HomeMy WebLinkAboutShive-Hattery, inc. - Retiming of traffic signals-8/14/2017Attachment D to I.M. 3.305
February 27, 2017
Contract No. [XXXXX]
Owner Project No. TOF-266
Iowa DOT Project No. STP -A-8155(754)--86-07
Standard Consultant Contract
For Local Public Agency Consultant Contracts with Federal -aid Participation
This AGREEMENT, made as of the date of the last party's signature below, is by and
BETWEEN City of Waterloo, the Owner, located at:
715 Mulberry Street
Waterloo, IA 50703
Phone: (319) 291-4323
FAX: (319) 291-4571
and Shive-Hattery, Inc., the Consultant, located at:
316 Second Street SE, Suite 500, PO Box 1803
Cedar Rapids, IA 52406-1803
Phone: (319) 364-0227
FAX: (319) 364-1778
For the following Project: Downtown Traffic Signal Retiming - The study area includes 47 signalized intersections
limited by Walnut Street, to the northeast, 6th Street, to the southeast, Washington Street, to the southwest, and
US 63 southbound, to the northwest. See attached map.
The Owner has decided to proceed with the Project, subject to the concurrence and approval of the Iowa
Department of Transportation (Iowa DOT), and the Federal Highway Administration (FHWA), U.S. Department of
Transportation (when applicable).
The Owner desires to employ the Consultant to provide data collection, traffic analysis, modeling, and traffic
signal retiming services to assist with the development and completion of the Project. The Consultant is willing to
perform these services in accordance with the terms of this Agreement.
Page 1 of 27
Attachment D to I.M. 3.305
February 27, 2017
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
1.5 Minimum Qualification Standards
2 Entire Agreement, Required Guidance and Applicable Law
2.1 Entire Agreement of the Parties
2.2 Required Guidance
2.3 Applicable Law
3 Form of Compensation
3.1 Method of Reimbursement for the Consultant
3.2 Subconsultant's Responsibilities for Reimbursement
4 Terms and Conditions
4.1 Ownership of Engineering Documents
4.2 Subconsultant Contract Provisions and Flow Down
4.3 Consultant's Endorsement on Plans
4.4 Progress Meetings
4.5 Additional Documents
4.6 Revision of Work Product
4.7 Extra Work
4.8 Extension of Time
4.9 Responsibility for Claims and Liability
4.10 Current and Former Agency Employees (Conflicts of Interest)
4.11 Suspension of Work
4.12 Termination of Agreement
4.13 Right to Set-off
4.14 Assignment or Transfer
4.15 Access to Records
4.16 Iowa DOT and FHWA Participation
4.17 Nondiscrimination Requirements
4.18 Compliance with Title 49, Code of Federal Regulations, Part 26
4.19 Severability
Attachment A - Scope of Services
Attachment B - Specifications
Attachment C - Fees and Payments
Attachment C-1 — Cost Analysis Worksheet
Attachment D - Certification Regarding Debarment, Suspension, and Other Responsibility Matters
Attachment E - Certification of Consultant
Attachment F - Certification of Owner
Attachment G - Sample Invoice Form
Attachment H - Consultant Fee Proposal
Attachment I - Subconsultant Scope and Budget
Page 2 of 27
Attachment D to I.M. 3.305
February 27, 2017
ARTICLE 1 INITIAL INFORMATION
This Agreement is based on the following information and assumptions.
1.1 Project Parameters
The objective or use is: Improve traffic operations efficiency and reduce traffic emissions.
1.2 Financial Parameters
1.2.1 Amount of the Owner's budget for the Consultant's compensation is:
$193,445
1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is:
$28,440
1.3 Project Team
1.3.1 The Owner's Designated Representative, identified as the Contract Administrator is:
Jeff Bales
The Contract Administrator is the authorized representative, acting as liaison officer forthe
Ownerfor 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:
Justin Campbell
1.3.3 The subconsultants retained at the Consultant's expense are identified in the following table:
Subconsultant Amount Authorized Maximum Amount Payable Method of Payment
Iowa -Counts $28,440 $28,440 Lump Sum
1.4 Time Parameters
1.4.1 The Consultant shall begin work under this Agreement upon receipt of a written notice to
proceed from the Owner.
1.4.2 Milestones for completion of the work under this Agreement as follows (based on a contract
approval by August 18, 2017):
1. The data collection task shall be completed and accepted on or before December 31, 2017 or
77 calendar days after receiving the notice to proceed (whichever is greater).
2. Proposed traffic signal timings shall be completed and in a form acceptable to the Owner on
or before June 30, 2018.
3. Completion of all work under this agreement shall be on or before July 31 „2018 unless
extended by written approval of the Contract Administrator or adjusted by supplemental
agreement.
1.4.3 The Consultant shall not begin final design activities until after the Owner has been notified by
the Iowa DOT that FHWA Environmental Concurrence has been obtained. Upon receipt of such
notice, the Ownerwill provide the Consultant notice to proceed with final design activities.
1.5 Minimum Qualification Standards (MQS)
1.5.1 The Consultant and their subconsultants are required to meet the Minimum Qualifications
Standards (MQS) requirements of specified work categories as defined in the Iowa DOT's Policy and
Procedure Manual (PPM), Policy No. 300.04, at the time of contract execution, and for the duration of the
contract. Work under this contract will require the consultant team to meet the requirements of Work
Page 3 of 27
Attachment D to I.M. 3.305
February 27, 2017
Category Traffic Control Systems Analysis, Design and Implementation. Failure to meet the requirements
during the contract will result in cancellation of any remaining portion of the contract.
1.5.2 All services within this agreement shall be performed by the Consultant or subconsultant who
meets the MQS of the specified work categories as defined Iowa DOT PPM 300.04. If no work category
exists for a particular service, normal methods of acceptance shall be used, such as experience, typical
licensure, certification or registration, or seals of approval by others.
ARTICLE 2 ENTIRE AGREEMENT, REQUIRED GUIDANCE, AND APPLICABLE LAW
2.1 Entire Agreement of the Parties. This Agreement, including its attachments, 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 bywritten
instrument signed by both Owner and Consultant. This Agreement comprises the documents listed as
attachments in the Table of Contents. 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.
2.2 Required Guidance. All services shall be in conformity with the Specifications outlined in Attachment B,
the Iowa Department of Transportation Federal -aid Project Development Guide, Instructional
Memorandums to Local Public Agencies (I.M.$), and other standards, guides or policies referenced
therein. 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.
2.3 Applicable Law. 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 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. The
Consultant shall comply with all Federal, State and local laws and ordinances applicable to the work
performed under this Agreement.
ARTICLE 3 FORM OF COMPENSATION
3.1 Method of Reimbursement for the Consultant.
3.1.1 Compensation for the Consultant shall be computed in accordance with one of the following
compensation methods, as defined in Attachment C:
.1 [ ] Cost Plus Fixed Fee - Attachment C
.2 [ ] Lump Sum - Attachment C
.3 [ X ] Specific Rate of Compensation - Attachment C
.4 [ ] Unit Price - Attachment C
.5 [ ] Fixed Overhead Rate -Attachment C
3.1.2 When applicable, compensation for the subconsultant(s) shall be computed in accordance with
one of the payment methods listed in section 3.1.1. Refer to section 1.3.3 for identification of the method
of payment utilized in the subconsultant(s) contract. The compensation method utilized for each
subconsultant shall be defined within the subconsultant contract to the Consultant.
3.2 Subconsultant's Responsibilities for Reimbursement. The Consultant shall require the
subconsultants (if applicable) to notify them if they at anytime determine that their costs will exceed their
estimated actual costs. The Consultant shall not allow the subconsultants to exceed their estimated
actual costs without prior written approval of the Contract Administrator. The prime Consultant is
cautioned that cost under -runs associated with any subconsultant's contract are not available for use by
the prime Consultant or other subconsultant unless the Contract Administrator, Iowa DOT, and FHWA
(when applicable) have given prior written approval.
Page 4 of 27
Attachment D to I.M. 3.305
February 27, 2017
ARTICLE 4 TERMS AND CONDITIONS
4.1 Ownership of Engineering Documents
4.1.1 All sketches, tracings, plans, specifications, reports on special studies and other data prepared
under this Agreement shall become the property of the Owner and shall be delivered to the Contract
Administrator upon completion of the plans or termination of the services of the Consultant. There shall
be no restriction or limitation on their future use by the Owner, except any use on extensions of the project
or on any other project without written verification or adaptation bythe Consultant for the specific purpose
intended will be the Owner's sole risk and without liability or legal exposure to the Consultant.
4.1.2 The Owner acknowledges the Consultant's plans and specifications, including all documents on
electronic media, as instruments of professional service. Nevertheless, the plans and specifications
prepared under this Agreement shall become the property of the Owner upon completion of the services
and payment in full of all moneys due to the Consultant.
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 change to these specifications by either the
Owner or the Consultant is subject to review and acceptance by the other party. Additional efforts by the
Consultant made necessary by a change to the CADD software specifications shall be compensated for
as Additional Services.
4.1.4 The Owner is aware that significant differences may exist between the electronic files delivered
and the respective construction documents due to addenda, change orders or other revisions. In the
event of a conflict between the signed construction documents prepared by the Consultant and electronic
files, the signed construction documents shall 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 Subconsultant Contract Provisions and Flow Down
4.2.1 All provisions of this Agreement between the Owner and Consultant shall also apply to all
subconsultants hired by the Consultant to perform work pursuant to this Agreement. It is the
Consultant's responsibility to ensure all contracts between Consultant and its subconsultants contain all
provisions required of Consultant in this Agreement. The only recognized exception to this requirement is
under provision 3.1.2 when the subconsultant has a different method of reimbursement than the
Consultant.
4.2.2 The Consultant may not restrict communications between the Owner and any of the
subconsultants. The Consultantwill encourage open communication among the Owner, the Consultant
and the subconsultants.
4.3 Consultants Endorsement on Plans. The Consultant and its subconsultants shall endorse and certify
the completed project deliverables prepared under this Agreement, and shall affix thereto the seal of a
professional engineer or architect (as applicable), licensed to practice in the State of Iowa, in accordance
with the current Code of Iowa and Iowa Administrative Code.
4.4 Progress Meetings. 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 Documents. At the request of the Contract Administrator, the Consultant shall furnish
sufficient documents, or other data, in such detail as may be required for the purpose of review.
4.6 Revision of Work Product
Page 5 of 27
Attachment D to I.M. 3.305
February 27, 2017
4.6.1 Drafts of work products shall be reviewed by the Consultant for quality control and then 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."
4.6.2 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 to the project
schedule. The above and foregoing is not to be construed as a limitation of the Owner's right to seek
recovery of damages for negligence on the part of the Consultant herein.
4.6.3 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 4.7.
4.7 Extra Work. 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 Consultant shall promptly develop a scope and budget for the
extra work and submit it to the Contract Administrator. The Ownerwill provide extra compensation to
the Consultant upon the basis of actual costs plus a fixed fee amount, or at a negotiated lump sum. The
Consultant shall not proceed with "Extra Work" without prior written approval from the Owner and
concurrence from the Iowa DOT. Prior to receipt of a fully executed Supplemental Agreement and written
Notice to Proceed, any cost incurred that exceeds individual task costs, or estimated actual cost, or the
maximum amount payable is at the Consultant's risk. The Owner has the right, at its discretion, to
disallow those costs. However, the Owner shall have benefit of the service rendered.
4.8 Extension of Time. 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 beyond the reasonable control of the Consultant.
4.9 Responsibility For Claims And Liability
4.9.1 The Consultant agrees to defend, indemnify, and hold the Owner, the State of Iowa, the Iowa
DOT, their agents, employees, representatives, assigns and successors harmless for any and all
liabilities, costs, demands, losses, claims, damages, expenses, or attorneys' fees, including any stipulated
damages or penalties, which may be suffered by the Owneras the result of, arising out of, or related to,
the negligence, negligent errors or omissions, gross negligence, willfully wrongful misconduct, or breach of
any covenant or warranty in this Agreement of or by the Consultant or any of its employees, agents,
directors, officers, subcontractors or subconsultants, in connection with this Agreement.
4.9.2 The Consultant shall obtain and keep in force insurance coverage for professional liability (errors
and omissions) with a minimum limit of $1,000,000 per claim and in the aggregate, and all such other
insurance required by law. Proof of Consultant's insurance for professional liability coverage and all such
other insurance required by law will be provided to the Owner at the time the contract is executed and
upon each insurance coverage renewal.
4.10 Current and Former Agency Employees (Conflicts of Interest)
The Consultant shall not engage the services of any current employee of the Owner or the Iowa DOT
Page 6 of 27
Attachment D to I.M. 3.305
February 27, 2017
unless it obtains the approval of the Owner or the Iowa DOT, as applicable, and it does not create a
conflict of interest under the provisions of Iowa Code section 6813.2A. The Consultant shall not engage
the services of a former employee of the Owner or the Iowa DOT, as applicable, unless it conforms to the
two-year ban outlined in Iowa Code section 6813.7. Similarly, the Consultant shall not engage the
services of current or former FHWA employee without prior written consent of the FHWA, and the
relationship meets the same requirements for State and local agency employees setforth in the above -
referenced Iowa Cade sections and the applicable Federal laws, regulations, and policies.
4.11 Suspension of Work under this Agreement
4.11.1 The right is reserved by the Owner to suspend the work being performed pursuant to this
Agreement at any time. The Contract Administrator may effect such suspension by giving the
Consultant written notice, and it will be effective as of the date established in the suspension notice.
Payment for the Consultant's services will be made by the Ownerto the date of such suspension, in
accordance with the applicable provisions in Article 4.12.2 or Article 4.12.3 below.
4.11.2 Should the Ownerwish 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.
4.11.3 In the event the Owner suspends the work being performed pursuant to this Agreement the
Consultant with approval from the Contract Administrator, has the option, after 180 days to terminate
the contract.
4.12 Termination of Agreement
4.12.1 The right is reserved by the Owner to terminate this Agreement at anytime and for any reason
upon not less than thirty (30) days written notice to the Consultant.
4.12.2 In the event the Agreement is terminated by the Owner without fault on the part of the
Consultant, the Consultant shall be paid for the reasonable and necessary work performed or services
rendered and delivered up to the effective date or time of termination. The value of the work performed
and services rendered and delivered, and the amount to be paid shall be mutually satisfactory to the
Contract Administrator and to the Consultant. The Consultant shall be paid a portion of the fixed fee,
plus actual costs, as identified 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 Maximum Amount Payable.
4.12.3 In the event the Agreement is terminated by the Owner for fault on the part of the Consultant, the
Consultant shall be paid only for work satisfactorily performed and delivered to the Contract
Administrator up to the date established by the termination notice. After audit of the Consultant's actual
costs to the date established by the Contract Administratorin 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.
4.12.4 This Agreement will be considered completed when the scope of the project has progressed
sufficiently to make it clear that the proposed traffic signal timings 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.
4.13 Right to Set-off. In the event that the Consultant owes the Owner any sum under the terms of this
Contract, the Ownermay set off the sum owed to the Owneragainst any sum owed by the Ownerto the
Consultant under any other contract or matter in the Owner's sole discretion, unless otherwise required
by law. The Consultant agrees that this provision constitutes proper and timely notice of the Owner's
intent to utilize any right of set-off.
4.14 Assignment or Transfer. The Consultant is prohibited from assigning or transferring all or a part of its
interest in this Agreement, unless written consent is obtained from the Contract Administrator and
concurrence is received from the Iowa DOT and FHWA, if applicable.
Page 7 of 27
Attachment D to I.M. 3.305
February 27, 2017
4.15 Access to Records. 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
closure of the Federal -aid project with FHWA, for inspection and audit by the Owner, the Iowa DOT, the
FHWA, or any authorized representatives of the Federal Government, and copies thereof shall be
furnished, if requested.
4.16 Iowa DOT and FHWA Participation. The work under this Agreement is contingent upon and subject to
the approval of the Iowa DOT and FHWA, when 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 as well as any final deliverable.
4.17 Nondiscrimination Requirements.
4.17.1 During the performance of this Agreement, the Consultant agrees to comply with the regulations
of the U.S. Department of Transportation, contained in Title 49, Code of Federal Regulations, Part 21, and
the Code of Iowa, Chapter 216. The Consultant will not discriminate on the grounds of age, race, creed,
color, sex, sexual orientation, gender identity, national origin, religion, or disability in its employment
practices, in the selection and retention of subconsultants, and in its procurement of materials and leases
of equipment.
4.17.2 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 age, race, creed, color, sex,
sexual orientation, gender identity, national origin, religion, or disability.
4.17.3 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, or the Agreement is otherwise suspended or terminated.
4.17.4 The Consultant shall comply with the following provisions of Appendix Aof the U.S. DOT
Standard Assurances:
During the performance of this contract, the Consultant, for itself, its assignees and successors in
interest (hereinafter referred to as the "Consultant') agrees as follows:
1. Compliance with Regulations: The Consultant shall comply with the Regulations relative to non-
discrimination in Federally assisted programs of the Department of Transportation (hereinafter, "DOT')
Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time,
(hereinafter referred to as the Regulations), which are herein incorporated by reference and made a
part of this contract.
2. Nondiscrimination: The Consultant, with regard to the work performed by it during the contract,
shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the
selection and retention of subconsultants, including procurement of materials and leases of
equipment. The Consultant shall not participate either directly or indirectly in the discrimination
prohibited by section 21.5 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: 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 leases of equipment, each potential subconsultant
or supplier shall be notified by the Consultantof the Consultants obligations under this contract and
the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age,
or disability.
4. Information and Reports: The Consultant shall provide all information and reports required by the
Page 8 of 27
Attachment D to I.M. 3.305
February 27, 2017
Regulations or directives issued pursuant there to, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the Owner, the Iowa
Department of Transportation or Federal Highway Administration to be pertinent to ascertain
compliance with such 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, the Iowa Department of Transportation or the Federal
Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the
information.
5. Sanctions for Noncompliance: In the event of the Consultants noncompliance with the
nondiscrimination provisions of this contract, the Owner shall impose such contract sanctions as it,
the Iowa Department of Transportation or the Federal Highway Administration may determine to be
appropriate, including, but not limited to:
a. withholding of payments to the Consultant under the contract until the Consultant complies,
and/or
b. cancellation, termination or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The Consultant shall include the provisions of paragraphs (1) through
(6) in every subcontract, including procurement of materials and leases of equipment, unless exempt
by the Regulations, or directives issued pursuant thereto. The Consultant shall take such action with
respect to any subcontract or procurement as the Owner, the Iowa Department of Transportation or
the Federal Highway Administration may direct as a means of enforcing such provisions including
sanctions for non-compliance: provided, however, that, in the event a Consultant becomes involved
in, or is threatened with, litigation with a subconsultantor supplier as a result of such direction, the
Consultant may request the Owner or the Iowa Department of Transportation to enter into such
litigation to protect the interests of the Owner or the Iowa Department of Transportation; and, in
addition, the Consultant may request the United States to enter into such litigation to protect the
interests of the United States.
4.18 Compliance with Title 49, Code of Federal Regulations, Part 26
4.18.1 The Consultant agrees 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.
4.18.2 The Consultant shall pay its subconsultants for satisfactory performance of their work no later
than 30 days from receipt of each payment it receives from the Owner for such work. If the Owner holds
retainage from the Consultant, the Consultant may also withhold retainage from its subconsultant(s). If
retainage is withheld from a subconsultant, full payment of such retainage shall be made within 30 days
after the subconsultant's work is satisfactorily completed.
4.18.3 Upon notification to the Consultant of its failure to carry out the requirements of this Article, the
Owner, the Iowa DOT, or the FHWA may 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 is hereby advised that failure to fully comply with the requirements
of this Article shall constitute a breach of contract and may result in termination of this Agreement by the
Owner or such remedy as the Owner, Iowa DOT or the FHWA deems appropriate, which may include,
but is not limited to:
1. withholding monthly progress payments;
2. assessing sanctions;
3. liquidated damages; and / or
4.19 Severability. If any section, provision or part of this Agreement shall be adjudged invalid or
unconstitutional, such adjudication shall not affect the validity of the Agreement as a whole or any section,
provision, or part thereof not adjudged invalid or unconstitutional.
Page 9 of 27
Attachment D to I.M. 3.305
February 27, 2017
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their proper officials
thereunto duly authorized as of the dales below.
Shive-Hattery, Inc.
By Date: —7/ Z
Bryan Benjamin, P.E.
Project Manager
ATTFy9- .
By i/ 1il"s
City of Waterloo
(: CUf'Y-"kn-4-cs-r�
Date: Z
Date: g�l*it 7
IOWA DEPARTMENT OF TRANSPORTATION
Accepted for FHWA Authorization*
By Date:
Name ^rig "lA xfG` Z
Title ��P�LT�VI.
* The Iowa DOT is not a party to this agreement. However, by signing this agreement, the Iowa DOT is indicating
the work proposed under this Agreement is acceptable for FHWA authorization of Federal funds.
Page 10 of 27
Attachment D to I.M. 3.305
February 27, 2017
ATTACHMENT A
Scope of Services
Study Area: The study area was defined in the RFP and includes 47 signalized intersections limited by Walnut
Street, to the northeast, 61h Street, to the southeast, Washington Street, to the southwest, and US 63 southbound,
to the northwest.
Task 1: Preliminary Project Items
Task 1 a: Kickoff Meeting with the City of Waterloo Traffic Department and site visit.
Task 1 b: Prepare Design of Non -Motorized Traffic Data Collection and Analysis Plan.
Task 1c: Review Existing Documentation on Signal Design.
Task 2: Traffic Data Collection
Task 2a: Collect Turning Movement Counts.
Turning movement counts will be collected at 37 intersections included in the RFP, as follows:
a. Weekday (one day, Tuesday -Thursday) 7:00-9:00 AM, 11:00 AM — 1:00 PM and
4:00-6:00 PM peak periods
b. Monday 7:00-9:00 AM peak period
c. Friday 4:00-6:00 PM peak period
d. Saturday 2:00 PM — 6:00 PM peak period
Task 2b: Collect Non -Motorized Data. Bicycle and pedestrian counts will be collected at up to ten (10)
intersections to be defined during the kickoff meeting. Data will be collected at the following
times:
a. Weekday (one day, Tuesday -Thursday) 7:00-9:00 AM, 11:00 AM — 1:00 PM and
4:00-6:00 PM peak periods
b. Monday 7:00-9:00 AM peak period
c. Friday 4:00-6:00 PM peak period
d. Saturday 2:00 PM — 6:00 PM peak period
Task 2c: Collect Field Travel Time Data and Delay Before Signal Retiming Implementation. Travel times
will be collected along the US 63 and 51h/6'h Street one-way pair corridors, in both directions,
during weekday (one day, Tuesday -Thursday) 7:00-9:00 AM, and 4:00-6:00 PM peak periods, in
a total of four (4) travel times.
Task 3: Traffic Models — Existing Timing
Task 3a: Develop Traffic Models - Vistro
The consultant will develop traffic models with existing conditions using Vistro software package
for the following six (6) time periods:
a. Weekday (Tuesday -Thursday) AM, MD and PM peak periods
b. Monday AM peak period
c. Friday PM peak period
d. Saturday PM peak period
The existing conditions models will be calibrated using queue lengths on the through main
direction of travel at up to eight (8) intersections to be selected, totaling up to sixteen (16)
approaches.
Task 3b: Develop Traffic Models - Vissim
Using the Vistro models developed in Task 3a, the consultant will develop traffic models with
existing conditions using Vissim software package for the weekday (Tuesday -Thursday) AM, and
PM peak period models.
Additional calibration will be performed in the existing conditions models using travel times along
the US 63 and 51h/61h Street one-way pair corridors, in both directions, during weekday (Tuesday -
Page 11 of 27
Attachment D to I.M. 3.305
February 27, 2017
Thursday) AM and PM peak periods, in a total of four (4) travel times. Travel times will be
collected before construction starts on US 63.
Task 4: Traffic Models — Proposed Timing
Task 4a: Develop Traffic Models - Vistro
The consultant will develop traffic models with proposed conditions using Vistro software package
for the following six (6) time periods:
a. Weekday (Tuesday -Thursday) AM, MD and PM peak periods
b. Monday AM peak period
c. Friday PM peak period
d. Saturday PM peak period
Task 4b: Develop Traffic Models - Vissim
Using the Vistro models developed in Task 4a, the consultant will develop traffic models with
retimed conditions using Vissim software package for the weekday (Tuesday -Thursday) AM, and
PM peak period models.
Additional calibration will be performed in the existing conditions models using travel times along
the US 63 and 61/6'h Street one-way pair corridors, in both directions, in all two peak hours, in a
total of four (4) travel times. Travel times for the weekday (Tuesday -Thursday) AM, and PM peak
period models with existing conditions will be collected during the calibration phase and before
construction starts on US 63.
Task 4c: Develop Traffic Models — Collect Measures of Effectiveness (MOEs)
The consultant will collect three MOEs (to be selected among speed, travel time, delays and
emissions) for the weekday (Tuesday -Thursday) AM, and PM peak period retimed models, which
will be used in a benefit analysis of the retiming process.
Task 5: Prepare Traffic Report
The consultant will develop a draft and a final report to document the methodology, analyses, findings and
recommendations of the signal retiming study.
The report will also include a section for non -motorized traffic. The non -motorized section will include:
• A summary of local planning documents as they pertain non -motorized traffic,
• Identify opportunities and constraints within the study area roadway network,
• A review of up to three Bicycle Friendly Communities (BFC) gold status cities (e.g. Seattle, WA,
Minneapolis, MN, and Palo Alto, CA) bicycle plans to identify potential policies, improvement
options, and initiatives that,may be applicable in Waterloo.
Task 6: Signal Retiming Implementation
The consultant will prepare a signal time implementation plan to be executed by others.
Task 7: Field Travel Time and Delay Data.
Collect field travel and delay after signal time implementation. This data will be collected at the same
locations defined in Task 2c and will be used to evaluate benefits of the traffic signal retiming.
Task 8: Project Management, Meetings, and General Coordination
This task includes one (1) meeting with the City of Waterloo at the end of the project, two (2) conference
calls with the City of Waterloo on dates to be defined during the kickoff meeting, and other typical project
management tasks.
It is understood by the Owner and the Consultant that the level and frequency of Progress Reporting shall be
mutually established for each project, taking into account the complexity and duration of the work to be performed.
For this specific project it is agreed that progress reporting will be provided on a monthly basis.
It is understood by the Owner and the Consultant that the task detail associated with the 85% budget notification
shall be mutually established for each project in relation to the complexity and duration of the work to be
performed. For this specific project it is agreed that all work contemplated in the agreement will be considered as
eight task(s). It is further agreed that the 85% budget notification requirements will be required for this Agreement
Page 12 of 27
Attachment D to I.M. 3.305
February 27, 2017
based on the volume of work assigned, duration, complexity, and rate of progress anticipated on the project.
The Consultant will monitor and review updates to the Iowa DOT's Instructional Memorandums (I.M.$), Road
Design Manual, Standard Road Plans, Road Design Details. Updates requiring no additional effort on the part of
the Consultant will be incorporated into the work by the Consultant. If the Consultant is of the opinion
additional effort will be required, the Consultant will so notify the Contract Administrator, in accordance with
Paragraph 4.7. The Contract Administrator will provide written approval or disapproval for the Consultant to
incorporate said update into the work and indicate how payment for such work will be addressed.
Page 13 of 27
Not applicable
ATTACHMENT B
Specifications
Page 14 of 27
Attachment D to I.M. 3.305
February 27, 2017
ATTACHMENT C (referenced from 3.1)
Specific Rate of Compensation
3.1.1 FEES AND PAYMENTS
Attachment D to I.M. 3.305
February 27, 2017
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 not to exceed the maximum amount payable under
this Agreement of $ 193.445.
The maximum amount payable 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
maximum amount payable will be by Supplemental Agreement.
A contingency amount of $ 13.940 has been established for this Agreement and is included in the
maximum amount payable. Written request by the Consultant indicating the need and written approval
by the Contract Administrator and concurrence from the Iowa DOT are needed prior to usage of the
contingency amount.
The current schedule of billing rates (direct labor rate, overhead, and fixed fee) are set forth in Attachment
C-1. The Consultant may submit for approval a revised rate schedule once during the contract period.
This revision may include a revised overhead rate and revised direct labor rates. The revised rate
schedule should be submitted to the Contract Administrator for approval and by the Contract
Administrator's written approval it shall become a part of this Agreement.
3.1.1.2 Reimbursable Costs. The Consultant shall be reimbursed for direct non -salary costs which are directly
attributable and properly allocable to the work. The Consultant will be required to submit a detailed listing
of direct non -salary costs incurred and certify that such costs are not included in the overhead expense
pool. These costs may include travel and subsistence, reproductions, computer charges, and materials
and supplies.
Reimbursement of costs is limited to those that are attributable to the specific work covered by this
Agreement and allowable under the provisions of the Code of Federal Regulations (CFR), Title 48,
Federal Acquisition Regulation System, Subchapter E., Part 30 (when applicable), and Part 31, Section
31.105 and Subpart 31.2. In addition to Title48 requirements, for meals to be eligible for reimbursement,
an overnight stay will be required.
3.1.1.3 Premium Overtime Pay. Not applicable.
3.1.1.4 Payments. Monthly payments for work completed shall be based on the services completed at the time
of the billing and substantiated by monthly progress reports in a form that follows the specific rate
schedule. The Contract Administrator will check such progress reports and payment will be made for
the hours completed at each rate and for direct non -salary costs incurred during said month.
Invoices shall clearly identify the beginning and ending dates of the prime's and subconsultant's billing
cycles. All direct and indirect costs incurred during the billing cycle shall be invoiced. Costs incurred from
prior billing cycles and previously not billed, will not be allowed for reimbursement unless approved by the
Contract Administrator.
Upon completion, delivery and acceptance of all work contemplated under this Agreement, the
Consultant shall submit one complete invoice statement of costs incurred and amounts earned.
Payment of 100% of the total cost claimed, inclusive of retainage, if applicable, will be made upon receipt
and review of such claim. The Consultant agrees to reimburse the Owner for possible overpayment
determined by final audit.
Page 15 of 27
Attachment D to I.M. 3.305
February 27, 2017
ATTACHMENT C-1
Cost Analysis Worksheet
Page 16 of 27
Contract xxxxx, Base Agreement
Project Number: STP -A-8155(754)--86-07
I.
Direct Labor Cost (Prime Only)
Cateoory Hours Rate/Hour Amount
Project Manager 56 37.98 2,126.88
Project Leader 190 42.55 8,084.50
Sr. Quality Reviewer 20 42.55 851.00
Trans. Engr. 34 35.82 1,217.88
Traffic Planner 806 30.05 24,220.30
Jr. Trans. Engr. 166 26.44 4,389.04
Office Assistant 19 25.90 492.10
Payroll total
$41:381.70
II.
Combined Overhead (COH) & Facilities Capital Cost of Money (FCCM) Costs (Prime Only)
IIA. Indirect Cost Factor: (181.91% X 1) $75,277.45
Combined Overhead total:
$75.277.45
III.
Direct Project Expenses (Prime Only)
Traffic Camera Use Fee $14,040
Mileage $554.381046 miles @ $0.53
Miovision $8,145
Total Direct Project Expenses
$22.739.38
IV.
Estimated Actual Costs (EAC) (Prime Only) (I + 11 + III)
$139.399
(Rounded)
V.
Fixed Fee (Prime Only) (10 % X (I + IIA)) $11,665.92
Fix Fee total:
$11.666
(Rounded)
VI.
Contingency (Prime Only) 10% X (I + II + III)
$13.940
(Rounded)
VII.
Subconsultant Expenses
Iowa -Counts Total Costs (EAC+FF+Cont.) LS $28 440
Total Subcontractor Costs
$28.440
(Rounded)
VIII.
Specific Rate of Compensation Agreement Total (IV + V + VI + VII)
$193.445
(Maximum Amount Payable)
(Rounded)
Page 16 of 27
Attachment D to I.M. 3.305
February 27, 2017
ATTACHMENT D
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS -- PRIMARY COVERED TRANSACTIONS
Instructions for Certification
1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out
below.
2. 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.
3. 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 or default.
4. 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 learns that its certification
was erroneous when submitted or has become erroneous by reason of changed circumstances.
5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier coveredtransaction,"
"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
implementing 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.
6. 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.
7. The prospective primary participant further agrees by submitting this proposal that it will include the clause
titled "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.
8. 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.
9. 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.
10. 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 Government, the department or agency may terminate this transaction for cause or default.
Page 17 of 27
Attachment D to I.M. 3.305
February 27, 2017
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 of the 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
Linn County
I Bryan Benjamin, Project Manager of the
Shive-Hattery, Inc. Company, being duly sworn (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.
Z2?— `
(Signat
Subscribed and sworn to this Z y-rL day of
(r onth) (year)
Page 18 of 27
.r ry ROXANNE KROPF
¢i Commission Number 731543
AW My Commission Expires
WW'VJanuary 03, 2020
Attachment D to I.M. 3.305
February 27, 2017
ATTACHMENT E
CERTIFICATION OF CONSULTANT
I hereby certify that I, Bryan Benjamin, am the Project Manager and duly authorized representative of the firm of
Shive-Hattery, Inc., whose address is 316 Second Street SE, Suite 500, Cedar Rapids, IA 52401, and that neither
the above firm nor I 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 contract,
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
any firm or person in connection with carrying out the contract, or
(c) Paid, or agreed to pay, to any firm, organization or person (otherthan a bona fide employee working solely
for me or the above Consultano any fee, contribution, donation or consideration of any kind for, or in
connection with, procuring or carrying out the contract; except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Iowa Department of Transportation and the Federal
Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation
of Federal -aid highway funds, and is subject to applicable, State and Federal laws, both criminal and civil.
SignatutV
Page 19 of 27
-7/ 2H/ 1%
Date
Attachment D to I.M. 3.305
February 27, 2017
ATTACHMENT F
CERTIFICATION OF OWNER
I hereby certify that[, [name of signatory], am the [title of signatory] and the duly authorized representative of the
Owner, and that the above consulting firm or his representative has not been required, directly or indirectly as an
express or implied condition in connection with obtaining or carrying out this contract 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 to the Iowa Department of Transportation and the
Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving
participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and
civil.
Signature Datef�p� �rco�
Page 20 of 27
Attachment D to I.M. 3.305
February 27, 2017
ATTACHMENT G
Page 1
Shive-Hattery, Inc.
316 Second Street SE, Suite 500
PO Box 1803
Cedar Rapids, IA 52406-1803
Specific Rate Progressive Invoice
Invoice No.
Invoice Period Covered
Consultant Job No.
Direct Expenses
Mileage
Per Diem
CADD
Estimated Actual Costs
(Prime Only] (See Note 1)
Subconsultants (including authorized
contingency)
Name
Name
Name
Total
Authorized Contingency
Total Authorized Amount
Total Billed To Date
Remaining Authorized Balance
Unauthorized Contingency
Prime
Subconsultant Name
Subconsultant Name
Labor Hours
Date
Client Project No.
County
Client Project Description
Client Contract No.
To Date Period
Note 1: Do not include Subconsultant Expenses. Include Labor Dollars and Direct Expenses for Prime
Consultant only.
Page 21 of 27
Shive-Hattery, Inc.
316 Second Street SE, Suite 500
PO Box 1803
Cedar Rapids, IA 52406-1803
Invoice No.
Invoice Period Covered
Consultant Job No.
Labor Dollars (2002)
Labor Dollars (2001)
Labor Dollars (2000)
Labor Dollars (1999)
Direct Expenses
Mileage
Per Diem
CADD
Estimated Actual Costs
[Prime Only] (See Note 1)
Subconsultants (including authorized
contingency)
Name
Name
Name
Total
Authorized Contingency
Total Authorized Amount
Total Billed To Date
Remaining Authorized Balance
Unauthorized Contingency
Prime
Subconsultant Name
Subconsultant Name
Labor Hours (2002)
Labor Hours (2001)
Labor Hours (2000)
Labor Hours (1999)
ATTACHMENT G
Page 2
Specific Rate Final Invoice
Date
Client Project No.
County
Client Project Description
Client Contract No.
To Date
Attachment D to I.M. 3.305
February 27, 2017
Current
Note 1: Do not include Subconsultant Expenses. Include Labor Dollars and Direct Expenses for Prime
Consultant only
Page 22 of 27
Attachment D to I.M. 3.305
February 27, 2017
ATTACHMENT G
Page 3
Specific Rate Final Invoice Instructions
Employee Labor Hours and Dollars: A final cumulative job cost report that shows a breakdown of labor by
fiscal year, employee name, employee labor hours and employee labor rate is required. In lieu of a final job
cost report, a summary of the aforementioned information is needed. The summary should be supported by
monthly job cost detail.
Direct Expenses: A final cumulative job cost report that shows a breakdown of direct expenses by specific
item (mileage, CADD, per diem, etc....) by fiscal year is required. Direct expense items charged should
identify the number of units (miles, hours, prints, copies, feet, etc....) and the rate applied by fiscal year. In lieu
of a final job cost report, a summary of the aforementioned information is needed. The summary should be
supported by monthly job cost detail.
Subconsultant: Final invoice requirements for subconsultants with specific rate contracts are the same as the
requirements for the prime consultant. It is the prime consultant's responsibility to assure such an invoice is
acquired and attached to the prime's final invoice.
Page 23 of 27
Attachment D to I.M. 3.305
February 27, 2017
ATTACHMENT H
Consultant Fee Proposal
Direct Expanses
Employee
Hours
.$14,040.00
Mileage
D
o
v
o
n
m
Task Description
w
a
or
�' w
e v
a si
a
ti
n'
VII. subconsultant
O
j1
p
'
a
@w
iz
�w
E
a
N
F
F
F
Q
Task 1: Preliminary Project
a. Kickoff Meeting with the City of
8
8
Items
Waterloo Traffic Department; site Usit
to Prepare Design of Non-Motonzed
2
4
Traffic Data Collection and Analysis Plan
c. Redew Existing Documentation on
4
8
Signal Design
Task 2: Traffic Data Collection
a. Collect Turning Movement Counts
8
8
40
b. Collect Non-Molonzed Data
8
8
40
c. Collect Field Travel Time Data and
Delay Before Signal Retiming
2
24
Implementation
Task 3: Traffic Models -
a. Develop Traffic Models - Vistro
40
116
28
Existing Timing
to Develop Traffic Models - Vissim
20
118
Task 4: Traffic Models -
a. Develop Traffic Models -Vistro
18
80
16
Proposed Timing
b. Dewlop Traffic Models - Vissim
20
84
c. Develop Traffic Models - Collect
60
Measures of Effectiveness (MOE)
Task 5: Prepare Traffic Report
52
16
32
160
Task 6: Signal Retiming Implementation
80
Task 7. Field Trawl Time and Delay Data
1
40
40
Task 8: Project Management, Meetings, and General Coordination
56
8
4
1 2B
2
19
Total Home
56
190
20
34
806
166
19
Compensation Per Hour
$37.98
$42.55
$42.55
$35.82 1
$30.05
$26.44
$25.90
Total Compensation Per Employee
$2,126.881$8,084.50
$851.00
$1,217.88 1 $24,220.30
1$4,389.04 1
$492.10
I. Direct Labor Cost
$41,381.70
If. Overhead (181.91%)
$75,277.45
V. Fixed Fee (10%)
$11,665.92
Labor Grand Total
$128,325.07
Direct Expanses
Traffic Camera Use Fee
.$14,040.00
Mileage
$554.38 1046. miles@ 0.53; per mile
Mimision (Data Processing)
$8,145.00
III. Direct Expenses Total
$22,739.38
IV. Estimated Actual Costs
$139,39853.
VI. Contingency (10%4
$13,939.85
VII. subconsultant
Iowa -Counts
$28,440gill
Total
$193,445.00
Page 24 of 27
Attachment D to I.M. 3.305
February 27, 2017
ATTACHMENT
Page 1 of 1
SUBCONSULTANT SCOPE AND BUDGET
Project Number: STP -A-8155(754)--86-07
State of Iowa
I hereby certify that I, Safiah Elahi, am the President and duly authorized representative of the firm of
Iowa -Counts, whose address is 625 Shirley Street, Cedar Falls, IA 50613, and do hereby certify that the below
Scope of Services and Subconsultant Budget Proposals are a true and accurate copy of the Scope of Services
and Subconsultant Budget. Any changes to the proposed Scope and Budget shall be documented, signed by both
the Consultant and subconsultant, and approved by the Contract Administrator.
W
J, &L. 7/2/ /.2017
Signature Date
Scope of Services:
Task 2a: Collect Turning Movement Counts.
Turning movement counts will be collected at 20 intersections included on the attached
intersection list, as follows:
e. Weekday (one day, Tuesday -Thursday) 7:00-9:OOAM, 11:00 AM —1:00 PM and
4:00-6:00 PM peak periods
f. Monday 7:00-9:00 AM peak period
g. Friday 4:00-6:00 PM peak period
h. Saturday 2:00 PM —6:00 PM peak period
Task 2b: Collect Non -Motorized Data. Bicycle and pedestrian counts will be collected at up to five (5)
intersections to be defined during the kickoff meeting. Data will be collected at the following
times:
e. Weekday (one day, Tuesday -Thursday) 7:00-9:00 AM, 11:00 AM —1:00 PM and
4:00-6:00 PM peak periods
f. Monday 7:00-9:00 AM peak period
g. Friday 4:00-6:00 PM peak period
h. Saturday 2:00 PM —6:00 PM peak period
Page 25 of 27
Iowa -Counts: City of Waterloo Downtown Traffic Signal Retiming Project
Total Lump Sum Cost Turning Movement Counts Only
Task # of Intersections Hours Price
total
Turning movement count 20 498 $55
$27,390.00
Pedestrian w/Turning Movement 5 70 $15
$1,050.00
Total Cost
$28,440.00
General Service Prices per Hour of Count
Turning Movement Counts (Above Table)
$55
Pedestrian per Intersection with Turning Movement Counts
$15
Pedestrian per Intersection Stand Alone
$55
pedestrian Mid -Block
$25
Breakdown of Total Lump Sum Number of Hours
Intersections
# of Intersections
Hours
6th and Franklin St
1
26
6th and Mulberry St
1
26
6th and Lafayette St
1
26
6th and Sycamore St
1
28
6th and Commercial St
1
26
6th and Jefferson St
1
26
6th and Walnut St
1
21
6th and NV Service Road
1
21
6th and SB Hwy 218/ Washington
1
21
5th and Franklin St
1
28
5th and Mulberry St
1
26
5th and Lafayette St
1
26
5th and Sycamore St
1
26
5th and Commercial St
1
26
5th and Jefferson St
1
26
5th and Walnut St
1
21
5th and NV Service Road
1
21
5th and SB Hwy 218/ Washington
1
21
Park Ave. and Walnut St
1
28
4th and Walnut St
1
28
Total
20
498
Lu
tq Ll.v*l
lb�v-
49
41
4O1
40
LO
PH
CN