Loading...
HomeMy WebLinkAbout2021-05-03-J01N Sugar Creek Park_Professional Services AgrAGENDA ITEM: CITY OF WAUKEE, IOWA CITY COUNCIL MEETING COMMUNICATION MEETING DATE: May 3, 2021 AGENDA ITEM:Consideration of approval of a resolution approving Agreement for Professional Consulting Services with Bolton & Menk, Inc. [Sugar Creek Park Project] in the amount not-to-exceed $94,179.00. FORMAT: SYNOPSIS INCLUDING PRO & CON: This agreement for professional services is for the development of a master plan and construction services for Sugar Creek Park. The project consists of master planning, final design, and construction administration for Sugar Creek Park located on the combined parcels identified as Outlot ‘Z’ on Ashworth Acres Plat #1 and Daybreak Plat #3. The scope is divided into two tasks, Design Phase Services and Construction Phase Services. During the Design Phase Services there will be one Public Input meeting to gain feedback from surrounding neighbors. Staff is anticipating construction of this park will begin in fall 2021 and be completed by early June 2022. FISCAL IMPACT INCLUDING COST/BENEFIT ANALYSIS: $94,179.00 COMMISSION/BOARD/COMMITTEE COMMENT: STAFF REVIEW AND COMMENT: RECOMMENDATION: Approve the resolution. ATTACHMENTS: I. Proposed Resolution II. Sugar Creek Park Professional Services Agreement PREPARED BY: Matt Jermier REVIEWED BY: PUBLIC NOTICE INFORMATION – NAME OF PUBLICATION: DATE OF PUBLICATION: J1N THE CITY OF WAUKEE, IOWA RESOLUTION 2021- APPROVING AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES WITH VEENSTRA & KIMM, INC. [SUGAR CREEK PARK PROJECT] IN THE NAME AND BY THE AUTHORITY OF THE CITY OF WAUKEE, IOWA WHEREAS, the City of Waukee, Dallas County, State of Iowa, is a duly organized Municipal Organization; AND, WHEREAS, the City requires professional services related to design, bidding and construction services for the Sugar Creek Park Project; AND, WHEREAS, City staff recommends retaining the services of Bolton & Menk, Inc., for said professional consulting services. NOW THEREFORE BE IT RESOLVED by the City Council of the City of Waukee that the Agreement for Professional Consulting Services with Bolton & Menk, Inc. [Sugar Creek Park Project] is hereby approved. Passed by the City Council of the City of Waukee, Iowa, and approved the 17th day of May, 2021. ____________________________ Courtney Clarke, Mayor Attest: ___________________________________ Rebecca D. Schuett, City Clerk RESULTS OF VOTE: AYE NAY ABSENT ABSTAIN Anna Bergman Pierce R. Charles Bottenberg Chris Crone Larry R. Lyon Ben Sinclair 1 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES SUGAR CREEK PARK MASTER PLAN & DESIGN SERVICES This Agreement is made and entered into this 3rd day of May , 2021, by and between City of Waukee, a municipal corporation, hereinafter referred to as "City," and Bolton & Menk, Inc., (Fed. ID #41-0832249), a 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 Exhibit 1. 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. I. Basic Services of the Consultant A. Task 1 – Design Phase Services $ 69,659.00 B. Task 2 – Construction Phase Services $ 24,520.00 Total $ 94,179.00 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. 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 2 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 canceled or materially altered without giving the City at least thirty (30) days written notice by registered mail, return receipt requested. C. The Consultant shall also provide evidence of automobile liability coverage in the limits of at least $1,000,000 bodily injury and property damage combined. The evidence shall designate the City as an additional insured, and that it cannot be cancelled or materially altered without giving the City at least thirty (30) days written notice by registered mail, return receipt requested. D. The Consultant shall provide evidence of professional liability insurance, by an insurance company licensed to do business in the State of Iowa, in the limit of $1,000,000 for claims arising out of the professional liability of the Consultant. Consultant shall provide City written notice within five (5) days by registered mail, return receipt requested of the cancellation or material alteration of the professional liability policy. E. Failure of Consultant to maintain any of the insurance coverages set forth above shall constitute a material breach of this Agreement. 5. NOTICE 3 Any notice to the parties required under this agreement shall be in writing, delivered to the person designated below, by United States mail or in hand delivery, at the indicated address unless otherwise designated in writing. FOR THE CITY: FOR THE CONSULTANT: Name: City of Waukee Name: Bolton & Menk, Inc. Attn: Matt Jermier Attn: Chadd Kahlsdorf, P.E., PMP Title: Parks & Recreation Director Title: Project Manager Address: 805 University Ave Address: 430 E Grand Ave Suite 101 City, State: Waukee, IA 50263 City, State: Des Moines, IA 50309 6. GENERAL COMPLIANCE In the conduct of the professional services contemplated hereunder, the Consultant shall comply with applicable state, federal, and local law, rules, and regulations, technical standards, or specifications issued by the City. Consultant must qualify for and obtain any required licenses prior to commencement of work, including any professional licenses necessary to perform work within the State of Iowa. 7. STANDARD OF CARE Services provided by the Consultant under this Agreement shall be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. 8. INDEPENDENT CONTRACTOR Consultant understands and agrees that the Consultant and Consultant's employees and representatives are not City employees. Consultant shall be solely responsible for payment of salaries, wages, payroll taxes, unemployment benefits, or any other form of compensation or benefit to Consultant or Consultant's employees, representatives or other personnel performing the professional services specified herein, whether it be of a direct or indirect nature. Further, it is expressly understood and agreed that for such purposes neither Consultant nor Consultant's employees, representatives or other personnel shall be entitled to any City payroll, insurance, unemployment, worker's compensation, retirement, or any other benefits whatsoever. 9. NON-DISCRIMINATION Consultant will not discriminate against any employee of applicant for employment because of race, color, sex, national origin, religion, age, handicap, or veteran status. Consultant will, where appropriate or required, take affirmative action to ensure that applicants are employed, and that employees are treated, during employment, without regard to their race, color, sex, or national origin, religion, age, handicap, or veteran status. Consultant will cooperate with the City in using Consultant's best efforts to ensure that Disadvantaged Business Enterprises are afforded the maximum opportunity to compete for subcontracts of work under this Agreement. 4 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(6) of this Agreement. 13. AUTHORIZED AMENDMENTS TO AGREEMENT A. The Consultant and the City acknowledge and agree that no amendment to this Agreement or other form, order or directive may be issued by the City which requires additional compensable work to be performed if such work causes the aggregate amount payable under the amendment, order or directive to exceed the amount appropriated for this Agreement as listed in Section 3, above, unless the Consultant has been given a written assurance by the City that lawful appropriation to cover the costs of the additional work has been made. B. The Consultant and the City further acknowledge and agree that no amendment to this Agreement or other form, order or directive which requires additional compensable work to be performed under this Agreement shall be issued by the City unless funds are available to pay such additional costs, and the Consultant shall not be entitled to any additional compensation for any additional compensable work performed under this Agreement. The Consultant expressly waives any right to additional compensation, whether in law or equity, unless prior to commencing the additional work the Consultant was given a written amendment, order or directive describing the additional compensable work to be performed and setting forth the amount of compensation to be paid, such amendment, order or directive to be signed by the authorized City representative. It is the Consultant's sole 5 responsibility to know, determine, and ascertain the authority of the City representative signing any amendment, directive or order. 14. OWNERSHIP OF CONSULTING DOCUMENTS All sketches, tracings, plans, specifications, reports, and other data prepared under this Agreement shall become the property of the City; a reproducible set shall be delivered to the City at no additional cost to the City upon completion of the plans or termination of the services of the Consultant. All drawings and data shall be transmitted in a durable material, with electronic files provided when feasible to do so. The Consultant's liability for use of the sketches, tracings, plans, specifications, reports, and other data prepared under this Agreement shall be limited to the Project. 15. INTERPRETATION No amendment or modification of this Agreement shall be valid unless expressed in writing and executed by the parties hereto in the same manner as the execution of the Agreement. This is a completely integrated Agreement and contains the entire agreement of the parties; any prior written or oral agreements shall be of no force or effect and shall not be binding upon either party. The laws of the State of Iowa shall govern and any judicial action under the terms of this Agreement shall be exclusively within the jurisdiction of the district court for Dallas County, Iowa. 16. COMPLIANCE WITH FEDERAL LAW To the extent any federal appropriation has or will be provided for the Project, or any federal requirement is imposed on the Project, Consultant agrees that Consultant will comply with all relevant laws, rules and regulations imposed on City and/or Consultant necessary for receipt of the federal appropriation. Consultant shall provide appropriate certification regarding Consultant's compliance. 17. SOLICITATION AND PERFORMANCE A. The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working for the Consultant, to solicit or secure this Agreement, and that the Consultant has not paid or agreed to pay any company or person other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or contingent fee. B. The Consultant shall not engage the services of any person or persons in the employ of the City at the time of commencing such services without the written consent of the City. 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 6 be made by the City for services performed to the date established in the suspension notice. Should the City reinstate the work after notice of suspension, such reinstatement may be accomplished by thirty (30) days written notice within a period of six (6) months after such suspension, unless this period is extended by written consent of the Consultant. B. Upon ten (10) days written notice to the Consultant, the City may terminate the Agreement at any time if it is found that reasons beyond the control of either the City or Consultant make it impossible or against the City's interest to complete the Agreement. In such case, the Consultant shall have no claims against the City except for the value of the work performed up to the date the Agreement is terminated. C. The City may also terminate this Agreement at any time if it is found that the Consultant has violated any material term or condition of this Agreement or that Consultant has failed to maintain workers' compensation insurance or other insurance provided for in this Agreement. In the event of such default by the Consultant, the City may give ten (10) days written notice to the Consultant of the City's intent to terminate the Agreement. Consultant shall have ten (10) days from notification to remedy the conditions constituting the default. D. In the event that this Agreement is terminated in accordance with paragraph C of this section, the City may take possession of any work and may complete any work by whatever means the City may select. The cost of completing said work shall be deducted from the balance which would have been due to the Consultant had the Agreement not been terminated and work completed in accordance with contract documents. E. The Consultant may terminate this Agreement if it is found that the City has violated any material term or condition of this Agreement. In the event of such default by the City, the Consultant shall give ten (10) days written notice to the City of the Consultant's intent to terminate the Agreement. City shall have ten (10) days from notification to remedy the conditions constituting the default. 19. TAXES The Consultant shall pay all sales and use taxes required to be paid to the State of Iowa on the work covered by this Agreement. The Consultant shall execute and deliver and shall cause any sub-consultant or subcontractor to execute and deliver to the City certificates as required to permit the City to make application for refunds of said sales and use taxes as applicable. The City is a municipal corporation and not subject to state and local tax, use tax, or federal excise taxes. 20. SEVERABILITY If any portion of this Agreement is held invalid or unenforceable by a court of competent jurisdiction, the remaining portions of this Agreement shall continue in full force and effect. 21. MISCELLANEOUS HEADINGS 7 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. 23. COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall constitute an original document, no other counterpart needing to be produced, and all of which when taken together shall constitute the same instrument. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized officers or agents on the day and year first above written. CONSULTANT CITY OF WAUKEE By: ________________________________ By: __________________________ Name: Chadd Kahlsdorf, P.E., PMP Courtney Clarke, Mayor Title: Project Manager 8 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 master planning, final design, and construction administration for Sugar Creek Park located on the combined parcels identified as Outlot ‘Z’ on Ashworth Acres Plat #1 and Daybreak Plat #3. The scope is divided into two tasks, Design Phase Services and Construction Phase Services, and the work included is as follows: TASK 1 – DESIGN PHASE SERVICES Design Phase Services to be provided by CONSULTANT are as follows: Subtask A – Project Initiation and Project Management 1. CONSULTANT will facilitate a project kick-off meeting with CITY staff to accomplish the following: a. Review and confirm the scope of the project b. Review available information relative to the project c. Discuss specific park design concepts and desires for Sugar Creek Park. d. Review and verify project schedules and approvals for fall construction. 2. CONSULANT will coordinate progress with CITY after the initial kickoff meeting. These meetings will discuss findings, issues, schedule, and needs to keep the project progressing. 3. CONSULTANT will provide project and contract administration services throughout the duration of the project. 4. CONSULTANT will facilitate project communication throughout the duration of the project. (Including distributing meeting minutes in a timely manner). 5. CONSULTANT will manage any required subconsultant contracts needed to complete the design and construction of the project, that are not provided by CITY. 6. CONSULTANT will identify private utility conflicts and required relocation during design. It is understood that existing utility locations will be taken from as constructed information or as marked in the field and reference to the Ashworth Acres and Daybreak Plats. a. During the field data collection phase, CONSULTANT will complete an Iowa One Call to identify the utilities within the project corridor. Utility coordination will be discussed again at the preconstruction meeting. Subtask B – Data Collection 1. CONSULTANT will collect topographic survey of the project corridor public ROW which will include: a. Horizontal and vertical location of existing surface improvements b. Horizontal and vertical location of CITY utilities – sanitary sewer, watermain and storm sewer 9 c. Locate private utilities (natural gas, telephone, CATV, electric, watermain, etc.) based on field marking or other information from utility owners. d. Identify property corners to determine Outlot ‘Z’ limits for Sugar Creek Park. e. Survey existing ground to create surface model and contours for the site. f. CAD drafting to create project mapping of the project area. 2. CONSULTANT will collect aerial images with an unmanned aerial vehicle (UAV) to provide highly accurate aerial base map documenting the newly develop area. Aerial will have integrated spatial data for use for survey basemap and graphic illustrations for the park design Deliverables: Base map in PDF and CAD format UAV Aerial Imagery with integrated spatial data Subtask C – Master Planning Process 1. CONSULTANT will prepare two (2) preliminary concept alternatives and engage city staff to review preliminary concepts to refine into one (1) Preferred Master Plan Concept for Sugar Creek Park. 2. City Parks Board Information Meeting – CONSULTANT will provide CITY preferred Master Plan Graphic to inform Park Board on the direction of the project and confirm the progress to date aligns with the City’s expectation for the project. 3. Public Information Meeting – CONSULTANT will coordinate with CITY to organize and conduct a public informational meeting following Parks Board approval of preferred master plan concept. This meeting will inform the community on the general design direction for the project with opportunity for community youth to provide design direction on one element of the Park. The time and location of the meeting will be coordinated with CITY. 4. CONSULTANT will develop a Final Master Plan opinion of probable costs to be presented with Preferred Master Plan of Sugar Creek Park. 5. City Parks Board Review – CONSULTANT will provide CITY Final Master Plan Graphic with incorporation of public input for final approval by Park Board prior to City Council Adoption of Master Plan. 6. City Council Presentation – CONSULTANT will support CITY in a presentation to inform City Council on the direction of the project and seek adoption of the Final Master Plan to proceed into Final Construction Documentation. 7. CONSULTANT will develop a Final Master Plan Park Graphic that can be posted to the City’s website. Subtask D – Construction Drawings 1. CONSULTANT will complete all aspects of design needed for the construction of the Sugar Creek Park Master Plan. 60% (Preliminary) and 90% (Final) plans and specifications will be provided to the City for review and approval. The plan elements include: a. Title and General Information Sheets (A Sheets). The title sheets will include the following: index of sheets, revisions, legend, location map, project number, design traffic data. b. Construction Details (B Sheets). The Construction Details Cross Sections will include but not be limited to typical sections for the proposed grading, drainage and paving 10 improvements, specialty park details, premanufactured restroom/shelters, and landscape details. c. Estimate of Quantities (C Sheets). This includes determination of the bid items to be included in the project, along with an estimate of quantities for each item. Estimate Reference Notes (ERN) will be developed to assist the contractor in bidding the project. Erosion Control and Restoration sheets will be included in the C sheets. Sheets include the design of erosion control measures and surface restoration to be provided on the Project. d. Layout and Grading (D Sheets). Layout and Grading sheets to include full park grading with detailed spot elevations at key hardscape and playground areas. A layout and geometrics plan will be included for trail networks, hardscape, and playground areas. The scale of these sheets will be 1”=20’. e. Landscape Plan (L Sheets). Landscape sheets to include plant material schedule, landscape specific notes, and landscape planting plan. The scale of these sheets will be 1”=20’. f. Underground Utilities (M Sheets). Plans include storm sewer, sanitary sewer, and water main design. These drawings will show identified locations of franchise utilities and critical crossings. Sheets may be combined depending on clarity of the plans. i. Storm Sewer Sheets (M1 Sheets). Storm sewer layout and sizing based on proposed improvements and existing drainage patterns utilizing Chapter 2 of the SUDAS Design Manual. Plans show storm sewer horizontal and vertical profiles, unless shown on applicable D sheets, that will show the existing topography, proposed improvements, storm sewer profile, and structure locations. Structure tables and storm sewer cross will be included. The scale of these plan sheets will be 1”=20’. ii. Water Line & Sanitary Sewer Design (M2. Sheets). Plans include Sanitary and Water line to serve restroom and drinking fountain amenities. Sanitary Sewer layout and profile sheets that will show the existing topography, proposed improvements, sewer line profile, and manhole locations. Water line will be extended from City main to reach . The scale of these plan sheets will be 1”=20’. g. Removal Plans (R Sheets). This includes the design and drafting of the removal limits of the existing materials and infrastructure modifications. h. Curb Ramp Design (S Sheets). Curb ramps to be provided at midblock crossing at both east and west end of the park. Curb ramp layout will be in accordance with Chapter 12 of Iowa SUDAS Design Manual. Design ramp geometric configurations alternatives, identify surface requirements, review general horizontal curb opening, cross slopes, running slope, and identify sidewalk width and passing space within the corridor. i. Electrical Plans (E Sheets). This task consists of design and drafting associated with the electrical components within the park, restroom and shelter. Plan sheets diagraming circuity, fixture schedule, control panel, and wire schedule to be provided. 2. Project Manual: CONSULTANT will prepare a project manual for the project in accordance with Iowa SUDAS and Waukee Specifications for Public Improvements. Project Manual will be provided at the 90% design phase. 3. Engineer’s Estimate: CONSULTANT will prepare an Opinion of Probable Cost (OPC) with breakdowns provided for the various construction elements. An OPC will be provide at the 60% and 90% Design phases. 11 4. CITY Review: Plans will be reviewed with CITY at the 60%, and 90% complete stages. The project manual will be reviewed with CITY at the 90% complete stage. If required, changes will be made to the contract documents based on CITY’s review and comments. The final contract documents will be presented to CITY for approval. Subconsultant Task: Electrical Design 1. CONSULTANT will subcontract an Electrical Engineer subconsultant to perform electrical design and coordination with CITY on service and metering requirements. The electrical services for this task shall consist of: a. Site investigations and as built plan review to identify electrical service points. b. Transformer, meter, and control panel requirements based on existing conditions and proposed estimated loads c. CAD Drafting of electrical circuitry diagrams and details for electrical items d. SUBCONSULTANT electrical plans and specifications with be incorporated into the CONSULTANT submittals at 60% and 90% Construction Document phases. Subtask E – Bidding Phase CONSUTLANT will provide the following bidding assistance: 1. Prepare the formal Notice of Hearing and Letting. CONSULTANT shall post the Notice of Letting as required by Iowa State Code. The CITY shall handle publication of the Notice of Hearing. CONSULTANT shall also prepare and disseminate an informal notice to contractors concerning the upcoming Project. 2. Address questions from prospective bidders, subcontractors and suppliers, and prepare and issue addenda as required. 3. Have a representative present for opening of bids and proposals, shall make tabulations of the bid for City, shall advise City on the responsiveness of the bidders and assist City in making the award of contract, including preparation of necessary contract documents. TASK 2 – CONSTRUCTION PHASE SERVICES Construction Phase Services to be provided by CONSULTANT are as follows: Subtask A – Construction Administration CONSULTANT will provide the following construction administration activities: 1. Prepare required contract documents, with the assistance of CITY’S attorney and staff, after award of contract. 2. Convene and preside over the preconstruction conference to be attended by CITY, contractors and any affected utility companies. 3. Convene and preside over weekly construction scheduling meetings during construction. 4. Prepare change orders and written directives. 5. Review, for conformance with design concept only, any shop drawings required to be furnished by the Contractor. 6. Review any material lists, supplier’s lists, or other submittals required to be furnished by the Contractor. 12 Subtask B – Construction Observation - CITY will provide construction observation as required for park construction. Subtask B – Construction Closeout & Record Drawings 1. CONSULTANT will conduct an inspection of the project in the company of CITY and the Contractor for conformance with contract documents. A punch list will be developed from the inspection and be used to track completion of those items. 2. CONSULTANT will review record drawings reflecting constructed conditions from information observed by others and furnish one reproducible copy and one electronic copy of the plans to CITY. ESTIMATED FEES: The fees for the completion of the above scope are: Task 1 – Design Phase Services A. Project Initiation and Project Management $3,800 B. Data Collection $5,000 C. Master Planning Process $10,655 D. Construction Drawings $37,204 E. Bidding Phase $6,000 Task 1 Subtotal $69,659 Task 2 – Construction Phase Services A. Construction Administration $15,564 B. Construction Observation City Performed C. Construction Closeout $8,956 Task 2 Subtotal $24,520 TOTAL $94,179 13 ATTACHMENT 2 PROJECT SCHEDULE The time of completion of the scope of services under this Agreement shall be as follows: • Notice to Proceed: May 3, 2021 • Topographic & UAV Survey: May 28 • Parks Board/Staff Review: May 20 – Multiple concepts using Plat as-builts • Public Open House: June 10 – One plan concept with public input on play option • Final Master Plan with Parks Board review: June 17 • City Council Master Plan Approval: June 21 • Construction Documents June 17-August 10 (8 weeks) o Council approves plans for bidding: August 2 • Bidding Phase (3-week): Aug 10-31, 2021 • Construction Award @ Council: September 6, 2021 o Interim Completion Date: November 15, 2021 – Utilities, hardscape and seeding • Construction Final Completion: May 2022 14 ATTACHMENT 3 SCHEDULE OF FEES Bolton & Menk, Inc. 2021 Schedule of Fees Employee Classification Hourly Billing Rates Sr. Principal $150-280/Hour Principal Engineer/Surveyor/Planner/GIS/Landscape Architect $140-225 Senior Engineer/Surveyor/Planner/GIS/Landscape Architect $110-210 Project Manager (Inc. Survey, GIS, Landscape Architect) $100-195 Project Engineer/Surveyor/Planner/Landscape Architect $85-190 Design Engineer/Landscape Designer/Graduate Engineer/Surveyor $80-190 Specialist (Nat. Resources; GIS; Traffic; Graphics; Other) $60-175 Senior Technician (Inc. Construction, GIS, Survey 1) $85-180 Technician (Inc. Construction, GIS, Survey 1) $65-150 Administrative/Corporate Specialists $45-125 Structural/Electrical/Mechanical/Architect $120-150 GPS/Robotic Survey Equipment NO CHARGE CAD/Computer Usage NO CHARGE Routine Office Supplies NO CHARGE Routine Photo Copying/Reproduction NO CHARGE Field Supplies/Survey Stakes & Equipment NO CHARGE Mileage NO CHARGE 1 No separate charges will be made for GPS or robotic total stations on Bolton & Menk, Inc. survey assignments; the cost of this equipment is included in the rates for Survey Technicians.