Loading...
HomeMy WebLinkAboutAment-Greenhill Rd. at Progress Ave. ImprovementsGREENHILL ROAD AT PROGRESS AVENUE IMPROVEMENTS CITY OF WATERLOO, IOWA PROFESSIONAL SERVICE AGREEMENT This Agreement is made and entered by and between Ament Design, 625 32nd Avenue SW, Cedar Rapids, Iowa, hereinafter referred to as "AMENT" and City of Waterloo, Iowa, hereinafter referred to as "CLIENT." IN CONSIDERATION of the covenants hereinafter set forth, the parties hereto mutually agree as follows: SCOPE OF SERVICES AMENT shall perform professional Services (the "Services") in connection with CLIENT's facilities in accordance with the Scope of Services set forth in Exhibit A attached hereto. 11. AMENT'S RESPONSIBILITIES AMENT shall, subject to the terms and provisions of this Agreement: (a) Appoint one or more individuals who shall be authorized to act on behalf of AMENT and with whom CLIENT may consult at all reasonable times, and whose instructions, requests, and decisions will be binding upon AMENT as to all matters pertaining to this Agreement and the performance of the parties hereunder. (b) Use all reasonable efforts to complete the Services within the time period mutually agreed upon, except for reasons beyond its control. Schedule shall be as defined in Attachment B. (c) Perform the Services in accordance with generally accepted professional engineering standards in existence at the time of performance of the Services. If during the two- year period following the completion of Services, it is shown that there is an error in the Services solely as a result of AMENT's failure to meet these standards, AMENT shall reperform such substandard Services as may be necessary to remedy such error at no cost to CLIENT. Since AMENT has no control over local conditions, the cost of labor and materials, or over competitive bidding and market conditions, AMENT does not guarantee the accuracy of any construction cost estimates as compared to contractor's bids or the actual cost to the CLIENT. AMENT makes no other warranties either express or implied and the parties' rights, liabilities, responsibilities and remedies with respect to the quality of Services, including claims alleging negligence, breach of warranty and breach of contract, shall be exclusively those set forth herein. (d) AMENT shall, if requested in writing by CLIENT, for the protection of CLIENT, require from all vendors and subcontractors from which AMENT procures equipment, materials or services for the project, guarantees with respect to such equipment, materials and services. All such guarantees shall be made available to CLIENT to the full extent of the terms thereof. AMENT's liability with respect to such equipment, and materials obtained from vendors or services from subcontractors, shall be limited to procuring guarantees from such vendors or subcontractors and rendering all reasonable assistance to CLIENT for the purpose of enforcing the same. (e) AMENT will be providing estimates of costs to the CLIENT covering an extended period of time. AMENT does not have control over any such costs, including, but not limited to, costs of labor, material, equipment or services furnished by others or over competitive bidding, marketing or negotiating conditions, or construction contractors' methods of determining their prices. Accordingly, it is acknowledged and understood that any estimates, projections or opinions of probable project costs provided herein by AMENT are estimates only, made on the basis of AMENT's experience and represent AMENT's reasonable judgment as a qualified professional. AMENT does not guaranty that proposals, bids or actual project costs will not vary from the opinions of probable costs prepared by AMENT, and the CLIENT waives any and all claims that it may have against AMENT as a result of any such variance. 111. CLIENTS RESPONSIBILITIES CLIENT shall at such times as may be required for the successful and expeditious completion of the Services; (a) Provide all criteria and information as to CLIENT's requirements; obtain all necessary approvals and permits required from all governmental authorities having jurisdiction over the project; and designate a person with authority to act on CLIENT's behalf on all matters concerning the Services. (b) Furnish to AMENT all existing studies, reports and other available data pertinent to the Services, and obtain additional reports, data and services as may be required for the project. AMENT shall be entitled to rely upon all such information, data and the results of such other services in performing its Services hereunder. IV. INDEMNIFICATION AMENT agrees to indemnify and hold harmless CLIENT from and against any and all suits, actions, damages, loss, liability or costs (including, without limitation, reasonable attorneys' fees directly related thereto) for bodily injury or death of any person or damage to third party property if and to the extent arising from the negligent errors or omissions or willful misconduct of AMENT during the performance of the Services hereunder. V. INSURANCE Commencing with the performance of the Services, and continuing until the earlier of acceptance of the Services or termination of this Agreement, AMENT shall maintain standard insurance policies as follows: (a) Workers' Compensation and/or all other Social Insurance in accordance with the statutory requirements of the state having jurisdiction over AMENT's employees who are engaged in the Services, with Employers Liability not less than One Hundred Thousand Dollars ($100,000) each accident; (b) Commercial General Bodily Injury and Property Damage Liability and Automobile liability insurance including (owned, non -owned, or hired), each in a combined single limit of One Million Dollars ($1,000,000) each occurrence for bodily injury and property damage liability. This policy includes Contractual Liability coverage. AMENT agrees to name CLIENT as Additional Insured on this policy, but only to the extent of AMENT's negligence under this Agreement and only to the extent of the insurance limits specified herein. (0) Professional Liability Insurance with limits of $1,000,000 per claim and in the aggregate covering AMENT against all sums which AMENT may become legally obligated to pay on account of any professional liability arising out of the performance of this Agreement. AMENT agrees to provide CLIENT with certificates of insurance evidencing the above described coverage prior to the start of Services hereunder and annually thereafter if required. AMENT shall provide prompt notice to the CLIENT in the event of cancellation, material change, or nonrenewal per standard ISO Acord Form wording and the policy provisions. VI. COMPENSATION AND TERMS OF PAYMENT Compensation for the services shall be on an hourly basis in accordance with the hourly fees and other direct expenses in effect at the time the services are performed. Total compensation associated with the conceptual roadway design and final traffic signal design is a not -to -exceed fee of forty thousand Dollars and no cents ($40,000.00). The fee is broken down in Attachment B. AMENT may bill the CLIENT monthly for services completed at the time of billing. CLIENT agrees to pay AMENT the full amount of such invoice within thirty (30) days after receipt thereof. In the event CLIENT disputes any invoice item, CLIENT shall give AMENT written notice of such disputed item within ten (10) days after receipt of invoice and shall pay to AMENT the undisputed portion of the invoice according to the provisions hereof. CLIENT agrees to abide by any applicable statutory prompt pay provisions currently in effect. VII. TERMINATION CLIENT may, with or without cause, terminate the Services at any time upon fourteen (14) days written notice to AMENT. The obligation to provide further Services under this Agreement may be terminated by either party upon fourteen (14) days' written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party, providing such defaulting party has not cured such failure, or, in the event of a non -monetary default, commenced reasonable actions to cure such failure. In either case, AMENT will be paid for all expenses incurred and Services rendered to the date of the termination in accordance with compensation terms of Article VI. VIII. OWNERSHIP OF DOCUMENTS (a) Sealed original drawings, specifications, final project specific calculations and other instruments of service which AMENT prepares and delivers to CLIENT pursuant to this Agreement shall become the property of CLIENT when AMENT has been compensated for Services rendered. CLIENT shall have the right to use such instruments of service solely for the purpose of the construction, operation and maintenance of the Facilities. Any other use or reuse of original or altered files shall be at CLIENT's sole risk without liability or legal exposure to AMENT and CLIENT agrees to release, defend and hold AMENT harmless from and against all claims or suits asserted against AMENT in the event such documents are used for a purpose different than originally prepared even though such claims or suits may be based on allegations of negligence by AMENT. Nothing contained in this paragraph shall be construed as limiting or depriving AMENT of its rights to use its basic knowledge and skills to design or carry out other projects or work for itself or others, whether or not such other projects or work are similar to the work to be performed pursuant to this Agreement. (b) Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced and AMENT makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings and the electronic files, the sealed drawings will govern. IX. MEANS AND METHODS (a) AMENT shall not have control or charge of and shall not be responsible far construction means, methods, techniques, sequences or procedures, or for safety measures and programs including enforcement of Federal and State safety requirements, in connection with construction work performed by CLIENT's construction contractors. Nor shall AMENT be responsible for the supervision of CLIENT's construction contractors, subcontractors or of any of their employees, agents and representatives of such contractors; or for inspecting machinery, construction equipment and tools used and employed by contractors and subcontractors on CLIENT's construction projects and shall not have the right to stop or reject work without the thorough evaluation and approval of the CLIENT. In no evert shall AMENT be liable for the acts or omissions of CLIENT's construction contractors, subcontractors or any persons or entities performing any of the construction work, or for the failure of any of them to carry out construction work under contracts with CLIENT. (b) In order that AMENT may be fully protected against such third -party claims, CLIENT agrees to obtain and maintain for the benefit of AMENT the same indemnities and insurance benefits obtained for the protection of the CLIENT from any contractor or subcontractor working on the project and shall obtain from that contractor/subcontractor insurance certificates evidencing AMENT as an additional named insured. X. INDEPENDENT CONTRACTOR AMENT shall be an independent contractor with respect to the Services to be performed hereunder. Neither AMENT nor its subcontractors, nor the employees of either, shall be deemed to be the servants, employees, or agents of CLIENT. XI. PRE-EXISTING CONDITIONS Anything herein to the contrary notwithstanding, title to, ownership of, legal responsibility and liability for any and all pre-existing contamination shall at all times remain with CLIENT. "Preexisting contamination" is any hazardous or toxic substance present at the site or sites concerned which was not brought onto such site or sites by AMENT. CLIENT agrees to release, defend, indemnify and hold AMENT harmless from and against any and all liability which may in any manner arise in any way directly or indirectly caused by such pre-existing contamination except if such liability arises from AMENT's sole negligence or willful misconduct. CLIENT shall, at CLIENT's sole expense and risk, arrange for handling, storage, transportation, treatment and delivery for disposal of pre-existing contamination. CLIENT shall be solely responsible for obtaining a disposal site for such material. CLIENT shall look to the disposal facility and/or transporter for any responsibility or liability arising from improper disposal or transportation of such waste. AMENT shall not have or exert any control over CLIENT in CLIENT's obligations or responsibilities as a generator in the storage, transportation, treatment or disposal of any pre-existing contamination. CLIENT shall complete and execute any governmentally required forms relating to regulated activities including, but not limited to generation, storage, handling, treatment, transportation, or disposal of pre-existing contamination. In the event that AMENT executes or completes any governmentally required forms relating to regulated activities including but not limited to storage, generation, treatment, transportation, handling or disposal of hazardous or toxic materials, AMENT shall be and be deemed to have acted as CLIENT'S agent. For AMENT's Services requiring drilling, boring, excavation or soils sampling, CLIENT shall approve selection of the contractors to perforrn such services, all site locations, and provide AMENT with all necessary information regarding the presence of underground hazards, utilities, structures and conditions at the site. XII. LIMITATION OF LIABILITY CLIENT agrees that AMENT's liability for the act, error or omission in its performance of services under this Agreement shall in no event exceed the amount of the total compensation received by AMENT. It is intended by the parties to this Agreement that AMENT's services in connection with the project anticipated herein shall not subject AMENT's individual employees, officers, or directors to any personal legal exposure for the risks associated with this project. XIII. DISPUTE RESOLUTION If a dispute arises out of, or relates to, the breach of this Agreement and if the dispute cannot be settled through negotiation, then AMENT and the CLIENT agree to submit the dispute to mediation. In the event AMENT or the CLIENT desires to mediate any dispute, that party shall notify the other party in writing of the dispute desired to be mediated. If the parties are unable to resolve their differences within 10 days of the receipt of such notice, such dispute shall be submitted for mediation to accordance with the procedures and rules of the American Arbitration Association (or any successor organization) then in effect. The deadline for submitting the dispute to mediation can be changed if the parties mutually agree in writing to extend the time between receipt of notice and submission to mediation. The expenses of the mediator shall be shared 50 percent by AMENT and 50 percent by the CLIENT. This requirement to seek mediation shall be a condition required before filing an action at law or in equity. However, prior to or during the negotiations or the mediation either party may initiate litigation that would otherwise be barred by a statute of limitations, and AMENT may pursue any property liens or other rights it may have to obtain security for the payment of its invoices. XIV. MISCELLANEOUS (a) This Agreement constitutes the entire agreement between the parties hereto and supersedes any oral or written representations, understandings, proposals, or communications heretofore entered into by or on account of the parties and may not be changed, modified, or amended except in writing signed by the parties hereto. In the event of any conflict between this contract document and any of the exhibits hereto, the terms and provisions of this contract document shall control. In the event of any conflict among the exhibits, the exhibit of the latest date shall control. (b) This Agreement shall be governed by the laws of the State of Iowa. (c) AMENT may subcontract any portion of the Services to a subcontractor approved by CLIENT. In no case shall CLIENT's approval of any subcontract relieve AMENT of any of its obligations under this Agreement. (d) In no event shall either party be liable to the other for indirect or consequential damages, including, but not limited to, loss of use, loss of profit or interruption of (e) (f) business, whether arising in contract, tort (including negligence), statute, or strict liability. In the event CLIENT uses a purchase order form to administer this Agreement, the use of such form shall be for convenience purposes only, and any typed provision in conflict with the terms of this Agreement and all preprinted terms and conditions contained in or on such forms shall be deemed stricken and null and void. This Agreement gives no rights or benefits to anyone other than CLIENT and AMENT and does not create any third -party beneficiaries to the Agreement. IN WITNESS WHEREOF, the parties hereto have executed this agreement on the day and year written below. APPROVED FOR CLIENT By. Printed Name. APPROVED FOR AMENT DESIGN By: Printed Name: Michael G. Dryden, P.E. Title• Title: Secretary/Treasurer Date. Date: business, whether arising in contract, tort (including negligence), statute, or strict liability. (e) In the event CLIENT uses a purchase order form to administer this Agreement, the use of such form shall be for convenience purposes only, and any typed provision in conflict with the terms of this Agreement and all preprinted terms and conditions contained in or on such forms shall be deemed stricken and null and void. (f) This Agreement gives no rights or benefits to anyone other than CLIENT and AMENT and does not create any third -party beneficiaries to the Agreement. IN WITNESS WHEREOF, the parties hereto have executed this agreement on the day and year written below. APPROVED FOR CLIENT APPROVED FOR AMENT DESIGN By: l_�.�(�MSI s Z C:{ A(- Printed ( Printed Name' Title. Date. hr LI/IL / By: /4 Printed Name: Title: Michael G. Dryden, P.E. Date: Secretary/Treasurer Apr71 9/ do'J ATTACHMENT A Scope of Services Project Understanding At the request of the staff of the Traffic Operations Department of the City of Waterloo, Ament Design has performed a study of the Greenhill Road / Progress Avenue intersection. The purpose of this study was to a) evaluate the intersection for level of service (LOS) and capacity under existing conditions and with an exclusive left -turn lane provided on the Greenhill Road (mainline) approaches, b) determine storage length requirements for these potential exclusive left -turn lanes, and c) determine project quantities and develop a construction cost opinion for adding exclusive left -turn lanes on Greenhill Road and adding a permanent traffic signal installation at this intersection. Traffic control for the intersection is currently provided by a temporary span wire traffic signal installation. Greenhill Road, the mainline roadway, is classified as a minor arterial. It is a 4 -lane, undivided, 53' -wide back-to- back (B -B), portland cement concrete (PCC), urban roadway having a posted speed limit of 45 miles per hour (mph). Roadway drainage is provided via a storm sewer system. Progress Avenue, the side street, is classified as a local road. The north leg of Progress Avenue is a 2 -lane, 311 - wide B -B, urban roadway having a posted speed limit of 25 mph. The return of the north leg is PCC pavement. Beyond the intersection return, the roadway is PCC with a hot -mix asphalt (HMA) overlay. Roadway drainage is provided via a storm sewer system also. The north leg of Progress Avenue — between Greenhill Road and University Avenue (approximately 2,100 feet to the north) — has a truck restriction. No Trucks symbol signs are posted just north of Greenhill Road for northbound traffic and just south of University Avenue for southbound traffic. The south leg of Progress Avenue is only about 80 feet long — between the south edge of Greenhill Road and the north edge of Sager Avenue, a local street that parallels Greenhill Road. This south leg is a PCC pavement and is 50' -wide B -B — at a point. It provides a shared left -through lane and an exclusive right -turn lane for northbound traffic at Greenhill Road. At Sager Avenue, there is sufficient width for an exclusive left -turn lane and an exclusive right -turn lane for southbound traffic, although this approach is not marked as such. This intersection is located within a 450' -long, sag vertical curve along Greenhill Road with the low point located approximately 100 feet west of the centerline of Progress Avenue. The tangent grade on the west leg of Greenhill Road is -2.45%. The tangent grade on the east leg of Greenhill Road is +1.55%. A 900' -long, crest vertical curve is located to the east of the intersection with the high point located approximately 416 feet east of the centerline of Progress Avenue. The north leg of Progress Avenue is relatively flat, having an approach grade of between 1-2% as it approaches Greenhill Road. The south leg of Progress Avenue is steeper, having an approach grade of between 4-5% as it approaches Greenhill Road. A 10 -wide, PCC shared -use path / trail (Cedar Prairie Trail) is located along the north side of Greenhill Road on both sides of the Progress Avenue intersection. A 4' -wide sidewalk is located along the south side of Sager Avenue on both sides of the Progress Avenue intersection. These are the only pedestrian facilities that are provided near the intersection. The south edge of the Cedar Prairie Trail is located twelve (12) feet from the north back of curb of Greenhill Road. The nearest intersections to the study intersection, along Greenhill Road, are the Sager Avenue / Greenhill Circle intersection, located approximately 1,277 feet to the west, and Tunis Circle, a private street located approximately 560 feet to the east. The Sager Avenue / Greenhill Circle intersection is a 4 -legged intersection with stop sign control for the two north -south side streets — Sager Avenue to the south and Greenhill Circle to the north. The Tunis Circle intersection is a T -intersection to the north with no stop sign. The nearest signalized intersections to the study intersection, along Greenhill Road, are Cedar Heights Drive, located approximately 2,460 feet to the west, and Katoski Drive, located approximately 1,570 feet to the east. The Cedar Heights Drive intersection is a 4 -legged intersection. The Katoski Drive intersection is a T -intersection to the south. Ament Design developed anticipated project quantities and an opinion of anticipated construction cost for two (2) different alternatives for widening Greenhill Road to accommodate the addition of an exclusive left -turn lane on both the east and west approaches of Greenhill Road. These two (2) alternatives are described as follows: Page 1 of 10 Alternate 1: Use a 50 -mph design speed for Greenhill Road. Provide five (5) 11' -wide lanes on Greenhill Road with a 4' -wide painted median to separate opposing traffic, while maintaining the 2.5' -wide curb -and -gutter sections with 6" -high sloped curb that are provided along the outside edge of the current 53' -wide, 4 -lane, high-speed Greenhill Road facility. This results in a pavement section that is 64 feet wide B -B and which requires a total of eleven (11) feet of pavement widening, assumed to be 5.5 feet on both the north and south sides of Greenhill Road. Provide a 150' -long exclusive left -turn lane on both the east and west approach of Greenhill Road along with a 10:1 taper for entering into the turn lane. Use 50:1 tapers for shifting the through travel lanes 5.5 feet away from the mainline centerline upstream from the added left -turn lane and then toward the centerline downstream from the intersection. These design criteria result in a minimum of 535 lineal feet of pavement widening on the approach side of each mainline leg — measured from the proposed stop line location — and a minimum of 425 lineal feet of pavement widening on the departure side of each mainline leg — again, measured from the proposed stop line location for that leg. To be conservative in the development anticipated project quantities and a construction cost opinion for this alternative, it is assumed that the relative distance between the Greenhill Road pavement and the south edge of the existing Cedar Prairie Trail will be maintained at twelve (12) feet. This will require that a significant length of the trail be removed and reconstructed to accommodate the proposed mainline widening. The trail removal / reconstruction section would begin and end where the mainline pavement widening begins and ends. By doing this, the buffer zone between the trail and the high-speed mainline roadway is maintained and the amount of space for snow storage for the widened roadway facility is also maintained. Maintaining the 12' -wide buffer zone is important, since the Greenhill Road facility has sloped curbs, which do not redirect vehicles leaving the roadway as well as standard curb would. Construct retaining walls along both the north and south sides of Greenhill Road — east and west of the Progress Avenue intersection — to reduce the construction "footprint" caused by the pavement widening / trail realignment. Replace the temporary span wire traffic signal installation with a permanent traffic signal installation using combination traffic signal poles with mast arms a luminaire arms. Alternate 2: Use the same 50 -mph design speed for Greenhill Road. Provide five (5) 12' -wide lanes on Greenhill Road with a 3' -wide B -B raised median to separate opposing traffic. Maintain the 2.5 -wide curb -and -gutter sections with 6" - high sloped curb that are provided along the outside edge of the current 53' -wide, 4 -lane, high-speed Greenhill Road facility and provide 2.5' -wide curb -and -gutter sections with 6" -high sloped curb along the raised median. This results in a pavement section that is 73 feet wide B -B and which requires a total of twenty (20) feet of pavement widening, assumed to be ten (10) feet on both the north and south sides of Greenhill Road. Provide the same 150' -long exclusive left -turn lane on both the east and west approach of Greenhill Road along with a 10:1 taper for entering into the wider turn lane (12 feet vs. 11 feet). Use the same 50:1 tapers for shifting the through travel lanes ten (10) feet away from the mainline centerline upstream from the added left -turn lane and then toward the centerline downstream from the intersection. These design criteria result in a minimum of 770 lineal feet of pavement widening on the approach side of each mainline leg — measured from the proposed stop line location — and a minimum of 650 lineal feet of pavement widening on the departure side of each mainline leg — again, measured from the proposed stop line location for that leg. To be conservative in the development anticipated project quantities and a construction cost opinion for this alternative, it is also assumed that the relative distance between the Greenhill Road pavement and the south edge of the existing trail will be maintained at twelve (12) feet. This will require that an even greater length of the Cedar Prairie Trail to be removed and reconstructed to accommodate the proposed mainline widening. As before, the trail removal / reconstruction section would begin and end where the mainline pavement widening begins and ends. This is done for the same reasons as stated under Alternative 1. Construct longer and higher retaining walls along both the north and south sides of Greenhill Road — east and west of the Progress Avenue intersection — to reduce the construction "footprint" caused by the pavement widening / trail realignment. Page 2 of 10 Replace the same temporary span wire traffic signal installation with a permanent traffic signal installation using combination traffic signal poles with mast arms a luminaire arms. The Engineer's Opinion of Anticipated Construction Cost for Alternative 1 is approximately $990,000. The Engineer's Opinion of Anticipated Construction Cost for Alternative 2 is approximately $1,490,000. Both cost opinions include a 20% contingency amount to cover unanticipated construction expenses. The acquisition of additional right-of-way is not anticipated for Alternative 1. For Alternative 2, a small triangle of additional right-of-way may be needed in the northeast quadrant of the study intersection. This agreement is based upon the development of Alternative 1, with an additional contingency amount identified for the development of Alternative 2, if it is selected by the City as the preferred alternative during Project development. Major Project Tasks • Project Management • Research and Data Collection • Control, Boundary, Utility, Drainage, Topographic, and Pick-up Surveys • Engineering Design; Plans, Specifications, and Construction Cost Opinion Development; and Special Provisions, if Needed • Right-of-way Acquisitions (for Alternative 2) (contingency item) • Contractor Procurement Activities Page 3 of 10 Scope of Services The scope of services to be performed by Ament Design shall be completed in accordance with generally accepted standards of practice and shall include the services and supplies to perform the tasks iisted below. The Project involves: Project management; utility coordination; research and data collection including design surveys; conceptual and preliminary design for pavement widening and for storm sewer, sidewalk and trail modifications; conceptual, preliminary, check, and final design for traffic signal improvements; preparation of contract documents (plans, specifications, cost opinions); preparation of right-of-way acquisition plats, if needed; and assistance with contractor procurement for traffic signal improvements. The following provides a description of the tasks to be performed and identification of the proposed work. Project Management A. Project Team Kick -Off Meeting —This meeting shall include members of the Project Team (Ament Design, some, but not all, of Ament Design's Consultants, and City of Waterloo). The goal of the meeting is to define and clarify the City of Waterloo's requirements for the Project, select either Alternate No. 1 or Alternate No. 2, to obtain available data, to develop a detailed Project plan regarding data delivery and format, and to discuss and clarify key Project issues. B. Project Administration — This task involves tracking the Project design schedule throughout the length of the design services phase, monitoring the Project Scope of Work and reviewing the Quality Control Plan. • Monitoring Schedule: If the Project is not on schedule, Ament Design will present an approach for bringing the Project back on schedule. • Monitor Project Scope: This will be done to identify needed services that are not included in the scope of the design services contract. Ament Design will make the City of Waterloo representative aware of potential change orders to the design contract before the additional services are performed. • Quality Control Plan — This task involves establishment of review and checking procedures for Project deliverables. The Ament Design will designate responsibility for implementation of the plan. C. Project Design Review Meetings — This task involves attendance by Ament Design at Project design review meetings with representatives of the City of Waterloo with participation by Ament Design's Consultants on an "as needed" basis. Up to three (3) meetings are anticipated. Ament Design 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 City of Waterloo and/or obtain clarification of information that has been provided by the City of Waterloo, 3. identify issues that have developed during Project design, options to address these issues, advantages and disadvantages of these options, and the option that Ament Design recommends, 4. update the Project schedule, discuss Project progress, and notify the City of Waterloo 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 City of Waterloo of needed design services not included in the scope of the design services contract. D. 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 at a Joint Utility Coordination Meeting with the City of Waterloo and affected utilities at the beginning of the Project during the Data Collection Phase and after the submittal of each phase of the Project (Preliminary, Check and Final Plan Stages); 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. Page 4 of 10 11. 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 comprising the best available information for the Project area. This information will be obtained from the City of Waterloo. 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 task includes obtaining record drawings for the existing intersection of Greenhill Road and Progress Avenue intersection and the existing signal interconnection system located within the Project corridor. This includes information on traffic signal equipment, layout, wiring, phasing, timing, etc. 3. Encroachment Research — This item includes performing research related to approved easement and right-of-way encroachments of the Project corridor. This information will relate directly to Project schedule and, possibly, Project cost. 4. 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. 5. Hydrology/Hydraulics — This item is intended to include the collection of information related to the hydrology and hydraulics of the surface water within the Project corridor. This includes information related to existing detention, hydraulics of significant structures, and other pertinent information related to the hydrology and hydraulics of the watershed. 6. Horizontal Control Surveys — This item includes establishing horizontal control referenced to Iowa State Plane Coordinates, North Zone, as determined from the Iowa RTN. 7. Vertical Control Survey — This item includes establishing vertical control referenced to 1988 NGVD through GPS observation (accuracy ± 0.10 feet) on one (1) point, with corridor benchmarks to be run using digital level closed level loop with second -order, Class I NGS accuracy. 8. Reference Ties -- This item includes the acquisition and documentation of reference ties for the horizontal control points for use in the recovery of these control points. Each temporary horizontal control point sketch will be recorded in the design plans. These sketches will include the X, Y values, monument description, monument name, and a sketch showing ties to at least three (3) natural or manmade objects. The X, Y, Z values of the vertical control points will be recorded in the design plans also. 9. Property Surveys — This item includes research for existing plats and survey records to determine property ownership adjacent to the rights of way of the Project corridor, field survey for monuments to determine rights of way lines, and calculations to delineate adjacent property lines and existing right of way lines. 10. Utility Surveys This item includes the use of a standard Iowa One Call Design Locate Request resulting in SUE Level C locations. Should it be determined that SUE Level B orA locations are required, this service can be provided as a contract amendment. 11. 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 to supplement the survey data or mapping information already collected by the City of Waterloo or others within the Project corridor in recent years. The information to be collected includes topography and visible permanent improvements and features. Page 5 of 10 12. Conceptual Design — Prepare a conceptual horizontal and vertical design of the proposed improvements for Greenhill Road and Progress Avenue, as well as proposed pedestrian facilities. This Conceptual Design will include development of conceptual typical sections and traffic striping plan. III. 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 and/or Iowa Statewide Urban Design and Specifications (SUDAS) standard specification and City of Waterloo Standard Specifications for Traffic Signalization. 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. 1. 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 and geotechnical and environmental information to prepare 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 a scale of 1" = 20' (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 City of Waterloo as a background. 2. Pfe".,m.aary=Readway Typical Cro e Section(s) This ta...k includes thc development of a preliminary typical cro°s section(s) for the Project roadway(s) indicating the type, width, and thickness of pavement and subbase, crone, slope, details of shoulders and joints, and details of curbs and sidewalk, if proposed. 3. Preliminary Horizontal-and-Ver#eat-A14 Tway improvements. This task includes the determination of thc locations and coordinates for the horiz circular curve data; thc locaticos-sf-the-verti^^'^^d VPT's; and the vertical parabet s-euwe data. 4. Hydrology and Hydraulic Calculations This task includes -the preparation of detailed hydrology calculations to be used in the design of thc storm water management facilities proposed for the Project. h and data colloction phase-and-additie iri^ ermatien; if necessary, ^hall be utilized. This task also inelud ded to properly repo..cd as part-er,he est 5. Preliminary Storm Se size, and location ^fit^-` se • '^ta', okesrmenhotesrand piping and-subdrain piping, cl nouts, and outlets. asement needs to accommodate required relocations of the existing private utilities within the roadway corridor(s), as identified by either the Ament Design or the utility companies during thc development of 7. Preliminary Intersection and Driv herizentat-and vertical geometry for the prop inekide station lecatienc; centerline angles; locations and dimen..ions of radii and radius end points and inter ediate-peints; taper-peints an- --- pamseres ^'e ^^^^'epos; assess-nlrive-grades; and _pot elevations. er: a. the existing sidewalks, shared use paths, and pedestrian ramps within the-readway-ser ids -thaf-will be impacted by roadway construction, and br—the proposed sidewalks, shared-pse-paths, and pe-- - Page 6of10 (ABA)-requirements-fer-fhe-roadway construction, i.c., new—pedestrian-,a Details will include station losati or shared u -e -path -le at'^^^^' eprecsed e locations at intersections cular traffic from existing -pedestrian des and spot elevations -for non typical sidewalk Proli i...,,,, Pave .ent Marking and Sig eludes the development-ef-a-pr^'� , eeerding to the requirements of the City of Waterloe-and-accerding to the guidelines contained in the Manual on Uniform Traffic Centre) Devices (MUTCD) Handbeekatest edition, • 'anal Standard. 10. Traffic Signal System Design / Modifications — This task includes the design and preparation of detailed plans for: a. Removing the existing, temporary span wire traffic signal installation at the Project intersection; and b. Installing a permanent, fully -actuated traffic signal installation at the Project intersection. Plans will include traffic signal layout; a wiring diagram; signal phasing with a phase sequence diagram and signal timings for isolated signal operation; sign and signal head types and dimensions; loop detector (and/or video or wireless or microwave vehicle detection zone), handhole, and base locations; intersection monitoring system information; written or graphical depiction of mast arm loadings; and a summary of anticipated traffic signal quantities. The City of Waterloo will provide Ament Design with information regarding existing traffic signal equipment and phasing and timing information. The City of Waterloo will also input the new traffic signal timing information into the existing or upgraded traffic signal equipment when recommended. 11. Budget Review (Preliminary Engineer's Opinion of Anticipated Construction Cost) — This task includes the development of a quantity take -off 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. 12. 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, 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 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. 13. Preliminary Plan Submittal — This item includes the submittal of the appropriate number of copies of the Preliminary Plans to the City of Waterloo. 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 eeo,onnc 4—Preliminary horizontal and vertical roadway alignments • Preliminary location / layout of new tem -sewe an ubd '^ Temente • Preliminary layout for permanent traffic signal installation 14. Field Reconnaissance — This task includes a field reconnaissance / field check with City of Waterloo staff after the initial preliminary design plan set is submitted to the City of Waterloo. Page 7 of 10 IV. Check Plans and Final Plans for the Traffic Signal Plans A. Check Plans and Draft Project Manual — 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 a draft Project Manual for the Traffic Signal Project, including front end documents and specifications/special provisions. 1. Addition of Text / Information to Drawings — This task includes the addition of information and text to the drawings 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 submittal of the appropriate number of copies of the Check Plans; Draft Project Manual; and Updated Engineer's Opinion of Anticipated Construction Cost to the City of Waterloo. B. Final Plans and Project Manual — This item includes the modification of the Check Plans and Project Manual 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. Assist with Development of Project Schedule — Ament Design will provide input to City of Waterloo to assist with determination of anticipated length of Project construction schedule, intermediate (milestone) completion dates, etc., if necessary. 5. Final Plan Submittal — This item includes the submittal of the appropriate number of copies of the Final Plans; Final Project Manual; and Final Engineer's Opinion of Anticipated Construction Cost to the City of Waterloo. The plan sheets that are anticipated for inclusion in the Final Plan set are listed below: • Title Sheet • General Notes and Legend Sheet • Quantities and Tabulations Sheet(s) including Coordinate Geometry for Roadway(s) Page 8 of 10 • Reference Ties and Bench Marks Sheet(s) • Right-of-way and Easement Sheet(s), if Needed • Intersection Geometry Sheet(s) • Temporary Traffic Signal System Removal Sheets • Permanent Traffic Signal System Installation / Modifications Sheets • Pedestrian Ramp Geometry Sheet(s) • Removals Sheet(s) V. Contractor Procurement A. Bid Period Activities 1. Answer Questions from Contractors — After submittal of Final Plans to the City of Waterloo, clarification of items in question will be provided to assist the City of Waterloo in answering questions from Contractors and any addenda that are necessary. 2. VI. Deliverables A. Ament Design Deliverables 1. Minutes of Project review meetings to meeting attendees. 2. Monthly progress reports (submitted with Project invoices) to City of Waterloo. 3. List of property owners abutting the Project corridor(s) with contact information (mailing address, phone number, mobile phone number, facsimile number, e-mail address, etc. to City of Waterloo. 4. Survey notification letter sent to individual property owners along the Project corridor(s) to City of Waterloo. 5. One (1) set of plan sheets depicting proposed right-of-way, permanent easement, and temporary construction easement boundaries and an electronic file in DGN or DWG format containing these elements to City of Waterloo, if needed. 6. Preliminary Plans: One (1) set of preliminary plans, submitted in 11"x17" (half-size) format as an electronic PDF file, and one (1) preliminary Engineer's Opinion of Anticipated Construction Cost, along with accompanying transmittal letter, shall be submitted to City of Waterloo. 7. Check Plans: One (1) set of check plans, submitted in 11"x17" (half-size) format as an electronic PDF file; one (1) set of draft Special Provisions, if needed, submitted as an electronic PDF file; and one (1) updated Engineer's Opinion of Anticipated Construction Cost; along with accompanying transmittal letter, shall be submitted to City of Waterloo. 8. Final Plans: One (1) set of reproducible final plans, submitted in 11"x17" (half-size) format as an electronic PDF file; one (1) set of final Special Provisions, if needed submitted as an electronic PDF file; one (1) updated Engineer's Opinion of Anticipated Construction Cost; along with accompanying transmittal letter, shall be submitted to City of Waterloo; and the required number of plan set title sheets and special provision certification pages with certification seals, dates, and original signatures of the certifying Ament Design. 9. One (1) copy of survey field notes including utility structure inspection reports to City of Waterloo. 10. 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. Page 9 of 10 VII. CITY OF WATERLOO'S RESPONSIBILITIES MATERIAL AND INFORMATION TO BE PROVIDED BY THE CITY OF WATERLOO: The City of Waterloo shall provide the following material and information related to the Project: A. Electronic files of City of Waterloo's Traffic Operations Department's Standard Specifications for Traffic Signalization, if required by the City of Waterloo. 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, miscellaneous utility records (as available), and record drawings for adjacent improvements. F. Information on sections of existing water main and/or sanitary sewer piping to replace within Project corridor or sections of new water main and/or sanitary sewer piping to construct within Project corridor including proposed pipe sizes. [Design of any new water main and/or sanitary sewer piping to construct within Project corridor is a Contingency task.] G. Site plans for adjacent properties. H. Contractor bid prices from recent similar projects let by the City of Waterloo. Permit applications that are only available from the City of Waterloo that are necessary to commence with the construction of the proposed improvements. J. Proposed pipe sizing for new water mains and sanitary sewer crossings, if included in Project design. TASKS TO BE PERFORMED BY THE CITY OF WATERLOO: The City of Waterloo shall perform the following tasks related to the Project: A. Attend kick-off meeting, design review meetings, and joint utility coordination meetings. B. Input new traffic signal timing information into existing and/or upgraded traffic signal equipment. Page 10 of 10 This is ATTACHMENT B, consisting of one (1) page(s), referred to in the agreement between the City of Waterloo & Ament Design, effective April 9, 2018 PROJECT SCHEDULE AND FEE The scope of Services shall be completed in accordance with the following schedule unless modified by mutual agreement or by factors beyond the control of the Consultant: Contract Approval April 9, 2018 Kick-off Meeting April 12, 2018 Survey and Field Data May 7, 2018 Data Collection May 7, 2018 Base Mapping May 18, 2018 Preliminary Plan Submittal August 3, 2018 Return Preliminary Plan Comments August 10, 2018 Project Walk-through August 17, 2018 Check Plan Submittal September 28, 2018 Return Check Plan Comments October 5, 2018 Final Plan Submittal October 26, 2018 Bid Letting Date Mid -January 2019 Construction Beginning Spring 2019 Page 1 of 2 The Project fee is broken down as follows: LABOR Ted nician Land Surveying/Engineering Admin Classification T1 T2 Intern Eng Senior Mgr Admin TOTAL TOTAL Hourly Rate $70 $90 $100 $125 $150 $165 $75 HRS LABOR Surveys and Base Mapping 0 6 70 2 3 2 1 84 $8,645 Design and Project Manual 9 0 78 0 34 0 0 121 $13,530 Traffic Signal Design 0 0 56 0 48 0 0 104 $12,800 Utility Coordination 0 0 2 0 0.5 0 0 2.5 $275 Permitting 0 0 0 0 0 0 0 0 $0 Project Management 0 0 0 0 9 0 9 18 $2,025 Meetings & Field Reviews 0 0 4 0 5 0 0 9 $1,150 Total 9 6 210 2 99.5 2 10 338.5 $38,425 Expenses Total Fee $1,575 $40,000 Page 2 of 2