HomeMy WebLinkAboutAMENT - Consultant Contract Ansborough widening 4/16/2018Please return this copy to:
City Clerk & Finance Dept.
715 Mulberry St.
Waterloo, IA 50703
Contract No. [XXXXX]
Owner Project No. TOF-284
Iowa DOT Project No. STP -A-8155(757)-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:
715 Mulberry Street
City Hall
Waterloo, Iowa 50703
Phone: (319) 291-4440
FAX: (319) 291-4094
and Ament, Inc. (dba Ament Design), the Consultant, located at:
625 32nd Avenue SW
Cedar Rapids, Iowa 52404
Phone: (319) 378-1401
FAX: (319) 378-1975
For the following Project: Ansborough Avenue Improvements, Ansborough Avenue from Black Hawk Road north
0.1 Miles to Downing Avenue, PCC Pavernent Widening
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 surveys (topographic and property), engineering and
construction engineering 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 30
TABLE OF CONTENTS
Article Number and Description
1 Initial Information
1.1 Project Parameters
1.2 Financial Parameters
1.3 Project Team
1.4 Time Parameters
1.5 Minimum Qualification Standards
2 Entire Agreement, Required Guidance and Applicable Law
2.1 Entire Agreement of the Parties
2.2 Required Guidance
2.3 Applicable Law
3 Form of Compensation
3.1 Method of Reimbursement for the Consultant
3.2 Subconsultant's Responsibilities for Reimbursement
4 Terms and Conditions
4.1 Ownership of Engineering Documents
4.2 Subconsultant Contract Provisions and Flow Down
4.3 Consultant's Endorsement on Plans
4.4 Progress Meetings
4.5 Additional Documents
4.6 Revision of Work Product
4.7 Extra Work
4.8 Extension of Time
4.9 Responsibility for Claims and Liability
4.10 Current and Former Agency Employees (Conflicts of Interest)
4.11 Suspension of Work
4.12 Termination of Agreement
4.13 Right to Set-off
4.14 Assignment or Transfer
4.15 Access to Records
4.16 Iowa DOT and FHWA Participation
4.17 Nondiscrimination Requirements
4.18 Compliance with Title 49, Code of Federal Regulations, Part 26
4.19 Severability
Attachment A - Scope of Services
Attachment B - Specifications
Attachment C - Fees and Payments
Attachment C-1 — Cost Analysis Worksheet
Attachment D - Certification Regarding Debarment, Suspension, and Other Responsibility Matters
Attachment E - Certification of Consultant
Attachment F - Certification of Owner
Attachment G - Sample Invoice Form
Attachment H - Consultant Fee Proposal
Page 2 of 30
ARTICLE 1 INITIAL INFORMATION
This Agreement is based on the following information and assumptions.
1.1 Project Parameters
The objective or use is: to improve traffic progression and reduce vehicle delays and vehicle emissions
along Ansborough Avenue within the Project corridor. This will be accomplished by eliminating split signal
phasing for northbound and southbound Ansborough Avenue traffic at the Downing Avenue intersection.
This will require widening the east side of the south leg of Ansborough Avenue between the Downing
Avenue and Black Hawk Road intersections. This widening will allow for the provision of a five -lane
section on Ansborough Avenue south of Downing Avenue to match and align with the five -lane section
that currently exists north of the intersection. This widening will allow for the provision of 1) an exclusive
left -turn lane for both northbound and southbound Ansborough Avenue traffic at the Downing Avenue
intersection, and 2) a continuous, two-way, center left -turn lane along a portion of Ansborough Avenue
between the Downing Avenue and Black Hawk Road intersections.
1.2 Financial Parameters
1.2.1 Amount of the Owner's budget for the Consultant's compensation is:
Thirty thousand seven hundred forty-six dollars and no cents ($30,746.00)
1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is:
Zero
1.3 Project Team
1.3.1 The Owner's Designated Representative, identified as the Contract Administrator is:
Mohammad Elahi, Traffic Engineer; City Traffic Operations 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:
Michael G. Dryden, P.E.
1.3.3 The subconsultants retained at the Consultant's expense are identified in the following table:
Subconsultant
None
1.4 Time Parameters
Amount Authorized Maximum Amount Payable Method of Payment
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 August 14, 2018.
2. Final design, contract plans, and specifications and estimates shall be completed and in a
form acceptable to the Owner on or before November 20, 2018.
3. Completion of all work under this agreement shall be on or before February 26, 2019 unless
extended by written approval of the Contract Administrator or adjusted by supplemental
agreement.
1.4.3 The Consultant shall not begin final design activities until after the Owner has been notified by
the Iowa DOT that FHWA Environmental Concurrence has been obtained. Upon receipt of such notice,
the Owner will provide the Consultant notice to proceed with final design activities.
Page 3 of 30
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. Failure to meet the requirements during the contract will result in
cancellation of any remaining portion of the contract.
1.5.2 All services within this agreement shall be performed by the Consultant or subconsultant who
meets the MQS of the specified work categories as defined Iowa DOT PPM 300.04. If no work category
exists for a particular service, normal methods of acceptance shall be used, such as experience, typical
licensure, certification or registration, or seals of approval by others.
ARTICLE 2 ENTIRE AGREEMENT, REQUIRED GUIDANCE, AND APPLICABLE LAW
2.1 Entire Agreement of the Parties. This Agreement, including its attachments, represents the entire and
integrated agreement between the Owner and the Consultant and supersedes all prior negotiations,
representations or agreements, either written or oral. This Agreement may be amended only 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 loWa,
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 ane of the following
compensation methods, as defined in Attachment C:
.1 [ ] Cost Plus Fixed Fee - Attachment C
.2 [ ] Lump Sum - Attachment C
.3 [X] Specific Rate of Compensation - Attachment C
.4 [ ] Unit Price - Attachment C
.5 [ ] Fixed Overhead Rate - Attachment C
3.1.2 When applicable, compensation for the subconsultant(s) shall be computed in accordance with
one of the payment methods listed in section 3.1.1. Refer to section 1.3.3 for identification of the method
of payment utilized in the subconsultant(s) contract. The compensation method utilized for each
subconsultant shall be defined within the subconsultant contract to the Consultant.
3.2 Subconsultant's Responsibilities for Reimbursement. The Consultant shall require the
subconsultants (if applicable) to notify them if they at any time determine that their costs will exceed their
Page 4 of 30
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 cin 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 exception to this requirement is
under provision 3.1.2 when the subconsultant has a different method of reimbursement than the
Consultant.
4.2.2 The Consultant may not restrict communications between the Owner and any of the
subconsultants. The Consultant will encourage open communication among the Owner, the Consuffant
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
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.
Page 5 of 30
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 Consqltant shall obtain and keep in force insurance coverage for professional liability (errors
and omissions) with a minimum limit of $1,000,000 per claim and in the aggregate, and all such other
insurance required by law. Proof of Consultant's insurance for professional liability coverage and all such
other insurance required by law will be provided to the Owner at the time the contract is executed and
upon each insurance coverage renewal.
Page 6 of 30
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 688.2A. 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 the project close-out 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. If 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 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.
Page 7of30
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 Ownershall 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, about 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 13 of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations
either by competitive bidding or negotiation made by the Consultant for work to be performed under a
subcontract, including procurement of materials or leases of equipment, each potential subconsultant
or supplier shall be notified by the 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, ,
Page 8 of 30
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,
accodnts, 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 Title 49, Code of Federal Regulations, Part 26
4.18.1 The Consultant agrees to ensure that disadvantaged business enterprises (DBEs) as defined in
49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and
subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard
the Consultant and all its subconsultants shall take all necessary and reasonable steps in compliance
with the Iowa DOT DBE Program to ensure disadvantaged business enterprises have the maximum
opportunity to compete for and perform contracts.
4.18.2 The Consultant shall pay its subconsultants for satisfactory performance of their work no later than
30 days from receipt of each payment it receives from the Owner for such work. If the Owner holds
retainage from the Consultant, the Consultant may also withhold retainage from its subconsultant(s). If
retainage is withheld from a subconsultant, full payment of such retainage shall be made within 30 days
after the subconsultant's work is satisfactorily completed.
4.18.3 Upon notification to the Consultant of its failure to carry out the requirements of this Article, the
Owner, the Iowa DOT, or the FHWA may impose sanctions which may include termination of the
Agreement or other measures that may affect the ability of the Consultant to obtain future U.S. DOT
financial assistance. The Consultant is hereby advised that failure to fully comply with the requirements
of this Article shall constitute a breach of contract and may result in termination of this Agreement by the
Owner or such remedy as the Owner, Iowa DOT or the FHWA deems appropriate, which may include,
but is not limited to:
1. withholding monthly progress payments;
2. assessing sanctions;
3. liquidated damages; and / or
Page 9 of 30
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
Michael G. Dryden, P.E.
Secretary/Treasurer
ATTEST:
Date:
By Date:
City of Waterloo, Iowa
By Date:
Quentin M. Hart
Mayor
IOWA DEPARTMENT OF TRANSPORTATION
Accepted for FHWA Authorization*
By Date:
Name
Title
* 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 30
4A9 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 174::.X
Michael G. Dryden, P.E.
Secretary/Treasurer
ATTEST:/
By 4/
City of Waterloo, Iowa
By (_ i'I-.</Y
Quentin M. Hart
Mayor
Date: 17/-4, �v
Date:
Date:
IOWA DEPARTMENT OF TRANSPORTATION
Accepted for FHWA Authorization*
By Date:
Name
Title
* 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 30
ATTACHMENT A
Scope of Services
It is understood by the Owner and the Consultant that the level and frequency of Progress Reporting shall be
mutually established for each project, taking into account the complexity and duration of the work to be performed.
For this specific project it is agreed that progress reporting will be provided on a monthly basis.
It is understood by the Owner and the Consultant that the task detail associated with the 85% budget notification
shall be mutually established for each project in relation to the complexity and duration of the work to be
performed. For this specific project it is agreed that all work contemplated in the agreement will be considered as
one task(s). It is further agreed that the 85% budget notification requirements will be required for this Agreement
based on the volume of work assigned, duration, complexity, and rate of progress anticipated on the project.
The Consultant will monitor and review updates to the Iowa DOT's Instructional Memorandums (I.M.$), Road
Design Manual, Standard Road Plans, Road Design Details. Update's requiring no additional effort on the part of
the Consultantwill be incorporated into the work by the Consultant. If the Consultant is of the opinion
additional effort will be required, the Consultant will so notify the Contract Administrator, in accordance with
Paragraph 4.7. The Contract Administrator will provide written approval or disapproval for the Consultant to
incorporate said update into the work and indicate how payment for such work will be addressed.
Project Identification
Widening for the Ansborough Avenue, from Black Hawk Road north 0.1 Miles to Downing Avenue PCC Pavement
Widening Project will start at the south end of the project about 550 feet south of the intersection at 0 -foot width
and will taper out to 12 feet to allow for a two-way, left -turn lane and five -lane configuration of Ansborough Avenue.
If it is found that the widening will significantly adversely affect any of the commercial property's business, then a
shortened left -turn lane will be considered.
Engineering Design services for this PCC pavement widening are expected to include:
Surveying: Survey needed for preparing existing plans and locating existing structures and features and
information needed for design of the project. A survey of existing utilities will be performed after a design utility
locate has been performed by utility locators.
Driveway Modifications: The existing commercial property driveway needs to be modified to match the proposed
widened roadway.
Curb and Gutter: new curb and gutter needs to be designed to edge the widened roadway portion.
Storm Sewer Design: There is a need for a new storm sewer pipe, intake, and catch basins
Traffic Control: Traffic control and staging should be such that Ansborough Avenue is open to traffic all the time
and the businesses have open access all the time.
Signal Modifications: Added lane and new signal phasing will require some new signal heads and 1 new mast arm
pole might be required.
Sidewalk/ADA Ramps: Where the new widened lane on Ansborough Avenue meets Downing Avenue, sidewalk
and ADA pedestrian ramps are needed.
Miscellaneous: Items incidental to the Project, as needed, such as erosion control, project management, public
information meeting, council presentation, and correspondence with the Iowa DOT, etc.
Major Project Tasks
• Project Management
• Research and Data Collection including:
• Control, Boundary, Utility, Drainage, Topographic, and Pick-up Surveys
• Engineering Design; Plans, Specifications, and Construction Cost Opinion Development; and Special
Provisions, if Needed
• Permit Applications
• Property Acquisition Documents (Plat and Exhibits with Legal Descriptions)
• Contractor Procurement Activities
Page 11 of 30
Scope of Services
The scope of services to be performed by the ENGINEER shall be completed in accordance with generally
accepted standards of practice and shall include the services and supplies to perform tasks listed below.
The Project involves: project management; utility coordination; research and data collection including design
surveys; public involvement and stakeholder input; conceptual, preliminary, check, and final design including
prioritization of proposed improvements; preparation of contract documents (plans, specifications, cost opinions);
assistance with permits; and assistance with property acquisitions for the proposed improvement. The following
provides a description of the tasks to be performed and identification of the proposed work.
1. Project Management
A. Project Team Kick -Off Meeting — This meeting shall include members of the Project Team (ENGINEER 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.
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: Up to two (2) meetings are anticipated. 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. Quality Review — This task includes a field review by the design team, regarding the quality of the design
developed to date. Issues such as property owner concerns; coordination with utilities, railroad companies,
and other agencies; and the maintenance aspects of the facilities shall be considered while making this
review. Input from a contractor may be included when appropriate. The accuracy and completeness of the
documents shall also be scrutinized in order to minimize the need for modifications to the design. Any
necessary modifications shall be included in the documents following the quality review by the designer and
prior to continuing to the next step.
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. Attendance a one (1) Joint Utility Coordination Meetings with the OWNER;
2. Preliminary, check, and final plan submittals to utility companies for review of design impacts;
3. On-site field reviews, as needed; and
4. Determination of right-of-way and easement requirements to accommodate utility facilities.
11. Research and Data Collection
A. Research and Data Collection
Page 12 of 30
1. Aerial Photography and Topography — This item includes the collection of digital mapping of aerial
photography and topography and available GIS -based data comprising the best available information for
the project area. This information will be obtained from the OWNER.
2. Record Drawing Research — The purpose of this item is to research and collect the record drawings
available for the improvements affecting the Project area or those directly affected by the Project design.
This shall include both public and private improvement record drawings. This item shall also include the
collection of available site plans for properties adjacent to the Project corridor. Proposed driveway
entrances and building locations will be reviewed.
This task includes obtaining record drawings for the existing traffic signal installations at Ansborough
Avenue and Downing Avenue and the existing signal interconnection system. This includes information
on Traffic signal equipment, layout, wiring, phasing, timing, etc.
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
information within the Project area regarding transmission and distribution lines and service laterals. This
includes information related to existing facilities and facilities planned for construction during the design
life of the proposed improvements.
4. Photographic / Video Review of Project Corridor(s) —This task includes the preparation of photographs
and / or videotape of the project corridor obtained while traveling through the Project area. The purpose of
this task is to provide for the efficient review of the corridor during the design process.
5. Topographic Surveys — This item includes the field and office tasks to perform the research and field
measurements to provide the necessary topographic information for the Project.
a. The information to be collected includes topography and visible permanent improvements and
features. Complete the Design Locate process for utilities through the Iowa One Call system.
b. Transverse joint locations and first longitudinal joint location west of the existing east curb location.
c. Set 3 horizontal control points in the project area, values determined through GPS observation and
coordinates based on Iowa Real Time Network.
d. Establish a minimum of 3 permanent benchmarks in the project area.
e. Field topographic survey corridor to 10 feet beyond west right-of-way line of Ansborough, to building
face on east side of Ansborough for 500 feet south of center of intersection of Ansborough Avenue
and Downing Avenue. Survey coverage of Downing Avenue from centerline to 10 feet beyond south
right-of-way line, plus pedestrian ramp locations, controller cabinet, traffic signal poles, handholes, etc.
at all four (4) quadrants of the Ansborough Avenue/Downing Avenue intersection.
Provide a topographic base map of existing features with 1 -foot contours.
III. Preliminary Design Plans
The project will be designed utilizing the Iowa Department of Transportation Standard Specifications for Highway and
Bridge Construction, Series 2012, plus General Supplemental Specifications; and applicable Supplemental
Specifications, Developmental Specifications, and Special Provisions.
A. Design Services — This task includes the drafting and design tasks necessary to perform the
determination of the location and dimensions of the proposed facilities. At the completion of this task, the
preparation of acquisition documents and the determination of values of takings may proceed, or the plans
may be finalized, if no acquisitions are necessary.
1. Review / Select Design Standards — This task includes the review and selection of the design standards
applicable to the development of the project. Coordination with the appropriate utilities or railroad
companies is required in order to properly accommodate the facilities impacted by this project. This task
includes the development and submittal of a design criteria / design standards / design materials summary
document to the OWNER for review and acceptance.
Page 13 of 30
2. Prepare Project Concept Statement and Updated Conceptual Layout and Report—This task includes the
preparation of a Project Concept Statement and a preliminary report that includes: a summary of
proposed design criteria / design standards / design materials; an updated conceptual layout for the
project roadways with proposed horizontal alignments; anticipated conceptual layout for the proposed
storm sewer system and/or culverts; and an "order -of -magnitude" ENGINEER's Opinion of Anticipated
Construction Cost consistent with the initial level of project understanding and development.
3. Preparation of Base Information — This task includes the collection of the information of the research and
data collection phase and the reduction of topographic and boundary survey data for the purpose of
preparing project drawings. This task shall also include the preparation of a triangulated irregular network
for the use in development of the project design. The plan drawings will be prepared to an appropriate
scale (for 11" x 17" half-size sheets) using standards for line types and symbols. Scales smaller or larger
than this will be used as appropriate for the work involved. Certain base sheets may be prepared utilizing
aerial photography obtained from the OWNER as a background.
4. Roadway Typical Cross Sections — This task includes the development of typical cross sections for Project
roadway indicating the type, width, and thickness of pavement and subbase, cross slope, details of
shoulders and joints, and details of curbs and sidewalk, if proposed.
5. Horizontal and Vertical Alignment — This task includes the development of the horizontal and vertical
alignments for the proposed roadway and access drive improvements. This task includes the
determination of the locations and coordinates for the horizontal Pis, PC's, and PT's; the horizontal
circular curve data; the locations of the vertical VPI's, VPC's, and VPT's; and the vertical parabolic curve
data.
6. Cross Sections — This task includes the development of cross sections and the determination of earthwork
quantities utilizing roadway templates based on the roadway typical sections and the horizontal and
vertical alignments developed for the project roadway(s) and access drives (and on-site detour roads, if
necessary). Driveway and short side road street profiles will be included in the cross sections. Cross
sections will be developed at approximately 25 -foot intervals at an appropriate horizontal and vertical scale
for 11"x17" (half-size) sheets. •
7. Storm Sewer and Subdrains — This task includes the determination of the necessary type, size, and
location of storm sewer intakes, manholes, and piping; and subdrain piping, cleanouts, and outlets.
8. Relocation of Existing Private Utilities — This task includes the determination of the right-of-way and/or
easement needs to accommodate required relocations of the existing private utilities within the roadway
corridor(s), as identified by either the ENGINEER or the utility companies during the development of the
roadway and right-of-way design.
9. Intersection and Driveway Geometry— This task includes the determination of the detailed horizontal and
vertical geometry for the proposed intersections and access drives within the roadway corridor(s). Details
will include station locations; centerline angles; locations and dimensions of radii and radius end points
and intermediate points; taper points and taper rates; flares; curb drops; crosswalk locations; non-
standard pavement cross slopes; access drive grades; and spot elevations.
10. PCC Pavement Joint Layout — This task includes the determination of the proposed joint layouts for the
main line and side road PCC pavements and for the intersections of these roadways.
11. Sidewalk and Pedestrian Ramp Geometries -- This task includes the determination of the detailed
horizontal and vertical geometry for:
a. the existing sidewalks and pedestrian ramps within the roadway corridor(s) that will be impacted by
roadway construction, and
b. the proposed sidewalks and pedestrian ramps that will be constructed within the roadway corridor.
Details will include station locations and offsets and grades and spot elevations for non -typical sidewalk or
shared use path locations, such as depressed sections through driveways, and pedestrian ramp locations
at intersections.
Page 14 of 30
12. Removals Plan - This task includes the preparation of a plan showing removals required for construction
of the Project. Included is pavement, driveway, sidewalk, and utility removals.
13. Grading and Erosion Control Plan — This task includes the development of a grading and erosion control
plan for the project. The plan shall identify existing and proposed contours and identify the type, size, and
location of proposed erosion control elements referencing DOT standards.
14. Storm Water Pollution Prevention Plan (SWPPP)— This task includes the development of a storm water
pollution prevention plan (SWPPP) for the project, if required, as a result of the extents of the Project.
15. Construction Staging Plan and Detour / Traffic Control Plan — This task includes the development of a
construction staging plan and a traffic control plan for the project. This task also includes the
determination of both on-site and off-site detours needed during project construction.
16. Pavement Marking and Signing Plan — This task includes the development of a pavement marking and
signing plan according to the requirements of the OWNER and according to the guidelines contained in
the Manual on Uniform Traffic Control Devices (MUTCD) Handbook, latest edition, a manual approved by
the Federal Highway Administrator as the National Standard.
17. Traffic Signal System Upgrade — This task includes the design and preparation of detailed plans for:
a. upgrading and modifying the existing isolated, fully-actuated traffic signal installation located within the
Project corridor, which is required as a result of the proposed roadway widening; and
b. upgrading and modifying the traffic signal interconnection and intersection monitoring system for the
existing traffic signal installations.
Plans will include traffic signal layout; a wiring diagram; signal phasing with a phase sequence diagram;
sign and signal head types and dimensions; loop detector (and/or video, radar, or wireless vehicle
detection zone), handhole, and base locations; interconnection and intersection monitoring system
information; written or graphical depiction of mast arm loadings; and a summary of anticipated traffic
signal quantities.
The OWNER will provide the ENGINEER with information regarding existing traffic signal equipment and
phasing and timing information. The OWNER will also provide and input the new traffic signal timing
information into the existing or upgraded traffic signal equipment when recommended.
18. Set Construction Limits — This task includes the definition of the construction limits for the project. The
construction limits shall include that area necessary for the construction activities including construction
staking. These limits shall coincide with the necessary temporary construction easement limits.
19. Prepare Permit Applications — This task includes the preparation and submittal to the OWNER of permit
applications (and required exhibits) necessary to commence with the construction of the proposed
improvements. These include, but are not limited to, OWNER (City), County, State, and Federal permits
necessary for the Project. The permits that are anticipated are: 1) a National Pollutant Discharge
Elimination System (NPDES) General Permit No. 2 from the Iowa Department of Natural Resources, since
the area of land disturbed by the proposed Project may exceed one (1) acre. OWNER will be responsible
for submittal of permit applications to the permitting agencies and payment of permit fees.
This task also includes the preparation of a Public Notice of Storm Water Discharge and submittal of this
notice to the OWNER. OWNER will be responsible for submittal of this notice to one (1) local
newspapers for publication and payment of publication fees.
20. Budget Review (Preliminary Engineer's Opinion of Anticipated Construction Cost) — This task includes the
development of a quantity take-off in accordance with the standard bid items for the Iowa DOT and the
application of unit prices reasonable for the scope, schedule, and anticipated job site conditions. The
revised total project expenditures shall be reviewed and compared to the original project budget. A
discussion of the adequacy of the existing budget shall be made. If the budget is not adequate for some
reason, options shall be evaluated and a recommendation shall be made to address the budget issue.
21. Preliminary Plan Submittal — This item includes the submittal of the appropriate number of copies of the
Preliminary Plans to the OWNER and to the Iowa DOT.
Page 15 of 30
For the preliminary design review meeting, preliminary design plans will be prepared to approximately 60%
development of the project design. The preliminary plans will include:
• Title sheet
• Preliminary typical cross sections
• Preliminary horizontal and vertical roadway and driveway alignments
• Preliminary horizontal and vertical sidewalk alignments
• Preliminary location / layout of new storm sewer and subdrain elements
• Preliminary cross sections
22. 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. 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.
5. Bid Items Application — This item includes the input of proposed bid items and project quantities into the
Iowa DOT's Bid Items Application program on their website.
6. Check Plan Submittal — This item includes the submittal of the appropriate number of copies of the Check
Plans; Draft Special Provisions, if required; and Updated Engineer's Opinion of Anticipated Construction
Cost to the OWNER and to the Iowa DOT.
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. Incorporate Permit Requirements — This item includes the incorporation of information in the appropriate
location related.to the requirements of any applicable permits issued for the project. Location and
dimension information shall be placed on the drawings. Quality of workmanship and quality of materials
information shall be placed in the Special Provisions.
2. Refine Special Provisions — This task includes the refinement of the Special Provisions, if necessary, to
supplement the Standard Specifications.
3. 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
Page 16 of 30
discrepancies shall be evaluated and recommendations to address any budget issues shall be made as
part of this task.
Assist with Development of Project Schedule — ENGINEER will provide input to OWNER to assist with
determination of anticipated length of Project construction schedule, intermediate (milestone) completion
dates, etc., if necessary.
5. Bid Items Application — This item includes the refinement of proposed bid items and project quantities into
the Iowa DOT's Bid Items Application program on their website.
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.
7. Final Plan Submittal — This item includes the submittal of the appropriate number of copies of the Final
Plans; Final Special Provisions, if required; and Final Engineer's Opinion of Anticipated Construction Cost
to the OWNER and to the Iowa DOT.
The plan sheets that are anticipated for inclusion in the Final Plan set am listed below:
• Title Sheet
• General Notes and Legend Sheet
• Typical Cross Section Sheet(s)
• Quantities and Tabulations Sheet(s) including Coordinate Geometry for Roadway(s)
• Plan -and -Profile Sheet(s) with Storni Sewer
• Reference Ties and Bench Marks Sheet(s)
• Construction Staging and Detour / Traffic Control Plan Sheet(s)
• Intersection Geometry and Joint Layout Sheet(s)
• Traffic Signal System Upgrades / Modifications Sheets
• Driveway Geometry and Pedestrian Ramp Geometry Sheet(s)
• Removals Sheet(s)
• Grading and Erosion Control Plan Sheet(s)
• Pavement Markings and Signing Plan Sheet(s)
• Special Details Sheet(s) (if needed)
• Cross Section Sheet(s)
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.
VI. Deliverables
A. ENGINEER Deliverables
1. Minutes of project review meetings to meeting attendees.
2. Minutes of individual project review meetings with select property owners / stakeholders to meeting
attendees and to OWNER.
3. Monthly progress reports (submitted with project invoices) to OWNER.
4. One (1) copy of each permit application to OWNER. OWNER will be responsible for payment of any
required permit application fees.
5. One copy of each Public Notice of Storm Water Discharge for publication by one (1) newspapers to
OWNER. OWNER will be responsible for the publication of any required Project notices and
associated publication fees.
6. List of objects to be "taken" at each property as a result of Project construction to OWNER.
7. Concept Statement: One (1) copy shall be submitted to OWNER and one (1) copy shall be submitted
to the Iowa DOT per the requirements of the DOT's Instructional Memorandum (LM:) Number 3.005,
current version at time of submittal, or as an electronic (PDF) file submitted to the Iowa DOT via its
Transportation Program Management System (TPMS).
8. Updated Conceptual Layout and Preliminary Report: One (1) copy shall be submitted to OWNER.
Page 17 of 30
9. Preliminary Plans: Two (2) printed sets of preliminary plans, submitted in 11"x17" (half-size) format,
and one (1) preliminary Engineer's Opinion of Anticipated Construction Cost, along with
accompanying transmittal letter, shall be submitted to OWNER. Copies shall be submitted to the Iowa
DOT per the requirements of the DOT's Instructional Memorandum (I.M.) Number 3.005, current
version at time of submittal, or as electronic (PDF) files submitted to the Iowa DOT via its
Transportation Program Management System (TPMS).
10. Check Plans: Two (2) printed sets of check plans, submitted in 11"x17" (half-size) format; two (2)
printed sets of draft Special Provisions, if needed; and one (1) updated Engineer's Opinion of
Anticipated Construction Cost; along with accompanying transmittal letter, shall be submitted to
OWNER. Copies shall be submitted to the Iowa DOT per the requirements of the DOT's Instructional
Memorandum (I.M.) Number 3.005, current version at time of submittal, or as electronic (PDF) files
submitted to the Iowa DOT via its Transportation Program Management System (TPMS).
11. Final Plans: Two (2) printed sets of final plans, submitted in 11"x17" (half-size) format; two (2) printed
sets of final Special Provisions, if needed; and one (1) updated Engineer's Opinion of Anticipated
Construction Cost; along with accompanying transmittal letter, shall be submitted to OWNER. Copies
shall be submitted to the Iowa DOT per the requirements of the DOT's Instructional Memorandum
(LM.) Number 3.005, current version at time of submittal, or as electronic (PDF) files submitted to the
Iowa DOT via its Transportation Program Management System (TPMS).
12. Project Development Certification (PDC) Document to OWNER.
13. One (1) copy of survey field notes including utility structure inspection reports to OWNER.
14. CD or DVD of project drawings as AutoCAD® files. Electronic files of PROJECT base mapping will
include existing control point, property boundary, and topographic information; contour information;
and proposed design features and property acquisition information.
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. Information pertaining to the horizontal and vertical control for the Project, if available.
C. Latest aerial photography for the Project area.
D. Latest aerial topographic mapping for the project, if available.
E. PDF files of GIS data (or photocopies) of sewer utility records, water utility records, storm sewer
utility records, traffic signal records including existing signal timing data, miscellaneous utility
records (as available), and record drawings for adjacent improvements.
F. Site plans for adjacent properties.
G. Existing traffic volumes and projected Design Year Average Daily Traffic volumes for the project
corridor(s), including truck traffic percentages by classification.
H. Contractor bid prices from recent similar projects let by the OWNER.
Permit applications that are only available from the OWNER that are necessary to commence with
the construction of the proposed improvements.
J. Pertinent information from Reports of Record Ownership and Liens to assist with preparation of
property acquisition plats and temporary construction easement exhibits for parcels abutting
Project roadway corridors for which property acquisitions are required.
TASKS TO BE PERFORMED BY THE OWNER:
The OWNER shall perform the following tasks related to the project:
A. Assist ENGINEER with selecting stakeholders and properties for inclusion in stakeholder
database / mailing list.
B. Obtain Reports of Record Ownership and Liens for the parcels abutting the Project roadway
corridors for which property acquisitions are required.
Page 18 of 30
C. Provide and input new traffic signal timing information into existing and/or upgraded traffic signal
equipment, when recommended.
Page 19 of 30
ATTACHMENT B
Specifications
Iowa Statewide Urban Design and Specifications (SUDAS) Design Manual, Chapter 5
and the
Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, Series 2012,
plus General Supplemental Specifications; and applicable Supplemental Specifications, Developmental
Specifications, and Special Provisions.
Page 20 of 30
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 $ 30,746.00.
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 $ 2 795.00 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 30
ATTACHMENT C-1
Cost Analysis Worksheet
Contract STP -A-8155(757)--86-07, Base Agreement
1. Labor Cost (Prime Only)
Employee Classification
Hours
Rate Amount
Manager / Director 4 $165.00 $660.00
Senior Engineer / Architect / Land 43 $150.00 6,450.00
Surveyor
Engineer / Architect / Land Surveyor 16 $125.00 2,000.00
Engineer / Architect / Survey Intern 120 $100.00 12,000.00
Technician II 28 $90.00 2,520.00
Technician I 18 $70.00 1,260.00
Administrative 8 $75.00 600.00
Labor Total
237 $25,490.00
11. Direct Project Expenses (Prime only) Quantity Rate Amount
Mileage (miles) 660 $0.545 $359.70
Reproductions (each) 100 $0.20 20.00
Postage (oz.) 200 $0.50 100.00
CAD Time (hours) 93 $14.75 1,371.75
Lodging 0 $100.00 0.00
Title Reports 2 $300.00 600.00
Spikes/Lath 0 $1.00 0.00
Survey Supplies 4 $2.50 10.00
Total Direct Expenses = $2,461.45
111. Estimated Actual Costs (EAC) (Prime Only) (1 + 11) = $27,951.00 (Rounded)
IV. Contingency (Prime Only)
V. Subconsultant Expenses
None
10% of I + II) = $2,795.00 (Rounded)
(Lump Sum Fee) $0.00
Total Subconsultant Costs = $0.00
VI. Specific Rate of Compensation Agreement Total (111 + IV + V)
= (Maximum Amount Payable)
$30,746.00
Includes contingency amounts (Prime & Subconsultants) totaling $2,795.00
Total Initial Authorized Costs (Excluding All Contingency Amounts) = $27,951.00
Page 22 of 30
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 Transabtion," 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 Nanprocurement 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 30
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 Michael G. Dryden, Secretary/Treasurer of the
Ament Design Company, being duly sworn (or under penalty of perjury under the laws of the United States and the
State of Iowa) do hereby certify that the above Statements are true and correct.
(Signature)
Subscribed and sworn to this day of
(month) (year)
Page 24 of 30
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 Michael G. Dryden, Secretary/Treasurer of the
Ament Design Company, being duly sworn (or under penalty of perjury under the laws of the United States and the
State of Iowa) do hereby certify that the above Statements are true and correct.
4/k.C
(Signature)
Subscribed and sworn to this / G ' day of ALP'e /c- ,
(month) (year)
Page 24 of 30
ATTACHMENT E
CERTIFICATION OF CONSULTANT
I hereby certify that I, Michael G. Dryden, am the Secretary/Treasurer 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.
Signature Date
Page 25 of 30
ATTACHMENT F
CERTIFICATION OF OWNER
I hereby certify that 1, 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.
Signature Date
Page 26 of 30
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 30
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 Flours (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 30
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....) byfiscal year is required. Direct expense items charged should
identify the number of units (miles, hours, prints, copies, feet, etc....) and the rate applied by fiscal year. In lieu
of a final job cost report, a summary of the aforementioned information is needed. The summary should be
supported by monthly job cost detail.
Subconsultant: Final invoice requirements for subconsultants with specific rate contracts are the same as the
requirements for the prime consultant. It is the prime consultant's responsibility to assure such an invoice is
acquired and attached to the prime's final invoice.
Page 29 of 30
ATTACHMENT H
Consultant Fee Proposal
Task
Hours
Cost
Project/Construction Administration
16
$ 1,800
Travel
16
$ . 2,000
Meetings
6
$ 750
Quality Control
5
$ 750
Bidding
4
$ 500
Research
2
$ 200
Design
99
$ 9,935
Permitting
3
$ 275
Concept statement
5
$ 550
Field Review
2
$ 250
Utility Coordination
2
$ 200
Specifications/Manual
5
$ 550
Cost Estimating/Quantities
5
$ 550
Topographic/Boundary Surveys
68
$ 7,180
Expenses
4
$ 2,461
Total
237
$ 27,951
Page 30 of 30