Loading...
HomeMy WebLinkAboutAECOM- Professional Service Agmnt - STBG-SWAP-8155(760)--SG-07 - 10/28/2019AECOM AECOM 319-232-6531 tel 501 Sycamore Street 319-232-0271 fax Suite 222 Waterloo, Iowa 50703 wxw.aecom.eom CITY OF WATERLOO LA PORTE ROAD/HESS ROAD CORRIDOR IMPROVEMENTS STBG-SWAP-8155(760)--SG-07 PHASE I -- PRELIMINARY ENGINEERING PROFESSIONAL SERVICE AGREEMENT This Agreement is made and entered by and between AECOM Technical Services, Inc., 501 Sycamore Street, Suite 222, Waterloo, Iowa, hereinafter referred to as "ATS" and City of Waterloo, 715 Mulberry Street, 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 ATS 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. II. ATS'S RESPONSIBILITIES ATS 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 ATS and with whom CLIENT may consult at all reasonable times, and whose instructions, requests, and decisions will be binding upon ATS 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. (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 ATS's failure to meet these standards, ATS shall re - perform such substandard Services as may be necessary to remedy such error at no cost to CLIENT. Since ATS has no control over local conditions, the cost of labor and materials, or over competitive bidding and market conditions, ATS does not guarantee the accuracy of any construction cost estimates as compared to contractors bids or the actual cost to the CLIENT. ATS 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) ATS shall, if requested in writing by CLIENT, for the protection of CLIENT, require from all vendors and subcontractors from which ATS 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. ATS'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. A=COM Page 2 (e) ATS will be providing estimates of costs to the CLIENT covering an extended period of time. ATS 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 ATS are estimates only, made on the basis of ATS's experience and represent ATS's reasonable judgment as a qualified professional. ATS does not guaranty that proposals, bids or actual project costs will not vary from the opinions of probable costs prepared by ATS, and the CLIENT waives any and all claims that it may have against ATS as a result of any such variance. III. CLIENT'S 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 CLIENTS behalf on all matters concerning the Services. (b) Furnish to ATS 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. ATS shall be entitled to rely upon all such Information, data and the results of such other services in performing its Services hereunder. IV. INDEMNIFICATION ATS 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 ATS during the performance of the Services hereunder. INSURANCE Commencing with the performance of the Services, and continuing until the earlier of acceptance of the Services or termination of this Agreement, ATS 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 ATS'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. ATS agrees to name CLIENT as Additional Insured on this policy, but only to the extent of ATS's A=COM (c) Page 3 negligence under this Agreement and only to the extent of the insurance limits specified herein. Professional Liability Insurance with limits of $1,000,000 per claim and in the aggregate covering ATS against all sums which ATS may become legally obligated to pay on account of any professional liability arising out of the performance of this Agreement. ATS 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. ATS shall provide prompt notice to the CLIENT in the event of cancellation, material change, or non - renewal per standard ISO Acord Form wording and the policy provisions. VI. COMPENSATION AND TERMS OF PAYMENT Compensation for the services shall be on a cost plus fixed fee basis. Total compensation is a not-to•exceed fee of Five Hundred Thirty -Seven Thousand Three Hundred Dollars, as shown below and in attached documents. Estimated Actual Costs Fixed Fee (Prime Only) Contingency (Prime Only) Contingency (Subs) Maximum Amount Payable Division I (SWAP) $305,700.00 26,200.00 21,200.00 2 900.00 $356,000.00 Division 2 (LOCAL), $160,400.00 8,600.00 6,800.00 5 500.00 $181,300.00 Total $466,1 00.00 34,800.00 28,000.00 8 400.00 $537,300.00 ATS may bill the Client monthly for services completed at the time of billing. CLIENT agrees to pay ATS the full amount of such invoice within thirty (30) days after receipt thereof. In the event CLIENT disputes any invoice item, CLIENT shall give ATS written notice of such disputed item within ten (10) days after receipt of invoice and shall pay to ATS 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 ATS. 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, ATS 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 ATS prepares and delivers to CLIENT pursuant to this Agreement shall become the property of CLIENT when ATS 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 A_COM Page 4 without liability or legal exposure to ATS and CLIENT agrees to release, defend and hold ATS harmless from and against all claims or suits asserted against ATS 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 ATS. Nothing contained in this paragraph shall be construed as limiting or depriving ATS 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 ATS 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 Ca) ATS shall not have control or charge of and shall not be responsible for 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 ATS 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 event shall ATS 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 ATS may be fully protected against such third party clairns, CLIENT agrees to obtain and maintain for the benefit of ATS 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 ATS as an additional named insured. INDEPENDENT CONTRACTOR ATS shall be an Independent contractor with respect to the Services to be performed hereunder. Neither ATS 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. "Pre- existing contamination" is any hazardous or toxic substance present at the site or sites concerned which was not brought onto such site or sites by ATS. CLIENT agrees to release, defend, indemnify and hold ATS harmless from and against any and all liability which may in A_COM Page 6 any mariner arise in any way directly or indirectly caused by such pre-existing contamination except if such liability arises from ATS'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. ATS 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 ATS 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, ATS shall be and be deemed to have acted as CLIENT's agent. For ATS's Services requiring drilling, boring, excavation or soils sampling, CLIENT shall approve selection of the contractors to perform such services, all site locations, and provide Alt with all necessary information regarding the presence of underground hazards, utilities, structures and conditions at the site. XII. LIMITATION OF LIABILITY CLIENT agrees that ATS'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 ATS. It is intended by the parties to this Agreement that ATS's services In connection with the project anticipated herein shall not subject ATS'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 ATS and the CLIENT agree to submit the dispute to mediation. In the event ATS 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 in 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 ATS 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 ATS 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 AECOMI Page 6 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) ATS may subcontract any portion of the Services to a subcontractor approved by CLIENT. In no case shall CLIENT's approval of any subcontract relieve ATS 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 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 ATS 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 CITY OF WATERLOO By: I. 31 .L,L.E'lt'-1A (1) APPROVED FOR AECOM By: Printed Name: Quentin Hart Printed Name: Douglas W, Schindel, P.E Title: Date: Mayor \ ° /Zbb (l eN IOWA DEPARTMENT OF TRANSPORTATION Accepted for SWAP Authorization" By: Title: /siv Title: Associate Vice President Date: October 15, 2019 Printed Name: /, ri T 2 , Date: / ./ / f 20/ ? "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 SWAP funds. CITY OF WATERLOO, IOWA LA PORTE ROAD/HESS ROAD CORRIDOR IMPROVEMENTS PHASE I — PRELIMINARY ENGINEERING EXHIBIT A A. PROJECT DESCRIPTION This project consists of the preliminary and final design of improvements to the La Porte Road/Hess Road Corridor from just north of Mitchell Avenue to the Shaulis Road intersection, including modifications to the existing traffic operations, safety improvements, access management changes, transit accommodations, bike/pedestrian facilities and corridor aesthetics. This project will be split into three phases: • Phase I - Preliminary Engineering. This phase will include a review of the entire corridor and preliminary design development to improve traffic flow, safety, access management, pedestrian and bicycle accommodations, and aesthetics. This phase will also include completion of preliminary design plans for the corridor. Phase I, Preliminary Engineering, will be separated into two divisions as follows: Division I - SWAP Funding and Division II - Local Funding. • Phase II - Final Design. This phase will include completion of final design and construction document preparation for the preliminary design projects developed in Phase I. • Phase 111 - Construction -Related Services. This phase will include construction management and construction -related services for the project. SCOPE OF SERVICES PHASE 1- PRELIMINARY ENGINEERING The following tasks are included in the Scope of Services for Phase I - Preliminary Engineering: Division I — SWAP Funding Data Collection Task 1 - Topographical Survey. This task includes field surveys, property surveys and utility calls, as required, to complete the conceptual and final design of the project. Task 2 - Base Mapping. This task includes development of a base map file in MicroStation format for use in the development of the project. Preliminary Design Report and Preliminary Plan Development Task 3 - Complete Streets. Improvements will address the various modes of transportation to be accommodated with the proposed alternative. Task 4 - Transit. This task consists of coordinating with MET Transit to identify current and proposed transit routes and bus stop locations, and determining improvements in bus stop locations and designs along the La Porte Road/Hess Road corridor. Task 5 - Sidewalk/Recreational Trail. The pedestrian improvements include extending sidewalks and recreational trail along both sides of La Porte Road/Hess Road. This task includes the preliminary design for the pedestrian and bikeway system. Included will be a review of sidewalk locations, bikeway locations and traffic control measures. Task 6 - Corridor Enhancement. This task includes the preliminary design for roadway enhancements along the La Porte Road/Hess Road corridor. The concepts will be presented in the form of plan view drawings and typical sections. (This task will be completed by Ritland+Kuiper Landscape Architects.) Task 7 - Existing Utility Review. The review of existing utilities in the area will include above -ground utility lines and underground utilities based on field locates and maps supplied by the utility companies in the corridor. Locations of potential conflict with the roadway will be noted. Task 8 - Existing Drainage Review. The drainage review will be a review of drainage problem areas which are identified by the City and will include comments about drainage improvements that could be accommodated in the corridor. This task does not include a detailed review of drainage designs or drainage modeling. Task 9 - Environmental Review. The preliminary design will be reviewed with respect to known environmental conditions within the corridor. If the available environmental data identifies major environmental constraints relative to the preliminary design, these items will be summarized. This task will include reviews to meet the requirements of Iowa DOT SWAP funding. (This task will be completed by I-lg Consult, Inc.) Task 10 - Prepare Access Management Plan. Design of access management along La Porte Road will be summarized in an Access Management Plan, which will include a narrative of the recommendations along with typical graphics, where required. Task 11 - Construction and Staging Preliminary Plan. The overall corridor will be evaluated to determine logical packaging and staging of construction projects and to prioritize the areas of greatest need. Task 12 - Preliminary Cost Estimates. Preliminary cost estimates will be developed for the preliminary design. Detailed cost evaluations, such as road -user costs, benefit/cost ratios and life -cycle costs, are not anticipated. Task 13 - Prepare Preliminary Plans. The preliminary plans will be depicted on the base strip maps to indicate the lane configurations, intersection layouts, sidewalk/bikeway locations and other major features. Plan and Profile Sheets of the corridor will also be prepared. Task 14 - Prepare Final Corridor Report. This task includes documentation of the evaluation of the corridor, including preliminary plans. The report is anticipated to include the following information: • Traffic Volumes and Results of Traffic Analysis • Bicycle/Pedestrian Accommodations • Anticipated Right -of -Way Needs (Identification of Affected Properties Only) • Traffic Signal Operations • Roadway and Intersection Configuration, Including Turn Lanes and Traffic Control • Traffic Crash Records and Potential Improvement in Recurring or Critical Types of Crashes (Crashes involving serious injuries or fatalities will be closely reviewed.) • Accommodation of Transit Stops • Major Utility Impacts • Environmental Review • Project Priorities and Potential Staging of Improvements • Preliminary Plans A draft report will be submitted to the City for final review. Task 15 - Final Revisions. This task includes revisions to the draft report after review by City of Waterloo. Task 16 - Final Report. Twenty (20) copies of the final report will be printed and submitted. Public Involvement (SWAP Portion) An ongoing public involvement program is included in this Scope of Services. The public involvement program will consist of the following activities: Task 17 - Stakeholder Survey. This task includes online surveys to identify key stakeholders and group representatives within the corridor. Task 18 - Stakeholder Coordination and Meetings. It is anticipated that stakeholder coordination will include group meetings with stakeholders who have a common interest, such as groups of business representatives in a selected area. In some cases, stakeholder meetings will include one-on-one meetings. This task includes a total of 10 individual or group meetings with stakeholders to be held either on -site or at City Hall. (Portions of this task will be completed by HR Green.) Tasks 19 - Public Informational Meetings. Three (3) public informational meetings will be held, including one meeting shortly after the project kick-off meeting and one meeting at the midpoint of project, prior to the development of preliminary plans. Each meeting will include an overview presentation by the project team, followed by one-on-one discussions with the meeting participants. Comment forms will be distributed, and the returned comment forms will be copied into a meeting summary. Copies of the comment forms will be provided to the Project Management Team. (Portions of this task will be completed by HR Green) Task 20 - Property Owner Meetings. Consultant will meet with property owners along the corridor to answer questions and obtain input in the project development. A maximum of 20 meetings are included. Task 21 - Website/Social Media Materials. It is anticipated that the project website will be hosted as part of the City of Waterloo website and that materials will be posted to the site by the City of Waterloo webmaster. This task includes providing periodic materials to be posted on the website, including a brief summary of project activities and occasional updates to the website graphics. Updates will be provided to the City approximately every four weeks. A Facebook page will also be created and managed by AECOM. The Public Involvement Tasks shown above are repeated in Tasks 40-44, representing the Local Funding Portion. The staff -hour estimate represents the split in labor efforts for these tasks and associated funding sources. Protect Management and Meetings (SWAP Portion) Task 22 - Agency Coordination. This task includes ongoing coordination with Iowa DOT, [NRCOG, FHWAand other regulatory agencies. Task 23 - Subconsultant Coordination. This task includes the coordination, scheduling, correspondence and contract management forthevarious subconsultants on the project. Task 24 • Project Management Team (PMT) Meetings. This task includes preparation for and attendance at monthly PMT meetings throughout the duration of the project. A total of 18 PMT meetings are included in this scope. Task 25 - City Presentations, This task includes three Council workshop presentations to the City of Waterloo during development of the project. Upon completion of the preliminary plans, a final presentation will be made to the City of Waterloo. Task 26 - Project Administration. This task includes in-house project management and administrative tasks, including intra-officemeetings, subconsultant coordination, filing and other in-house administrative tasks. The Project Management and Meetings Tasks shown above are repeated in Tasks 45-49, representing the Local Funding Portion. The staff -hour estimate represents the split in labor efforts for these tasks and associated funding sources. Division 11— Local Funding Traffic Analysis An analysis of traffic operations will be conducted to determine existing traffic conditions along La Porte Road/Hess Road and to evaluate improvements in the corridor. The following tasks are included: Task 27 - Traffic Counts and Reduction of Data. This task includes twenty-four (24) hour traffic counts taken by Traffic Data, Inc. (MI), at the following locations: • La Porte Road at End of Slip Ramp • La Porte Road at East Mitchell Avenue • Frontage Road at East Mitchell Avenue • La Porte Road at Bourland Avenue • Frontage Road at Bourland Avenue • La Porte Road at Cornwall Avenue • Frontage Road at Cornwall Avenue • La Porte Road at Lorraine Avenue • La Porte Road at Easton Avenue • La Porte Road at Locke Avenue • La Porte Road at Howard Avenue • La Porte Road at Plymouth Avenue • La Porte Road at East Ridgeway Avenue • La Porte Road at Access Point Just North of East San Marnan Drive (Panera/Taco Bell) • La Porte Road at East San Marnan Drive • La Porte Road at Access Point Just South of East San Marnan Drive (Burger King) • La Porte Road at Bopp Street • La Porte Road at Grimm Street • Hess Road at East Shaulis Road Task 28 - Traffic Crash Reports. This task includes the collection and review of traffic crash reports and collision diagrams based on the most recent 5-year data available from the Iowa DOT. (Portions of this task will be completed by HR Green.) Task 29 - Develop SYNCHRO Traffic Model. A SYNCHRO traffic model will be set up to evaluate existing corridor, including approximately 22 intersections and selected frontage roads. The existing traffic signal timing and coordination data will be provided by the City of Waterloo. (Portions of this task will be completed by HR Green.) Task 30 - Analyze Existing Traffic. The SYNCHRO model will be used to evaluate existing peak traffic operations in the corridor. Output will include levels of service, queuing and other parameters. (Portions of this task will be completed by HR Green.) Task 31 - Develop Design -Year Traffic Volumes and Turning Movements. The design -year traffic volumes and turning movements will be provided by INRCOG and/or Iowa DOT based on the year 2045 regional model. The forecast traffic volumes will be compared to the actual counts obtained from this project, as well as historical Iowa DOT counts. The design year traffic forecasts will be adjusted, if necessary, to reflect actual turning movements and trend lines. The traffic analysis will evaluate levels of service, queuing and other traffic operational parameters. (Portions of this task will be completed by HR Green). Task 32 - Evaluate Traffic Signal Warrants. Traffic signal warrants will be evaluated at each major side -road intersection. (Portions of this task will be completed by HR Green) Task 33 - Traffic Analysis Report. A technical memorandum will be prepared summarizing the findings of the traffic analysis tasks. (Portions of this task will be completed by HR Green). Development of Corridor Alternatives Task 34 - Review Existing and Planned Land Use. This task includes a cursory review of the City's existing and future land -use plans. Areas of possible change in land use, as identified by the City, will be reviewed for consistency with the design characteristics of the La Porte Road/Hess Road corridor. Task 35 - Develop Roadway Alternatives. It is anticipated that the roadway alternatives will include modifications of the typical cross sections and/or improvements at various intersections. The alternatives will include such items as changes in the number of through lanes and turn lanes, recreational trail and/or bikeway locations, access and frontage road modifications, and changes in the traffic signal operation. An adequate number of safe pedestrian and handicap -accessible crossings, including pedestrian signals, will be incorporated. It is anticipated that one or more new alternatives would be developed at each major intersection. Task 36 - Determine Mainline Lane Requirements. Based on a review of the design -year traffic analysis and crash history, the lane requirements at each major intersection and segment of roadway will be determined. Segments of roadway with an excess of existing lanes will be identified, along with areas where additional lanes may be required. (Portions of this task will be completed by HR Green.) Task 37 - Evaluate Access and Frontage Road Characteristics. The location and spacing of existing access points will be evaluated. The frontage road locations and setbacks will also be reviewed. In areas where access points are closely spaced, or where frontage road setbacks are inadequate, potential improvements to the access points and frontage roads will be identified. (Portions of this task will be completed by HR Green.) Task 38 - Review of Typical Sections. The typical sections developed for the corridor will be evaluated for traffic capacity, level of service, delay and other measures of operation. It is anticipated that the following alternatives will be tested under this task: • Modifications to the slip ramp at the north end of the project • Modifications to the US 218/Mitchell Avenue intersection • Changes to 3-, 4- and 5-lane configurations • Altemative intersection configurations at major cross streets, including the possibility of roundabout intersections (Portions of this task will be completed by HR Green.) Task 39 - Prepare Drawings of Corridor Elements. The final alternatives will be depicted on the base strip maps to indicate changes in the lane configurations, intersection layouts, sidewalk/bikeway locations and other major features. Public Involvement (Local Portion) An ongoing public involvement program is included in this Scope of Services. The public involvement program will consist of the following activities: Task 40 - Stakeholder Survey. This task includes online surveys to identify key stakeholders and group representatives within the corridor. Task 41 - Stakeholder Coordination and Meetings. It is anticipated that stakeholder coordination will include group meetings with stakeholders who have a common Interest, such as groups of business representatives in a selected area. In some cases, stakeholder meetings will include one-on-one meetings. This task includes a total of 10 individual or group meetings with stakeholders to be held either on -site or at City Hall. (Portions of this task will be completed by HR Green.) Tasks 42 - Public Informational Meetings. Three (3) public informational meetings will be held, including one meeting shortly after the project kick-off meeting and one meeting at the midpoint of project, prior to the development of preliminary plans. Each meeting will include an overview presentation by the project team, followed by one-on-one discussions with the meeting participants. Comment forms will be distributed, and the returned comment forms will be copied into a meeting summary. Copies of the comment forms will be provided to the Project Management Team. (Portions of this task will be completed by HR Green.) Task 43 - Property Owner Meetings. Consultant will meet with property owners along the corridor to answer questions and obtain input in the project development. A maximum of 20 meetings are included. Task 44 - W ebsite/Social Media Materials, It is anticipated that the project website will be hosted as part of the City of Waterloo website and that materials will be posted to the site by the City of Waterloo webmaster. This task includes providing periodic materials to be posted on the website, including a brief summary of project activities and occasional updates to the website graphics. Updates will be provided to the City approximately every four weeks. A Facebook page will also be created and managed by AECOM. Protect Management and Meetings (Local Portion) Task 45 - Agency Coordination. This task includes ongoing coordination with Iowa DOT, INRCOG, FHWA and other regulatory agencies. Task 46 - Subconsultant Coordination. This task includes the coordination, scheduling, correspondence and contract management forthe various subconsultants on the project. Task 47 - Proiect Management Team (PMT) Meetings. This task includes preparation for and attendance at monthly PMT meetings throughout the duration of the project. A total of 18 PMT meetings are included in this scope. Task 48 - City Presentations. This task includes three Council workshop presentations to the City of Waterloo during development of the project. Upon completion of the preliminary plans, a final presentation will be made to the City of Waterloo. Task 49 - Project Administration. This task includes in-house project management and administrative tasks, including intra-office meetings, subconsultant coordination, filing and other in-house administrative tasks. PHASE II - FINAL DESIGN The scope for final design services will be determined at the time the services are needed and defined under a future amendment to this agreement. PHASE III - CONSTRUCTION -RELATED SERVICES The scope for construction -related services will be determined at the time the services are needed and defined under a future amendment to this agreement. OaAdminlstrationWGREE\PRORWAT La Porte Rd Hess Rd Corridor Impr Ph Ldoc ATTACHMENT Cost Plus Fixed Fee 3.1.1 FEES AND PAYMENTS Fees. For full and complete compensation of all work, materials, and services furnished under the terms of this Agreement, the Consultant shall be paid fees in the amount of the Consultant's actual cost plus applicable fixed fee amount. The Consultant's actual costs shall include payments to any subconsultants. The estimated actual costs and fixed fee are shown in Attachment. Subconsultant costs are not available for use by the prime Consultant or other subconsultants. Contingency amount, if established, to provide for actual costs that exceed those estimated, is shown in Attachment. The nature of engineering services is such that actual costs are not completely determinate. Therefore, the Constdtant shall establish a procedure for comparing the actual costs incurred during the performance of the work to the estimated actual costs listed above. 'rho procedure will itemize prime consultant and subconsultant costs in association with each scoped task. The purpose is to monitor these two elements and thus provide for early identification of any potential for the actual costs exceeding the estimated actual costs. The procedure shall be used in a way that will allow enough lead time to execute the paragraphs below without interrupting the work schedule, It is understood by the City/State and the Coma/twit 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, Unless otherwise specified, it is agreed that progress reporting will be monthly, If additional funding is being pursued, and prior to exceeding the authorized amount, the Consultant should present justification and acknowledgement received for extra work/overrun (prior to its being performed) and the amount requested, If agreeable, the City/State could accommodate the extra work/overrun with a contingency release, if applicable, presuming funds allow. (The reporting of an anticipated budget overrun does not constitute approval by the City/State of funding for the overrun.) Any change in the maximum amount payable and any modification of the project budget can only be accomplished with an amendment, work order or supplemental agreement to the agreement. It is possible that the Consultant's costs for the scoped tasks may need to exceed those shown in Attachment. The Consultant's and subconsultants' costs for scoped tasks shall not be exceeded without prior written authorization from the Engineer. Costs for scoped tasks that exceed estimated costs, if approved by the City/State, may be compensated via Supplemental Agreement, Work Order, Amendment, or Contingency as detailed in the paragraphs below, If the Consultant exceeds the estimated costs for scoped tasks for any reason (other than that covered in Section 3.1,1.2(3)) before the City/State is notified in writing, the City/State will have the right, at its discretion, to deny compensation for that amount. The fixed fee amount will not be changed unless there is a substantial reduction or increase in scope, character, or complexity of the services covered by this Agreement or the time schedule is changed by the City/State. The adjustment to fixed fee will consider both cumulative and aggregate changes in scope, character, or complexity of the services. Any change in the fixed fee amount will be made by a Supplemental Agreement, Work Order or Amendment. If a contingency amount has been established and at any time during the work the Consultant determines that its actual costs will exceed the estimated actual costs, thus necessitating the use of a continency amount, it will promptly so notify the City/State in writing and describe what costs are causing the overrun and the reason. The Consultant shall not exceed the estimated actual costs without the prior written approval of the City/State. The State may audit the Consultant's cost records prior to authorizing the use of a contingency amount. The maximum amount payable will not be changed except for a change in the scope. Changes due to an overhead adjustment are identified in Section 3.1.1.2. If at any time it is determined that a maximum amount payable will be or has been exceeded, the Consultant shall immediately so notify the Engineer in writing. The maximum amount payable shall be changed by a Supplemental Agreement, Work Order, or Amendment. The State may audit the Consultant's cost records prior to making a decision whether or not to increase the maximum amount payable. 2 Reimbursable Costs. Reimbursable costs are the actual costs incurred by the Consultant which are attributable to the specific work covered by this Agreement and allowable under the provisions of the Code of Federal Regulations (CPR), Title 48, Federal Acquisition Regulations Systems, 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. The Title 48 requirements include the following: Salaries of the employees for time directly chargeable to work covered by the Agreement, and salaries of principals for time they are productively engaged in work necessary to fulfill the terms of the Agreement. 2 Direct non -salary costs incurred in fulfilling the terms of this Agreement. 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 overhead expense pool. These costs may include travel and subsistence, reproductions, computer charges and materials and supplies. 3 The indirect costs (salary related expenses and general overhead costs) to the extent that they are properly allowable to the work covered by this Agreement. The Consultant has submitted to the State the overhead percentage rate to be used provisionally for progress payments for work accomplished during the Consultant's current fiscal year in Attachment. Use of updated overhead percentage rates shall be requested by the Consultant after the close of each fiscal year The updated overhead rate shall be used to update previous year invoices and subsequent year as a provisional rate for invoicing in order to more accurately reflect the cost of work during the previous and subsequent years. Any actual fiscal year or fiscal year's audited or unaudited indirect costs rates known by the Consultant shall be used in computing the final invoice statement. All unverified overhead rates shall have a schedule of computation supporting the proposed rate attached to the final hill, Prior to final payment for work completed under this Agreement all indirect cost rates may be audited and adjusted to actual rates through the most recently completed fiscal year during which the work was actually accomplished. In the event that the work is completed in the current fiscal year, audited indirect cost rates for the most recently completed fiscal year may be applied also to work accomplished in the current fiscal year If these new rates cause the actual costs to be exceeded, the contingency amount will be used. 3.1.1.3 Premium Overtime Pay. Premium overtime pay (pay over normal hourly pay) will not be allowed without written authorization from the City/State and shall not exceed 2 percent of the total direct salary cost. 3.1.1.4 Payments. Monthly payments shall be made based on the work completed and substantiated by monthly progress reports. The report shall indicate the direct and indirect costs associated with the work completed during the month. The City/State will check such progress reports and payment will -be made for the direct non -salary costs and salary and indirect costs during said month, plus a portion of the fixed fee. Fixed fee will be calculated and progressively invoiced based on actual costs incurred for the current billing cycle. Each invoice shall be accompanied with a monthly progress report which details the tasks invoiced, estimated tasks to be billed on the next invoice, and any other contract tracking information. 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 City/State. Upon 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 invoice, inclusive of retainage, if any, will be made upon receipt and review of such claim. Final audit will determine correctness of all invoiced costs and final payment will be based upon this audit. The Consultant agrees to reimburse the City/State for possible overpayment determined by final audit. • La Porte Road/Hess Road - Mitchell Avenue to ShaulIs Road Phase 1 - Preliminary Design City of Waterloo, Iowa COST ANALYSIS - Division I - SWAP Direct Labor Cost (AECOM Technical Services) Category 1.1 Senior Professional 2.2 Project Professional 2.5 Project Professional 3.2 Staff Professional 3.5 Staff Professional 4.3 Professional 5.1 CADD Operator 11 6.1 CADD Operator I 7.2 Senior Technician 8.4 Technician 9.2 Project Support Hours 32 425 283 72 48 246 138 138 184 192 142 1900 II. Payroll Burden and Overhead Provisional Costs 111. Direct Project Expenses Category Mileage Per Dlem Lodging B/W Copies Color Copies EDM Equipment GPS Equipment Miscellaneous, Other IV. AECOM Estimated Actual Costs Subcontract Expense HR Green HG Consultants RKLA VI. Estimated Actual Costs VII. Fixed Fee (13%) VIII. Contingency (10%) Units 2000 0 0 6000 9600 100 100 AECOM HR Green Rate/Hour $89.55 $66.41 $55.97 $51.75 $47,95 $29.82 $40.78 $28.95 $39.20 $25.79 $31.80 Rate/Unit 0.58 50.00 90.00 0.06 0 22 12.50 25.00 $21,160.00 Amount $2,865.60 $28,224.25 $15,839.51 $3,726.00 $2,301.60 $7,335.72 $5,627.64 $3,995.10 $7,212.80 $4,951.68 $4,515.60 133.02 Amount 1,160.00 0.00 0.00 360.00 2,112.00 1,250.00 2,500.00 2,400.00 Rounded $32,500.00 $39,300.00 $22,300.00 $26,232.03 Rounded Rounded $21,20000 $2,900.00 $86,595.50 $115,189,33 $9,782.00 $211,566.83 $211,600.00 $94,100,00 $305,700.00 $26,200.00 $24,100.00 IX, Maximum Amount Payable $356,000,00 La Porte Road/Hess Road - Mitchell Avenue to Shaulis Road Phase 1 - Preliminary Design City of Waterloo, Iowa COST ANALYSIS - Division 11 - LOCAL Direct Labor Cost (AECOM Technical Services) Category 1.1 Senior Professional 2,2 Project Professional 2.5 Project Professional 3.2 Staff Professional 3.5 Staff Professional 4,3 Professional 5.1 CADD Operator II 6.1 CADD Operator 1 7,2 Senior Technician 8.4 Technician 9.2 Project Support Hours 8 155 103 30 18 86 68 68 0 0 60 596 Rate/Hour $89.55 $66.41 $55.97 $51.75 $47.95 $29,82 $40.78 $28.95 $39.20 $25.79 $31.80 II. Payroll Burden and Overhead Provisional Costs III. Direct Project Expenses Category Mileage Per Diem Lodging B/W Copies Color Copies EDM Equipment GPS Equipment Miscellaneous, Other IV. AECOM Estimated Actual Costs Subcontract Expense HR Green HG Consultants RKLA VI. Estimated Actual Costs VII. Fixed Fee (13%) VIII. Contingency (10%) Units 500 0 0 1500 2400 0 0 AECOM HR Green Rate/Unit 0.58 50.00 90,00 0.06 0.22 12.50 25.00 $6,770.00 Amount $716.40 $10,293,55 $5,764.91 $1,552.50 $863.10 $2,564.52 $2,773.04 $1,968.60 $0.00 $0.00 $1 908.00 133.02% Amount 290.00 0,00 0.00 90.00 528.00 0.00 0.00 600.00 Rounded $79,900.00 $5,500,00 $7,300.00 $8,604,50 Rounded Rounded $6,800.00 $5,500.00 $28,404.62 $37,783,83 $1,508.00 $67,696.45 $67,700.00 $92,700.00 $160,400.00 $8,600.00 $12,300.00 IX. Maximum Amount Payable $181,300.00 La Porte Road/Hess Road -Mitchell Avenue to Shaulls Road Phase 1-Preliminary Design City of Minden, laws AEGOM Tachnice Services, I e. Staff Hour atImate Doactiplion of Wads Senior Prat Project Pml SIaf Pml Prof CADD Op II CARD Op 1 Tech Teehnelan Prolecl Support Total DirlsIon I-SWAPFnudl a • 64^—� 164 =tom egg - 5+ 440 ;RUT 1 H `.. t-'3._:=.__.. 1 Topographical Survey _,,,4.0 Emma j�IIjIAR_iDE51kirrti Tit NOSIREL L1;Mi PlAZIOEVEGOali.L'v_`'�'a.,._._-.d_�4�3x"£; 3 Complete Streets r� 29 -'. .. a-dr mac 0 B 4092 6 46 4??na9ule>marve+..._.___._..._ 60fdewa0dfiecrea0anal Trail Lz 32 _._._e 8 e_._..._ 12 12 6j. .._6 CorddoLEnh4RP.T?R11R,N,LAj„__�_....__.._._...._.. _ T Existing Uldily Review _.___. _____ )2 __u..___._ _..____ 12 _........... 12 .......__-.-.._.._._�._._ __. 0. 64 8 Existing Drainage Re_ 32 8 12 12 fill 9 Environmental Revic 19 Conwlti_,._.....__._..____..._,........_._�........_._._ ° 11 Ptyare Access Plan ._.__.,_....__.__ 2U _..—_...__ _.__.._ __..._._...___... __.._. Q. 36 12 CO tw reaminManagement oy Pl y, no 20 IB 36 Estimates I3PreL9r NayCasnarvprales hint 40 16 60 13pr0PCCAMMO Wplans 16 49_ N. AO q0 160 14 PLepQLp Thud CgpLQcr§9Pgl..__—..� .TM___ T6,_ __�..__ 20 _ .. �_. 4 32 18 _._..____. __�_ ______, 40 0, 156, .156 4Q .. 15 Final Revisions I6FIaIRoErt: -.-9'p,$el1G]NVOL�'EgsENT �t 3 .. 30 ..... ......_..:.. 12 4 16 _ ..a. .. ..._._._ .s_. _, 2A .-a ....sat �...... 4 _•_1z1 ._,_......, _.. _ • ii siareg9Ler -L .__"K_..�.-LY%-_L3s .-.. Survey 10 Stakeholder Coordination and Meetings 38 30, 19 Public nformallonal Mee9n415One Meeingioca) 6 301 10 23 T§ 20 Property Owner Meeun9s_. 38 13 -,—,..-> 12 . ..-. c. _..__.__ :,*:. -i --� g: 54 12 `�" wz „?_'--arsr`-1 _ 2l yy belt ls°Hs:Ma4!b.V? OtEGT MANAGEMEfR- - OMEETINOS-3-`,_ -w..^ash ���, ]Sgegcy CooNinaOan 12 6 16 23_5nha02 mramconmlri!Me_._._..__�_.— 24Ptgjec( Management TeaftEhj MeeInge ______ 1d __—z° 100 __.-____ 0 _.._____..___ 12 —..__..._..__..._....—___... 20 20 152 26 Prylec%AdmiLnlaiioli 4 20.._.__._._ 20 ......._� 0 ....__.._ �.__.@ �_.. _ 20 32 00- 56 .....4fyrsp!L(:....G.'>PiYu4.iaA_T __c`,._..._ ._..._... __..c _.... �._2 _.Y .v81 .._:.:_] 41 ._..._.`zLiP. a.? "45.4ts Olvfslon II - LOCAf.Fundiaa xr;a=%5 28THIM,Cr and rts(AIRbREDala,jRR GREENL J . g" . _.._ _ 20 TmI0c Crash Reports (AIR GREEN]0 29 Develop SYl&HRQMgAJ11A GREENI 0 30 Pimlico Existing Traffic MR GREW__ 0 310evalPp Design Year TraMcVd_and T_ng Moveme_nts 1(1RGREENJ-,_-___,_,___,_. 0 32 Evaluate Traffic 544mt Waren MDR GREEN! Taffc An lvjl R rt( R ORE?'rn TB 29 § 8 8 8 4 ......•.._..• 04 40 34 neadwey/ Mein yse DevetaH WeLmd 35 Devata2 Rnadwoy Nlem We 20 24 8 12 52 - -,2_6 34 Determine MaitJlne Lane Reg 4ements9{R G,REENL 28 12 8 8 5e 37 Evaluate Access(fronlape Reads WHRGREENl 2B 13 §, .0 fib 311 Review oITacat Sections (HA GREEN) 40 12 8 8 68 39 Premiere Draping' oofcomd EI I _....4 4 -mmy - _oL 10 i, ... 16 _:_y'4 .�..,. 16 L 1 _..._ 16 _4 rsg-'-�- .,.._.._..__..._..�_ s_ 60DFa, 4 _e,1�9u'.¢INvO Vivi?M MR r .._.w�..:.._:�. fi- - 47 _�_ 40Slakeh94erSurvey AI slaahoMer Coordination and Meetings 10 I 42 Public Infwmalional hleelilJgJOn Meeunaaocal 2 18 6 10 36 43 PalearifQSy IerM4lhg83_ ID 4 14, 44 wg<oshMg r M Q9hile46 '+pRODESw _ -' "� _ 2 ,. —+-s .._ 3. AHONe'ET9ll6 _s- : x $:.:.'�...—.t Coordination 46 Agency Coordination 46 Suhconsullanl CooNinallon 4 4 472.MecrslanagxgieCj4atn5041 Meetings 4 2 28 2 4 4 40 40 City Presenle0eas 4 6 12 49 PaoIect A966916,milog 4 6 12 0 e...eSL..._. - - ._,...::� .... AB --t::. �, ..a._ .Be. ;_ @ a41_3‘„ _... ... _ DLv57oLLL...LgCAL.,F _ ..>Z.�Y7al .._.__:;;_. _._:.,�� ...>_ TOTAL HOURS 40 966 168 332 200 200 184 192 202 2,496 La Porte Road/Hess Road - Mitchell Avenue to Shaulis Road Phase 1 - Preliminary Design City of Waterloo, Iowa I. Direct Labor Cost Category PIC Operations Director Regional Director Project Manager Lead Engineer Project Engineer Staff Engineer Admin. Assist. HR Green COST ANALYSIS - Division I - SWAP Hours Rate/Hour 1 $120 19 1 $91.98 0 $70 98 134 $63 43 14 $54 74 3 $36 72 3 $30 50 13 $28 05 169 II. Payroll Burden and Overhead Costs 111. Direct Project Expenses Category Mileage Misc Subconsultant Units Rate/Unit IV. Estimated Actual Costs (I+II+III) V. Fixed Fee (12%) VI. Contingency (10%) VII. Maximum Amount Payable (IV+V+VI) 0 0.58 1 0 Amount $120.19 $91.98 $0.00 $8,499.62 $766.36 $110.16 $91.50 $364.65 167.79% Amount 0.00 2,370.00 0.00 Rounded $3,227.77 Rounded $2,926.81 Rounded $10,044.46 $16,853.60 $2,370.00 $29,268.06 $29,300.00 $3,200.00 $2,900.00 $35,400.00 La Porte Road/Hess Road - Mitchell Avenue to Shaulis Road Phase 1 - Preliminary Design City of Waterloo, Iowa 1. Direct Labor Cost Category PIC Operations Director Regional Director Project Manager Lead Engineer Project Engineer Staff Engineer Admin. Assist. HR Green COST ANALYSIS - Division II - LOCAL Hours Rate/Hour 0 $120.19 0 $91 98 1 $70.98 60 $63 43 48 $54 74 95 $36 72 341 $30 50 8 $28 05 553 11. Payroll Burden and Overhead Costs III. Direct Project Expenses Category Mileage Misc Subconsultant Units Rate/Unit IV. Estimated Actual Costs (I+II+III) V. Fixed Fee (12%) VI. Contingency (10%) VII. Maximum Amount Payable (IV+V+VI) 0 0.58 1 1 Amount $0.00 $0.00 $70.98 $3,805.80 $2,627.52 $3,488.40 $10,400.50 $224.40 167.79% Amount 0.00 0.00 18,112.00 Rounded $6,625.42 Rounded $5,521.19 Rounded $20,617.60 $34,594.27 $18,112.00 $73,323.87 $73,300.00 $6,600.00 $5,500.00 $85,400.00 La Porte Road/Hess Road -Mitchell Avenue to Shauils Ron Phase 1-Preliminary Design City of Waterloo, Iowa HR Crean Staff Hour Eellmate D^scnpEen of Wo,I PIC OperationDirectors R Diector Manage E gineer Engineer Engineer Asset. Total Olvie(on t • SWAPFu^dI-Lerng a A;tdmNcaJ Survey - C°F,�?_ `t ...� s - e�-z_: 1TpPRgrapNaal S .m...v . ::.._._.a" '^' - 5=" a ��-.�.. Daasanb�py-tty _._.PREC¢1WMYtreets S.PIJ ANP PRE[IMWYdLY;P.EAN❑ Yt'1`.`LLL^.s_I...1:,. f� - 3 Complete Streets ..� ' 's' a' __-�-<az --V-- �u.�:us„ » • 4 Transit Alterrtalives 0 a Sidewalk/Recreational Trail 0 6 CwridcrEphOnrgrflent(RKIA) Exiatin_9Oh ityj eview 0 8 Edslinq Oreinago Review 0 9 Enviropenal Review (HaConsuill 0 10 Prepdre Access Manawemenl Plan 0 11 Cogs0uotionGlaging Preliminary Plan 0 12 EreliminarYCaS.Eshiruaies 0 13 Prepare Sens vlens 0 14 Prepare Final Condor Raped 0 PW x 17 Stakeholder G( S�iHEf�-.1Fr. 4` 'hM-FEe__.-- r � -.. Survey zet.:-- �, ;_ _ .T ..Sr - e�d" _ Y 18 Stakeholder Coordination and Meetings 24 24 19 P tic Informational Meelin9_s(One MeeBngLocal) 30 20 20 Propady Ownef Mdetin9s 0 2 W belle/Sepal ton to 10 _.v .:....«.-._ ..w�..�:.<',..i-....� . w .�;'..,^'i,...��x _ +,.- 0 PRO.IE4TM1fGEMR..NLPEE.Y.I�-,.�.-.e.._ _ 2_, �`�v-...c'"'- AAenyc Coon/Na0on 2 Sybcon4nlfent Coord10zlian p 2 Profeet Managempnl Team (PAM Meetings 58 48 25 City Presentations 26 Pr JeetAdnenis0ation 1 1 d2 14 3 3 13 77 4. ?-Lite--.-1'L: y.' 'R a�ad 3.z. �:_Vw £ -13:: 16 ;IS1 : Dlv Lv .e_F Rd.. Gt .. et ,_.3. -5. t..../7-L Dlvlslon II - L OCAL Fuerdinv mynv e. r... .17T-. r-•-,. fan .5$.P = e ,.. __wry i:'.r._,.. a, Fi < A ' 3 Wei 3ag'0:ICR.ACYil��_ . --s - 2T Traffic County nc Dela1HR ORES, 1 4 24 0 parlsduc89Ref 26 Trove Crash RHWds (HR GREEN-1 4 18 0 00 100 29 Deegan SYNCHRO Model RIR GREEN), 4 8 24 0 Zoo _. 3P64.4i trzistairaIg.s.tHR GREEN) ._. ..._. 3 ....__..., R, 6 ...-_.._ 4 48 48 0 65 _ _ _.__... 3p>�evaloRpesian Year Traffic n _a .".—.`.".".•__..____.�._. Y41iLCs and TurcdA9 Moygp-RIE(L(REt�L .__...._._. 32 Evaluate Traffic sipnal Vya!iPC (HR GREEN) 1 4 12 0 19 33 T_aj1f-Ty9, , bECIR_6.PME(!TOPCOHR. 34 Reviesy ge Ets0oga�pl gil nnePl tined G lend . _ L SNATIVES ' r-, _7`...,._...v.. Use _.,_,.. '-1..L.m....e 2 ''6 d 16 21 �� .$__`': u: emu.... W '- - -�� p 35 Oaye co Raadwav4llemaliv s 0 30 Deleemi e Mainline Lape oufremnIs (HR GREEN) 1 2 4 16 0 23 37 Eyalual_AcceseffljOLagf 3p9s41R GREEHL 2 4 4 24 0 38 Review (Typical Sec0oosjj GREEN)_ 3 6 12 40 0 ,34, 61 39 8:swam Dteuisss ol, Cort EI _n, in- ...tJF. 0 i TierPtriaddritta`V6MEr'i`T- PAWE �' Lri ".-f. p _u,.'i .7 _ 40 SIalphol ersuwy 0 41 slejehnl er Coordination an Meetings 8 6 42 Public In orma0onal Meeting (Ono Meeting Local) - 10 10 55„Ptopetly Owgeffdeelings o 4e_Y„L'e,• ptelS t IMe&Mal I '.:..:39.51.1E4Z.Md_ .a. %, ;. ,..._....._....._.._a. �7.4J __. '.4. __.._. ice:. ,x�.,i' 0 l iti.'. Dd1EEn1itl�3;-- . 45 AgwyCordmamn .•.. ... ..�...':4. .._..�....� 46Subcans Pant Coordination 0 4Z?JJget Al nagemgnl Team/PM-dealings 12 12 48 City Presaliens enj p 49 Protect Admlplelraltaq 1 10 4 1 1 4 21 - DTral'I dY LO4AC2. �C%aTGr .._..-. i iiiim. s,T4. ri ..5 0 �cv.2� u-:_1�:rea _:_. 4, 48 5E -34Y u TOTAL HOURS i 1 i 19d 62 98 344 21 122 La Porte Road/Hess Road - Mitchell Avenue to Shaulis Road Phase 1 - Preliminary Design City of Waterloo, Iowa Direct Labor Cost Category Principal Project Manager Planner/Eng I HG Consult Inc. COST ANALYSIS - Division I - SWAP Funding Hours Rate/Hour 28 $72 12 133 $54.90 67 $60.00 228 II. Payroll Burden and Overhead Costs III. Direct Project Expenses Category Travel (Vehicle Mileage) Travel (Air) Hotel Meals Plotting Reproduction and Printing Equipment Charges IV. Estimated Actual Costs (1+11+111) V. Fixed Fee (12%) VI. Contingency (0%) Units Rate/Unit 1500 0.58 Amount $2,019.36 $7,301.70 $4,020.00 156.74% Amount 870.00 50.00 Rounded $4,110.22 Rounded $13,341.06 $20,910.78 $920.00 $35,171.84 $35,200.00 $4,100.00 $0.00 VII. Maximum Amount Payable (IV+V+VI) $39,300.00 La Porte Road/Hess Road - Mitchell Avenue to Shaulis Road Phase 1 - Preliminary Design City of Waterloo, Iowa HG Consult Inc. COST ANALYSIS - Division II - LOCAL Funding I. Direct Labor Cost Category Principal Project Manager Planner/Eng 1 Hours Rate/Hour 8 $72 12 23 $54 90 1 $60.00 32 II. Payroll Burden and Overhead Costs 111. Direct Project Expenses Category Travel (Vehicle Mileage) Travel (Air) Hotel Meals Plotting Reproduction and Printing Equipment Charges IV. Estimated Actual Costs (1+11+111) V. Fixed Fee (12%) VI. Contingency (0%) Units Rate/Unit 0 0.58 Amount $576.96 $1,262.70 $60.00 156.74% Amount 0.00 Rounded $585.26 Rounded $1,899.66 $2,977.53 $0.00 $4,877.19 $4,900.00 $600.00 $0.00 VII. Maximum Amount Payable (IV+V+VI) $5,500.00 La Porte Road/Hess Road - Mitchell Avenue to Shaulis Road Phase 1 - Preliminary Design City of Waterloo, Iowa HG Consult Inc. Staff Hour Estimate Task No Description of Work Principal Project Manager Planner! Engineer I Total Division I- SWAP Funding 9 Environmental Review 2 46 64 112 18 Stakeholder Coordination and Meeliegs 24 24 19 Public Informational Meelin s jane Meeting Local)_ 22 Agency Coordination �. __ 8 3 3 8 6 24 Project Mangement Team_(PMTLMeetings 6 40 48 26 Project Administration 20 12 32 ----pnl .AREuaitg4't_5t :`rz'_.«At-....-__ �...__. ar. WPY,- Division 11- LOCAL Funding 41 Stakeholder Coordination and Meetings 6 6 42 Public Informational Meetings (One Meeting Local) 4 4 45 Agency Coordination 1 1 2 ____ ___47 Project Management Team(PMT) Meetings___._. 49 Project Administration .._._ ,..._..2 ....__..._ 6 10 2 12,_- 8 lvlsj7nf( A�F,j Sas 2 Ifv. @ff, _ sa w 6 TOTAL HOURS 36 156 68 260 La Porte Readiness Road - Mitchell Avenue to shaulls Road Phase 1 - Preliminary Donlon City of Waterloo, Iowa RKLA Staff Hour Estimate and Cost Analysts -Division I and Division 11 Task No. Description oMWork Senior LA 1 Senior LA 2 Landscape Architect Total Division I - SWAP Funding 3 Complete Streets 4 12 12 26 5 Sidewalk/Recreational Trail ......... ___ 2 2 2 16 2 _....__ _ 48 __-_ __-6..___... 80___,_ 12___... 12 28 ._.__—...._—_. __._ 12 PreliminwgestEstmates_.,_.___ ._._,,._-,.__....,_..__.___... .._.._._ /9 _ Pfaare Final Corridor Renal __.._...._..._...__..__.._—..___—.—.._.._._.__ _ __ _ 15 _Final Revisions _ _ _ ___ __________ 18 Stakeholder Coordination and hieeUs ___ 2 ___ _ 48 48 - _..._ 6 20 19 Public Informational Meetings 8 8 16 28_.Pratect Adminislralia� .. __ 10 10 20 _._ 4-'➢ftra$Walks lie = =tea" .. 4w_. -... _s' m'A Dlvislan II., LOCAL Funding 34 Review Existing and Planned tend Use 2 2 2 2 2 2 6 6 _ 35 Develop Roadway Alternatives _ 39 Prepare Drawingsof Condor Elements 6 8 24 90 41 Stakeholder Coordination and Meetings_ 2 4 4 -__ 4 6 0 -_ 42 Public Informational Mee➢ngs�One Meetinp_Loca) 47 PMT Meetings, 2 2 4 48 City Presentations 1 1 _—___ 99_—..__ Pra�pt AOminls4alion.._....._..........,___....,_....._ OfKgoRlttLg2?.cYngrb Tii/ , ....................._.......�__..$..__.._____5.._.—___� 22.,k'SA t` _.—_.. . .s'S i .GI, `_..aai TOTAL HOURS 36 92 182 310 uritr tit e:. SWAP Hours Rawly Rale Direct tabor Amount Estimated Expenses Direct Expense Costs Estimated Actual Costs Contingency (O%)-Rounded Maximum Amount Payable (Rounded) , PTIWirgrjU teMt r�'dir I mo 24 $12a.00 $3.000.00 $a.0o Rounded Local Hours 12 Ronny Rate $125.00 Direct Labor Amount $1.600.00 Estimated Expenses Direct Expense Costs 5000 70 $125.00 18,750.00 22 $126.00 $2.750.00 14 $75.00 $10,575.00 $22,325.00 $0.00 522,325.00 $22,300.00 $0.00 $22,300.00 41 $76.00 $3,075.00 $7,325.00 $0.00 Estimated Actual Costs $7,325.00 Rounded $7.300.00 Contingency (O%)-Rounded Maximum Amount Payable (Rounded) $o.00 $7,30000