HomeMy WebLinkAboutAment Design - Fiber Optic Communications Upgrade -7/10/2017Contract No. G0294.R0696
Owner Project No. TOF-241
Iowa DOT Project No. STP -A-8155(743)-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, Iowa, the Owner, located at:
City of Waterloo, Iowa
City Hall
715 Mulberry Street
Waterloo, IA 50703
Phone: (319) 291-4440
FAX: (319) 291-4094
and Ament Design, the Consultant, located at:
625 32nd Avenue SW
Cedar Rapids, IA 52404
Phone: (319) 378-1401
FAX: (319) 378-1975
For the following Project: Traffic Adaptive Signals and Fiber Optic Communications Upgrade, also known as:
Traffic Adaptive System: on San Marnan Drive – from Hammond Avenue to U.S. 218; and on U.S. 218 – from
Mitchell Avenue to 11th Street Traffic; and Traffic Communications Infrastructure Upgrade to Fiber Optics: on San
Marnan Drive – from Kimball Avenue to U.S. 218, then continuing on U.S. 218 to West 5th Street, then continuing
on West 5th Street to Kimball Avenue, then continuing on Kimball Avenue back to San Marnan Drive.
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 surveying and engineering design 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 44
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
Attachment13 - 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 44
ARTICLE 1 INITIAL INFORMATION
This Agreement is based on the following information and assumptions.
1.1
Project Parameters
The objective or use is: Perform preliminary surveys and engineering services, including traffic data
collection, in connection with the performance of traffic studies, engineering design, and the preparation of
plans, specifications and cost opinions for the proposed improvements.
1.2 Financial Parameters
1.2.1 Amount of the Owner's budget for the Consultant's compensation is:
One hundred twenty two thousand four hundred twenty three and 00/100 dallars ($122,423.00)
1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is:
Forty six thousand five hundred thirty one and 00/100 dallars ($46,531.00)
1.3 Project Team
1.3.1 The Owner's Designated Representative, identified as the Contract Administrator is:
Jeff Bales, Associate Engineer, City Engineering Department
The Contract Administrator is the authorized representative, acting as liaison officer for the
Owner for purpose of coordinating and administering the work under the Agreement. The work
under this Agreement shall at all times be subject to the general supervision and direction of the
Contract Administrator and shall be subject to the Contract Administrator's approval.
1.3.2 The Consultant's Designated Representative is:
Larry D. Berns, P.E.
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
gba Systems $22,533.00 $24,786.00 Specific Rate of
Integrators, Inc. Compensation
HDR, Inc. $7,984.00 $7,984.00 Specific Rate of
Compensation
Iowa -Counts $13,761.00 $13,761.00 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:
1. Preliminary design plans including type/size/location for all structures (preliminary design) and
detail elements for a design public hearing and construction right-of-way needs shall be
completed and accepted on or before September 1, 2017 or 56 calendar days after receiving
the notice to proceed (whichever is greater).
2. Final design, contract plans and specifications and estimates shall be completed and in a
form acceptable to the Owner on or before October 27, 2017 or 28 calendar days after
receiving check plan review comments from the Owner and the Iowa DOT (whichever is
greater).
3. Completion of all work under this agreement, except for post -construction travel time studies,
shall be on or before December 31, 2017 unless extended by written approval of the Contract
Administrator or adjusted by supplemental agreement.
4. Completion of post -construction travel time studies shall be on or before June 30, 2018 or 28
calendar days after construction project acceptance by the Owner (whichever is greater).
Page 3 of 44
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 Owner will 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
Category Traffic Operations Design, Traffic Operations Studies, Intelligent Transportation Systems.
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 ANDAPPLICABLE 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 by written
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.
Page 4 of 44
3.2 Subconsultant's Responsibilities for Reimbursement. The Consultant shall require the
subconsultants (if applicable) to notify them if they at any time determine that their costs will exceed their
estimated actual costs. The Consultant shall not allow the subconsultants to exceed their estimated
actual costs without prior written approval of the Contract Administrator. The prime Consultant is
cautioned that cost under -runs associated with any subconsultant's contract are not available for use by
the prime Consultant or other subconsultant unless the Contract Administrator, Iowa DOT, and FHWA
(when applicable) have given prior written approval.
ARTICLE 4 TERMS AND CONDITIONS
4.1 Ownership of Engineering Documents
4.1.1 All sketches, tracings, plans, specifications, reports on special studies and other data prepared
under this Agreement shall become the property of the Owner and shall be delivered to the Contract
Administrator upon completion of the plans or termination of the services of the Consultant. There shall
be no restriction or limitation on their future use by the Owner, except any use on extensions of the project
or on any other project without written verification or adaptation by the Consultant for the specific purpose
intended will be the Owner's sole risk and without liability or legal exposure to the Consultant.
4.1.2 The Owner acknowledges the Consultant's plans and specifications, including all documents on
electronic media, as instruments of professional service. Nevertheless, the plans and specifications
prepared under this Agreement shall become the property of the Owner upon completion of the services
and payment in full of all moneys due to the Consultant.
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 exceptions 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 Consultant will encourage open communication among the Owner, the Consultant
and the subconsultants.
4.3 Consultant's 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
Page 5 of 44
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
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 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. 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 Owner as 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
Page 6 of 44
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
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 68B.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 688.7. 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 set forth in the above -
referenced Iowa Code 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 Owner to 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 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.
4.11.3 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 any time 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 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.
4.12.4 This Agreement will be considered completed when the scope of the project has progressed
sufficiently to make it clear that traffic studies are complete and signal timing updates 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 Owner may set off the sum owed to the Owner against any sum owed by the Owner to the
Consultant under any other contract or matter in the Owner's sole discretion, unless otherwise required
Page 7 of 44
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.
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 A of 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
Page 8 of 44
subcontract, including procurement of materials or leases of equipment, each potential subconsultant
or supplier shall be notified by the Consultant of the Consultant's 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
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 subconsultant or 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 Tile 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 subconsultants 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;
Page 9 of 44
2. assessing sanctions; and / or
3. liquidated damages.
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.
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.
AMENT DESIGN
By
Jim
Presiden
se, L.S.
ATTEST:
By
CITY OF WATERLOO, IQWA
By
e-e!M120 , We-ye...-
Mayor
ayor ero
Date: 4PIi, i✓17
Date: 0.07
�..� Date: 7/16 /(1
\rePYovc-d-
IOWA DEPARTMENT OF TRANSPORTATION
Accepted for FHWA Authorization*
By
Nam- f M (9 `vlAA w /
Title Y1 (M/ off /k Of 114.A1/„Ifi3O
Date: / 25-- %0/ 7
* 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 44
ATTACHMENT A
Scope of Services
Project Understanding
The Traffic Adaptive Signals and Fiber Optic Communications Upgrade Project involves traffic studies,
engineering design, and construction document development for the construction of a fiber optic signal
communication system and the deployment of an adaptive traffic signal system with updated signal timings along
select roadways and at select intersection in the City of Waterloo, Iowa. One key aspect of this Project is the
requirement for the design and deployment of the fiber optic elements of this Project to meet the specifications of
the Communication Master Plan currently being developed for the Owner.
The Project involves four (4) primary roadway corridors and five (5) secondary roadway corridors within the
Waterloo metropolitan area, having a combined length of approximately 7.8 miles. These corridors are:
Primary roadway corridors:
• Washington Street (U.S. 218) / Interstate 380 — from West 5th Street to San Marnan Drive: —2.11 miles;
• San Marnan Drive — from Kimball Avenue to Interstate 380 Northbound Off/On Ramps: —2.29 miles;
• Kimball Avenue — from San Marnan Drive to West 5th Street: —1.82 miles;
• West 4th/5th Streets — from Kimball Avenue to southbound Washington Street (U.S. 218): —1.00 miles;
Secondary roadway corridors:
• La Porte Road — from San Marnan Drive to East Ridgeway Avenue: —0.17 miles;
• Flammang Drive — from San Marnan Drive to Sarah Drive: —0.13 miles;
• Locust Street — from West 4th Street to West 5th Street: —0.09 miles;
• West 5th Street — from Baltimore Street to Locust Street: —0.14 miles; and
• Bayard Street — from West 4th Street to West 5th Street: —0.09 miles.
The Project involves the creation of a fiber optic communications cable loop along the four (4) primary roadway
corridors and fiber optic communications cable spur lines along the five (5) secondary roadway corridors. This will
create a communications network that interconnects a total of thirty-two (32) signalized intersections within the
Waterloo metropolitan area.
Five (5) of these signalized intersections (along the south end of Kimball Avenue) are fully interconnected with
fiber optic communications cable and functional. Fifteen (15) of these signalized intersections have fiber optic
communications cable installed in a nearby handhole. The remaining twelve (12) signalized intersections will
require the installation of new fiber optic communications cable in either existing or new conduit along certain
Project corridor segments to enable these intersections to be interconnected. Where there is existing conduit for
interconnect cable already in place, fiber optic communications cable will replace 25 twisted pair copper cable that
is housed in this existing conduit.
The 27 intersections that are not interconnected with fiber optic communications cable will require signal cabinet
equipment upgrades and connection to existing or new fiber optic cable. These upgrades may include new
controllers, switches, handholes, etc. to accommodate the new fiber optic cable interconnection.
In the Project corridors, there is approximately 5.55 miles of existing fiber optic communications cable in conduit,
approximately 2.1 miles of 25 twisted pair copper cable in existing conduit that will require replacement with new
fiber optic cable, and approximately 0,2 miles of Project corridor that will require new fiber optic communications
cable in new conduit.
The Project also involves installing adaptive signal control technology (ASCT) at fourteen (14) of the 32 Project
intersections to more efficiently accommodate the significant fluctuations in traffic volumes that occur at these
locations throughout the day, week, months, etc. These fourteen (14) intersections are located along Washington
Street (4), San Marnan Drive (7), La Porte Road (2), and Flammang Drive (1). One of the intersections along La
Porte Road is at a fire station driveway where emergency -vehicle signals are installed. These intersections are:
Page 11 of 44
Intersecting Street #1
Intersecting Street #2
Proposed Traffic Count Data
to be Collected
W 11th Street
Washington Street (SB & NB)
1 & 2
Williston Avenue
Washington Street (SB & NB)
1 & 2
Hawthorne Avenue
Washington Street
1 & 2
E Mitchell Avenue
Washington Street
1 & 2
E San Marnan Drive
Northbound 1-380 Ramps
1
E San Marnan Drive
Southbound 1-380 Ramps
1
E San Marnan Drive
La Porte Road
1 & 2
La Porte Road
Fire Station Driveway
None
La Porte Road
E Ridgeway Avenue
1
E San Marnan Drive
Sears Street
1 & 2
E San Marnan Drive
Penneys Street
1 & 2
E San Marnan Drive
Flammang Drive
1 & 2
Flammang Drive
Sarah Drive
1
E San Marnan Drive
Hammond Avenue
1 & 2
1. Weekday (Tuesday, Wednesday, or Thursday) during AM, mid-day, and PM peak periods and Saturday
during AM, mid-day, and PM peak periods. Each count period to be two (2) hours in length.
2. Mainline Through -Lane Utilization Count for Identified Peak Interval during Identified Weekday AM, mid-
day, and PM Peak Hours and for Identified Saturday Peak Hour. Each count period to be fifteen (15)
minutes in length.
The City has selected the Max Adapt traffic responsive system by Intellight for its ASCT system. This Project will
involve some traffic volume data collection, traffic analysis, and some before -and -after travel time and delay
studies to determine the effectiveness of the ASCT system.
The posted speed limit for Washington Street / Interstate 380 in the Project area varies from 45 to 55 miles per
hour (mph). The posted speed limit for San Marnan Drive in the Project area varies from 35 to 45 mph.
The PROJECT will be let by the STATE (Iowa DOT). The Owner intends to construct this Project under one (1)
contract, using two (2) divisions, one for the adaptive traffic signal system and one for the communications
network upgrade.
Major Project Tasks
• Project Management
• Research and Data Collection
• Utility and Topographic Surveys
• Engineering Design; Plans, Specifications (Special Provisions), and Construction Cost Opinion
Development
• Contractor Procurement Activities
No public involvement plan services, geotechnical services, environmental services, control surveys, boundary
surveys, drainage surveys, pick-up surveys, permit applications, or property acquisition documents (plats or
easement exhibits) are anticipated to be needed for this Project.
Page 12 of 44
Scope of Services
The scope of services to be performed by the Engineer [in this section of the Agreement, Engineer refers to
Prime Consultant] shall be completed in accordance with generally accepted standards of practice and shall
include the services and supplies to perform tasks listed below.
The Project involves: project management; utility coordination; research and data collection including design
surveys and traffic data collection; traffic study and analysis; conceptual, preliminary, check, and final design;
preparation of contract documents (plans, specifications, cost opinions); and contractor procurement services.
The following provides a description of the tasks to be performed and identification of the proposed work.
I. Project Management
It is understood by the Owner and the Engineer 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 Engineer 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
one task(s). It is further agreed that the 85% budget notification requirements will be waived for this Agreement
based on the volume of work assigned, duration, complexity, and rate of progress anticipated on the project.
A. Project Team Kick -Off Meeting — This meeting shall include members of the Project Team (Engineer, some,
but not all, of Engineer's Consultants; and Owner). The goal of the meeting is to define and clarify the
Owner's requirements for the Project, to obtain available data, to develop a detailed project plan regarding
data delivery and format, and to discuss and clarify key project issues. Some participating Engineer's
Consultant's staff may participate in this meeting via teleconference.
B. Track Project Schedule — This task involves tracking the project design schedule throughout the length of the
design services phase. This will be done to determine if the performance of the design services is in
conformance with the project schedule. If the project is not on schedule, Engineer will present an approach
for bringing the project back on schedule.
C. Monitor Project Scope — This task involves monitoring the project scope throughout the length of the design
services phase. This will be done to identify needed services that are not included in the scope of the design
services contract. Engineer will make the Owner representative aware of potential change orders to the
design contract before the additional services are performed.
D. Project Design Review Meetings — This task involves attendance by Engineer at project design review
meetings with representatives of the Owner with participation by Engineer's Consultants on an "as needed"
basis. Engineer's Consultant's staff may participate in these meetings via teleconference. Up to four (4)
meetings are anticipated. gba Systems Integrators, LLC staff will participate in up to three (3) project design
review meetings. Engineer will keep, prepare, and distribute minutes of meetings to attendees in a timely
manner. The purpose of these review meetings will be to:
1. present design issues,
2. request that additional information be provided by the Owner and/or obtain clarification of information that
has been provided by the Owner,
3. identify issues that have developed during project design, options to address these issues, advantages
and disadvantages of these options, and the option that Engineer recommends,
4. update the project schedule, discuss project progress, and notify the Owner whether or not the project is
on schedule,
5. present an approach for bringing the project back on schedule if it is behind schedule, and
6. inform the Owner of needed design services not included in the scope of the design services contract.
E. Consultant Management — This task involves the preparation of subcontracts and work orders for Engineer's
Consultants. This task also includes monitoring Engineer's Consultant activities, reviewing Engineer's
Consultant invoices, and submitting to the Owner for payment. The Consultants that are anticipated are:
• gba Systems Integrators, LLC,
• HDR Engineering, Inc., and
• Iowa -Counts — [Disadvantaged Business Enterprise — (DBE)].
Page 13 of 44
F. Coordination with Utilities and Other Affected Entities — This task is intended to provide for the necessary
coordination with other users of the project corridor — primarily franchise and public utilities. Ongoing input
and related design consideration shall be included in the development of the design plans. This task includes:
1. Preliminary, check, and final plan submittals to utility companies for review of design impacts, and
2. On-site field reviews with utility representatives, if needed — on the day when design review meetings with
the Owner occur.
On-site field reviews with utility representatives on other days and determination of right-of-way and easement
requirements to accommodate relocations of any utility facilities is not included in this scope of services.
II. Research and Data Collection
A. Research and Data Collection
1. Aerial Photography and Topography — This item includes the collection of digital mapping of aerial
photography and topography and available GIS -based data (streets, signals, communications
infrastructure, and other facilities) comprising the best available information for the project area. This
information will be obtained from the Owner.
2. Record Drawing Research — The purpose of this item is to research and collect the record drawings
available for the improvements affecting the Project area or those directly affected by the Project design.
This shall include only public improvement record drawings.
This task includes obtaining record drawings for the 27 existing traffic signal installations that are to be
connected to existing or new segments of the fiber optic signal communication system. This includes
information on existing traffic signal equipment, layout, wiring, phasing, signal timing sheets, vehicle
detection locations, length, type, etc. This information will be obtained from the Owner.
This task also includes obtaining and reviewing plans and files denoting existing fiber infrastructure, fiber
splicing, and fiber usage; GIS databases of streets, signals, communications infrastructure, and other
facilities; right-of-way information; Owner IT standards; and a review of the signal cabinet inventory
provided by the Owner. These specific tasks will be performed by gba Systems Integrators, LLC.
3. Utility Research — This item includes research with the franchise utilities (gas, electric, telephone, cable
television, fiber optic, etc.), and public utilities (sanitary sewer; storm sewer; and water main) for utility
mapping information within the Project area regarding existing transmission and distribution lines and
service laterals.
4. Traffic Volumes — This item includes the collection of the best available information related to existing
traffic volumes and design year Average Daily Traffic (ADT) projections for the project roadway segment,
including truck traffic percentages by classification.
This task also involves the collection of current traffic volume data at thirteen (13) of the fourteen (14)
signalized intersections where adaptive signal control technology (ASCT) is to be installed. This will be
done by performing turning movement traffic counts during AM, mid-day, and PM peak hours on a typical
weekday and on a Saturday. In addition, one 15 -minute mainline through lane utilization count will be
performed at select study intersections along Washington Street and San Marnan Drive during select
peak time periods. See the table on the second page of this attachment for the type of count that is
proposed at each of the project intersections where adaptive signal control technology (ASCT) is to be
installed.
5. Photographic / Video Review of Project Corridor(s) — This task includes the preparation of photographs
and / or videotape of the project corridor obtained while traveling through the Project area. The purpose of
this task is to provide for the efficient review of the corridor during the study and design process. The
purpose of this field review is to verify existing facility characteristics (e.g., intersection and roadway
geometry, lane widths, grades, parking restrictions, storage lengths, bus stop locations, speed limits, area
type, etc.) and existing traffic operations and control data (e.g., turn restrictions, phasing, timings,
pedestrian control and detection, etc.).
Page 14 of 44
6. Utility Surveys — This item includes contacting utility owners of record or the "One Call" representative and
requesting that buried utilities be marked in the field. This item also includes establishing coordinates for
utilities that fall within the limits of the Project and are visible or have been marked on the ground by the
utility owner. A coordinate listing of the points surveyed and a plot showing the field -surveyed utilities will
be developed. The plot will depict the utility type and/or name and describe the utility. It is anticipated that
the survey corridor widths will be as follows:
• Along roadway corridors, where new conduit for fiber optic cable is to be installed, from back of
walk to back of walk, and
• At intersections, where existing traffic signal communications cable and conduit are present, from
back of curb to back of walk only at the intersection quadrants where the existing signal controller
cabinet and nearest communications cable handhole/vault are located.
This task will also include a field review of the existing traffic signal and communications infrastructure that
will be impacted by the Project and an update of existing data sets, based on this review. Final datasets
will be utilized in the development of the preliminary and final communication improvement plans. gba
Systems Integrators, LLC will perform this review and data sets update.
Where required, the Engineer will field locate utility locations established by others. Excavation to expose
buried utilities is not part of this contract.
7. Traffic Study — This task includes a traffic study of the fourteen (14) Project intersections at which adaptive
signal control technology (ASCT) is to be installed. The purpose of the study is to develop optimized initial
traffic signal timing plans for the new intersection controllers.
The Synchro traffic software will be used for modeling and analyzing the arterial traffic signal control
system in order to optimize traffic operations along the Project corridors by improving traffic signal timings
and vehicle progression along these corridors. Four (4) timing plans will be developed for the Project
roadway/signal network: three (3) weekday timing plans — one (1) each for the AM, mid-day, and PM peak
hour periods and one (1) weekend timing plan — for the Saturday peak hour period.
To assist in determining the effectiveness of the traffic adaptive signal control, before -and -after travel time
runs will be conducted on the mainline roadways only - San Marnan Drive and Washington Street (U.S
218). A total of 120 runs will be made - five runs (5) in each direction of travel for each of the AM, midday,
and PM peak periods during both a weekday and a Saturday - both before the improvements are
implemented and shortly after implementation of the proposed improvements. To obtain a more realistic
result of the impact of the ASCT system the "before" runs will be conducted after the new traffic signal
timings are implemented and fine-tuned. The Owner will help to fine tune the new signal timings.
HDR Engineering, Inc. (HDR) will assist the Engineer with this task by reviewing the Synchro file
parameters, timing plans, and signal timing sheets that are developed by the Engineer and providing
review comments on them to the Engineer.
KEY ASSUMPTIONS:
To assist with this task, the Owner will provide the Engineer with the Synchro files previously developed
from a recent study of the Project roadway/signal network.
Minimum green times, yellow change intervals, all red intervals, vehicle extension / minimum gap times,
pedestrian walk times and pedestrian clearance (flash don't walk) times used in new timing plans will
match those currently in operation at study intersections unless explicitly supplied by the Owner.
Vehicle detection configurations at study intersections will be provided by Owner and will be assumed to
be correct for existing passage intervals provided.
Existing vehicle detection configurations will be discussed with the ASCT manufacturer to receive their
advice as to the detection adequacy and needs if any additions or changes are needed. Owner will
coordinate this task.
The Owner will input the new traffic signal timing information into the existing or upgraded traffic signal
equipment.
Page 15 of 44
111. Preliminary Design Plans
The project will be designed utilizing the Iowa Department of Transportation Standard Specifications for Highway
and Bridge Construction, Series 2015, plus General Supplemental Specifications; and applicable Supplemental
Specifications, Developmental Specifications, and Special Provisions.
A. Design Services — This task includes the drafting and design tasks necessary to perform the determination of
the location and dimensions of the proposed facilities. At the completion of this task, the preparation of
acquisition documents and the determination of values of takings may proceed, or the plans may be finalized,
if no acquisitions are necessary.
1. Verify Recommended Concept — This task includes a review of the budget report, if available, and a
verification of the appropriateness of the design concept, the scope of the project, the schedule being
proposed, and the budget for the proposed Project improvements, which were prepared for or obtained by
the Owner and provided to the Engineer. At this time, if there is the need to modify the design concept,
scope, schedule, or budget, the modification(s) shall be performed.
2. Preparation of Base Information — This task includes the collection of the information of the research and
data collection phase and the reduction of topographic survey data for the purpose of preparing project
drawings. The plan drawings will be prepared to a scale of 1" = 50' or 1" = 100' (for 11" x 17" half-size
sheets) using standards for line types and symbols. Scales smaller or larger than this will be used as
appropriate for the work involved. Most, if not all, base sheets will be prepared utilizing aerial photography
obtained from the Owner as a background.
3. Horizontal Layout — This task includes the development of the approximate horizontal layout for the
proposed communications conduit/cable for each roadway corridor where new conduit is to be installed
and at each intersection where the existing signalized intersections are to be connected to the traffic
signal communications network.
4. Traffic Signal Communications Infrastructure Upgrade / Fiber Network Design - This task includes fiber
network design and preparation of detailed plans for upgrading the traffic signal communications
infrastructure along the Project roadway corridors and at the Project intersections. Plans will include
proposed conduit, cable, and handhole layout, and a summary of anticipated Project quantities with
Estimate Reference Information.
Preliminary design and plan development will also include:
• Preliminary Fiber Splice Diagrams and Design — gbaSl will develop preliminary fiber optic splice
diagrams and schematics for network connections between existing, modified existing, and
proposed fiber optic cable installations.
• Preliminary IP and VLANs Design — gbaSl will provide a preliminary virtual local area network
(VLAN) design for this network using the assigned IP address range and VLAN IDs. gbaSl will
utilize the IP schema to design separate VLAN segmentation for traffic controllers, MMU,
AutoScope, UPS, future preemption, CCTV cameras, etc... The utilized IP address ranges and
numbering scheme will be logically defined for both devices types and locations.
• Network Architecture — gbaSl shall develop Network Architecture document that details the
network topology, IP schema, VLAN design and usage criteria, minimum 3 Layer 2 & 3 switch
specifications, network protocols, security, and fiber splicing and connection information.
• Review of Existing Traffic Signal Controller Cabinets — gbaSl shall review the list of existing traffic
signal controller cabinet equipment and recommend upgrades for fiber communications for the
remaining non-ASCT controllers located within the Project corridors.
• Discussions and coordination with the vendor for the Max Adapt traffic responsive system by
Intellight. The City has chosen this vendor/product for its ASCT system
5. Design Team Field Review — This task includes a field review by the Engineer's Design Team before the
initial preliminary design plan set is submitted to the Owner.
6. Budget Review (Preliminary Engineer's Opinion of Anticipated Construction Cost) — This task includes the
development of a quantity take -off in accordance with the standard bid items for the Iowa DOT and the
application of unit prices reasonable for the scope, schedule, and anticipated job site conditions. The
revised total project expenditures shall be reviewed and compared to the original project budget. A
Page 16 of 44
discussion of the adequacy of the existing budget shall be made. If the budget is not adequate for some
reason, options shall be evaluated and a recommendation shall be made to address the budget issue.
7. Quality Review — This task includes a field review by the design team, regarding the quality of the design
developed to date. Issues such as coordination with utilities, railroad companies, and other agencies; and
the maintenance aspects of the facilities shall be considered while making this review. The accuracy and
completeness of the documents shall also be scrutinized in order to minimize the need for modifications to
the design. Any necessary modifications shall be included in the documents following the quality review
by the designer and prior to continuing to the next step.
8. Preliminary Plan Submittal — This item includes the electronic submittal of the Preliminary Plans to the
Owner and to the Iowa DOT using the Iowa DOT's Transportation Program Management System (TPMS)
or Doc Express.
For the preliminary design review meeting, preliminary design plans will be prepared to approximately 60%
development of the project design. The preliminary plans will include:
• Title sheet
• Tabulation of Utilities sheet
• Typical Details sheet
• Preliminary Estimated Project Quantities sheet
• Preliminary Estimate Reference Information sheet
• General Notes sheet
• Preliminary Tabulation of Equipment sheet
• Preliminary Communications Infrastructure Improvements plan sheets — roadway corridors
• Preliminary Communications Infrastructure Improvements plan sheets — intersections
9. Field Reconnaissance — This task includes a field reconnaissance / field check with Owner staff after the
initial preliminary design plan set is submitted to the Owner.
IV. Check Plans and Final Plans
A. Check Plans and Draft Special Provisions — This item includes the addition of information to the Preliminary
Plans, the incorporation of the Preliminary Plan review comments to more fully develop the contract
documents, and the development of draft Special Provisions.
1. Addition of Text / Information to Drawings — This task includes the addition of information and text to the
drawings in order to provide for more detailed location and dimension information. Information related to
quality of workmanship and quality of materials shall be included in the Project specifications or special
provisions.
2. Develop Special Details — This item includes the design and drafting of special project details. Standard
details shall be included by reference only.
3. Develop Special Provisions — This task includes the development of Special Provisions, if necessary, to
supplement the Standard Specifications.
4. Quality Review by the Designer — This task includes a detailed review of the information included in the
drawings and in the Special Provisions. Any discrepancies discovered shall be resolved prior to
continuing to the next step.
5. Budget Review (Updated Engineer's Opinion of Anticipated Construction Cost) — This item includes a
refinement of the previous quantity take -offs developed for the standard bid items. Revisions to any unit
prices as is appropriate based on additional information shall occur as part of this task. A comparison of
the current total project budget with the allocated resources shall be made. The need to resolve any
discrepancies shall be evaluated and recommendations to address any budget issues shall be made as
part of this task.
6. Check Plan Submittal — This item includes the electronic submittal of the Check Plans; Draft Special
Provisions, if required; and Updated Engineer's Opinion of Anticipated Construction Cost to the Owner
and to the Iowa DOT using the Iowa DOT's Transportation Program Management System (TPMS).
Page 17 of 44
7. Initial Electronic Bid Item Information Submittal File — This item includes electronic submittal of the initial
proposed bid item information to the Iowa DOT using the DOT's web -based Bid Items Application.
B. Final Plans and Special Provisions — This item includes the modification of the Check Plans and Special
Provisions, if required, to incorporate the Check Plan review comments and to finalize the documents.
1. Refine Special Provisions — This task includes the refinement of the Special Provisions, if necessary, to
supplement the Standard Specifications.
2. Quality Review by the Designer — This task includes a detailed review of the information included in the
drawings and in the Special Provisions. Any discrepancies discovered shall be resolved prior to
continuing to the next step.
3. Budget Review (Final Engineer's Opinion of Anticipated Construction Cost) — This item includes a
refinement of the previous quantity take -off developed for the standard bid items. Revisions to any unit
prices as is appropriate based on additional information shall occur as part of this task. A comparison of
the current total project budget with the allocated resources shall be made. The need to resolve any
discrepancies shall be evaluated and recommendations to address any budget issues shall be made as
part of this task.
4. Final Plan Submittal — This item includes the electronic submittal of the Final Plans; Final Special
Provisions, if required; and Final Engineer's Opinion of Anticipated Construction Cost to the Owner and
to the Iowa DOT using the Iowa DOT's Transportation Program Management System (TPMS).
5. Final Electronic Bid Item Information Submittal File — This item includes electronic submittal of the final
proposed bid item information to the Iowa DOT using the DOT's web -based Bid Items Application.
6. Project Development Certification (PDC) Document — This item includes the preparation of the Project
Development Certification (PDC) document and submittal of this document to the Owner for certification.
Owner will be responsible for submittal of this document to the Iowa DOT.
Final design and plan development will include:
• Final Fiber Splice Diagrams and Design — gbaSl will finalize fiber optic splice diagrams and
schematics for network connections between existing, modified existing, and proposed fiber optic
cable installations. gbaSl will prepare final layouts of new fiber optic connections and routes that
will be used in the development of the fiber optic cable improvement plans and documents, and
for the detailed logical VLAN design documents.
• Final IP and VLANs Design — gbaSl will finalize the virtual local area network (VLAN) design for
this network using the assigned IP address range and VLAN IDs. gbaSl will utilize the IP schema
to design separate VLAN segmentation for traffic controllers, MMU, AutoScope, UPS, future
preemption, CCTV cameras, video detection systems, etc...
The plan sheets that are anticipated for inclusion in the Final Plan set are listed below:
• Title sheet
• Tabulation of Utilities sheet
• Typical Details sheet
• Preliminary Estimated Project Quantities sheet
• Preliminary Estimate Reference Information sheet
• General Notes sheet
• Preliminary Tabulation of Equipment sheet
• Preliminary Communications Infrastructure Improvements plan sheets — roadway corridors
• Preliminary Communications Infrastructure Improvements plan sheets — intersections
V. Contractor Procurement
A. Bid Period Activities
1. Answer Questions from the Iowa DOT — After submittal of Final Plans to the Iowa DOT, clarification of
items in question will be provided to assist the Iowa DOT with preparation of the bid documents and any
addenda that are necessary.
Page 18 of 44
VI. Deliverables
A. Engineer Deliverables
1. Minutes of project review meetings to meeting attendees.
2. Monthly progress reports (submitted with project invoices) to Owner.
3. Syncho files with existing base signal timing parameters and with proposed signal timing parameters.
4. Traffic signal timing plans for the weekday AM, mid-day, and PM peak periods and for the weekend
(Saturday) peak period for the improved Project corridor in Synchro file format and in NEMA format
(an example of the NEMA format will be provided by the Owner) to Owner.
5. Preliminary Plans: using the Iowa DOT's Transportation Program Management System (TPMS) or
Doc Express.
6. Initial Electronic Bid Item Information: using DOT's web -based Bid Items Application.
7. Check Plans, draft Special Provisions, if needed, and updated Engineer's Opinion of Anticipated
Construction Cost: using the Iowa DOT's Transportation Program Management System (TPMS) or
Doc Express.
8. Final Electronic Bid Item Information: using DOT's web -based Bid Items Application.
9. Final Plans, final Special Provisions, if needed; and updated Engineer's Opinion of Anticipated
Construction Cost: using Iowa DOT's Transportation Program Management System (TPMS) or Doc
Express.
10. Project Development Certification (PDC) Document to Owner.
VII. OWNER's RESPONSIBILITIES
MATERIAL AND INFORMATION TO BE PROVIDED BY THE OWNER:
The Owner shall provide the following material and information related to the project:
A. Electronic files of Owner's Traffic Operations Department's Standard Specifications for Traffic Signal
Installations, if required by the Owner.
B. Latest aerial photography for the Project area.
C. PDF files of GIS data (or photocopies) of sewer utility records, water utility records, storm sewer
utility records, traffic signal records, and miscellaneous utility records (as available).
D. Contractor bid prices from recent similar projects let by the Owner.
TASKS TO BE PERFORMED BY THE OWNER:
The Owner shall perform the following tasks related to the project:
A. Input new traffic signal timing information into existing and/or upgraded traffic signal equipment
near Project completion.
Page 19 of 44
ATTACHMENT B
Specifications
Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, Series 2015,
plus General Supplemental Specifications; and applicable Supplemental Specifications, Developmental
Specifications, and Special Provisions; and the Owner's Communications Master Plan.
Page 20 of 44
ATTACHMENT C (referenced from 3.1)
Specific Rate of Compensation
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 not to exceed the maximum amount payable under
this Agreement of $ 122,423.00.
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 $ 6,899.00 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 Title 48 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. The Owner
shall retain from each monthly payment for construction inspection or construction administration services
0% of the amount due.
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 21 of 44
ATTACHMENT C-1
Cost Analysis Worksheet
Contract G0294.R0696, Base Agreement
I. Labor Cost (Prime Only)
Employee Classification Hours Rate Amount
Manager / Director 3 $165.00 $495.00
Senior Engineer / Architect / Land Surveyor 301 $150.00 45,150.00
Engineer / Architect / Land Surveyor 0 $125.00 0.00
Engineer / Architect / Survey Intern 115 $100.00 11,500.00
Technician II 58 $90.00 5,220.00
Technician 1 0 $70.00 0.00
Administrative 3 $75.00 225.00
Direct Labor Total
480 $62,590.00
II. Direct Project Expenses (Prime Only) Quantity Rate Amount
Mileage (miles) 2390 $0.535 $1,278.65
Reproductions (each) 2000 $0.20 400.00
Postage (oz.) 40 $0.49 19.60
CAD Time (hours) 61 $14.75 899.75
Software 1 $3,795.00 3,795.00
Pins/Caps 4 $2.50 10.00
Total Direct Expenses = $6,403.00
III. Estimated Actual Costs (EAC) (Prime Only) (I + II) = $68,993.00 (ROUNDED)
IV. Contingency (Prime Only) ( 10% of I + II) = $6,899.00 (ROUNDED)
V. Subconsultant Expenses
gba Systems Integrators, Inc. (EAC + Cont.)
HDR Engineering, Inc. (EAC)
Iowa -Counts [DBE) (EAC)
(Specified Rate Fee)
(Specified Rate Fee)
(Lum Sum Fee)
$24,786.00
$7,984.00
$13,761.00
Total Subconsultant Costs = $46,531.00
VI. Specific Rate of Compensation Agreement Total (III + IV + V) = $122,423.00 *
(Maximum Amount Payable)
* Includes contingency amounts (Prime & Subconsultants) totaling $9,152.00
Total Initial Authorized Costs (Excluding All Contingency Amounts) = $113,271.00
Page 22 of 44
Ament Attachment C-1
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 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
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 23 of 44
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
Black Hawk County
I Jimmy D. Rose, L.S., President of
Ament Design, 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.
(Signature) /
Subscribed and sworn to this �� day of ` itit 1 €
(month)
Page 24 of 44
ao/7
(year)
ATTACHMENT E
CERTIFICATION OF CONSULTANT
hereby certify that I, Jimmy D. Rose, L.S., am the President and duly authorized representative of the firm of
Ament Design, whose address is 625 32nd Avenue SW, Cedar Rapids, Iowa 52404, 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 (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 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.
et„
Signature Date
Page 25 of 44
ATTACHMENT F
CERTIFICATION OF OWNER
I hereby certify that I, Quentin M. Hart, am the Mayor 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.
ti.7( <free_ c
Signature
—1/(o j t
Page 26 of 44
Date
Consultant Name
Consultant Address
Consultant Address
Invoice No.
Invoice Period Covered
Consultant Job No.
ATTACHMENT G
Page 6
Specific Rate Progressive Invoice
Date
Client Project No.
County
Client Project Description
Client Contract No.
Contract Cumulative Current
Estimate To Date Period
Labor Dollars
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
Note 1: Do not include Subconsultant Expenses. Include Labor Dollars and Direct Expenses for Prime
Consultant only.
Page 27 of 44
Consultant Name
Consultant Address
Consultant Address
Invoice No.
Invoice Period Covered
Consultant Job No.
ATTACHMENT G
Page 7
Specific Rate Final Invoice
Date
Client Project No.
County
Client Project Description
Client Contract No.
Contract Cumulative Current
Estimate To Date Period
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)
Note 1: Do not include Subconsultant Expenses. Include Labor Dollars and Direct Expenses for Prime
Consultant only
Page 28 of 44
ATTACHMENT G
Page 8
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 Iieu
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 29 of 44
ATTACHMENT H
To
N
0
a
0
a`
d coLL
C
co
N
0
0
U
EXPENSES
Units Fee Total
we:AL Pis, 14xi +3tim'W1fit :YAC Y,,$l�Ym� WU ,WatiatiasiAkavidisa
Mileage 440 0.535 $235
Spikes/Lath 0 1 $0
Pins/Caps 4 2.5 $10
`'' VW} It 'PECAtaitatitr,
Copies 0 0.2 $0
CAD Time 18.0 14.75 $266
Postage 0 0.49 $0
Lodging 0 100 $0
VISINEESSASIMETSRMISTailrittefallantra
Per Diem 0 25 $0
Subconsultants: $0
Sub 1 1 0 $0
Sub 2 1 0 $0
Sub 3 1 0 $0
$0
ItaliftertiatiAt AT A `; 21% ' Lag 'Sr I WI
0
num rowe, ?tett; S< 12tiittteick)
Ground -Based LIDAR 0 1000 $0
GPS 0 50 $0
Other Expense 1 $0
I INm (i}ti jm tna.VL4i
Total Expenses $511
Total Labor $6,115
TOTAL BUDGET $6,626
s
O
0
0000,C000
ry
+n
v.
.n x v. tn vi
m
v.
N
n
la
O
+n
+"'
m
CO
VI-
..
1
0
o
•
ri
la
0
.n
0
.n
o
0
0
+n
0
vi
la
,'{-I
N
Check 65.0 56,115
H m
p
Q 2
F-
00
O
3.0
N
0
0
0
0
0 1 0 0 0
0 0 O O
•
32.0
0
m
0
0
1
I 2.0
1
0
0
0
0
0
1
p
0
O
0
O
0
O
0
O
0
cc
c
E
c
E
n
.n
1
1
,.s
--
"tee,`
',w..
0
o
0
+n
Land Surveying
Intern Eng Senior Mgr
tri1
in
0
ti '�'`
4.4
tot
.n
-,-„
1
o
m
in
1
``
p.
1
1
0
d
o
n
1
1 -
6
44
00
N
N
•
N
1
1
.
0
Tr
N
Technician I
co
O
05
i't
N
1
4.n``•'
axe.
cC
O
C1
c
O
fO
w
o
v otV
K r'
a=
=
h
no
C
O
G
"
v
0
1 Project/Contract Mgmnt 1
2EElikcY21t,�,'` mYri4`i1t�eps.$titEl•1F7n atYIN `=iGi OS
Research
Legal Descriptions
1 Calculations 1
N
40
c
W
2
abSaknt�'YaM`.'ls`,ed�°Y:.'lit$�'t:?311fle1`d"Su"ln
Boundary Fieldwork
Establish Control
Coordinates
Topographic / Utility Surveys
Travel I
Traverse
allaftF}S:, streettaagllu'; ftl:
I Quality Control j
1
a
1
1
`
0
010ro
0
pp
c
c"
o
1 Platting/Exhibits
1 Mapping
Int 't, ",,ti 1qr wn31111 valtY77ll,S"n91:1:
Set Monuments
WI
c
Y
ua
b0
C
C
C
"
Labor Hours
1 Labor Cost
Page 30 of 44
Ament Attachment H (Survey)
To
0
x a
F O2
Z Q.
W
w
ti
mow°
< 00
0
U
EXPENSES
Units Fee Total
m in ID00 d
0 0 d' 01 N 00
� �VD
VT0VTVT r,
LT N LT VI-
VI -
IN
VT In
Ls) ui COd' -
N N N N 00 N m W <0
•�'.. O O 01
~ m N N mi
a.01
0 0 0
ON1 O 00 a m o O O rl .-1 rl ci
N N d
a in
CU W LLa'Y U L
m C 60 W 09 E L G co ha m U C p
ai ew^ „ 0 0 n 10 TA,p .7 A L 0 N
6 U 6 a �! L HCI 0 t o C
6 N
1
IUQeL InCIUOea]
IF
m
w.
O
N
o
ei
N
in
r..
TOTAL
LABOR
N
N
O
N
o
N
O
001
Vf
r
"..
N.".
O
O
N
O
in
N
O
o
N
O
in
N
O
N
N
O
w
-VT
O
o
O
ail-
O
O
N
OSIS
Om
O
N
TOTAL
HRS
�'
o ci
O
d
O
N
O
to
O
O
N
O
N
O
8.0
O
d
O ci
O o
O
O
I�
O
10
O
dy
O
tR
1L...
E
Q
E
Q
n
N
m
(L4Vll-WILn 5I
LABOR Technician I Engineering
Intern Eng Senior Mgr
1
t
N
0
h
d
N
m
.i
.-�
of
d
.y
r
io
N
1/1
O
1
1
ei
N
O
O
N
F
o
m
N
1
r
o
n
Classification I
i
x
1
0
a
Clerical/Invoicing
Monthly Invoice Preparation
1 Project/Contract Mgmnt
Project Tracking / Monitoring
Weekly Telephone Calls & Written
Correspondence
Subconsultant Management I
1
Research / Data Collection
Aerial Photography and Topography
Research
...........___.
Record Drawing Research
Utility Research
Traffic Volumes Research
Photographic / Videotape Review of
Project Corridor(s)
Traffic Volume Data Review
"Before" Travel Time Runs on
Weekday and Saturday [120 Total -
5 in Each Direction for Each AM, Mid
Day, & PM Peak Hour Period on
Each Day]
"After" Travel Time Runs on
Weekday and Saturday [120 Total -
5 in Each Direction for Each AM, Mid
Day, & PM Peak Hour Period on
Each Day]
Design Preliminary
Verify Recommended Concept
Horizontal Layouts -Conduit
Traffic Signal System Upgrade -
Signal Interconnection with Fiber
Optic Cable (2.3 Miles of Roadway
Corridor)
Traffic Signal System Upgrade -
Signal Interconnection with Fiber
Optic Cable (27 Intersections)
Special Details Sheets
Page 31 of 44
Ament Attachment H (Civil)
R
N
= a
F 2
za
W
E cuS
u
C
t.
Q co
0
O
U
EXPENSES
Units Fee Total
uaget incivaea)
I:4: Irv
F m
0
0
.i
N
0
�n
VY
0
En
in
0
in
in
0
L
N
0
in
.i
i/)
0
Ln
in
I
0
0
CO
V}
0
0
N
in
00T$
0
0
N
in
0
0
N
0
0
Ll
0
0
imn
0
a
f1
tn
0
0
en
N
0
0
N
in
0
0
-
0
0
01
N
0
0
N
01
TOTAL
HRS
0
`i
0
M
0
M
0
fi
0
rl
1.0
0
a4
0
M
0
N
0
H
0
N
2.0
0
N
0
m
R
M
0
m
2.0
0
`i
2.0
0
N
N c
E
Z a
c
E
a
(UIVII - WEED bu
LABOR Technician I Engineering
Intern Eng Senior Mgr
0
m.
0
M
N
.
N
of
-
m
.y
r
el
.i
0
-CO-
O
N
rl
N
N
.-I
m
M
N
01
N
N
.Ni
N
F
m
ry
F
0
an
Classification
1 Hourly Rate 1
Preliminary Plans Submittal (1 Set)
Design - Check & Final
Add Information to Plans
Special Details
Check Plans Submittal (1 Set)
Incorporate Preliminary Nan Review
Comments into Plans
Incorporate Check Plan Review
Comments into Plans
Final Plans Submittal (1 Set)
Drafting - Preliminary Plans
Preparation of Base Mapping
Title Sheet
General Notes and Legend Sheet
I..___ Tabulation of Utilities Sheet I
Estimate Reference Information
Sheet
1 Quantity Tabulation Sheets I
Traffic Signal System Upgrade -
Signal Interconnection with Fiber
Optic Cable (2.3 Miles of Roadway
Corridor)
Traffic Signal System Upgrade -
Signallnterconnection with Fiber
Optic Cable (27 Intersections)
Special Details Sheets
Drafting - Check and Final Plans
Add Information to Plans
Special Details Sheets
Incorporate Preliminary Plan Review
Comments into Plans
Incorporate Check Plan Review
Comments into Plans
Page 32 of 44
Ament Attachment H
ATTACHMENT H
Consultant Fee Proposal
EXPENSES
Units Fee Tot&
Janet inctuaea) FF
0
VI
N
IC}
0
O
0
N
0
Om
an
0
O
+infN
TOTAL
LABOR
0o
006$
0
O
m
an
0
O
0
N
0
OIn
vn
0
Om
.n
0
O
co
0
O
coA.1,
0
O
m
LT
0
O
TOTAL
HRS
0
0
LO
0
N
0
N
0
W
0
V
0
N
0
W
8.0
0
N
o
V
2
in
8.0
o
00
6.0
4.0
Iii4
Z
2
EE
N
CIO
a0
c
up
in 0
N
N
F
0
l0
N
N
CO
N
N
N
O
Vl
O
CO
N
N.
N
to
N
co
m
.4
Technician
N
F
m
an -
0 O
i/!
11
LABOR
Classification ClJI
assification
>
O
_
1
Field Review
Design Team Field Review
IField Review with OWNER J
;
ATTACHMENT H
EXPENSES
Units Fee Total
rNi N m an m W N OM1
CnCri
La N V m
CO us. !A
Ln 0 Le N ID
in <00
a/1 1�/} iNA Val i VT VI- 'IA
'�^ N 9 '7 N W W
n c w 2 u Z
W X a O. J v
W XLLI CO Q CO CO
'_ co o a a z
To To o ~ o o W
F a
Check 415.0 $56,475
TOTAL
LABOR
0Ul
W
in
o
al
H
Ul
an
o
a/F
N
o
an
S
N
o
tinV!
o
Vl
0
Ll
0CI
M
an
N
TOTAL
HRS
O'O
N
ta
N
O
O
O
6.0
Oq
O
3.0
O
O
in
2.0
415.0
Admin
Admin
Ln
J
o LA
en ni
41.
p0
W
00
2
o
N
M
cO
0
0
o
N
N
N
m
gip.
O in
N
.i
N
'i
.Y
ei
N
N
N
rl
i -I
al
!
N
O
o Lo
O
m o
antu
O
in
O
mit
C
N
N
N
O O
Technn..
N
W
Y
OCD
O in
o
N.
an1
O
O in
LABOR
Classification
Hourly Rate
Reports/Studies
Synchro / SimTraf is Analysis
Specifications/Manual
Draft Special Provisions
Final Special Provisions
Public Interest Finding Document(s)
Project Development Certification
(PDC) Document
Cost Estimating/Quantities
Conceptual Design -
Quantiies & Cost Opinion
Preliminary Design - Quantities &
Cost Opinion
Check Plan Update of Quantities &
Cost Opinion
Initial Electronic Bid Item
Information Submittal
Final Plan Update of Quantities &
Cost Opinion w/ Breakdown by
Division
Final Electronic Bid Item Information
Submittal
(Answer Questions During Bid Period'
Labor Hours
Labor Cost
4-
0
M
0)
m
a.
a
Anent Attachment FI
ATTACHMENT I
Page1 of 3
SUBCONSULTANT SCOPE AND BUDGET
gba Systems Integrators, LLC
Project Number: STP -A-8155(743)--86-07
State of Kansas
I hereby certify that I, James A. Gilbert, am the Director of Operations and duly authorized representative of the
firm of GBA Systems Integrators, LLC, whose address is 9801 Renner Boulevard, Lenexa, KS 66219, 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.
SCOPE OF SERVICES
ate
GBA Systems Integrators (gbaSl) will complete fiber network design and associated task management services
associated with the Waterloo Traffic Adaptive Signal and Fiber Optic Communications Upgrade project (City
Project TOF-241 : Iowa DOT Project Number STP -A-8155(743)-86-07).
The project scope of services and objectives to be completed by gbaSl are defined as follows:
Task 1 – Data Collection
Subtask 1.1 – Obtain and review the following list of information that will be provided by the City of Waterloo:
• Plans and files denoting existing fiber infrastructure, fiber splicing, and fiber usage
• GIS databases of streets, signals, communications infrastructure, and other facilities
• Aerial backgrounds, Right-of-way, and utility information, preferably in AutoCAD format (.dwg)
• City of Waterloo IT standards
Subtask 1.2 - gbaSl shall complete a field review of provided signal and communication infrastructures and
update data sets based on findings. Final datasets will be utilized in the development of the preliminary and
final communication improvement plans.
Task 2 – Network Infrastructure Design
Subtask 2.1 Preliminary Fiber Splice Diagrams and Design – gbaSl will develop preliminary fiber optic
splice diagrams and schematics for network connections between existing, modified existing, and proposed
fiber optic cable installations.
Subtask 2.2 IP and VLANs Design – gbaSl will provide a preliminary virtual local area network (VLAN)
design for this network using the assigned IP address range and VLAN IDs. gbaSl will utilize the IP schema to
design separate VLAN segmentation for traffic controllers, MMU, AutoScope, UPS, future preemption, CCTV
cameras, etc... The utilized IP address ranges and numbering scheme will be logically defined for both
devices types and locations.
Subtask 2.3 Network Architecture – gbaSl shall develop Network Architecture document that details the
network topology, IP schema, VLAN design and usage criteria, minimum 3 Layer 2 & 3 switch specifications,
network protocols, security, and fiber splicing and connection information.
Page 35 of 44
Subtask 2.4 Review of Existing Traffic Signal Controller Cabinets — gbaSl shall review the list of existing
traffic signal controller cabinet equipment and recommend upgrades for fiber communications for the
remaining non-ASCT controllers located within the Project corridors.
Subtask 2.5 Final Fiber Splice Diagrams and Design — gbaSl will finalize fiber optic splice diagrams and
schematics for network connections between existing, modified existing, and proposed fiber optic cable
installations. gbaSl will prepare final layouts of new fiber optic connections and routes that will be used in the
development of the fiber optic cable improvement plans and documents, and for the detailed logical VLAN
design documents.
Subtask 2.6 IP and VLANs Design — gbaSl will finalize the virtual local area network (VLAN) design for this
network using the assigned IP address range and VLAN IDs. gbaSl will utilize the IP schema to design
separate VLAN segmentation for traffic controllers, MMU, AutoScope, UPS, future preemption, CCTV
cameras, video detection systems, etc...
Task 3 — QA/QC and Project Management
gbaSl will be responsible for project design, management, and coordination of activities related to the Fiber Optic
Network Infrastructure Design project for the following:
1. To attend required meetings with City and Consultant Team for review fiber optic infrastructure, network
communication design, system requirements, and budgetary estimate.
2. Review existing City specifications for fiber optic cables, conduits, communication hardware, and switches
located within existing signal and hub cabinets
3. Provide assistance with developing project specifications and procurement documents for this project
regarding the fiber communication network.
4. Review project RFP(s) specifications, scheduling, and budgetary estimates
5. Review Contractor submittals and provide opinions on selection of contractors and equipment proposed
for installation.
6. To complete Quality Assurance/Quality Control activities
7. To prepare monthly invoicing for design service.
8. To complete meeting minutes and records of decisions that affect the design project related to
communication and fiber optic designs managed and completed by gbaSl staff.
FEE
gbaSl proposes to complete the effort listed in the Scope of Services with a fee not to exceed $24,786.00, using
Specific Rate of Compensation as method of payment.
Page 36 of 44
Attachment I - Base Agreement
CONSULTANT FEE SCHEDULE - gba Systems Integrators, LLC
Traffic Adaptive Signals and Fiber Optic Communications Upgrade Project
City Project No. TOF-241 / Iowa DOT Project No. STP -A-8155(743)--86-07
Person -Hour Summary
Task
Director of
Operations
Senior
System
Integrator
(PM)
System
Integrator
II
System
Integrator
III
Communi-
cation
Design
Tech I
Office
Admini-
strator
Technical
Services
Manager
Total
1.1 - Obtain and review signal cabinet inventory
from City
2
4
0
0
6
0
0
12
1.2 - Field review existing signal and
communications installations
0
24
0
0
24
0
0
48
2.1 - Preliminary signal splicing/termination
diagrams (ACAD)
1
4
4
8
24
0
0
41
2.2 - Preliminary IP scheme (Excel)
1
2
0
4
0
0
0
7
2.3 - Network Architectural diagrams (ACAD)
2
2
8
8
0
0
0
20
2.4 - Review of Existing Traffic Signal Controller
$0.00
Reproductions
0 copies @
$0.30
$0.00
Computer
0 hours @
$0.30
Cabinets
0
4
0
8
0
0
0
12
2.5 - Final signal splicing/termination diagrams
Mileage
600 miles @
$0.53
$318.00
Rental Car
(ACAD)
2
2
4
4
16
0
0
28
2.6 - Final IP scheme (Excel)
2
2
0
4
0
0
0
8
3- QA/QC & Project Management
4
12
0
0
0
4
0
20
0
0
0
0
0
0
0
0
Type of Contract
Cost
Subconsultant 1
Specified Rate of Compensation
$0.00
Total Hours 14
56
16
36
70
4
0 196
Fee Summary
Labor Cost
Employee Classification
Estimated
Hours
Rate
Labor Cost
Director of Operations
14
$240.49
$3,366.86
Senior System Integrator (PM)
56
$125.03
$7,001.68
System Integrator 11
16
$116.44
$1,863.04
System Integrator 111
36
$107.38
$3,865.68
Communication Design Tech I
70
$77.68
$5,437.60
Office Administrator
4
$95.15
$380.60
Technical Services Manager
0
$0.00
$0.00
Total Labor Cost
196
$21,915.46
Estimated Direct Expenses
Item
Qty Unit
Unit Rate
Cost
Postage
0 oz. @
$0.50
$0.00
Reproductions
0 copies @
$0.30
$0.00
Computer
0 hours @
$0.30
$0.00
GPS
0 hours @
$50.00
$0.00
Specialty Equipment or Software
0 lump sum @
$500.00
$0.00
Travel
Mileage
600 miles @
$0.53
$318.00
Rental Car
4 days @
$75.00
$300.00
Lodging
0 days @
$100.00
$0.00
Meals
0 meals @
$15.00
$0.00
Publication Fees
0 each @
$35.00
$0.00
Stakes
0 each @
$0.50
$0.00
Miscellaneous
0 lump sum @
$100.00
$0.00
Total Direct Expenses
$618.00
Subconsultant Cost
Name
Type of Contract
Cost
Subconsultant 1
Specified Rate of Compensation
$0.00
Subconsultant 2
Specified Rate of Compensation
$0.00
Total Subconsultant Cost
$0.00
Estimated Actual Costs (EAC) (Labor + Direct Expenses + Subconsultants)
$22,533.00
Contingency @
10% of Labor + Direct Expenses
$2,253.00
Total Estimated Cost (Estimated Actual Costs + Contingency)
$24,786.00
gbaSl Attachment 1
Page 37 of 44
Rounded
Rounded
ATTACHMENT I
Page 1 of 4
SUBCONSULTANT SCOPE AND BUDGET
HDR Engineering, Inc.
Project Number: STP -A-8155(743)--86-07
State of Nebraska
I hereby certify that I, Matthew Tondl, am the Senior Vice President and duly authorized representative of the firm
of HDR Engineering, Inc., whose address is 8404 Indian Hills Drive, Omaha, NE 68114, 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.
7?ectIvE-D---#-('( 6/1C1/7
Signature Date
PROPOSAL STATEMENT AND OBJECTIVE
This Proposal by HDR Engineering, Inc. (HDR) to Ament Design (Ament) includes efforts to review Synchro file
parameters and timing plans developed by Ament Design as part of the Traffic Adaptive Signal and Fiber Optic
Communications Upgrade project in Waterloo, Iowa. The objective of this effort is to provide Ament Design with
comments on timing plans developed for the Traffic Adaptive Signal and Fiber Optic Communications Upgrade
project.
SCOPE OF SERVICES
This scope of services provides efforts to review signal timings developed by Ament for 14 intersections in
Waterloo, Iowa (shown in Exhibit 1) and for four timing plans (weekday AM, weekday midday, weekday PM and
Saturday).
Task 1 Project Management and Coordination
Provide HDR staff coordination, and maintain project schedule and budget. Provide Ament with monthly
progress reports and invoices. One (1) HDR staff will participate in up to three, one-hour conference
calls to discuss the signal timing reviews.
Task 2 Signal Timing Review
Provide one round of review and comment for each of the following:
• Synchro files with existing base signal timing parameters — Review will consist of verifying that the
following items coded in Synchro match existing field conditions through review of aerial
photography, signal timings provided by the City of Waterloo and field observations provided by
Ament.
o Geometry, phasing, minimum green times, yellow change intervals, all red intervals,
vehicle extension / minimum gap times, pedestrian walk times, pedestrian clearance (flash
don't walk) times and pedestrian movements with actuation.
• Synchro files with proposed signal timings — Review and comment on cycle, split and offset values
coded in Synchro at each of the 14 study intersections for each of the four timing plans based on
intersection volumes and field observations of lane utilization provided by Ament.
• Signal timing sheets — Review will consist of verifying that base signal timings and coordinated
signal timings for the study intersections during the four timing plans are transferred correctly from
Synchro into signal timing sheet format.
This task also includes review of comment summaries provided to Ament Design.
Page 38 of 44
KEY ASSUMPTIONS
Study area includes the 14 intersections identified in Exhibit 1. HDR is not responsible for any field observations.
Minimum green times, yellow change intervals, all red intervals, vehicle extension / minimum gap times,
pedestrian walk times and pedestrian clearance (flash don't walk) times used in new timing plans will match those
currently in operation at study intersections unless explicitly supplied by the City of Waterloo. Comments on
review items outlined in Task 2 will be provided within 10 working days of being supplied with review materials.
FEE
HDR proposes to complete the effort listed in the Scope of Services with a fee not to exceed $7,984.00, using
Specific Rate of Compensation as method of payment.
Page 39 of 44
Exhibit 1: Study Intersections
wr
rile 1.0.e
1
5. 3
0
.71
V n
R A
Y)
i
c
n
o• ,v,
9 a
SO
l or::e AO!
to
E Mitchell Ave
2
T 2
,ilvay Ave E Ridgeway Ave
a 47ivi
C,,,,, n rd
5
_sr„ a. Loistn •
;i: D y tit`
nominal? fre
�'p o
r4 , . °Crossroads Miall,
Marnan Dr
Park Di
218
y
rore6l Ave
Bron Ave
O c
8 •67f}
<n
r,
3
y Riverview
Recreation
4Are,�a
Locke Avw
Irewaei Ave
Plytrwvlh Ave
r S .11 A
K 5134..101 j
wlurv,00d iii
Sonya tic
E San Mnrnan Dr
• Study Intersection
3` a
sd¢ a
ver
G rr
Page 40 of 44
Attachment I - Base Agreement
CONSULTANT FEE SCHEDULE - HDR Eningeering, Inc.
Traffic Adaptive Signals and Fiber Optic Communications Upgrade Project
City Project No. TOF-241 / Iowa DOT Project No. STP -A-8155(743)--86.07
Person -Hour Summary
Task
PM / Sr.
Traffic
Engineer
Sr.
Transport -
ation
Engineer
Controller
Employee Classification
Estimated
Hours
Total
1. Project Management and Coordination
2. Signal Timing Review
16
36
0
2
4
0
0
0
0
0
0
0
0
0
20
38
$211.00
$422.00
Controller
4
$132.00
$528.00
Total Hours 52
2
4
0
0
0
0 58
Fee Summary
Labor Cost
Employee Classification
Estimated
Hours
Rate
Labor Cost
PM / Sr. Traffic Engineer
52
$134.00
$6,968.00
Sr. Transportation Engineer
2
$211.00
$422.00
Controller
4
$132.00
$528.00
$0.00
$0.00
$0.00
$0.00
Total Labor Cost
58
$7,918.00
Estimated Direct Expenses
Item
Qty
Unit
Unit Rate
Cost
General Photocopies
100
copies @
$0.06
$6.00
Telephone Expense = Conference Calls
3
calls @
$20.00
$60.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total Direct Expenses
$66.00
Subconsultant Cost
Name
Type of Contract
Cost
Subconsultant 1
Specified Rate of Compensation
$0.00
Subconsultant 2
Specified Rate of Compensation
$0.00
Total Subconsultant Cost
$0.00
Estimated Actual Costs (EAC) (Labor + Direct Expenses + Subconsultants)
$7,984.00
Total Estimated Cost (Estimated Actual Costs + Contingency)
$7,984.00
HDR Attachment 1 Page 41 of 44
Rounded
Rounded
ATTACHMENT I
Page 1 of 3
SUBCONSULTANT SCOPE AND BUDGET
Iowa -Counts
Project Number: STP -A-8155(743)--86-07
State of Iowa
hereby certify that 1, Safiah Elahi, am the Owner 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.
4A;, f -as
Signature
SCOPE OF SERVICES
6//6/ 0/7
Date
Task 1. Perform turning movement counts (TMCs) for vehicular, pedestrian, and bicycle traffic at thirteen (13) of
the fourteen (14) signalized intersections where adaptive signal control technology (ASCT) is to be
installed for the Project. Perform these turning movement traffic counts during AM, mid-day, and PM peak
hours on a typical weekday and on a Saturday. Each count period will be two (2) hours in length. Compile
data and prepare traffic count data summaries for each intersection for each day and prepare peak hour
traffic data summaries for each location for each of the three peak hour periods for each day.
Task 2. Perform one (1) 15 -minute mainline through lane utilization count at select study intersections along
Washington Street and San Marnan Drive during identified peak interval during identified weekday AM,
mid-day, and PM peak hours and for identified Saturday peak pour. See the table below.
Intersecting Street #1
Intersecting Street #2
Proposed Traffic Count Data
to be Collected
W nth Street
Washington Street (SB & NB)
1 & 2
Williston Avenue
Washington Street (SB & NB)
1 & 2
Hawthorne Avenue
Washington Street
1 & 2
E Mitchell Avenue
Washington Street
1 & 2
E San Marnan Drive
Northbound 1-380 Ramps
1
E San Marnan Drive
Southbound 1-380 Ramps
1
E San Marnan Drive
La Porte Road
1 & 2
La Porte Road
Fire Station Driveway
None
La Porte Road
E Ridgeway Avenue
1
E San Marnan Drive
Sears Street
1 & 2
E San Marnan Drive
Penneys Street
1 & 2
E San Marnan Drive
Flammang Drive
1 & 2
Flammang Drive
Sarah Drive
1
E San Marnan Drive
Hammond Avenue
1 & 2
1. Weekday (Tuesday, Wednesday, or Thursday) during AM, mid-day, and PM peak periods and Saturday
during AM, mid-day, and PM peak periods. Each count period to be two (2) hours in length.
2. Mainline Through -Lane Utilization Count for Identified Peak Interval during Identified Weekday AM, mid-
day, and PM Peak Hours and for Identified Saturday Peak Hour. Each count period to be fifteen (15)
minutes in length.
Page 42 of 44
FEE
Iowa -Counts proposes to complete the effort listed in the Scope of Services with a fee not to exceed $13,761.00,
using Lump Sum as method of payment.
Page 43 of 44
Attachment! - Base Agreement
CONSULTANT FEE SCHEDULE - Iowa Counts
Traffic Adaptive Signals and Fiber Optic Communications Upgrade Project
City Project No. TOF-241 / Iowa DOT Project No. STP -A-8155(743)--86-07
Person -Hour Summary
TOTAL
Number of
Intersections
COUNT HOURS
RECORDING EQUIPMENT
Per
Intersection
Total
Hours
Units Per
Intersection
Total
Hours
Cost
per Hour
Total
Cost
Small intersections
2
12
24
1
24
10
240
Large Intersections
13
12
156
2
312
10
3120
Lane Use
9
2
18
0
0
0
0
TOTAL
TOTAL
Engineer / Manager
Number of
Intersections
COUNT HOURS
DATA EXTRACTION
Per
Intersection
Total
Hours
Cost
per Hour
Total
Cost
Small intersections
2
12
24
18
432
Large Intersections
13
12
156
18
2808
Lane Use
9
2
18
18
324
TOTAL
Engineer / Manager
Camera Setup & Removal
19.5
Project Management
32
Total
51.5
Compensation Per Hour
$ 60
Total
3,090
TOTALS
Equipment
$ 3,360
Extraction
$ 3,564
Engineer/Manager
$ 3,090
Total
Overhead (0.25)
Fixed Fee (8%)
Total
Mileage 80 @ $0.53
Printing, Recording Media, Etc.
$ 10,014
2,504
1,001
$ 13,519
42
200
Subtotal
Contingency (0%)
Grand Total
$ 13,761
$ 13,761
Hours
Hours
Hours
Iowa -C aunts Attachment] P age 44 of 44
$ 3,564
$ 3,360