTACHMENT 2 PROJECT SCHEDULE The time of completion of the design and engineering services under this Agreement shall be as follows: I.Basic Services of the Consultant Anticipated Contract Approval August 2014 A.Preliminary Design B.Project Coordination C.Final Design and Specifications D.Project Bidding Phase August —September 2014 August 2014 —December 20 "I 5 October —November 2014 December 2014 II.Construction Period Services A.Construction Administration B.Resident Construction Observation C.Construction Survey April 2015-November 2015 April 2015-November 2016 April 2015 —November 2015 Page 16 of 17 Fath Infrastructure and Environment,L.L.C. Project hio.14W044,01 Date:August 4,2014 Grand Prairie Parkway —Street Lighting l-80 to University Avenue Waukee,Iowa ATTACHlIENT 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 $16'1.00 $151.00 $150.00 $«6.00-$141 .00 $99.00-$116.00 $«6.00 $90.00-$«0.00 $8O.O0 $134.00 $109.00 $64.00-$97.00 $«7.00 $69.OO REIMBURSABLE EXPENSES 1.All materials and supplies used in the performance 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 $0.88 per mile. 3.Charges for outside services such as soils and materials testing,fiscal,legal will be billed at costs. 4.AII other direct expenses will be invoiced at cost. ADJUSTMENTS TO FEE SCHEDULE 1.Fee schedule effective January 1,2014.Rates subject to change annually on January 1. X:tDM&IEt2014t14W044-01t1 000 BudgettAgr-2014-0804-Waukee-Grand Prairie Parkway-Street Lighting.docx Page 17 of 17