Loading...
HomeMy WebLinkAbout2016-10-03-J03 SCMGC Bridge Replacement Eng Agr AGENDA ITEM: CITY OF WAUKEE, IOWA CITY COUNCIL MEETING COMMUNICATION MEETING DATE: October 3, 2016 AGENDA ITEM: Consideration of approval of a resolution approving Agreement for Professional Consulting Services with Bolton & Menk, Inc. [Sugar Creek Municipal Golf Course Bridge Replacement] FORMAT: Resolution SYNOPSIS INCLUDING PRO & CON: This resolution is an agreement with Bolton & Menk for consulting services for the Sugar Creek Golf Course Bridge Project. Bolton & Menk will complete Hydraulic Modeling, Preliminary Design, Opinion of probable costs, Final Design, and construction administration. Bolton & Menk will provide engineered stamped drawings that will allow the city to apply for the necessary DNR permits. Staff received four proposals and the review committee selected Bolton &Menk. Data collection, hydraulic modeling and design will be completed by December 31st. Depending on the length of time it takes the DNR to approve the permit it is anticipated that construction of the bridge will be completed by June 1st. FISCAL IMPACT INCLUDING COST/BENEFIT ANALYSIS: $30,480.00 COMMISSION/BOARD/COMMITTEE COMMENT: STAFF REVIEW AND COMMENT: The City Attorney has reviewed the agreement and city staff would recommend approval. RECOMMENDATION: Approve the resolution. ATTACHMENTS: I. Proposed Resolution II. Contract PREPARED BY: Matt Jermier REVIEWED BY: PUBLIC NOTICE INFORMATION – NAME OF PUBLICATION: DATE OF PUBLICATION: THE CITY OF WAUKEE, IOWA RESOLUTION 16- APPROVING AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES WITH BOLTON & MENK, INC. [SUGAR CREEK MUNICIPAL GOLF COURSE BRIDGE REPLACEMENT] 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, due to past flooding at Sugar Creek Municipal Golf Course, a cart bridge requires replacement; AND, WHEREAS, Bolton & Menk, Inc., has provided the City with an Agreement for Professional Consulting Services related to hydraulic modeling, preliminary design, opinion of probable costs, final design, and construction administration, along with engineer-stamped drawings that will allow the city to apply for the necessary DNR permits; AND, WHEREAS, the engineering services agreement, attached hereto as Exhibit A, has been reviewed and approved by the Waukee City Attorney. NOW THEREFORE BE IT RESOLVED by the City Council of the City of Waukee that the Agreement for Professional Consulting Services with Bolton & Menk, Inc. [Sugar Creek Municipal Golf Course Bridge Replacement] is hereby approved. Passed by the City Council of the City of Waukee, Iowa, and approved the 3rd day of October, 2016. ____________________________ William F. Peard, Mayor Attest: ___________________________________ Rebecca D. Schuett, City Clerk ROLL CALL VOTE AYE NAY ABSENT ABSTAIN Anna Bergman Brian Harrison Shelly Hughes Larry R. Lyon Rick Peterson 1 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES Sugar Creek Municipal Golf Course Bridge Replacement City Project No. _______ This Agreement is made and entered into this 3rd day o f October, 2016, 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 fo rth in Attachment 2. Any deviations from the Schedule shall be approved by the authorized City representative. The City agrees that the Consultant is not responsible for delays arising from a change in the scope of services, a change in the scale of the Project or delays resulting from causes not directly or indirectly related to the actions of the Consultant. 3. COMPENSATION A. In consideration of the professional services provided herein, the City agrees to pay the Consultant the following sum NOT-TO-EXCEED, including any authorized reimbursable expenses, pursuant to the Schedule of Fees set forth in Attachment 3. I. Basic Services of the Consultant A. Project Development $_1,470____ B. Design Activities $_21,490___ C. Construction Services $_7,520 ____ Total $_30,480___ B. The Consultant shall invo ice 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 2 days of the City's acceptance of Consultant's submission of final deliverables in accordance with the Scope of Services. C. In consideration of the compensation paid to the Consultant, the Consultant agrees to perform all professional services to the satisfaction of the City by performing the professional services in a manner consistent with that degree of care and skill ordinarily exercised by members of Consultant's profession currently practicing under similar circumstances. If the performance of this Agreement involves the services of others or the furnishing of equipment, supplies, or 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 reg istered 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: Bolton & Menk, Inc. Attn: Matt Jermier Attn: Chadd Kahlsdorf, P.E., PMP Title: Director of Parks and Recreation Title: Project Manager Address: 230 W. Hickman Road Address: 309 E 5th Street , Suite 202 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 wit hin 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, une mployment , 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, 4 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 lo ss which is due to or arises from a breach of this Agreement, or from negligent acts, errors or omissions in the performance of profess ional 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 compensatio n for any additional compensable work performed under this 5 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 entir e 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 federa l 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. 6 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 t ime 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 conditio n of this Agreement or that Consu ltant 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 condit ions 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 vio lated 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 7 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 jur isdiction, 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 w hen 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 William F. Peard, Mayor Title: Project Manager 8 ATTACHMENT 1 SCOPE OF SERVICES DESCRIPTION OF PROJECT AND SCOPE OF IMPROVEMENTS The Consultant agrees to provide professional services required for the design and construction for the Sugar Creek Municipal Golf Course Bridge Replacement as listed below. I. BASIC SERVICES For purposes of this Project, Basic Services to be provided by CONSULTANT are as follows: TASK 1: PROJECT DEVELOPMENT Subtask 1.1: Kickoff Meeting Description: The consultant will facilitate a Kick-Off Meeting with City staff to accomplish the following: • Review and confirm the scope and nature of the proposed improvements • Review any special issues regarding the project • Conduct a field review of project area by project team members and City staff Deliverables: • Minutes of Kick-Off Meeting TASK 2: Design Activities Subtask 2.1: Data Collection This task will include collecting and reviewing field data and measurements from the topographic survey. The preliminary field data will be supplemented with other available information such as aerial photos and mapping, utility maps, as-built drawings, reports and studies, any additional information available from FEMA, the Iowa DNR floodplain data, LiDAR mapping, soils mapping, etc. This will help develop a broad understanding of the site and be used to develop the design documents. This subtask will also include creating photo record of the project areas. Deliverables: • Photo Records of Project Area • Survey Field Data in Project File Submittal Subtask 2.2: Hydraulic Modeling Description: Develop a hydraulic model of the channel and contributing areas that impact the bridge and channel to determine the high water levels. Deliverables: • Hydraulic Model • Display Maps Subtask 2.3: Preliminary Design Description: Complete preliminary plans based on hydraulic modeling. Major design components to include the following: 9 • Bridge Replacement Structure • Golf Cart Path Design • Grading • Erosion Control • Construction Quantities • Opinion of Probable Cost (OPC) of Construction Deliverables: • Preliminary Design Plans (PDF format and Hard Copy) • OPC of construction of the preliminary design Subtask 2.4: Project Coordination Description: Schedule coordination meetings with the City throughout the design phase. The purpose will be to review project status, discuss coordination and design issues, and review project schedule and budget. This will also include a preliminary design review meeting with the permitting agencies at the completion of the preliminary design phase. Deliverables: • Preliminary Design Plans (PDF format and Hard Copy) • OPC of construction of the preliminary design Subtask 2.5: Final Design Description: Final design refine the design elements of the preliminary design package. The final design will incorporate comments from the preliminary design review. The following additional items will be included: • Final Design Drawings • Construction Specifications • OPC of Construction Deliverables: • Project Manual (Final Design Construction Drawings and Specifications) • Final Design OPC TASK 3: Construction Services Subtask 3.1: Project Bidding Description: Consultant will support project bidding in accordance with Iowa State bidding laws. We will respond to bidder’s questions and prepare any needed addenda. We will also assist in the post bid process by verifying the accuracy of bids, preparing a bid tabulation in an acceptable format, investigating references of low bidders, and recommending award of the contract to an acceptable bidder. Subtask 3.2: Construction Administration Description: Consultant will provide the following construction administration services: • Scheduling and assisting with the preconstruction conference • Reviewing shop drawings 10 • Answering design interpretation questions • Tracking construction quantities and reviewing contractor’s pay requests • Negotiating and preparing change orders and/or supplemental agreements • Providing construction observation services • Apprising City staff of the quality of the work • Performing final inspection with City staff • Updating design drawings to reflect as-built condition • Closing out permits with the responsible agency II. ADDITIONAL SERVICES Consulting services performed other than those authorized under Section I shall be considered not part of the Basic Services and may be authorized by the CLIENT as Additional Services. Additional Services consist of those services that are not generally considered to be Basic Services; or exceed the requirements of the Basic Services; or are not definable prior to the bidding of the project; or vary depending on the technique, procedures or schedule of the project contractor. 11 ATTACHMENT 2 PROJECT SCHEDULE The time of completion of the scope of services under this Agreement shall be as follows: Note: Schedule is preliminary and will be dependent on outside agency review which may cause delays 12 ATTACHMENT 3 SCHEDULE OF FEES Submitted by Bolton & Menk, Inc. 1 2016 Schedule of Fees The following Fee Schedule is based upon competent, responsible professional services and is the minimum, below which adequate professional standards cannot be maintained. It is, therefore, to the advantage of both the Professional and the Client that fees be commensurate with the service rendered. Charges are based on hours spent at hourly rates in effect for the individuals performing the work. The hourly rates for Principals and members of the staff vary according to skill and experience. The current specific billing rate for any individual can be provided upon request. The Fee Schedule shall apply for the period through December 31, 2016. These rates may be adjusted annually thereafter to account for changed labor costs, inflation, or changed overhead conditions. These rates include labor, general business and other normal and customary expenses associated with operating a professional business. Unless otherwise agreed, the above rates include vehicle and personal expenses, mileage, telephone, survey stakes and routine expendable supplies; and no separate charges will be made for these activities and materials. Expenses beyond the agreed scope of services and non-routine expenses, such as large quantities of prints, extra report copies, outsourced graphics and photographic reproductions, document recording fees, outside professional and technical assistance and other items of this general nature, will be invoiced separately. Rates and charges do not include sales tax, if applicable. Employee Classification Hourly Billing Rates Sr. Principal Engineer/Surveyor $170-240/Hour Sr. Project Manager - Principal Engineer/Surveyor/GIS/LA $127-180 Senior Transportation/Aviation Planner $125-175 Project Manager (Inc. Landscape Architect and GIS)$106-170 Project/Design Engineer/Planner/Landscape Architect $52-170 Licensed Surveyor (Inc. Lic. Project Surveyor or Manager)$94-165 Project Surveyor $82-130 Specialist (Nat. Resources; GIS; Traffic; Graphics; Other)$47-140 Senior Technician (Inc. Survey1)$72-165 Technician (Inc. Survey1)$33-140 Administrative Support & Clerical $29-110 Structural/Electrical/Mechanical/Architect $120-215 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.