Loading...
HomeMy WebLinkAbout2019-02-04-Resolutions 19-051_N 10th St Improvements-Hickman Rd to NW Douglas Blvd, Engineering AgreementTHE CITY OF WAUKEE, IOWA RESOLUTION 19-051 APPROVING AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES BETWEEN FOTH INFRASTRUCTURE AND ENVIRONMENT, LLC, AND THE CITY OF WAUKEE [NORTH LOTH STREET IMPROVEMENT PROJECT, HICKMAN ROAD TO NW DOUGLAS BOULEVARD] IN THE NAME AND BY THE A UTHORITY OF THE CITY OF WA UKEE, 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 the design and construction administration of improvements to North loth Street from Hickman Road north to NW Douglas Boulevard; AND, WHEREAS, City staff recommends retaining the services of Foth Infrastructure and Environment, LLC, for said services. NOW THEREFORE BE IT RESOLVED by the City Council of the City of Waukee that the Agreement for Professional Consulting Services between Foth Infrastructure and Environment, LLC, and the City of Waukee [North l Oth Street Improvement Project, Hickman Road to NW Douglas Boulevard], attached hereto as Exhibit A, is hereby approved. Passed by the City Council of the City of Waukee, Iowa, and approved the 4th day of February, 2019. i illiam F. eard, Mayo Attest: J )� Rebecca D. Schuett, City Clerk RESULTS OF VOTE: AYE Anna Bergman X R. Charles Bottenberg X Courtney Clarke X Shelly Hughes X Larry R. Lyon X NAY ABSENT ABSTAIN !AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES N. 10"' Street Improvements - Hickman Road to NNE' Douglas Boulevard Waukee City Project No. This Agreement is made and entered into this it�tday of ��;;tttd�'.` 2019, by and between the CITY OF WAUKEE, a municipal corporation. hereinafter referred to as "City", and FOTII INFRAS I'RUC"TURE AND ENVIRONMENT, LLC. (Fed. I.D. 820-5814224), a limited liahility company licensed under the laws of the State of lowa, party of the second part. hereinafter refcrrcd to as " C'otnsultant" as follow s: THE CITY HEREBY AGREES TO RETAIN THE CONSULTANT FOR THE PROJECT AS DESCRIBED IN TIIIS AGREEMENT AND CONSULTANT AGREES TO PERFORM THIS PROFESSIONAL SERVICES AND FURNISHTHE NECESSARY DOCUNITENTATION FOR THE PROJECT AS GENERALLY DESCRIBED IN THIS AGRFEMENT. I. SCOPE OF SERVICES Sen iccs Inm idcd under this he as further dc�cribcd in Attacliniciit 1. Scope tits )Cl S. 2. SCHEDULE: 'I he schedulc ol'the professional services to be perfortucd shall confbrnn to the Schedule sct I'0rth in Att2leIiiiwnt 2. Ali.. dcv iatikons ii-()nt (hC Schedule shall he approv ed by the authtH-1/ed 06 represctItativ C. 'fhc City Ik'recs th,It the (consultant is not res1)011-�1bl0 k)r delay- Irisiii-) front a chmiLC in the scope ol'.cr\ ices, a ehan-c in the sc llc ol'tbc Project or dclav-;rc;ullin�� 1,1,0111 caus:.Is n�_�t dircctly or indircctl\ related to the action; of the Consultant. 3. COMPENSA'TION A. In consideration of the prol'c-,signal scr\ iccs pr'_)v ided herein, the ('itv a0rccs to pav the ('olnSultanl the 1611MVinI-1,M)l \0'1'-l�t)�t:AC�LED. includinL,any autltoriied rwimbtu`sahle expense; p�_usuani to HIC SChCcIUle of l cc; sct forth iii \itaehmcnt Basic Services of the Consultant A. Project Coordination S 65,000 B. Design Surveys and Mapping S 40,000 C. Preliminary Design and Plans S 289,350 D. Pre -Final (Check) Design and Plans S 270,000 E. Final Plans and Specifications S 50,000 F. Letting Services S 10,000 G. Real Estate Services S 40,000 Subtotal - Basic Services S 764,350 IL C'onstniction Services A. Cunstruction Administration S 195,000 B. Resident Enginccrin(`Observation 17 500 Subtotal - Construction Set-ViCCS S 712.500 Total Compensation S 1,476,850 Paw,c t of, 28 I oth Infrastructure & Fm irunntcnt. I.LC Proicct No. I9W003.01 N. to"' Street Improvements Ilickmin Rd to NW Douglas 131%d \1-aukec. lowa B. The ('(mSilliant "trill invmcc tt'_, ('itv monthly lift scl%iec;. any Icimbul-Sahlc cXpcnScs and Sulu appl-m cd auIell (Inlenis to this. AgicenleIt. bascd upon uury ICCS actually eunlplcted at the Iilnc oif the illvoicc. Final payment ;hall he (lue an(I payahlc V, ithi1) M days or the ( lQ4 acceptancc of( orim111aM ndwilI,SSIt)I1 or Illlal dt'11\crahlus ill aca"Am we "it the Scolm ofScry W". C. In COnni icrokm ofthc paid to 111c ('Onsult;ult. the ('t111'tdtallt to pci-161'I11 all ;( n i vS tht, of th'-, { ny hF p'tiolllllll�' ltC pmf.',siolml scry isc; in a in,_ulllcl cOnNACHt Xv illl That ofc•arc and ,hill Ordillarik �'\t'I�.Itic`tl h\ llleml""r, Ol ( oil-mlialit"ti 111-weS:>It)Il :uI-!-Cn1 \ ii'&Jil-iil!' tlndCr `;III!II!It CIICUIII'�t�UIC�:i. 11 Mc pal"hwmancc t)I thk Apia Illellt IIIVAUS tilt: 4crA ice' O1 t)ION or the rul-ni`hi!", ()r cquipII]Cllt. StIpl)II�'S. w. I I I i I I nri<Ik. the ( UllStIItlllll :11!1a-, lu po-V l)i ills Sanit. ill full. d. INSI_ RANC't: V ('ollStdtallt und,'IStand'; and agl-CC5 that ('ull5ut,int SIlall haVC Ili) rl1'_Ilt of Clt\Cl-mr.c IIIldUl� atl.A and all cxi,llllt! m Illtlliv (Il\ C0Illpn'hCIISIAC SCIt of l)el'>l)al injltl'V policic". (Avuhant shall pn)v idc insur mcc cm crai c for and till he1,11 F of ('onsullant that vyill suflicicntly IVOI xt ('ousuh;ult or C'unsultaln' rept(scntu(ive(,) in cvllllection yvith the prt_)fcaiOntll s�ry ir�,�; vytic�h arc it, he pruvidcd i>y ('t�nsutant pursl.l,ult t<) this-1��re�.:nlent includin�-, ptolcclion front claim:, 161 hodik illjur death, property danrt,gc_ and lust iuconle Consultant stall provide vv MY, coulpcnsation insur lICC Cov Ora ,.-c Iol- ('onsullant and all C'Onsultant's pcisouncl. ('uusultallt shall file a1plic�ahlc insurance cerlih atcs vv ith the ( 'ity . and shall ;lim) Iwov ide cv idcnc:c of the Boll(\ ing, additional ccv crap. B. IN C'o mIanl ~hall pmvWe mAla cr of coinprchcnsivc powntl liability "n-e pe anti Contractual tahlllt\ IllStll'ancc by all Illiurancc company' licensed to (it) hw,in(:SS it -)the 5latc of Iowa in the limits of at least ti I.000AWO Cash pers,ollal injury aecidcnt and or death: 51,000000 pelsorllll injtn-) and or death- mid til.(1(IO"W O 1i)r Cach property damage acnAlunt The ey %wc ;hall ilcaiunate the City a, all additional insrn-ed and that it cannot he canecle(l or nlalcrialk, altered v, iltont l,iv ina the: City at least Ill;rty (5 days "Titlen notice by registete(1 mail retard receipt requested. C. The (Vonsultant shall also provide ev idencC of aulOnn_)hile liability CM n a2C in the limits of at least S 1.000 000 hod iI injury and plvpe'rly danlal!c combined, The shall desi(,liatc the ( ity a,, all addiliollal inSurcd. and that it cannot hC cancelled or materialk altcrcd v\ilhout t!icin'-1 the ('itvat least thirty (.)()) days vyFitt-,-,n notice by ret�i:,tcred mail. return receipt requested. 1). The Consultant shall prov ide cv i(Icncc of professional liability insurance, Im an insurance Colliparly licensed to do business in the `)tare of Iowa. in the limit of�;1.000_000 for Claims arisillL) out Of the professional liability of the ('on>;ulti.tnt. ('Onsuhant ,hall prom ide° city written nolicc y61hin Cim (5) days by registered mail. rclurlt receipt retlucstcd of the Cancellation or material alteration ofthe professional liahility policy. K Fanfare t)f (1m,uhant to maintain anv of the insurance coy erapn set ON above sludl crnsli?luc a ul;licrial breach ol'this A� )lucnlclll. Ily 2 of 28 I utlt Intraaructurc << !_nv ironment. LL(' Proiect No. 19W0( M I N. 10"' Street Improve .Bent, Hickman Rd to N\V DOu1-1tas 13kd Waukee. Iowa 5. NO"IIC'I: %nv m,tic:c: 5, Mc pw K ro�olhv l under this aaw n iiit �I1i11 he in riIin,,. delivered to the pose+n dc; J,'n,Itcll hcl, h" t tiled St ate:; mail or in lmhd dcliverr. at the in(lic.,Ilc.tl ,1(1(11 �<s IIIIIC�ti otlwl A\ ILL' dl'�I!_il:ll-"of ill writlil�_t FOR THE CITY: FOR hIIF CONSULTANT: Name: 01V Of Waukee; — Name: F th Inlrastnlcture aild Environment -------------------------- Attn: Ru(iy hocstcr, P.E. Attn: — Patrick P. Kueter, P.F. Title: Director of Puhlic \Yorks Title: Client Director Address: 3(-) W I lickn an Rc2at1 Address: 8191 Birchwood Court, Suite 1. City, State: Waukee, IA 50263 City, State: Johnston, lA 50131 6. GENERAL CONIPLIANCE Ill the a)ndurt ol'tlle prolcssil>nal acry ices conlenlplatc(l IWICll11dC1. the COWLlltanl ahall omII)I� yv ith applicahlc slate. IcdCI:II, and IOCa1 1:1yy-rule; allot re<zulations technical sialldard';. or:,pcciiicatiow� -, It"(1 t)y the Citti, Consultant mll,t yu-1�i1,v lily allcl obtain alIV rcyuircil IiC(�H cs prior to c'oIrWICnccmcjit of v,ork inc lu(lit) g any prolcssion,ll Ilccn cs IWCC':;n! v to perlilrnl ", orl.: v: it! till thc: Stale oClovva- 7. STAND, D OF CARh. Scry iccs prov icic.•cl by the Collstillaut under this shall he llrrfl>rmed in a lu,lnrlcr �"Wlli.,tcji l vVit!1 that cic­_�rec ol,caly ill(l skill orclitlarily cwrcisc(l by IncIllhcrs ol,t1w -�al)W pI'�)ICSSIt)Il CIIrrCl)tlV pracllcing. ttllllcl- similar ��1rCt1111�talleCS. S. INDEPENDENT CON"T-RACTOR C011SLlhallt lIn lCr.StandS anki agrecs that the ( risultant allot Cotr,,ultallt'S cmployccs iml rcpresonim ve; arc not (11% cnlploycn Kwultant shall he solely responsihk Or p.1vnlent of "llarics vv<l,zr; payroll t,-l\cs, micn1171ovmcnt henefits_ or any other forlu ofcolnlwnwatil-ln or bencht to ('onsultmit or ('on;ullant's cmployecs represcntaliv cs or other personnel perl'6r1llin,, the prulcssiunal scrvices specified herein whether it I)c of a (fit cct or indirect n;Iltlre. I'UItIICV it i, CXpressly IIndcrsiood and a�_,reccl tIial lOr such purposes ncitIIc). Consultant nor Con�,ultant'.� representatives of other pct;onncl shall 1lc cntitic:cl to any Cite p,l.',roll. insurance:: uncmplO nmtalt. worker's compensalmll rctirclucur t_ oany other benefits vv hurImunw. 9. NON-DISCRINMINATION Consultant vv ill uol di.�Clillmialc, against any o:mpl(nce ol'apphnint lin enlployntenl henumc ol,race_ cc'lctr. ;c\ national ori(Jn religion. agc. handicap_ or vCtClill status;- (`„11LAultallt will where approp ialc or rctluircd. take Uhnn dye action to ensure that applicants are enlpimc(l <nld th;11 employ ccs arc treated. during clnplov nlcnt v6thoul t�� their race. eolol or national migin, rclic6011 a;!c:, hanclirap, or veteran status. Consultant vv ill cooperatc vy ith the ('it% in uNinl, Consultani's hco efforts to ensure• that Disadvantaged l;u,incss 1:11tcrhri; ", arc tllc MaXinitlnl upportutlity to colllptte fill- subcontracts c,l vvctrk ullcic'r this A!1rccnlenl. 10ge 3 of IS I'U(II Inliesnucturc & l-nrironnuvll. I.l.( N. lu" Sucet Improvements Project No. I(AV003.01 Ilickman Rd to NW Douglas Iik(I Waukec, Iowa 10. IIGLU FIARMI,ESS Uml.-,ult.lnt apl u�, to indclullif,% and hold harnllcs•ti HIC ('itv. its Of'Iic('r, al!!Cnk and cnll)loycc•.; fi'0111 any and all claim; .cuk,IIIL'nt; and jud,�.nlcnt, to include Al tca,mlahl� investigative ILLS attorlleV,s lees and c onit ( t, ,1" li)t ally &Illlnpc (w MSS V%jl�� 1, k lllic (() or m-isc.�, lronl a hrrach ut tlllti awls clwr1, of in the' perl'ol-Inance ;CI\ I, 's nildct llll`: '\!)I'Ivilwlll and Illoi)' of Its :<tlh k.()ll,t,Ili anr, or anvonc 1(`I. Mlonl ('ml-�tdtant in lc��alk liahlc. 11. ASSIGNMENT Cwl,;ull�lln shall nol a',:JI )I1 Or,)l1wi\\ I;;c il-;III': cv Illy (Wr III`. IlNht Or ��hliJ:lllUll� tIICRlll 1A it! lotlt IIt"I reed" illy_ 1111or A%I IttclI (ull'i,",l'i- i)f tll(' 12. APPROPRIATION OF FUNDS I W lundi al pmpri�llcd low this A,,!ICcnwnt arc e(Illal tO 01' U\CC(ed tllc' ei)I111lCIl�aUoll tO I)e I)ald to (VllStdtilllt. I he ( llA ti �'u!IIIIILIIII:'- o17h'.'_aIl(�Il`, II'I(',,'i this Ill;I.V I)l'-'Llhiect t(` al)Ilropi-wtion ol, I1111diml hvv the City Council. In Ills TI that -,lIfl -'icnt fllndnL= iis nOt I.II,,d in v,-hote m, 111 h�lrl for,olliilllw' ! pcl lt)tlllall,-C OI the CilV'n OhhlLlatl))ll`) HildO thin Agrt_'cincllt. or I'lllldill'in 11111 l'xpCwlO1 duc to (lly nh(_`ndhw I.ldl:i"il,- thc City Ina-v tCrilllllatc this \t!I'Ccnlcllt vV kll')Ilt thc- COntillhalll. TO the grcalcsl eylcnt ,I'IOmM hvI;nv. the (14 Alll (wllon;-llc CWault,ult a, I)tovidcd in Se(;tion I ti(:-�) of(iii:, ,A�u'renlenl. 13. AUTHORIZED AMF:NDN(ENTS TO AGREEMENT y.. l hc� Consultant and the City .I�:i, w i"(l, and a�),rcc Thal no alllcndlncnt to this A rcemcnt or Other form- order or directiv c, 111,1% he issued hv the City vv hich reyuires additional conlllCnsalvIc (\ ('rl to hc, I)cri'n lned it' such v�, o k causc< the aIgl!rc atc amount pa< ahlc huller the amcndlucnt. order or dirrctiv c 10 , , cr -(I the 11111OUrlt al)I)r01lriatcd I",u this Aul-cort"t as llstcd it) '.-)cCtlOn fIhl)v C, 1-1I11(:S`, the ('Onsliltant has I)CCII 'k Ci1 tt `\ i llk'll WS1,11'allC.l! I)v the ( il" that IanVful 'llyn,hri:lho it 10 cmcr the cw�l,s of tic additional \Vork has Am nmdc. 1 1l1w Consultant and tllc City further acl:nmvlcdy and agcc that no anlcndmmu to Tin Ai-!Ivcrtictrlt ut other G)rnl, order or (IircctivC vvIIi(•II rcyuires �IJII10n.11 COHII-Wnsahlc W(WI, to he Ilofwn cd unticr this ,precnicul Audi he ismwd by the Cin uldess funds are ayailallle to lva such additional costs and thr Consultant -llall not he "Ilhilcd to :ulv additional c0111pensatiun for any additional COHII)CnSahlc vyurl: I)CI k)I-ulcd unticr tlli The C'onstlltant c.xl)ressly vvaiyc�, ally ritthl to Iddiliomd 0)1111lcn,alion- v,Iwill:'r in lave or cctuitc. unle�;� I)riol to tic• additional vv01& the('on<ultant vvas'-Iivcn a written a111cndnl(111 order Or directive dcsrrihin'-1 lhc additional ronlpcnsnhlc vv orl; to h�, pc'tio,lIrlc(1 Mori "(,Hints li,rtll the ,ul;Otult of OMIPCII":lion 10 he Maid. "Iwil allwildnlcn( order or directicc to tic by the atillwri/cd City rcl)rescutatkC. It is the Consultant's so)IC rc�,l)onsil)ility to linovv. dctcrminc, and a',CCIIt rill the authority of ihC Cite rel)rCsenlaljyc si`rnint� any allwildmmill_ direcliyC or oldor. 10ge 4 of A Futh Ill fra tructLire &, Em ironmcnt. LIA Protect Na 19WN311 N. 10'11 Street Improeement, Ilickman Rd to NW DOx1111a5 BIvd Waukee. Iowa 14. OWNERSHIP OF C'ONSULTING DOCUMENT'S .All sketches, tracing_,. plans. specifications. report,. and odler data prepared tut KT d , \u1ccnlcnt shall herniae the proper V ofthe ( A, n reprodticihlc ­(,,!r1II he rud to the ('k at IV, Oldio,l ll 0_-1 to the (My upon completion ofthe plans or tcrin Iatio ll olthe wTi itv, of the Consulmi. All draw ings and data shall he transmuted in a durable material. v% ith ckcuonic tiles prw, ided �vlwn feasihle to do sly. Ihe ('onsulltlnt's liability thr use ofthc skctchc,- trarin,is plans.',pccifcalioil's reportsand other data p eparcd under thin; At Ivanent W he lmuWd to the I'rtd.l. 15. INTERPRETATION `:o alm"Ildmcnt or nlodilic align (d this ,Agrcclucut shall he valid unless expressed ill tine and CSCCU(Cd by d1C paltics ill tic s111W 1111111ncr a the cvcL,ulion of the r\ IvclliSni. 'I hi; i :.1 Colnplcick and contain; the entire at;rccnlcllt of the pal tics_ any prior vv rittcrl or oral ay�rccments shall he of,no halve or effect and shall not he hindilw upon cithcr party'. I ltc laws of the Statc Q Iowa shill ym crn all�l aiq judicial acbmi Iuld"T the terms 1_)1'thi., ;\ ,recnlent shall be cxclu,ivcly \v ithil, talc juridiCtioll ofthe district 1, Milt I'm- Dallas County. hm a. 16. COMPLIANCE WITH FEDERAL LAW fo the extent ally Iccleral appropri,Itoil has or �ill he pno i led Or the Project, or any, lode r.,1 requircnient is Kposcd on the Projcel Consultant a,_rce; that ConSUltallt will ct,lupk itll al lI_CICVant lavVS, rules and rc�uhttions i1np�o"cd on Ot} and or C`onsUltatll 11cccssare. for rcccipt of the tcdc:ral appropriation. Consultant shall prov We appropriate certification rcyuAin-, Consultant's compliance_ 17. SOLICITATION AND PERFORMANCE ,A. Ihl.' Consultant warrants that it has not employed or retained am (onlpml) 01, per:;on. other thtul a bona tide enlplo�ce y\orkin:; lot the Consultant_ to solicit or secure tlhi :AgIrCCInCnt_ and that the; ('onsuluml has not braid or agreed to pay and coinium) or person other than a bona hdC cinplo. ec.'. ally fcc. comilll„Ion, percentage brokerage lip. gi i i or Coll! IllLicnt ICe- R. 1 he Consultant shall not engage the scree, orally person m persons in the employ ofW, (4, at the We ofcomnlciOng nVi services " dNmt the "ripen "ment of the Uits. IS. SUSPENSION AND TERMINATION OF AGREEMENT 'A. I he riti(ht i, rescrVed by the City to suspend this Alt any bans. Such sti�len�;ion nlav be effected h� the Cite g_iving \`, I inal notice to the Con,ultatlt and shall be eff ak e IN AMC date established in the snlpvrtdon notice. Pay nlent li,r ConsUltant � s-'I v shall he made by the C'il� liar icc:, to the date established in the suspension notice. Should the CT N reinstate the. \v orl, ;after notice of suSpcnsion- such reinstate IlWilt rna� he acalnlplished by thirty (•t)) days vv I itte'n notice v', ilhill a period ofsiN (0) months after such :tupcnsiran. unless this period is C.xtcndcd he \v rittcn consent ofthe Consultant. 13. 1_ipoll tern ( 10) QN "mitten notice w the (bnsomw the Gt`, 111:1v tclmin;ite talc .A�_rcement at ,tnv 6111C if it is lound that reas011s he�'ond the Control of eithcl the City or ('onsultant makc it impossible• or against the ( `itv's intcrc"'t to complete the Agreement. In such raga. the Consultant shall IIaVC no claims ar_!ainst the Cite CXCCI)I lily ill,, \alur of the \v('11, perI`0I_I Cd Up to Ills data the ALIrect ICIIt is [(Alllillatc(L Page 5 of 28 FOIII III fra;n-uct[Ire & t:FIN lroll III eIt. I.LC N. 10`' Street Impro(ements Pro_jcct No, 19WO03.01 Ilickmmt Rd to N%V Douglas Bkci Waukcc. Io%N a t I he ('its - om ako Icrnlinaic this A!!rcenlenl al any if' it k found that the ('onsultarlt ha-: v oIaled :III, Inaterlal IcI IiI of (•Oiidlllot) Ot thlS A g1'CCn ou tr1' th,lt t (n5t1 mm Ims GdoI to Illaintaill \1'��I�I.eI�S� C(7ItIl1�.'ll`-;I!.I�III insurance OI(Ither lli,lirilllee proOded t(tlAl thi, :Agrccnlent. In the cvow of MWk dcfatllt by the C'o ouharit- the Cite nlay Liv c ten ( I(1) (lays �criItell notice I thy Ito oI,(he (,IIv s inlcul to IcriIIiIIate the ,\:Ircenicit. Consultant ItiIH IIity c ten If I u) d ti-onl ImIi licalion to rented. the Con(IiI Wo COW ALIKIIP tIIC (IJaLlIt. I). In the c Ulit that this Ai�rcclocilt t:,:-! -'A lic(i i i I accor(I'uicc v-, iI!! para-'raph (' ('I' illis scclion- the ('jlv nuts tat e pu;�,e�.;ioll of au� ��, orh told nul�� conllllcte any �.; �.lrl: h� MI'llc` C1. nlc:,tns the City Inav lhr cost ol.conlplctiu�� ::ti(i he (i(:ductcd Front the balance vdli"h \(,)((ld havC I)ccrl due to the ('onsuItill lt had the Aureenlent not hecn t(.tl ArraiCd and U'ul'1: col 1plcti'd in v,Mill ('bract docnnlclits i:. The ('onsult,uu play tcrnlin:_tle this Aprcenlcnl i F 0 k RAW Oro ihp (My has vkdated :ul\ material taint or condition Of this ;y—'le(:nlent. In I11,� event of11_l-h default by the C'it,,. the C'on_;ultant ;h:lll "ivc ten ( 10) Gays rincn notice to the ('itv of' the ('unsllltant':, iutcnt to terminate the A_-�recmcnt. Cit. shall have ten ( 1 (0 (lays thont noti( ook n to renicdv the muhhhons constituting the (lefaulf 19. TAXES 'I he ('(,nsultinit drill pay, all sales mul use taus re(luirc(I to be pai(I to tllc We ot' Io(\ a on ilw vv m 1, cup ercd IW this Agreulltcnl. The C'onsultaill skill uxccut�-- iInd dclk er an'l sh-lll ( aW,C all Silh-consullm-It or to execute and dcli\ cr to the ('It\ cel'llllcat('�, it,; re(lujredto permit the City to nrtl,C applieation 161. relunds ol'said an(l u�c twKcs a:, applicilldt,_ The ('it i:, ,t ill Lill corporation and not to state ;ul(I lo":al lax. 1I"', tat_ or federal e.reisc Iaxes 20. SEVERABILITY Iran) portion (,fthis Aurcenicni i; lidd invalid or uncrIbmwable by :I (court ok(Inllmcnl jur sdio.:tion, the lvmm.nmg portion; ol'this AL)rceincit shall continue in full torcc and 21. MISCELLANEOUS HEADINGS I'iilc to articles_ par,i,traplls_ an(1 �,t�I,I,;u I _ Itl''ils arc for information purposes only; and :,lwil. not he cr(nsidered it suh,tantiv e part of IIii:, AUIFCenlclit. 22. FURTHER ASSURANCES I ach party hcrch� a!trces to C""C'•utc= illid dclivcr additional in•tl ulu,.ni, and docttlnc�nt> ,old to t:tl,c all such other action as the ( hcl party may reasonable request prom tinge to time in order to CA'Cct the prov isions and purposes of' this :A,''rCclIIcnt. 21 COUNTERPARTS This Agrcenlent may he executed in any nuniller of counterparts. cash of \',, hiCh shall ('ow,hillt" all ori�!illal dowilrocil, nO other Dart llccdin�,u to be plo-Ill"v 1, and ;111 of wlli( h On tal:cu tolucthcr shall cow iitin_c• the -mic in,trllniclit. Page 6 of 28 Foth Infrastructure & Environment, LLC N. 101 Street Improvements Project No. 19W003.01 Hickman Rd to NW Douglas Blvd Waukee, Iowa 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 BY: DY, Name: Patrick P. Kueter Title: Client Director IT ESS Name: Joshua C. DeBower, P.E. Title: Lead Civil Engineer CITY OF WAUKEE Natne`' William F. Peard Title: Mayor ATTEST �U� 0, t�� Name: Rebecca D. Schuett Title: City Clerk Page 7 of 28 I oil) & Fn%ironmcnt. I I N. 10"' Sweet Improvements Project No. 1W, '003.01 Hickman Rd to NW DOW-11as Blvd Waukee. lo�� a ATTACHMENT 1 SCOPE Oh' SERVICES The work to be performed by the Consultant uudcr this agreement shall encompass and include detailed work, set -vices, materials, equipment and supplies necessary to complete analysis and design for the project. The projcct consists of street construction of N. 10`t' Street from I lickman Road to north of NW Douglas Boulevard in Waukee, Iowa. The CollSultant will complete projcct coordination activities, additional survey and mapping, preliminary design, final design, and construction phase administration and observation. Services will also include traffic signal desi-n, interconnect layout, joint utility trench design, storm sewer design, sanitary sewer and water main adjustments, reinforced concrete hox culvert design, street Ijghtjng layout and continued utility coordination. This scope of services is based oil the following project assumptions: • Additional survey at the following locations: south leg of 10°i Street and Hickman Road, as-huilt grading of 10`t' Street right-of=way adjacent to the high school site, and as-huilt grading of NW Sunrise Drive adjacent to the high school site. • Design and construction of N. 10`t' Street from Hickman Road north approximately 700* to temporarily widen for necessary turning movement at Hickman. • Design and construction of the frill build 4-lane boulevard section of N. 10"' Street from NW Sunrise Drive to NW Douglas Boulevard with dedicated left turns to side streets at NW Sutlrise Drive, High School Main Entrance, and NW Douglas Boulevard. • Design and construction of the full build d-laue boulevard section of NW Sunrise Drive from N. 10`t' Street to N. 0"' Street with a roundabout intersection at N. 611' Street. • Traffic signal design and construction on N. 10"' Street at intersections with Hickman Road, NW Sunrise Drive and with the proposed full access to the future High School. • Joint Utility Trench Design from NW Stuu-isc Drive to NW Douglas Boulevard. • The Consultant shall provide design services and deliverables as necessitated for one ( I letting by the city on September 25, 2019. The scope of'serviees to be performed by the Consultant shall be completed in accordance with generally accepted standards of practice and shall include the services to complete the following tasks: 1. BASIC SERVICES OF THE CONSULTANT The Consultant shall consult on a reUular basis with the Citv to claritN and define the City's requirements for the Project and review available data. The City agrees to furnish to the Consultant full information \�ith respect to the City's requirements. including any special or extraordinary considerations for the Project or special services needed, and also to make available pertinent existing data. The Consultant shall provide the following basic services in regard to the Project: pauc S of 28 T oth Infrasiructurc & Environment, I I C N. 10"' Street 1mproaement,, Project No. 10X001.01 Hickman Rd to MV I0u('1as Bled Waukee. lo\\ a A. PROJECT COORDINATION Task l — Maintain and Update Project Mailing List The Consultant will maintain the project mailing list and update it as needed to include all local officials, agencies and interested parties. The City will provide the initial list of' interested parties. Task 2 — Public Information Meetings Tile Consultant ��ill conduct one (I) public info rniationaI meeting(s) that wjll he attended by a llltntllllllll Of tllreC: (J) Staff nieillbers of the Consultant. The purpose of the niectillg will be to provide a briefoverview ofthe proposed improvements to the surrounding businesses. The meeting will include a djscussion of the cotlstruction plan, as well as gather information on the concerns, priorities and specific issues of the adjacent property owners and other affected parties. This task includes preparation of the public notification letter, display materials and hand out information for the electing. The reserving ofthe meeting facility and a public notification will be completed by the City. Task 3 — Individual Property Owner Meetings The Consultant will conduct one (1) meeting with each of fourteen (14) property owners. The meeting will be attended by I nninimum of two (2) staff members of the Consultant. The purpose of the meeting will be to provide detailed information of the proposed improvements and impacts to the property. The meeting will include exhibits and an active discussion including; any concerns. This task includes initial contact with the property owner, preparation of exhibits, the meeting(s) and follow-up. Task 4 — Utility Coordination The Consultant will conduct two (2) utility coordination meetings with representatives of Various utility companies. The first meeting will be to advise the utility of the nature and extent of the proposed improvements and solicit mapping; and input from the Utility to develop an understanding of the order of magnitude and limitations of their facilities located within the project corridor. The second meeting will be to review the collected field data,. identify any missing information, share with cash utility the proposed functional layout of the project, and begin initial assessments of impacts to each utility. The ConStlltant shall document all communications and correspondence with each utility company and share with the City prior to the start of preliminary design. Known utilities in the corridor include: MidAnlerican Energy Company CcnturyLink Communications Aureon Network Services • Unite Private Network • Windstrcam Communications • MCdiacoln C0111Ill ttnlcatlons Task .5 — Periodic Meetings with Local Elected Officials Informational update presentations will be provided to the City Council on an as needed basis during the design development process. The presentations will provide an introduction/overview of the project and project goals and objectives. It will also provide an update on design development concepts and schedulC. The presentations will be held in conjunction with the Council Work Sessions. For estimating purposes, it is assumed that the Consultant will attend two (2) meetings. Pa-e 9 of28 I oth ItaFrasrructure & Encironmcnt. 1.1 l Project No. 19Ah'003.01 N. 10"' Street Impro%ements Hickman Rd to NW Douglas Bko-I Waukee. lo%\a Task 6 — Exhibit Preparation for Council IN'leetings Exhibits for the design development will consist ofaenal mosaics for the project with the major project features indicated on the exhibit. Include coloring, lettering, and other techniques to delineate the proposed design and right of' -way needs, including typical sections of the roadway. The figure will indicate right-of-way needs, property lines. property ownership, access control lines. structure limits, and roadway improvements. Task 7 - Project Management The project manager for the Consultant will be responsible for monthly progress reportin�a. minutes of meetings, interoffice memoranda, and invoicing. This task also includes scheduling of staff, coordinating With Subansultants, review of progress, and senior review of deliverables, B. DESIGN SURVEYS AND NIAPPING The Consultant shall perform field and office tasks required to collect topographic information decnled nccessary to complete the project. The City shall provide aerial photographic and other available mapping of the Pro icct area. The specific survey tasks to be performed include the following: Task I — Project Control Establish supplanental horizontal and vertical control for the Project area based on the City permanent Horizontal and Vertical Control monuments. Each permanent control point or benchmark shall have horizontal coordinates or elevation, recovery information, and monument description. Accurate descriptions of the horizontal control points and benchmarks will be created and recorded on the plan sheets. Task 2 - Topographic Survey — Limited Task Perform topographic surveys required for the development of the Project. Horizontal and vertical accuracies shall be adequate to produce a map that is compatible with the topographic data for incorporation into the existing mapping. This task include additional survey to supplement the original Bishop Survey. Task 3 - Utility Survey Utilize the Iowa One -Call Design Request System to identify utility owners of record, Obtain existing utility mapping information, and request that hurled utilities be marked in the field. Field survey marked utilities. incorporate into project base snap, and document utility name and contact information on the utility legend. This task includes establishing manhole and intake elevations for existing sanitary sewer, storm sewer, and roadway culverts. Excavating to expose buried utilities is not part of this agreement. Anticipated utilities to be surveyed include phone, gas, fiber optic, water main and water valves, overhead/underground electrical, and sanitary sewer and storm sewer manholes. Task 4 - Wetland Delineation Survey — Task not used. Task 3 - Property Ownership and Research —Task not t scd. Pagc to of 28 I oth Infrastructurc << 1:11v ironment, 1.1.0 N. 10"' Strut Improvement; Project No. 19W003.01 I Iickman Rd to NW Douglas Blvd WZIAee. Iowa Task 6 - Right-of-NVay Survey — Task not used. "bask 7 - Project Lase Map Incorporate field surveys into an electronic base map to be used for the design of the project. Incorporate property lines, right-of-way lines, and property ownership for parcels located within the project limits into the base map. For budgetary purposes, it js assumed that t(1nrtCCL1 (1 4) parcels are within the project limits. "Task 8 - Soil -Boring Location Survey Perform soil -boring location surveys to establish location and elevation of proposed geotechnical investigations consisting of approximately thirteen (13) soil borings. Task 9 — Pond Sediment Survey - Task not included. Task 10 — Preparation of Plats — Task not used. Task 1 I — Staking for Real Estate Negotiations This task also consists of staking the cascinent locations for purposes of negotiations. The staking survey includes the marking of key easement location points in order to visualize the locations in the field and shall also include marking of existing property lines locations. For the purpose of this agreement, all permanent and temporary easements will be staked one ( I) time. Task 12 — Permanent Monumentation of Right -of -Way This task consists of monumentation of the right-of-way acquired as part of this project which will be performed upon completion of construction of the proposed improvements. The monumentation will comply with requirements of the Iowa Code and will be performed by or under the direct supervision of a duly licensed land surveyor under the laws of the State of Iowa. This task also includes resetting existing right-of-way monumentation for those parcels with only a temporary construction casement. Task 13 - Utility Relocation Staking Perform staking to aid in the rclocatiun of utility relocations. This task will include communication with utility companies regarding, their needs and staking. This task includes ( I ) staking ejtort per each utility company. C. PRELIMINARY DESIGN AND PLANS The Consultant will perform preliminary design services evith the primary focus on geometric plans and profiles, existing and proposed utility locations and right-of-way requirements. The preparation of the preliminary design plans will depict the proposed grading. drainage, paving, sitning, utility relocation, traffic control and other features of the prn_jcct. Page I I o1'28 I oth IniraStRICture cX Fmirontimit. I.LC' Proiect No. 19"*003.01 N 10"' Street Imhrowmcnt,, Hickman Rd to N%V Douglas Filed WZIACC, loAAa The work to be performed by the Consultant under the Preliminary Design and Plans phase will consist of the follow ing tasks: plans will include but not he limited to the following tasks: Task I — Develop Design Criteria The Consultant will develop and coordinate with the City design criteria to be used in the development of the project improvements. Criteria will conform to the City, Iowa Statewide Urban Design and Specifications (SODAS), and AASIITO Standards and %gill be in English units. The criteria to be established include: • I"unctional Classification and Design Type • Design Speed and Regulatory Speed • Design Vehicles for Intersection Design • Widths of travel lanes. shoulders. turn lanes, bicycle lanes, trails and right-of-way • Preferred Clear Zone/Acceptable Clear Zone • Street Lighting Standards • Storm Drain Standards and Requirements Documentation of the criteria will be prepared and updated as needed. "Task 2 — Develop Intersection Geometries Truck Turning Movements and Exhibit Turning templates and software will be Lttilized to model how all allowed vehicles will navigate the corridor as well as to/from the corridor from streets and accesses. An exhibit will be produced to document these movements and their functionality in the corridor. Task 3 — Preliminary Design and Plan Preparation Upon completion of the preliminary plans. the design plans will be approximately 00 percent complete. The work to be performed by the Consultant under Preliminary Design shall consist of the following tasks: Title and General Information Sheets (A Sheets) This task consists of assembling, the preliminary title and general information sheets. The preliminary title sheets will include the following: Index of Sheets_ Legend, Location Map, Project Number. Design Traffic data. Preliminary Tvpical Sections (13 Sheets Typical sections will be developed for the mainline street improvements. The typical sections will reflect lane widths, curb section and type, sidewalk widths, trail widths, right- of-way widths, pavement types and clear zones. This task does not include pavement and subgrade design. This task also includes identifying the potential storinn sewer, water main and other utility locations in the development of the typical sections. The scope of services for this task does not include design calculations and capacity analysis for storm sewer. water mains OF sanitary sevN,cr. This task also consists of drafting typical cross sections and standard details to be utili/ed tier the improvements. Paue 12 of 28 I-oth In(i-astructure & t m ironment. 1_1.(' Project No. 19",'003.01 Plan and Profiles (D and F. Sheets) N. 10"' Street Improvement, I Iickm ii Rd to NW Douglas Blvd WULI :cc. love a Preliminary roadway geometries, connecting roadway geometries and pedestrian Facility gcomctrics will be developcd for the project based on survey centerline establishment, preferred alternative conceptual geometries and approved SUDAS design criteria. Utilizing the preliminary gcomctrics, the horizontal alignments and vertical profiles for the mainline, connecting roadways and pedestrian facilities will be developed. The alignments and profiles will be based on the established design criteria. I his task also consists of the development of preliminary plan and profile sheets that will show the existing topography along with the proposed improvements. Proposed Right - of -Way and Construction Easement limits based on the catch point lines for all roadways and pedestrian facilities will be shown. Included will he the necessary ('ADD work to show the preliminary design features for the proposed improvements. Traffic Control, Stagin��, Pavement Marking.,,- and Traffic Sinning, 0 Sheets) A preliminary traffic control concept will be developed to indicate how the project will generally he constructed as well as maintenance of traffic through construction. The staging plan will consider all elements of construction including roadway, side roads, driveways, storm sewer, utility improvements and property access. This task also consists of the development of'sheets reflecting the staging plan for inclusion in the preliminary plan set. This task also includes the preliminary development of pavement markings and traffic signing plans to be placed into service following construction. The traffic control devices, procedures, and layouts shall be as per the Manual on Uniform Traffic Control Deviccs (MUTCD). Stone Drainage Design Sheets) Existing hydrologic and hydraulic conditions will he inventoried and impacts of the proposed system analyzed area -wide. Once the impacts have been quantified, the preliminary storm sewer layout will be developed and sizing based on proposed improvements and existing drainage patterns utilizing Chapter 2 of the SUDAS Design Manual. Resolve potential conflicts with underground utilities and other design elements. Vertical Profiles are not developed as part of this task. The layout will be included in the plan view of the mainline plan and profile sheets. Potential conflicts with underground utilities should be resolved at this time. Traffic Signal Design N Sheets) This task consists of preliminary traffic signal modification and new layouts fur the following intersection(s): Permanent Traffic Signals: • Hickman Road and N. 10'1' Street (Set up for Future full build) • N. 10"' Street and NW Sunrise Drive • N. 10"' Street and Full Access to High School Page 13 of 28 I Oth Infra hucturc &, L.nvironmcm. 1.1 C Project No, 19W003.01 N. lU°i Sheet I mpro% cment,, I Iickntan Rd to MV DouQIaIS BIvd Waukee. lo%%a The preliminary plans will include traffic signal pole layout and major equipment layout. This task also includes gathering information on the type of equipment to be used for the project using available design standards of the City, and the Manual on Uniform Traffic Control Devices (MUTCD). The preliminary plans will include the interconnect layout along with a Joint Utility "french for private enterprise utilities. Roadway Lighting Photometric Plan (P Sheets) This task consists of selection of lighting poles and fixture types- design and drawing preparation of a preliminary layout, preparation ofphotometric analysis and reports. This task does not include any electrical circuit design. The Consultant will work closely with the City and MidAmerican 1-nergA Company to ensure that the proposed lighting; system is compatible with the overall project design, and that it will meet the needs of the City. Sidewalk Plan (S Shects) Develop preliminary curb ramp layout and accessible curb ramp design in accordance with Chapter 12 of Iowa SUDAS Design Manual. Design ramp geometric configurations alternatives. identify surface requirement, review general horizontal curb openings, cross slopes, running slope, and identify sidewalk width and passing space within the corridor. Culvert Situation Plans (V Sheets) This task includes the preparation of type, size and location of major roadway drainage structures. For estimating purposes, one (1) major cross road culverts (pipe) and one (1) pedestrian underpass are assumed. Preliminary Design Cross -Sections (W Shects) This item consists of the preliminary design and drafting of individual cross sections for the project. Cross sections will be designed and drawn at 50-foot maximum intervals, with additional cross -sections included as necessary. Cross sections will show the centerline, the existing ground elevations as well as the final project grading, fore slope and back slope information, special sub -grade treatments, ditches, pavement replacement, and other pertinent information. Task 4 - Preliminary Field RevieNi- A field review, will be held with the Project Development Team to discuss key issues and design concepts, including drainage, access control, traffic control'stage construction and right of-,,vay. The review will determine the completion of the plan design, identify needed adjustments to minimize potential property impact and confirm the proposed staging plans. Revisions will be noted for preparation of the final design. Completion of the field review will allow preparation for Final Plans. Paue 14 of'28 I i)th hliiraSttCtLIT-C & IAl�it-mmcnt_ LLC' Proicct No. MV003.01 N. 10"' Street ImproNcments lickman Rd to NW' Dom-las Blvd w'aukce. Irma 'fast: 5, — Geotechnical Exploration and Analyses (Allender Butzke Filginecrs, Inc.) Complete geotechnical exploration along the project corridor mainline. These services will be in general accordance with the standard specifications for subsurface investigations and (Iesign. This task includes the necessary field and office services to provide a geotechnical report for the project. The task involves completing thirteen (13) borings. Three borings will be 30 feel deep for the culvert and pedestrian underpass and ten (10) borings will be 10 to 204t deep (average of 15 feet) for N. I0`h Street and NW Sunrise Drive). The borings will be tom purposes of' the roadway and utility design, moisture contents, groundwater levels, laboratory testing and engineering analysis. The soil horings shall include coordination of traffic control measures and arranging a utility locate through lowa One Call. The backtilling of the boreholes will be performed following the soil borings. This subsurface exploration will include laboratory testing, engiticcring analysis, pavement dcsigu and a written report. The results of our field and laboratory programs will be evaluated by a professional geotechnical engineer licensed in the State of Iowa. Based on the results of our evaluation, an engineering report will be prepared and include the following information: • Description of the project. • Computer generated boring logs with soil stratiFication based on visual soil classification • Summarized laboratory data on the boring logs • Groundwater levels observed during and shortly after completion of drilling • Boring location diagram • Subsurface exploration procedures • Subsurface soil conditions In addition, geotechnical recommendations for the project will include: • Bearing soils for culverts • Settlement and global slope stability review (as defined above) • Earthwork construction • Expansive soil design considerations, if applicable • Cut and fill construction • Excavation and backfill • Site preparation, including the suitability of the existing on -site soils for use as structural fill • Subsurface drainage recommendations • Subgrade preparation recommendations for grade supported pavements • Minimum Portland Cement Concrete pavement thicknesses. The scope of services does nut include side streets, which can be incorporated by contract amendment upon the request of the City. Paac 15 of 28 I-oth 1T)h&;u,ucttirc & h1vironment. 1_11, N. 10"',trccl Improvemmit.s Project No. 19W003.01 I lickman lid to NW DOliglai Bkd WMikec, lm� a Task 6 — Quality Control Ongoing duality control input from the Project I cam and the Consultants senior technical staffvv ill occur throughout the development of preliminary plans. The design engineer is responsible for making specific recommendations and ensuring that critjc, issues are discussed and resolved prior to submittal of the preliminary plan set to the Projcct Team. Review the preltmimir}' cm-,incering plan set for technical aCClll'aCy, as WC 11 as f()r general constructability and conformance with the project design criteria. Task 7 -- Preliminary Opinion of Probable Cost A preliminary opinion of probable construction cost for the project will be prepared. Preliminary cost estimates will be based on representative in, 'or project elements and recent bid infiOrmation. Detailed quantity takeoffs will not be developed for the preliminary cost estimate and at times, percentages of overall budgeted cost may be utili/cd to dcvclop the cstimatc. Task 8 — Budget Review Using the Opinion of Probable Cost, the Consultant shall, if necessary, make recommendations pertaining to modifications in the Project in order to address budgetary concerns. Task 9 — Monthly Project Status Meetings 1t is estimated that the C'onsultanis staff will attend three (3) meetings with the City, and others to review progress, assist in decision -making, and receive direction from the City. It is understood by the parties that the Consultant will attend additional meetings as needed to complete the Project. Task 10 — Acquisition Determination Identification of permanent right-of-way and permanent temporary casement needs Will be determined based on the preliminary design development. The requircmcnts will take into consideration the proposed improvements, utilities, construction staging and access, utility relocation and other critical construction elements. Task 11 — Preparation of Right -of -Way Exhibits The Consultant shall prepare an exhibit that clearly and distinctly show impacts to properties to inform the City of the project impacts. Task 12 — Preparation of Exhibits for Individual Property Owner Discussions The Consultant shall prepare exhibits that clearly and distinctly show impacts to properties to use dining discussions with property owners. Task 13 — Public Notice of Project The Consultant shall prepare a project notice letter for property owners directly adjacent to the project. This letter will provide a brief project description, notification of property surveys, anticipated schedule and contact information. The Consultant shall distribute the notice letter following the City review and approval. Page 16 of 28 Fodi Infrastructure & F:m ironment. LLC Pro ect No. 19W003.01 N. 10"' Street Improvements I Iickman Rd to NW Douglas EBvd Waukee. Iowa D. PRE -FINAL (CHECK) DESIGN AND PLANS Based upon approved preliminary design, field review, and the public informational meeting, the Consultant shall subsequently proceed with final design, contract drawings, specifications and opinion of probable construction costs for the award of a single Contract for the construction of the proposed improvements. The work tasks to be performed include the following: Task 1 — Incorporate City Comments from Preliminary Plan Review The Consultant will respond to comments resulting from the preliminary plan review and field review. Recommended modifications will be incorporated into the plan set. The Consultant will revise preliminary construction plans and special provisions to incorporate appropriate comments. Task 2 — Pre -Final (Check) Design and Plan Preparation The Consultant shall provide the following deliverables: Final Title Sheets (A Sheets) - This item consists of finalizing the title slieet. The title Sheets will include the following: Index of Sheets, Legend, Location Map, Project Number and Design Traffic Data. Final Typical Sections (B Sheets) - This item consists of final design and drafting of typical cross sections and standard details to be utilized for the improvements. Final Quantities C Sheets) - This item consists of final bid items to be included in the Project, as well as final quantity tabulations, and the development of the general notes and estimate reference information. This item also includes the final design and drafting of erosion control measures to be provided on the Project. Final Plan and Profiles (D and E Sheets) - This item consists of the final design and drafting of roadway plan and profile sheets, including the detail information required for plan approvals, permitting, and construction of the proposed improvements. This task also consists of the final design and drafting for the installation of new utilities and utility adjustments that can he determined from coordination with the utility companies at the time of design. Final Erosion Control Plan (EC Sheets) This task consists of the development of erosion control sheets that show a draft pollution prevention plan, existing and proposed topography, location of proposed best management practices, and permanent surface restoration types. Final Survey Reference (G Sheets) This task consists of assembling reference ties to the plan control points and the benchmark data used to develop the plans and to be preserved throughout construction of the project. This task also includes preserving any Government Corners that are found in the vicinity of the proposed construction. Page 17 of 28 FOth Inf-rlStrUCture & f'n4ironment, LLC Project No. 19W003.01 N. 10"' Street Improvements Hickman Rd to NW Douglas Bled Waukee, Iowa Right -of -Way (H Sheets) This item consists of final design and layout of temporary easements required to construct the project. Final Traffic Control/Staging, Pavement Markings Traffic Signin�,x (.1 Sheets) — This Item consists of final design and drafting of the traffic control and staging plans. This task also includes the finalization of the development of pavement markings and traffic signing plans to be placed into service following construction. It is assumed that the City will install the petrnanent signing for the Project. The traffic control devices, procedures, and layouts shall be as per the Manual on Uniform Traffic Control Devices (MUTCD). Final Geometric Staking. ,Jointing. and Edge Profiles (L Sheets - This item consists of the final design and drafting of jointing details, spot elevations, and geometric layouts for all non- typical pavement areas. Final Design of Storm Drainage Systems (M Sheets) - This item consists of final design and drafting of storm sewers, stone sewer inlets, manholes, open ditches, culverts, and other storm drainage related facilities for the Project. This item also includes the design and drafting of storm profiles and cross sections. Final Traffic Si&Ylial_Design (N Sheets) - This task consists of the final design and drafting of new permanent traffic signals. Included in this task will be the signal layout plans, wiring diagrams, major equipment, poles, signal heads, quantities, special provisions. underground interconnect, and other elements of the traffic signal installations, as necessary, to accommodate the roadway design, as well as proposed phasing and initial timing of traffic signals. This task will include the interconnect layout from Hickman Road to NW Douglas Boulevard and necessary details as well as the joint utility trench location for private enterprise utilities. Final Sanitary Sewer and Water Main Adjustment Design (O Sheets) - This task consists of the final design of the sanitary sewer and water main adjustments that will show the proposed improvements, flow line elevations (where necessary,) rim elevations, utility access locations, hydrant and valve locations. Final Roadway Lighting Plans (P Sheets) — This task consists of final photometric plan and locations of poles on project plan drawings. Circuit design, utility service location, equipment location, bill of materials to be provided by utility company is not included as part of this scope of services. Final Sidewalk Plan (S Sheets) - Develop final curb ramp layout and accessible curb ramp design in accordance with Chapter 12 of Iowa SODAS Design Manual. Finalize ramp geometric configurations and calculate horizontal curb openings, cross slopes, running slope, and label sidewalk width and passing space within the corridor. Pa,,e 18 of 28 Foth IIIfrastructu'e & Lm ironment. 11C N. 10" Stivet Impro%emcuts Project No. I9\V003.0I Rickman Rd to N%N7 001.1" a, BIvd \��aukc•c. tu��a Final Tabulation of Earthwork T Sheets) - This task consists of final desion and drafting ofthc soils information and earthwork quantities. Final Construction Details (U Sheets) -`['his item consists of the final design and drafting of special project details not covered in other items. rlehlded tu-c such items as special grading details, channel grading, culvert details not included in the standard drawings, special storm sewer or manhole details not included in the standard drawings, special paving details, and other required miscellaneous details found to be required for completion of the project. Final Culvert Plans (V Sheets) - This task consists of final design, calculations and drafting of the proposed drainage culvert and pedestrian underpass including situation plans and necessary construction details to accommodate construction. The task includes the design of the lighting within the pedestrian underpass. The circuit design, utility service location, equipment location and schedule of materials will be included. Final Design Cross -Sections (W and X Sheets) - This item consists of the final design and drafting of individual cross sections for the project. Cross sections \vill be designed and drawn at 50-toot maximum intervals, with additional cross -sections included as necessary. Cross sections will show the existing ground elevations as well as the final project gradling, including foreslope and backslope information, special sub -grade treatments, ditches, pavement replacement, and other pertinent information. "fast: 3 — Project Permitting The Consultant will assist the City in preparing applications for permits from governmental authorities that have jurisdiction to approve the design of the project and participate in consultations with such authorities, as necessary. The Consultant will prepare the following document for the project: • IDNR Water Supply Section, Construction Permit Application • IDNR NPDLS Stormwater Discharge Permit • Notice of Publication Any fees for construction permits. licenses or other costs associated with permits and approvals will be the responsibility of the City. The Consultant will provide technical criteria, written descriptions and design data for the Citv's use in tiling the applications for permits. The COlISttltatlt will prepare the pernit applications and other documentation. "Task 4 - Quality Control Involve ongoing quality control input from the Project Team and the Consultant's senior technical staff throughout the development of Check Plans. The design engineer is responsible for making specific recommendations and ensuring that critical issues are discussed and resolved prior to submittal of the Check Plans set to the Project Team. Review the Check Plans set for technical accuracy, as well as for general constructability and conformance \Nith the project design criteria. Page 19 01,28 h)tII I U h 1,u-ucturc & I:M ironmcnt. Project No, 19\1003,01 N. 1 U°i Street Improvements Hickman Rd to NW Douglas 131vd «V M1kee. lovv a E. FINAL PLANS AND SPECIFICATIONS The Consultant will coordinate and manage the final project development submittals to the City for the project. The work tasks to be performed or coordinated by the Consultant will include the following: Task 1 — Incorporate Cite Comments from Check Plans Submittal The Consultant will respond to comments resulting from the C'licck flans review. Recommended modifications will be incorporated into the plan set. Task 2 — Final Plan Submittal 'fhc Consultant will submit final Plans. Task 3 — Project Manual This task consists of providing a Project Manual for the Project, including Notice of Ilearing and Letting. InstrUetiOn to Bidders, Bid Forms. Bond Forms, Agreement Norms. General Conditions of the Construction Contract, Supplementary General Conditions, and Detailed Construction Specifications. Task 4 — Opinion of Probable Construction Cost The Consultant shall update a Final Opinion of Probable Construction Cost for the project at the time of completion of the Check Plans. Detailed quantity takeoffs will be developed for the opinion of probable cost. F. LETTING SERVICES The Consultant will coordinate and manage the letting process for the project The work tasks to be performed or coordinated by the Consultant shall include the following: "Task 1 — Advertisement for Bids/Bid Phase The Consultant shall assist in the preparation of the notice to Contractors. Tlic Consultant shall disseminate contract documents. The work tasks to be performed or coordinated by the Consultant shall include the following: sending informal notice of project to contractors, copying of plans and project manual, distribution of plans and project manual, distribution of bid tabulation, preparation of construction contract documents and arrange preconstruction meeting. The work tasks to be performed or coordinated by the City during the Bid Period Scrvices shall include the following: publishing the notice of hearing and letting (Consultant shall prepare the notice of hearing and letting). Task 2 — Plan Clarification The Consultant shall be available to answer questions fi-om contractors prior to the letting and shall issue addenda as appropriate to interpret, clarify or expand the bidding documents. Paue 20 of'_C Muth Ifiasuucture & LtIvir0] Intcnl. LI_C Projcct No. I9W003.0I N. 1 C)" Street Impi-m ements Ilickman Rd to NW Dom-las 13k d Waukee. lows t Task 3 — Letting, Bid Tabs, and Award Recommendation The Consultant shall have a representative present when the bids arc opened, shall make tabulation of bids fur the City, shall advise the City on the responsiveness of the bidders. and assist the City in making the award of contract. After the awards are made, the Consultant shall assist in the preparation of the necessary contract doettment5. G. REAL ESTATE SERVICES On behalf of t}tc Consultant and City (Acquiring Authority). JCG will perform the 601lowing tasks; or, when necessary, will obtain those professional services from local. qualified resources and pass those direct costs through to the Consultant based on actual hills and/or receipts for service with JCUS Imoicc(s): Task 1 — Record of Property Ownership and Liens Certificates Based on the IMal design of the facility or public improvement project, XG will identity those parcels that are expected to be acquired in fee or encumbered by an easement and place an order with the local abstractor in Dallas County for the form of record of property ownership and liens certificates to identify and fulfill title vesting requirements. At the request of Consultant during the design process JCG may place title orders to assist Consultant in identifying ownership, property Icgal descriptions and/or encumbrances on properties that may be impacted by the project. "Task 2 —Compensation Valuation For the purposes of determining the fair market value of uncomplicated or low -value acquisitions of right of wav alone the proposed project(s), .1CG will research recent `arms- Icngth transaction' land sales and develop a t angc of values for each land type and use along the projcct corridor and present these values to the Consultant and/or Client (Acquiring Authority) for review and approval prior to negotiations. JCG xvill reference IDOT's Checklist for Determining Complex Parcel for Appraisal Purposes when determining complexity of an acquisition. For complicated acquisitions or for those expected to exceed 525,000 per parcel. JCG will recommend the services of an experienced Eminent Domain Appraiser and an experienced Eminent Domain Review Appraiser. Task 4 — Acquisition Process JCG 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, JCG will prepare the necessary transfer documents based on this current ownership information, along with easement purchase agreements and a breakdown 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 Client's (Acquiring Authority's) attorney, or Other attorney to comply with state law. Page 21 of-28 I oth Infrastructure &- I _nv IroNlei tl- I LC Project No. I (AV003.01 N. 10"' Strect Improvements I IiAivan Rd to NW Doui?1aS Blvd 44"aukcc. lov�a Task 5 — Relocation Assistance If applicable, JCG will provide relocation assistance and advisory services in accordance with the Unitornl Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended. The relocation agent will meet with the Consultant and Client (Acquiring Authority) to reviCw the program and discus, the scope of work betore beginning any activities relating to relocation assistance. The JCG relocation assistance Specialist will follow the general procedures, prov ide 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 ol'studies, presentation of offers, inspecting replacenic It properties. attending closin"s, monitoring_ moves, processing and reviewing claims. and providing advisory assistance. Task 6 --- Closing Process Upon completion oFthc acquisition of right of way. JCG will organize and verify data for each parcel tiles closino and payment process or return the refused parcel file data to the Consultant and/or Client (Acquiring Authority) 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. For partial or total acquisitions in fee simple title, JCG will coordinate with the Consultant, Client (Acquiring Authority) and legal counsel of JCG or the Client (Acquiring Authority) to conduct real estate closings and distribute payments for said tran saetIoils. Task 7 - Condemnation Support (Task Not Included) In the event condemnation should become necessary, JCG will provide parcel file documents and information necessary for the Consultant and, or Clients (Acquiring Authority) attorney, or other attorney, to file the Application for Condemnation. If requested. (UNDER A SEPARATE TIME AND MATERIALS ADDENDUM TO TIIIS 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, JCG will also provide additional support and administrative services as requested by the Client's attornev in support of the alndenulatioll process on a case by case basis. Task 8 — Project Management "Throughout the project, JCG will provide a project manager with significant public works project experience to oversee the process and progress of the acquisition team. meet with the Consultant, Acquiring Authority, and/or its contractors as necessary, and submit periodic status reports to the Consultant that will calculate the level of completion of each respective task in the process. JCG will utilize a GIS Specialist to build and maintain a web -based GIS to track acquisition protness through ArcGIS Online. Page'_? of?S I oth IntlasuRucture & 1 1) 1-onmeIt. Project No. 19%V'003.01 N. 10"' Street Improremcnt, I lickman Rd to NW Douglas 131%d w'aukcc. Iowa In support of the project management effort, JC'G will attend project coordination meetings scheduled by the Consultant and/or its contractors, or agents, for the purpose of status updates and resolving problems, property owner issues, design revision complications, condemnation support, and any other project related purpose as requested throughout the duration of this project. 11. CONSTRUCTION SERVICES The Consultant shall consult on a regular basis with the City to clarify and define the Citr's rcquirentents for the Project and review available data. The City agrees to furnish to the Consultant I'ull information with respect to the C'it)'s requirements. including anv special or extraordinary considerations for the Project or special services needed, and also to make available pertinent existing data. The Consultant shall provide the following: A. Construction Administration Construction administration services shall consist of office based services to assist the City in implementing the construction contract for this project. The work tasks to he performed by the Consultant shall include: Pre -construction Mectin The Consultant sliall conduct a pre -construction meeting after award ofconstruction contract for the Citv's Contractor. suhcontractors, utility companies, and other interested parties. Shop Drawings Submittal Reviews The Consultant shall review shop drawings, samples, and other data which the Contractor is required to submit, but only for conformance with design concept of the Project and conformance with the information given in the contract documents. The Consultant shall evaluate and determine the acceptability of substitute materials and equipment proposed by the Contractor. The Consultant shall have authority to require special inspection or testing of the work, and shall receive and review all certificates of inspections, testing, and approvals required. Site Visits In connection %with observations of the Contractor's work while it is in progress: • The Consultant shall make visits to the site at intervals appropriate to the various stages of construction as the Consultant deems accessary (estimated to be one (1) site visit per week) in order to observe as an experienced and qualified design professional the progress and quality of the various aspects of the Contractor's work. Based on information obtained during such visits and on such observations, the Consultant shall determine, in general, if such work is proceeding in accordance with the Plans, and the Consultant shall keep the City inllormcd of the progress of the work. Pa-:c 23 ot'24 Foth lnfrastructurc << (-.11v"il-011111ent. I Lt Project No. NW003.01 N. 10"' Sucel Impro%cment, IIickman Rd to NW Douglas Blvd WMIkee, Iowa The purpose of the Consultant's visits to the site will be to enable the Consultant to better carry out his duties and responsibilities during the construction phase and, in addition, by exercise of the Consultant's efforts as an experienced and qualified design professional, to provide for the City a greater degree of confidence that the completed work of the Contractor will conform to the Plans, and that the integrity of the design concept as reflected in the Plans has been implemented and preserved by the Contractor. The Consultant shall not during such visits supervise, direct, or have control over the Contractor's %kork. not. shall the Consultant have authority over or responsibility for the means, methods, techniques, sequences, or procedures of construction selected by the Contractor for safety precautions and programs incident to the work or for any railure of the Contractor to comply with laws, rules. regulations, ordinances, codes. or orders applicable to the Contractor furnishing and performing his work. • During such visits. the Consultant may disapprove ofor reject the Contractor's work while it is in progress if the Consultant believes that such work will not produce a completed Project that contorins to the Plans, or that it will prejudice the integrity of the design concept of the Project as reflected in the Plans. Weekly Process Meetings The Consultant shall conduct weekly progress meeting with the City. Contractor. and Utility Companies to review progress, update the project schedule, resolve conflicts, and determine any corrective actions if necessary . The Consultant shall assist the Contractor Ili communicating upcoming construction activities with the adjacent businesses and property owners. Utility Coordination The Consultant shall continue coordination, if necessary, fir utility companies unable to relocate prior to the commencement of construction. This task will include the coordination of any utilities that were not identified prior to construction. Pay Requests and Change Order Preparation The Consultant shall prepare contractor pay requests and issue necessary interpretations and clarifications of the Plans, and in connection therewith, prepare change orders as requiI'ed. Final Insnections and Proiect Close -Out The Consultant shall conduct an inspection in the company of the City to determine if the work is substantially complete and a final inspection to determine if the completed work is acceptable. The Consultant may recommend, in writing, final payment to the Contractor and may give written notice to the City and the Contractor that the work is acceptable. This task will also include assembling final project documentation, certifications, and attendance at the project audits. P'i�e 2-t of 28 I oth InfrasULicit nre &t 1'.nvifoIII) icnt. 1 LC Project No, I9W003.n 1 N. 10"' Strut lmpimcmcnis Hickman Ind to NW Ihxts klls 131%d WflUkce. bma Rccord Drawings This task consists of preparation of construction record drawings defining the actual location of inlprovenlents and fixtures. The Consultant shall prepare record drawin�(ys showing those chances made during construction. based on the marked -up drawings and other data furnished by the Contractor and the Resident Construction Observer-. The Consultant shall provide the City with the following: • One ( I ) full sire original of the record drawings. • Digital version, half and full sire, of record drawings • Master C ADD file • Electronic Construction Documentation o Approved Submittals o Material Certifications o Mecting IMI'llutes o Pay Requests o Change Orders o Certificate of Acceptance The above Construction Administration Services is t>r 15 months beginning, October 2019 and includes a maximum of 1,350 hours of effort. In the event the construction period exceeds the contract working day or unanticipated conditions require Construction Administration in excess oi'hours stated, the Consultant shall notify the City as it approaches this limit and detemine the additional effort to complete the project. The Consultant and City shall work to develop a mutual resolution for the remaining effort. B. RESIDEN'I' ENGINEERING/OBSERVATION Only upon written authorization to proceed by the City to the Consultant, the work to be performed under this phase of the Project shall include frequent resident observation of the construction work in addition to that included under Construction Administration. The Consultant shall determine the amounts owing to the Contractor and recommend, in writing;, payments to the Contractor in such amounts. Such recommendations of payment will constitute a representation to the City. based on such observations and review that the work progressed to the point indicated. and that to the best of the C'OIISLlhatlt'S knowledge, information, and belief, quality of such work is generally in accordance with the Plans. In the case of unit -price work, the Consultant's recommendation of payment will include final determinations of the quantities and classifications of such work. This phase consists of coordinating field-testing of construction materials incorporated into the project with the C'ity's independent testing consultant. Prepare �yrittcn reports that document compliance or non-compliance of construction materials. Also included is observing the performance of construction work and advislilg the Contractor and file City of non -complying work or materials incorporated into the project. The Consultant will also record survey data on installed underground utilities as allowed by the C'ontractor*s schedule. Page 2ti of?R I otII III 6-aSU-ucturc &' Em irnnmenl. L I C Proiect No. I9\1'0()3.01 N. 10"' Street Improvements Rickman Rd to NAV Douvla. Rkd Waukee. Imva The above Resident F:ngineering'Obscrvation estimate includes a ma.xinu.lm of 7,450 hours of,eftort. In the event the Construction Period exceeds the contract working days or unanticipated conditions require Resident Enginecrin`Observation in excess ofhours stated, the Consultant shall notify the City as it approaches this limit and determine the additional effort to complete the project. The Consultant and City shall work to develop a mutual resolution for the remaining effort. PROJECT DELIVERABLES I he scope of services shall be considered complete upon completion and delivery ofthe following" items to the satisfaction of the City: • Preliminary Design Plans • Pic -Final (Check) Plans • (3eoteehnieal Report • Final Plans • Project Specifications • Project Closc-out Documentation ADDITIONAL SERVICES: Additional Services are not included in this Agreement. If authorized under a Supplemental Agreement the Consultant shall furnish or obtain from others the following services: 1.) Contaminated Soils Investigations 2.) Special Geotechnieal Considerations 3.) Subsurface Utility Investigations 4.) Appraisals 5.) Eminent Domain Proceedings 6.) Special Assessment Calculations 7.) Environmental Services S.) Streetscape Design 9,) Landscape Lighting Design 10.) Street Lighting Circuit Design 11.) Bridge Design 12.) Structural/Retaining Wall Design 13.) Coordinated Traffic Signal Timing Plans 14.) Construction Period Testing Services 15.) Construction Survey 16.) Storm Water Pollution Prevention Monitoring CITY'S RESPONSImi-xrIES: The City shall provide the following: I . Provide existing utility plans and studies. 2. Provide existing street and utility plans/record drawings and utility maps for the project area. 3. Provide existing topographic base mapping, aerial photo images and other available electronic files pertinent to the Project. Pauc 20 of ,8 Foth Infrastructure & Environment, LLC Project No. 19W003.01 ATTACHMENT 2 SCHEDULE N. 101 Street Improvements Hickman Rd to NW Douglas Blvd Waukee, Iowa The Consultant shall complete the following phases of the Project in accordance with the schedule shown; assuming notice to process is issued by the City on or before February 4, 2019. I. Basic Services of the Consultant A. Project Coordination B. Preliminary Design C. Final Plans and Specifications D. Project Letting II. Construction Period Services A. Constniction Administration B. Resident Construction Observation Page 27 of 28 February 2019 to November 2020 June 14, 2019 August 28, 2019 September 25, 2019 October 2019 to November 2020 October 2019 to November 2020 Foth lnfra>n-ucture & L I I k irounlent. I C N. I0°i Street Improccnicnts Project No. 19\\ O03.01 Rickman Rd to N%V Douukis 131v d \Waukee. loaa ATTACHI]ENT 3 SCHEDULE OF FEES F0111 INFRASTRUCTtJIZE AND ENVIRONMENT, 2019 STANDARD HOURLY RATE SCHI?DULY Classification HourlN Rate Classification IlourlN, Rate Director SI95.0() Project Scientist 11 S140.00 Projcct Manauer IV S193.00 Project Scientist I S114.00 Projcct %,lanaucr III SI'S4.00 '1-eclulology Manager 5160.00 Projcct tilanaacr 11 S 174,00 Lead Technician S 139.00 Pro jcct Nlanaucr I S165.00 Technician V1 S131.00 I.eod Project Engineer S1 84.00 Technician V 5127,00 Projccl Fligillccl- 1V S169.00 Tectill iciall IV SI 16.00 Project 1?11gincer 111 S156.00 Technician I1I $105.00 Project Engineer II S147.00 Technician 11 $ 93.00 Project l;ngineer I S139.00 Technician I $ 78.00 Staff Engineer IV S137.00 Construction "I'1anagor 5160,00 Staff I"muineer III S131.00 Land Surveyor IV 5104.00 Staff Ent-,inecr 11 S122.00 Land Survcy01- III S152.00 Staff FuL,illcer 1 S112.00 Land Stu-vcyor II S 141.00 Planner IV S 184.00 Laud Surveyor I S 129.00 Planner III SI 55.00 Project Administrator II S 95.00 Planner 11 S129.00 Project Administrator I S 78.00 Planner I S1 12.00 Administrative Assistant S 60.00 REIIIRURSABLF; EXPENSES 1, All materials and supplies used in the perfol-mance of work on this project XN ill be billeLl at cost plus 10° (l. 2. Auto inilca�.;c will be reimbursed per the standard Mileage reimbursenleut established by the Internal Revenue Service. Service vehicle mileage will be reimbursed on the basis ol' SO.8S per mile. 3. Charges f01- outside services such as soils and materials testing, Fiscal, Legal and all other direct expenses will be invoiced al cost plus 10%. ADJUSTIVIFNTS TO FF.F: SCHEDULE 1. Tee schedule cl-fcctiye .Ianuary 1, 2019. Rates subject to ehan(-'e annually on Januaty 1. Pa,e 28 of 28