Loading...
HomeMy WebLinkAbout2019-01-07-J18 Shive Hattery Agr_Warrior Lane ImprovementsAGENDA ITEM: CITY OF WAUKEE, IOWA CITY COUNCIL MEETING COMMUNICATION MEETING DATE: January 7, 2019 AGENDA ITEM:Consideration of approval of a resolution approving Agreement for Professional Consulting Services with Shive-Hattery, Inc. [Warrior Lane Improvements] FORMAT:Resolution SYNOPSIS INCLUDING PRO & CON: The project is to reconstruct Warrior Lane from the south side of Marshall Drive to University Avenue. Ashworth Road, in the vicinity of the Intersection with Warrior Lane and Northview Drive, will also be reconstructed. Approximately 300’ of Northview Drive will be reconstructed and connected to Ashworth Drive. The project includes pedestrian accommodations through all intersections and along Warrior Lane. A Pedestrian Underpass will be included near the existing stream crossing of Warrior Lane adjacent to Centennial Park. Storm Sewer improvements will be included throughout the project area with considerations for a green infrastructure storm water solution near the Waukee Public Library. Aesthetic improvements will be considered through the corridor with emphasis on the Warrior Lane and Ashworth Drive intersection. The project is anticipated to be constructed in two phases. Phase 1 will be the northern portion of the project area from Marshall Drive to the northern entrance of the Waukee Middle School and would include the green infrastructure near the Waukee Library. Phase 2 will be from the terminus of Phase 1 to University Avenue. The project includes the Preliminary and Final design of Phase 1 and only the preliminary design of Phase 2. Phase 1 of the project will be prepared in accordance with Iowa DOT office of Local Systems federal aid project development guidelines as it is anticipated that Iowa Clan Air Attainment Program (ICAAP) funds may be received. FISCAL IMPACT INCLUDING COST/BENEFIT ANALYSIS:Not to Exceed $657,000 I.Basic Services of the Consultant $584,000 II.Construction Services $ 73,000 COMMISSION/BOARD/COMMITTEE COMMENT: STAFF REVIEW AND COMMENT: RECOMMENDATION: Approve Agreement ATTACHMENTS: I. Agreement for Professional Consulting Services PREPARED BY: Beth Richardson REVIEWED BY: Kevin Vrchoticky J18 THE CITY OF WAUKEE, IOWA RESOLUTION 19- APPROVING PROFESSIONAL SERVICES AGREEMENT WITH SHIVE-HATTERY, INC. [S. WARRIOR LANE IMPROVEMENTS] 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 desires to retain the services of Shive-Hattery, Inc., related to planning for S. Warrior Lane Improvements; AND, WHEREAS, the City Attorney has reviewed the Agreement for Professional Consulting Services and finds it satisfactory. NOW THEREFORE BE IT RESOLVED by the City Council of the City of Waukee that the Professional Services Agreement with Shive-Hattery, Inc. [S. Warrior Lane Improvements] is hereby approved. Passed by the City Council of the City of Waukee, Iowa, and approved the 7th day of January, 2019. ____________________________ William F. Peard, Mayor Attest: ___________________________________ Rebecca D. Schuett, City Clerk ROLL CALL VOTE AYE NAY ABSENT ABSTAIN Anna Bergman R. Charles Bottenberg Courtney Clarke Shelly Hughes Larry R. Lyon 1 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES WARRIOR LANE IMPROVEMENTS This Agreement is made and entered into this ________ day of _____, 2019, by and between the City of Waukee, a municipal corporation, hereinafter referred to as "City," and Shive-Hattery, Inc., party of the second part, hereinafter referred to as "Consultant" as follows: THE CITY HEREBY AGREES TO RETAIN THE CONSULTANT FOR THE PROJECT AS DESCRIBED IN THIS AGREEMENT AND CONSULTANT AGREES TO PERFORM THE PROFESSIONAL SERVICES AND FURNISH THE NECESSARY DOCUMENTATION FOR THE PROJECT AS GENERALLY DESCRIBED IN THIS AGREEMENT. 1. SCOPE OF SERVICES Services provided under this Agreement shall be as further described in Attachment 1, Scope of Services. 2. SCHEDULE The schedule of the professional services to be performed shall conform to the Schedule set forth in Attachment 2. Any deviations from the Schedule shall be approved by the authorized City representative. The City agrees that the Consultant is not responsible for delays arising from a change in the scope of services, a change in the scale of the Project or delays resulting from causes not directly or indirectly related to the actions of the Consultant. 3. COMPENSATION A. In consideration of the professional services provided herein, the City agrees to pay the Consultant the following Hourly 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 $584,000.00 II. Construction Services $ 73,000.00 Total: $657,000.00 B. The Consultant shall invoice the City monthly for services, any reimbursable expenses and any approved amendments to this Agreement, based upon services actually completed at the time of the invoice. Final payment shall be due and payable within 30 days of the City's acceptance of Consultant's submission of final deliverables in accordance with the Scope of Services. 2 C. In consideration of the compensation paid to the Consultant, the Consultant agrees to perform all professional services to the satisfaction of the City by performing the professional services in a manner consistent with that degree of care and skill ordinarily exercised by members of Consultant's profession currently practicing under similar circumstances. If the performance of this Agreement involves the services of others or the furnishing of equipment, supplies, or materials, the Consultant agrees to pay for the same in full. 4. INSURANCE A. Consultant understands and agrees that Consultant shall have no right of coverage under any and all existing or future City comprehensive, self or personal injury policies. Consultant shall provide insurance coverage for and on behalf of Consultant that will sufficiently protect Consultant or Consultant' representative(s) in connection with the professional services which are to be provided by Consultant pursuant to this Agreement, including protection from claims for bodily injury, death, property damage, and lost income. Consultant shall provide worker's compensation insurance coverage for Consultant and all Consultant's personnel. Consultant shall file applicable insurance certificates with the City, and shall also provide evidence of the following additional coverage. B. The Consultant shall provide evidence of comprehensive general liability coverage and contractual liability insurance by an insurance company licensed to do business in the State of Iowa in the limits of at least $1,000,000 each personal injury accident and/or death; $1,000,000 general aggregate personal injury and/or death; and $1,000,000 for each property damage accident. The evidence shall designate the City as an additional insured, and that it cannot be 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. 3 5. NOTICE Any notice to the parties required under this agreement shall be in writing, delivered to the person designated below, by United States mail or in hand delivery, at the indicated address unless otherwise designated in writing. FOR THE CITY: FOR THE CONSULTANT: Name: City of Waukee Name: Shive-Hattery, Inc. - (Proj 418587-0) Attn: Rudy Koester Attn: Nathan T. Hardisty Title: Public Works Director/City Engineer Title: Civil Engineer, Project Manager Address: 805 University Ave Address: 4125 Westown Pkwy, Ste.100 City, State: Waukee, IA 50263 City, State: West Des Moines, IA 50266 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. 4 9. NON-DISCRIMINATION Consultant will not discriminate against any employee of applicant for employment because of race, color, sex, national origin, religion, age, handicap, or veteran status. Consultant will, where appropriate or required, take affirmative action to ensure that applicants are employed, and that employees are treated, during employment, without regard to their race, color, sex, or national origin, religion, age, handicap, or veteran status. Consultant will cooperate with the City in using Consultant's best efforts to ensure that Disadvantaged Business Enterprises are afforded the maximum opportunity to compete for subcontracts of work under this Agreement. 10. HOLD HARMLESS Consultant agrees to indemnify and hold harmless the City, its officers, agents, and employees from any and all claims, settlements and judgments, to include all reasonable investigative fees, attorney's fees, and court costs for any damage or loss which is due to or arises from a breach of this Agreement, or from negligent acts, errors or omissions in the performance of professional services under this Agreement and those of its sub consultants or anyone for whom Consultant is legally liable. 11. ASSIGNMENT Consultant shall not assign or otherwise transfer this Agreement or any right or obligations therein without first receiving prior written consent of the City. 12. APPROPRIATION OF FUNDS The funds appropriated for this Agreement are equal to or exceed the compensation to be paid to Consultant. The City's continuing obligations under this Agreement may be subject to appropriation of funding by the City Council. In the event that sufficient funding is not appropriated in whole or in part for continued performance of the City's obligations under this Agreement, or if appropriated funding is not expended due to City spending limitations, the City may terminate this Agreement without further compensation to the Consultant. To the greatest extent allowed by law, the City shall compensate Consultant as provided in Section 18(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. 5 B. The Consultant and the City further acknowledge and agree that no amendment to this Agreement or other form, order or directive which requires additional compensable work to be performed under this Agreement shall be issued by the City unless funds are available to pay such additional costs, and the Consultant shall not be entitled to any additional compensation for any additional compensable work performed under this Agreement. The Consultant expressly waives any right to additional compensation, whether in law or equity, unless prior to commencing the additional work the Consultant was given a written amendment, order or directive describing the additional compensable work to be performed and setting forth the amount of compensation to be paid, such amendment, order or directive to be signed by the authorized City representative. It is the Consultant's sole responsibility to know, determine, and ascertain the authority of the City representative signing any amendment, directive or order. 14. OWNERSHIP OF CONSULTING DOCUMENTS All sketches, tracings, plans, specifications, reports, and other data prepared under this Agreement shall become the property of the City; a reproducible set shall be delivered to the City at no additional cost to the City upon completion of the plans or termination of the services of the Consultant. All drawings and data shall be transmitted in a durable material, with electronic files provided when feasible to do so. The Consultant's liability for use of the sketches, tracings, plans, specifications, reports, and other data prepared under this Agreement shall be limited to the Project. 15. INTERPRETATION No amendment or modification of this Agreement shall be valid unless expressed in writing and executed by the parties hereto in the same manner as the execution of the Agreement. This is a completely integrated Agreement and contains the entire agreement of the parties; any prior written or oral agreements shall be of no force or effect and shall not be binding upon either party. The laws of the State of Iowa shall govern and any judicial action under the terms of this Agreement shall be exclusively within the jurisdiction of the district court for 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. 6 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 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. 7 19. TAXES The Consultant shall pay all sales and use taxes required to be paid to the State of Iowa on the work covered by this Agreement. The Consultant shall execute and deliver and shall cause any sub-consultant or subcontractor to execute and deliver to the City certificates as required to permit the City to make application for refunds of said sales and use taxes as applicable. The City is a municipal corporation and not subject to state and local tax, use tax, or federal excise taxes. 20. SEVERABILITY If any portion of this Agreement is held invalid or unenforceable by a court of competent jurisdiction, the remaining portions of this Agreement shall continue in full force and effect. 21. MISCELLANEOUS HEADINGS Title to articles, paragraphs, and subparagraphs are for information purposes only and shall not be considered a substantive part of this Agreement. 22. FURTHER ASSURANCES Each party hereby agrees to execute and deliver such additional instruments and documents and to take all such other action as the other party may reasonably request from time to time in order to effect the provisions and purposes of this Agreement. 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: Nathan T. Hardisty, Project Manager William F. Peard, Mayor Shive-Hattery, Inc. 8 ATTACHMENT 1 – SCOPE OF SERVICES PROJECT DESCRIPTION The project is to reconstruct Warrior Lane from the south side of Marshall Drive to University Avenue. Ashworth Road, in the vicinity of the Intersection with Warrior Lane and Northview Drive, will also be reconstructed. Approximately 300’ of Northview Drive will be reconstructed and connected to Ashworth Drive. The project includes pedestrian accommodations through all intersection s and along Warrior Lane. A Pedestrian Underpass will be included near the existing stream crossing of Warrior Lane adjacent to Centennial Park. Storm Sewer improvements will be included throughout the project area with considerations for a green infrastructure stormwater solution near the Waukee Public Library. Aesthetic improvements will be considered through the corridor with emphasis on the Warrior Lane and Ashworth Drive intersection. The project is anticipated to be constructed in two phases. Phas e 1 will be the northern portion of the project area from Marshall Drive to the northern entrance of the Waukee Middle School and would include the green infrastructure near the Waukee Library. Phase 2 will be from the terminus of Phase 1 to University Avenue. The project includes the Preliminary and Final design of Phase 1 and only the preliminary design of Phase 2. Phase 1 of the project will be prepared in accordance with Iowa DOT office of Local Systems federal aid project development guidelines as it is anticipated that Iowa Clean Air Attainment Program (ICAAP) funds may be received SCOPE OF SERVICES We will provide the following services for the project: Civil Engineering, Land Surveying, Unmanned Aerial Surveying, Landscape Architecture, Traffic Engineering and Transportation Engineering, Right-of-Way Acquisition Services, and Subsurface Exploration These services will consist of the following tasks: I. Basic Services of the Consultant 1. Project Management and Coordination A. Project Meetings 1) Kickoff Meeting - The consultant shall coordinate and lead a project kickoff meeting with appropriate City of Waukee staff. 2) Progress Meetings – The consultant shall lead monthly in person project meetings with City of Waukee Staff during the design process – 22 meetings are assumed (February 2019 to November 2020) 3) Prepare meeting minutes and documentation of items discussed at project meetings B. Bi-Weekly Progress Reporting – The consultant shall provide progress reporting with action items on a bi-weekly basis throughout the design process C. Quality Control – The Consultant will provide on-going Quality Control throughout the design process. 9 2. Public Engagement A. The Consultant will prepare for and conduct a maximum of two public engagement meetings. 1) Meeting 1 will occur during preliminary design and engage the public and discuss options for the corridor and intersection at Warrior Lane, Ashworth Drive, and Northview Drive (five-way intersection). 2) Meeting 2 will occur during final design of Phase 1 and discuss the upcoming Phase 1 construction, the schedule, detours, closures, and other impacts to the public. B. It is anticipated visuals and data from the traffic study and aesthetics will be presented and/or available for the public at the meeting. 3. Surveys and Mapping A. The Consultant shall perform field and office tasks required to collect topographic data, and right-of-way information deemed necessary to complete the project. B. The Consultant will conduct field surveys to obtain topographic data, ground elevations, and cross sections required for the development of the Project and to supplement the existing mapping available from the City. C. The Consultant shall obtain high resolution georeferenced orthomosaic map of the site (aerial photography). D. The Consultant will contact the various utility companies and collect available information on underground utility locations and incorporate such available utility information into the base mapping of the project. Utilities to be researched include sanitary sewer, storm sewer, electric, gas, water, telephone, cable vision, and fiber optic lines. E. The Consultant will research City, County, and State Records to establish locations of property lines, right-of-way lines, and property ownership for the properties affected by the project and incorporate this data into the base mapping of the project. F. The Consultant will provide acquisition platting for Phase I only. It is anticipated a maximum of two parcels will require acquisition platting for Right-of-Way or permanent easement. The anticipated parcels in which acquisition platting may be needed are listed below: 1) Permanent Acquisition – Right-of-Way or Permanent Easement for a portion of an existing parcel a) Immanuel Lutheran Church – 900 Warrior Lane b) Waukee Community School District - 905 Warrior Lane 2) In addition to permanent easement or Right-of-Way acquisition, the Consultant shall prepare exhibits for temporary construction easements on up to 8 parcels. G. The Consultant will provide staking of the Right-of-Way or proposed roadway project features (edge of pavement, Centerline of future Storm Sewer, etc.) for the purposes of relocation of utilities throughout the corridor. Construction staking of the actual private utility is not included with the exception of the street lighting pole locations. Additionally, construction staking during the roadway reconstruction is not included. 10 4. Right-of-Way Acquisition Services, Phase 1 (By Sub-Consultant – JCG Land Services, Inc.) A. Real Estate Acquisition is anticipated for two parcels listed below. Real Estate acquisition beyond these two parcels is not included in this scope of services. 1) Immanuel Lutheran Church – 900 Warrior Lane 2) Cross, Dave R & James-Cross, Sara M – 10 Bel Aire Drive B. Relocation Assistance - The Subconsultant will provide relocation assistance and advisory services in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended. The relocation agent will meet with the CLIENT to review the program and discuss the scope of work before beginning any activities relating to relocation assistance. They will follow the general procedures, provide services, create and maintain records, and submit reports and status reports as required by State and Federal procedures. The tasks involved with relocation activities include initial interviews with displacees, preparation of studies, presentation of offers, inspecting replacement properties, attending closings, monitoring moves, processing and reviewing claims, and providing advisory assistance. C. Record of Property Ownership and Liens Certificates - Based on the final design of the facility or public improvement project, the Subconsultant will identify those parcels that are expected to be acquired in fee or encumbered by an easement and place an order with the local abstractor in each respective county for the form of record of property ownership and liens certificates to identify and fulfill title vesting requirements. D. Compensation Valuation - For the purposes of determining the fair market value of uncomplicated or low-value acquisitions of right-of-way along the proposed project(s), the Subconsultant will research recent ‘arms-length transaction’ land sales and develop a range of values for each land type and use along the project corridor and present these values to the CLIENT for review and approval prior to negotiations. For complicated acquisitions or for those expected to exceed $25,000 per parcel, the Subconsultant will recommend the services of an experienced Eminent Domain Appraiser and an experienced Eminent Domain Review Appraiser. E. Acquisition Process. The Subconsultant will review the record of property ownership and liens reports to verify ownership interests to be conveyed for each parcel. Upon approval of the form and format for Permanent and Temporary Easement documents, the Subconsultant will prepare the necessary transfer documents based on this current ownership information, along with easement purchase agreements and a brea kdown of compensation to be paid (for land, plus any damages to the remaining tract, as a direct result of the project or construction). We will provide good-faith negotiations to acquire all rights of way needed for this project. Any Warranty Deed preparation will be the responsibility of the City’s attorney, or other attorney to comply with state law. F. Closing Process. Upon completion of the acquisition of right of way, the Subconsultant will organize and verify data for each parcel file’s closing and p ayment process or return the refused parcel file data to the City for further processing and/or condemnation if negotiations reach an impasse. The completed file will contain originals of all executed conveyance documents, a signed W -9 form, and an Allocation of Proceeds statement directing payment(s) to be made 11 G. Condemnation Support. In the event condemnation should become necessary, the Subconsultant will provide parcel file documents and information necessary for the City’s attorney, or other attorne y, to file the Application for Condemnation. If requested, (UNDER A SEPARATE TIME AND MATERIALS ADDENDUM TO THIS AGREEMENT) attend necessary meetings in support of the condemnation proceeding and/or appear as an expert witness at the condemnation hearing. In addition to the items contained in the Scope of Services for this Agreement, the Subconsultant will also provide additional support and administrative services as requested by the City’s attorney in support of the condemnation process on a case by case basis. H. Subconsultant will attend project coordination meetings scheduled by the CLIENT and/or its contractors, or agents, for the purpose of status updates and resolving problems, property owner issues, design revision complications, condemnation suppor t, and any other project related purpose as requested throughout the duration of this project. 5. Traffic Studies and Traffic Engineering A. The Consultant will perform a Traffic Study along Warrior Lane from Ashworth Drive to the north and University Avenue to the south. The study will evaluate capacity analysis and future needs along the corridor, as well as up to four design alternatives at the intersection of Warrior Lane with Ashworth Drive. The alternatives studied will be a four legged roundabout, five legged roundabout, four legged intersection with a traffic signal and four- way stop intersection. The four legged alternatives will be without Northview Drive and Northview Drive will be connected into Ashworth Drive at a secondary intersection 1) Data Collection – 14-hour turning movement counts will be collected on a typical weekday (Monday through Thursday) at the following study intersections along Warrior Lane: a) Marshall Drive b) Ashworth Drive/Northview Drive c) Bel Aire Drive d) Middle School North entrance e) Middle School South entrance f) Park Road g) SE University Avenue 2) Existing Conditions and Safety Assessment - Document existing land usage, street’s functional classification, width, number of lanes, intersection configurations, posted speed limits and on-street parking, and traffic count information. Document crashes along the corridor for the previous 5 years including any injury crashes. 3) Traffic Forecasting - Project design year traffic volumes on Warrior Lane and cross- streets using information from the MPO, City of Waukee, Iowa DOT’s historical AADTs, and future land use. 4) Traffic Modelling and Corridor Planning - Develop Synchro/SimTraffic traffic model for the AM, school dismissal, and PM peak hours for the following scenarios: a) Existing Conditions b) Opening year with Current configuration c) Opening year with Alternative Configurations d) Design year with Current configuration e) Design year with Alternative Configuration 5) Perform Capacity / Queuing / Traffic Control / Geometric Impact Analysis for study intersections. 6) Complete Warrant Analysis for proposed / recommended traffic control changes. 12 7) Evaluate access management impacts. 8) Perform traffic analysis for the intersection of Ashworth Drive and Warrior Lane, under the configurations listed below and incorporate into the traffic models. a) Roundabout with and without the west leg (Northview Drive). b) Signalized intersection without the west leg (Northview Drive). c) Unsignalized intersection with and without the west leg (Northview Drive). 9) Multi-Modal Assessment - Pedestrian, bicyclist, and transit accommodations. 10) Conclusions - Discuss potential concerns or modifications to the following: a) Roadway and intersection safety and operations. b) Traffic control and geometric impacts to the streets and intersections. c) Pedestrian, bicyclist, and transit accommodations. d) General Access. e) Discuss any trends in crash data. f) Provide recommendations. 6. Funding Assistance A. The Consultant will evaluate the intersection of Warrior Lane and Ashworth Drive for eligibility for Traffic Safety Improvement Program (TSIP) Funding as well as Iowa Clean Air Attainment Program (ICAAP) B. If eligible, the Consultant shall prepare an application for TSIP and ICAAP funds and submit to the Iowa DOT on behalf of the City. 7. Conceptual Plan Development A. The Consultant will develop conceptual plans for Warrior Lane and the intersection of Warrior Lane with Ashworth Drive. Plan development will be limited to the scenarios previously listed within the traffic study services to show the roadway and intersection improvements and right-of-way impacts. The conceptual plans will include project extents, pedestrian accommodations, roundabout geometry and locations and property owner impacts. B. The conceptual plan will be reviewed, revised by the Consultant (if requested by the City), and approved by the City prior to presenting to Project Stakeholders and the Public. C. The Consultant will prepare a concept level cost opinion and submit to the City for review 8. Preliminary Design and Plans, Phase 1 and 2. A. The Consultant will perform preliminary design services in the preparation of design plans and specifications depicting the proposed grading, drainage, paving, signing, watermain, utilities located within the proposed right-of-way, aesthetics and other features of the project. The plans for the project will be approximately 60% complete upon completion of the Preliminary Design. Separate preliminary design plan sets will be completed for Phases 1 and 2. Preliminary Design plans will include the following: 1) Title and General Information Sheets (A Sheets) 2) Preliminary Typical Cross Sections (B Sheets) 3) Preliminary Plan and Profile Sheets ( D and E Sheets) 4) Reference Ties and Bench Marks (G Sheets) 5) Preliminary Staging (J Sheets), If necessary 6) Preliminary Stormwater Drainage Design and Green Stormwater Infrastructure (M Sheets) 7) Preliminary Pavement Marking and Signage (N Sheets) 13 8) Watermain sheets – O Sheets 9) Preliminary Street Lighting Design Sheets (P Sheets) 10) Preliminary Aesthetic Enhancements (U Sheets) 11) Preliminary Culvert Type, Size, and Location Plans – Drainage Culvert and Pedestrian Underpass (V Sheets) 12) Preliminary Cross Section Sheets (W, X, Y Sheets) B. An Opinion of Probable Construction Cost will be completed with Preliminary Design. C. The Consultant will explore up to three concepts for Aesthetic treatments throughout the corridor and at the Intersection of Warrior Lane and Ashworth Drive. D. The consultant will create fly-through video of proposed project renderings for up to two concepts. It is assumed one concept will include a roundabout at the Warrior Lane and Ashworth Drive Intersection and the second will be a Traffic signal at that location E. The Consultant will coordinate with the Iowa DOT’s Roundabout review program should a roundabout become the preferred alternative for the intersection at Warrior Lane and Ashworth Drive. F. The Consultant shall coordinate the preliminary design of an SRF sponsored water quality improvement project including submittal and coordination of SRF review milestones. 9. Subsurface Exploration – Soil Borings (By Sub-Consultant Allender Butzke Engineers, Inc.) A. Geotechnical Exploration – Mobilization with drilling equipment, traffic control, boring locations, utility locations (Iowa one Call), drill 14 borings 10 to 30 feet deep (8 roadway borings 15 feet deep, 2 culvert borings 30 feet deep, 2 pedestrian underpass borings 20 feet deep, and 2 detention area borings 10 feet deep), laboratory testing (including two each proctor, grain size, and atterberg limits tests for subgrade soils and two additional grain size analysis for stormwater infiltration), engineering analysis and written reports. B. Pavement thickness design for the proposed roadway. 10. Utility Coordination A. The Consultant shall coordinate with utility companies in the corridor to discuss impacts to their facilities b y the proposed roadway improvements. The anticipated utilities located within the corridor are listed below: 1) CenturyLink 2) Consolidated Communications 3) Mid-American Energy - Electric 4) Mid-American Energy – Gas (if any, the gas Utility is the City of Waukee) 5) MI-Fiber 6) Mediacom Communications Corp. 7) City of Waukee 8) Waukee Community School District 14 B. It is anticipated up to two meetings with each of the utilities will be held to discuss their impacts to their facilities and a plan for relocation. C. The Consultant shall coordinate with the utilities during relocation of their facilities, if necessary. 11. Final Plans and Specifications A. Based upon approved preliminary design, the Consultant shall subsequently proceed with final design for Phase 1 only, contract drawings, specifications, and an opinion of probable construction cost for the award of a single contract for the construction of the proposed improvements for Phase 1. Final Plans and Specifications to include the following: 1) Title and General Information Sheets (A Sheets) 2) Typical Cross Sections (B Sheets) 3) Estimate of Quantities, Estimate Reference Information (C Sheets) 4) Plan and Profile Sheets (D and E Sheets) 5) Erosion Control Sheets (EC Sheets) 6) Reference Ties and Bench Marks (G Sheets) 7) Traffic Control and Staging (J Sheets) 8) Intersection Geometrics (L Sheets) 9) Stormwater Drainage Design and Green Stormwater Infrastructure (M Sheets) 10) Pavement Marking and Signage (N Sheets) 11) Watermain sheets – O Sheets 12) Street Lighting Design Sheets (P Sheets) 13) Curb Ramp, Sidewalk, and Trail Plans (S Sheets) 14) Construction Details and Aesthetic Enhancements (U Sheets) 15) Detailed Cross Sections (W, X, Y Sheets) B. Opinion of Probable Cost C. The Consultant shall coordinate the final design of an SRF sponsored water quality improvement project including submittal and coordination of SRF review milestones. 12. Permitting A. The Consultant will provide a Wetland and Waters of the United States (WUS) delineation for the project area. If wetlands or WUS are present, the upper boundaries within the project area will be identified and mapped. B. It is anticipated a Nationwide Section 404 permit can be obtained should wetlands be impacted by the project. The Consultant will coordinate with the United States Army Corps of Engineers to obtain clearance under a section 404 nationwide permit. In the event additional studies are required for a regional permit or individual permit those shall be considered additional services. C. The Consultant shall coordinate the publishing of the public notice of stormwater discharge, and provide proof of publication to the contractor. 15 13. Bidding A. The Consultant will coordinate and manage the letting process for the project including printing of plans and specifications, preparing the formal Notice of Hearing and Letting, and plan clarification and addenda. Consultant to attend bid opening, prepare the bid tabulation, make recommendation of award of contract, and secure the necessary contractual documents II. Construction Services – Phase 1 Only 1. Construction Administration A. Construction Administration services shall consist of office based services to assist the City in implementing the construction contract for Phase 1 of this project. The work tasks to be performed by the Consultant shall include the following: 1) Conduct a Pre-Construction Meeting after the award of the construction contract for the Contractor, Subcontractors, Utility Companies and other interested parties. 2) Review Shop drawings, samples, and other data which the Contractor is required to submit. 3) Participate in weekly Construction meetings and provide documentation (meeting summaries) of the discussion and decisions reached in those meetings. For budgeting purposes, it is assumed meetings will completed for 28 weeks of active Construction. 4) Provide visits to the site at intervals appropriate to the various stages of construction as the Consultant deems necessary in order to observe as an experienced and qualified design professional the progress and quality of the various aspects of the Contractor’s work. For budgeting purposes, it is assumed one site visit per week will be completed for 28 weeks of active Construction. 5) Issue necessary interpretations and clarifications of the plans, and in connection therewith, prepare change orders as required. For budgeting purposes, 120 hours engineering has been included. 6) Prepare and assist in processing Pay Requests and Change orders. The consultant shall not be responsible for determining the amount/quantity of items constructed in the field 7) Prepare construction record drawings defining the actual location of improvements and fixtures showing those changes made during construction, based on the marked up drawings and other data furnished by the contractor and the Resident Construction observer. Field survey of the constructed storm sewer for determining storm sewer pipe inverts is included, all other as constructed survey is not included. 8) Assist in documentation of construction of SRF eligible costs B. Resident Construction Observation services are not included, if desired by the City, these services can be added by a mutually agreed upon supplemental agreement to this contract. 16 ADDITIONAL SERVICES The following are additional services you may require for your project. We can provide these services but they are not part of this proposal at this time. 1. Construction observation 2. Final design of Phase 2 for Warrior Lane Improvements 3. Modifications to private property including modifications to the Waukee Middle School property. 4. Preparation of Environmental Documentation CE/EA/EIS, other than IDOT concept statement. 5. Cultural Resources Surveys. 6. Contaminated Soils Investigations. 7. Street Lighting Circuit Design. 8. Subsurface Utility Investigations. 9. Construction Survey. 17 ATTACHMENT 2 – PROJECT SCHEDULE Schedule Traffic Study: January – March 2019 Five–way Intersection Concepts: April-May 2019 Public Meeting on 5-way Concepts: May 2019 Preliminary Design: May-August 2019 TSIP and ICAAP Applications: July-August 2019 Utility Coordination: September 2019 – Spring 2020 Aesthetics: September – December 2019 Final Design: Spring and Summer 2020 Utility Relocation: 2020 Construction Season Letting: Fall - Winter 2020 Construction Administration Spring – Summer 2021 18 ATTACHMENT 3 SCHEDULE OF FEES CONSULTANT’S 2019 STANDARD HOURLY RATE SCHEDULE PROFESSIONAL STAFF: TECHNICAL STAFF: Grade 1 $ 88.00 Grade 1 $ 61.00 Grade 2 $106.00 Grade 2 $ 76.00 Grade 3 $119.00 Grade 3 $ 85.00 Grade 4 $133.00 Grade 4 $ 93.00 Grade 5 $146.00 Grade 5 $106.00 Grade 6 $159.00 Grade 6 $119.00 Grade 7 $173.00 Grade 7 $133.00 Grade 8 $190.00 Grade 9 $207.00 ADMIN STAFF: $ 60.00 SURVEY STAFF: One Person $126.00 Two Person $193.00 Drone Surveyor (Video or Photogrammetry) $155.00 Drone Surveyor (Thermography) $310.00 Scanning Surveyor $155.00 Surveyor with Two Scanners $210.00 REIMBURSABLE EXPENSES: TRAVEL IN-HOUSE SERVICES Mileage- Car/Truck $0.58/ Mile Prints/Plots: Mileage- Survey Trucks $0.68/ Mile Bond $ .30/Sq. Ft. Lodging, Meals Cost + 10% Mylar $ .75/Sq. Ft. Airfare Cost + 10% Photogloss $ .90/Sq. Ft. Car Rental Cost + 10% Color Bond $ .60/Sq. Ft. Foam Core Mounting $ 13.00 OUTSIDE SERVICES Computer Services Cost + 10% Color Prints: Aerial Photogrammetry Cost + 10% Letter Size $ 1.00 Professional Services Cost + 10% Legal Size $ 2.00 Prints/Plots/Photos Cost + 10% Deliveries Cost + 10%