HomeMy WebLinkAboutAment Inc-12/3/2012Please return this copy to:
City Clerk & Finance Department
715 Mulberry Street
Waterloo, IA 50703
Iowa DOT Project No. STP -IJ -8155(731)70-07
Owner Project No. 843
Professional Services Agreement
for
Kimball Avenue Transportation Improvements Project —
from 500 Feet South of Tower Park Dr to Acadia St
Supplemental Agreement No. 1
This is an AGREEMENT, made as of the third (3rd) day of December in the year 2012 ;
by and BETWEEN the City of Waterloo, Iowa, identified as the Owner ;
City of Waterloo, Iowa
City Hall
715 Mulberry Street
Waterloo, IA 50703
and the Consultant ;
Ament, Inc.
625 32nd Avenue SW
Cedar Rapids, IA 52404
for the following Project:
The parties hereto entered into an agreement dated the twenty-fourth (24th) day of September, 2012 for survey,
design and preparation of plans, specifications, and estimates for the Kimball Avenue Transportation
Improvement Project — from 500 Feet South of Tower Park Drive to Acadia Street in Black Hawk County. The
Owner shall proceed with the preparation of final design, plans, specifications and estimates for the
improvements, subject to the concurrence and approval of the Iowa Department of Transportation (Iowa DOT)
and the Federal Highway Administration (FHWA) (when applicable).
The Owner desires to employ the Consultant to provide additional work in connection with preliminary survey
and engineering services in connection with the design and preparation of plans, specifications and estimates for
the improvements. The Consultant is willing to perform such engineering work in accordance with the terms
hereinafter provided and warrants that it is in compliance with Iowa statutes relating to the licensure of
professional engineers.
Page 1 of 41
TABLE OF CONTENTS
Article Number And Description
1 Initial Information
1.1 Project Parameters
1.2 Financial Parameters
1.3 Project Team
1.4 Time Parameters
2 Scope Of Services And Other Special Terms And Conditions
2.1 Enumeration of Parts of the Agreement
3 Form of Compensation
3.1 Method of Reimbursement
3.2 Subconsultant
4 Terms And Conditions
4.1 Ownership of Engineering Documents
4.2 Revision of Plans
4.3 Extra Work
4.4 Progress Meetings
4.5 Additional Plans
4.6 Termination of Agreement
4.7 Extension of Time
4.8 Mediation
4.9 Arbitration
4.10 Responsibility for Claims and Liability
4.11 Non -Raiding Clause
4.12 General Compliance with Laws
4.13 Subletting, Assignment or Transfer
4.14 Forbidding Use of Outside Agents
4.15 Consultant's Endorsement on Plans
4.16 Compliance with Title 49, Code of Federal Regulations
4.17 Access to Records
4.18 Iowa DOT and Federal Highway Administration Participation
4.19 Severability
4.20 Choice of Law and Form
Attachment A - Scope of Services
Attachment B - Specifications
Attachment C - Fees and Payments
Attachment C-1 - Cost Analysis Sheet
Attachment D - Intentionally Omitted
Attachment E - Intentionally Omitted
Attachment F - Intentionally Omitted
Attachment G - Sample Invoice Form (if not part of Base Agreement)
Attachment H - Consultant Fee Schedule (Staff Hour Estimate)
Attachment H-1 - Consultant Fee Schedule (Terracon Consultants, Inc.)
Attachment H-1 - Consultant Fee Schedule (HDR Engineering, Inc.)
Attachment H-1 - Consultant Fee Schedule (EarthView Environmental, L.L.C.)
Attachment H-1 - Consultant Fee Schedule (Tallgrass Historians LC.)
Attachment H-1 - Consultant Fee Schedule (Robinson Engineering Company)
Page 2 of 41
ARTICLE 1 INITIAL INFORMATION
1.1
This Agreement is based on the following information and assumptions.
Project Parameters
The objective or use is:
Perform preliminary surveys and engineering services, including the preparation of property acquisition
plats and exhibits, in connection with the design and preparation of plans, specifications and estimates
for the proposed improvements.
1.2 Financial Parameters
1.2.1 The financial parameters are;
Amount of the Owner's budget for the Consultant's compensation is:
Four hundred ninety nine thousand seventy four and 00/100 dollars ($499,074.00)
1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is:
One hundred sixty three thousand one hundred four and 00/100 dollars ($163,104.00)
1.2.3 Costs for this Agreement will be integrated with all previous agreements with the Consultant utilizing
the same contract number.
1.3 Project Team
1.3.1 The Owner's Designated Representative identified as the Contract Administrator is:
Jeff Bales — Associate Engineer, City Engineering Department
The Contract Administrator is the authorized representative, acting as liaison officer for the Owner for
purpose of coordinating and administering the work under the Agreement. The work under this
Agreement shall at all times be subject to the general supervision and direction of the Contract
Administrator and shall be subject to the Contract Administrator's approval.
1.3.2 The Consultant's Designated Representative is:
Larry D. Bems, P.E. — Project Manager
1.3.3 The subconsultants retained at the Consultant's expense are:
HDR Engineering, Inc
Robinson Engineering Company [Disadvantaged Business Enterprise — (DBE)]
Terracon Consultants, Inc.
EarthView Environmental, L.L.C. [Disadvantaged Business Enterprise — (DBE)]
Tallgrass Historians L.C. [Disadvantaged Business Enterprise — (DBE)]
1.4 Time Parameters
1.4.1 Date to Proceed: Consultant is to begin work under this Agreement upon receipt of a written notice to
proceed from the Owner.
1.4.2 Preliminary design plans including type/size/location for all structures (preliminary design) and detail
elements for a design public meeting and construction right-of-way needs shall be completed and
accepted on or before August 13, 2013 or two hundred twenty five (225) calendar days after receiving
the notice to proceed (whichever is greater).
1.4.3 The Consultant shall not begin final design activities until after the Owner has been notified by the
Iowa DOT that FHWA Environmental Concurrence has been obtained. Upon receipt of such notice, the
Ownerwill provide the Consultant notice to proceed with final design activities.
1.4.4 Final design, contract plans and specifications and estimates shall be completed and accepted on or
before November 19, 2013 or ninety (90) calendar days after receiving the notice to proceed with final
design (whichever is greater).
ARTICLE 2 SCOPE OF SERVICES AND OTHER SPECIAL TERMS AND CONDITIONS
2.1 Enumeration of Parts of the Agreement.
Page 3of41
2.1.1 The work to be performed by the Consultant under this Agreement shall encompass and include all
detail work, services, materials, equipment and supplies necessary to prepare and deliver the scope of
services provided in Attachment A.
2.1.2 All services herein required and provided shall be in conformity with the applicable Iowa DOT
Standards, Design Guides and Specifications and Title 23, Code of Federal Regulations, Part 625, as
outlined in Attachment B. In addition, applicable sections of the U.S. Department of Transportation
Federal Aid Policy Guide (FAPG) shall be used as a guide in preparation of plans, specifications and
estimates.
2.1.3 Other documents as follows:
.1 Fees and Payments - Attachment C
.2 Cost Analysis Sheet - Attachment C-1
.3 Consultant Fee Schedule (Staff Hour Estimate) - Attachment H
.4 Consultant Fee Schedule (Terracon Consultants, Inc.) - Attachment H-1
.5 Consultant Fee Schedule (HDR Engineering, Inc.) - Attachment H-1
.6 Consultant Fee Schedule (EarthView Environmental, L.L.C.) - Attachment H-1
.7 Consultant Fee Schedule (Tallgrass Historians L.C.) - Attachment H-1
.8 Consultant Fee Schedule (Robinson Engineering Company) - Attachment H-1
2.1.4 Refer to the Base Agreement for documents as follows:
.1 Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Attachment D
.2 Certification of Consultant - Attachment E
.3 Certification of Owner - Attachment F
.4 Sample Invoice Form - Attachment G
ARTICLE 3 FORM OF COMPENSATION
3.1 Method of Reimbursement
3.1.1 For the Consultant's services as described under Article 2, compensation shall be computed in
accordance with the Cost Plus Fixed Fee compensation method, as defined in Attachment C.
3.2 Subconsultant
3.2.1 The Consultant shall require the subconsultants (if applicable) to notify them if they at any time
determine that their costs will exceed their estimated actual costs. The Consultant shall not allow the
subconsultants to exceed their estimated actual costs without prior written approval of the Contract
Administrator. The prime Consultant is cautioned that cost under -runs associated with any
subconsultant's contract are not available for use by the prime Consultant unless the Contract
Administrator has given prior written approval and the Iowa DOT and the FHWA (when applicable)
concurs.
ARTICLE 4 TERMS AND CONDITIONS
4.1 Ownership of Engineering Documents
4.1.1 All sketches, tracings, plans, specifications, reports on special studies and other data prepared under
this Agreement shall become the property of the Owner and shall be delivered to the Contract
Administrator upon completion of the plans or termination of the services of the Consultant. There
shall be no restriction or limitation on their future use by the Owner, except any use on extensions of
the project or on any other project without written verification or adaptation by the Consultant for the
specific purpose intended will be the Owner's sole risk and without liability or legal exposure to the
Consultant.
4.1.2 The Owner acknowledges the Consultant's plans and specifications, including all documents on
electronic media, as instruments of professional service. Nevertheless, the plans and specifications
prepared under this Agreement shall become the property of the Owner upon completion of the
services and payment in full of all moneys due to the Consultant
Page 4 of 41
4.1.3 The Owner and the Consultant agree that any electronic files prepared by either party shall conform to
the specifications listed in Attachment B. All electronic files will be submitted to the Owner by the
Consultant on CD or other mutually agreed upon medium. Any change to these specifications by
either the Owner or the Consultant is subject to review and acceptance by the other party. Additional
efforts by the Consultant made necessary by a change to the CADD software specifications shall be
compensated for as Additional Services.
4.1.4 The Owner is aware that significant differences may exist between the electronic files delivered and the
respective construction documents due to addenda, change orders or other revisions. In the event of a
conflict between the signed construction documents prepared by the Consultant and electronic files,
the signed construction documents shall govem.
4.1.5 The Owner may reuse or make modifications to the plans and specifications, or electronic files while
agreeing to take responsibility for any claims arising from any modification or unauthorized reuse of the
plans and specifications.
4.2 Revision of Plans
4.2.1 Drafts of work products shall be submitted to the Contract Administrator by the Consultant for review
and comment. The comments received from the Contract Administrator and the reviewing agencies
shall be incorporated by the Consultant prior to submission of the final work product by the
Consultant. Work products revised in accordance with review comments shall constitute "satisfactorily
completed and accepted work". Requests for changes on work products by the Contract
Administrator shall be in writing. In the event there are no comments from the Contract
Administrator or reviewing agencies to be incorporated by the Consultant into the final work product,
the Contract Administrator shall immediately notify the Consultant, in writing, that the work product
shall constitute "satisfactorily completed and accepted work".
4.2.2 In the event that the work product prepared by the Consultant is found to be in error and revision or
reworking of the work product is necessary, the Consultant agrees that it shall do such revisions
without expense to the Owner, even though final payment may have been received. The Consultant
must give immediate attention to these changes so there will be a minimum of delay during
construction. The above and foregoing is not to be construed as a limitation of the Owner's right to
seek recovery of damages for negligence on the part of the Consultant herein.
4.2.3 Should the Contract Administrator find it desirable to have previously satisfactorily completed and
accepted work product or parts thereof revised, the Consultant shall make such revisions if requested
and directed by the Contract Administrator in writing. This work will be paid for as provided in Article
4.3.
4.3 Extra Work
4.3.1 If the Consultant is of the opinion that any work it has been directed to perform is beyond the scope of
this Agreement, and constitutes "Extra Work", it shall promptly notify the Contract Administrator in
writing to that effect. In the event that the Contract Administrator determines that such work does
constitute "Extra Work", the Owner will provide extra compensation to the Consultant upon the basis
of actual costs plus a fixed fee amount, or at a negotiated lump sum. Unless written approval for "Extra
Work" has been secured in advance from the Contract Administrator, and the Iowa DOT and the
FHWA (when applicable) concurs, no claims will be allowed. However, the Owner shall have benefit of
the service rendered.
4.4 Progress Meetings
4.4.1 From time to time as the work progresses, conferences will be held at mutually convenient locations at
the request of the Contract Administrator to discuss details of the design and progress of the work.
The Consultant shall prepare and present such information and studies as may be pertinent and
necessary or as may be requested by the Contract Administrator, to enable the Contract
Administrator to pass judgment on the features and progress of the work.
4.5 Additional Plans
Page 5 of 41
4.5.1 At the request of the Contract Administrator, the Consultant shall fumish sufficient prints of plans or
other data in such detail as may be required, for the purposes of review of details and for plan -in -hand
and field check inspections.
4.6 Termination of Agreement
4.6.1 In the event of the death of any member or partner of the Consultant's firm, the surviving members
shall complete the work, unless otherwise mutually agreed upon by the Owner and the survivors.
4.6.2 The right is reserved by the Owner to terminate this Agreement at any time upon not Tess than thirty
(30) days' written notice to the Consultant.
4.6.3 In the event the Agreement is terminated by the Owner without fault on the part of the Consultant, the
Consultant shall be paid for the reasonable and necessary work performed or services rendered and
delivered up to the effective date or time of termination. The value of the work performed and services
rendered and delivered, and the amount to be paid shall be mutually satisfactory to the Contract
Administrator and to the Consultant. The Consultant shall be paid a portion of the fixed fee, plus
actual costs. The portion of the fixed fee shall be based on the ratio of the actual costs incurred to the
estimated actual costs contained in Attachment C. Actual costs to be reimbursed shall be determined
by audit of such costs to the date established by the Contract Administrator in the termination notice,
except that actual costs to be reimbursed shall not exceed the Estimated Actual costs, plus any
authorized contingency.
4.6.4 In the event the Agreement is terminated by the Owner for fault on the part of the Consultant, the
Consultant shall be paid only for work satisfactorily performed and delivered to the Contract
Administrator up to the date established by the termination notice. After audit of the Consultant's
actual costs to the date established by the Contract Administrator in the termination notice and after
determination by the Contract Administrator of the amount of work satisfactorily performed, the
Contract Administrator shall determine the amount to be paid to the Consultant.
4.6.5 The right is reserved by the Owner to suspend this Agreement at any time. The Contract
Administrator may effect such suspension by giving the Consultant written notice, and it will be
effective as of the date established in the suspension notice. Payment for the Consultant's services
will be made by the Owner to the date of such suspension, in accordance with paragraph 4.6.3 above.
4.6.6 Should the Owner wish to reinstate the work after notice of suspension, such reinstatement may be
accomplished by thirty (30) days' written notice within a period of one year after such suspension,
unless this period is extended by written consent of the Consultant.
4.6.7 This Agreement will be considered completed when the construction of the project has progressed
sufficiently to make it clear that the construction can be completed without further revisions in that work,
or if the Consultant is released prior to such time by written notice from the Contract Administrator.
4.7 Extension of Time
4.7.1 The time for completion of each phase of this Agreement shall not be extended because of any delay
attributed to the Consultant, but may be extended by the Contract Administrator in the event of a
delay attributed to the Owner or the Contract Administrator, or because of unavoidable delays
caused by an act of God, war, govemment actions, or similar causes beyond the reasonable control of
the Consultant.
4.8 Mediation
4.8.1 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 Owner and the Consultant agree that all disputes between them
arising out of or relating to this Agreement shall be submitted to non-binding mediation unless the
parties mutually agree otherwise. The Owner and the Consultant further agree to include a similar
mediation provision in all agreements with independent contractors and Consultants retained for the
project and to require all independent contractors and Consultants also to include a similar mediation
provision in all agreements with subcontractors, subconsultants, suppliers or fabricators so retained,
Page 6 of 41.
thereby providing for mediation as the primary method for dispute resolution between the parties to
those agreements.
4.9 Arbitration
4.9.1 In the event the parties to this Agreement are unable to reach a settlement of any dispute arising out of
the services under this Agreement in accordance with Paragraph 4.8, then such disputes shall be
settled by binding arbitration by an arbitrator to be mutually agreed upon by the parties, and pursuant to
the arbitration procedures set out in Iowa Code Chapter 679A. Any arbitration pursuant to this
paragraph or mediation pursuant to Paragraph 4.8.1 shall occur in Black Hawk County, Iowa.
4.10 Responsibility For Claims And Liability
4.10.1 The Consultant shall defend, indemnify and save harmless the Owner, the Iowa Department of
Transportation, the State of Iowa, its agencies, agents, employees and assignees and the Federal
Govemment from all claims and liabilities due to design error, omission or negligent act of the
Consultant, its members, agents, stockholders, or employees in connection with performance of this
Agreement.
4.11 Non -Raiding Clause
4.11.1 The Consultant shall not engage the services of any person or persons, then in the employment of the
Owner, for work covered by this Agreement without the written consent of the employer of such person.
4.12 General Compliance With Laws
4.12.1 The Consultant shall comply with all Federal, State and Local laws and ordinances applicable to the
work.
4.13 Subletting, Assignment Or Transfer
4.13.1 Subletting, assignment, or transfer of all or part of the interest of the Consultant in this Agreement is
prohibited unless written consent is obtained from the Contract Administrator and the Iowa DOT and
the FHWA (when applicable) concurs.
4.14 Forbidding Use of Outside Agents
4.14.1 The Consultant warrants that it has not employed or retained any company or person, other than a
bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that it
has not paid or agreed to pay any company or person, other than bona fide employees working solely
for the Consultant, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or violation of this
warranty, the Owner shall have the right to annul the Agreement without liability, or in its discretion to
deduct from the Agreement price or consideration or otherwise recover the full amount of such fee,
commission, percentage, brokerage fee, or counterpart fee.
4.15 Consultant's Endorsement On Plans
4.15.1 The Consultant shall endorse the completed computations prepared under this Agreement, and shall
affix thereto the seal of a licensed professional engineer or architect, licensed to practice in the State of
Iowa, in accordance with the current Code of Iowa.
4.16 Compliance With Title 49, Code Of Federal Regulations
4.16.1 During the performance of this Agreement, the Consultant and its assignees and successors in
interest agree as follows:
4.16.1.1 Compliance with Regulations
Page 7 of 41
4.16.1.1.1 The Consultant will comply with the regulations of the U.S. Department of Transportation, relative to
nondiscrimination in federally assisted programs of the U.S. Department of Transportation (Title 49,
Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"), which are herein
incorporated by reference and made a part of this Agreement.
4.16.1.2 Nondiscrimination
4.16.1.2.1 The Consultant, with regard to the work performed by it, will not discriminate on the grounds of race,
religion, age, physical disability, color, sex or national origin in the selection and retention of
subconsultants, including procurement of materials and leases of equipment. The Consultant will not
participate, either directly or indirectly, in the discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the Agreement covers a program set forth in the
Regulations.
4.16.1.3 Solicitation for Subconsultants, Including Procurement of Materials and Equipment
4.16.1.3.11n all solicitations, either by competitive bidding or negotiation made by the Consultant for work to be
performed under a subcontract, including procurement of materials or equipment, each potential
subconsultant or supplier shall be notified by the Consultant of the Consultant's obligation under this
contract and the regulations relative to nondiscrimination on the grounds of race, religion, age, physical
disability, sex, or national origin.
4.16.1.4 Disadvantaged Business Enterprises
4.16.1.4.1 The Consultant or its subconsultants agree(s) to ensure that disadvantaged business enterprises
(DBEs) as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance
of contracts and subcontracts financed in whole or in part with Federal funds provided under this
Agreement. In this regard the Consultant and all of its subconsultants shall take all necessary and
reasonable steps in compliance with the Iowa DOT DBE Program to ensure disadvantaged business
enterprises have the maximum opportunity to compete for and perform contracts. The Consultant and
their subconsultants shall not discriminate on the basis of race, religion, age, physical disability, color,
sex or national origin in the award and performance of U.S. DOT assisted contracts. If, as a condition
of assistance, the Iowa DOT has submitted to the U.S. DOT, or the Consultant has submitted to the
Iowa DOT, and the U.S. DOT or Department has approved a disadvantaged business enterprise
affirmative action program which the Iowa DOT and/or Consultant agrees(s) to carry out, this
program(s) is incorporated into this Agreement by reference. This program shall be treated as a legal
obligation and failure to carry out its terms shall be treated as a violation of this financial assistance
agreement.
Upon notification to the Consultant of its failure to carry out the approved program, the Owner, the
Iowa DOT, and/or the U.S. DOT shall impose sanctions, which may include termination of the
Agreement or other measures that may affect the ability of the Consultant to obtain future U.S. DOT
financial assistance. The Consultant or any of its subconsultants are hereby advised that failure to
fully comply with the Iowa Department of Transportation's DBE Program shall constitute a breach of
contract and may result in termination of this Agreement or agreement(s) by the Owner or such remedy
as the Owner deems appropriate. Refer to Article 4.6 of the Agreement.
4.16.1.5 Information and Reports
4.16.1.5.1The Consultant will provide all information and reports required by the regulations, orders and
instructions issued pursuant thereto, and will permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the Owner, the Iowa DOT, or the
FHWA, to be pertinent to ascertain compliance with regulations, orders and instructions. Where any
information required of a Consultant is in the exclusive possession of another who fails or refuses to
fumish this information, the Consultant shall so certify to the Owner, the Iowa DOT, or the FHWA, as
appropriate, and shall set forth what efforts it has made to obtain information.
4.16.1.6 Sanctions for Noncompliance
Page 8 of 41
4.16.1.6.1 In the event of the Consultant's noncompliance with the nondiscrimination provisions of this
Agreement, the Owner shall impose such contract sanctions as it, the Iowa DOT, or the FHWA, may
determine to be appropriate, including, but not limited to:
...1.6.1.1 Withholding of payments to the Consultant under the Agreement until the Consultant complies, and/or
...1.6.1.2 Cancellation, termination or suspension of the Agreement, in whole or in part.
4.16.1.7 Incorporation of Provisions
4.16.1.7.1 The Consultant will include the provisions of Article 4.16.1.1 through 4.16.1.6 of this Agreement in
every subagreement, including procurements of materials and lease of equipment, unless exempt by
the regulations, orders or instructions issued pursuant thereto. The Consultant will take such action
with respect to any subagreement or procurement as the Owner, Iowa DOT, or FHWA may direct as a
means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in
the event a Consultant becomes involved in, or is threatened with, litigation with a subconsultant or
supplier as a result of such direction, the Consultant may request the Owner, the Iowa DOT, or the
Untied States to enter into such litigation to protect the interests of the Owner, the Iowa DOT, and the
Unites States, respectively.
4.17 Access To Records
4.17.1 The Consultant is to maintain all books, documents, papers, accounting records and other evidence
pertaining to this Agreement and to make such materials available at their respective offices at all
reasonable times during the agreement period, and for three years from the date of final payment under
the Agreement, for inspection and audit by the Owner, Iowa DOT, FHWA, or any authorized
representatives of the Federal Government; and copies thereof shall be fumished, if requested.
4.18 Iowa DOT and Federal Highway Administration Participation
4.18.1 The work under this Agreement shall be contingent upon and subject to the approval of the Iowa DOT
and the Federal Highway Administration (if applicable). The Iowa DOT and the Federal Highway
Administration shall have the right to participate in the conferences between the Consultant and the
Owner and to participate in the review or examination of the work in progress.
4.19 Severability
If any section, provision or part of this Agreement shall be adjudged invalid or unconstitutional, such
adjudication shall not affect the validity of the Agreement as a whole or any section, provision, or part
thereof not adjudged invalid or unconstitutional.
4.20 Choice of Law and Form
The laws of the State of Iowa shall govem and determine all matters arising out of or in connection with
this Agreement without regard to the choice of law provisions of Iowa law. In the event any proceeding
of a quasi-judicial or judicial nature is commenced in connection with this Agreement, the exclusive
jurisdiction for the proceeding shall be brought in the Black Hawk County District Court for the State of
Iowa, Waterloo, Iowa. This provision shall not be construed as waiving any immunity to suit or liability
including without limitation sovereign immunity in State or Federal court, which may be available to the
Owner.
Page 9 of 41
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their proper officials
thereunto duly authorized as of the dates below indicated.
Ament, Inc. i ,)
JlmmYND. Rose, L.S.
I, resid4t
Ci jf Wateri o,
nest C. ° uc " Clark
Mayor
Iowa Department of Transportation
Accepted for FHWA Authorization*
Date: //)rfr h I' ;' � E 1
Date: bi9t. 42,0/
By: Date:
Robert Wolper, P.E.
Local Systems Engineer
District 2 Office
* The Iowa DOT is not a party to this Agreement. However, by signing this Agreement, the Iowa DOT is indicating
the work proposed under this Agreement is acceptable for FHWA authorization of Federal funds.
Page 10 of 41
ATTACHMENT A
Scope of Services
Project Identification
The Kimball Avenue Transportation Improvements Project corridor extends from a point between the U.S. 20
overpass and the Tower Park Drive intersection to the north leg of the Ridgeway Avenue intersection — almost to
the Acadia Street intersection. The Project mainline corridor — from 500 feet south of the centerline of Tower Park
Drive to the centerline of Acadia Street — is approximately 5,996 feet (1.14 miles) in length and includes the
associated frontage road that parallels the mainline roadway on its west side. The Project side road corridor for
San Maman Drive — from approximately 1,320 feet west of the centerline of Kimball Avenue (near the Jonathan
Street intersection) to approximately 1,320 feet east of the centerline of Kimball Avenue (near the Shoppers
Boulevard intersection) — is approximately 2,640 feet (0.50 miles) in length. The Project side road corridor for
Park Lane — from approximately 450 feet west of the centerline of Kimball Avenue to approximately 450 feet east
of the centerline of Kimball Avenue — is approximately 900 feet (0.17 miles) in length. The Project side road
corridor for Ridgeway Avenue — from approximately 600 feet west of the centerline of Kimball Avenue to
approximately 600 feet east of the centerline of Kimball Avenue — is approximately 1,200 feet (0.23 miles) in
length.
Kimball Avenue is classified as a Minor Arterial — its Federal functional classification. The roadway has an urban
section with curb and gutter and a storm sewer system. The roadway is typically 53 feet wide back-to-back (B -B)
throughout the study corridor — providing two (2) 12 -foot -wide travel lanes in each direction — for both northbound
and southbound traffic — and a 2.5 -foot -wide curb -and -gutter section on both sides of the roadway. San Maman
Drive and Ridgeway Avenue are also classified as Minor Arterials within the Project limits.
The posted speed limit for Kimball Avenue within the Project corridor is 35 miles per hour (mph). Most of the
intersecting side streets have a posted (or un -posted) speed limit of 25 mph in the vicinity of Kimball Avenue.
However, San Maman Drive has a posted speed limit of 45 mph and Ridgeway Avenue has a posted speed limit
of 35 mph.
The majority of the existing land use along the Kimball Avenue Project corridor is commercial. The entire west
side of the Project corridor is comprised of commercial developments. There is, however, some residential
development within (or near) the corridor on the east side of the roadway — at the south end near US 20 and
between Rachael Street and a point just north of Park Lane. There is also a large church property (Central
Christian Church) on the east side of Kimball Avenue just south of the Rachael Street intersection. There are
currently only two undeveloped properties within the Project corridor and they are located on the east side of
Kimball Avenue. One is located at the south end of the corridor between US 20 and Anderson Drive. It has a
frontage width along Kimball Avenue of approximately 230 feet. The second property is located between Park
Lane and the private drive located across from the Kimball Avenue Frontage Road (North Intersection). It has a
frontage width along Kimball Avenue of approximately 500 feet.
The Kimball Avenue Project corridor includes nine (9) public street intersections and eight (8) commercial
driveways. Also, there are four (4) other public intersections within the Project corridor, located just west of the
Kimball Avenue roadway, that provide access between certain intersecting side streets and the Kimball Avenue
Frontage Road that parallels Kimball Avenue on its west side. The Kimball Avenue Frontage Road extends a)
from Brookeridge Drive to approximately 600 feet south of Park Lane to a T -intersection identified as the Kimball
Avenue Frontage Road (S Intersection) and b) from Park Lane to approximately 430 feet south of Ridgeway
Avenue to a four -legged intersection identified as the Kimball Avenue Frontage Road (N Intersection). The east
leg of this intersection is a private drive.
The PROJECT will be let by the STATE (Iowa DOT). The OWNER intends to construct this project under one (1)
contract — planned for 2014 through 2015 — which will include roadway reconstruction and widening, storm sewer
and other utility reconstruction, and traffic signal system upgrades.
Major Project Tasks
O Project Management
® Public Involvement Plan
® Research and Data Collection including:
o Geotechnical Services
o Environmental Services
Page 11 of 41
• Control, Boundary, Utility, Drainage, Topographic, and Pick-up Surveys
• Engineering Design; Plans, Specifications, and Construction Cost Opinion Development; and Special
Provisions, if Needed
• Permit Applications
• Property Acquisition Documents (Plat and Exhibits with Legal Descriptions)
• Contractor Procurement Activities
Project Understanding -
The Project involves the construction of improvements identified as Alternate 2 in the Kimball Avenue Traffic
Study Summary Report dated February 28, 2011, which provides for a five -lane roadway section for Kimball
Avenue along the majority of the Project corridor's length — approximately 1.1 miles, from Tower Park Drive
(located just south of San Maman Drive) to north of Ridgeway Avenue (near Acadia Street). A six -lane roadway
is proposed for the Kimball Avenue roadway segment located between San Maman Drive and the San Maman
Drive Frontage Road. The Project also includes the widening of the San Maman Drive and Ridgeway Avenue
approaches to Kimball Avenue and the possible widening of the Park Lane approaches to Kimball Avenue.
The Project will include the following improvements for the Kimball Avenue Transportation Improvements Project
corridor(s):
• Reconstructing and widening Kimball Avenue from just north of Tower Park Drive to just south of Acadia
Street;
• Widening both approaches of San Maman Drive to provide additional auxiliary tuming lanes;
• Adding a connector roadway between San Maman Drive and the San Maman Drive Frontage Road (east
of Kimball Avenue) with a right -in / right -out intersection for the westbound lanes of San Maman Drive;
• Modifying the San Maman Drive Frontage Road intersection to eliminate westbound left tum movements
onto Kimball Avenue;
• Widening both approaches of Ridgeway Avenue to provide additional auxiliary tuming lanes; and;
• Upgrading and modifying the five (5) existing traffic signal installations along the Project corridor to
accommodate the proposed roadway widening and upgrading and modifying the existing traffic signal
interconnection system for these five (5) traffic signal installations so as to provide improved traffic flow
and signal progression within the Project corridor.
Other improvements that are to be constructed for the Kimball Avenue Transportation Improvements Project
corridor(s) include:
• Adding an exclusive right -tum lane along the north side of San Maman Drive between Pheasant Lane
and Kimball Avenue for westbound San Maman Drive traffic tuming onto Pheasant Lane;
• Widening both approaches of Park Lane to provide auxiliary left -tum lanes, if impacts to adjacent
properties, identified during conceptual design development, and associated costs are not prohibitive;
• Adding a connector roadway between Kimball Avenue and the Kimball Avenue Frontage Road (between
Brookeridge Drive and Rachael Street) with either a right -in / right -out intersection for the southbound
lanes of Kimball Avenue or a 3/4 -access T -intersection that prohibits eastbound left -tum movements; and
• Relocating the Kimball Avenue Frontage Road (N intersection) / private drive intersection to the south —
closer to the mid -way point between Park Lane and Ridgeway Avenue, which will serve as the access
point for existing developments as well as for the undeveloped property on the east side of Kimball
Avenue, if acceptable to the OWNER.
Page 12 of 41
Scope of Services
The scope of services to be performed by the ENGINEER shall be completed in accordance with generally
accepted standards of practice and shall include the services and supplies to perform tasks listed below.
The Project involves: project management; utility coordination; research and data collection including design
surveys; additional traffic study and analysis; environmental documentation; public involvement and stakeholder
input; conceptual, preliminary, check, and final design including prioritization of proposed improvements;
preparation of contract documents (plans, specifications, cost opinions); assistance with permits; assistance with
property acquisitions; and construction -related services including construction staking; on-site field reviews;
construction observation and documentation; materials testing; record drawings, and construction administration
including project close-out — for the proposed improvement (roadway reconstruction, pavement widening, and
traffic and public utility improvements) of the Kimball Avenue project corridor from 500 feet south of the centerline
of Tower Park Drive (north of the U.S. 20 overpass) to just south of Acadia Street (approximately 425 feet north of
Ridgeway Avenue) and intersecting side road approaches. The following provides a description of the tasks to be
performed and identification of the proposed work.
1 Project Management
A. Project Team Kick -Off Meeting — This meeting shall include members of the Project Team (ENGINEER,
some, but not all, of ENGINEER's Consultants, and OWNER). The goal of the meeting is to define and clarify
the OWNER's requirements for the Project, to obtain available data, to develop a detailed project plan
regarding data delivery and format, and to discuss and clarify key project issues. Some participating
ENGINEER's Consultant's staff may participate in this meeting via teleconference.
B. Track Project Schedule — This task involves tracking the project design schedule throughout the length of the
design services phase. This will be done to determine if the performance of the design services is in
conformance with the project schedule. If the project is not on schedule, ENGINEER will present an
approach for bringing the project back on schedule.
This task includes the preparation of written instructions for project staff providing background, names of
contacts, communications procedures, responsibilities, schedule and budget information, and other important
elements for the project. This task also includes the development of a graphic project schedule indicating
critical dates, milestones, and deliverables and the preparation of a detailed work plan with specific staff
assignments, by task, corresponding to the schedule.
C. Monitor Project Scope — This task involves monitoring the project scope throughout the length of the design
services phase. This will be done to identify needed services that are not included in the scope of the design
services contract. ENGINEER will make the OWNER representative aware of potential change orders to the
design contract before the additional services are performed.
D. Quality Control Plan — This task involves establishment of review and checking procedures for Project
deliverables. The ENGINEER will designate responsibility for implementation of the plan.
E. Project Design Review Meetings — This task involves attendance by ENGINEER at project design review
meetings with representatives of the OWNER with participation by ENGINEER's Consultants on an "as
needed" basis. ENGINEER's Consultant's staff may participate in these meetings via teleconference. Up to
twelve (12) meetings are anticipated. HDR Engineering, Inc. staff will participate in up to six (6) project
design review meetings. ENGINEER will keep, prepare, and distribute minutes of meetings to attendees in a
timely manner. The purpose of these review meetings will be to:
1. present design issues,
2. request that additional information be provided by the OWNER and/or obtain clarification of information
that has been provided by the OWNER,
3. identify issues that have developed during project design, options to address these issues, advantages
and disadvantages of these options, and the option that ENGINEER recommends,
4. update the project schedule, discuss project progress, and notify the OWNER whether or not the project
is on schedule,
5. present an approach for bringing the project back on schedule if it is behind schedule, and
6. inform the OWNER of needed design services not included in the scope of the design services contract.
F. Consultant Management — This task involves the preparation of subcontracts and work orders for
ENGINEER's Consultants. This task also includes monitoring ENGINEER's Consultant activities, reviewing
Page 13 of 41
ENGINEER's Consultant invoices, and submitting to the OWNER for payment. This task also includes
reviewing ENGINEER's Consultant work for technical accuracy and conformance with project requirements.
The Consultants that are anticipated are:
• HDR Engineering, Inc.
• Robinson Engineering Company [Disadvantaged Business Enterprise — (DBE)]
• Terracon Consultants, Inc.
• EarthView Environmental, L.L.C. [Disadvantaged Business Enterprise — (DBE)]
• Tallgrass Historians L.C. [Disadvantaged Business Enterprise — (DBE)]
G. Coordination with Utilities and Other Affected Entities — This task is intended to provide for the necessary
coordination with other users of the project corridor — primarily franchise and public utilities. Ongoing input
and related design consideration shall be included in the development of the design plans. This task
includes:
1. Attendance at up to two (2) Joint Utility Coordination Meetings with the OWNER;
2. Preliminary, check, and final plan submittals to utility companies for review of design impacts;
3. On-site field reviews, as needed; and
4. Determination of right-of-way and easement requirements to accommodate utility facilities.
II. Public Involvement Plan
The Public Involvement Plan (PIP) will involve a) the business owners, residents, and other property owners who
will be most directly impacted by construction of the Project — those located along the Project corridor; b) other
Project stakeholders who will be affected by Project construction, but not as directly, such as neighborhood
associations and nearby schools, churches, hospitals, and major employers; and c) the general public.
The Public Involvement Plan (PIP) for the Project will include:
A. Development of a Property Owner and Stakeholder Database / Mailing Lists — This task includes the
development of a database and mailing lists for both business owners and residents in the Project corridor as
well as other Project stakeholders, providing contact and property information (owner names, mailing
addresses, phone numbers, e-mail addresses, property information, etc.) for use in providing notifications
about the Project and for providing property information to the City to assist with property acquisitions. The
OWNER will assist the ENGINEER with selecting property owners and other stakeholders to include in this
database.
B. Notification of Property Owners / Stakeholders — This task includes the preparation of letters (and envelopes,
if needed) addressed to individual property owners along the Project corridor(s) and other Project
stakeholders and the distribution of these letters via either conventional mail or electronic mail. The purpose
of these notifications will be:
1. to request permission from individual property owners of the proposed Project to enter onto their property
to perform the necessary topographic and land comer surveys and to perform environmental and
geotechnical investigations, if needed;
2. to request information from individual property owners about their businesses, residences, and/or
properties, such as:
a. contact information;
b. hours of operation for businesses;
c. peak hours and/or days or special events for businesses;
d. parking requirements;
e. special access requirements for physically challenged residents / employees;
f. the existence of any drainage issues;
g. the existence of any vehicle access or traffic congestion or parking issues;
h. the existence of private underground facilities that could be impacted by the Project (septic / leach
fields, drain tiles, irrigation systems, underground structures / vaults, etc.); and
3. to inform individual property owners and stakeholders of Public Information / Open House Meetings that
are to be conducted.
C. Public Information / Open House Meetings — This task includes the development of the necessary exhibits for
and facilitation of three (3) Public Information / Open House Meetings. Up to two (2) HDR Engineering, Inc.
staff will be in attendance at each of these meetings also. The purpose of these meetings is to inform corridor
businesses, residents, schools, churches, hospitals, other Project stakeholders, and the general public of the
Project; to present the Project design as it is developed; and to obtain input and feedback that will aid in
Page 14 of 41
making decisions regarding the proposed design. The OWNER will be responsible for scheduling the Public
Information Meetings, reserving an appropriate meeting facility, and publishing notices of the Public
Information Meetings in the local newspaper(s).
D. Public Hearing — This task includes attendance at a City Council meeting when the OWNER will conduct a
Public Hearing on the Plans, Specifications, and Cost Opinion for the Project.
E. Individual Meetings with Selected Property Owners / Stakeholders — This task includes individual
meetings/interviews with select property owners and stakeholders whose properties or facilities will be most
impacted by construction of the Project. The purpose of these meetings is to obtain additional information on
select properties and on property owner concerns and other issues related to potential Project impacts that
will aid in making decisions regarding the proposed design. A total of fifteen (15) meetings are anticipated.
F. Develop, Host, and Maintain Kimball Avenue Transportation Improvements Project Facebook® Page — This
task includes the development, hosting, and ongoing maintenance and update of a Facebook® page for the
Kimball Avenue Transportation Improvements Project. This Facebook® page will provide information such as:
• Name of engineering consultant with contact information
• E-mail capabilities to allow people to send questions and sign up for the newsletter
• Anticipated Project development schedule
• Public meeting dates
• Copy of meeting handouts
• Copy of printed newsletter
• Listings of local resource groups with contact information
• Maps and other exhibits
The ENGINEER will be responsible for monthly updates to the Facebook® page. This will include labor,
equipment, and software required to keep the Facebook® page active and current through Project letting.
The OWNER will approve all Facebook® page content prior to its public availability.
G. Prepare Project Newsletters — This task includes preparing and distributing four (4) quarterly Project
newsletters (primarily via electronic means) to disseminate information to Project stakeholders during the
anticipated one-year design development period from Project concept statement submittal to Project letting.
The OWNER will approve all newsletter content prior to their distribution.
H. Prepare and Update a Frequently Asked Questions (FAQ) Document — This task includes preparing,
updating, and distributing a Frequently Asked Questions (FAQ) document (primarily via electronic means) that
contains answers to those questions most frequently asked about the Project by stakeholders and the general
public.
The OWNER will approve the content of the FAQ document prior to its distribution.
1. Use Social Media for "Real -Time" Project Updates — This task includes the development of a Twitter® site to
provide up-to-date Project information. This task will be performed only during Project construction.
The OWNER will approve all Twitter® site content prior to its public availability.
111. Research and Data Collection
A. Research and Data Collection
1. Aerial Photography and Topography — This item includes the collection of digital mapping of aerial
photography and topography and available GIS -based data comprising the best available information for
the project area. This information will be obtained from the OWNER.
2. Property Owner Research — This item includes the collection of parcel maps including property lines,
existing recorded plats of survey and subdivisions as well as existing easements, setback requirements,
and property ownership information. This task includes research of the public record to obtain the last
deed of record for each of the affected parcels. This information will allow for the creation of a database
Page 15 of 41
used for notification mailings, property values, and other information related to the Project. A total of
approximately 100 parcels is anticipated. Robinson Engineering Company will perform this task.
The OWNER will obtain Reports of Record Ownership and Liens for the parcels abutting the Project
roadway corridors for which property acquisitions are required.
3. Record Drawing Research — The purpose of this item is to research and collect the record drawings
available for the improvements affecting the Project area or those directly affected by the Project design.
This shall include both public and private improvement record drawings. This item shall also include the
collection of available site plans for properties adjacent to the Project corridor. Proposed driveway
entrances and building locations will be reviewed.
This task includes obtaining record drawings for the five (5) existing traffic signal installations and the
existing signal interconnection system located within the Project corridors. This includes information on
traffic signal equipment, layout, wiring, phasing, timing, etc.
4. Encroachment Research — This item includes performing research related to approved easement and
right-of-way encroachments of the Project corridor. This information will relate directly to project schedule
and, possibly, project cost. Robinson Engineering Company will perform this task.
5. Utility Research — This item includes research with the franchise utilities (gas, electric, telephone, cable
television, fiber optic, etc.), and public utilities (sanitary sewer; storm sewer; and water main) for
information within the Project area regarding transmission and distribution lines and service laterals. This
includes information related to existing facilities and facilities planned for construction during the design
life of the proposed improvements.
6. Traffic Volumes — This item includes the collection of the best available information related to existing
traffic volumes and design year Average Daily Traffic (ADT) projections for the project roadway segment,
including truck traffic percentages by classification.
7. Soil Data Collection — This item includes the collection of the best available information related to soil
types for the purpose of hydrology calculations, restoration, ground water levels and bedrock levels. This
information will be collected for the purpose of determining costs of construction and special construction
issues and suitability of soils for the intended purpose such as roadway subgrade.
8. Land Uses — This item includes the collection of existing and proposed land uses within the project area.
This information may be used in projecting traffic counts, providing for hydrology calculations, and
developing sewer flow projections.
9. Hydrology/Hydraulics — This item is intended to include the collection of information related to the
hydrology and hydraulics of the surface water within the project corridor. This includes information
related to existing detention, hydraulics of significant structures, and other pertinent information related to
the hydrology and hydraulics of the watershed. Robinson Engineering Company will assist with this task.
10. Applicable Design Standards — This item includes the collection and summarization of the design
standards applicable to this project.
11. OWNER Staff Input — This item includes the collection and summarization of OWNER staff input
regarding issues impacting Project design development.
12. Photographic / Video Review of Project Corridor(s) — This task includes the preparation of photographs
and / or videotape of the project corridor obtained while traveling through the Project area. The purpose
of this task is to provide for the efficient review of the corridor during the design process. It may include
times of peak hour traffic and drainage during rainfall events, if applicable.
13. Horizontal Control Surveys — This item includes the establishment of a maximum of fifteen (15) temporary
horizontal control points (typically, 30" -long, 1/2" -diameter metal rebar) within the project corridor prior to
construction. GPS methods utilizing The Iowa Real Time Network (NAD 83 datum, Iowa North Zone
State Plane Coordinates) will be used to establish the project coordinate system.
Page 16 of 41
14. Vertical Control Survey — This item includes the establishment of a maximum of twenty-three (23)
temporary benchmarks within the project corridor on NAVD 88 or NGVD 29 datum, based on existing
published OWNER benchmarks or other reliable vertical control points in the project vicinity. This will
include determining elevations of the temporary horizontal control points mentioned above.
15. Reference Ties — This item includes the acquisition and documentation of reference ties for the horizontal
control points for use in the recovery of these control points. Each temporary horizontal control point
sketch will be recorded in the design plans. These sketches will include the X, Y values, monument
description, monument name, and a sketch showing ties to at least three (3) natural or manmade objects.
The X, Y, Z values of the vertical control points will be recorded in the design plans also.
16. Boundary Surveys — This item includes the field and office tasks needed to perform the research and field
measurements to determine the roadway right-of-way and intersecting property line locations along the
Project corridor(s) to the extent necessary to prepare property acquisition plats and / or easement
exhibits. Robinson Engineering Company will perform this task.
17. Utility Surveys — This item includes contacting utility owners of record or the "One Call" representative and
requesting that buried utilities be marked in the field. This item also includes establishing coordinates and
elevations (if possible) for utilities that fall within the limits of the Project and are visible or have been
marked on the ground by the utility owner. A coordinate listing of the points surveyed and a plot showing
the field -surveyed utilities will be developed. The plot will depict the utility type and/or name and describe
the utility. This task will include the inspection of existing utility structures (culverts, storm sewer intakes
and manholes, sanitary sewer manholes, and other public utility structures) to determine their dimensions
and the type, size, configuration, and elevation of any existing pipes or conduits that connect to these
structures) and the preparation of utility structure inspection sheets to document this information.
Robinson Engineering Company will inspect the existing utility structures and prepare the utility structure
inspection sheets included in this task.
The ENGINEER will field locate utility locations established by others. Excavation to expose buried
utilities is not part of this contract.
18. Drainage Surveys — This item includes performing drainage surveys for major and minor drainage ways
for cross culvert locations within the Project corridor(s). Two (2) major drainage way surveys are included
in this scope.
19. Topographic Surveys — This item includes the field and office tasks to perform the research and field
measurements to provide the necessary topographic information for the Project to supplement the survey
data or mapping information already collected by the OWNER or others within the Project corridor in
recent years. The information to be collected includes topography and visible permanent improvements
and features. It is anticipated that the survey corridor widths will be as follows:
® approximately 150-225 feet in width along Kimball Avenue / Kimball Avenue Frontage Road (the
main line);
m approximately 150 feet in width along Ridgeway Avenue (side road);
® approximately 100-150 feet in width along approximate possible centerline alignment of possible
relocated private drive near mid -way point between Park Lane and Ridgeway Avenue
intersections (side road);
• approximately 100 feet in width along Tower Park Drive, E San Maman Drive Frontage Road,
Brookeridge Drive, Rachael Street, and Park Lane (side roads); and
• approximately 150-250 feet in width along San Maman Drive (side road).
It is anticipated that ground-based LiDAR scanning equipment will be used to collect topographic
surveying data along Kimball Avenue and its intersecting side roads.
20. Geotechnical Services — This item includes the necessary field and office services to provide
geotechnical information necessary for the project. This task will include subsurface exploration
consisting of a maximum of fifteen (15) soil borings to a depth of about five (5) feet below existing grade —
obtained throughout the Project corridor and a maximum of twelve (12) existing pavement cores —
obtained throughout the Project corridor, if record drawings are unavailable to provide existing pavement
type and thickness information. This task will also include laboratory evaluation of the samples collected
Page 17 of 41
and preparation of a summary report of the analyses performed. The report will contain the following
items:
a. computer-generated boring logs with soil stratification based on visual soil classification,
b. summarized laboratory data,
c. groundwater levels observed during drilling and sampling and after delayed water level observations
(where performed),
d. boring location plan,
e. subsurface exploration procedures,
f. encountered soils conditions,
g. design values for allowable bearing capacity for shallow box culvert foundations,
h. estimated total and differential settlement of box culvert foundations,
i. lateral earth pressure coefficients and drainage recommendations for below grade structures,
j. soil subgrade parameters for pavement design,
k. pavement design sections (if design traffic volumes and characteristics are provided), and
I. subgrade preparation / earthwork recommendations.
Terracon Consultants, Inc. will perform this task. The location and staking of soil borings and pavement
cores and the determination of the ground elevation at each boring site shall be performed during the
topographic and/or pick-up survey tasks. This task assumes that field exploration can be performed
without the need for environmental personal protective equipment. If evidence of contamination is
encountered in any of the borings, this task does not include any level of environmental site assessment
services, but identification of unusual or unnatural materials encountered while drilling must be discussed
on the logs and report.
21. Environmental Services — This item includes the performance of an environmental study and the
preparation of formal environmental documents to be in compliance with the National Environmental
Policy Act (NEPA) and related laws and Executive Orders. The type of NEPA document and level of
detail needed to complete the study is assigned by the Federal and/or State agency at the beginning or
funding portion of the project. A Categorical Exclusion (CE) is the least involved NEPA document, which
is used when no or little environmental impacts are anticipated. An Environmental Assessment (EA) is a
more involved study that is used when minor environmental impacts are likely or the environmental
impacts are unknown. Based on the project description above, the ENGINEER anticipates that the type
of NEPA document required for the Project would be a Countersigned CE. The ENGINEER has prepared
this Agreement under this assumption. If this assumption is incorrect, the ENGINEER must be informed
as soon as possible and adjustments to the project scope and compensation could be necessary.
This task includes the necessary field and office services to prepare a Countersigned CE document that
evaluates the impact of the proposed action on human and natural resources. This task also includes
making the necessary submittals and obtaining the required environmental clearances. This task may
include the performance of archeological, historical, cultural, biological, wetlands, and other
investigations, such as a traffic noise analysis, to carry out the NEPA process. This process includes:
a. consulting with Federal, State, and local entities to address and identify significant environmental
factors, obtain comments regarding potential impacts of the proposed action, and obtain information
on permits and approvals that may be required;
b. conducting a literature review, prior to site reconnaissance, as the basis for establishing baseline
conditions and assessing potential impacts. Special effort will be made to obtain and review previous
environmental studies that were conducted in the area (assuming these documents are available for
review);
c. performing a site reconnaissance [assumed to involve two (2) resource scientists for a one -day visit],
rather than extensive field studies, to further establish baseline conditions and assess potential
impacts. The Iowa DOT's "Categorical Exclusion Memo Template" will be used to identify the
resources to address for a CE when conducting the site reconnaissance and assessing potential
impacts of the proposed action. The following are potential environmental issues to address:
i. noise;
ii. air quality and Mobile Source Air Toxics;
iii. ROW/displacement impacts;
iv. cultural resources;
v. threatened and endangered species;
vi. wetlands;
vii. parkland;
Page 18 of 41
viii. water quality;
ix. floodplains;
x. regulated materials;
xi. construction / detour;
xii. cumulative; and
xiii. consistency with plans.
d. performing a traffic noise analysis to assess impacts to properties adjacent to the project corridors;
e. conducting specialized studies of cultural resources (archaeological, historic, etc.).
f. performing a wetlands determination and delineation;
g. preparing a CE document that summarizes the findings of the environmental impact studies and
includes supporting documentation. Particular emphasis will be placed on identifying and the
avoidance of negative impacts related to proposed activities. In addition, guidance, permitting and
agency negotiations will be suggested, as appropriate. The CE will include the Federal -required
topics, which are anticipated to include the types of information outlined below:
i. Project Concept Statement — The Project Concept Statement, described in a following section
below, submitted to the Iowa DOT as supplementary information to the CE. It will include a
description of the project, the purpose and need for the project, and identified feasible
altematives.
ii. Description of the Existing Environment — Literature review, site reconnaissance, and resource
agency records will be used to describe the existing environment.
iii. Environmental Impact of the Proposed Action and Altematives — Environmental impacts will be
summarized. Regulatory agencies and other appropriate resources will be contacted to assist
with impact assessment.
iv. Enhancement/Mitigation Measures — If appropriate, mitigation measures for such impacts as
wetlands may be recommended to reduce potential impacts from the proposed construction.
v. Sources of Information — Agencies and persons consulted and literature reviewed may be listed.
vi. Permits and Compliance with other Regulations and Codes — Where potential Federal, State, and
local environmental permits may be required, the requirement and responsible agencies will be
listed.
This task does not include a detailed Section 4(f) or Section 6(f) evaluation, based on the assumption that
neither Section 4(f) nor Section 6(f) properties would be impacted by the Project.
There will be communication with OWNER and Iowa DOT staff throughout the process for clarification of
various issues. If significant concems are identified during the assessment process, representatives of
the OWNER and the Iowa DOT will be notified immediately and probable actions required to resolve
these issues will be recommended.
Unless otherwise requested, one (1) copy of the draft CE document will be provided to the OWNER for
review and approval. Following OWNER approval, the appropriate number of copies of this document will
be submitted to the Iowa DOT for review. After one round of review, a meeting will be held with
representatives of the Iowa DOT, if necessary, to receive comments. Once Iowa DOT comments are
received, they will be addressed in a timely fashion in the "draft" final CE document. The appropriate
number of copies of this document will be submitted to the Iowa DOT to forward to the FHWA for review.
Once FHWA comments are received, they will be addressed in a timely fashion in the final CE document.
The appropriate number of copies of this document will be submitted to the Iowa DOT for Iowa DOT and
FHWA signatures.
It is anticipated that neither a public meeting nor a formal public participation process will be required for
the environmental portion of the Project. Should public meetings be necessary for the environmental
study, the ENGINEER will notify the OWNER and proceed upon receipt of authorization to proceed with
supplemental services.
HDR Engineering, Inc. will perform all of the subtasks listed above, except for Item 21.e and Item 21.f, as
indicated below in the following two (2) items.
22. Wetlands Determination and Delineation Documentation — This item includes the necessary office
services to document the findings of the field services performed under the Base Agreement, which
involved determining the existence of wetlands in the Project area and delineating the extent of these
wetland areas, if found. This task includes the preparation and submittal of a summary report that will
Page 19 of 41
identify the location and extent of the wetland areas that are identified and the characteristics of these
wetlands. EarthView Environmental, L.L.C. will perform this task.
23. Cultural and Historical Studies — This task includes the necessary field and office services to perform an
Architectural / Historical Reconnaissance Study and a Phase 1A Archeological Assessment for cultural
and historical resources. Some residential structures located adjacent to the Project corridor are more
than fifty (50) years old, which may trigger the need for these studies, depending on anticipated Project
impacts. This task includes the preparation and submittal of a summary report for these studies.
Tallgrass Historians L.C. will perform this task.
24. Pick-up Surveys — This item includes the field and office tasks needed to obtain additional "pick-up" field
data and to update the project base mapping after the preliminary design effort has begun. This task is
included to fill in or expand upon the original field data that was obtained prior to the start of preliminary
design to assist with development of construction documents. This includes the location and staking of
soil borings and pavement cores and the determination of the ground elevation at each boring and core
site and the location of the boundaries of the identified wetlands, if necessary. A total of twenty (20)
hours of additional field time is included for this task.
25. Request for Natural Resources Environmental Review — This task includes the submittal of a request to
the Iowa Department of Natural Resources (DNR) to perform a Natural Resources Environmental Review
for the Project. This review will be performed at no cost to the ENGINEER.
26. Additional Traffic Study and Analysis / Access Management — This task includes additional traffic study
and analysis of possible improvements for the Kimball Avenue Project corridor that were identified in the
Kimball Avenue Traffic Study Summary Report, but were not fully analyzed due to schedule and
budgetary constraints. These include:
a. adding a connector roadway between Kimball Avenue and the Kimball Avenue Frontage Road
(between Brookeridge Drive and Rachael Street) with either a right -in / right -out intersection for the
southbound lanes of Kimball Avenue or a 3/4 -access T -intersection that prohibits eastbound left -tum
movements; and
b. relocating the Kimball Avenue Frontage Road (N intersection) / private drive intersection to the south
— closer to the mid -way point between Park Lane and Ridgeway Avenue, which will serve as the new
access point for existing developments as well as for the undeveloped property on the east side of
Kimball Avenue.
The VISSIM® traffic simulation model, created by the Ament Team during the Kimball Avenue Traffic
Study, will be reviewed and updated for use in analyzing the existing, new and/or relocated access points
and in planning for future development. This additional analysis will be utilized to refine and finalize the
proposed concept for the Project corridor with regard to determining whether new and/or relocated
access points should be added along the Project corridor and, if so, the preferred location and
configuration for these access points.
Based on a review of intersection geometrics, selection of one of the two altematives for the connector
roadway between Kimball Avenue and the Kimball Avenue Frontage Road (between Brookeridge Drive
and Rachael Street) will be made prior to the development of the updated VISSIM® traffic simulation
models.
Two (2) updated VISSIM® traffic simulation models will be developed for additional analysis using 2035
forecasted traffic volumes for both the AM and PM peak hours. Both models will include the selected
altemative for the connector roadway between Kimball Avenue and the Kimball Avenue Frontage Road
(between Brookeridge Drive and Rachael Street). One of the two models will assume that the Kimball
Avenue Frontage Road (N intersection) / private drive intersection located between Park Lane and
Ridgeway Avenue will remain in its current location and will continue to provide full access. The second
model will assume that these access points will be relocated to the south — closer to the mid -way point
between Park Lane and Ridgeway Avenue and will continue to provide full access.
An assessment of 2035 forecasted traffic volumes will be made to determine if new development traffic,
generated by the currently undeveloped property on the east side of Kimball Avenue, should be added to
the forecasted design year traffic volumes to be used with the updated VISSIM® traffic simulation models.
Page 20 of 41
A technical memorandum will be provided that summarizes the additional traffic study analysis that is
performed. This document will compare and contrast the access options for the locations listed above.
This memorandum will provide measures of effectiveness including vehicle queuing, delay, and travel
time along Kimball Avenue. Additionally, VISSIM® simulation animation files — for one (1) peak hour
period only — will be developed for the two (2) updated traffic simulation models to compare / contrast
operations of the two models for use in discussions with the OWNER. Each animation will be sixty (60)
seconds long and will be generated at two times the speed to include 120 seconds of the simulation.
The Project team will meet with the OWNER to review and assess the two (2) access scenarios for each
peak hour period and provide the OWNER with quantifiable results from the simulation analysis. This will
allow the OWNER to make a decision on the preferred updated access scenario to implement in the
design process.
[CONTINGENCY Task: If requested by the OWNER, enhanced 3-D visual animations — for the same
single peak hour period used above — will be developed for the 2035 "no -build" alternative and for the
2035 Altemative 2 option that incorporates the preferred updated access scenario mentioned above for
use at the public information meetings. Each animation would be sixty (60) seconds long and would be
generated at two times the speed to include 120 seconds of the simulation.]
The arterial traffic signal control system will also be analyzed in order to optimize traffic operations along
the Project corridor by improving traffic signal timings and vehicle progression along Kimball Avenue.
Signal timing plans will be developed for the AM, mid-day, and PM peak periods for the improved
corridor, based on Year 2010 traffic volumes. Additional travel time runs [thirty (30) total — five (5) in each
direction for each of the AM, mid-day, or PM peak periods] will be conducted along Kimball Avenue after
the implementation of the proposed improvements and the new traffic signal timings. These travel time
runs will be analyzed to assess the possibility of refining the newly -implemented traffic signal timings to
further improve traffic operations.
[CONTINGENCY Task: If substantial improvements in traffic operations are indicated for any of the AM,
mid-day, or PM peak periods after analyzing the new travel time run data, refined traffic signal timing
plans will be developed for those peak periods.]
This task will also include an analysis of the viability of implementing an adaptive traffic signal control
system for the Project corridor. The Project team will work with the OWNER to determine if this is an
appropriate solution for Kimball Avenue. A technical memorandum will be provided that will discuss the
advantages and disadvantages of providing an adaptive signal control system along the Kimball Avenue
corridor. This task does not include the design of an adaptive traffic signal system.
HDR Engineering, Inc. will perform this task, except for the additional travel time runs, which will be
performed by the ENGINEER.
IV. Preliminary Design Plans
The project will be designed utilizing the Iowa Department of Transportation Standard Specifications for Highway
and Bridge Construction, Series 2012, plus General Supplemental Specifications; and applicable Supplemental
Specifications, Developmental Specifications, and Special Provisions.
A. Design Services — This task includes the drafting and design tasks necessary to perform the determination of
the location and dimensions of the proposed facilities. At the completion of this task, the preparation of
acquisition documents and the determination of values of takings may proceed, or the plans may be finalized,
if no acquisitions are necessary.
1. Verify Recommended Concept — This task includes a review of the budget report, if available, and a
verification of the appropriateness of the design concept, the scope of the project, the schedule being
proposed, and the budget for the proposed Project improvements, which were prepared for or obtained
by the OWNER and provided to the ENGINEER. At this time, if there is the need to modify the design
concept, scope, schedule, or budget, the rnodification(s) shall be performed.
2. Review / Select Design Standards — This task includes the review and selection of the design standards
applicable to the development of the project. Coordination with the appropriate utilities or railroad
Page 21 of 41
companies is required in order to properly accommodate the facilities impacted by this project. This task
includes the development and submittal of a design criteria / design standards / design materials
summary document to the OWNER for review and acceptance.
3. Prepare Project Concept Statement and Updated Conceptual Layout and Report —This task includes the
preparation of a Project Concept Statement and a preliminary report that includes: a summary of
proposed design criteria / design standards / design materials; an updated conceptual layout for the
project roadways with proposed horizontal alignments; an updated conceptual layout for the project
sidewalks with proposed horizontal alignments; anticipated conceptual layout for the proposed storm
sewer system and/or culverts; potential environmental / wetland issues, if any; potential flood plain
concems, if any; and an "order -of -magnitude" ENGINEER's Opinion of Anticipated Construction Cost
consistent with the initial level of project understanding and development. This task includes the
submittal of this preliminary report to the OWNER for review and concurrence.
4. Preparation of Base Information — This task includes the collection of the information of the research and
data collection phase and the reduction of topographic and boundary survey data and geotechnical and
environmental information for the purpose of preparing project drawings. This task shall also include the
preparation of a triangulated irregular network for the use in development of the project design. The plan
drawings will be prepared to a scale of 1" = 40' (for 11" x 17" half-size sheets) using standards for line
types and symbols. Scales smaller or larger than this will be used as appropriate for the work involved.
Certain base sheets may be prepared utilizing aerial photography obtained from the OWNER as a
background.
5. Contour Information — This task includes the development of a contour map of the existing project
corridor(s) to identify ground and pavement elevations, grades, and break lines.
6. Pavement Thickness Determination — This task includes the performance of a pavement thickness
determination for the project roadway(s).
7. Roadway Typical Cross Sections — This task includes the development of typical cross sections for
Project roadway (and on-site detour roads, if necessary) indicating the type, width, and thickness of
pavement and subbase, cross slope, details of shoulders and joints, and details of curbs and sidewalk, if
proposed.
8. Horizontal and Vertical Alignment — This task includes the development of the horizontal and vertical
alignments for the proposed roadway and access drive improvements (and on-site detour roads, if
necessary). This task includes the determination of the locations and coordinates for the horizontal Pi's,
PC's, and PT's; the horizontal circular curve data; the locations of the vertical VPI's, VPC's, and VPT's;
and the vertical parabolic curve data.
9. Cross Sections — This task includes the development of cross sections and the determination of
earthwork quantities utilizing roadway templates based on the roadway typical sections and the horizontal
and vertical alignments developed for the project roadway(s) and access drives (and on-site detour roads,
if necessary). Driveway and short side road street profiles will be included in the cross sections. Cross
sections will be developed at 25 -foot intervals at a scale of not greater than 1" = 20' horizontally and 1" =
10" vertically for 11"x17" (half-size) sheets.
10. Hydrology Calculations — This task includes the preparation of detailed hydrology calculations to be used
in the design of the storm water management facilities proposed in the project. Information gathered
during the research and data collection phase and additional information, if necessary, shall be utilized.
Robinson Engineering Company will assist with this task by providing input on nearby storm water
management design projects that it is developing that will impact the Project and also providing local
knowledge of the Project area regarding drainage.
11. Hydraulic Calculations — This task includes the performance of calculations needed to properly size storm
sewer and culverts, if any, proposed as part of the Project. This task includes the preparation of a
drainage report that summarizes the findings of the hydrologic and hydraulic analyses. Robinson
Engineering Company will assist with this task by providing input on nearby storm water management
design projects that it is developing that will impact the Project and also providing local knowledge of the
Project area regarding drainage.
Page 22 of 41
This task includes identifying those sub -drainage areas upstream of and along the Project roadway
corridors that flow to the roadways and that, ultimately, flow into Dry Run Creek. This task also includes
the determination of the capacity of the existing storm sewer system along and across the Project
roadways that outlet into Dry Run Creek. This will allow for a determination of the sections of the existing
storm sewer system that may be under capacity and the development of a plan to provide additional
capacity as a part of the Project design.
This task includes determining the projected runoff from the sub -drainage areas mentioned above, based
on the physical characteristics of these areas (their average slope, the amount of impervious surfaces
that are present, the existence of detention/retention facilities, etc.), the determination of the time of
concentrations for runoff for these sub -drainage areas, and the use of a design storm with an appropriate
recurrence interval (typically 10 years). These flows will be used to determine the design and size of a
storm sewer system with sufficient capacity to carry the design flows.
12. Infiltration -based Storm Water Management Practices — This task includes the investigation and analysis
of infiltration -based storm water management practices and elements (bio -retention basins, bio -retention
swales, infiltration trenches, pervious pavement, etc.) to determine their feasibility, their required size, and
their anticipated cost so as to improve storm water runoff quality and/or reduce storm water runoff
quantity for the Project corridor(s). These elements will be sized in an effort to, as a minimum,:
a. mitigate the additional runoff created by the additional impervious surface areas that will be added to
the Project corridor with the construction of the proposed sidewalk and wider roadways, and
b. mitigate the portion of the design flows that cannot currently be carried by the existing storm sewer
system.
The goal of the storm water management design will be to prevent an increase in runoff from Kimball
Avenue into Dry Run Creek and, ideally, to reduce the flows from the design storm by the use of
infiltration -based practices.
When the hydrology and hydraulic (H&H) model for Dry Run Creek — that was used to develop the latest
FEMA flood maps received by the City in July 2011 — is provided by the OWNER, the ENGINEER will use
the study input data (flows, cross-sectional information, basin characteristics, etc.) and input it into HEC -
RAS. The ENGINEER will then run the HEC -RAS model and make adjustments to the model to correlate
the results (i.e. estimated flood elevations) with the existing FEMA model. When the models have been
correlated, the ENGINEER will add the improvements proposed for the Project roadways and determine
their impact on the Dry Run Creek watershed downstream of the Project. If the improvements result in a
rise of greater than 0.1 feet (i.e. the ENGINEER would not be able to issue a "no -rise" certification), the
ENGINEER will modify the proposed improvements to eliminate negative impacts on downstream flood
elevations.
Once the HEC -RAS model is developed, it will be used to investigate any proposed changes to the
configuration of the box culvert under Kimball Avenue just south of San Maman Drive and their potential
impacts on estimated flood elevations.
Selection of the preferred infiltration -based storm water management practice alternatives will require
input and direction from OWNER. These altematives will be developed to a level of detail that will allow
order -of -magnitude construction cost opinions to be developed. These altematives and their order -of -
magnitude costs will be submitted to the OWNER for review and selection of a preferred alternative or
altematives by the OWNER. Following selection by the OWNER, the preferred altematives) will be
further developed to a preliminary design stage.
13. Storm Sewer and Subdrains — This task includes the determination of the necessary type, size, and
location of storm sewer intakes, manholes, and piping; and subdrain piping, cleanouts, and outlets.
14. [CONTINGENCY Task: Culverts — This task includes the determination of the necessary type, size, and
location of new culverts or culvert extensions, if needed.]
15. Sanitary Sewer System — This task includes the determination of the necessary type, size, and location of
sanitary sewer manholes and pipes for any sanitary sewer system modifications / adjustments needed
within the proposed project corridor(s) as a result of the proposed roadway construction and/or
reconstruction and sanitary sewer casing pipes for any future sanitary sewer system crossings proposed
Page 23 of 41
within the project corridor, if any. The required sizes and type(s) of material for the proposed sanitary
sewer piping for the proposed future sanitary sewer system crossings shall be provided by the OWNER.
16. Water Distribution System — This task includes the determination of the necessary type, size, and location
of water mains and associated appurtenances for any water distribution system modifications /
adjustments needed within the proposed project corridor(s) as a result of the proposed roadway
construction and/or reconstruction and water main casing pipes for any future water distribution system
crossings proposed within the project corridor, if any. The required sizes and type(s) of material for any
proposed future water distribution system piping and associated appurtenances shall be provided by the
OWNER.
17. Retaining Wall Layout — This task includes the determination of the necessary type, size, and location of
proposed retaining walls and the development of the horizontal and vertical layout and baseline stationing
for these retaining walls.
18. Relocation of Existing Private Utilities — This task includes the determination of the right-of-way and/or
easement needs to accommodate required relocations of the existing private utilities within the roadway
corridor(s), as identified by either the ENGINEER or the utility companies during the development of the
roadway and right-of-way design.
19. Address Property Owner / Stakeholder Issues — This task includes the incorporation of the information
obtained during the interviews with property owners and stakeholders during the Public Information
Meeting(s). In addition, this task includes the preparation of a detailed response as to how each issue
has been addressed for use in future meetings with the property owners and stakeholders. Issues may
include anticipated traffic patterns, existing and proposed utility locations, site drainage, access location
and design, staging and traffic control, impacts on existing site features (vegetation, signs, lighting,
underground structures or facilities, etc.), and other possible property impacts.
20. Intersection and Driveway Geometry — This task includes the determination of the detailed horizontal and
vertical geometry for the proposed intersections and access drives within the roadway corridor(s). Details
will include station locations; centerline angles; locations and dimensions of radii and radius end points
and intermediate points; taper points and taper rates; flares; curb drops; crosswalk locations; non-
standard pavement cross slopes; access drive grades; and spot elevations.
21. PCC Pavement Joint Layout — This task includes the determination of the proposed joint layouts for the
main line and side road PCC pavements and for the intersections of these roadways.
22. Sidewalk, Shared Use Paths, and Pedestrian Ramp Geometries — This task includes the determination of
the detailed horizontal and vertical geometry for
a. the existing sidewalks, shared use paths, and pedestrian ramps within the roadway corridor(s) that
will be impacted by roadway construction, and
b. the proposed sidewalks, shared use paths, and pedestrian ramps that are to be constructed along the
west side of and immediately adjacent to the mainline Kimball Avenue roadway from San Maman
Drive to the north end of the Kimball Avenue Project corridor, and
c. [CONTINGENCY Task: the existing sidewalks and pedestrian ramps along the west side of and
immediately adjacent to the Kimball Avenue Frontage Road that will require reconstruction to be in
compliance with Americans with Disabilities Act (ADA) design requirements, if authorized by the
OWNER for inclusion in the Project], and
d. [CONTINGENCY Task: the proposed sidewalks, shared use paths, and pedestrian ramps along the
east side of the mainline Kimball Avenue roadway from San Maman Drive to Ridgeway Avenue, if
authorized by the OWNER for inclusion in the Project.]
Details will include station locations and offsets and grades and spot elevations for non -typical sidewalk
or shared use path locations, such as depressed sections through driveways, and pedestrian ramp
locations at intersections.
23. [CONTINGENCY Task: Wetlands Mitigation Plan — This task includes the development of a wetlands
mitigation plan for the Project, if needed, which involves the purchase of credits of emergent wetland by
the OWNER from a recognized wetland mitigation bank for the Project area. This task includes the
Page 24 of 41
development and submittal of a draft and final purchase agreement between the wetland mitigation bank
and the OWNER.]
Should a wetlands mitigation plan be required that involves the creation of on-site wetland areas in the
Project area, the ENGINEER will notify the OWNER and proceed with development of this wetlands
mitigation plan upon receipt of authorization to proceed with supplemental services.
24. Grading and Erosion Control Plan — This task includes the development of a grading and erosion control
plan for the project. The plan shall identify existing and proposed contours and identify the type, size, and
location of proposed erosion control elements referencing DOT standards.
25. Storm Water Pollution Prevention Plan (SWPPP) — This task includes the development of a storm water
pollution prevention plan (SWPPP) for the project, if required, as a result of the extents of the Project.
Robinson Engineering Company will perform this task.
26. Construction Staging Plan and Detour / Traffic Control Plan — This task includes the development of a
construction staging plan and a traffic control plan for the project. This task also includes the
determination of both on-site and off-site detours needed during project construction.
27. Pavement Marking and Signing Plan — This task includes the development of a pavement marking and
signing plan according to the requirements of the OWNER and according to the guidelines contained in
the Manual on Uniform Traffic Control Devices (MUTCD) Handbook, latest edition, a manual approved by
the Federal Highway Administrator as the National Standard.
28. Traffic Signal System Upgrade — This task includes the design and preparation of detailed plans for:
a. upgrading and modifying the five (5) existing isolated, fully -actuated traffic signal installations located
within the Project corridor, which are required as a result of the proposed roadway widening; and
b. upgrading and modifying the traffic signal interconnection and intersection monitoring system for
these five (5) existing traffic signal installations.
Plans will include traffic signal layout; a wiring diagram; signal phasing with a phase sequence diagram
and signal timings for both isolated and interconnected signal operation; sign and signal head types and
dimensions; loop detector (and/or video or wireless vehicle detection zone), handhole, and base
locations; interconnection and intersection monitoring system information; written or graphical depiction of
mast arm loadings; and a summary of anticipated traffic signal quantities.
The OWNER will provide the ENGINEER with information regarding existing traffic signal equipment and
phasing and timing information. The OWNER will also input the new traffic signal timing information into
the existing or upgraded traffic signal equipment when recommended.
HDR Engineering, Inc. will provide guidance and review of the design for Item b. above.
29. Set Construction Limits — This task includes the definition of the construction limits for the project. The
construction limits shall include that area necessary for the construction activities including construction
staking. These limits shall coincide with the necessary temporary construction easement limits.
30. Design Team Field Review — This task includes a field review by the ENGINEER Design Team before the
initial preliminary design plan set is submitted to the OWNER.
31. Prepare Permit Applications — This task includes the preparation and submittal to the OWNER of permit
applications (and required exhibits) necessary to commence with the construction of the proposed
improvements. These include, but are not limited to, OWNER (City), County, State, and Federal permits
necessary for the Project. The permits that are anticipated are 1) a Section 404 Nationwide Permit from
the U.S. Army Corps of Engineers for wetlands impacts, if necessary, and 2) a National Pollutant
Discharge Elimination System (NPDES) General Permit No. 2 from the Iowa Department of Natural
Resources, since the area of land disturbed by the proposed Project will exceed one (1) acre, and 3) Iowa
DNR permit applications, if needed, for any sanitary sewer reconstruction and/or water main
reconstruction that is required for Project construction. OWNER will be responsible for submittal of permit
applications to the permitting agencies and payment of permit fees.
Page 25 of 41
This task also includes the preparation of a Public Notice of Storm Water Discharge and submittal of this
notice to the OWNER. OWNER will be responsible for submittal of this notice to two (2) local
newspapers for publication and payment of publication fees. EarthView Environmental, L.L.C. will
prepare the permit application for the Section 404 Nationwide Permit. Robinson Engineering Company
will prepare the permit application for the NPDES General Permit No. 2 and prepare the Public Notice of
Storm Water Discharge.
32. Budget Review (Preliminary Engineer's Opinion of Anticipated Construction Cost) — This task includes the
development of a quantity take -off in accordance with the standard bid items for the Iowa DOT and the
application of unit prices reasonable for the scope, schedule, and anticipated job site conditions. The
revised total project expenditures shall be reviewed and compared to the original project budget. A
discussion of the adequacy of the existing budget shall be made. If the budget is not adequate for some
reason, options shall be evaluated and a recommendation shall be made to address the budget issue.
33. Quality Review — This task includes a field review by the design team, regarding the quality of the design
developed to date. Issues such as property owner concems; coordination with utilities, railroad
companies, and other agencies; and the maintenance aspects of the facilities shall be considered while
making this review. Input from a contractor may be included when appropriate. The accuracy and
completeness of the documents shall also be scrutinized in order to minimize the need for modifications
to the design. Any necessary modifications shall be included in the documents following the quality
review by the designer and prior to continuing to the next step.
34. Preliminary Plan Submittal — This item includes the submittal of the appropriate number of copies of the
Preliminary Plans to the OWNER and to the Iowa DOT.
For the preliminary design review meeting, preliminary design plans will be prepared to approximately
60% development of the project design. The preliminary plans will include:
• Title sheet
• Preliminary typical cross sections
• Preliminary horizontal and vertical roadway and driveway alignments
• Preliminary horizontal and vertical sidewalk alignments
• Preliminary location / layout of new storm sewer and subdrain elements
• Preliminary location and sizing of sanitary sewer system modifications
• Preliminary location and sizing of relocated water main pipes and appurtenances
• Preliminary cross sections
35. Field Reconnaissance — This task includes a field reconnaissance / field check with OWNER staff after
the initial preliminary design plan set is submitted to the OWNER.
V. Property Acquisition and Check Plans and Final Plans
A. Acquisition and/or Easement Process — This task includes the determination of the additional right-of-way,
permanent easements, and temporary construction easements needed for the Project. This task also
includes the preparation and distribution of right-of-way and/or permanent easement acquisition plats and/or
temporary construction easement exhibits.
1. Determination of Permanent and Temporary Easement and Permanent Right -of -Way Needs — This task
includes the determination of the permanent and temporary easement and permanent right-of-way needs
for the project, based on the extents of the proposed improvements.
This task includes the development and submittal of a list of properties where permanent right-of-way,
permanent easements, and/or temporary construction easements are required. This task also includes
the development and submittal of a list of objects to be "taken" at each property.
2. Preparation of Plats and Exhibits and Legal Descriptions — This item includes the preparation of right-of-
way and/or permanent easement acquisition plats and/or temporary construction easement exhibits and
legal descriptions for these property acquisitions.
The limits of the proposed right-of-way, permanent easements, and temporary construction easements
shall be indicated on the Project plan drawings. The OWNER shall be responsible for the development of
Page 26 of 41
the valuation of the proposed takings, the negotiations with the property owners, and the acquisition of
any required right-of-way and/or permanent easements and temporary construction easements needed
for Project construction.
This scope of service includes the development of up to eleven (11) right-of-way acquisition plats and up
to thirty-eight (38) temporary construction easement exhibits for the parcels that are assumed to be
impacted by Project construction.
[CONTINGENCY TASK: Prepare up to twenty (20) additional temporary construction easement exhibits
for parcels that may be impacted by Project construction if all or portions of the existing sidewalk along
the west side of the Kimball Avenue Frontage Road need to be reconstructed to be in compliance with
ADA requirements. Prepare up to thirteen (13) additional right-of-way acquisition plats and up to ten (10)
additional temporary construction easement exhibits for parcels that may be impacted by Project
construction if the OWNER chooses to widen the east and west approaches of Park Lane to provide an
exclusive left -tum lane on each approach at the Kimball Avenue intersection.}
3. Quality Review — This item includes the review of the acquisition plats and/or easement exhibits and legal
descriptions for completeness and accuracy and to provide for coordination with the approved design
plans. Discrepancies found in the acquisition plats and/or easement documents shall be reconciled
before continuing to the next step.
4. Field Location of Takings — This task includes the placement of a temporary marker(s) to indicate the
proposed taking(s) to assist with property owner negotiations. In the case of right-of-way, the existing
and proposed right-of-way shall be located. Robinson Engineering Company will perform this task.
B. Check Plans and Draft Special Provisions — This item includes the addition of information to the Preliminary
Plans, the incorporation of the Preliminary Plan review comments to more fully develop the contract
documents, and the development of draft Special Provisions.
1. Addition of Text / Information to Drawings — This task includes the addition of information and text to the
drawings in order to provide for more detailed location and dimension information. Information related to
quality of workmanship and quality of materials shall be included in the Project specifications or special
provisions.
2. Develop Special Details — This item includes the design and drafting of special project details. Standard
details shall be included by reference only.
3. Develop Special Provisions — This task includes the development of Special Provisions, if necessary, to
supplement the Standard Specifications.
4. Quality Review by the Designer — This task includes a detailed review of the information included in the
drawings and in the Special Provisions. Any discrepancies discovered shall be resolved prior to
continuing to the next step.
5. Budget Review (Updated Engineer's Opinion of Anticipated Construction Cost) — This item includes a
refinement of the previous quantity take -offs developed for the standard bid items. Revisions to any unit
prices as is appropriate based on additional information shall occur as part of this task. A comparison of
the current total project budget with the allocated resources shall be made. The need to resolve any
discrepancies shall be evaluated and recommendations to address any budget issues shall be made as
part of this task.
6. Check Plan Submittal — This item includes the submittal of the appropriate number of copies of the Check
Plans; Draft Special Provisions, if required; and Updated Engineer's Opinion of Anticipated Construction
Cost to the OWNER and to the Iowa DOT.
C. Final Plans and Special Provisions — This item includes the modification of the Check Plans and Special
Provisions, if required, to incorporate the Check Plan review comments and to finalize the documents.
1. Incorporate Permit Requirements — This item includes the incorporation of information in the appropriate
location related to the requirements of any applicable permits issued for the project. Location and
Page 27 of 41
dimension information shall be placed on the drawings. Quality of workmanship and quality of materials
information shall be placed in the Special Provisions.
2. Refine Special Provisions — This task includes the refinement of the Special Provisions, if necessary, to
supplement the Standard Specifications.
3. Quality Review by the Designer — This task includes a detailed review of the information included in the
drawings and in the Special Provisions. Any discrepancies discovered shall be resolved prior to
continuing to the next step.
4. Budget Review (Final Engineer's Opinion of Anticipated Construction Cost) — This item includes a
refinement of the previous quantity take -off developed for the standard bid items. Revisions to any unit
prices as is appropriate based on additional information shall occur as part of this task. A comparison of
the current total project budget with the allocated resources shall be made. The need to resolve any
discrepancies shall be evaluated and recommendations to address any budget issues shall be made as
part of this task.
5. Assist with Development of Project Schedule — ENGINEER will provide input to OWNER to assist with
determination of anticipated length of Project construction schedule, intermediate (milestone) completion
dates, etc., if necessary.
6. Tms*Port File — This item includes the development of the Tms*Port file developed using the BIAS 2000
software provided by the Iowa DOT.
7. Project Development Certification (PDC) Document — This item includes the preparation of the Project
Development Certification (PDC) document and submittal of this document to the OWNER for
certification. OWNER will be responsible for submittal of this document to the Iowa DOT.
8. Final Plan Submittal — This item includes the submittal of the appropriate number of copies of the Final
Plans; Final Special Provisions, if required; and Final Engineer's Opinion of Anticipated Construction Cost
to the OWNER and to the Iowa DOT and submittal of the Tms*Port file to the Iowa DOT.
The plan sheets that are anticipated for inclusion in the Final Plan set are listed below:
• Title Sheet
• General Notes and Legend Sheet
• Typical Cross Section Sheet(s)
• Quantities and Tabulations Sheet(s) including Coordinate Geometry for Roadway(s)
• Plan -and -Profile Sheet(s) with Storm Sewer
• [CONTINGENCY Sheets: Plan -and -Profile Sheet(s) with New Water Main and/or New Sanitary
Sewer (if needed)]
• Reference Ties and Bench Marks Sheet(s)
• Right-of-way and Easement Sheet(s)
• Construction Staging and Detour / Traffic Control Plan Sheet(s)
• Intersection Geometry and Joint Layout Sheet(s)
• Traffic Signal System Upgrades / Modifications Sheets
• Driveway Geometry and Pedestrian Ramp Geometry Sheet(s)
• Retaining Wall Layout Sheet(s) (if needed)
• Removals Sheet(s)
• Grading and Erosion Control Plan Sheet(s)
• Storm Water Pollution Prevention Plan (SWPPP) Sheet(s)
• Pavement Markings and Signing Plan Sheet(s)
• Tabulation of Earthwork Quantities Sheet(s)
• Special Details Sheet(s) (if needed)
• [CONTINGENCY Sheets: Box Culvert Situation Plans and Detail Sheet(s), if Needed]
• Cross Section Sheet(s)
Page 28 of 41
VI. Contractor Procurement
A. Bid Period Activities
1. Answer Questions from the Iowa DOT — After submittal of Final Plans to the Iowa DOT, clarification of
items in question will be provided to assist the Iowa DOT with preparation of the bid documents and any
addenda that are necessary.
VII. Deliverables
A. ENGINEER Deliverables
1. Minutes of project review meetings to meeting attendees.
2. Minutes of individual project review meetings with select property owners / stakeholders to meeting
attendees and to OWNER.
3. Monthly progress reports (submitted with project invoices) to OWNER.
4. List of property owners abutting the project corridor(s) with contact information (mailing address,
phone number, mobile phone number, facsimile number, e-mail address, etc. to OWNER.
5. Survey notification letter sent to individual property owners along the project corridor(s) to OWNER.
6. Information request letter sent to individual property owners along the project corridor(s) to OWNER.
7. Public Information Meeting notification letter sent to individual property owners along the project
corridor(s) and to other project stakeholders to OWNER.
8. Facebook® page content to OWNER.
9. Project newsletters to OWNER and to Project stakeholders.
10. Frequently Asked Questions (FAQ) document to OWNER and to Project stakeholders.
11. Twitter® site content to OWNER.
12. Three (3) copies of the Summary Report of the geotechnical investigations and analyses to OWNER.
13. Six (6) copies of the Architectural / Historical Reconnaissance Study Report to OWNER, to Iowa
DOT, and to other resource agencies.
14. Six (6) copies of the Phase 1A Archeological Assessment Report to OWNER, to Iowa DOT, and to
other resource agencies.
15. Six (6) copies of the Wetlands Determination and Delineation Report to OWNER, to Iowa DOT, and
to other resource agencies.
16. Six (6) copies of the noise study report to OWNER and to Iowa DOT.
17. Six (6) copies of the draft CE document to OWNER, to Iowa DOT, and, if needed, to resource
agencies.
18. Six (6) copies of the "draft" final CE document to OWNER, to Iowa DOT, and, if needed, to resource
agencies.
19. Six (6) copies of the final CE document to OWNER, to Iowa DOT, and, if needed, to resource
agencies.
20. Two (2) updated VISSIM® simulation models — for the two (2) altemative access scenarios — for both
2035 AM and PM peak hour periods to OWNER.
21. One (1) copy of technical memorandum that summarizes the additional traffic study analysis and
compares and contrasts the new and/or relocated access options to OWNER.
22. Two (2) VISSIM® simulation animation files (each 60 seconds in length) — for one (1) peak hour
period only — for the two (2) altemative access scenarios to OWNER.
23. One (1) copy of technical memorandum that discusses the advantages and disadvantages of
providing an adaptive traffic signal control system along the Kimball Avenue corridor to OWNER.
Design of an adaptive traffic signal system is not included in this deliverable.
24. Traffic signal timing plans for the AM, mid-day, and PM peak periods for the improved Project corridor
in VISSIM® file format, Synchro® file format, and NEMA format (an example of the NEMA format will
be provided by the OWNER) to OWNER.
25. [CONTINGENCY Item: Refined traffic signal timing plans, if needed, for any of the AM, mid-day, and
PM peak periods, developed after completion and analysis of post- implementation travel time runs in
VISSIM® file format, Synchro® file format, and NEMA format to OWNER.]
26. Traffic signal timing plans for the AM, mid-day, and PM peak periods, as needed, during each stage
of construction in VISSIM® file format, Synchro® file format, and NEMA format to OWNER. Traffic
signal timing plans will be developed for up to eight (8) construction stages.
27. [CONTINGENCY Item: Two (2) enhanced 3-D visual animations (each 60 seconds in length) — for
the same single peak hour period used for Item 22 — for 2035 "no -build" alternative and for 2035
Altemative 2 option that incorporates preferred updated access scenario to OWNER.]
Page 29 of 41
28. One (1) copy of each permit application to OWNER. OWNER will be responsible for payment of any
required permit application fees.
29. [CONTINGENCY Item: One (1) copy of the draft and final wetlands mitigation purchase agreement
between the wetland mitigation bank and the OWNER, if needed, to OWNER.]
30. One copy of each Public Notice of Storm Water Discharge for publication by two (2) newspapers to
OWNER. OWNER will be responsible for the publication of any required Project notices and
associated publication fees.
31. One (1) set of draft right-of-way and/or permanent easement acquisition plats with legal descriptions
[up to eleven (11)] and temporary construction easement exhibits with descriptions [up to thirty-eight
(38)], along with accompanying transmittal letter to OWNER.
32. One (1) set of final right-of-way and/or permanent easement acquisition plats with legal descriptions
[up to eleven (11)] and temporary construction easement exhibits with descriptions [up to thirty-eight
(38)], along with accompanying transmittal letter to OWNER.
33. One (1) set of final certified right-of-way and/or permanent easement acquisition plats with legal
descriptions [up to eleven (11)] and temporary construction easement exhibits with descriptions [up to
thirty-eight (38)], along with accompanying transmittal letter to OWNER.
34. One (1) set of plan sheets depicting proposed right-of-way, permanent easement, and temporary
construction easement boundaries and an electronic file in DGN or DWG format containing these
elements to OWNER.
35. List of objects to be "taken" at each property as a result of Project construction to OWNER.
36. Concept Statement: One (1) copy shall be submitted to OWNER and one (1) copy shall be submitted
to the Iowa DOT per the requirements of the DOT's Instructional Memorandum (I.M.) Number 3.005,
current version at time of submittal, or as an electronic (PDF) file submitted to the Iowa DOT via its
Transportation Program Management System (TPMS).
37. Updated Conceptual Layout and Preliminary Report: One (1) copy shall be submitted to OWNER.
38. Preliminary Plans: Two (2) printed sets of preliminary plans, submitted in 11"x17" (half-size) format,
and one (1) preliminary Engineer's Opinion of Anticipated Construction Cost, along with
accompanying transmittal letter, shall be submitted to OWNER. Copies shall be submitted to the
Iowa DOT per the requirements of the DOT's Instructional Memorandum (I.M.) Number 3.005, current
version at time of submittal, or as electronic (PDF) files submitted to the Iowa DOT via its
Transportation Program Management System (TPMS).
39. Check Plans: Two (2) printed sets of check plans, submitted in 11"x17" (half-size) format; two (2)
printed sets of draft Special Provisions, if needed; and one (1) updated Engineer's Opinion of
Anticipated Construction Cost; along with accompanying transmittal letter, shall be submitted to
OWNER. Copies shall be submitted to the Iowa DOT per the requirements of the DOT's Instructional
Memorandum (I.M.) Number 3.005, current version at time of submittal, or as electronic (PDF) files
submitted to the Iowa DOT via its Transportation Program Management System (TPMS).
40. Final Plans: Two (2) printed sets of final plans, submitted in 11"x17" (half-size) format; two (2) printed
sets of final Special Provisions, if needed; and one (1) updated Engineer's Opinion of Anticipated
Construction Cost; along with accompanying transmittal letter, shall be submitted to OWNER. Copies
shall be submitted to the Iowa DOT per the requirements of the DOT's Instructional Memorandum
(I.M.) Number 3.005, current version at time of submittal, or as electronic (PDF) files submitted to the
Iowa DOT via its Transportation Program Management System (TPMS).
41. Tms*Port File to Iowa DOT.
42. Project Development Certification (PDC) Document to OWNER.
43. One (1) copy of survey field notes including utility structure inspection reports to OWNER.
44. CD or DVD of project drawings as AutoCAD® files converted from MicroStation® format. Electronic
files of PROJECT base mapping will include existing control point, property boundary, and
topographic information; contour information; and proposed design features and property acquisition
information.
VIII. OWNER's RESPONSIBILITIES
MATERIAL AND INFORMATION TO BE PROVIDED BY THE OWNER:
The OWNER shall provide the following material and information related to the project:
A. Electronic files of OWNER's Traffic Operations Department's Standard Specifications for Traffic Signal
Installations, if required by the OWNER.
B. Information pertaining to the horizontal and vertical control for the Project, if available.
C. Latest aerial photography for the Project area.
Page 30 of 41
D. Latest aerial topographic mapping for the project, if available.
E. PDF files of GIS data (or photocopies) of sewer utility records, water utility records, storm sewer
utility records, traffic signal records, miscellaneous utility records (as available), and record
drawings for adjacent improvements.
F. Information on sections of existing water main and/or sanitary sewer piping to replace within
Project corridor or sections of new water main and/or sanitary sewer piping to construct within
Project corridor including proposed pipe sizes. [Design of any new water main and/or sanitary
sewer piping to construct within Project corridor is a Contingency task.]
G. Site plans for adjacent properties.
H. Existing traffic volumes and projected Design Year Average Daily Traffic volumes for the project
corridor(s), including truck traffic percentages by classification.
I. Contractor bid prices from recent similar projects let by the OWNER.
J. Permit applications that are only available from the OWNER that are necessary to commence
with the construction of the proposed improvements.
K. Proposed pipe sizing for new water mains and sanitary sewer crossings, if included in Project
design.
L. Pertinent information from Reports of Record Ownership and Liens to assist with preparation of
property acquisition plats and temporary construction easement exhibits for parcels abutting
Project roadway corridors for which property acquisitions are required.
M. Network -wide reduction value for Year 2010 traffic volumes, if desired by OWNER, for use in
development of traffic signal timing plans for the AM, mid-day, and PM peak periods, as needed,
during construction.
TASKS TO BE PERFORMED BY THE OWNER:
The OWNER shall perform the following tasks related to the project:
A. Assist ENGINEER with selecting stakeholders and properties for inclusion in stakeholder
database / mailing list.
B. Obtain Reports of Record Ownership and Liens for the parcels abutting the Project roadway
corridors for which property acquisitions are required.
C. Input new traffic signal timing information into existing and/or upgraded traffic signal equipment,
when recommended, during various stages of construction, near Project completion, and after
completion of post -implementation travel time runs, if necessary.
Page 31 of 41
ATTACHMENT B
Specifications
Altemate Urban Design Guides table, dated October 4, 2002
and the
Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, Series 2012,
plus General Supplemental Specifications; and applicable Supplemental Specifications, Developmental
Specifications, and Special Provisions.
Page 32 of 41
ATTACHMENT C (referenced from 3.1)
Fees and Payments - Cost Plus Fixed Fee
3.1.1 FEES AND PAYMENTS
3.1.1.1 Fees. For full and complete compensation for all work, materials, and services fumished under the
terms of this Agreement, the Consultant shall be paid fees in the amounts of the Consultant's actual
cost plus applicable fixed fee amount. Consultants' actual costs shall include payments to any
subconsultants. The estimated actual costs and fixed fee are shown below and are itemized in
Attachment C-1. The nature of engineering services is such that actual costs are not completely
determinate. Therefore, it is possible that the Consultant's actual costs may exceed those shown in
Attachment C-1 and as shown below. A contingency amount has been established to provide for actual
costs that exceed those estimated.
Estimated Actual Costs
Fixed Fee [Prime Only]
Contingency [Prime Only]
Maximum Amount Payable
$ 439.999.00
$ 31.386.00
$ 27.689.00
$ 499.074.00
If at any time during the work the Consultant determines that its actual costs will exceed the estimated
actual costs, thus necessitating the use of a contingency amount, it will promptly so notify the Contract
Administrator in writing and describe what costs are causing the overrun and the reason. The
Consultant shall not exceed the estimated actual costs without the prior written approval of the
Contract Administrator and concurrence of the Iowa DOT and the FHWA (when applicable). The
Owner or the Iowa DOT may audit the Consultant's cost records prior to authorizing the use of a
contingency amount. The Consultant shall establish a procedure for comparing the actual costs
incurred during the performance of the work to the estimated actual costs listed above.
The purpose is to monitor these two elements and thus provide for early identification of any potential
for the actual costs exceeding the estimated actual costs. If the Consultant exceeds the estimated
actual costs for any reason (other than that covered in Section 3.1.1.2.3) before the Contract
Administrator is notified in writing, the Owner will have the right, at its discretion, to deny the use of
the contingency amount.
The fixed fee amount will not be changed unless there is a substantial change in scope, character, or
complexity of the services covered by this Agreement or the time schedule is changed by the Owner.
Any change in the fixed fee amount will be made by a Supplemental Agreement or Extra Work Order.
The maximum amount payable under this Agreement is $ 499.074.00, which is the sum of the above
amounts. The maximum amount payable can not be exceeded except by Supplemental Agreement or
Extra Work Order if the Consultant establishes there is a substantial change in scope, character, or
complexity of the services covered by this Agreement, the Contract Administrator agrees, and the
Iowa DOT and FHWA (when applicable) concurs. If at any time it is determined that a maximum
amount payable will be or has been exceeded, the Consultant shall immediately so notify the Contract
Administrator in writing. The maximum amount payable may be increased by a Supplemental
Agreement or Extra Work Order, or this Agreement will be terminated, with the Owner having the right,
at its discretion, to terminate this Agreement without payment of the amount exceeding the maximum
amount payable. The Owner or the Iowa DOT may audit the Consultant's cost records prior to making
a decision whether or not to increase the maximum amount payable.
3.1.1.2 Reimbursable Costs. Reimbursable costs are the actual costs incurred by the Consultant which are
attributable to the specific work covered by this Agreement and allowable under the provisions of Title
48, Subchapter E., Part 30 (full cost accounting standards; when applicable), section 31.105 and
Subpart 31.2 of the current Federal Acquisition Regulation. These include the following:
1. Salaries of the employees for time directly chargeable to work covered by the Agreement, and
salaries of principals for time they are productively engaged in work necessary to fulfill the terms
of the Agreement.
Page 33 of 41
2. Direct non -salary costs incurred in fulfilling the terms of this Agreement. The Consultant will be
required to submit a detailed listing of direct non -salary costs incurred and certify that such costs
are not included in overhead expense pool. These costs may include travel and subsistence,
reproductions, computer charges and materials and supplies.
3. The indirect costs (salary related expenses and general overhead costs) to the extent that they
are properly allowable to the work covered by this Agreement. The Consultant has submitted to
the Owner the following indirect costs as percentages of direct salary costs to be used
provisionally for progress payments for work accomplished during the Consultant's current fiscal
year: Salary related expenses are 32.25% of direct salary costs and general overhead costs are
155.78% of direct salary costs. Use of updated overhead percentage rates shall be requested by
the Consultant after the close of each fiscal year and shall be used to update previous year
invoices and subsequent year as a provisional rate for invoicing in order to more accurately
reflect the cost of work during the previous and subsequent years. Any actual fiscal year or fiscal
year's audited or unaudited indirect costs rates known by the Consultant shall be used in
computing the final invoice statement. All unverified overhead rates shall have a schedule of
computation supporting the proposed rate attached to the final bill. Prior to final payment for work
completed under this Agreement all indirect cost rates shall be audited and adjusted to actual
rates through the most recently completed fiscal year during which the work was actually
accomplished. In the event that the work is completed in the current fiscal year, audited indirect
cost rates for the most recently completed fiscal year may be applied also to work accomplished
in the current fiscal year. If these new rates cause the estimated actual costs to be exceeded, the
contingency amount will be used.
3.1.1.3 Premium Overtime Pay. Premium overtime pay (pay over normal hourly pay) shall not exceed 2
percent of the total direct salary cost without written authorization.
3.1.1.4 Payments. Monthly payments shall be made based on the percentage of work completed and
substantiated by monthly progress reports. The report shall indicate the direct and indirect costs
associated with the work completed during the month. The Contract Administrator will check such
progress reports and payment will be made for the direct non -salary costs and salary and indirect costs
during said month, plus a portion of the fixed fee. The portion of the fixed fee to be paid will be in the
proportion of the actual work completed and documented on the monthly progress reports.
Upon delivery and acceptance of all work contemplated under this Agreement, the Consultant shall
submit one complete invoice statement of costs incurred and/or amounts eamed. Payment of 100% of
the total cost claimed will be made upon receipt and review of such claim. Final audit will determine
correctness of all invoiced costs and final payment will be based upon this audit. The Consultant
agrees to reimburse the Owner for possible overpayment determined by final audit.
Page 34 of 41
I. Direct Labor Cost
Employee Classification
ATTACHMENT C-1 - Supplemental Agreement No. 1
COST ANALYSIS SHEET
Hours Rate
Amount
E6 - Project Manager
E4 - Project Engineer
El - Project Engineer
LSM - Land Surveyor Manager
LS2 - Land Surveyor
LSI - Land Surveyor Intern
T4 - Technician
T3 - Technician
A3 - Administration
C3 - Clerical
761
568
933
18
163
339
237
243
16
75
$41.00
$30.00
$18.00
$54.75
$30.75
$26.50
$20.50
$18.25
$26.75
$14.25
$31,201.00
17,040.00
16,794.00
985.50
5,012.25
8,983.50
4,858.50
4,434.75
428.00
1,068.75
Direct Labor Total
3353
$90,806.25
II. Payroll Burden and Overhead Costs
Indirect Cost Factor (Overhead Rate) = 188.03%
Total Indirect Costs = $170,742.99
III. Direct Project Expenses
Quantity Rate
Amount
Mileage (miles)
Reproductions (each)
Postage (oz.)
Ground -Based LiDAR (days)
1190 $0.555 $660.45
7450 $0.30 2,235.00
1000 $0.45 450.00
12 $1,000.00 12,000.00
Total Direct Expenses =
N. Subconsultant Costs
Terracon Consultants, Inc.
HDR Engineering, Inc.
[DBE] EarthView Environmental, L.L.C.
[DBE] Tallgrass Histori8ns L.C.
[DBE] Robinson Engineering Company
Total Subconsultants =
(Fixed Overhead Rate)
(Fixed Overhead Rate)
(Lump Sum)
(Specified Rate Fee)
(Fixed Overhead Rate)
$15,345.45
$17,551.00
$100,742.00
$4,294.00
$6,132.00
$34,385.00
$163,104.00
V. Estimated Actual Costs (I + II + III + IV) =
VI. Fixed Fee - Prime Only ( 12% of I + II) =
VII. Contingency - Prime Only ( 10% of 1 + 11 + 111) _
VIII. Total Estimated Cost - Cost Plus Fixed Fee (V + VI + VII) =
(Maximum Amount Payable)
* Includes contingency amounts (Prime & Subconsultants) totaling
$439,999.00 (ROUNDED)
$31,386.00 (ROUNDED)
$27,689.00 (ROUNDED)
$499,074.00 *
$67,081.00
Total Initial Authorized Costs (Excluding All Contingency Amounts) = $431,993.00
Page 35 of 41
P:\G00412.10\Pre-Contract - G00412.01\ExceM00412.10 ANENT Fee Development (Cost -Plus -Fixed Fee) (11-19-2012).xls\Ament Attachment C-1
ATTACHMENT H CONSULTANT FEE SCHEDULE (STAFF HOUR ESTIMATE)
Kimball Avenue Transportation Improvements Project - from Tower Park Dr to Acadia St
Design Related Services
Task for Design Related Services
AMENT
(E8 -E6) (E5 -E4) (E3 -E1) (LS) (LSIT)
Sr. Proj. Proj. Dsgn. Surv. (LS2) Surv. (T4 -T1) (A4 -A1) (C4 -C1)
Mngr. Engr. Engr. Suprv. Surv. Intern Tech. Admin. Cler.
TOTAL
I Project Management
B, C - Project Administration
F - Project Team Coordination
A, E - Project Meetings
D - Quality Control Plan
G - Utility Coordination & Meetings
Total Hours (I)
II Public Involvement
A - Property Owner & Stakeholder Database
B - Notifications of Property Owners & Stakeholders
C - Public Information / Open House Meetings
D - Public Hearing
E - Individual Meetings with Property Owners
F, G, H - Facebook Site, Newsletters, & FAQ Document
Total Hours (II)
8I Research and Data Collection
A.1 - A.12, A.25 - Miscellaneous
A.13 - A.19, A.24 - Surveys
A.20 - Geotechnical Studies
A.21 - Environmental Services - NEPA Documentation
A.22 - Environmental Services - Wetlands Delineation
A.23 - Environmental Services - Cultural/Historical Studies
A.26 - Additional Traffic Study & Analysis / Access Management
Total Hours (81)
IV Preliminary Roadway Design and Plans
A.1 - A2 - Verify Recommended Concept / Review & Select Design Standards
A.3 - Project Concept Statement & Updated Conceptual Layout & Report
A.4 - A.5 - Base Mapping / Existing Contours
Tide Sheet & Other Miscellaneous Sheets
A.6 - A.7 - Pavement Thickness & Typical Section Sheets & Detail Sheets
A.8 - Plan -and -Profile Sheets
A.9 - Cross Section Sheets
A.10 - A.13 - Storm Sewer & Subdrain / Storm Water Management Practices
A.15 -A.16 - Sanitary Sewer & Water Distribution System
A.17 - Retaining Walls
A.18 - A.19 - Relocate Utilities / Address Property Owner Issues
A.20 - A.21 - Intersection & Driveway Geometry / Joint Layout
A.22 - Sidewalk & Pedestrian Ramps
A.24 - Grading & Erosion Control
A.25 - SWPPP
A.26 - Construction Staging & DetourfTraftic Control
A.27 - Pavement Markings & Signing
A.28 - Traffic Signal System Upgrade
A29 - Set Construction Limits
A.35 - Design Team Field Review (A.30) / Field Reconnaissance with Owner
A.31 - Permit Applications
A.32 - Quantifies / Cost Opinions
A.32 - Tabulations
A.33 - Quality Review
A.34 - Preliminary Plan Submittal
Total Hours (IV)
V Property Acquisitions and Check Plan and Final Plans
A.1 - Determine Easement & ROW Needs / Develop List of Objects `Taken"
A2 - Plats & Exhibits & Legal Descriptions
A.3 - Quality Review
A.4 - Field Location of Takings
B.1 - B.2 - Add Text / Information to Drawings / Spedal Details
B.3 - Special Provisions
B.4 - Quality Review
B.5 - Updated Quantities / Tabulations / Cost Opinions
B.6 - Check Plan Submittal
C.1 - Incorporate Permit Requirements
C.2 - Refine Special Provisions
C.3 - Quality Review
C.4 - Updated Quantities / Tabulations / Cost Opinions
C.5 - C.7 - Assist wl Proj. Schedule / Tms*Port File / Proj. Dev. Certification
C.8 - Final Plan Submittal
Total Hours (V)
VI Contractor Procurement
A.1 -Answer Questions from Iowa DOT
Total Hours (VI)
Total Hours Per Job Classification and Total Hours
-
180
66
0
8
0
0
0
8
4
266
50
38
0
0
0
0
0
8
4
100
34
41
0
0
0
0
0
0
0
75
4
0
0
0
0
0
0
0
0
4
5
14
0
0
0
0
0
0
0
19
159
0
0
16
8
464
2
4
0
0
0
0
0
0
8
14
5
10
0
0
0
0
0
0
9
24
33
24
24
0
0
0
0
0
12
93
2
0
0
0
0
0
0
0
0
2
8
45
0
0
0
0
0
0
15
68
12
32
8
0
0
0
0
0
10
62
0
0
0
0
0
54
263
3
7
14
0
0
0
0
0
1
25
0
0
0
0
0
251
163
0
0
414
1
2
4
0
0
0
0
0
0
7
0
0
0
0
0
0
0
o
a
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
14
6
0
0
0
0
0
0
6
26
0
251
163
0
7
472
5
0
2
0
0
0
0
0
0
7
14
4
12
0
0
0
0
0
0
30
0
0
24
2
16
88
80
0
0
210
3
0
43
0
0
0
0
0
0
46
9
0
37
0
0
0
0
0
0
46
31
0
131
0
0
0
0
0
0
162
4
0
85
0
0
0
0
0
0
89
45
20
48
0
0
0
0
0
0
113
4
0
18
0
0
0
0
0
0
22
2
4
8
0
0
0
0
0
0
14
0
8
8
0
0
0
0
0
0
16
25
16
90
0
0
0
0
0
0
131
11
16
28
0
0
0
0
0
0
55
6
12
48
0
0
0
0
0
0
66
2
0
1
0
0
0
0
0
0
3
18
12
48
0
0
0
0
0
0
78
6
8
26
0
0
0
0
0
0
40
48
84
. 45
0
0
0
0
0
0
177
1
4
4
0
0
0
0
0
0
9
12
8
4
0
0
0
0
0
0
24
4
4
0
0
0
0
0
0
0
8
16
24
24
0
0
0
0
0
0
64
18
11
39
0
0
0
0
0
0
68
24
0
0
0
0
0
0
0
0
24
2
0
4
0
0
0
0
0
2
8
2
16 88 80 0 2 1510
4
2
38
0
0
0
0
0
0
44
0
0
0
0
98
0
196
0
0
294
0
0
0
8
49
0
41
0
0
98
0
0
0
0
0
0
0
0
0
0
8
0
26
0
0
0
0
0
0
34
4
4
0
0
0
a
0
0
0
8
32
0
0
0
0
0
0
0
0
32
12
20
20
0
0
0
0
0
0
52
2
0
4
0
0
0
0
0
2
8
2
0
4
0
0
0
0
0
0
6
2
2
0
0
0
0
0
0
0
4
16
0
0
0
0
0
0
0
0
1fi
8
8
8
0
0
0
0
0
0
24
4
4
0
0
0
0
0
0
0
8
2
4
6
0
0
0
0
0
2
14
106
47
0
237
0
4
642
21 01 01 01 01 01 01 01
2 0 0
0
0
0
0
011
21
0
0
2
761 568 933 18 163 339
16
3353
Page 36 of 41
Attachment H-1 - Supplemental Agreement No. 1
CONSULTANT FEE SCHEDULE - Terracon Consultants, Inc.
Task III.A.20 - Geotechnical Services
Kimball Avenue Transportation Improvements Project
I. Estimated Direct Labor Costs
Category Hours Rate/Hour Amount
Technician
Senior Technician
Driller
CAD Drafter
Administration / Secretary
Senior Project Manager
Project Engineer
Principal Engineer
(2 drill staff per rig crew)
30 $15.10 $453
10 $18.57 $186
60 $21.18 $1,271
15 $17.42 $261
10 $17.99 $180
6 $37.47 $225
30 $31.77 $953
4 $51.79 $207
9/12/2012
Total Direct Labor Costs (Rounded)
165 $3,736
I1. Payroll Burden and Overhead Costs
Indirect Cost Factor = 199.3% (Rounded) $7,446
Ilia. Estimated Direct Project Expenses
Quantity Unit Unit Cost Total Cost
Drill Rig 3 days $581.67 / Day $1,745
Coring equipment 2 days $100.00 / Day $200
Mileage 150 miles $0.555 / Mile $83
Total Estimated Direct Project Expenses (Rounded) $2,028
IIIb. Estimated Direct Third -Party Expenses
Meals and Accommodations (per diem) 0 Per Diem $100 / Day $0
Meals (per diem, meals only) 0 Meals Only $30 / Day $0
Consumable & Misc. Supplies — At Cost — $125
Other Third Party Expenses At Cost $0
Traffic Control - Signs At Cost $1,000
Traffic Control - Personnel — At Cost — $400
Total Estimated Direct Third -Party Expenses (Rounded) $1,525
IV. Estimated Actual Costs (I+II+IIIa+IIIb) $14,735
V. Fixed Fee (FF% x (1+11), Rounded)
Fixed Fee FF = 12% $1,342
VI. Total Cost plus Fixed Fee (IV+V) $16,077
VII. Contingency 10% x (I+II+IIIa+IIIb) $1,474
VIII. Maximum Amount Payable (IV+V+VII) $17,551
Page 37 of 41
Attachment H-1 - Supplemental Agreement No. 1
CONSULTANT FEE SCHEDULE - HDR ENGINEERING, INC.
Kimball Avenue Transportation Improvements Project
Person -Hour Summary
Task
Project
Manager/Sr
Engr
Senior
Scientist
Project
Traffic Engr
Scientist
Junior
Traffic Engr
GIS
Admin
Total
1- Project Management
32
0
0
0
0
0
6
38
I, A, E - Kick-off Meeting / Project Design Review
Indirect Cost
Meetings
14
2
14
0
0
0
0
30
II, C - Public Meetings
24
24
24
0
0
0
0
72
111, A, 21 - Agency Coordination
0
2
0
8
0
0
0
10
111, A, 21 - Baseline Review and GIS Development
0
2
0
20
0
8
0
30
111, A, 21 - Field Reconnaissance
0
2
0
20
0
0
0
22
111, A, 21 - Noise Study
0
6
0
40
0
4
0
50
111, A, 21 - Categorical Exclusion
0
8
0
28
0
4
0
40
III, A, 26 - Update VISSIM Analysis / VISSIM
Animations
4
0
70
0
22
0
0
96
III, A, 26 - Develop Signal Timing Plans for
Improved Corridor
4
0
78
0
16
0
0
98
III, A, 26 - Review of Adaptive Signal System for
Kimball Ave
12
0
40
0
0
0
0
52
Total Hours 90
46
226
116
38
16
6 538
Fee Summary
Direct Labor
Employee Classification
Estimated
Hours
Rate
Direct
Labor Cost
PM/Sr Engr -
Sr Sci
Project Traffic Engr
Sci
Junior Engr
GIS
Admin
90
46
226
116
38
16
6
$57.06
$57.94
$35.10
$36.04
$24.04
$24.65
$36.26
$5,135.40
$2,665.24
$7,932.60
$4,180.64
$913.52
$394.40
$217.56
dotal Direct Labor
538
$21,439.36
Indirect Cost
Indirect Cost Factor (Overhead Rate):
165.00%
Notal Indirect (Payroll Burden/Overhead) Cost
$35,374.94
Estimated Direct Expenses
Item
Qty
Unit
Unit Rate
Cost
Postage
Documentation
Travel
Rental Car
Lodging
Meals
Miscellaneous
10
26
4
6
16
1
I.s. @
copies @
I.s. @
I.s. @
I.s. @
I.s. @
$25.00
$10.00
$100.00
$100.00
$25.00
$100.00
$250.00
$260.00
$400.00
$600.00
$400.00
$100.00
Notal Direct Expenses
$2,010.00
Notal Subconsultant Cost
$0.00
Estimated Actual Costs (Direct Labor + Overhead + Direct Expenses + Subconsultants)
$58,824.00
Contingency @ Approximately 60% of Labor + Overhead + Direct Expenses
$35,100.00
Refined Traffic Signal Timings = $5,100.00
Enhanced 3-D Animations = $30,000.00
Notal Estimated Cost (Estimated Actual Costs + Fixed Fee + Contingency)
$100,742.00
Page 38 of 41
ounded
Rounded
Rounded
ATTACHNItNT H-1 - Supplemental Agreement No. 1
CONSULTANT FEE SCHEDULE - EarthView Environmental, L.L.C.
Task III.A.22 - Environmental Services - Wetlands Delineation Report
Kimball Avenue Transportation Improvements
9/10/2012
Sub -Task
PWS SES ESII OA
Communications, Project Set up , Administration
2
2
0
8
GIS/Database Entry
0
10
4
0
Wetland Delineation Report
2
16
0
4
Coordinate with U.S. Army Corps of Engineers
(USACOE) to determine if wetlands are classified as
"Jurisdictional Wetlands."
0
2
0
0
Complete permit application form for Joint Application .
0
1
0
0
Work with PM to determine if any wetlands will be
impacted by proposed development. If wetlands will be
impacted, determine if wetland bank will be an option or
if permittee mitigation will be needed.
2
2
0
0
One (1) follow up meeting, if needed, to discuss report
and review options.
4
4
0
0
Total Hours
10
37
4
12
I. Direct Labor Cost
Employee Classification
Hours Rate Amount
PWS - Professional Wetland Scientist 10 $30.00 $300.00
SES - Senior Environmental Scientist 37 $21.75 804.75
ESII - Environmental Scientist II 4 $18.00 72.00
OA - Office Assistant 12 $14.75 177.00
Direct Labor Total
63 $1,353.75
11. Payroll Burden and Overhead Costs
Indirect Cost Factor (Overhead Rate) = 170.00%
Total Indirect Costs = $2,301.38
III. Direct Project Expenses
Quantity Rate Amount
Mileage (miles) 200 $0.555 $111.00
Reproductions (each) 6 $10.00 60.00
Postage (oz.) 64 $0.45 28.80
GPS Equipment (hours) 0 $30.00 0.00
Total Direct Expenses = $199.80
IV. Subconsultant Costs
None (Cost plus Fixed Fee) $0.00
None (Lump Sum Fee) $0.00
Total Subconsultants = $0.00
V. Estimated Actual Costs (I + 1I + III + IV) = $3,855.00 (ROUNDED)
VI. Fixed Fee - Prime Only ( 12% of I + 11) = $439.00 (ROUNDED)
VII. Contingency - Prime Only ( 0% of 1 + 11 + 111) = $0.00 (ROUNDED)
VIII. Total Estimated Cost (V + VI + VII) _ $4,294.00
This Is for the Report Only - the Field Work Portion was submitted under a separate cost dated 2012-09-06
Page 39 of 41
6
ATTACHMENT H-1 - Supplemental Agreement No. 1
CONSULTANT FEE SCHEDULE - Tallgrass Historians L.C.
Task III.A.23 - Environmental Services - Cultural/Historical Studies
Kimball Avenue Transportation Improvements Project
I. Direct Labor Cost
Employee Classification
Hours Rate Amount
E8 - Principal Investigator 67 $68.00 $4,556.00
E6 - Project Manager 1 $68.00 68.00
Research Associate 24 $34.05 817.20
C3 - Clerical 20 $18.80 376.00
Direct Labor Total*
112 $5,817.20
* Specific Rate per Iowa DOT determination
II. Payroll Burden and Overhead Costs
Indirect Cost Factor (Overhead Rate) =
Total Indirect Costs =
III. Direct Project Expenses Quantity Rate Amount
Mileage (miles) 200 $0.550 $110.00
Report/research copies 200 $0.10 20.00
Shipping 2 $12.50 25.00
Supplies 1 $100.00 100.00
I -Sites Access Fee 1 $60.00 60.00
Total Direct Expenses = $315.00
IV. Subconsultant Costs
None (Cost plus Fixed Fee) $0.00
None (Lump Sum Fee) $0.00
Total Subconsultants = $0.00
V. Estimated Actual Costs (I + II + III + IV) = $6,132.00 (ROUNDED)
VI. Fixed Fee - Prime Only ( 0% of I + II) = (ROUNDED)
VII. Contingency - Prime Only ( 0% of I + II + III) = (ROUNDED)
VIII. Total Estimated Cost (V + VI + VII) = $6,132.00
Page 40 of 41
ATTACHMENT 11-1 - Supplemental Agreement No. 1
CONSULTANT FEE SCHEDULE - Robinson Engineering Company
LOCATION Kimball Avenue Transportation Improvement Project
A. Person -Hour Estimate:
Date
09/10/12
TASK NO.
DESCRIPTION
PERSON -HOUR ESTIMATE
Senior
Engineer
Land
Surveyor
Senior
Tech.
Junior
Tech
Admin.
Total
III.A.2.
Property Owner Research
2
2
10
50
2
66
III.A.4.
Encroachment Research
2
24
24
2
52
III.A.9.
Hydrology/Hydraulics
2
2
III.A.16.
Boundary Survey
2
50
50
2
104
III.A.17.
Utility Survey
2
36
2
40
IV.A.10.
Hydrology Calculations
1
1
IV.A.11.
Hydraulics Calculations
1
1
IV.A.25.
SWPPP Preparation
40
2
42
IV.A.31.
Prepare Permit Applications
1
1 -
V.A.4.
Field Location of Taking
2
70
70
2
144
B. Labor Cost:
55 146 10 230 12
Rate
Senior Engineer 55 X 24.00 = 1,320.00
Land Surveyor 146 X 25.00 = 3,650.00
Senior Technician 10 X 18.00 = 180.00
Junior Technician 230 X 15.00 = 3,450.00
Administration 12 X 10.00 = 120.00
C. Overhead Labor:
D. Direct Project Cost:
28,184.78
E. Estimated Actual Cost rounded 28,185.00
453
8,720.00 8,720.00
@2.2322X 8,720.00 19,464.78
28,184.78
0.00
F. Fixed Fee: @ 12.00% of B + C = 3,382.00
31,567.00
G. Contingency: @ 10.00% of B + C + D = 2,818.00
H. Maximum Amount Payable: 34,385.00
Rounded $34,385.00
Page 41 of 41