HomeMy WebLinkAboutAecom Technical Services-7/18/2011A=COM
AECOM 319 232 6531 tel
501 Sycamore Street 319 232 0271 fax
Suite 222
Waterloo, Iowa 50703
www.aecom.com
PROFESSIONAL SERVICES AGREEMENT
PROJECT NAME: Blowers Creek and Dry Run Creek Storm Water Lift Stations
City of Waterloo, Iowa (Project)
This Agreement is by and between
City of Waterloo (Client)
715 Mulberry
Waterloo, Iowa 50703
and,
AECOM Technical Services, Inc. (ATS)
501 Sycamore, Suite 222
Waterloo, Iowa 50703
Who agree as follows:
Client hereby engages ATS to perform the services described in Part I ("Services") and ATS agrees to
perform the Services for the compensation set forth in Part III. ATS shall be authorized to commence
the Services upon execution of this Agreement. Client and ATS agree that this signature page, together
with Parts I-IV and attachments referred to therein, constitute the entire agreement between them
relating to the Project ("Agreement").
APPROVED FOR CLIENT
APPROVED FOR AECOM TECHNICAL SERVICES, INC.
Printed Name Ernest G. Clark Printed me Joe A. Becker
Title
Mayor Title Vice President
Date ZJuL 1 -4
Date
January 6, 2011
A:COM
PART I
ATS'S RESPONSIBILITIES
A. Project Description
Page 2
The project consists of construction of Storm Water Lift Stations for Blowers Creek and Dry
Run Creek within the City of Waterloo. The Blowers Creek Lift Station drains 4,510 acres on
the northeast side of the city. Blowers Creek is comprised of three main tributaries, including
Maywood Branch, City View Branch and Main Branch of Blowers Creek. During the record
2008 Cedar River flood event, extensive interior flooding occurred upstream of the gate closure
due to significant rainfall occurring after the outfall for Blowers Creek was closed. The project
will include construction of a Storm Water Lift Station near the existing outlet to be used in
conjunction with the interior ponding areas to improve the discharge characteristics of Blowers
Creek during a Cedar River flood event when gate closure is required.
The Dry Run Creek watershed drains 2,971 acres on the southwest side of the City. Two large
detention basins at Liberty Park and Bontrager Park are designed for flow reduction at the
outlet. A proposed third detention basin is located on the south side of Highway 20. As
occurred in the Blowers Creek watershed, during the 2008 flood event interior flooding occurred
upstream of the Dry Run Creek Outlet due to excessive rainfall occurring. The project will
include construction of a storm water lift station near the existing outlet to be used in
conjunction with the upstream detention basins to minimize interior ponding.
B. Scope of Services
The Scope of Services will encompass and include all detailed work, services, materials,
equipment, personnel and supplies necessary to provide design survey, hydrologic and
hydraulic evaluation, preliminary design report preparation, wetland delineation, geotechnical
engineering, preliminary and final design and construction plan preparation, and construction -
related services for the project. The plans and specifications will be prepared in a format
suitable for a City of Waterloo letting.
The Scope of Services for the project is further defined below for both the Blowers Creek and
Dry Run Creek Storm Water Lift Stations:
Blowers Creek Storm Water Lift Station
Design Phase
Design Survey (Tasks 1-3)
The following identifies tasks leading to the completion of the design survey required for the
Blowers Creek Lift Station:
Task 1 - Data Collection
Task 2 - Survey and Base Mapping
Task 3 - Survey Note Reduction, Base Mapping and DTM Development
Hydrologic and Hydraulic Development (Tasks 4-10)
These tasks include the development of a hydrologic and hydraulic model to assist in
appropriately sizing the Blowers Creek Pump Station. Hydrologic properties within the
watershed will be developed as a basis for the model. The XP SWMM Model will be used for
the hydrologic and hydraulic analyses. Results from the initial modeling will be correlated to the
existing 10 -year Regulatory Flow Rates for use in sizing the lift station. Existing storage, or
interior ponding areas, will be determined and included in the analyses. A stage -storage -
discharge curve will be established for the pump station site and the 1-, 2-, 5-, 10-, and 100-
A=COM
Page 3
year storm frequencies will be analyzed. The results from the modeling will serve as the basis
for the sizing of the storm water lift station. The 100 -year storm frequency will be analyzed to
determine ponding limits at the pump station location. The following tasks lead to the
completion of the hydrologic and hydraulic development:
Task 4 - Development of Hydrologic and Hydraulic Parameters for Watershed and Outlet
Task 5 - Development of XP SWMM Model
Task 6 - Correlation of XP SWMM Model Results to Existing Requlatory Flows
Task 7 - Development of Staqe-Storaqe-Discharge Curves for Interior Ponding Areas
Task 8 - Multiple Frequency Analysis for Storm Water Lift Station Sizing
Task 9 - Development of Ponding Delineation for Each of the Storm Frequencies Analyzed (At
Outlet)
Task 10 - Summary Report of Hydrologic and Hydraulic Analyses
Preliminary Design Report (Tasks 11-17)
These tasks lead to the development of the Preliminary Design Report, which will be the basis
for the Blowers Creek Storm Water Lift Station Design. The Preliminary Design Report will
include the hydrologic and hydraulic analyses summary, including design flows and ponding
elevations for the storm frequencies analyzed. The report will also include preliminary cost
estimates for each frequency reviewed, preliminary pump size and type selection, electric single
line diagram, instrumentation and control recommendations, permit requirements, mechanical
plan and section and a preliminary site plan. The following tasks lead to the completion of the
preliminary design report:
Task 11 - Pump Size and Type Selection
Task 12 - Electrical Single Line Diagram
Task 13 - Instrumentation and Control Recommendations
Task 14 - Summary of Permit Requirements
Task 15 - Preliminary Site Plan
Task 16 - Mechanical Plan and Section
Task 17 - Report Preparation
Wetland Delineation and Geotechnical Engineering Report (Tasks 18-19)
These tasks include the wetland delineation required for the project in addition to soil borings
and a geotechnical engineering report. If it is determined that wetland mitigation and
associated monitoring are required, the task would be added as an amendment to this
agreement. These tasks will be completed by Stantec and Terracon, respectively.
Task 18 - Wetland Delineation (Completed by Stantec)
Task 19 - Geotechncial Engineering (Completed by Terracon)
Preliminary Plan Preparation (Tasks 20-34)
These tasks include preparation of preliminary plans for the Blowers Creek Storm Water Lift
Station in addition to development of a preliminary cost estimate. The basis for the preliminary
plan design will be the selected design frequency from the design report. The following tasks
lead to the completion of the Preliminary Plan Preparation:
Task 20 - Title and Legend Sheets
Task 21 - Typical Sections and Details
Task 22 - Pump Station Site Plan
Task 23 - Architectural Plan
Task 24 - Structural Plan Sheet
Task 25 - Electrical Plan
A:COM
Task 26 - Mechanical Plan
Task 27 - Plan and Profile Sheets - Outlet
Task 28 - Geometric Layout Sheets
Task 29 - Review of Geotechnical Engineering Report
Task 30 - Quality Control Review
Task 31 - Final Revisions
Task 32 - Construction Cost Estimate
Task 33 - Printing and Submittals
Task 34 - Field Review
Final Construction Plans and Specifications (Tasks 35-52)
Page 4
These tasks include preparation of final construction plans and specifications in a format
suitable for a City of Waterloo letting. Final construction documents will be completed upon
approval of the preliminary plan submittal. These tasks will include work necessary to complete
the outlet revisions, levee modifications, lift station site plan revisions, final architectural,
structural, electrical and mechanical details, tabulations and quantities, final typical sections and
details, and remaining work necessary to complete the construction documents for letting. The
following identifies tasks leading to the completion of the final construction documents.
Task 35 - Title and Legend Sheets
Task 36 - Typical Sections and Details
Task 37 - Bid Items and General Notes
a. Bid Item and Quantity Listing
b. Estimate Reference Information
c. General Notes
Task 38 - Tabulations and Quantities
Task 39 - Pian and Profile Sheets — Outlet Details
Task 40 - Final Pump Station Site Plan
Task 41 - Final Architectural Details
Task 42 - Final Structural Design and Details
Task 43 - Final Electrical Design and Details (Including Back -Up Power)
Task 44 - Final Mechanical Design and Details
Task 45 - Geometric Layout Sheets
Task 46 - Construction Staging and Traffic Control Sheets
Task 47 - Quality Control Review
Task 48 - Final Revisions
Task 49 - Construction Cost Estimate
Task 50 - Specifications
Task 51 - Printing and Submittals
Task 52 - Field Review
Project Administration and Meetings (Tasks 53-57)
These tasks include project administration, coordination of the subconsultants and meetings
throughout the project development. It is anticipated that four project meetings will be
conducted during the design phase. These tasks also include obtaining project permits, pre -
letting activities and general project administration. The following identifies tasks leading to the
completion of project administration, meetings and coordination during the design phase of the
project.
Task 53 - Project Meetings
Task 54 - Subconsultant Coordination
Task 55 - Proiect Permitting (COE, Iowa DNR)
Task 56 - Pre -Letting Activities
Task 57 - Project Administration
A=COM
Blowers Creek Storm Water Lift Station
Construction -Related Services
Page 5
The Scope of Services for construction -related services will encompass and include services,
materials, equipment, personnel and supplies necessary to provide construction staking, field
review, materials testing and contract administration during the construction phase for the
project. The Scope of Services is further defined as follows:
Task 58. Attend a preconstruction conference attended by representatives of the Contractor,
Client, Consultant and affected utilities.
Task 59. Provide construction -staking for horizontal and vertical controls for the project as
follows:
a. Set Project Control
b. Set Stakes for Utilities
c. Set Stakes for Silt Fence
d. Set Stakes for Outlet Revisions
e. Set Stakes for Pump Station
f. Set Stakes for Site Grading
Task 60. Review shop drawings and other submittals as required of the Contractor by the
contract documents for conformance with the design concept of the project and compliance
with the information given in the contract documents.
Task 61. Answer design interpretation questions from the Client, Contractor, review staff and
appropriate agencies.
Task 62. Review bi-monthly applications for payment based on information provided by field
review staff and Contractor and forward to the Client for execution with recommendation for
approval and payment.
Task 63. Perform construction site visits by design personnel at appropriate stages of
construction to review the quality of the work and to determine whether the work conforms to
the contract documents.
Task 64. Prepare and assist the Client and Contractor in preparing and processing contract
change orders.
Task 65. Provide periodic field observation during construction to review the work of the
Contractor to determine if the work is proceeding in general accordance with the contract
documents and that completed work appears to conform to the contract documents. Staffing
requirements may be adjusted during the project in relation to the level of construction activity.
Task 66. Report to the Client any work believed to be unsatisfactory, faulty or defective or does
not conform to the contract documents, and advise the Client of any work that should be
corrected or rejected.
Task 67. Consider and evaluate Contractor's suggestions for modifications and report them
with recommendations to the Client.
Task 68. Participate in a review of the project with the Client and review staff near completion
and prepare a list of items to be completed or corrected.
A=COM
Page 6
Task 69. Participate in a field observation of the completed project with the Client and review
staff before a final application for payment is processed for the Contractor.
Task 70. Maintain files for correspondence, reports of the job conferences, shop drawings and
sample submissions, reproductions of original contract documents including addenda, change
orders, field modifications, additional drawings issued subsequent to the execution of the
contract, Engineer clarifications and interpretations of the contract documents, progress reports
and other project -related documents.
Task 71. Provide the Client with a copy of revised drawings of the construction plans (record
drawings) for the project based on the construction observation records of the field review staff
and the Contractor showing those changes made during construction considered significant.
Task 72. Assist the Client with the final close-out documentation from the Contractor.
Dry Run Creek Storm Water Lift Station
Design Phase
Design Survey (Tasks 73-75)
The following identifies tasks leading to the completion of the design survey required for the Dry
Run Creek Storm Water Lift Station:
Task 73 - Data Collection
Task 74 - Survey and Base Mapping
Task 75 - Survey Note Reduction, Base Mapping and DTM Development
Hydrologic and Hydraulic Development (Tasks 76-82)
These tasks include the development of a hydrologic and hydraulic model to assist in
appropriately sizing to Dry Run Creek Storm Water Lift Station. Hydrologic properties within the
watershed will be developed as a basis for the model. The XP SWMM Model will be used for
the hydrologic and hydraulic analyses. Results from the initial modeling will be correlated to
existing 10 -year Regulatory Flow Rates for use in sizing the lift station. The stage -storage -
discharge curve will be developed for the Dry Run Creek Arch as a part of the analyses. The
upstream detention basins will also be incorporated in the model to account for the upstream
flow reduction. The storm frequencies to be analyzed are the 1-, 2-, 5-,10-, and 100 -year storm
frequencies. The 100 -year storm frequency will be analyzed to determine ponding limits at the
pump station location. Finally, the Dry Run Creek Arch profile will be reviewed, along with the
storm sewer inlets to the arch and the associated Tideflex Valves. The results from the
modeling will serve as the basis for the sizing of the storm water lift station. The following tasks
lead to the completion of the hydrologic and hydraulic development.
Task 76 - Development of Hydrologic and Hydraulic Parameters for Watershed and Outlet
Task 77 - Development of XP SWMM Model
Task 78 - Correlation of XP SWMM Model Results to Existing Regulatory Flows
Task 79 - Development of Stage -Storage -Discharge Curves for Dry Run Creek Arch
Task 80 - Multiple Frequency Analysis for Storm Water Lift Station Sizing
Task 81 - Development of Ponding Delineation for Each of the Storm Frequencies Analyzed (At
Outlet)
Task 82 - Summary Report of Hydrologic and Hydraulic Analyses
ACOM
Preliminary Design Report (Tasks 83-89)
Page 7
These tasks lead to the development of the Preliminary Design Report, which will be the basis
for the Dry Run Creek Storm Water Lift Station. The Preliminary Design Report will include the
hydrologic and hydraulic analyses summary, including design flows and ponding elevations for
the storm frequencies analyzed. The report will include the Dry Run Creek Arch critical
elevations, including a summary of the individual storm sewer outlets to the arch and the
associated Tideflex Valves. The report will also include preliminary cost estimates for each
frequency reviewed, preliminary pump size and type selection, preliminary electric single line
diagram, instrumentation and control recommendations, permit requirements and a preliminary
site plan, including mechanical plan and section.
Task 83 - Pump Size and Type Selection
Task 84 - Electrical Single Line Diagram
Task 85 - Instrumentation and Control Selection
Task 86 - Summary of Permit Requirements
Task 87 - Preliminary Site Plan
Task 88 - Mechanical Plan and Sections
Task 89 - Report Preparation
Wetland Memorandum and Geotechnical Engineering Report (Tasks 90-91)
These tasks include the wetland memorandum required for the project in addition to soil borings
and a geotechnical engineering report. It is assumed that only a memorandum of a site review
by the wetland biologist will be required at this site as no wetlands are anticipated. These tasks
will be completed by Stantec and Terracon, respectively.
Task 90 - Wetland Memorandum (Completed by Stantec)
Task 91 - Geotechncial Engineering (Completed by Terracon)
Preliminary Plan Preparation (Tasks 92-106)
These tasks include preparation of preliminary plans for the Dry Run Creek Storm Water Lift
Station in addition to development of a preliminary cost estimate. The basis for the preliminary
plan design will be the selected design frequency from the design report. The following tasks
lead to the completion of the Preliminary Plan Preparation:
Task 92 - Title and Legend Sheets
Task 93 - Typical Sections and Details
Task 94 - Pump Station Site Plan
Task 95 - Architectural Plan
Task 96 - Structural Plan Sheet
Task 97 - Electrical Plan
Task 98 - Mechanical Plan
Task 99 - Plan and Profile Sheets - Storm Sewer
Task 100 - Geometric Layout Sheets
Task 101 - Review of Geotechnical Engineering Report
Task 102 - Quality Control Review
Task 103 - Final Revisions
Task 104 - Construction Cost Estimate
Task 105 - Printing and Submittals
Task 106 - Field Review
AZ -COM
Final Construction Plans and Specifications (Tasks 107-124)
Page 8
These tasks include preparation of final construction plans and specifications in a format
suitable for a City of Waterloo letting. Final construction documents will be completed upon
approval of the preliminary plan submittal. These tasks will include work necessary to complete
the storm sewer revisions, levee modifications (including flood wall), lift station site plan
revisions, final architectural, structural, electrical and mechanical details, tabulations and
quantities, final typical sections and details, and remaining work necessary to complete the
construction documents for letting. The following identifies tasks leading to the completion of
the final construction documents.
Task 107 - Title and Legend Sheets
Task 108 - Typical Sections and Details
Task 109 - Bid Items and General Notes
a. Bid Item and Quantity Listing
b. Estimate Reference Information
c. General Notes
Task 110 - Tabulations and Quantities
Task 111 - Plan and Profile Sheets - Storm Sewer Outlet
Task 112 - Final Pump Station Site Pian
Task 113 - Final Architectural Details
Task 114 - Final Structural Design and Details (Including Flood Wall Revisions)
Task 115 - Final Electrical Design and Details (Including Back -Up Power)
Task 116 - Final Mechanical Design and Details
Task 117 - Geometric Layout Sheets
Task 118 - Construction Staging and Traffic Control Sheets
Task 119 - Quality Control Review
Task 120 - Final Revisions
Task 121 - Construction Cost Estimate
Task 122 - Specifications
Task 123 - Printing and Submittals
Task 124 - Field Review
Project Administration and Meetings (Tasks 125-129)
These tasks include project administration, coordination of the subconsultants and meetings
throughout the project development. It is anticipated that four project meetings will be
conducted during the design phase. These tasks also include obtaining project permits, pre -
letting activities and general project administration. The following identifies tasks leading to the
completion of project administration, meetings and coordination during the design phase of the
project.
Task 125 - Proiect Meetings
Task 126 - Subconsultant Coordination
Task 127 - Project Permitting (COE, Iowa DNR)
Task 128 - Pre -Letting Activities
Task 129 - Project Administration
A=COM
Dry Run Creek Storm Water Lift Station
Construction -Related Services
Page 9
The Scope of Services for construction -related services will encompass and include services,
materials, equipment, personnel and supplies necessary to provide construction staking, field
review, materials testing and contract administration during the construction phase for the
project. The Scope of Services is further defined as follows:
Task 130. Attend a preconstruction conference attended by representatives of the Contractor,
Client, Consultant and affected utilities.
Task 131. Provide construction -staking for horizontal and vertical controls for the project as
follows:
a. Set Project Control
b. Set Stakes for Utilities
c. Set Stakes for Silt Fence
d. Set Stakes for Storm Sewer Outlet
e. Set Stakes for Pump Station
f. Set Stakes for Site Grading
Task 132. Review shop drawings and other submittals as required of the Contractor by the
contract documents for conformance with the design concept of the project and compliance
with the information given in the contract documents.
Task 133. Answer design interpretation questions from the Client, Contractor, review staff and
appropriate agencies.
Task 134. Review bi-monthly applications for payment based on information provided by field
review staff and Contractor and forward to the Client for execution with recommendation for
approval and payment.
Task 135. Perform construction site visits by design personnel at appropriate stages of
construction to review the quality of the work and to determine whether the work conforms to
the contract documents.
Task 136. Prepare and assist the Client and Contractor in preparing and processing contract
change orders.
Task 137. Provide periodic field observation during construction to review the work of the
Contractor to determine if the work is proceeding in general accordance with the contract
documents and that completed work appears to conform to the contract documents. Staffing
requirements may be adjusted during the project in relation to the level of construction activity.
Task 138. Report to the Client any work believed to be unsatisfactory, faulty or defective or
does not conform to the contract documents, and advise the Client of any work that should be
corrected or rejected.
Task 139. Consider and evaluate Contractor's suggestions for modifications and report them
with recommendations to the Client.
Task 140. Participate in a review of the project with the Client and review staff near completion
and prepare a list of items to be completed or corrected.
A=COM
Page 10
Task 141. Participate in a field observation of the completed project with the Client and review
staff before a final application for payment is processed for the Contractor.
Task 142. Maintain files for correspondence, reports of the job conferences, shop drawings
and sample submissions, reproductions of original contract documents including addenda,
change orders, field modifications, additional drawings issued subsequent to the execution of
the contract, Engineer clarifications and interpretations of the contract documents, progress
reports and other project -related documents.
Task 143. Provide the Client with a copy of revised drawings of the construction plans (record
drawings) for the project based on the construction observation records of the field review staff
and the Contractor showing those changes made during construction considered significant.
Task 144. Assist the Client with the final close-out documentation from the Contractor.
Schedule
The project schedule will be completed in the following timeframe, assuming all approvals and
decisions are obtained within the appropriate timeframes:
Days From NTP
1) Completion of Preliminary Design Report 60
2) Approval of Preliminary Design Report and Pump Station Design
Frequency Selection (By Others) 65
3) Permit Application Submittals 75
4) Completion of Conceptual Plans (30% Submittal) 75
5) Completion of Preliminary Plans and Construction Cost Estimate
(60% Submittal) 105
6) Approval of Preliminary Plans (By Others) 110
7) Permits Received by Review Agencies (By Others) 135
8) Completion of Final Plans, Specifications and Cost Estimate
(95% Submittal) 145
9) Completion of Construction Documents for Bidding 150
PART II
CLIENT'S RESPONSIBILITIES
Client, at its expense, shall do the following in a timely manner so as not to delay the Services.
A. Information/Reports
Furnish ATS necessary information/reports, all of which ATS may rely upon without
independent verification in performing the Services.
B. Representative
Designate a representative for the Project who shall have the authority to transmit instructions,
receive information, interpret and define Client's policies and make decisions with respect to the
Services.
A:COM
C. Decisions
Page 11
Provide all criteria and full information as to Client requirements for the Project, obtain (with
ATS's assistance, if applicable) necessary approvals and permits, attend Project -related
meetings, provide interim reviews on an agreed-upon schedule, make decisions on Project
alternatives, and generally participate in the Project to the extent necessary to allow ATS to
perform the Services.
PART III
COMPENSATION, BILLING, AND PAYMENT
Client shall pay ATS for the Services in accordance with the following:
A. Compensation for the above Services for Blower's Creek Storm Water Lift Station shall be a
cost plus fixed fee in the amount of Six Hundred Forty Thousand Dollars ($640,000.00). The
cost is further defined in Attachment A.
B. Compensation for the above Services for Dry Run Creek Storm Water Lift Station shall be a
cost plus fixed fee in the amount of Two Hundred Eighty Thousand Dollars ($280,000.00). The
cost is further defined in Attachment B.
C. ATS may bill the Client monthly for services completed at the time of billing, with net payment
due in 30 days. Past -due balances shall be subject to a service charge at the rate of 1% per
month per request by ATS. Unless Client provides ATS with a written statement of any
objections to the bill within 15 days of receipt, Client shall be deemed to accept the bill as
submitted.
PART IV
STANDARD TERMS AND CONDITIONS
Part IV, Standard Terms and Conditions, is modified to include the following conditions:
A. The Owner, EDA, or the Comptroller General of the United States, or any of their duly
authorized representatives shall, generally until three years after final payment under this
contract, have access to and the right to examine any of the Contractor's directly pertinent
books, documents, papers, or other records involving transactions related to this contract for
the purpose of making audit, examination, excerpts and transcriptions.
B. ATS agrees to include in first-tier subcontracts under this contract a clause substantially the
same as paragraph (a) above. "Subcontract," as used in this clause, excludes purchase
orders that do not exceed $10,000.
C. The periods of access and examination in paragraphs (a) and (b) above for records relating to
(1) appeals under the disputes clause of this contract, (2) litigation or settlement of claims
arising from the performance of this contract, or (3) costs and expenses of this contract to
which the Owner, EDA, or Comptroller General or any of their duly authorized representatives
has taken exception shall continue until disposition of such appeals, litigation, claims or
exceptions.
L:\work\ADMINWGREEPROF\WatBlowersCreekLiftStation.doc
1. STANDARD OF CARE. Services shall be performed in accordance with the
standard of professional practice ordinarily exercised by the applicable profession
at the time and within the locality where the Services are performed.
Professional services are not subject to, and ATS can not provide, any warranty
or guarantee, express or implied, including warranties or guarantees contained in
any uniform commercial code. Any such warranties or guarantees contained in
any purchase orders, requisitions or notices to proceed issued by Client are
specifically objected to.
2. CHANGE OF SCOPE. The scope of Services set forth in this Agreement is
based on facts known at the time of execution of this Agreement, including, if
applicable, information supplied by Client. For some projects involving
conceptual or process development services, scope may not be fully definable
during initial phases. As the Project progresses, facts discovered may indicate
that scope must be redefined.
3. SAFETY. ATS has established and maintains corporate programs and
procedures for the safety of its employees. Unless specifically included as a
service to be provided under this Agreement, ATS specifically disclaims any
authority or responsibility for general job site safety and safety of persons other
than ATS employees.
4. DELAYS. If events beyond the control of Client or ATS, including, but not
limited to, fire, flood, explosion, riot, strike, war, process shutdown, act of God or
the public enemy, and act or regulation of any govemment agency, result in delay
to any schedule established in this Agreement, such schedule shall be amended
to the extent necessary to compensate for such delay. In the event such delay
exceeds 60 days, ATS shall be entitled to an equitable adjustment in
compensation.
5. TERMINATION/SUSPENSION. Either party may terminate this Agreement
upon 30 days written notice to the other party. Client shall pay ATS for all
Services, including profit relating thereto, rendered prior to termination, plus any
expenses of termination.
In the event either party defaults in its obligations under this Agreement
(including Client's obligation to make the payments required hereunder), the non -
defaulting party may, after 7 days written notice stating its intention to suspend
performance under the Agreement if cure of such default is not commenced and
diligently continued, and failure of the defaulting party to commence cure within
such time limit and diligently continue, suspend performance under this
Agreement.
6. OPINIONS OF CONSTRUCTION COST. Any opinion of construction costs
prepared by ATS is supplied for the general guidance of the Client only. Since
ATS has no control over competitive bidding or market conditions, ATS cannot
guarantee the accuracy of such opinions as compared to contract bids or actual
costs to Client
7. RELATIONSHIP WITH CONTRACTORS. ATS shall serve as Client's
professional representative for the Services, and may make recommendations to
Client conceming actions relating to Client's contractors, but ATS specifically
disclaims any authority to direct or supervise the means, methods, techniques,
sequences or procedures of construction selected by Client's contractors.
8. CONSTRUCTION REVIEW. For projects involving construction, Client
acknowledges that under generally accepted professional practice,
interpretations of construction documents in the field are normally required, and
that performance of construction -related services by the design professional for
the project permits errors or omissions to be identified and corrected at
comparatively low cost. Client agrees to hold ATS harmless from any claims
resulting from performance of construction -related services by persons other
than ATS.
9. INSURANCE. ATS will maintain insurance coverage for Professional,
Comprehensive General, Automobile, Worker's Compensation, and Employer's
Liability in amounts in accordance with legal, and ATS's business requirements.
Certificates evidencing such coverage will be provided to Client upon request.
For projects involving construction, Client agrees to require its construction
contractor, if any, to include ATS as an additional insured on its policies relating
to the Project ATS's coverages referenced above shall, in such case, be excess
over contractor's primary coverage.
10. HAZARDOUS MATERIAL. Hazardous materials may exist at a site where
there is no reason to believe they could or should be present. ATS and Client
agree that the discovery of unanticipated hazardous materials constitutes a
changed condition mandating a renegotiation of the scope of work. ATS agrees
to notify Client as soon as practically possible should unanticipated hazardous
materials or suspected hazardous materials be encountered. Client
acknowledges and agrees that It retains title to all hazardous material existing on
the site and shall report to the appropriate federal, state or local public agencies,
as required, any conditions at the site that may present a potential
PART IV
STANDARD TERMS AND CONDITIONS
danger to the public health, safety or the environment. Client shall execute any
manifests or forms in connection with transportation, storage and disposal of
hazardous materials resulting from the site or work on the site or shall authorize
ATS to execute such documents as Client's agent. Client waives any claim
against ATS and agrees to defend, indemnify, and save ATS harmless from any
claim or liability for injury or loss arising from ATS's discovery of unanticipated
hazardous materials or suspected hazardous materials.
11. INDEMNITY. ATS agrees to defend, indemnify and save harmless the
Client, its agencies, agents, employees and assignees from all claims and
liabilities due to design error, omission or negligent act of ATS, its members,
agents, stockholders or employees in connection with performance of this
Agreement.
12. ACCESS. Client shall provide ATS safe access to any premises necessary
for ATS to provide the Services.
13. REUSE OF PROJECT DELIVERABLES. Reuse of any documents or other
deliverables, including electronic media, pertaining to the Project by Client for
any purpose other than that for which such documents or deliverables were
originally prepared, or alteration of such documents or deliverables without
written verification or adaptation by ATS for the specific purpose intended, shall
be at the Client's risk. Further, all title blocks and the engineer's seal, if
applicable, shall be removed if and when Client provides deliverables in
electronic media to another entity. Client agrees that relevant analyses, findings
and reports provided in electronic media shall also be provided in "hard copy"
and that the hard copy shall govem in the case of a discrepancy between the two
versions, and shall be held as the official set of drawings, as signed and sealed.
Client shall be afforded a period of 30 days in which to check the hard copy
against the electronic media. In the event that any error or inconsistency is found
as a result of this process, ATS shall be advised and the inconsistency shall be
corrected at no additional cost to Client. Following the expiration of this 30 -day
period, Client shall bear all responsibility for the care, custody and control of the
electronic media. In addition, Client represents that it shall retain the necessary
mechanisms to read the electronic media, which Client acknowledges to be of
only limited duration. Client agrees to defend, indemnify, and hold harmless ATS
from all claims, damages, and expenses, (including reasonable litigation costs),
arising out of such reuse or alteration by Client or others acting through Client.
14. AMENDMENT. This Agreement, upon execution by both parties hereto, can
be amended only by a written instrument signed by both parties.
15. ASSIGNMENT. Except for assignments (a) to entities which control, or are
controlled by, the parties hereto or (b) resulting from operation of law, the rights
and obligations of this Agreement cannot be assigned by either party without
written permission of the other party. This Agreement shall be binding upon and
inure to the benefit of any permitted assigns.
16. STATUTES OF LIMITATION. To the fullest extent permitted by law, parties
agree that, except for claims for indemnification, the time period for bringing
claims under this Agreement shall expire one year after Project completion.
17. DISPUTE RESOLUTION. Parties shall attempt to settle disputes arising
under this agreement by discussion between the parties senior representatives of
management. If any dispute can not be resolved in this manner, within a
reasonable length of time, parties agree to attempt non-binding mediation or any
other method of altemative dispute resolution prior to filing any legal
proceedings. In the event any actions are brought to enforce this Agreement, the
prevailing party shall be entitled to collect its litigation costs from the other party.
18. NO WAIVER. No waiver by either party of any default by the other party in
the performance of any particular section of this Agreement shall invalidate any
other section of this Agreement or operate as a waiver of any future default,
whether like or different in character.
19. NO THIRD -PARTY BENEFICIARY. Nothing contained in this Agreement,
nor the performance of the parties hereunder, is intended to benefit, nor shall
inure to the benefit of, any third party, including Client's contractors, if any.
20. SEVERABILITY. The various terms, provisions and covenants herein
contained shall be deemed to be separate and severable, and the invalidity or
unenforceability of any of them shall not affect or impair the validity or
enforceability of the remainder.
21. AUTHORITY. The persons signing this Agreement warrant that they have
the authority to sign as, or on behalf of, the party for whom they are signing.
L:\WORK ADMIMAGREE\SAVE\WaterlooTC.doc Dec 2008
Blowers Creek Storm Water Lift Station
City of Waterloo, Iowa
Cost Analysis'
I. , Direct Labor Cost (AECOM Technical Services)
Category
Senior Professional
Project Professional
Staff Professional
CADD Operator II/Sr. Tec
CADD Operator !/Tech
Project Support
Hours Rate/Hour Amount
218 $68.00 $14,824.00
1,978 $46.00 $90,988.00
864 $39.00 $33,696.00
1,692 $29.50 $49,914.00
724 $20.50 $14,842.00
376 $26.00 $9,776.00
5852
11. Payroll Burden and Overhead Provisional Costs
III. Direct Project Expenses
Category
Mileage
Per Diem
Lodging
B/W Copies
Color Copies
EDM Equipment
GPS Equipment
Miscellaneous, Other
IV. ATS Estimated Actual Costs
V. Subcontract Expense
Stantec
Terracon Consultants
VI. Estimated Actual Costs
VII. Fixed Fee
VIII. Maximum Amount Payable
160.00%
Units Rate/Unit Amount
3000 0.5 1,500.00
0 40.00 0.00
0 80.00 0.00
20000 0.06 1,200.00
800 0.12 96.00
80 12.50 1,000.00
80 25.00 2,000.00
400.00
Rounded
$1,700.00
$3,300.00
Attachment A
$214,040.00
$342,464.00
$6,196.00
$562,700.00
$562,700.00
$5,000.00
$567,700.00
$72,300.00
$640,000.00
Blowers Creek Storm Water LIft Station
City of Waterloo, Iowa
Staff Hour Estimate
Description of Work
Senior
Eng/Prof
g/
Project
Eng/Prof
Staff
Eng/Prof
CADD II/
Sr. Tech
CADD I/
Tech
Project
Support
Total
BLOWERS CREEK - DESIGN PHASE
Design Survey
1 Data Collection
2
2
4
2 Survey & Base Mappinq
4
20
20
40
4
3 Survey Note Reduction, Base Mapping & DTM Development
Hydrologic & Hydraulic Development
4 Develop H&H Parameters for Watershed & Outlet
8
16
8
32
5 Develop XP SWMM Model
2
12
30
0
44
6 Correlation of XP SWMM Model Results to Existing Regulatory Flows
2
8
4
160
12
•
0
26
16
7 Develop Stage -Storage -Discharge Curves fOr Interior Ponding Areas
8 Multiple Frequency Analysis for Storm Water Lift Station Sizl •
4
16
_
24
0
44
9 Develop Ponding Delineation for Each of the Storm Water Freq Analyzed
2
8
12
12
34
10 Summary Report of H&H Analyses
6
12
24
0
42
Preliminary Design Report
11 Pump Size & Type Selection
16
16
12 Electrical Single Line Diagram
16
-
16
8
24
16
13 Instrumentation & Control Recommendations
14 Summary of Permit Requirements
2
4
6
15 Preliminary Site Plan
16
16
8
8
48
16 Mechanical Plan & Section
16
24
_
40
17 Report Preparation
32
8
8
8
56
Wetland Delineation & Geotechnical Engineering Report
18 Wetland Delineation (Completed by Stantec)
19 Geotechnical Engineering (Completed by Tarracon)
Preliminary Plan Preparation
20 Trite & Legend Sheets
2-
6
8
21 Typical Sections & Details
20
20
12
12
64
22 Pump Station Site Plan
4
48
40
24
24
140
23 Architectural Plan
16
16
32
24 Structural Plan Street
24
18
40
25 Electrical Plan
12
8
20
26 Mechanical Plan
16
16
27 Plan & Profile Sheets - Outlet
12
12
8
8
40
28 Geometric Layout Sheets
4
4
4
4
16
29 Review of Geotechnical Engineering Report
4
4
20
56
8
40
32
100
30 Quality Control Review
31 Final Revisions
24
18
24
8
74
32 Construction Cost Estimate
4
24
18
8
54
33 Printing & Submittals
16
16
16
48
34 Field Review
4
4
8
Final Construction Plans & Specifications
35 Title & Legend Sheets
2
4
6
36 Typical Sections & Details
4
40
40
24
24
132
37 Bid Items & General Notes
a. Bid Item & Quantity Listing•
4
12
24
8
8
56
b. Estimate Reference Information
4
12
24
8
8
56
c. General Notes
4
12
24
8
8
56
38 Tabulations & Quantities
8
40
40
20
20
128
39 Plan & Profile Sheets - Outlet Details
16
16
12
12
56
40 Final Pump Station Site Plan
32
24
16
16
88
41 Final Architectural Details
40
40
40
32
40
40
40
=
80-
80
42 Final Structural Design & Details
43 Final Electrical Design & Details (Including Back-up Power)
112
44 Final Mechanical Design & Details
80
48
88
196
45 Geometric Layout Sheets
4
4
8
46 Construction Staging & Traffic Control Sheets
2
4
4
10
47 Quality Control Review
4
88
44
136
48 Final Revisions
48
30
16
16
110
49 Constructon Cost Estimate
4
24
1846
•
50 Specifications
240
88
80
408
51 Printing & Submittals24
24
40
88
52 Field Review
4
4
8
Blowers Creek Storm Water Lift Station
City of Waterloo, Iowa
Staff Hour Estimate
Description of Work
Senior
Eng/Prof
Protect
Eng/Prof
Staff
Eng/Prof
CADD I1/ CADD i/
Sr. Tech Tech
Project
Support
Total
PrJect Administration & Meetings
53 Project Meetings
16
16
16
8
40
16
54 Subconsuitani Coordination
55 Project Permitting (COE; Iowa DNR)
16
8
8
32
56 Pre -letting Activities
16
16
57 Prolecl Administration
40
20
20
40
120
_
180
1,264
828192
.3,284
,Subtotal - Blowers Creek Design Phase
Milli!
BLOWERS CREEK - CONSTRUCTION -RELATED SERVICES
Blowers Creek Construction -Related Services
58 Attend Pre -Construction Conference
2
2
4
412
59 Provide Construction Staking for Horizontal & Vertical Controls
LI20
32
a. Set Project Control
4
8
8
4092
48
16
b. Set Slakes for Utilities
12
40 !
4
c. Set Stakes for Silt Fence
d. Set Stakes for Outlet Revisions
16
e. Set Stakes for Pump Station
320
12
8
60
32
60
32
a
132
72
f. Set Stakes for Site Grading
601 Review Dhopesi
120
440
124
80
nn
61 Answer Design Interpretation Questions
4
120
40440
62 Review Bi -monthly Apply ations for P =nt
63 Construction Site Visits by Design Personnel
40
64 Prepare.& Assist wlh Contract Change Orders
64
24
88
65 Periodic Field Observation
800 300
1_ 100
66 Report to Client any Work that is Unsatisfactory, Faulty or Defective
4
4
16
64
8
ti
28
76
67 Evaluate Contractor's Suggestions for Modifications
68 Review Project w/Client & Review Staff Near Completion
4
4
8
16
69 Field Observation of Completed Project w/Client & Review Staff
4
4
4
12
70 Maintain Files
60
60
71 Provide Client w/copy of Revised Drawings of Construction Plans
16
16
24
40
40
56
80
72 Final Cbse-out Documentation Assistance
Subtotal Blowers Creek Construction -Related Services
38
714
36
1,136
460
184
2,568
TOTAL HOURS
218
1,978
864
1,692
724
376
5,852
Dry Run Creek Storm Water Lift Station
City of Waterloo, Iowa
Cost Analysis
I. Direct Labor Cost (AECOM Technical Services)
Category
Senior Professional
Project Professional
Staff Professional
CADD Operator II/Sr. Tec
CADD Operator I/Tech
Project Support
Hours Rate/Hour Amount
133 $68.00 $9,044.00
782 $46.00 $35,972.00
412 $39.00 $16,068.00
748 $29.50 $22,066.00
234 $20.50 $4,797.00
212 $26.00 $5,512.00
2521
II. Payroll Burden and Overhead Provisional Costs
III. Direct Project Expenses
Category
Mileage
Per Diem
Lodging
BIW Copies
Color Copies
EDM Equipment
GPS Equipment
Miscellaneous, Other
IV. ATS Estimated Actual Costs
V.
VI.
Subcontract Expense
Stantec
Terracon Consultants
Estimated Actual Costs
VII. Fixed Fee
VIII. Maximum Amount Payable
Units Rate/Unit
1000 0.5
0 40.00
0 80.00
5000 0.06
200 0.12
20 12.50
20 25.00
160.00%
Amount
500.00
0.00
0.00
300.00
24.00
250.00
500.00
250.00
Rounded
$300.00
$3,300.00
Attachment .B
$93,459.00
$149,534.40
$1,824.00
$244,817.40
$244,800.00
$3,600.00
$248,400.00
$31,600.00
$280,000.00
8
b
b
Me!naa 13!0!,4 bZl
slell!wgnS g tlu9uud 'fir-
OP
66
9
9
891.
86
07
001.
suo9e0gpedS ZZ6
ZE
Z1.
91
b
elewee31s09 uo13n49su03 1.61
69
9
9
21
9E
suolSIAON IBuld 061
OS
91
OE
4
Ma!Asti 1o41uo3 A19en° 611
01
b
6
Z
mays lotluo3 3910419 6146e19. uoa3rulsuo3 913
9
6
6
steam InoAel aulewoe° Ll l
sflela° 9 UBlsB° 18alue4oen leuld 911
09
61
172
09
916
61
91.
4emo delays 6
( d x813 09e1P0!) sflelea 8 u6ise01831i13013 leuld 911
(suols!na8 IBM Pool] 6u1pn13u1) 0!!0!00 91161080 IemPrul9 18013 Pt I.
ZE
ZE
91
91.
91
91.
811E180'mmn13a11N3WV leuld ELL
9E
9
8
9
61.
weld 09911011M dwnd leUE ZI t
106
6
b
8
8
lean° JaMe9 uuo1S - 0!00gS elbwd 9 weld 111
9E
9
9
8
8
6
sa!1B11enp g suoneingel 01.1
91
6
b •
1,
Z
Z
SOION 10!0110$ •3
91
6
Is
6
6
Z
uoaewiolul eouaieletl elewus3 •q
ugs8-r7.Ci 1-1111011° g weu Pfeil
916
b
6
Z
Z
sOION Iemu09 g swell Pf8 601
09
61
ZL
91
9L
6
s4eIe0'8 su09aaS le3IdA1 901
6
6
Z
siaa4S pu8681 V e1111 LOt
• suope3010edS g 0110!,4 uol9an41suo3 !mild
9
b
6
Malnaa PRA 901.
66
9
9
9
elellwgfS 9 eu9ultd SOL
66
6
01
PZ
6
alewl!ea iso3 uo113ru)suo3 bot
96
6
61.
61
0Z
SUO1s1AatllBul,4 E01.
OE
01
91
6
Mcl*tf !811103 Alllen° 601
9
Z
b
Uodetl Buueeul6u3103!114301000 Jo Mewed 1.0 L
8
Z
Z
6
slee4S InoAel 3111aw009 001
OZ
6
6
b
9
4aMa9 wmiS - sleay9 OIUOtd 8 meld 66
9
6
6
weld le3!ue43an 96
9
6
6
weld 1034413013 L6
91
9
8
Ie04S mid feml3nAS 96
9
b
6
ueid 18mi3a1!4a4V S6
66
9
8
9
P1
b
ueid 8991109819 dumd 06
66
6
6
9
8
s!!ela0 g suoaOOS 1034 .L £6
8
9
Z
sleets puebel 8 0111.1. 66
uolleiedeJd ueid Awulw9eid
(uo381101 Aq pe1eidwo3) 6uueeulbu6 le:xutloe1000 i6
301uets Aq pel01dwo3) wnpua40wen puegeM 06
vadat! ufjeau16u3 Ieolug3el009 g uo!IBeuaep puell8M
ZZ
9
Z
61
uoaeJedajd Uodea 68
91
6
b
9
6
50011309 9 weld le3!ue43an 88
meld 0119 AieUIWIleid L9
sluewei!nbea lluuad to A4ewwe9 98-
88
66
b
b
8
9
9
Z
Z
8
b
6
uolt00109 1011009 g u0!alu0wn41su1SO
21
6
6
6
w 17!O eull al 9Ie0p13013 69
66
6
6
9
9
uolpaleS edA1 9 OZIO dwnd CO
lJodeH u6ise0 AieulwllaJd
66
0
66
61.
9
seU eUV H9H 10 aH ewwnS 68
po Meuv bald 4elef uuois 04010 4303 404 6ulleeuge° 6u9wod dole*° 18
6u!Z19 u011e19 in mem wm19 404 s!SAleuV Aouenbejd eld9lnn09
gaa5 x00443 unt! Am toy seA4n3 eOm40s10-See e1S-e6519 doleA00 6L
wow foolelii6i J 6u1slx3 01 s9nset! IePOn WWMS dXto uo!1ela44o3 9L
6E
ZL
61
8
Z
P6
0
66
9L
b
91.
0
21.
6
0
92
0
91
8
Z
LS
0
ZE
91£
f0P0W nnMS dX 601"00 11
1011116 g p84s4aleM 404 sielOummd H9H doleAe9 9L
ZE
8
91
9
0
luewdolena0 allnetpAH g O!6o1OJPAH
luewdolen8° 1410 g 6ui369 ese8'uofpnpatl a10N Aiming 91
9
6
6£
91
91.
6ufdden ese9 g Aiming 61
b
Z
Z
11011381103 0100 £L
'Wins ubJsaa
3SVHd N91991:1- )133413 Nna A210
18101
UOddn9
130104,4
40a1
/1OOV3
4001 49
/1100V9
!04,4!6113
!1819
toJJbu3
130104,4
pzudibu3
Aquas
xtoMtouoydl43sa0
010W189 m0H 44049
eMol 'oopeleM to A4I3
uoflelS 1111 aeleM W4049 410043 win AiO
LZ9Z
61Z
466
941.
614
69Z
EEL
S81OH"Ip101
996
96
68
609
8G
0£Z
9Z
se1/Ales palelaa-uo/l'ngsuoo 1f0043 una Ala /elotgns
91
b
eouelslssyuogeluawnooulno-00013leuld PPG
bb
46
99
Ob
91
sueld uog3n.gsuo0lo s6ulmel0 peslnali 10 /doe/.% jua110 aPuoid E41
09
09
solid uielul0W 661.
61.
6
4
4
uel$ Melnaa $ luafo/M 10erold Palaldw0310 uogeAues00 Plaid GPI
Z1
4
b
4
uogaldwo0 leoN gelS Melnatl 9luapoiM loa(old Me!natl 041.
4Z
�
91
ZL
6
b
su olleO9lPoW 101 suo8sa66� slolOelluo0 alenlen3 6EL
engoelo0 Jo ,yined '.(10IOe1s71esun 0110411I1otA hue luell0 0111009H 9C1
OZ
006
04
09£
uogenies00 Plaid 3IP0Pad LEL
SlepiQ abuBOO loejluo0 LOVA lsissy 8 aiedeid 9£L
46
9
91.
OZ
OZ
lauuosied ub!s0O 6q sgs!n 0119 0093011su09 991
04
9
ZE
lueuuied.103 suopeollddy 4J41UOW-i9 Ma!AOH 11£ 1.
91
ZL
4
suollsenp uolleleidielul u8ise0 JOMsuy EE I.
61.1.
Z£
08
s6uPnet° dogs Me!na21 661
OZ
9
9
b
6wpe10 0119101 SWIMS 109'1
Ob
91
91.
9
u09819 dwnd 101 S0)l0ls les 0
9
6
4
lallnO lames uu01S lot 90 019 las 'P
4
6
Z
00004 819 101 S0I1e1S 109 0
8Z
6 L
61.
b
senor' 101 Se1101S 10S •q
9
Z
6
6
!011uo3loe[old.les'e
slopu00 le3810A 9 IeluazpOH 10) Ou0Ie1S uogoniisuo0 0P!AOld 1.61.
61
4
4
Z
Z
eouelaluo0 uogoruisuo0-eld Pually 0E1
supplies pele/O&-uonan11suo3 - Msefo Una i(47
S33IMIas a iv1 1-N0110(12LLsNOO - )1331:13 Nf1N A?JO
0991
911
091
666
666
699
LOG
esegd uB/sa01100J0 una .(JQ lelolgns
P4 '
46
6
4
ZL
u0!legs!ulwpy lOOIOid 661.
9
9
saUlAllad 0011101 -aid 96L
91.
4
4
9
WNO eM01'300U!IJleuad loa(md LZ 1.
9
9
uageulpJoo 9ZL
Z61.0luellnsuoOgnS
4
9
sdu!laayrn IOOlad 961,
seugeow 9 uOile11s1ulwpy l33(ld
A=COM
July 8, 2011
Mr. Jamie Knutson, P.E.
City of Waterloo
715 Mulberry Street
Waterloo, Iowa 50703
AECOM 319 232 6531 tel
501 Sycamore Street 319 232 0271 fax
Suite 222
Waterloo, Iowa 50703
www.aecom.com
Subject: Blowers Creek and Dry Run Creek Storm Water Lift Station
City of Waterloo, Iowa
Dear Mr. Knutson,
Enclosed is the document "Required Contract Language" that you provided to us.
acknowledge that this document is added to the Professional Services Agreement
January 5, 2011, as an addendum.
We understand the Professional Services Agreement with this document included
will be acted upon by the City of Waterloo in the near future.
By this letter, we
we executed
as an addendum
Please advise if you have any questions. We appreciate the opportunity to assist the City of
Waterloo with this project.
Yo In-erely,
oe A. Becker
Enclosure: As Noted
c: Doug Schindel
L:\work\ADMIN\TRNSCR\LETTERS\Knutson.docx
REQUIRED CONTRACT LANGUAGE
All project contracts shall contain at a minimum the following provisions, as appropriate.
ALL CONTRACTS
1. Access and Maintenance of Records
The contractor must maintain all required records for five years after final payments are made and all
other pending matters are closed.
At any time during normal business hours and as frequently as is deemed necessary, the contractor shall
make available to the Iowa Department of Economic Development, the State Auditor, the General
Accounting Office, and the Department of Housing and Urban Development, for their examination, all of
its records pertaining to all matters covered by this contract and permit these agencies to audit, examine,
make excerpts or transcripts from such records, contract, invoices, payrolls, personnel records, conditions
of employment, and all other matters covered by this contract.
2. Civil Rights
The Contractor must comply with the following laws and regulations:
+ Title VI of the Civil Rights Act of 1964 (P.L. 88-352).
States that no person may be excluded from participation in, denied the benefits of or subjected
to discrimination under any program or activity receiving Federal financial assistance on the
basis of race, color, or national origin.
• Title VIII of the Civil Rights Act of 1968 (Fair Housing Act), as amended.
• Iowa Civil Rights Act of 1965.
This Act mirrors the Federal Civil Rights Act.
• Section 109 of Title I of the Housing and Community Development Act of 1974, as amended (42 U.S.C.
5309).
Provides that no person shall be excluded from participation in, denied the benefits of or
subjected to discrimination on the basis of race, color, national origin, sex, age, or handicap
under any program or activity funded in part or in whole under Title .1 of the Act.
• The Age Discrimination Act of 1975, as amended (42 U.S.C. 1601 et seq.)
Provides that no person on the basis of age, be excluded from participation in, be denied the
benefits of or be subjected to discrimination under any program or activity receiving Federal
financial assistance.
• Section 504 of the Rehabilitation Act of 1973, as amended (P.L. 93-112, 29 U.S.C. 794).
Provides that no otherwise qualified individual shall solely by reason of his/her handicap be
excluded from participation in, be denied the benefits of or be discriminated against under any
program or activity receiving Federal financial assistance.
• Americans with Disabilities Act (P.L. 101-336, 42 U.S.C. 12101-12213)
Provides comprehensive civil rights to individuals with disabilities in the areas of employment,
public accommodations, state and local government services, and telecommunications.
• Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 1701u).
Provides to the greatest extent feasible, that training and employment opportunities be made
available to lower-income residents of project areas and that contracts be awarded to small
businesses located within the project area or owned in substantial part by project area residents.
• Federal Executive Order 11246, as amended by Executive Order 11357.
Provides that no one be discriminated in employment.
• Federal Executive Order 11063, as amended by Executive Order 12259.
3. Termination CIause
All contracts utilizing CDBG funds must contain a termination clause that specifies the following:
• Under what conditions the clause may be imposed.
• The form the termination notice must take (e.g., certified letter).
• The time frame required between the notice of termination and its effective date.
• The method used to compute the fmal payment(s) to the contractor.
4. Certification regarding government -wide restriction on lobbying.
All contracts utilizing CDBG funds must contain the following certification concerning restriction of
lobbying:
"The Recipient certifies, to the best of his or her knowledge and belief, that:
i. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Recipient, to
any person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with the awarding of any Federal contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan,
or cooperative agreement.
ii. If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee, or an employee of a Member of congress in connection with
this Federal contract, grant, loan, or cooperative agreement, the Recipient shall complete and
submit Standard Form -LLL, "Disclosure Form to Report Federal Lobbying" in accordance with
its instruction.
iii. The Recipient shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into
this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for
each such failure."
5. Lead -Safe Housing Regulations (As applicable)
24 CFR Part 35 et al.
Requirements for Notification, Evaluation and Reduction of Lead -Based Paint Hazards in Federally
Owned Residential Properties and Housing Receiving Federal Assistance, Final Rule
ALL CONTRACTS IN EXCESS OF $10,000
In addition to the preceding provisions, all contracts in excess of $10,000 must include the following
language, pursuant to Federal Executive Orders 11246 and 11375:
"During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment because
of race, color, religion, sex, or national origin. The contractor will take affirmative action to
ensure that applicants are employed, and that employees are treated during employment, without
regard to their race, color, religion, sex, or national origin. Such action shall include, but not be
limited to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by the
contracting officer setting forth the provisions of this nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of
the contractor, state that all qualified applicants will receive consideration for employment
without regard to race, color, religion, sex, or national origin.
(3)
The contractor will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding, a notice, to be provided by the
agency contracting officer, advising the labor union or workers' representative of the contractor's
commitments under Section 202 of the Executive Order No. 11246 of September 24, 1965, and
shall post copies of the notice in conspicuous places available to employees and applicants for
employment.
(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24,
1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
(5)
The contractor will furnish all information and reports required by Executive Order No. 11246 of
September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his books, records, and accounts by the contracting
agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such
rules, regulations, and orders.
(6) In the event of the contractor's non-compliance with the nondiscrimination clause of this contract
or with any of such rules, regulations, or orders, this contract may be canceled, terminated or
(7)
suspended in whole or in part and the contractor may be declared ineligible for further
Government contracts in accordance with procedures authorized in Executive Order No. 11246 of
September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided
in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the
Secretary of Labor, or as otherwise provided by law.
The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or
purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued
pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such
provisions will be binding upon each subcontractor or vendor. The contractor will take such
action with respect to any subcontract or purchase order as the contracting agency may direct as a
means of enforcing such provisions including sanctions for noncompliance: Provided, however,
that in the event the contractor becomes involved in, or is threatened with, litigation with a
subcontractor or vendor as a result of such direction by the contracting agency, the contractor may
request the United States to enter into such litigation to protect the interests of the United States."
ALL CONTRACTS IN EXCESS OF $100,000
In addition to the preceding provisions, contracts in excess of $100,000 shall require compliance with the
following laws and regulations:
Section 306 of the Clean Air Acts (42 U.S.C. 1857(h)).
Section 508 of the Clean Water Act (33 U.S.C. 1368).
Executive Order 11738.
EPA Regulations - 40 CFR, Part 32.
Clean Air and Water Acts - required clauses:
This clause is required in all third party contracts involving projects subject to the Clean Air Act (42
U.S.C. 1857 et seq.), the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), and the
regulations of the Environmental Protection Agency with respect to 40 CFR Part 32, as amended. It
should also be mentioned in the bid document.
During the performance of this contract, the CONTRACTOR agrees as follows:
(1) The CON TRACTOR will certify that any facility to be utilized in the performance of any
nonexempt contract or subcontract is not listed on the Excluded Party Listing System pursuant to
40 CFR 32.
(2) The CONTRACTOR agrees to comply with all the requirements of Section 114 of the Clean Air
Act, as amended, (42 U.S.C. 1857c-8) and Section 308 of the Federal Water Pollution Control
Act, as amended (33 U.S.C. 1318) relating to inspection, monitoring, entry, reports, and
information, as well as all other requirements specified in said Section 114 and Section 308, and
all regulations and guidelines issued thereunder.
(3) The CONTRACTOR agrees that as a condition for the award of the contract, prompt notice will
be given of any notification received from the Director, Office of Federal Activities,
Environmental Protection Agency, indicating that a facility utilized or to be utilized for the
contract is under consideration to be listed on the Excluded Party Listing System.
(4) The CONTRACTOR agrees that it will include or cause to be included the criteria and
requirements in Paragraph (1) through (4) of this section in every nonexempt subcontract and
require every subcontractor to take such action as the Government may direct as a means of
enforcing such provisions.
ALL CONSTRUCTION CONTRACTS IN EXCESS OF $2,000
In addition to the preceding provisions, all construction contracts in excess of $2,000 must include the
Federal Labor Standards Provisions (verbatim) found in Appendix Two under Required Contract
Provisions. (Housing rehabilitation contracts of less than 8 units are excluded from this requirement)