Loading...
HomeMy WebLinkAbout2015-06-15-Resolutions 15-200_NE Douglas Pkwy Extension - Engineering AgrTHE CITY OF WAUKEE,IOWA RESOLUTION 15-200 APPROVING AN AGREEMENT BETWEEN THK CITY OF WAUKKK AND FOTH INFRASTRUCTURE AND ENVIRONMENT,LLC [DOUGLAS PARKWAY EXTENSION ENGINEERING SERVICES} IN THE NAME AND BY THE A UTHORITY OF THE CITY OF WA UI EE,IOWA WHEREAS,the City of Waukee,Dallas County,State of Iowa,is a duly organized Municipal Organization;AND, WHEREAS,the City desires to retain the services of Foth Infrastructure and Environment,LLC, for the conceptual design,survey and mapping,environmental services,final design,project coordination,bidding,and construction services for the construction of Douglas Parkway from Alice's Road west by 1,320 feet;AND, WHEREAS,the engineering services agreement,attached hereto as Exhibit A,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 between the City of Waukee and Foth Infrastructure and Environment,LLC [Douglas Parkway Extension Engineering Services]is hereby approved. Passed by the City Council of the City of Waukee,Iowa,and approved the 15'"day of June 2015. illiam F.Peard,Mayor Attest: Rebecca D.Schuett,City Clerk ROLL CALL VOTE Shane Blanchard Brian Harrison Casey L.Harvey Shelly Hughes Rick Peterson AYE X X X X NAY ABSENT ABSTAIN AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES Douglas Parkway Extension Alices Road west 1,320-ft This Agreement is made and entered into this day of June,2015,by and between City of Waukee.a municipal corporation hereinafter referred to as "City,"and FOTH INFRASTRUCTURE AND ENVIRONMENT LLC.,(Fed.ID ff20-5814224).a professional corporation incorporated and licensed under the laws of the State of iowa,party of the second part.hereinafter referrerl 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 confortm 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 prowded 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 Serwces of the Consultant a.Conceptual Design b.Design Survey and Mapping c,Functional Design d.Protect Coordination e.Preliminary Plans f.Environmental Documentation g.Final Plans and Specifications h.Project Bidding Total Conslruction Period Services a.Construction Administration b.Resident Construction Observabon c.Construction Survey $20,500.00 $27,000.00 $20,000.00 $15 600 00 $49,300.00 $10,370.00 $36,300.00 t r8rrrrrrrrrr $187,970.00 $35,100.00 $121,700 00 $NA 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 Sertnces Waukee Standard Agreement Form 5/2015 Foth Infrastructure and Environment,LLD Fath Protect No.14W024.01 Douglas Avenue Extension Alices Road west h320I F 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 ordinanly 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 matenals,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 ail 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,and property damage.Consultant shall provide worker's compensation insurance coverage for Consultant and ail Consultant's personnel Consultant shall file applicable insurance certificates wilh 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 wntten notice by registered mail,return receipt requested. C.The Consultant shall also provide evidence of automobile liability coverage in the limits of at least 51,000,000 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 Stale of lowe,in the limit of $1,000,000 for claims ansing out of the professional liability of the Consultant.Consultant shall provide City wntten notice within thirty (30)days by registered mail,return receipt requested of the cancellation or matenal 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 ihis Agreement. 5.NOTICE Any notice to the parties required under this agreement shall be in wnting,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' N»:c~iuw k Atln: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 P.Kueter PE Title Client Director Address:8191 Birchwood Court Suite L City,State:Johnston lowe 50131 Fotti Infrastructure and Environment,LLC Fotn Project No.14W024.01 Douglas Avenue Extension Alices Road west 1,320LF Waukee,lowe 6.GENERAL COMPLIANCE In the conduct of the professional services contemplated hereunder,Ihe 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 pnor to 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 serwces 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 Consultanys 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,dunng 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 coals for any damage or loss which is due to or anses from a breach oi 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 obligalions under this Agreement may be subject to appropnation 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 appropnated funding is not expended due to City spending limitations,the City may terminate this Agreement without further Foth Infrastructure and Environment,LLC Foth Project No.14W024.01 Douglas Avenue Extension Ahces Road west L320LF Waukee,iowa compensation to the Consultant.To the greatest extent allowed by law,the City sliall compensate Consultant as provided in Section 18(A)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 compensabie 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 ltas 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 eiititled 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. OWNERSHIP OF CONSULTING DOCUMENTS All sketches,tracings,plans,specifications,reports,and other dala 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.Ail drawings and data shall be transmitted in a durable matenal,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 lowe shall govern and any judicial action under the terms of this Agreement shall be exclusively within the Iur sdiction of the district court for Dallas County,iowa. 16.COMPLIANCE WITH FEDERAL LAW To the extent any federal appropnation 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. 17L 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 solictt or secure this Agreement,and tliat 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 contingeni fee Foth Infrastructure and Envtronment,I LC Foth Proiect No.14WO24.01 Douglas Avenue Extension Alices Road west 1,320LF Waukee,iowa 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 serwces without the written consent of the City 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 siispension,unless this period is extended by written consent of the Consultant. B.Upon Ien (10)days writteii 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 rase,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 thai Consultant has failed to maintain workers'compensation insurance or other insurance prowded 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 selecl.The cost of compleling 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 lowe 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 S EVE RAB I L IT Y If any portion of this Agreement is held invalid or unenforceable by a court of competent Iurisdiction, the remaining portions of this Agreement shall continue in full force and cffcct 21.MISCELLANEOUS HEADINGS I itic to articles paragraphs,and subparagraphs are for information purposes only and shall not be considered a substantwe part of this Agreement. Fotn Infrastructure and Environment,I LC Foth Project No.14W024.01 Douglas Avenue Extension Alices Road west 1,320LF Waukee,lowe 22.FURTHER ASSURANCES Each party hereby agrees to execute and deliver such additional instruments and documents and to take all such other action as the other party may reasonably request from time to time in order to effect the provisions and purposes of this Agreement. 23.COUNTERPARTS This Agreement may be executed in any number of counterparts,each of which shall constitute an onginal 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 wntten. CONSULTANT: Foth Infrastructure and Environment,LLC fgf Name.Patrick P.Kueter PE Title:Client Director CITY OF WAUKEE By: Willie F.ear,Mayor X:tDMtiE12014'i14W024-01'l1000 BudgettAgr-2015-0608-Waukee-Douglas Parkway.doc Foth Infrastructure and Environment,LLC Foth Prolecl No.14W024,01 Douglas Avenue Extension Alices Road west 1,320LF Waukee,lowe 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 prolect The project consists of extending Douglas Parkway from NW Alices Road west 1,320-ft in Waukee,iowa. Services performed by the Consultant under this Scope of Services,conceptual roadway design, preliminary survey and mapping,functional roadway design,preliminary plan preparation,final design and specifications,construction administration and resident consulting services.This scope of services is based on the following project assumptions; Douglas Parkway extension not to exceed 1,320-ft in length. Environmental services (wetlands delineation)are included with this scope.It is anticipated that no wetland mitigation services will be required as part of the project. No traffic signals are required to complete this project. No structural retaining walls are required to complete this proiect. No right-of-way acquisition services are included as part of this scope of services. The project will have one letting and be constructed in the year 2016. 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: 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.Conceptual Design Complete conceptual design for the proposed street improvement.The primary focus will be on development of the centerline horizontal alignment alternatives and order of magnitude right-of-way impacts based on a typical section and vertical profile. The work to be performed by the Consultant under Conceptual Design phase shall consist of the following tasks: Task 1 -Deveio Desi n Criteria The Consultant will develop and submit to the City design criteria to be used in the developing the intersection improvements,Criteria will conform to the City,iowa DOT and AASHTO Standards. The criteria to be addressed include: Functional classification and design type. Design speed and Regulatory speed. Design vehicles for inlersection design. Widths of travel lanes,parking areas and right-of-way. Horizontal clearance, Provisions for pedestrians and/or bicycles. Street lighting requirements. Utility corridor locations. Foth Infrastruclure and Environment,Lt C Fath Project No.14W024.01 Douglas Avenue Extension Alices Road west 1,320LF Waukee,iowa The Consultant will prepare a brief technical memorandum documenting the proposed criteria The memorandum will be reviewed,revised,and approved by the City prior to proceeding with subsequenttasks. Task 2 —Traffic Review/Anal sis —Task not included. Task 3 -Cence tual Roadwa Ali nment Complete alignment/conceptual design study using available city mapping to define the proposed alignment,and investigate right-of-way,access and grading impacts.This task also includes the preparation of display materials,cost estimates and hand out information for an informational/coordination meeting.The purpose of this phase is to determine the preferred alignment.For estimating purposes it is assumed that a maximum of two (2)conceptual alignment(s)will be developed. Task 4-Cence tual Structural Develo ment —Retainin Walls (Task not included). Task 5 —Ma'or Roadwa Culvert Cence tual Develo ment: Develop culvert concept plan based on the existing mapping and proposed roadway concept design.The purpose of this phase is to determine preferred culvert type and location and incorporate into the overall development of the preferred roadway concept. Task 6 —Pre are Exhibits Exhibits 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,including typical sections of the roadway.The figure will indicate possible wetlands,wetland mitigation site,right-of-way needs,property lines,property ownership,access control lines,structure limits,and new roadway improvements. Task 7 —Cence tuel Desi n Meetin s It is estimated that the Consultant's staff will attend two (2)meetings with the City,and others to review progress,assist in decision-making,and receive direction from the City during the conceptual design.It is understood by the parties that the Consultant will attend additional meetings as needed to complete the Project. B.Design Survey and Mapping The Consultant shall perform 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 Surve Establish horizontal and vertical control for the Project area.Each permanent control point or benchmark shall have horizontal coordinates or elevation,recovery information and monument description.Accurate descriptions of the horizontal control points and benchmarks will be created and recorded on the plan sheets. Task 2 -To o ra hic Surve Perform topographic surveys required for the development of the 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. Task 3 -Utlltt 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 Foie Infrastructure and Environment,LLC Fath Protect No.14W024.01 Douglas Avenue Extension Atices Road west 1,320LF Waukee,lowe 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 includes establishing manhole and intake elevations for existing sanitary,storm sewers and roadway culverts. Task 4 —Wetland Delineation Surve Collect data points for the boundary wetland delineation flags along the project corridor.The survey will be incorporated into the project base mapping that will show the project site with the location of wetlands and data collection points and a calculation of proposed temporary and permanent impacts to wetlands. Note that this task does not include any effort associated with a new wetland mitigation site.It is assumed that wetland mitigation,if required,will take place at the Voas Wetland Mitigation Bank in Dallas County,Iowa. Task 5 —Pro ert Ownershi and Research Research City and County records including right-of-way strip maps,subdivision plate,section corner ties,and surveys,locate existing boundary corner monuments,establish property lines, right-of-way lines,section lines,and easements,determine ownership of the properties affected by the project.Prepare a drawing with property lines,right-of-way lines,section lines,and easements within the project area as shown on the existing plats and other documents of record along with the land corner monuments and boundary corner monuments located in field.Review property ownership information from public records and add property owner names to the project mapping for public display and plan preparation purposes. Task 6-Ri ht-of-Wa Surve The Consultant shall perform right-of-way surveys required for the development of the project. The right-of-way surveys shall be in-depth legal surveys for which acquisition plate are to be developed.Task includes a thorough search of City,County and State records to review all surveys of record pertaining to the survey corridor,including County Auditor's Subdivisions Plats, original government surveys,early surveys made by County Surveyors,ail irregular land survey and road establishment records.Copies of such records are to be included in the project file for future reference. Task includes obtaining sufficient field data to locate or establish property lines affected by the project to enable the preparation of the improvement plans.This includes locating section corners,property pins,and visible lines of occupation such as fences,field divisions or any other lines,indicating possession.A diligent effort must be made to recover existing land corner monuments necessary to describe the right-of-way along the project corridor. Task 7 —Pro'ect Base Ma Incorporate field surveys 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. For budgetary purposes,it is assumed that five (5)parcels are within the project limits. Task &—Soil-Borin Location Surve s Perform soil-boring location surveys to establish location and elevation of proposed geotechnical investigations consisting of approximately ~four 4 soil borings. Foth Infrastructure and Environment,LLC Foth Project hto.t4W024.01 Douglas Avenue Extension Aiices Road west 1,320LF Waukee,iowa Task 9 -Public Notice of Pro'ect Prepare project notice letter for property owners directly adjacent to the project.This letter will provide a brief project description,notification of property surveys,anticipate schedule and contact information.Distribute the notice letter following the City review and approval. C.Functional Design Complete functional design for the street improvements based on the approved Conceptual Design in the preparation of design plans and specifications.Focus of the functional design will be on refinement of the geometric plan developed during the Conceptual Design stage and incorporate vertical profiles,existing and propose utility locations,right-of-way requirements,and proposed property impacts.Work to be performed by the Consultant under Function Design phase shall consist of the following tasks: Task 1 -Develo T ical Sections Develop typical sections for the mainline street improvements in consultation with the City. Prepare typical sections,including lane widths,curb section/type,sidewalk widths,right-of- way widths,pavement types,clear-zones and identify potential storm sewer,sanitary sewer, water main and other utility locations in the typical roadway sections. Task 2 -Develo Functional Geometries Develop preliminary roadway and intersection geometries for the project. Task 3 -Develo Horizontal Ali nments and Vertical Profiles Utilizing preliminary geometries;develop horizontal alignments and vertical profiles for the mainline and connecting roadways based on the Design Criteria Technical Memorandum. Task 4 —Ma'or Roadwa Culvert Desi n Inventory existing hydrologic and hydraulic conditions and analyze the impacts the proposed improvements will have on the area wide drainage patterns.Once the impacts have been quantified,develop major cross road culverts based on Chapter 2 SUDAS Design Manual. Determine preferred culvert type and location and incorporate into the overall development of the functional roadway design. Task 5 —Water Main Desi n Develop water main alignment and determine location of hydrants,valves,water services and other key connections.Develop staging plan to maintain water service throughout the duration of construction. Task 6 —Sanitar Sewer Desi n Review existing sanitary sewer collection system and determine if minor cross road extensions are required to provide future service.Review locations of manholes,sewer services and sanitary sewer main.Identify and develop sanitary sewer modification based on proposed roadway alignment and profile potential impacts. Task 7 —Pre are Functional Desi n Plans Based on functional design task,prepare functional level plans depicting proposed grading, drainage,paving,utility relocation,and other features of the project.The functional plans will include but not be limited to the following: Title and General Information Sheets A Sheets Assemble preliminary title and general information sheets.The preliminary title sheets will include the following:Index of Sheets,Legend,Location Map,Project Number, Design Traffic data. 10 Fath Infrastructure and Environment,LLD Fath Project No.14I V024.01 Douglas Avenue Extension Alices Road west 1,320LF Waukee,lowe T ical Cross Sections B Sheets Develop and assemble typical cross sections to be used for the proposed improvements as well as a preliminary determination of the limits that each Typical Section will apply. The typical cross sections will include but not be limited to the proposed grading, drainage and paving improvements. Plan and Profiles D and E Sheets Develop functional plan and profile sheets that show the existing topography along with the proposed improvements based on the survey or the office relocation centerline. Proposed Right-of-Way and Construction Easement limits based on the catch point lines will be shown.Included will be the necessary CADD work to show the preliminary design features for the proposed improvements.The scale of these sheets will be 1"=20'. Traffic Control and Sta in J Sheets Develop high-level staging plan that maintains local access and accommodates other Capital Improvement Plans in the vicinity of this project. Roadwa Li htin Photometric Plan 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 to determine actual number of light fixtures for the project corridor. Intersection Geometries Truck Turnin Movements TM Sheets Develop intersection geometric plans that accommodate design vehicle turning movements.Show vehicle turning movement path,major intersection radius and taper geometry. Detailed Cross Sections W X Y Sheets Develop and assemble detailed cross sections (50'increments)to illustrate typical conditions,drainage designs,and non-typical conditions as needed for guidance during design,review,and quantity estimating purposes. Task 8 -Functional Plan Field Review Prepare materials for a field exam,participation in the field exam,and reviewing results of the field exam with the City. Task 9 -Utilit Research The Consultant will meet with the utility companies,including City utilities for information within the project corridor regarding transmission,distribution and service laterals.This includes information related to existing facilities and facilities planned for construction during the proposed improvements. Task 10 —Functional 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.Cost estimates shall be based on representative major project elements and recent bid information.Detailed quantity takeoffs will not be developed for the preliminary cost estimate. Task 11 —Functional Desi n Meetin s It is estimated that the Consultant's staff will attend one (1)meeting(s)with the City,and others to review progress,assist in decision-making,and receive direction from the City during the functional design phase.It is understood by the parties that the Consultant will attend additional meetings as needed to complete the Project. 11 Foth Infrastructure and Environment,LLC Foth Project No.14W024.01 Douglas Avenue Extensron Alices Road west 1,320LF Waukee,lowe The City will review the functional design plans.Suggested revisions or design modifications would be addressed in the preliminary 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 preliminary design phase. D.PROJECT COORDINATION The Consultant will complete the following project coordination as part of the project. Task 1 -Maintain/U date Mailin List The Consultant will maintain the project mailing list and update it as needed to include all local officials,agencies and interested parties.The City will provide the initial list of interested parties. 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 Conduct meetings with individual property owners to discuss the specifics of the project (access issues,changes in circulation,potential right-of-way needs,and other issues)as it relates to their specific parcel.Obtain information regarding any issues the property owner feels is important, and solicit input regarding their expectations about the project.The information gathered at this time will be used in developing the project documents and potential right-of-way negotiations. For budgetary purposed,it is anticipated that ~two 2 meeting(s)with f~ive 5 individual property owners for estimating purposes. Task 5 —Desi n Utilit Coordination Meetin s The Consultant will conduct meetings with individual utility companies to address specific conflicts.It is anticipated that there will be ~two 2 meeting(s)with representatives of the 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 Meetin 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 two(2)meetings with the City Council. Task 7 —Exhibit Pre aration for Council Work Session Exhibits for the Council Work Sessions 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,including typical sections of the roadway.The figure will indicate possible wetlands,wetland mitigation site,right- of-way needs,property lines,property ownership,access control lines,structure limits,and new roadway improvements. Task 8 -Pro'ect Mana ament 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 12 Fath Infrastructure and Environment,I LC Foth Project No.14W024.01 Dougtas Avenue Extension Alices Road west L320LF Waukee,lowe F tt ttgp p,ht dthtth p j td t ttth ~6th 6 th spread throughout the calendar years 2015/2016. E.Preliminary Plans Prepare preliminary design plans and specifications depicting the proposed grading,drainage, paving,signing,utility relocation,and other features of the project.The preliminary plans will include but not be limited to the following tasks: Task 1 -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,Legend,Location Map,Project Number,Design Traffic data. Task 2 -Preliminar T ical Cross Sections B Sheets This task consists of assembling the Typical Cross Sections to be used for the proposed improvements as well as a preliminary determination of the limits that each Typical Section will apply.The Typical Cross Sections will include but not be limited to typical sections for the proposed grading,drainage and paving improvements. Task 3 -Preliminar Estimate of Quantities 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. Task 4 -Prelimina Plan and Profiles D and E Sheets This task consists of the development of preliminary plan and profile sheets that will show the existing topography along with the proposed improvements based on the survey or the office relocation centerline.Proposed Right-of-Way and Construction Easement limits based on the catch point lines will be shown.Included will be the necessary CADD work to show the preliminary design features for the proposed improvements.The scale of these sheets will be 16=20'. Task 5 -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. Task 6-Preliminar Traffic Control Sta in Pavement Markin s and Traffic Si nin J Sheets Develop suitable plan for construction scheduling and staging of the Project and for traffic control measures to be implemented during construction.Staging plan shall include provisions for maintaining access to adjacent properties during construction.For estimating purposes,it is assumed that the roadway will be closed during construction and a single detour plan will be implemented. Develop pavement marking and traffic signing plans to be placed into service following construction.The traffic control devices,procedures,and layouts shall be as per the Manual on Uniform Traffic Control Devices (MUTCD). Task 7 -Preliminar Intersection Geometries L Sheets Develop and refine geometnc layouts and provide additional horizontal and vertical survey information needed to construct the intersections.Show truck turning movements for the selected design vehicle or vehicle combinations.The scale of these plan sheets will be 16=20' Task 6-Preliminar Storm Draina e Desi n M Sheets Develop preliminary storm sewer layout and sizing based on proposed improvements and existing drainage patterns utilizing Chapter 2 of the SUDAS Design Manual.Resolve potential 13 Foih infrastructure and Environment,LLC Folh Project No.14W024.01 Dougias Avenue Extension Alices Road west 1,320LF Waukee,iowa conflicts with underground utilities and other design elements.Vertical Profiles are not developed as part of this task. Task 9-Traffic Si nal Desi n N Sheets (Task not included). Task 10 -Roadwa Li htin Photometric Plan 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. Task 11 —Preliminar Sanitar Sewer and Water Main Desi n R Sheets This task consists of the development of preliminary sanitary sewer and water main plan and profile sheets that will show the existing topography,proposed improvements,sewer profile,flow line and rim elevations,utility access locations,water main profile,hydrant and valve locations. The scale of these sheets will be 1"=20'. Task 12 -Accessible Curb Ram Desi n S Sheets Develop preliminary curb ramp layout in accordance with Chapter 12 of iowa SUDAS Design Manual.Design ramp geometric configurations alternatives,identify surface requirement,review general horizontal curb openings,cross slopes,running slope,and identify sidewalk width and passing space within the corridor. Task 13-Preliminar S ecial Construction Details U Sheets This task consists of preliminary design and drafting associated with special project details. Task14 —Roadwa Culvert-T e Size and Location TS&L Plans V Sheets Prepare 1"=20'scale Type,Size,and Location (TS&L)plans for proposed major drainage structures.This task includes a Situation Plan and a General Elevation consisting of a cross/longitudinal section perpendicular/along the roadway centerline at the roadway culvert. Roadway curve and profile data,hydraulic data,and traffic data will be shown. For estimating purposes,it is assumed that ~one 1 culvert(s)are required for this project. Task 15 —Detailed Cross Sections W X Y Sheets This task consists of the design and drafting associated with the assembly of detailed cross sections (50'increments)to illustrate typical conditions,drainage designs,and non-typical conditions as needed for guidance during design,review,and quantity estimating purposes. Task16-Soil Borin s SubconsultantAllender Butzke En ineers Inc. This task consists of securing a subsurface exploration based on preliminary alignments and profiles of the proposed improvements.The soil borings will be completed after the proposed roadway alignment has been selected.This task includes mobilization of truck and all terrain drilling equipment,traffic control,utility locations (iowa One Call),drill and sample 4 (300-ft approximate spacing)roadway test borings 15 feet deep,laboratory testing,engineering analysis and written report.Engineering analysis shall include site grading,slope stability, embankment/culvert settlement,subsurface drainage,subgrade preparation,and pavement thickness design. Task 17 -Preliminar 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. 14 Foih Infrastructure and Environment,LLC F oih Project No.14W024.01 Douglas Avenue Extension Alices Road west 1,320LF Waukee,lowe Task 18 -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 plats and legal descriptions shall comply with requirements of the Iowa Code and shall be prepared by or under the direct supervision of a licensed land surveyor under the laws of the State of iowa.For Estimating purposes,the following numbers of plate are assumed Permanent (Fee Title)Right-of-Way Acquisition Plat 3 Temporary Construction Easement Permanent Easements Sanitary Sewer Easement Water Main Easement Storm Sewer Easement Overland Flowage 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,all permanent and temporary easements will be staked ~one 1 time. Task 19 -Preliminar Desi n Review Meetin s It 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 during the preliminary design phase.It is understood by the parties that the Consultant will attend additional meetings as needed to complete the Project. Task 20 -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. F.Environmental Documentation The Consultant will perform select environmental reviews for the proposed project site.Services performed by the Consultant under this scope of services include wetland and Waters of the United States (WUS)delineation.It is anticipated that Threatened and Endangered (T&E) species habitat evaluation and Phase I Cultural Site Assessment will not be required as part of this project. Task 1 —Wetland and WUS Delineation The scope of this proposal includes performing a wetland and WUS delineation of the project area (approximately 5.5 acres).The delineation will use mandalory technical criteria,field indicators,and other sources of information to assess whether the project area has jurisdictional wetlands or WUS.The classification will be performed by an experienced biologist,environmental scientist,or engineer.If wetlands are present,the upper boundaries within the project area will be identified.WUS will also be identified and mapped during the delineation. 15 Foth infrastructure and Environment,LLC Foth Project No.1 4W024.01 Douglas Avenue Extension Alices Road west t,320LF Waukee,lowe The methods the Consultant will use in the delineation generally follow the Regional Supplement to the Corps of Engineers Wetland Delineation Manual:Midwest Region (2010)and the Federal Manual for Identifying and Delineating Jurisdictional Wetlands (1987).Jurisdictional wetlands generally have three essential characteristics:hydrophilic vegetation,hydric soils,and wetland hydrology. Our proposed Scope of Work includes the following: ~Assemble application information (i.e.,aerial maps,soil classifications,site hydrology, vegetation type,etc.). ~Perform on-site visit to gather data pertaining to the hydrophytic vegetation community, surface hydrology,and hydric soil characteristics.The following items will be performed al discrete data point locations within suspect wetland areas on-site. o Assess each stratum of vegetation (i.e.,trees,saplings/shrubs,herbs,and woody vines).Vegetation will be classified by Genus species and dominance will be assessed. o Classify soil types and evaluate hydric soil indicators using shallow soil probes. o Observe site characteristics for wetland hydrology indicators. ~Utilize a hand-held GPS unit (sub-meter accuracy}to map the location and boundaries of delineated wetlands and WUS.If heavy tree cover is present,a non-GPS survey may be needed to identify wetland boundaries.Fees for standard surveying have not been included in this proposal. ~Prepare maps showing the delineated wetland and WUS area(s). ~Prepare a Wetland and Waters of the U.S.Delineation Report containing the applicable data,wetland jurisdictional rationale,and proposed project information. The scope of this proposal includes one site visit to conduct a baseline delineation.The delineation fee is based upon the contingency that the wetland area(s)to be delineated at the site generally consist of a few contiguous units.If multiple non-contiguous wetland areas are observed at the site,the Consultant will contact the City prior to initiating the wetland delineation, explain the conditions,and negotiate additional fees (if necessary)beyond those proposed herein. Task 2 —Threatened and Endan ered S ecies Habitat Assessment —Task not incltided. Task 8 —Phase I Cultural Resource Surve —Task not included. Task 4 —Wetland and WUS Miti ation Plan and Section 404 Permit A lication —Task not included. Task 5 —Alternative Anal sis —Task not included. G.Final Plans and Specifications Based upon approved preliminary design,field review,and public informational meeting,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 Plans The Consultant shall provide the City with the following 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. 16 Fath Infrastructure and Environment,LLC Folh Project No 14IV024,01 Douglas Avenue Extension Ahces Road west 1,320LF Waukee,lowe Final T ical Sections B Sheets -This item consists of final design and drafting of typical cross sections and standard details lo be utilized for the improvements. Final Quantities C Sheets -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 prowded on the Project. Final Plan and Profiles D and E Sheets -This item consists of the final design and drafting of roadway plan and profile sheets,including the detail information required for plan approvals,permitting,and construction of the proposed improvements.This task also consists of the final design and drafting for the installation of new utilities and utility adjustments that can be determined from coordination with the utility companies at the time of design. Traffic Control Sta in and Pavement Markin s J Sheets —This item consists of final design and drafting of the traffic control,staging and permanent pavement marking plans. It is assumed that the City will layout and install and install the permanent signing for the Project. Final Geometric Stakin Jointin and Ed e Profiles L Sheets -This item consists of the final design and drafting of jointing details,spot elevations,and geometric layouts for all non-typical pavement areas. Final Desi n of Storm Draina e S stems M Sheets -This item consists of final design and drafting of storm sewers,storm sewer inlets,manholes,open ditches,culverts,and other storm drainage related facilities for the Project. Final Traffic Si nal Desi n N Sheets —(Task not included). Roadwa Li htin Plans P Sheets -Show final photometric plan and locations of poles on project plan drawings.Circuit design,utility service location,equipment location,bill of materials to be provided by utility company is not included as part of this scope of services. Final Sanitar Sewer and Water Main Plan and Profiles R Sheets This task consists of the final design of the sanitary sewer and water main plan and profile sheets that will show the existing topography,proposed improvements,sewer profile,flow line and rim elevations,utility access locations,water main profile,hydrant and valve locations. Accessible Curb Ram Desi n S Sheets Develop final curb ramp layout in accordance with Chapter 12 of lowe 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 Final Soils Desi n T Sheets -This task consists of final design and drafting of the soils information and earthwork quantities. Final Construction Details U Sheets -This item consists of the final design and drafting of special project details not covered in other items,Included are such items as special grading details,channel grading,culvert details not included in the standard drawings, special storm sewer or manhole details not included in the standard drawings,special 17 Fath Infrastructure and Environment,LLC Foth Project No.14W024.01 Douglas Avenue Extension Alices Road west 1,320LF Waukee,lowe paving details,and other required miscellaneous details found to be required for completion of the project. Final Culvert Plans V Sheets This task consists of final design,calculations and drafting of the proposed and cross- road culverts including situation plans and necessary construction details to accommodate culvert construction. Final Desi n Cross-Sections W Sheets -This item consists of the final design and drafting of individual cross sections for the project.Cross sections will be designed and drawn at 50-foot maximum intervals,with additional cross-sections included as necessary.Cross sections will show the existing ground elevations as well as the final project grading,including fore slope and back slope information,special sub-grade treatments,ditches,pavement replacement,and other pertinent information. Task 2 —Pro ect Permittin The Consultant will 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-Water Main Permit ~Iowa DNR -NPDES Stormwater Discharge Permit ~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 cnteria,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 3 -Pro'ect Manual This task consists of providing a Project Manual for the Project,including Notice of Hearing and Letting,Instruction to Bidders,Bid Forms,Bond Forms,Agreement Forms,General Conditions of the Construction Contract,Supplementary General Conditions,and Detailed Construction Specifications. Task 4 —0 inion of Probable Construction Cost The Consultant shall prepare a preliminary Opinion of Probable Construction Cost for the Project. An updated Opinion of Probable Construction Cost shall be prepared at the time of 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 5 -Final Desi n Meetin s It is estimated that the Consultant's staff will attend ~one 1 meeting(s)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. 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. 18 Foth Infrastructure and Environment,LLC Foth Project No.14IN024.01 Douglas Avenue Extension Akces Road west 1,320LF VVaukee,lowe H.Project Bidding Phase The Consultant will coordinate and manage the letting process for the project.For estimating purposes,~one 1 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 df tf t dth t~tfk 75 h tf f itt"77)pt t d p ~tf fit h 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. Only upon written authorization to proceed by the City to the Consultant,the work to be performed under the Construction Period Services phase of the Project shall include the following task(s): 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. Task2-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 19 Foth Infrastructure and Environment,I LC Foth Project No.14W024.01 Douglas Avenue Extension Aiices Road west 1,320LF Waukee,iowa 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 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. 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 will 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 5-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 This task consists of monumentation of the permanent right-of-way acquired as part of this project which will be performed upon completion of construction of the proposed improvements.The monumentation shall comply with requirements of the iowa Code and shall be performed by or under the direct supervision of a duly licensed land surveyor under the laws of the State of iowa. This task does not include monumentation of any existing right-of-way pins that are disturbed during construction activities. Task 7 —Limited Environmental Construction Review and As-Built Observations —Task not included. For Construction Administration budget purposes,it is assumed that the construction period will be as follows: ~Four 4 months in year 2015/2016 and that one part-time staff member of the Consultant will be available for the construction administration services.The above construction period estimate includes a maximum of 160 hours of construction administration.In the event the construction period exceeds the contract working day or unanticipated conditions require construction administration in excess of 160 hours,the Consultant shall notify the City as it 20 Foth infrastructure and Environment,LLC Foth Protect No.14W024.01 Douglas Avenue Extension Alices Road west 1,320LF Waukee,lowe 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 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 II.Construction Period Services,Paragraph A.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.For budget purposes,it is assumed that the construction period will be as follows: ~Four 4 months in year 2015/2016 and that one full-time staff member of the Consultant will be available for the construction observation services.The above construction period estimate includes a maximum of 900 hours of construction observation.In the event the construction penod exceeds the contract working day or unanticipated conditions require construction observation in excess of 900 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. C.CONSTRUCTION SURVEY —Task not included, ADDITIONAL SERVICES NOT INCLUDED IN THIS CONTRACT Additional Services not included as part of this Scope.If authonzed,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.)Wetland Mitigation Plans 4.)Cultural Resource Survey 5.)Regulated Material Environmental Site Assessments 6.)Contaminated Soils Investigations 7.)Structural/Retaining Wail Design 6.)Bridge Design 9.)Street Lighting Circuit Design 10.)Streetscape Design 11.)Subsurface Utility Investigations 12.)Traffic Signal Design 13.)Construction Period Testing Services 14.)Construction Survey 21 Foth Infrastructure and Environment,LLC Foth Project No.14W024 01 Douglas Avenue Extension Alices Road west 1,320LF Waukee,lowe 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.Anticipated Contract Approval B.Concept Development C.Functional Design D.Design Surveys and Mapping E.Preliminary Plans F.Final Plans and Specifications G.Project Letting I L Construction Administration June 15,2015 June 2015 June 2015 June 2015 July 2015 August 2015 September 2015 October 2015 to June 2016 Resident Consulting Services A.Resident Construction Observation October 2015 to June 2016 22 Fath Infrastructure and Environment,LLC Fath Proiect No.14W024 01 Douglas Avenue Extension Alices Road west 1,320LF Waukee,lowe ATTACHMENT 3 SCHEDULE OF FEES FOTH INFRASTRUCTURE AND ENYIRONIIIIENT,L.L.C 2015 STANDARD HOURLY RATE SCHEDULE CLASSIFICA'TION 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 $177.00 $146.00-$172.00 $156.00 $157.00 $157.00 $121.00-$147.00 $102.00-$120.00 $121.00 $94.00-$114.00 $82.00 $139.00 $114.00 $66.00-$100.00 $123.00 $60.00 REIMBURSABLE EXPENSES I.All materials and supplies used in the performance of work on this project will be billed at costs. 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 matenals testing,fiscal,legal will be billed at their invoice cosL 4.All other direct expenses will be invoiced at cost. ADJUSTMENTS TO FEE SCHEDULE I Fee schedule effective January 1,2015.Rates subject to change annually on January 1. 23