Loading...
Orchard Lane Area Street and Utility Reconstruction Project 18-01: Award Consultant Contract • � w 9 S e) CITY Of ClIANHASSEN Chanhassen isa Community for Life-Providing for Today and Planning for Tomorrow NH AS MEMORANDUM TO: Paul Oehme, Director of Public Works/City Engineer FROM: Alyson Fauske, Assistant City Engineer a7--- DATE: March 13, 2017 6\j ''ll SUBJ: Orchard Lane Area Street and Utility Reconstruction Project No. 18-01: Approve ff Consultant Contract PROPOSED MOTION "The City Council approves a consultant contract in the amount of$198,142.00 with WSB & Associates and authorize the preparation of a feasibility study for the Orchard Lane Area Street and Utility Reconstruction Project No. 18-01. City Council approval requires a simple majority vote of the City Council present." DISCUSSION The Capital Improvement Program has planned for the reconstruction of the streets,replacement of the watermain, and replacement/repair of the sanitary and storm sewer systems within the Orchard Lane area in the summer of 2018. The proposed project extents are illustrated in Figure 1. These streets were selected using the City's Pavement Management Program and site investigations. This project includes approximately 0.7 miles of streets. Sixty-Fourth (64th) Street was constructed in 1997 and Forest Circle was constructed in 1975; all other streets in the project area were constructed in 1971. The streets within the project area were sealcoated in 1994 and 1999. The 2014 surveyed pavement conditions are shown in Figure 1 and range from 0 to 33.4. A PCI of 100 represents a new street. PH 952.227.1100• www.ci.chanhassen.mn.us• FX 952.227.1110 7700 MARKET BOULEVARD • PO BOX 147 • CHANHASSEN • MINNESOTA 55317 Paul Oehme Orchard Lane Area Reconstruction Project No. 18-01 March 13,2017 Page 2 —.Al_ , State Highway 7 , • y .I. .sem . • CD 33 i.■•• 23 ' x ; 4 ,SF {it 1` ; f N •PI r \_.. `` 4' z ,1 r.11 i,a). 1 h■■• • • --+.., i w 03 ■ Q stn �+ . r''r� nA :: 1 v ♦ CPA. i' ik ^ Herman Field Park * • Figure 1: Proposed project area and 2014 pavement condition scores Forest Circle and 64th Street are urbanized; the remaining streets in the project area are a rural section with no defined ditch. Concrete curb and gutter is proposed to be added to the rural street sections if adequate stormwater rate, volume and water quality features can be incorporated into the design. The street widths in the project area are summarized in the table below. The streets are proposed to be reconstructed to the existing widths due to site constraints and existing right-of-way widths. Street Width Right of Way Orchard Lane - Minnewashta Woods Drive to Forest Avenue 22 to 23 feet 60 feet Orchard Lane - Forest Avenue to Oriole Avenue 22 feet 60 feet Forest Avenue - Orchard Lane to Forest Circle 23 feet 60 feet Forest Avenue - Forest Circle to cul de sac 22 feet 60 feet Forest Circle- Forest Avenue to cul de sac 26 feet 60 feet Oriole Avenue - Highway 7 to 64th Street 20 feet 30 feet 64th Street West- Oriole Avenue to cul de sac 26 feet 50 feet Paul Oehme Orchard Lane Area Reconstruction Project No. 18-01 March 13,2017 Page 3 The water main alignment, material and diameters are shown in Figure 2. There is one documented water main break within the project area. All public water main, water services within the right-of- way and curb stop boxes will be replaced. The water main extension to Highway 41 is proposed be replaced as well; replacement of the water main underneath Highway 41 will be a bid alternate to the project. The 10-inch water main will be replaced with 12-inch water main. .rip- ' to 4' -,, ,s 1 ; 1 , v. State Highway 7. -0 - r _ taq ft, rte., t y } 1 4 • v "IY li r. a _d Z; '1+ i, 03 �"., t ti �ha1d�� N 4 4 3 O'd _ 10 INC 7: ter' e".. r 'N., .0.0 �z l '44.,, d k ` r 'y"_ p ., 10 INCH 10 INCH •� i .. ,lz 4 Fhr , orf F1 tit ,o ♦ ++ \� ) V °�eS� r x r cii �bCy r co 0 1i il —4 eco b .f ' `•i i. ".• :11-1I ',' 1p,NCH i', r \- it y ,. a. „�: Legend • Cast Iron 4 �, a' .. � s Ductile Iron • - Waterman break Figure 2: Existing water main The sanitary sewer within the project area consists of eight and 10-inch PVC pipe as shown in Figure 3. It is anticipated that some sanitary sewer mains will need to be repaired or replaced along with some services. The City will have the sewer lines televised to determine the scope of sanitary sewer repairs and replacement. Inflow/infiltration barriers will be installed in all manholes. Paul Oehme Orchard Lane Area Reconstruction Project No. 18-01 March 13,2017 Page 4 • i `pI r0• ', • 1 # 1 1* I- ,. ... yr. State Highway 7, Q :_�` { ! i y 'o ' 3 • ♦ , -`T I I.. f : ,'k i co "* '..,,ouchardVI i, i4 3 03-058 • \' .'"'0 o �.. �•03-063 03.065 • 03107146•.. t - 03.055 03-081 'i i• _`,w 0a ) ) 03-053 - • - • _ P-1 Nwros 03-070 l . a 03-074 ' �' + .03-068,i'-- 03.069 V 3 6 .03-060 F 03866 - • - - • - - • R S - 1 J • 4 r).++••�� • ," ) 1•03.059 y .03-0761 ._ 4 Y i l4 Figure 3: Existing sanitary sewer The public storm sewer within the project area is shown in Figure 4. With the exception of the east- west portion of 64th Street, the project area is not serviced by storm sewer. The City's consultant will analyze the project area for potential storm runoff treatment options that can be constructed to treat runoff from the project area. w, ' 1,,, ,.+ 4 State Highway 7- - S • D• • 0 ° w .t) ��` rry • t_, o • v^ i t 11 r.r" 0 to, i • a r 3i �' .' oma-° i i .. is- co •'1 al`'- 1-'I 4:. 1ch21dv • .. Frye" N t� 4 o '` IS !y ,+ y • r+�• r ,7 r, , 1. o0 ° °w co / • v F,8 X, Pii ,i,,-- . .1:!49L .— , , I. . a, ) L °0 8 0 lit ► t 1. # , ' \ i r } 0 I .I �J • , ,kf Figure 4: Existing storm sewer Paul Oehme Orchard Lane Area Reconstruction Project No. 18-01 March 13,2017 Page 5 ENGINEERING SERVICES Consultant engineering services would be needed for the street project including preparation of the feasibility report, preliminary and final street and utility design, and preparation of as-built drawings. Construction administrative and observation services are proposed to be performed by City staff. Staff sent a request for proposals to two engineering companies: Kimley-Horn &Associates and WSB & Associates. Proposals were received from both consultants and are summarized below: Kimley-Horn & WSB & Associates Associates Submitted prior to the deadline ✓ ✓ Proposal format V V Transmittal letter submitted ✓ V Members of the consultant team identified ✓ ✓ Understanding of the project V V Total Hours 1,787 1,390 Total Cost $219,880 $198,142 The proposed WSB team has extensive street and utility reconstruction project experience including the following projects in Chanhassen: Minnewashta Manor(2017), Minnewashta Heights (2012), Red Cedar Point (2011), and the Erie Avenue Area (2010). Their work in Chanhassen and other communities has been satisfactory. The consultant contract will be a time and materials based work not-to-exceed amount. As with all engineering contracts, the consultant must submit periodic invoices that staff will review before processing. The consultant will be required to submit timesheets verifying the hours worked on the project and expense sheets. Staff will review the invoices and expense sheets for accuracy and conformance to the contract. FUNDING Budgets for the proposed work have been included in the 2017 CIP. The budgets will need to be reviewed and updated based upon current construction cost estimates and after the feasibility report is drafted. Funding for the project is proposed to come from many sources and has been budgeted for in the 2017 Capital Improvement Plan as follows: Paul Oehme Orchard Lane Area Reconstruction Project No. 18-01 March 13,2017 Page 6 Funding Source Budget Revolving Assessment Fund $1,600,000 Sanitary Sewer Replacement Fund $250,000 Storm Water Fund $250,000 Water Main Replacement Fund $770,000 Total $2,870,000 Assessments will be based off the City's assessment practice of assessing 40% of the street improvements to the benefiting properties. The assessments would be proposed for 10 years at a preliminary 5.75% interest rate. SCHEDULE A tentative schedule is as follows: Neighborhood Project Open House Summer, 2017 Accept Feasibility Report; Call Public Hearing Summer, 2017 Public Hearing Summer, 2017 Approve Plans & Specifications November, 2017 Bid Opening December, 2017 Neighborhood Meeting January, 2018 Assessment Hearing; Award Contract January, 2018 Start Construction Spring, 2018 Substantial Construction Complete August, 2018 Final Wear Course Complete June, 2019 Attachments: Preliminary CIP pages Resolution g:\eng\public\_2018 projects\18-01 orchard lane area recon\communication\20170313 approve consultant contract.docx 0 Capital Improvement Program 2017 thru 2021 Department Street Improvements iII City of Chanhassen, MN Contact Paul Oehme i Type Improvement Project# ST-012 Useful Life Unassigned Project Name Annual Street Improvement ProgramCategory Streets/Highways k Account#1 601-xxxx-4751 Account#3 Priority n/a 11 Account#2 Account#4 Total Project Cost: S30,680,000 Description Annual project to rehabilitate and reconstruct streets in the City. Current 5-year plan shows the following neighborhood areas: 1p 2017-Minnewashta Manor area and Lake Susan Hills Drive area MSA-Park Road and Park Place 2018-Orchard Lane area MSA-Lake Drive East and Dakota Ave(Highway 5 to Lake Drive East) , 2019-Choctaw area,Kurvers Point area and 96th Street ill MSA-Minnewashta Parkway overlay and trail 2020-Chan View area MSA-Lake Lucy Road(Highway 41 to Galpin Blvd)and trail 2021 -Stone Creek area and Ches Mar Drive rill Justification The City uses a Pavement Management System to monitor the condition of the City streets. While proper preventative maintenance extends the jp life of the street and is cost effective,a street will eventually deteriorate to a point that further maintenance is no longer cost effective. Rehabilitation projects extend the life of the street. In cases when utilities or poor sub grade needs to be replaced or where streets have deteriorated to a point where rehabilitation will no longer be practical,reconstruction of the street is necessary. A feasibility study is written to consider the merits of the project and scope of work. Prior Expenditures 2017 2018 2019 2020 2021 Total i� 1 16,405,0001 Construction 4,375,000 2,700,000 2,300,000 3,800,000 1,100,000 14,275,000 1 Total Total 4,375,000 2,700,000 2,300,000 3,800,000 1,100,000 14,275,000 I� Prior Funding Sources 2017 2018 2019 2020 2021 Total 16,405,000 Assessment/Revolving 3,275,000 1,600,000 1,100,000 3,300,000 1,100,000 10,375,000 • Assess Fund �� Total MSA 1,100,000 1,100,000 1,200,000 500,000 3,900,000 i Total 4,375,000 2,700,000 2,300,000 3,800,000 1,100,000 14,275,000 Budget Impact/Otherl .. This project may decrease maintenance costs. it , ic„, I I 88 I Capital Improvement Program 2017 thru 2021 Department Sanitary Sewer Improvements City of Chanhassen, MN Contact Paul Oehme Project# SS-014 Type Improvement Useful Life Unassigned Project Name Sanitary Sewer Replacement Category Utilities Account#1 701-7025.4751 Account#3 Priority nia Account#2 Account#4 Description Total Project Cost: $2,110,000 Replacement or rehabilitation of existing sanitary sewer lines in conjunction with the reconstruction of the City street. Justification The City considers the condition of the existing utilities in the process to select streets for rehabilitation in an effort to realize cost savings by consolidating these projects. Prior Expenditures 2017 2018 2019 2020 2021 Total 1,300,000 Construction 210,000 250,000 50,000 250,000 50,000 810,000 Total Total 210,000 250,000 50,000 250,000 50,000 810,000 Prior Funding Sources 2017 2018 2019 2020 2021 Total 1,300,000 Sewer Utility Fund 210,000 250,000 50,000 250,000 50,000 810,000 Total Total 210,000 250,000 50,000 250,000 50,000 810,000 Budget Impact/Other This project will decrease maintenance costs. I 80 p Capital Improvement Program 2017 thru 2021 Department Surface Water Management City of Chanhassen, MN Contact Paul Oehme Project# SWMP-019 Type Improvement Useful Life Unassigned Project Name Street Improvement Projects-Storm Water Mgmt Category SWMP Account#1 720-7025-4751 Account#3 Priority n/a II Account#2 Account#4' Description Total Project Cost: $2,685,000 An annual amount set aside for storm water management infrastructure construction or expansion associated with street improvement projects undertaken by the engineering and public works departments. p Justification Street improvement projects frequently require construction or expansion of storm water management infrastructure in order to comply with federal,state and local regulations,as well as protecting existing and proposed development adjacent to the projects. P Prior Expenditures 2017 2018 2019 2020 2021 Total 1,525,000 Construction 500,000 250,000 80,000 250,000 80,000 1,160,000 Total Total 500,000 250,000 80,000 250,000 80,000 1,160,000 P Prior Funding Sources 2017 2018 2019 2020 2021 Total 1,525,000 Surface Water Utility Fund 500,000 250,000 80,000 250,000 80,000 1,160,000 Total Total 500,000 250,000 80,000 250,000 80,000 1,160,000 PI Budget Impact/Other Inventory,inspection and maintenance of new infrastructure will be required. Citywide.No map p PI P p p P 98ill I 1 Capital Improvement Program 2017 thru 2021 Department Water System Improvements City of Chanhassen, MN Contact Paul Oehme IProject# W-024 Watermain Replacement Type Improvement Useful Life Unassigned Project Name Category Utilities I Account#1 700-7025-4751 Account#3 Priority n/a Account#2 Account#4 Description Total Project Cost: $5,220,000 I Replacement of existing water main lines in coordination with the reconstruction of the City street projects or minor fixes of water distribution system for street rehabilitation projects. Justification I The City considers the condition of the existing utilities in the process to select streets for rehabilitation in an effort to realize cost savings by consolidating these projects and also to avoid potential cuts in recently improved streets.If significant repairs are necessary to the existing water main,replacement may be the most cost effective option. Given the highly corrosive soils in the City,water main replacement is an ongoing 1 project in the City. I Prior Expenditures 2017 2018 2019 2020 2021 Total 3,325,000 Construction 75,000 770,000 100,000 850,000 100,000 1,895,000 Total Total 75,000 770,090 100,000 850,000 100,000 1,895,000 Prior Funding 2 20 2 2 Total u g Sources 2017 2018 2019 0 0 1 3,325,000 Water Utility Fund 75,000 770,000 100,000 850,000 100,000 1,895,000 Tot alTotal 75,000 770,000 100,000 850,000 100,000 1,895,000 I Budget Impact/Other These projects will decrease maintenance costs. z I I I I I I 1 111 CITY OF CHANHASSEN CARVER AND HENNEPIN COUNTIES,MINNESOTA DATE: March 13,2017 RESOLUTION NO: 2017-XX MOTION BY: SECONDED BY: A RESOLUTION APPROVING CONSULTANT CONTRACT FOR THE 2018 STREET & UTILITY RECONSTRUCTION (ORCHARD LANE AREA) PROJECT NO. 18-01 WHEREAS,the streets and utilities for reconstruction in the Orchard Lane area in 2018 are as follows: Orchard Lane (Highway 7 to Minnewashta Woods Drive) Oriole Avenue 64th Street Forest Avenue Forest Circle NOW,THEREFORE,BE IT RESOLVED that the Chanhassen City Council hereby approves a consultant contract with WSB &Associates, Inc. in the amount of$198,142.00 for engineering services related to the project for the 2018 Street and Utility Reconstruction (Orchard Lane Area) Project No. 18-01. Passed and adopted by the Chanhassen City Council this 13th day of March, 2017. ATTEST: Todd Gerhardt, City Manager Denny Laufenburger, Mayor YES NO ABSENT WSB & ASSOCIATES, INC. PROFESSIONAL SERVICES AGREEMENT This Professional Services Agreement (the "Agreement") is made as of the 7th day of April, 2017, by and between the City of Chanhassen with an address of 7700 Market Boulevard, Chanhassen, Minnesota 55317 ("Client"), and WSB & Associates, Inc. with offices located at 701 Xenia Avenue South, Suite 300, Minneapolis, Minnesota 55416 ("Consultant'). Client and Consultant, for the consideration enumerated herein, do hereby agree as follows: SECTION 1 / GENERAL CONTRACT TERMS AND CONDITIONS The General Contract Terms and Conditions shall be as set forth in Exhibit A. SECTION 2 / SCOPE OF WORK The scope of work to be performed by Consultant is set forth in Exhibit B. The work and services to be performed hereunder and described in Exhibit B shall be referred to herein and in the General Contract Provisions as the "Project'. SECTION 3 / COMPENSATION The amount, method and timing for payment to the Consultant shall be in accordance with Exhibit C. SECTION 4 / WORK SCHEDULE The preliminary schedule of the work, if required, is set forth in Exhibit B. SECTION 5 / CLIENT RESPONSIBILITIES The client responsibilities are set out in Exhibit F. SECTION 6 / SPECIAL CONDITIONS Special conditions, if any, are as set forth in Exhibit G. CLIENT: CITY OF CHANHASSEN ADDRESS: 7700 MARKET BOULEVARD P.O. BOX 147 BY: SIGI TITI CHANHASSEN, MN 55317 SECTION 7 / EXHIBITS The following Exhibits are attached hereto and made a part of this Agreement: X Exhibit A General Contract Provisions X Exhibit B Scope of Work X Exhibit C Compensation X Exhibit D Insurance Schedule Exhibit E Rate Schedule X Exhibit F Client Responsibilities Exhibit G Special Conditions All references to the "Agreement" in this Document and the Exhibits shall mean this Agreement and all of the Exhibits as one integrated Agreement SECTION 8 / ACCEPTANCE OF AGREEMENT Upon written acceptance of this Agreement by Client, Consultant shall commence the work. The undersigned hereby accept the terms and conditions of this agreement and Consultant is hereby authorized to perform the services described herein. CONSULTANT: WSB & ASSOCIATES, INC. ADDRESS: 701 XENIA AVENUE SOUTH BY: SIGN TITLE SUITE 300 MINNEAPOLIS, MN 55416 Professional Services Agreement 08.01.16 Page 1 WSB & ASSOCIATES. INC. EXHIBIT A GENERAL CONTRACT PROVISIONS ARTICLE 1 — PERFORMANCE OF THE WORK Consultant shall perform the services under this Agreement in accordance with the care and skill ordinarily exercised by members of Consultant's profession practicing under similar circumstances at the same time and in the same locality. Consultant makes no warranties, express or implied, under this Agreement or otherwise, in connection with its services. ARTICLE 2 — ADDITIONAL SERVICES If the Client requests that the Consultant perform any services which are beyond the scope as set forth in the Agreement, or if changed or unforeseen conditions require the Consultant to perform services outside of the original scope, then, Consultant shall promptly notify the Client of cause and nature of the additional services required. Upon notification, Consultant shall be entitled to an equitable adjustment in both compensation and time to perform. ARTICLE 3 — SCHEDULE Unless specific periods of time or dates for providing services are specified in a separate Exhibit, Consultant's obligation to render services hereunder will be for a period which may reasonably be required for the completion of said services. The Client agrees that Consultant is not responsible for damages arising directly or indirectly from any delays for causes beyond Consultant's control. For purposes of this Agreement, such causes include, but are not limited to, strikes or other labor disputes; severe weather disruptions, or other natural disasters or acts of God; fires, riots, war or other emergencies; any action or failure to act in a timely manner by any government agency; actions or failure to act by the Client or the Client's contractor or consultants; or discovery of any hazardous substance or differing site conditions. If the delays outside of Consultant's control increase the cost or the time required by Consultant to perform its services in accordance with professional skill and care, then Consultant shall be entitled to a reasonable adjustment in schedule and compensation. ARTICLE 4 — CONSTRUCTION OBSERVATION If requested by Client, Consultant shall visit the project during construction to become familiar with the progress and quality of the contractors' work and to determine if the work is proceeding, in general, in accordance with plans, specifications or other contract documents prepared by Consultant for the Client. The Client has not retained the Consultant to make detailed inspections or to provide exhaustive or continuous project review and observation services. Consultant neither guarantees the performance of any Contractor retained by Client nor assumes responsibility for any Contractors failure to furnish and perform the work in accordance with the construction documents. Client acknowledges Consultant will not direct, supervise or control the work of contractors or their subcontractors, nor shall Consultant have authority over or responsibility for the contractors' means, methods, or procedures of construction. Consultant's services do not include review or evaluation of the Client's, contractors or subcontractors safety measures, or job site safety. Job Site Safety shall be the sole responsibility of the contractor who is performing the work. For Client -observed projects, the Consultant shall be entitled to rely upon and accept representations of the Client's observer. If the Client desires more extensive project observation or full-time project representation, the Client shall request such services be provided by the Consultant as an Additional Service. Consultant and Client shall then enter into a Supplemental Agreement detailing the terms and conditions of the requested project observation. ARTICLE 5 — OPINIONS OF PROBABLE COST Opinions, if any, of probable cost, construction cost, financial evaluations, feasibility studies, economic analyses of alternate solutions and utilitarian considerations of operations and maintenance costs, collectively referred to as "Cost Estimates," provided for are made or to be made on the basis of the Consultant's experience and qualifications and represent the Consultant's best judgment as an experienced and qualified professional design firm. The parties acknowledge, however, that the Exhibit A—General Contract Provisions 11.01.16 Page 1 Consultant does not have control over the cost of labor, material, equipment or services furnished by others or over market conditions or contractor's methods of determining their prices, and any evaluation of any facility to be constructed or acquired, or work to be performed must, of necessity, be viewed as simply preliminary. Accordingly, the Consultant and Client agree that the proposals, bids or actual costs may vary from opinions, evaluations or studies submitted by the Consultant and that Consultant assumes no responsibility for the accuracy of opinions of Cost Estimates and Client expressly waives any claims related to the accuracy of opinions of Cost Estimates. If Client wishes greater assurance as to Cost Estimates, Client shall employ an independent cost estimator as part of its Project responsibilities. ARTICLE 6 — REUSE AND DISPOSITION OF INSTRUMENTS OF SERVICE All documents, including reports, drawings, calculations, specifications, CADD materials, computers software or hardware or other work product prepared by Consultant pursuant to this Agreement are Consultant's Instruments of Service and Consultant retains all ownership interests in Instruments of Service, including copyrights. The Instruments of Service are not intended or represented to be suitable for reuse by the Client or others on extensions of the Project or on any other project. Copies of documents that may be relied upon by Client are limited to the printed copies (also known as hard copies) that are signed or sealed by Consultant. Files in electronic format furnished to Client are only for convenience of Client. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. Consultant makes no representations as to long term compatibility, usability or readability of electronic files. If requested, at the time of completion or termination of the work, the Consultant may make available to the Client the Instruments of Service upon (i) payment of amounts due and owing for work performed and expenses incurred to the date and time of termination, and (ii) fulfillment of the Client's obligations under this Agreement. Any use or re -use of such Instruments of Service by the Client or others without written consent, verification or adaptation by the Consultant except for the specific purpose intended will be at the Client's risk and full legal responsibility and Client expressly releases all claims against Consultant arising from re -use of the Instruments of Service without Consultant's written consent, verification or adaptation. The Client will, to the fullest extent permitted by law, indemnify and hold the Consultant harmless from any claim, liability or cost (including reasonable attorneys' fees, and defense costs) arising or allegedly arising out of any unauthorized reuse or modification of these Instruments of Service by the Client or any person or entity that acquires or obtains the reports, plans and specifications from or through the Client without the written authorization of the Consultant. Under no circumstances shall transfer of Instruments of Service be deemed a sale by Consultant, and Consultant makes no warranties, either expressed or implied, of merchantability and fitness for any particular purpose. Consultant shall be entitled to compensation for any consent, verification or adaption of the Instruments of Service for extensions of the Project or any other project. ARTICLE 7 — PAYMENTS Payment to Consultant shall be on a lump sum or hourly basis as set out in the Agreement. Consultant is entitled to payment of amounts due plus reimbursable expenses. Client will pay the balance stated on the invoice unless Client notifies Consultant in writing of any disputed items within fifteen (15) days from the date of invoice. In the event of any dispute, Client will pay all undisputed amounts in the ordinary course, and the Parties will endeavor to resolve all disputed items. All accounts unpaid after thirty (30) days from the date of original invoice shall be subject to a service charge of 1-1/2% per month, or the maximum amount authorized by law, whichever is less. Consultant reserves the right to retain instruments of service until all invoices are paid in full. Consultant will not be liable for any claims of loss, delay, or damage by Client for reason of withholding services or instruments of service until all invoices are paid in full. Consultant shall be entitled to recover all reasonable costs and disbursements, including reasonable attorney fees, incurred in connection with collecting amounts owed by Client. In addition, Consultant may, after giving seven (7) days' written notice to Client, suspend services under this Agreement until it receives full payment for all amounts then due for services, expenses and charges. Payment methods, expenses and rates may be more fully described in Exhibit C and Exhibit E. Exhibit A— General Contract Provisions 11.01.16 Page 2 ARTICLE 8 — SUBMITTALS AND PAY APPLICATIONS If the Scope of Work includes the Consultant reviewing and certifying the amounts due the Contractor, the Consultant's certification for payment shall constitute a representation to the Client, that to the best of the Consultant's knowledge, information and belief, the Work has progressed to the point indicated and that the quality of the Work is in general accordance with the Documents issued by the Consultant. The issuance of a Certificate for Payment shall not be a representation that the Consultant has (1) made exhaustive or continuous on-site inspections to check the quality or quantity of the Work, (2) reviewed construction means, methods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Client to substantiate the Contractor's right to payment, or (4) ascertained how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. Contractor shall remain exclusively responsible for its Work. If the Scope of Work includes Consultant's review and approval of submittals from the Contractor, such review shall be for the limited purpose of checking for conformance with the information given and the design concept. The review of submittals is not intended to determine the accuracy of all components, the accuracy of the quantities or dimensions, or the safety procedures, means or methods to be used in construction, and those responsibilities remain exclusively with the Client's contractor. ARTICLE 9 — HAZARDOUS MATERIALS Notwithstanding the Scope of Services to be provided pursuant to this Agreement, it is understood and agreed that Consultant is not a user, handler, generator, operator, treater, arranger, storer, transporter, or disposer of hazardous or toxic substances, pollutants or contaminants as any of the foregoing items are defined by Federal, State and/or local law, rules or regulations, now existing or hereafter amended, and which may be found or identified on any Project which is undertaken by Consultant. The Client agrees to indemnify Consultant and its officers, subconsultant(s), employees and agents from and against any and all claims, losses, damages, liability and costs, including but not limited to costs of defense, arising out of or in any way connected with, the presence, discharge, release, or escape of hazardous or toxic substances, pollutants or contaminants of any kind, except that this clause shall not apply to such liability as may arise out of Consultant's sole negligence in the performance of services under this Agreement arising from or relating to hazardous or toxic substances, pollutants, or contaminants specifically identified by the Client and included within Consultant's services to be provided under this Agreement. ARTICLE 10 — INSURANCE Consultant has procured general and professional liability insurance. On request, Consultant will furnish client with a certificate of insurance detailing the precise nature and type of insurance, along with applicable policy limits. Additional Insurance requirements are listed in Exhibit D. ARTICLE 11 —TERMINATION OR SUSPENSION If Consultant's services are delayed or suspended in whole or in part by Client, or if Consultant's services are delayed by actions or inactions of others for more than sixty (60) days through no fault of Consultant, Consultant shall be entitled to either terminate its agreement upon seven (7) days written notice or, at its option, accept an equitable adjustment of rates and amounts of compensation provided for elsewhere in this Agreement to reflect reasonable costs incurred by Consultant in connection with, among other things, such delay or suspension and reactivation and the fact that the time for performance under this Agreement has been revised. This Agreement may be terminated by either party upon seven (7) days written notice should the other party fail substantially to perform in accordance with its terms through no fault of the party initiating the termination. In the event of termination Consultant shall be compensated for services performed prior to termination date, including charges for expenses and equipment costs then due and all termination expenses. This Agreement may be terminated by either party upon thirty (30) days' written notice without cause. Consultant shall upon termination only be entitled to payment for the work performed up to the Date of termination. In the event of termination, copies of plans, reports, specifications, electronic drawing/data Exhibit A—General Contract Provisions 11.01.16 Page 3 files (CADD), field data, notes, and other documents whether written, printed or recorded on any medium whatsoever, finished or unfinished, prepared by the Consultant pursuant to this Agreement and pertaining to the work or to the Project, (hereinafter "Instruments of Service"), shall be made available to the Client upon payment of all amounts due as of the date of termination. All provisions of this Agreement allocating responsibility or liability between the Client and Consultant shall survive the completion of the services hereunder and/or the termination of this Agreement. ARTICLE 12 — INDEMNIFICATION The Consultant agrees to indemnify and hold the Client harmless from any damage, liability or cost to the extent caused by the Consultant's negligence or willful misconduct. The Client agrees to indemnify and hold the Consultant harmless from any damage, liability or cost to the extent caused by the Client's negligence or willful misconduct. ARTICLE 13— WAIVER OF CONSEQUENTIAL DAMAGES The Consultant and Client waive claims against each other for consequential damages arising out of or relating to this contract. This mutual waiver includes damages incurred by the Client for rental expenses, for loss of use, loss of income, lost profit, project delays, financing, business and reputation and for loss of management or employee productivity or of the services of such persons; and (2) Damages incurred by the Consultant for principal office expenses including the compensation for personnel stationed there, for losses of financing, business and reputation and for loss of profit except anticipated profit arising directly from the Work. The Consultant and Client further agree to obtain a similar waiver from each of their contractors, subcontractors or suppliers. ARTICLE 14 — WAIVER OF CLAIMS FOR PERSONAL LIABILITY It is intended by the parties to this Agreement that Consultant's services shall not subject Consultant's employees, officers or directors to any personal legal exposure for the risks associated with this Agreement. Therefore, and notwithstanding anything to the contrary contained herein, the Client agrees that as the Client's sole and exclusive remedy, any claim, demand or suit shall be directed and/or asserted only against Consultant, and not against any of Consultant's individual employees, officers or directors. ARTICLE 15 —ASSIGNMENT Neither Party to this Agreement shall assign its interest in this agreement, any proceeds due under the Agreement nor any claims that may arise from services or payments due under the Agreement without the written consent of the other Party. Any assignment in violation of this provision shall be null and void. Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the Consultant or Client. This Agreement is for the exclusive benefit of Consultant and Client and there are no other intended beneficiaries of this Agreement. ARTICLE 16 — CONFLICT RESOLUTION In an effort to resolve any conflicts that arise during the design or construction of the project or following the completion of the project, the Client and Consultant agree that all disputes between them arising out of or relating to this Agreement shall be submitted to nonbinding mediation as a precondition to any formal legal proceedings. ARTICLE 17 — CONFIDENTIALITY The Consultant agrees to keep confidential and not to disclose to any person or entity, other than the Consultant's employees, subconsultants and the general contractor and subcontractors, if appropriate, any data and information furnished to the Consultant and marked CONFIDENTIAL by the Client. These provisions shall not apply to information in whatever form that comes into the public domain, nor shall it restrict the Consultant from giving notices required by law or complying with an order to provide information or data when such order is issued by a court, administrative agency or other authority with proper jurisdiction, or if it is reasonably necessary for the Consultant to complete services under the Agreement or defend itself from any suit or claim. Exhibit A—General contract Provisions 11.01.16 Page 4 ARTICLE 18 — AVAILABLE INSURANCE PROCEEDS AND LIMITATION OF LIABILITY Consultant maintains professional liability insurance with a liability limit of not less than $2,000,000 per claim. The Consultant's total liability to Client shall not exceed the total available insurance policy limits per claim available to Consultant under its professional liability insurance policy. Client hereby agrees that to the fullest extent permitted by law, the Consultant's total liability to Client for any and all injuries, claims, losses, expenses or damages whatsoever arising out of or in any way related to or arising from this Agreement from any cause or causes including, but not limited to, Consultant's negligence, errors, omissions, strict liability, breach of contract or breach of warranty (Client's Claims) shall not exceed the total policy limits available to Consultant under its professional liability insurance policy for settlement or satisfaction of Client's Claims under the terms and conditions of the Consultant's professional liability insurance policy applicable hereto. Notwithstanding the language above, Client agrees that with regard to any claim arising from or relating to Consultant's provision of geotechnical engineering services, construction materials testing, special inspections, and/or environmental engineering services, including but not limited to environmental site assessments, that Consultant's liability for any claims asserted by or through Client shall be limited to $50,000. Client and Consultant each further agree that neither will be responsible for any incidental, indirect, or consequential damages (including loss of use or loss of profits) sustained by the other, its successors or assigns. This mutual waiver shall apply even if the damages were foreseeable and regardless of the theory of recovery plead or asserted. ARTICLE 19 — CONTROLLING LAW This Agreement is to be governed by the laws of the State of Minnesota. Any controversy or claim arising out of or relating to this Agreement, or the breach thereof, including but not limited to claims for negligence or breach of warranty, that is not settled by nonbinding mediation shall be settled by the law of the state of Minnesota. ARTICLE 20 — LOCATION OF UNDERGROUND IMPROVEMENTS Where requested by Client, Consultant will perform customary research to assist Client in locating and identifying subterranean structures or utilities. However, Consultant may reasonably rely on information from the Client and information provided by local utilities related to structures or utilities and will not be liable for damages incurred where Consultant has complied with the standard of care and acted in reliance on that information. The Client agrees to waive all claims and causes of action against the Consultant for claims by Client or its contractors relating to the identification, removal, relocation, or restoration of utilities, or damages to underground improvements resulting from subsurface penetration locations established by the Consultant. Exhibit A —General Contract Provisions 11.01.16 Page 5 EXIBITS B AND C A Proposal to Perform Services for the: 2018 Street Improvement Project City Project No. 18-01 March 1, 2017 Table of Contents 150 „E° Firm Overview .......................1 C!T: Ea it KI t - Consultant Team....................................................................................2 Project Understanding...........................................................................6 Contact: Eric Eckman, PE Work Plan/Approach..............................................................................7 (763) 512-5257 EEckman®wsbeng.com Consultant Fee....................................................................................15 Exceptions and Deviations.................................................................18 WSB- 701 Xenia Avenue South, Suite 300 • Minneapolis, MN 55416 Tel: (763) 541-4800 - Fax: (763) 541-1700 - wsbeng.com A WSB 701 Xenia Avenue South Suite 300 Minneapolis, MN 55416 Tel: 763-541-4800 Fax: 763-541-1700 March 1, 2017 Mr. Paul Oehme, PE Director of Public Works/City Engineer City of Chanhassen 7700 Market Boulevard PO Box 147 Chanhassen, MN 55317 RE: 2018 Street Improvement Project City Project No. 18-01 Proposal for Professional Services Dear Mr. Oe h me: On behalf of WSB, I would like to thank you for the opportunity to submit this proposal for services to complete the feasibility, design, and construction of improvements to roads that are southwest of the State Highway 7/State Highway 41 intersection. We are proposing to keep the same project the team we currently have in place on the City's 2016 Street Reconstruction Project (CP No. 16-01). This will provide consistency in our project delivery, as well maintain the City's level of comfort in dealing with our staff. We have a long history of working together with Chanhassen and are looking forward to continuing that relationship and continuing to the assist you in the improvement and expansion of the City. Please contact me at (763) 512-5257 if you have any questions or concerns regarding the scope and fee contained in this proposal. Sincerely, W58 & Associates, Inc. Eric Eckman, PE Project Manager eeckman@wsbeng.com Equal Opportunity Employer wsbeng.com A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen Early in their careers, the founders of WSB & Associates, Inc. (WSB) recognized that outstanding results are born from outstanding cultures. Since our inception in 1995, WSB has remained dedicated to creating a culture of relationship building, forward thinking; and collaboration that enables technically -advanced, thoughtful, and creative engineering and design solutions that build a legacy — your legacy. By inspiring each other to look beyond solutions for today, and capitalize on the opportunities of tomorrow, WSB has seen steady growth in staffing and professional service areas. The firm's investment in staff and client education supports the collaborative, knowledge -driven, and inspiring environment that delivers results. Areas of Service In 1995, WSB's services included municipal, transportation, water resources, and traffic. Today, the firm offers services in over 20 areas to seamlessly integrate planning, design and implementation: Asset Management Systems Aviation Engineering Community Planning Construction Administration Design -Build Economic Development Energy Environmental Compliance Environmental Planning and Natural Resources Geographic Information Systems Geotechnical Engineering Intelligent Transportation Systems Land Development Landscape Architecture Management Analysis and Development Municipal Engineering Pavement Management/ Forensics Project Controls Project Funding Assistance Right of Way Site Validation/Certification Structural Engineering Surveying Transportation/Traffic Engineering Water Resources Planning and Engineering Water/Wastewater Engineering Firm Overview/ 1 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen Paul Oehme, PE Direcor of Public Works/City Engineer Eric Eckman, PE Penny Rolf, PE Adam Gadbois, EIT Right of Way Specialist Project Engineer Andrea Azary, PE Merle Jewell Pavement Specialist CADD Specialist Mike Rief, PE, DBIA Nick Priesler, EIT Pavement Specialist Graduate Engineer i Monica Heil, PE Todd Hubmer, PE Water Resource Specialist Shawn Williams, PE Water Hesource Project Manager Jeff Sandberg, PE Stormwater Project Manager Bill Alms, PE Stormwater Specialist Consultant Team / 2 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen Eric Eckman, PE Project Manager Eric will be the Project Manager providing interaction with City staff and taking lead on any engineering -related activities which might include, but are not limited to, designing the plans, writing the specifications and receiving permits for the project. Eric has worked on numerous reconstruction projects and is very familiar with special design considerations associated with residential reconstructions, utility construction, and roadway section evaluation. A few examples of Eric's most recent work include reconstruction projects in the Cities of Lonsdale, Medina, Monticello, Maple Grove and Chanhassen. Monica Heil, PE Deputy Project Manager Monica is a Senior Project Manager in our Municipal Group with thirteen years of experience, including over six years with the City of Lakeville. At the City, Monica managed the City's Street, Utility and Operations and Maintenance Divisions of the Public Works Department. Monica's experience working in the public sector makes her particularly well-equipped to serve as Deputy Project Manager. Beyond consideration for the technical aspects of any engineered design, Monica is keenly aware of the long-term operations and maintenance needs associated with a project, and can work with multiple agencies to identify potential long-term issues, and solutions, for a project. A WSB Consultant Team / 3 Nick Preisler, EIT Graduate Engineer Nick will be responsible for the overall design and coordination of the project. He will work closely with each of the design groups to ensure design milestones are met. Since joining WSB in May 2013, Nick has spent most of his time working with design teams that specialize in similar residential street reconstruction projects. In addition to his design experience, he has also been the lead construction inspector for many residential reconstruction projects, which gives him a unique and valuable viewpoint for our design team that emphasizes constructability. Examples of his most recent work include reconstruction projects in the Cities of Shorewood, Maple Grove, Rogers, Chanhassen, and Osseo. Adam Gadbois, EIT Graduate Engineer Adam will assist in the overall design and coordination of the project. Since joining the Municipal Group in 2016, he has worked with design teams whose focus has been municipal street reconstruction projects similar in scope and size to the 2018 Street Improvement Project. In ,=;e=. addition to his design experience, since joining WSB in March 2013 he has also acted as the lead inspector on multiple street reconstruction and new development projects for the Cities of Minnetrista and Lakeville. His experience in the field, as well as his experience with estimating, project administration, and document controls, will be valuable to the design and implementation of the proposed project. A WSB Consultant Team / 3 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen Todd Hubmer, PE Water Resource QA/QC Todd will coordinate the necessary resources for the project team and provide total quality control for all reports, schedules, and budgets. He will act as a second point -of -contact for the City, should they feel the need. Todd will work with Eric to make sure that the project is completed within the expected timeframe and meets the expectations of the City. Todd will also handle the environmental issues that may arise during this reconstruction. Todd has over 25 years of experience in the field of water resources engineering. As project manager and project hydrologist, Todd is responsible for completing hydrologic and hydraulic analyses for drainage systems in a wide variety of water resource management, transportation, environmental, and municipal projects. He has been responsible for the development of comprehensive water resource management plans, numerous feasibility studies, the preparations of plans and specifications, and construction management. He is also an expert in utilizing numerous water quality and quantity models used in hydrologic/hydraulic analysis. A WSB Shawn Williams, PE Senior Environmental Scientist k Shawn has over twelve years of professional environmental consulting experience. He completes wetland delineations and reports, wetland replacement plans, ecological evaluations, threatened and endangered species reviews, wetland permit applications, and woodland evaluations. Shawn has proven successful coordination with clients, project engineers, and agency staff to achieve timely results. For the MN Wetland Conservation Act, he serves the role of local government unit (LGU) for several local municipalities. Shawn has received formal training in wetland delineation methods, wetland plant identification, tree surveys, floristic quality assessment methods, erosion control inspections, and geographic information systems (GIS). He is certified through the University of Minnesota for Stormwater Construction Site Management and SWPPP Design, and provides environmental compliance oversight for large transportation construction projects. Consultant Team / 4 Bill Alms, PE Water Resource Project Manager t c-; Bill Alms has engineered and managed numerous water resource related projects over the past five years at WSB, including project planning, design, and construction management. Bill specializes in urban regional BMP projects, including passive treatment technologies, chemical tea'' treatment systems, and stormwater reuse applications. He has worked with many municipalities, counties, and watersheds throughout Minnesota. Bill was the project manager for the recently completed St. Anthony Stormwater Research Facility, which includes an Iron enhanced Filter Bed among other treatment technologies; and is working with the City of Circle Pines to install iron enhanced stand filter benches as part of the Golden Lake subwatershed retrofits. Bill will be a stormwater BMP technical resource for this project and will oversee the installation of the project stormwater BMPs, including the iron enhanced sand filters. A WSB Shawn Williams, PE Senior Environmental Scientist k Shawn has over twelve years of professional environmental consulting experience. He completes wetland delineations and reports, wetland replacement plans, ecological evaluations, threatened and endangered species reviews, wetland permit applications, and woodland evaluations. Shawn has proven successful coordination with clients, project engineers, and agency staff to achieve timely results. For the MN Wetland Conservation Act, he serves the role of local government unit (LGU) for several local municipalities. Shawn has received formal training in wetland delineation methods, wetland plant identification, tree surveys, floristic quality assessment methods, erosion control inspections, and geographic information systems (GIS). He is certified through the University of Minnesota for Stormwater Construction Site Management and SWPPP Design, and provides environmental compliance oversight for large transportation construction projects. Consultant Team / 4 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen A WSB Mike Billings, EIT Water Resource Graduate Engineer Mike is a Graduate Engineer in WSB's Water Resources Group with experience in storm sewer design, beach restoration, and stormwater management review. He also has experience with field inspection, Geographic Information Systems (GIS), and Civil 3D on multiple projects. Penny Rolf, PE Right of Way Specialist Penny will manage the acquisition tasks required for this project. If required, she will also coordinate the subconsultants for the appraisal, appraisal review tasks, and the title work research. Penny has more than 22 years of experience in right of way acquisition, relocation, contract administration and plan review. She has been the project manager for multiple projects with the past 15 years exclusively devoted to acquiring right of way and providing relocation assistance for utility companies, counties, cities, MnDOT, and WisDOT. Penny's knowledge and experience enable her to earn the trust of the property owners from the time of her first contact and throughout the negotiation process. This foundation of trust, along with her strong communication skills and ability to understand and resolve project related issues or concerns, has resulted in a high percentage of settlements that are fair to all parties. Merle Jewell CADD Specialist Merle will work closely with the entire team to support the design and administrative needs of this project. He has over 35 years of varied experience in the field of civil engineering. Merle's experience is primarily in the detailed design and layout of street, storm sewer, sanitary sewer, watermain and grading projects. He is also responsible for providing cost estimates for preliminary reports and construction projects. Merle has extensive experience with AutoCAD, Civil 3D, and MicroStation. Andrea Blanchette, PE Pavement Specialist Andrea is a graduate of the University of Minnesota, Institute of Technology, and completed graduate school for civil engineering with an emphasis on pavements and materials. Her Masters research described the effect of heavy agricultural equipment on the flexible and rigid pavements in rural roads in Minnesota, Wisconsin, and Iowa. Andrea joined WSB in 2011 and now manages the pavements and materials service area at WSB. She works on pavement management, pavement forensics, spec review, intelligent compaction efforts as well as education and outreach on pavements and materials. Her education, research, and experience working with pavement and materials are valued additions to WSB's Construction Services Group, helping to expand an already recognized pavements and materials group. Consultant Team / 5 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen This project involves the reconstruction of the streets and utilities in the neighborhood just to the southwest of the State Highway 7/State Highway 41 intersection. The streets within the project area are as follows: Orchard Lane from Minnewashta Woods Drive to Forest Avenue Orchard Lane from Forest Avenue to Oriole Avenue Forest Avenue from Orchard Lane to Forest Circle The overall project area is very similar to the Minnewashta Manor neighborhood just to the west, in that Orchard Lane, Forest Avenue and Oriole Avenue are located in a rural area without the presence of a formalized drainage system. Forest Circle and 64th Street West are urbanized with existing curb and gutter. There is a storm sewer along 64th Street that drains to the wetland adjacent to Herman Field Park. One of the primary goals for the project is to reconstruct the rural section streets as urban sections containing concrete curb and gutter, along with a sand subgrade section and draintile. The challenge the City is faced with in accomplishing this goal is the development of a formalized drainage system and stormwater management plan that will address runoff and treatment concerns prior to discharging into Lake Minnewashta. With this project, the City will be working with its selected consultant to identify and evaluate potential options for stormwater management that will be incorporated into the final plans for the reconstruction project. Access will be a primary concern during construction. There are two primary access points to TH 7 from the project area, and one access point must be maintained at all times. One access point will be west of the project area off of Sandpiper Trail, which will be reconstructed during the 2017 construction season. Access from this point will be limited to residents only. Construction traffic will not be allowed to utilize this access point. The design development will address traffic control and access solutions with MnDOT to allow for continued traffic while staging the street and utility construction within the neighborhood. A WSB Forest Avenue from Forest Circle to cul de sac Oriole Avenue from Highway 7 to 64th Street 64th Street West from Oriole Avenue to cul de sac The existing watermain in the area consists of a 6 to 10 -inch cast iron pipe with a limited break history. WSB will coordinate the geotechnical exploration for the area to determine if soils are corrosive in nature and provide recommendations on construction techniques and materials to extend the useful life of the proposed pipe. Based on the physical constraints on the site, trenchless processes for replacement of the watermain, including pipe bursting and directional drilling, will be evaluated and included as alternate bids for the watermain installation. The City will be televising of the gravity portion of the sanitary sewer system in the project area in advance of final design. The selected consultant will be responsible for reviewing the televising logs and reports and recommending system improvements, potentially including point repairs, chemical and grout sealing of joints and manholes, and replacement of sections of the pipe that are sagging and holding water. Final improvements to the system will be selected by the City based on the consultant's recommendations. Similar to the 2016 Street Improvement project, this project is on Lake Minnewashta and carries the same permitting requirements. We anticipate that public involvement will be critical to ensure that resident and Council concerns are addressed to the maximum extent possible. The project is proposed to be partially funded with levied assessments. This will require the project improvement process to be completed in accordance with Minnesota State Statutes Chapter 429. Project Understanding / 6 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen Based on our understanding of the project, WSB proposes the following scope of services. Our proposed schedule presumes award of the consultant contract in March 2017 and estimates substantial completion in 2018, with final completion of the project by early 2019. TASK 1 - Design and Bidding Services 1.1— Preparation of Feasibility Report Based on the approval of the preliminary design by City staff, WSB will prepare the feasibility report that meets Minnesota State Statutes Chapter 429 requirements, which will include: Report text Graphics depicting proposed improvements Engineer's opinion of probable cost Preliminary assessment roll As part of the feasibility report, WSB will prepare a presentation and handout materials for the public hearing, as well as attend and facilitate the public hearing as needed. A WSB EEASII REPOR 2018 STREET RECONSTRUCTION Work Plan/Approach / 7 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen 1.2 — Preparation of Preliminary Plans and Final Construction Plans and Documents WSB will complete a preliminary design for all components within the project, which will serve as the basis for the feasibility study. The preliminary design will address the following features: Street Centerline Profile — We anticipate that existing grades in the project area will closely match the proposed centerline profiles. The topographic survey for the project area will be closely analyzed to identify drainage problems. It is the intent to add curb and gutter, and the feasibility report will be addressed with the stormwater management component of the project. This area has limited rights-of-way. The profile will be set to minimize elevation impacts and disturbance to private property and make certain that safe and reasonable access is provided to the residents. The centerline grades will be set to ensure drainage and stormwater management with the City's study of this area. Watermain Replacement — Street and right-of-way widths within the project area are limited. There are a substantial number of physical barriers immediately adjacent to the right-of-way lines and the site which could be impacted with traditional open trench replacement for the watermain system. As part of this task, we will evaluate trenchless replacement options, including directional drilling and pipe bursting. The preliminary design for this area will develop requirements for a temporary water supply system and the overall plan for the replacement system. Sewer Televising Review — The City will be televising the gravity sanitary sewer system within the project area as part of the feasibility study. WSB will review the sanitary sewer televisting reports and records collected by the City and generate a list of recommended improvements for the City to determine the final improvements to be incorporated into the final design of the project. Stormwater Collection System — WSB will perform a hydrologic analysis of the project area utilizing any information provided by the City, as-builts, and available topographical maps. We will design a stormwater conveyance system to City standards to fit with the proposed project. Curb and gutter installation and design will match the proposed drainage and collection improvements. A WSB Stormwater Management — WSB will perform a hydrologic analysis of the project area to comply with City and watershed requirements. BMPs will be identified for strategic locations to provide the most cost effective level of treatment, rate, and volume control. Topography, soil conditions, and other site constraints will be reviewed to determine the best methods and combinations of proposed improvement features. The proposed facilities will be reviewed for ponding and storage, as well as phosphorus and solids removal rates. We will meet with MCWD to review the options, as permits will be required for this project. Right-of-Way/Easement Acquisition Identification — Once the preliminary design is completed, WSB will prepare an overall map identifying the location of additional right-of-way and/or easements needed for construction. The extent of right-of-way acquisition is unknown at this time. As a result, the scope of services proposed herein does not include the preparation of legal descriptions, exhibits, or easement negotiation services. These services may be negotiated following the completion of the preliminary design phase of the project. Private Utility Coordination — WSB will coordinate with Xcel Energy to determine the costs and design of burying the overhead lines in the area. This information will be gathered early on in the process so it may be presented to residents at the initial neighborhood meeting, as this is usually an additional cost to residents above and beyond the street improvement assessment. Work Plan/Approach / 8 A Proposal to Perform Services for the 2018 Street improvement Project (City Project No. 18-01) for the City of Chanhassen Input from residents at neighborhood meetings and the public hearing will provide the basis for the final design and plan preparation. Once the City Council has formally ordered the project, WSB will complete the final design for the following elements: Roadway geometrics, including typical sections, and pavement design Profile grades, evaluated and set relative to driveway grades and touchdown points Stormwater collection system Stormwater management facilities Temporary water supply system requirements Sanitary sewer repairs as needed\ All elements of the final design will be documented in the construction plans prepared for the project. The construction plans will also detail miscellaneous items necessary for the construction. The final plan set may consist of the following plan sheets, as well as others, necessary for bidding the project: Title sheet Watermain and sanitary plan and profile sheets Stormwater management facilities details Surface water pollution prevention plan (SWPPP) Removal sheets Erosion control / restoration and turf establishment plans Street and storm sewer plan and profile sheets SWPP sheets Cross-sections Quantities will be calculated and tabulated on a bid proposal form that will be distributed with the plans and specifications for potential bidders to submit their individual bids. The project manual will be prepared based on the City of Chanhassen's standard specifications for construction and will contain all contract documents relating to the project. A WSB P"� 1 E: Aw .410N I Work Plan/Approach / 9 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen 1.3 - Evaluation of Existing Storm Sewer and Propose Potential Surface Water Management Systems with the Goal of Urbanizing the Streets WSB will incorporate the City's desires for surface water management outlined in the RFP to provide stormwater analysis of the project area that will comply with City and watershed requirements. A portion of the 2018 Street Improvement Project was analyzed and planned for as part of previous work completed for the 2016 Street Improvement Project. WSB will also review information in the City's stormwater asset management program to evaluate existing BMP sizing and maintenance needs. It is anticipated that this project will not exceed 10,000 square -feet of new impervious, so additional stormwater quality improvements will be on an opportunity basis. WSB will identify potential opportunities for BMPs in strategic locations that provide the most effective level of treatment, rate, and volume control for the money. Topography, soil conditions and other site constraints will be reviewed to determine the best methods and combinations of proposed improvement features. NIL Z;;;`7 40. -k 1.4 - Environmental/Natural Resources Review WSB will prepare a technical report identifying boundaries and mitigation requirements necessary based on potential impacts from the proposed project. This task will be comprised of the following: Wetland delineation — WSB will perform an onsite wetland delineation of the defined project area, in accordance with the U.S. Army Corps of Engineers Wetlands Delineation Manual and applicable Regional Supplement (Midwest Supplement). The MnDNR National Wetlands Inventory Map indicates that wetlands may exist near the project area. These mapped wetlands are associated with a shallow marsh wetland, located west of Herman Field Park and southwest of Oriole Ave. The U.S. Department of Agriculture (USDA) Natural Resources Conservation Service (NRCS) Web Soil Survey for Carver County indicates hydric soil types are mapped at these locations. 1.5 - Include an Alternate Bid for Pipe Bursting or Directionally Drilling Watermain to be Replaced rather than Open Cut Method The project scope includes replacement of the existing 6- and 10 -inch cast iron watermain located within Orchard Lane, Oriole Avenue, Forest Avenue and Forest Circle. The existing 10 -inch watermain is to be replaced with a 12 -inch watermain as a part of the project. WSB will prepare a bid alternate to replace the watermain located beneath the aforementioned streets by either: directionally drilling the new watermain and abandoning in-place the existing watermain, or by using pipe bursting technology, should soil conditions permit for the upsizing. Work Plan/Approach 110 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen 1.6 - Include an Alternate Bid for Pipe Bursting or Directionally Drilling Watermain underneath Highway 41 The project scope includes replacement of the existing 10 -inch cast iron watermain that extends from Oriole Avenue beneath State Highway 41 to the east with 12 -inch watermain. WSB will prepare a bid alternate to replace the watermain located beneath State Highway 41 by either: directionally drilling the new 12 -inch watermain and abandoning in-place the existing 10 -inch watermain, or by using pipe bursting technology, should soil conditions permit for the upsizing. 1.7 - Pavement Investigation and Street Section Recommendation Report WSB will review existing pavement distresses in conjunction with soils recommendations from the geotechnical exploration conducted with this Scope of Services. This will allow the development of a pavement section for both project areas that will address anticipated traffic loading and subgrade soil conditions, as well as document the design and justification for the new pavement section to be constructed with the project. This will be a technical report submitted as part of the feasibility report, project plans and specifications. 1.8 - Coordinate and Obtain Soils Work. including Ground Penetrating Radar Data for the Project Area The RFP provides an allotment for geotechnical engineering services for each of the project areas. WSB will contract and coordinate these services for design and construction materials testing. A soils report and documentation of materials testing during construction will be provided to the City. A WSB 9 - Identify Areas where Right -of -Way or Easements are Required Once topographic survey data has been collected for the project area, WSB will identify and discuss with the City any existing roadway locations that may encroach upon private property to determine if roadway easements will be necessary to reconstruct the streets in their existing locations. Upon completion of the 60% plan set, WSB will again evaluate any additional easement needs, both temporary and permanent, that will be necessary to facilitate utility construction. 1.10 - Preparation of Assessment Rolls WSB will prepare the preliminary assessment roll at the feasibility stage of the project, based on preliminary costs. The assessment rolls will include all necessary information including parcel identification numbers, property owner name and address, along with the basis of assessment and assessment amount. The preliminary assessment roll will be updated based on the bids received for the project at the time of the assessment hearing, prior to beginning construction. 1.11 - Bidding Services Upon authorization from the City Council to bid the project, WSB will provide bidding support services, including plan and specification reproduction and distribution, fielding questions from potential bidders and providing a final engineer's opinion of probable cost. WSB will also attend the bid opening, prepare a tabulation of bids received and letter of recommendation for contract award. Work Plan/Approach / 11 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen ... i"Bi•w�ar�.9aT(l�A/t "fM.., i ,::"Rte � �>w ! � - ,... TASK 2 - Surveying for Design Services WSB's surveys will include topographic data within the right-of-way, including tree locations and size, locations of existing right of way, and roadway easement documents provided by the City within the project area. Initial underground data to be collected will be primarily based on a Gopher State One Call design locate. Following the locate request, WSB will contact each private utility company to inform them of the project and to gather mapping of individual private facilities within the project site. Other work performed and information to be collected will include: Topographic Survey — WSB will perform the design survey at this stage to create base mapping and accuracy as part of the feasibility study. The preliminary design survey will be completed using conventional survey methods with invert verification of sanitary and storm sewer structures. Base Mapping — Base mapping will be created from the survey data collected. Information on private and public utilities will also be incorporated into the base map in order to identify potential conflicts at the feasibility level. As an added benefit, base mapping and design will be created utilizing 3-D Civil Design in AutoCAD. WSB has developed design templates specifically for use in drafting and designing with the 3-D program. Those templates will be provided to the City, along with all base files for the project, at no additional cost to the City. A WSB M Work Plan/Approach / 12 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen TASK 3 — Meetings Work completed under this task will include project meetings listed below. Two hours per week will be built into the weekly schedule to provide ongoing administrative support. One City Council meeting. One neighborhood meeting to take input on surface water management issues that the residents feel are important. Two neighborhood informational meetings for the entire project area. Staff meetings as necessary, which may include a joint meeting with MCWD. Individual property owner meetings as needed. Weekly meetings during construction. As part of this proposal, WSB is proposing to coordinate ongoing, onsite project management support that will occur immediately before/after the regularly scheduled weekly meetings for the project. Public and Assessment Hearings for the project, if required by the City. TASK 4 — Surveying for Construction Services, and Administrative Services WSB will provide a survey crew to complete construction staking of the following items: Watermain Storm sewer Curbline staking Pond/rain garden stakes as necessary Miscellaneous staking as needed A WSB Work Plan/Approach / 13 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen TASK 5 — City's Construction Observation Upon award of the construction contract, City staff will take over the project and complete the tasks associated with contract management and administration. In addition, the City will provide the personnel necessary to coordinate construction observation along with coordination of materials testing and construction surveying. TASK 6 - Preparation of As -Built Drawings and Tie Cards, including Necessary Surveying Work HEtdINGWAY �NUCSFH ix1 __ssr� _ .. NORTH OF LINCOLN 93.Et1 5TA "'60 TO STA --..--- t - -"-.1 .."` HEM1NGWAY AVENUE H tai sou," of LINCOLIi TR%^IL 4OSA gT`gy6J Tq 8� �.- A draft of the as -built drawings will be completed and delivered to the City for review within one month following the completion of the construction. Final edits will be made to the drawings and delivered in Mylar format within two weeks following the review by City staff. Services necessary for the completion of the as -built drawings will include the following: Surveying to locate and identify as -built elevations for hydrants, valves, structures, and curb stops Structure measure -downs Record drawing preparation Individual service tie cards based on measurements provided by the City construction observer The scope of services as proposed herein is based on services identified as necessary in the RFP from the City, review of the project site, and discussions with City staff. Work Plan/Approach 114 A Proposal to Perform Services for the 2018 Street improvement Project (City Project No. 18-01) for the City of Chanhassen The proposed project schedule will extend from 2017 (design) to early 2019 (final acceptance). The proposed scope of services presented herein has been outlined in a task hour chart, which identifies the number of hours associated with each subtask in the overall work program. Individual rates listed in the task hour budget are based on WSB's rates for 2017, shown below. Design and bidding services (Tasks 1 — 2, Task 7 and portions of Task 3) are expected to be completed in 2017. For those tasks proposed to take place in 2018 and beyond (Portions of Task 3 and Tasks 4-6), WSB's proposal includes an assumed 4% increase in 2017 rates for each subsequent calendar year to adjust for inflation. Based on our understanding of the project, knowledge of the site and discussions with City staff, WSB is proposing to complete the base project as proposed for a not -to -exceed fee of $198,142.00. 2017 Rete Schedule Costs associated with word processing, cell phones, reproduction of common correspondence, and mailing are included in the above hourly rates. Vehicle mileage is included in our billing rates [excluding geotechnical and construction materials testing (CMT) service rates]. Mileage can be charged separately, if specifically outlined by contract. Reimbursable expenses include costs associated with plan, specification and report reproduction, permit fee,delivery cost, etc. Multiple rates illustrate the varying levels of experience within each category. Rate Schedule is adjusted annually. Consultant Fee / 15 BiRing Rate/Hour Principal $160-$180 Associate / Sr. Project Manager / Sr. Project Engineer $143-$180 Project Manager $125-$137 Project Engineer $109-$138 Graduate Engineer Sr. Landscape Architect / Sr. Planner / Sr. GIS Specialist $82-$102 $113-$142 Landscape Architect / Planner / GIS Specialist $67-$107 Engineering Specialist / Sr. Environmental Scientist $94-$135 Pavement Coring One -Person Crew Two -Person Crew $165 $245 Survey Crew One -Person Crew Two -Person Crew Three -Person Crew $135 $172 $189 Underwater Inspection Dive Team $470 Office Technician $45-$88 Consultant Fee / 15 A Proposal to Perform Services for the 2018 Street Improvement Project (City Project No. 18-01) for the City of Chanhassen Easements and Right -Of -Way Acquisition The project area currently has limited stormwater collection and management features. Final storm sewer design may require easement acquisition work, both temporary and permanent. The extent of the work is unknown at this time. Therefore, services for easement acquisition are proposed to be billed on an hourly basis up to a not -to -exceed fee that will be negotiated prior to any work completed on the easement acquisition process. Services relating to this work would include the following: Prepare legal descriptions and exhibits — This work would include writing legal descriptions for the areas of right-of-way and drainage and utility easements identified as necessary for the construction of the project. Notification, field title investigation, and report — This task includes one onsite visit with each parcel, documented notification, field title report, parcel review, and initialization. This task also includes coordination with surveys, the appraiser, and the review appraiser. Offer to purchase —This task includes one meeting with the City, one on-site meeting with each parcel, and the formal offer package. This task also includes coordination with the City Attorney. Appraisal and appraisal reviews — WSB is also able to engage a qualified appraiser and review appraiser for the required appraisals. A firm price estimate can be obtained once we have provided the parcel information and specific acquisition area to the appraiser. At that time, they would be able to determine the type of appraisal required and then we would enter into an agreement with an agreed cost for the appraisal and review. Negotiation and settlement — This task includes one meeting with the City, one onsite meeting with each parcel, and three hours of negotiation, document revisions, and settlement writing, if needed. This task also includes coordination with the City Attorney, recordkeeping, and finalized parcel files. A WSB Exceptions and Deviations /IS WSB & ASSOCIATES. INC. EXHIBIT D INSURANCE SCHEDULE GENERAL LIABILITY Carrier: The Phoenix Insurance Company Type of Insurance: Commercial General Liability Coverage: General Aggregate $2,000,000 Products-Comp/Ops Aggregate $2,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence $1,000,000 Damage to Rented Premises $1,000,000 Medical Expenses (Any one person) $10,000 AUTOMOBILE LIABILITY Carrier: The Travelers Indemnity Company Type of Insurance: Any Auto Hired Autos Non -Owned Autos Coverage: Combined Single Limit $1,000,000 UMBRELLA Carrier: The Travelers Indemnity Company of America Coverage: Each Occurrence/Aggregate $5,000,000 WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY Carrier: The Travelers Indemnity Company of America Coverage: Statutory Each Accident $ 1,000,000 Disease -Policy Limit $ 1,000,000 Disease -Each Employee $ 1,000,000 PROFESSIONAL LIABILITY (Errors and Omissions) Carrier: XL Specialty Insurance Company Coverage: Each Claim $ 5,000,000 Annual Aggregate $ 10,000,000 Certificates of Insurance will be provided upon request. Exhibit D— Insurance Schedule 10.01.16 Page 1 WSB & ASSOCIATES, INC. EXHIBIT F CLIENT RESPONSIBILITIES The Client's responsibilities related to the services to be provided by Consultant are generally as set out below. These responsibilities can be modified through Supplemental Agreements. In order to permit the Consultant to perform the services required under this Agreement, the Client shall, in proper time and sequence and where appropriate to the Project, at no expense to the Consultant: ARTICLE F.1 Provide available information as to its requirements for the Project, including copies of any design and construction standards and comprehensive plans which the Client desires Consultant to follow or incorporate into its work. ARTICLE F.2 Guarantee access to and make all provisions for the Consultant to enter upon public and private lands to enable the Consultant to perform its work under this Agreement. ARTICLE F.3 Provide such legal, accounting and insurance counseling services as may be required for this Project. ARTICLE FA Notify the Consultant whenever the Client observes or otherwise becomes aware of any defect in the Project construction or design. ARTICLE F.5 Designate a Client Representative with authority to transmit and receive instructions and information, interpret and define the Client's policies with respect to services rendered by the Consultant, and authority to make decisions as required for Consultant to complete services required under this Agreement. ARTICLE F.6 Act promptly to approve all pay requests, Supplemental Agreements, or request for information by Consultant as set out below. ARTICLE F.7 Furnish data (and professional interpretations thereof) prepared by or services performed by others, including where applicable, but not limited to, previous reports, core borings, sub -surface explorations, hydrographic and hydrogeologic surveys, laboratory tests and inspection of samples, materials and equipment; appropriate professional interpretations of the foregoing data; environmental assessment and impact statements; property, boundary, easement, right-of-way, topographic and utility surveys; property description; zoning, deed and other land use restrictions; and other special data. ARTICLE F.8 Require all Utilities with facilities in the Client's Right of Way to Locate and mark said utilities upon request, Relocate and/or protect said utilities as determined necessary to accommodate work of the Project, submit a schedule of the necessary relocation/protection activities to the Client for review and comply with agreed upon schedule. ARTICLE F.9 Review all reports, sketches, drawings, specifications and other documents prepared and presented by the Consultant, obtain advice of legal, accounting and insurance counselors or others as Client deems necessary for such examinations and render in writing decisions pertaining thereto. Exhibit F—Client Responsibilities 10.30.15 Page 1 ARTICLE F.10 Where appropriate, endeavor to identify, remove and/or encapsulate asbestos products or materials or pollutants located in the project area prior to accomplishment by the Consultant of any work on the Project. ARTICLE F.11 Provide record drawings and specifications for all existing physical plants of facilities which are pertinent to the Project. ARTICLE F.12 Provide the foregoing in a manner sufficiently timely so as not to delay the performance by the Consultant of the services in accordance with the Contract Documents. ARTICLE F.13 Consultant shall be entitled to rely on the accuracy and completeness of information or services furnished by the Client or others employed by the Client. Consultant shall endeavor to verify the information provided and shall promptly notify the Client if the Consultant discovers that any information or services furnished by the Client is in error or is inadequate for its purpose. ARTICLE F.14 Client shall bear all costs incidental to compliance with the requirements of this article. Exhibit F —Client Responsibilities 10.30.15 Page 2