HomeMy WebLinkAboutIowa Department of Transportation-5/16/2011Iowa Department of Transportation
800 Lincoln Way, Ames, IA 50010 515-239-1713
Fax: 515-233-7857
June 3, 2011
W. Wayne Castle
City of Waterloo
715 Mulberry Street
Waterloo, IA 50703
Dear Mr. Castle:
Re: Lincoln Elementary School Safe Routes to School Project,
Project # SRTS-U-8155(718)--8U-07, Agreement # 09-SRTS-016
Enclosed is one copy of a fully -executed consultant agreement between the City of
Waterloo, AECOM Technical Services Inc., and the Iowa Department of
Transportation for the above referenced Safe Routes to School project. This
agreement completes the consultant selection process.
In addition, the City of Waterloo must comply with the provisions set forth in this
agreement to ensure that eligible project costs may receive federal -aid
reimbursement.
Thank you for your assistance. If you have questions, I can be reached by telephone
at 515-239-1713 or by e-mail at kathy.ridnour@dot.iowa.gov.
Sincerely,
P1'
Kathy Ridnour
Office of Systems Planning
KMR:plr
Enclosure
cc: Joe Becker, AECOM (with copy of enclosure)
Kevin Blanshan, INRCOG (letter only)
Kevin Galloway, Office of Finance (with copy of enclosure)
Tom Devine, Office of Audits (with copy of enclosure)
Office of Document Services, Records Management (with copy of enclosure)
Shawn Majors, Office of Program Management (letter only)
AGREEMENT FOR PROFESSIONAL SERVICES
LINCOLN SCHOOL SAFE ROUTES TO SCHOOL
SRTS-U-8155(718)--8U-07
WATERLOO, IOWA
This Agreement made and entered between the City of Waterloo, Iowa, hereinafter referred to as the
Owner, and AECOM Technical Services, Inc., Waterloo, Iowa, hereinafter referred to as the Consultant.
The Owner has decided to contract for consultant services for the design and construction -review
services for sidewalk, signing and pavement marking improvements around the Lincoln Elementary
School area. It has been determined that the Owner shall proceed with the preliminary, final design and
construction -related services subject to the concurrence and approval of the Iowa Department of
Transportation (Iowa DOT) and the Federal Highway Administration (FHWA) (when applicable).
The said Owner desires to employ the Consultant to provide consultant services in connection with the
final design and construction -related services for the improvements. The Consultant is willing to perform
said services in accordance with the terms hereinafter provided and warrants that it is in compliance with
Iowa statutes relating to the licensure of Professional Engineers.
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.
AECOM TECHNICA SERVICES, INC.
By
CITY
Bec er, Vice President
WATERLOO, IOWA
Date May 9, 2011
By Date lik ,, l IQ 9-0
y
Ernest G. Clark, Mayor
IOWA DEPARTMENT OF TRANSPORTATION
ACCEPTED FOR FHWA AUTHORIZATION*
By (1- 4'w
C1egAll etrkC// rr, Director
0 (/ ' Office of Systems Planning
Date (0P/> /f
*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.
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 Federal Highway Administration Participation
4.19 Severability
Attachment A - Scope of Services
Attachment B - Specifications
Attachment C - Fees and Payments
Attachment D - Certification
Attachment E - Certification of Consultant
Attachment F - Certification of Owner
Page 1
Article 1 - Initial Information
This Agreement is based on the following information and assumptions.
1.1 Project Parameters
The objective of this Agreement is to provide consultant services for the preliminary, final design
and construction -review services for sidewalk, signing and pavement marking improvements
around the Lincoln Elementary School area in Waterloo, Iowa.
1.2 Financial Parameters
The financial parameters are:
1.2.1 Amount of Owner's budget for the Consultant's compensation is $20,800.00.
1.2.2 Amount of the Consultant's budget for the subconsultant's compensation is $0.00.
1.3 Project Team
1.3.1 The Owner's designated representative, identified as the Contract Administrator, is
W. Wayne Castle.
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 Mark Durbahn.
1.3.3 The subconsultants retained at the Consultant's expense are:
None
1.4 Time Parameters
Date to Proceed: Consultant shall not begin work under this Agreement until so directed in
writing by the Owner and they have received a copy of the FHWA authorization. Consultant
shall, upon receipt of both the said written notification to proceed and a copy of the FHWA
authorization, begin work thereon. No FHWA compensation will be made for any work performed
prior to the effective date of the FHWA authorization to proceed.
Work under this agreement shall be completed within twelve (12) months after receipt of a Notice
to Proceed and an executed copy of this agreement.
Construction -related services shall be completed in accordance with the schedule provided by a
supplemental agreement authorizing said services.
Page 2
Article 2 - Scope of Services and Other Special Terms and Conditions
2.1 Enumeration of Parts of the Agreement
This Agreement represents the entire and integrated agreement between the Owner and the
Consultant and supersedes all prior negotiations, representations or agreements, either written
or oral. This Agreement may be amended only by written instruments signed by the Owner,
Consultant, Iowa DOT and the FHWA (if applicable). This Agreement comprises the documents
listed below.
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 Services herein required and provided shall be in conformity with the Iowa Department of
Transportation Standards, Design Guides and Specifications and Title 23 U.S. 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 Certificate of Debarment - Attachment D
.3 Certification of Consultant - Attachment E
.4 Certification of Owner - Attachment F
.5 Title 23, Code of Federal Regulations, Part 172 - Included by Reference
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 a lump sum fee compensation method as defined in
Attachment C.
3.2 Subconsultant
3.2.1 The Consultant shall require the subconsultants 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
underruns associated with any subconsultant's contract are not available for use by the
prime Consultant unless the Contract Administrator and Iowa DOT have given prior
written approval.
Page 3
Article 4 - Terms and Conditions
4.1 Ownership of Engineering Documents
4.1.1 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 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
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.
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. Any changes to these
specifications by either the Owner or the Consultant are 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
govern.
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.
Page 4
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, 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
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 of 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 cost, 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
Page 5
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 affect such suspension by giving the Consultant written
notice and 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,
government 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 subconsultants retained for the project and
to require all independent contractors and subconsultants also to include a similar
mediation provision in all agreements with subcontractors, subconsultants, suppliers or
fabricators so retained, 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 shall proceed in accordance with the current Code of Iowa. If
the parties cannot agree on a single arbitrator, then the arbitrator(s) shall be selected in
accordance with the above -referenced rules.
4.10 Responsibility for Claims and Liability
4.10.1 The Consultant shall defend, indemnify and save harmless the Owner, the Iowa DOT,
the State of Iowa, its agencies, agents, employees and assignees and the federal
government from all claims and liabilities due to design error, omission or negligent act of
Page 6
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 approved by the Owner and the Iowa DOT.
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, gifts, 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, commissioning 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, 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
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
Page 7
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 Attachments
D, E and F of the Regulations.
4.16.1.3 Solicitation for Subconsultants, Including Procurement of Materials and
Equipment
4.16.1.3.1 In 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 it 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 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 agree(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 DOT'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.
Page 8
4.16.1.5 Information and Reports
4.16.1.5.1 The 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, 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
furnish this information, the Consultant shall so certify to the
Owner, 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
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:
• Withholding of payments to the Consultant under the
Agreement until the Consultant complies, and/or
• 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 United States to enter into such litigation to
protect the interests of the Owner, the Iowa DOT or the United
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 and FHWA, or any authorized representatives of the federal
government; and copies thereof shall be furnished, if requested.
Page 9
4.18 Iowa DOT and FHWA Participation
4.18.1 The work under this Agreement shall be contingent upon and subject to the approval of
the Iowa DOT and FHWA (if applicable). The Iowa DOT and FHWA 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 adjusted 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 govern 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.
L:\work\ADMINWG REE\PROF\WatLincolnSchoolSafeRoutes.doc
ATTACHMENT A
LINCOLN SCHOOL SAFE ROUTES TO SCHOOL
WATERLOO, IOWA
SCOPE OF SERVICES
Project Description
This project includes sidewalk, signing and pavement marking improvements around the Lincoln
Elementary School area. The sidewalk improvements are as follows:
• Cedar Bend Street, Parker Street, Longfellow Avenue Intersection Area - 450 LF
• Longfellow Avenue from Parker Street to Lincoln Elementary School - 750 LF
• South Side of Parker Street Sidewalk Infill West of Burton Avenue - 270 LF
• Both Sides of Newton Street Just East of Cedar Bend Street - 395 LF
• West Side of Longfellow Avenue from Walker Street to Virginia Street - 1,300 LF
The pavement marking and signing improvements will be developed at the Cedar Bend Street, Parker
Street, Longfellow Avenue intersection. Also, pavement marking and signing improvements will be
completed along the west side of the Walker Street, Longfellow Avenue intersection.
Scope of Services
The design services to be provided for the project under this Agreement will include the preliminary and
final design of the elements as described above. The services include survey, intersection concept
analysis, preparation of a Concept Statement, and the preparation of preliminary and final plans, details
and special provisions in a format suitable for an Iowa DOT letting, meetings and coordination. The
scope of services is further defined by the following tasks:
Task 1 - Topographic Survey. This task includes the survey of the existing features for the construction
of the sidewalks described above. Features to be surveyed include driveways, landscaping features,
trees, shrubs, above -ground utilities and other miscellaneous items. The survey includes the
identification of property comers for new sidewalk locations.
Task 2 - Base Mapping. This task includes the development of the CADD files from the survey
information. The text and features will be set up for 1" = 40' scale 11" x 17" plan views.
Task 3 - Intersection Concept Analysis. This task includes the development of alternatives for safety
improvements at the Cedar Bend Street, Parker Street, Longfellow Avenue Intersection. Altematives that
are developed include safety improvements for the pedestrians, as well as providing access to Longfellow
Avenue for buses. At least two alternatives will be developed. Alternatives can include the changing of
signing and possibly some curb and gutter modifications as well.
Task 4 - Field Review and Photo Log. This task includes a field review by design staff to observe the
locations and take pictures of the future location of the sidewalk. Pictures will be used to assist in design
and during the public information meeting.
Task 5 - Preliminary Design. This task includes the preliminary design of the plan and profile sheets for
the sidewalk locations described above. Plan sheets will be set up for 1" = 40' scale 11" x 17" plan views.
Title sheet and typical cross sections will also be developed. The preliminary design will identify impacts
to property owners along the proposed sidewalk. These impacts may include driveway modifications,
relocation of landscaping and the placement of small retaining walls. This task also includes the
placement of the right-of-way lines and property owner names in CADD files which will be displayed on
the plans. The preliminary plans will be developed in Iowa DOT format and submitted to the Iowa DOT
and the City for review.
Task 6 - Public Information Meeting. This task includes the preparation and attendance at a public
information meeting. Services include the development of display maps which show the sidewalk infill
locations and the preparation for a presentation describing the project. The notifications to property
owners are not included in this scope of services. Property owner contacts and notifications are
anticipated to be completed by the City of Waterloo.
Task 7 - Temporary Easements. This task includes the preparation of an estimated 5 temporary
easements for property owners adjacent to the proposed sidewalk. It is anticipated that the City of
Waterloo will complete easement negotiations.
Task 8 - Final Plans. This task includes the development of final plans. The final plans will include the
following:
• A -Series Sheets: The title and legend sheets will be prepared with Iowa DOT standards and
completed during the preliminary plan stage.
• B -Series Sheets: Typical cross sections and details will be added to from the preliminary plan
submittal.
• C -Series Sheets: Bid items, quantities and estimate reference notes will be developed. Bid items
will be standard Iowa DOT bid items, and specifications will be as per the 2009 Iowa DOT
Standard Specifications. General notes will be selected from the Iowa DOT Road Design Details.
Tabulations will be developed for major bid items.
• D -Series Sheets: The plan sheets from the preliminary plan submittal will be updated to include
additional details and revised based on comments received.
• L -Series Sheet: A plan sheet will be set up for 1" = 20' scale 11" x 17" plan sheet for the Cedar
Bend Street, Parker Street, Longfellow Avenue Intersection.
• G -Series Sheets: Geometric sheets will be prepared as needed to show geometric information
regarding sidewalk alignment.
• J -Series Sheets: Traffic control sheets will be prepared as needed to show traffic control
information around construction.
• N -Series Sheets: Signing and pavement marking sheets will be prepared as needed.
This task also include revisions to the final plans based on comments received from the Iowa DOT and
the City and answering questions from the Office of Contracts prior to the letting of the project.
Task 9 - Project Administration. This task includes two meetings with the City of Waterloo to review the
project. Also included in this task is the in-house, project -related administrative activities throughout the
duration of this project.
Construction -Related Services
The scope of construction -related services will be determined at the time the services are needed and
defined under a supplemental agreement. Construction -related services include staking, on-site field
review and contract administration during construction.
L:lworkdADMIN\AGREE\PROF\Wat LincolnSchool SRTS AttachA.docx
ATTACHMENT B
Specifications
Road
Specifications for deliverables shall use Iowa DOT Standard Specifications, but Special Provisions, plans
and details shall be developed by the Consultant. Refer to the following examples:
A. Road Plans
Current Highway Divisions Road Design Manual and applicable sections of the Federal Aid Policy
Guide (FAPG) shall be used as a guide in preparation of plans, specifications and estimates.
1. Any Special Provisions required in addition to the Standard Specifications of the IDOT
will be furnished by the Consultant.
2. Property owners' names shall be shown on the plan and the limits of their holdings. A
preliminary right-of-way layout shall be submitted to the Owner, showing "need"
distances and proposed right-of-way lines.
3. The Consultant shall indicate proposed right-of-way lines, encroachments, etc., on the
final construction plans.
B. Right -of -Way Layout (If Applicable)
It shall be the responsibility of the Consultant to perform the following functions in order to
complete the right-of-way phase of the project contract:
1. To prepare a set of right-of-way plans showing the following:
a. The temporary easements necessary for the construction of the project.
b. Known property lines.
c. Existing right-of-way for state highways, county roads and city streets.
2. To make calculations of the different right-of-way taking areas necessary to complete the
right-of-way plans.
3. To make revisions to right-of-way plans due to change of ownerships, design revisions
and revisions required by property owners.
This work listed above shall be done as prescribed and in the manner set forth in the current
Right -of -Way Design Manual.
L:\work\ADMIN\AGREE\PROF\Wat LincolnSchool SRTS Attach B.docx
ATTACHMENT C
(Referenced From 3.1)
Lump Sum
3.1.1 FEES AND PAYMENTS
3.1.1.1 Fees. For full and complete compensation for all work, materials and services furnished under
the terms of this Agreement, the Consultant shall be paid fees on a lump sum basis and
payment of this amount shall be considered as full and complete compensation for all work,
materials and services fumished under the terms of this Agreement. The lump sum amount
shall be $20,800.00. The estimated staff hours and fees are shown in this attachment.
The lump sum amount will not be changed unless there is a substantial change in the
magnitude, scope, character or complexity of the services from those covered in this
Agreement. Any change in the lump sum amount will be by Supplemental Agreement.
3.1.1.2 Reimbursable Costs. Reimbursement of costs is limited to those that are allowable under the
provisions of Title 48, Subchapter E, Section 31.105 and Subpart 31.2 of the current Federal
Acquisition Regulation.
3.1.1.3 Premium Overtime Pay. Not applicable.
3.1.1.4 Payments. Monthly payments for work completed shall be based on the percentage of work
completed and substantiated by monthly progress reports. The Contract Administrator will
check such progress reports and payment will be made for the proportional amount of the lump
sum fee.
Upon completion, delivery and acceptance of all work contemplated under this Agreement, the
Consultant shall submit one complete invoice statement for the balance of the lump sum fee.
Payment of 100% of the total cost claimed will be made upon receipt and review of such claim.
The Consultant agrees to reimburse the Owner for possible overpayment determined by final
audit.
Classification Hours Rate Amount
Project Professional 30 $150.00 $ 4,500.00
CADD Operator II 90 95.00 8,550.00
CADD Operator I 20 60.00 1,200.00
Land Surveyor 10 130.00 1,300.00
Technician 64 75.00 4,800.00
Project Support 4 70.00 280.00
Direct Expenses 170.00
TOTAL FEE $20.800.00
L:\work\ADMINWGREE\PRORWat LincolnSchool SRTS Attach C.docx
ATTACHMENT D
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS -- PRIMARY COVERED TRANSACTIONS
Instructions for Certification
By signing and submitting this proposal, the prospective primary participant is providing the certification
set out below.
1. The inability of a person to provide the certification required below will not necessarily result in
denial of participation in this covered transaction. The prospective participant shall submit an
explanation of why it cannot provide the certification set out below. The certification or
explanation will be considered in connection with the department or agency's determination
whether to enter into this transaction. However, failure of the prospective primary participant to
furnish a certification or an explanation shall disqualify such person from participation in this
transaction.
2. The certification in this clause is a material representation of fact upon which reliance was placed
when the department or agency determined to enter into this transaction. If it is later determined
that the prospective primary participant knowingly rendered an erroneous certification, in addition
to other remedies available to the Federal Government, the department or agency may terminate
this transaction for cause of default.
3. The prospective primary participant shall provide immediate written notice to the department or
agency to whom this proposal is submitted if at any time the prospective primary participant
leams that its certification was erroneous when submitted or has become erroneous by reason of
changed circumstances.
4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered
transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and
"voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and
Coverage sections of the rules implementating Executive Order 12549. You may contact the
department or agency to which this proposal is being submitted for assistance in obtaining a copy
of those regulations.
5. The prospective primary participant agrees by submitting this proposal that should the proposed
covered transaction be entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded
from participation in this covered transaction, unless authorized by the department or agency
entering into this transaction.
6. The prospective primary participant further agrees by submitting this proposal that it will include
the clause title "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion - Lower Tier Covered Transaction," provided by the department or agency entering into
this covered transaction, without modification in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
7. A participant in a covered transaction may rely upon a certification of a prospective participant in
a lower tier covered transaction that it is not debarred, suspended, ineligible or voluntarily
excluded from the covered transaction, unless it knows that the certification is erroneous. A
participant may decide the method and frequency by which it determines the eligibility of its
principals. Each participant may, but is not required to, check the Nonprocurement List (Tel #).
8. Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render in good faith the certification required by this clause. The knowledge
and information of a participant is not required to exceed that which is normally possessed by a
prudent person in the ordinary course of business dealings.
9. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a
covered transaction knowingly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in
addition to other remedies available to the Federal Govemment, the department or agency may
terminate this transaction for cause or default.
Certification Regarding Debarment, Suspension, and Other Responsibility Matters -- Primary Covered
Transactions
(1)
The prospective primary participant certifies, to the best of its knowledge and belief, that it and its
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal department or agency;
(b) Have not, within a three-year period preceding this proposal, been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain or performing a public (federal, state or
local) transaction or contract under a public transaction; violation of Federal or State
Antitrust Statutes or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State or Local) with commission of any other offenses enumerated in
paragraph (1)(b) of this certification; and
(d) Have not, within a three-year period preceding this application/proposal, had one or more
public transactions (Federal, State or Local) terminated for cause or default.
(2) Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
STATE OF IOWA
Black Hawk County
I, Joe A. Becker, Vice President, of AECOM Technical Services, Inc., being duly swom (or under penalty
of perjury under the laws of the United States and the State of Iowa) do hereby certify that the above
statements are true and correct.
Subscribed and sworn to this 9th day of May , 2011.
L:\work\ADMINWGREE\PROF\Wat LincolnSchool SRTS Attach D.docx
ATTACHMENT E
CERTIFICATION OF CONSULTANT
I hereby certify that I, Joe A. Becker, am the Vice President and duly authorized representative of the firm
of AECOM Technical Services, Inc., whose address is 501 Sycamore, Suite 222, Waterloo, Iowa, and that
neither I nor the above firm here represented has:
(a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other
consideration, any firm or person (other than a bona fide employee working solely for me or the
above Consultant) to solicit or secure this Agreement,
(b) Agreed, as an express or implied condition for obtaining this Agreement, to employ or retain the
services of any firm or person in connection with carrying out the Agreement, or
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely for me or the above Consultant) any fee, contribution, donation or consideration
of any kind for, or in connection with, procuring or carrying out the Agreement, except as here
expressly stated (if any):
I acknowledge that this certificate is to be fumished to the Iowa Department of Transportation and the
Federal Highway Administration, U.S. Department of Transportation, in connection with this Agreement
involving participation of Federal -Aid highway funds, and is subject to applicable, state and federal laws,
both criminal and civil.
Joe A. Becker
Vice President
Made this 9th day of May , 2011.
L:\work\ADMINWGREE\PROF\Wat LincolnSchool SRTS AttachE.doc
ATTACHMENT F
CERTIFICATION OF OWNER
I hereby certify that I, Ernest G. Clark, am the Mayor and the duly authorized representative of the
OWNER, and that the above consulting firm or its representative has not been required, directly or
indirectly, as an express or implied condition in connection with obtaining or carrying out this Agreement
to:
(a) Employ or retain, or agree to employ or retain, any firm or person, or
(b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or
consideration of any kind; except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Iowa Department of Transportation, the Federal
Highway Administration, U.S. Department of Transportation, in connection with this Agreement involving
participation of Federal -Aid highway funds, and is subject to applicable state and federal laws, both
criminal and civil.
By:
Made this
EP
e6g
day of
L:\work\ADMIN AGREE\PROF\Wat LincolnSchool SRTS Attach F.doc
, 2011.