HomeMy WebLinkAboutStanley Consultants - Traffic bike signal Park Ave - 1/21/2020Attachment D to I.M. 3.310
May 26, 2017
Contract No. 20-TAP-119
Owner Project No. TOF-294
Iowa DOT Project No. TAP-U-8155(767)-81-07
Standard Consultant Contract
For Local Public Agency Consultant Contracts with Federal -aid Participation
This AGREEMENT, made as of the date of the last party's signature below, is by and
BETWEEN City of Waterloo, the Owner, located at:
715 Mulberry Street
Waterloo, IA 50703
Phone: (319) 291-4312
FAX: (319) 291-4262
and Stanley Consultants, Inc., the Consultant, located at:
100 Court Avenue, Suite 300
Des Moines, IA 50309
Phone: (515) 246-8585
FAX: (515) 246-8617
For the following Project: traffic signalization improvements on Park Avenue from Franklin Street South 0.75 miles
to US 218 SB traffic bike signal project, to accommodate the recently installed bike lanes.
The Owner has decided to proceed with the Project, subject to the concurrence and approval of the Iowa
Department of Transportation (Iowa DOT), and the Federal Highway Administration (FHWA), U.S. Department of
Transportation (when applicable).
The Owner desires to employ the Consultant to provide Engineering Design services to assist with the
development and completion of the Project. The Consultant is willing to perform these services in accordance
with the terms of this Agreement.
Page 1 of 29
Attachment D to I.M. 3.310
May 26, 2017
TABLE OF CONTENTS
Article Number And Description
1 Initial Information
1.1 Project Parameters
1.2 Financial Parameters
1.3 Project Team
1.4 Time Parameters
1.5 Minimum Qualification Standards
2 Entire Agreement, Required Guidance and Applicable Law
2.1 Entire Agreement of the Parties
2.2 Required Guidance
2.3 Applicable Law
3 Form of Compensation
3.1 Method of Reimbursement for the Consultant
3.2 Subconsultant's Responsibilities for Reimbursement
4 Terms and Conditions
4.1 Ownership of Engineering Documents
4.2 Subconsultant Contract Provisions and Flow Down
4.3 Consultant's Endorsement on Plans
4.4 Progress Meetings
4.5 Additional Documents
4.6 Revision of Work Product
4.7 Extra Work
4.8 Extension of Time
4.9 Responsibility for Claims and Liability
4.10 Current and Former Agency Employees (Conflicts of Interest)
4.11 Suspension of Work
4.12 Termination of Agreement
4.13 Right to Set-off
4.14 Assignment or Transfer
4.15 Access to Records
4.16 Iowa DOT and FHWA Participation
4.17 Nondiscrimination Requirements
4.18 Compliance with Title 49, Code of Federal Regulations, Part 26
4.19 Severability
Attachment A - Scope of Services
Attachment B - Specifications
Attachment C - Fees and Payments
Attachment C-1 — Cost Analysis Worksheet
Attachment D - Certification Regarding Debarment, Suspension, and Other Responsibility Matters
Attachment E - Certification of Consultant
Attachment F - Certification of Owner
Attachment G - Sample Invoice Form
Attachment H - Consultant Fee Proposal
Attachment I - Subconsultant Scope and Budget - Not Used
Page 2 of 29
ARTICLE 1 INITIAL INFORMATION
This Agreement is based on the following information and assumptions.
1.1
Attachment D to I.M. 3.310
May 26, 2017
Project Parameters
The objective or use is: provide safe and efficient traffic control for Park Avenue that addresses non -
motorized traffic.
1.2 Financial Parameters
1.2.1 Amount of the Owner's budget for the Consultant's compensation is:
$39,908.90
1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is:
$0.00
1.3 Project Team
1.3.1 The Owner's Designated Representative, identified as the Contract Administrator is:
Mohammad Elahi
The Contract Administrator is the authorized representative, acting as liaison officer for the
Owner for purpose of coordinating and administering the work under the Agreement. The work
under this Agreement shall at all times be subject to the general supervision and direction of the
Contract Administrator and shall be subject to the Contract Administrator's approval.
1.3.2 The Consultant's Designated Representative is:
Jeff Hillegonds
1.3.3 The subconsultants retained at the Consultant's expense are identified in the following table:
Subconsultant Amount Authorized Maximum Amount Payable Method of Payment
NA 0.00 0.00 NA
NA 0.00 0.00 NA
NA 0.00 0.00 NA
1.4 Time Parameters
1.4.1 The Consultant shall begin work under this Agreement upon receipt of a written notice to
proceed from the Owner.
1.4.2 Milestones for completion of the work under this Agreement as follows:
1. Preliminary design plans including type/size/location for all structures (preliminary design)
and detail elements for a design public hearing and construction right-of-way needs shall be
completed and accepted on or before 08/28/2020.
2. Final design, contract plans and specifications and estimates shall be completed and, in a
form, acceptable to the Owner on or before 12/07/2020.
3. Completion of all work under this agreement shall be on or before 06/30/2021 unless
extended by written approval of the Contract Administrator or adjusted by supplemental
agreement.
1.4.3 The Consultant shall not begin final design activities until after the Owner has been notified by
the Iowa DOT that FHWA Environmental Concurrence has been obtained. Upon receipt of such
notice, the Ownerwill provide the Consultant notice to proceed with final design activities.
1.5 Minimum Qualification Standards (MQS)
1.5.1 The Consultant and their subconsultants are required to meet the Minimum Qualifications
Page 3 of 29
Attachment D to I.M. 3.310
May 26, 2017
Standards (MQS) requirements of specified work categories as defined in the Iowa DOT's Policy and
Procedure Manual (PPM), Policy No. 300.04 at the time of contract execution, and for the duration of the
contract. Work under this contract will require the consultant team to meet the requirements of Work
Category 218 Traffic Operations Design & 236 Traffic Operations Studies. Failure to meet the
requirements during the contract will result in cancellation of any remaining portion of the contract.
1.5.2 All services within this agreement shall be performed by the Consultant or subconsultant who
meets the MQS of the specified work categories as defined Iowa DOT PPM 300.04. If no work category
exists for a particular service, normal methods of acceptance shall be used, such as experience, typical
licensure, certification or registration, or seals of approval by others.
ARTICLE 2 ENTIRE AGREEMENT, REQUIRED GUIDANCE, AND APPLICABLE LAW
2.1 Entire Agreement of the Parties. This Agreement, including its attachments, represents the entire and
integrated agreement between the Owner and the Consultant and supersedes all prior negotiations,
representations or agreements, either written or oral. This Agreement may be amended only by written
instrument signed by both Owner and Consultant. This Agreement comprises the documents listed as
attachments in the Table of Contents. The work to be performed by the Consultant under this Agreement
shall encompass and include all detail work, services, materials, equipment and supplies necessary to
prepare and deliver the scope of services provided in Attachment A.
2.2 Required Guidance. All services shall be in conformity with the Specifications outlined in Attachment B,
the Iowa Department of Transportation Federal -aid Project Development Guide, Instructional
Memorandums to Local Public Agencies (I.M.$), and other standards, guides or policies referenced
therein. In addition, applicable sections of the U.S. Department of Transportation Federal Aid Policy
Guide (FAPG) shall be used as a guide in preparation of plans, specifications and estimates.
2.3 Applicable Law. The laws of the State of Iowa shall govern and determine all matters arising out of or in
connection with this Agreement without regard to the choice of law provisions of Iowa law. In the event
any proceeding of a quasi-judicial or judicial nature is commenced in connection with this Agreement, the
exclusive jurisdiction for the proceeding shall be brought in the Black Hawk County District Court of Iowa,
Waterloo, Iowa. This provision shall not be construed as waiving any immunity to suit or liability including
without limitation sovereign immunity in State or Federal court, which may be available to the Owner.
The Consultant shall comply with all Federal, State and local laws and ordinances applicable to the work
performed under this Agreement.
ARTICLE 3 FORM OF COMPENSATION
3.1 Method of Reimbursement for the Consultant.
3.1.1 Compensation for the Consultant shall be computed in accordance with one of the following
compensation methods, as defined in Attachment C:
.1 Cost Plus Fixed Fee - Attachment C
.2 X Lump Sum - Attachment C
.3 Specific Rate of Compensation - Attachment C
.4 Unit Price - Attachment C
.5 Fixed Overhead Rate - Attachment C
3.1.2 When applicable, compensation for the subconsultant(s) shall be computed in accordance with
one of the payment methods listed in section 3.1.1. Refer to section 1.3.3 for identification of the method
of payment utilized in the subconsultant(s) contract. The compensation method utilized for each
subconsultant shall be defined within the subconsultant contract to the Consultant.
3.2 Subconsultant's Responsibilities for Reimbursement. The Consultant shall require the
subconsultants (if applicable) to notify them if they at any time determine that their costs will exceed their
estimated actual costs. The Consultant shall not allow the subconsultants to exceed their estimated
actual costs without prior written approval of the Contract Administrator. The prime Consultant is
cautioned that cost under -runs associated with any subconsultant's contract are not available for use by
the prime Consultant or other subconsultant unless the Contract Administrator, Iowa DOT, and FHWA
Page 4 of 29
Attachment D to I.M. 3.310
May 26, 2017
(when applicable) have given prior written approval.
ARTICLE 4 TERMS AND CONDITIONS
4.1 Ownership of Engineering Documents
4.1.1 All sketches, tracings, plans, specifications, reports on special studies and other data prepared
under this Agreement shall become the property of the Owner and shall be delivered to the Contract
Administrator upon completion of the plans or termination of the services of the Consultant. There shall
be no restriction or limitation on their future use by the Owner, except any use on extensions of the
project or on any other project without written verification or adaptation by the Consultant for the specific
purpose intended will be the Owner's sole risk and without liability or legal exposure to the Consultant.
4.1.2 The Owner acknowledges the Consultant's plans and specifications, including all documents on
electronic media, as instruments of professional service. Nevertheless, the plans and specifications
prepared under this Agreement shall become the property of the Owner upon completion of the services
and payment in full of all moneys due to the Consultant.
4.1.3 The Owner and the Consultant agree that any electronic files prepared by either party shall
conform to the specifications listed in Attachment B. Any change to these specifications by either the
Owner or the Consultant is subject to review and acceptance by the other party. Additional efforts by
the Consultant made necessary by a change to the CADD software specifications shall be compensated
for as Additional Services.
4.1.4 The Owner is aware that significant differences may exist between the electronic files delivered
and the respective construction documents due to addenda, change orders or other revisions. In the
event of a conflict between the signed construction documents prepared by the Consultant and
electronic files, the signed construction documents shall govern.
4.1.5 The Owner may reuse or make modifications to the plans and specifications, or electronic files
while agreeing to take responsibility for any claims arising from any modification or unauthorized reuse of
the plans and specifications.
4.2 Subconsultant Contract Provisions and Flow Down
4.2.1 All provisions of this Agreement between the Owner and Consultant shall also apply to all
subconsultants hired by the Consultant to perform work pursuant to this Agreement. It is the
Consultant's responsibility to ensure all contracts between Consultant and its subconsultants contain all
provisions required of Consultant in this Agreement. The only recognized exception to this requirement is
under provision 3.1.2 when the subconsultant has a different method of reimbursement than the
Consultant.
4.2.2 The Consultant may not restrict communications between the Owner and any of the
subconsultants. The Consultant will encourage open communication among the Owner, the Consultant
and the subconsultants.
4.3 Consultant's Endorsement on Plans. The Consultant and its subconsultants shall endorse and certify
the completed project deliverables prepared under this Agreement, and shall affix thereto the seal of a
professional engineer or architect (as applicable), licensed to practice in the State of Iowa, in accordance
with the current Code of Iowa and Iowa Administrative Code.
4.4 Progress Meetings. From time to time as the work progresses, conferences will be held at mutually
convenient locations at the request of the Contract Administrator to discuss details of the design and
progress of the work. The Consultant shall prepare and present such information and studies as may be
pertinent and necessary or as may be requested by the Contract Administrator, to enable the Contract
Administrator to pass judgment on the features and progress of the work.
4.5 Additional Documents. At the request of the Contract Administrator, the Consultant shall furnish
sufficient documents, or other data, in such detail as may be required for the purpose of review.
Page 5 of 29
Attachment D to I.M. 3.310
May 26, 2017
4.6 Revision of Work Product
4.6.1 Drafts of work products shall be reviewed by the Consultant for quality control and then be
submitted to the Contract Administrator by the Consultant for review and comment. The comments
received from the Contract Administrator and the reviewing agencies shall be incorporated by the
Consultant prior to submission of the final work product by the Consultant. Work products revised in
accordance with review comments shall constitute "satisfactorily completed and accepted work."
Requests for changes on work products by the Contract Administrator shall be in writing. In the event
there are no comments from the Contract Administrator or reviewing agencies to be incorporated by the
Consultant into the final work product, the Contract Administrator shall immediately notify the
Consultant, in writing, that the work product shall constitute "satisfactorily completed and accepted
work."
4.6.2 In the event that the work product prepared by the Consultant is found to be in error and revision
or reworking of the work product is necessary, the Consultant agrees that it shall do such revisions
without expense to the Owner, even though final payment may have been received. The Consultant
must give immediate attention to these changes so there will be a minimum of delay to the project
schedule. The above and foregoing is not to be construed as a limitation of the Owner's right to seek
recovery of damages for negligence on the part of the Consultant herein.
4.6.3 Should the Contract Administrator find it desirable to have previously satisfactorily completed
and accepted work product or parts thereof revised, the Consultant shall make such revisions if
requested and directed by the Contract Administrator in writing. This work will be paid for as provided
in Article 4.7.
4.7 Extra Work. If the Consultant is of the opinion that any work it has been directed to perform is beyond
the scope of this Agreement, and constitutes "Extra Work," it shall promptly notify the Contract
Administrator in writing to that effect. In the event that the Contract Administrator determines that such
work does constitute "Extra Work", the Consultant shall promptly develop a scope and budget for the
extra work and submit it to the Contract Administrator. The Ownerwill provide extra compensation to
the Consultant upon the basis of actual costs plus a fixed fee amount, or at a negotiated lump sum. The
Consultant shall not proceed with "Extra Work" without prior written approval from the Owner and
concurrence from the Iowa DOT. Prior to receipt of a fully executed Supplemental Agreement and written
Notice to Proceed, any cost incurred that exceeds individual task costs, or estimated actual cost, or the
maximum amount payable is at the Consultant's risk. The Owner has the right, at its discretion, to
disallow those costs. However, the Owner shall have benefit of the service rendered.
4.8 Extension of Time. The time for completion of each phase of this Agreement shall not be extended
because of any delay attributed to the Consultant, but may be extended by the Contract Administrator
in the event of a delay attributed to the Owner or the Contract Administrator, or because of unavoidable
delays beyond the reasonable control of the Consultant.
4.9 Responsibility For Claims And Liability
4.9.1 The Consultant agrees to defend, indemnify, and hold the Owner, the State of Iowa, the Iowa
DOT, their agents, employees, representatives, assigns and successors harmless for any and all
liabilities, costs, demands, losses, claims, damages, expenses, or attorneys' fees, including any stipulated
damages or penalties, which may be suffered by the Owner as the result of, arising out of, or related to,
the negligence, negligent errors or omissions, gross negligence, willfully wrongful misconduct, or breach
of any covenant or warranty in this Agreement of or by the Consultant or any of its employees, agents,
directors, officers, subcontractors or subconsultants, in connection with this Agreement.
4.9.2 The Consultant shall obtain and keep in force insurance coverage for professional liability (errors
and omissions) with a minimum limit of $1,000,000 per claim and in the aggregate, and all such other
insurance required by law. Proof of Consultant's insurance for professional liability coverage and all
such other insurance required by law will be provided to the Owner at the time the contract is executed
and upon each insurance coverage renewal.
4.10 Current and Former Agency Employees (Conflicts of Interest)
Page 6 of 29
Attachment D to I.M. 3.310
May 26, 2017
The Consultant shall not engage the services of any current employee of the Owner or the Iowa DOT
unless it obtains the approval of the Owner or the Iowa DOT, as applicable, and it does not create a
conflict of interest under the provisions of Iowa Code section 68B.2A. The Consultant shall not engage
the services of a former employee of the Owner or the Iowa DOT, as applicable, unless it conforms to the
two-year ban outlined in Iowa Code section 68B.7. Similarly, the Consultant shall not engage the
services of current or former FHWA employee without prior written consent of the FHWA, and the
relationship meets the same requirements for State and local agency employees set forth in the above -
referenced Iowa Code sections and the applicable Federal laws, regulations, and policies.
4.11 Suspension of Work under this Agreement
4.11.1 The right is reserved by the Owner to suspend the work being performed pursuant to this
Agreement at any time. The Contract Administrator may effect such suspension by giving the
Consultant written notice, and it will be effective as of the date established in the suspension notice.
Payment for the Consultant's services will be made by the Owner to the date of such suspension, in
accordance with the applicable provisions in Article 4.12.2 or Article 4.12.3 below.
4.11.2 Should the Owner wish to reinstate the work after notice of suspension, such reinstatement may
be accomplished by thirty (30) days' written notice within a period of one year after such suspension,
unless this period is extended by written consent of the Consultant.
4.11.3 In the event the Owner suspends the work being performed pursuant to this Agreement the
Consultant with approval from the Contract Administrator, has the option, after 180 days to terminate
the contract.
4.12 Termination of Agreement
4.12.1 The right is reserved by the Owner to terminate this Agreement at any time and for any reason
upon not less than thirty (30) days written notice to the Consultant.
4.12.2 In the event the Agreement is terminated by the Owner without fault on the part of the
Consultant, the Consultant shall be paid for the reasonable and necessary work performed or services
rendered and delivered up to the effective date or time of termination. The value of the work performed,
and services rendered and delivered, and the amount to be paid shall be mutually satisfactory to the
Contract Administrator and to the Consultant. The Consultant shall be paid a portion of the fixed fee,
plus actual costs, as identified in Attachment C. Actual costs to be reimbursed shall be determined by
audit of such costs to the date established by the Contract Administrator in the termination notice,
except that actual costs to be reimbursed shall not exceed the Maximum Amount Payable.
4.12.3 In the event the Agreement is terminated by the Owner for fault on the part of the Consultant,
the Consultant shall be paid only for work satisfactorily performed and delivered to the Contract
Administrator up to the date established by the termination notice. After audit of the Consultant's
actual costs to the date established by the Contract Administrator in the termination notice and after
determination by the Contract Administrator of the amount of work satisfactorily performed, the
Contract Administrator shall determine the amount to be paid to the Consultant.
4.12.4 This Agreement will be considered completed when the scope of the project has progressed
sufficiently to make it clear that Award of a Construction Contract can be completed without further
revisions in that work, or if the Consultant is released prior to such time by written notice from the
Contract Administrator.
4.13 Right to Set-off. In the event that the Consultant owes the Owner any sum under the terms of this
Contract, the Owner may set off the sum owed to the Owner against any sum owed by the Owner to the
Consultant under any other contract or matter in the Owner's sole discretion, unless otherwise required
by law. The Consultant agrees that this provision constitutes proper and timely notice of the Owner's
intent to utilize any right of set-off.
4.14 Assignment or Transfer. The Consultant is prohibited from assigning or transferring all or a part of its
interest in this Agreement, unless written consent is obtained from the Contract Administrator and
concurrence is received from the Iowa DOT and FHWA, if applicable.
Page 7 of 29
Attachment D to I.M. 3.310
May 26, 2017
4.15 Access to Records. The Consultant is to maintain all books, documents, papers, accounting records
and other evidence pertaining to this Agreement and to make such materials available at their respective
offices at all reasonable times during the agreement period, and for three years from the date of final
closure of the Federal -aid project with FHWA, for inspection and audit by the Owner, the Iowa DOT, the
FHWA, or any authorized representatives of the Federal Government; and copies thereof shall be
furnished, if requested.
4.16 Iowa DOT and FHWA Participation. The work under this Agreement is contingent upon and subject to
the approval of the Iowa DOT and FHWA, when applicable. The Iowa DOT and FHWA shall have the
right to participate in the conferences between the Consultant and the Owner, and to participate in the
review or examination of the work in progress as well as any final deliverable.
4.17 Nondiscrimination Requirements.
4.17.1 During the performance of this Agreement, the Consultant agrees to comply with the regulations
of the U.S. Department of Transportation, contained in Title 49, Code of Federal Regulations, Part 21,
and the Code of Iowa, Chapter 216. The Consultant will not discriminate on the grounds of age, race,
creed, color, sex, sexual orientation, gender identity, national origin, religion, or disability in its
employment practices, in the selection and retention of subconsultants, and in its procurement of
materials and leases of equipment.
4.17.2 In all solicitations, either by competitive bidding or negotiation made by the Consultant for work
to be performed under a subcontract, including procurement of materials or equipment, each potential
subconsultant or supplier shall be notified by the Consultant of the Consultant's obligation under this
contract and the regulations relative to nondiscrimination on the grounds of age, race, creed, color, sex,
sexual orientation, gender identity, national origin, religion, or disability.
4.17.3 In the event of the Consultant's noncompliance with the nondiscrimination provisions of this
Agreement, the Owner shall impose such contract sanctions as it, the Iowa DOT, or the FHWA may
determine to be appropriate, including, but not limited to withholding of payments to the Consultant
under the Agreement until the Consultant complies, or the Agreement is otherwise suspended or
terminated.
4.17.4 The Consultant shall comply with the following provisions of Appendix A of the U.S. DOT
Standard Assurances:
During the performance of this contract, the Consultant, for itself, its assignees and successors in
interest (hereinafter referred to as the "Consultant) agrees as follows:
1. Compliance with Regulations: The Consultant shall comply with the Regulations relative to non-
discrimination in Federally assisted programs of the Department of Transportation (hereinafter,
"DOT') Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time,
(hereinafter referred to as the Regulations), which are herein incorporated by reference and made a
part of this contract.
2. Nondiscrimination: The Consultant, with regard to the work performed by it during the contract,
shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the
selection and retention of subconsultants, including procurement of materials and leases of
equipment. The Consultant shall not participate either directly or indirectly in the discrimination
prohibited by section 21.5 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the Consultant for work to be
performed under a subcontract, including procurement of materials or leases of equipment, each
potential subconsultant or supplier shall be notified by the Consultant of the Consultants obligations
under this contract and the Regulations relative to non-discrimination on the grounds of race, color,
national origin, sex, age, or disability.
Page 8 of 29
Attachment D to I.M. 3.310
May 26, 2017
4. Information and Reports: The Consultant shall provide all information and reports required by the
Regulations or directives issued pursuant there to, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the Owner, the
Iowa Department of Transportation or Federal Highway Administration to be pertinent to ascertain
compliance with such Regulations, orders and instructions. Where any information required of a
Consultant is in the exclusive possession of another who fails or refuses to furnish this information
the Consultant shall so certify to the Owner, the Iowa Department of Transportation or the Federal
Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the
information.
5. Sanctions for Noncompliance: In the event of the Consultants noncompliance with the
nondiscrimination provisions of this contract, the Owner shall impose such contract sanctions as it,
the Iowa Department of Transportation or the Federal Highway Administration may determine to be
appropriate, including, but not limited to:
a. withholding of payments to the Consultant under the contract until the Consultant complies,
and/or
b. cancellation, termination or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The Consultant shall include the provisions of paragraphs (1) through
(6) in every subcontract, including procurement of materials and leases of equipment, unless exempt
by the Regulations, or directives issued pursuant thereto. The Consultant shall take such action with
respect to any subcontract or procurement as the Owner, the Iowa Department of Transportation or
the Federal Highway Administration may direct as a means of enforcing such provisions including
sanctions for non-compliance: provided, however, that, in the event a Consultant becomes involved
in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the
Consultant may request the Owner or the Iowa Department of Transportation to enter into such
litigation to protect the interests of the Owner or the Iowa Department of Transportation; and, in
addition, the Consultant may request the United States to enter into such litigation to protect the
interests of the United States.
4.18 Compliance with Title 49, Code of Federal Regulations, Part 26
4.18.1 The Consultant agrees to ensure that disadvantaged business enterprises (DBEs) as defined in
49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and
subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this
regard the Consultant and all of its subconsultants shall take all necessary and reasonable steps in
compliance with the Iowa DOT DBE Program to ensure disadvantaged business enterprises have the
maximum opportunity to compete for and perform contracts.
4.18.2 The Consultant shall pay its subconsultants for satisfactory performance of their work no later
than 30 days from receipt of each payment it receives from the Owner for such work. If the Owner holds
retainage from the Consultant, the Consultant may also withhold retainage from its subconsultant(s). If
retainage is withheld from a subconsultant, full payment of such retainage shall be made within 30 days
after the subconsultant's work is satisfactorily completed.
4.18.3 Upon notification to the Consultant of its failure to carry out the requirements of this Article, the
Owner, the Iowa DOT, or the FHWA may impose sanctions which may include termination of the
Agreement or other measures that may affect the ability of the Consultant to obtain future U.S. DOT
financial assistance. The Consultant is hereby advised that failure to fully comply with the requirements
of this Article shall constitute a breach of contract and may result in termination of this Agreement by the
Owner or such remedy as the Owner, Iowa DOT or the FHWA deems appropriate, which may include,
but is not limited to:
1. withholding monthly progress payments;
2. assessing sanctions;
3. liquidated damages; and / or
4.19 Severability. If any section, provision or part of this Agreement shall be adjudged invalid or
unconstitutional, such adjudication shall not affect the validity of the Agreement as a whole or any section,
Page 9 of 29
Attachment D to I.M. 3.310
May 26, 2017
provision, or part thereof not adjudged invalid or unconstitutional.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their proper officials
thereunto duly authorized as of the dates below.
STANLEY CONSULTANTS, INC.
Daniel R. Fullerton, PE
Client Service Manager
ATTEST:
%
By /YuL
CITY OF WATERLOO
Date: June 3, 2020
Date: June 3, 2020
By 0.4. �lJ/ i Date: lX d IdC-Z10
Quentin Hart, Mayor
IOWA DEPARTMENT OF TRANSPORTATION
Accepted for FHWA Authorization*
By Date:
Name
Title
The Iowa DOT is not a party to this agreement. However, by signing this agreement, the Iowa DOT is indicating
the work proposed under this Agreement is acceptable for FHWA authorization of Federal funds.
Page 10 of 29
Attachment D to I.M. 3.310
May 26, 2017
ATTACHMENT A
Scope of Services
The next 8 pages contain additional information for Attachment A, Scope of Services.
Page 11 of 29
Stanley Consultants INC
Attachment A
Scope of Services
ENGINEERING SERVICES
PARK AVENUE BICYCLE SIGNAL IMPROVEMENT
CITY OF WATERLOO
PROJECT UNDERSTANDING
This project involves traffic signalization improvements along Park Avenue from Highway 218 to Franklin
Street to accommodate the recently installed bike lanes. The project is needed to provide safe and efficient
traffic control for Park Avenue that addresses non -motorized traffic.
The Park Avenue Bike Lanes provide essential connectivity for users wanting to cross the Cedar River and
connect to existing riverfront trails and trails on both sides of the river and provide linkages to activity nodes,
amenities and points of interest in downtown Waterloo.
This is a functional transportation improvement to the existing downtown and riverfront transportation system
of streets, trails and sidewalks. This project is a continuing phase of implementation for the comprehensive
bike lane accommodation for Park Avenue.
Pavement markings and signage have already been installed for this transportation improvement. Some initial
preliminary design has also begun. The City of Waterloo has reported that funds are available and design
work can start immediately.
There are no environmentally sensitive or culturally significant areas that would be affected by this project.
This project will fulfill goals and priorities of the most recent MPO long-range transportation plan by
improving bike transportation. The Owner has completed the environmental documentation, and any work for
cultural or environmental documentation will not be included in this scope.
In addition, the project concept statement has been completed by the Owner, so additional work prior to
starting design work is not necessary.
A location map is shown in Figure 1.
M:FY20192020138579_Waterloo Park Avenue_Bicycle_Signal Improvements Fee Proposal Attachment A_ScopeofServices
Page 12 of 29
Stanley Consultants INC.
Attachment A
Scope of Services
W Alrtitre H
Park Ave &
SB Washington
PARK AVENUE PROJECT LOCATION
d
Wate
Willman Ave,
Y
414
Ai trfi WI Are
a
E R+dgoway AVa
4
Nwvall 5t
Park Ave &
Franklin St
A
Figure 1 Location Map
M:FY 2019 2020138579_Waterloo_Park Avenue_Bicycle_Signal Improvements Fee Proposal Attachment A_Scopeo/Services
Page 13 of 29
Stanley Consuttants
Attachment A
Scope of Services
SCOPE OF SERVICES
This project will follow the design requirements for Iowa DOT Type I: Programmatic Categorical Exclusion,
No Right -of -Way Needs. The following Scope of Services identifies required work tasks, along with
exclusions and assumptions upon which Consultant has relied upon in determining our effort, fee, scope and
schedule for the project. A detailed workhour and fee estimate is provided in the attached EXHIBIT B.
Consultant's scope includes the following tasks listed below:
Task 1 — Project Management/Coordination
Task 2 — Data Collection & Corridor Evaluation
Task 3 — Preliminary Plans and Review
Task 4 — Check Plan and Review
Task 5 — Final Plans and Contract Turn -In
Task 6 - Project Letting
Task 7 - Construction (Future Supplemental Agreement)
Task 1- Project Management/Coordination
Project Administration: This task entails the effort required to set up, administer, coordinate and generally
manage the overall project. Efforts include project set up, internal staff communications, quality control,
coordination and meetings with the Owner, invoicing and project close out.
Project Kickoff Meeting & Owner Coordination meeting: Consultant will attend one coordination kickoff
meeting to coordinate issues and discuss the design approach. The proposed design will be discussed during
the meeting as well as technologies for bicycle detection. This meeting will be documented, and meeting
minutes distributed to the stakeholders. We assume this will be a Skype meeting.
Park Avenue and Park Avenue bridge are planned for reconstruction. If or where possible, Consultant will
make efforts to design this project with consideration of the bridge design and reconstruction design in order
to minimize future redo of all or part of this project.
Progress Reporting: It is understood by the Owner and the Consultant that the level and frequency of
Progress Reporting shall be mutually established for each project, taking into account the complexity and
duration of the work to be performed. For this specific project it is agreed that progress reporting will be
provided on a monthly basis.
It is understood by the Owner and the Consultant that the task detail associated with the 85% budget
notification shall be mutually established for each project in relation to the complexity and duration of the
work to be performed. For this specific project it is agreed that all work contemplated in the agreement will
be considered as one task(s). It is further agreed that the 85% budget notification requirements will be waived
for this Agreement based on the volume of work assigned, duration, complexity, and rate of progress
anticipated on the project.
The Consultant will monitor and review updates to the Iowa DOT's Instructional Memorandums (I.M.$),
Road Design Manual, Standard Road Plans, Road Design Details. Updates requiring no additional effort on
the part of the Consultant will be incorporated into the work by the Consultant. If the Consultant is of the
opinion additional effort will be required, the Consultant will so notify the Contract Administrator, in
accordance with Paragraph 4.7. The Contract Administrator will provide written approval or disapproval for
the Consultant to incorporate said update into the work and indicate how payment for such work will be
M.:FY 2019 2020138579 Waterloo Park Avenue_8icycle_Signal Improvements Fee Proposal Attachment A_ScopeofSennces
Page 14 of 29
Stardey Consultants ING
Attachment A
Scope of Services
addressed.
Schedule: Notice to Proceed (NTP) is anticipated on June 2, 2020. Upon NTP, Consultant will begin the
conceptual intersection layouts, and research for bicycle detection technologies for the Kickoff Meeting
(anticipated in June).
A detailed design schedule will be provided at the Kickoff Meeting for review with the project Team.
Deliverables:
• Monthly Invoices with Progress Reports
• Design Schedule
• Meeting Minutes
Task 2 - Data Collection & Corridor Evaluation
When the Notice to proceed is received Consultant will immediately move into the data collection and
corridor evaluation. This will include gathering the data provided by the Owner (see assumed provided data
below) and evaluating alternatives for bicycle detection along the corridor. There are currently several types
of detections that could be utilized along this corridor each with its own positives and negatives. These
include using loops, radar, or video detection. Each of these detection types will be looked at and evaluated
for cost, maintenance, and ability to detect bicycles.
The signal operations will also be adjusted so that when bicycles are detected any conflicting movements will
be restricted. This could be accomplished with the installation black out signs, or by 4 section signal heads
prohibiting movements. With the use of the bicycle signal heads a queue jump can also be provided for
bicycles that stop at a red signal. Giving the bicyclists a 3-4 second head start while other movements are red
also increases the safety.
All the alternatives will be summarized, and a final recommendation provided in a letter memo for
concurrence from the design team.
Owner to provide the following:
• Survey data needed for this project. (the comers where the mast arms are to be replaced. 2 locations
expected.)
• Information on the existing conduits and conditions of the conduits.
Task 3 — Preliminary Plans and Review
Consultant will complete the preliminary design and prepare the review documents for the Park Ave bicycle
detection project. This work will include designing signal modification plans at each of the following
signalized intersections along Park Ave. Preliminary design may be subject to Iowa DOT review.
• Washington St (South of 218) • Washington St (North of 218)
• Jefferson St • Commercial St
• Sycamore St • Lafayette St
• Mulberry St • Franklin St
Bicycle detection will be installed, as required, at each of the intersections listed above. The bicycle detection
devices will be determined during the study phase and may include bike signal indications, and detection
devices (Cameras, Radar, or loops). Additional devices will also be designed if Task 2 identifies it is needed
M:FY 2019 2020138579 Waterloo Park Avenue Bicycle_Signal Improvements Fee Proposal Attachment A_ScopeofSennces
Page 15 of 29
Stanley Consultants INC
Attachment A
Scope of Services
including standard signing, black out signs or prohibiting conflicting movements to the bicycles. These
devices will be installed on each of the intersections listed above for each direction of Park Ave. A map of
the planned improvements is shown in Figure 2.
It is expected that the mast arms, as well as the accompanying poles and foundations, will need to be replaced
on the following two corners at the Washington St intersections as the existing indications do not align with
the lanes..
• Washington St South of 218 the mast arm on the SW corner
• Washington St North of 218 the mast arm on the NE comer
The following construction documents will be provided:
• Title Sheet
• Index of Sheets
• Project Layout sheet
• General Notes
• Estimate & Quantities
Deliverables:
• Preliminary Plans — in PDF form
• Summary table of Estimated
Quantities
• Traffic Signal Plans
• Signing Plans
• Standard Details
M:FY 2019 2020138579 Waterloo Park Avenue Bicycle Signal Improvements Fee Proposal Attachment A_ScopeofServices
Page 16 of 29
Stanley Consultants INC
Attachment A
Scope of Services
PROPOSED PARK AVENUE BICYCLE FACILITY
IMPROVEMENT INTERSECTIONS
Figure 2 Intersection Modification Map
M::FY 2019 2020138579_Waterioo_Park Avenue_Bicycle Signal Improvements_Fee Proposal Attachment A_ScopeofServices
Page 17 of 29
Stanley Consultants .IC
Attachment A
Scope of Services
Task 4 — Check Plan and Review
Consultant will update the roadway plans based on comments received at the preliminary Design Review
Meeting. Check plans will be subject to Iowa DOT review.
Deliverable:
• Check Plan set in PDF form
• Updated Estimates
Task 5 — Final Plans and Contract Turn -In
Consultant will update the roadway plans based on comments received at the Check Design Review Meeting.
Final plans will be subject to Iowa DOT review.
Deliverable:
• Final Plans in PDF form
• Updated Estimates
Task 6 - Project Letting
Consultant will make corrections to the plans after the 90% Design Review Meeting and prepare the
advertisement package. Deliverables for the advertisement package will consist of plans, opinion of probable
construction costs, and a bid tabulation. This will be a DOT Letting.
Task 7 — Construction (Future Supplemental Agreement)
Consultant will provide construction support for the Owner during construction. This will include answering
questions from the contractor and reviewing submittals from the contractor for approval. Construction
observation is not included in the scope. Construction engineering services are not currently included with
this scope of services and will be added, as necessary, by supplemental agreement.
Assumptions and Exclusions
The following are assumptions and/or exclusions to the above scope of services:
• Utility coordination is not within the scope of this project. If utility coordination is required, the
Owner will provide it to Consultant.
• The environmental and FHWA Concurrence documentation has been completed by the Owner and no
action is needed by Consultant for these items.
• The new signal mast arms to be installed at Washington will fit within the existing ROW, and a
location can be chosen to avoid underground utilities. Utility coordination and ROW services can be
provided for additional cost.
• No survey will be completed as part of this project. All project data will be done on aerial
photography or survey data provided by the Owner. If, during the design phase topographic survey is
necessary to verify elements, the Owner will provide the survey.
• Only the Washington St intersections will include modifications to the signal mast arms. All other
intersections will only include moving or adding signal heads or adding new equipment (signs and
detectors) to existing poles and mast arms.
M:FY 2019 2020138579_Waterloo Park Avenue_Bicycle_Signal Improvements Fee Proposal Attachment A_Scopeo/Services
Page 18 of 29
Stanley Consultants .x
Attachment A
Scope of Services
Assumptions and Exclusions (continued)
• Signal Controller cabinets where needed are expected to be upgraded as part of another project and
are anticipated to be installed prior to this project moving into construction and not included as part of
design of this project.
• Any required pavement marking modifications will be performed by the Owenr or as part of other
projects and will not be part of this project.
• Other pedestrian accommodations, such as ADA ramps, are not included in the scope of the project
and the contractor will be required to restore the ramps to original condition if the ramps are disturbed
by mast -arm pole installation. Ramp design may be added if for some reason new ramp designs are
required by new mast -arm installation and existing condition cannot be restored.
• Owner will provide existing traffic signal plans for use in the design plans.
• Owner will provide special provisions and examples of specifications from previous projects for use
on this project.
• Temporary traffic signal design is not included in our proposal.
M:FY 2019 2020138579 Waterloo Park Avenue Bicycle_Signal Improvements Fee Proposal Attachment A_Scopeo(Sennces
Page 19 of 29
Attachment D to I.M. 3.310
May 26, 2017
ATTACHMENT B
Specifications
The Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, Series
2015, plus applicable General Supplemental Specifications, Developmental Specifications, Supplemental
Specifications and Special Provisions shall apply to this project.
Page 20 of 29
ATTACHMENT C (referenced from 3.1)
Lump Sum
3.1.1 FEES AND PAYMENTS
Attachment D to I.M. 3.310
May 26, 2017
3.1.1.1 Fees. For full and complete compensation for all work, materials, and services furnished under the terms
of this Agreement, the Consultant shall be paid fees on a lump sum basis and payment of this amount
shall be considered as full and complete compensation for all work, materials and services furnished
under the terms of this Agreement. The lump sum amount shall be $ 39,908.90. The estimated staff
hours and fees are shown in Attachment C-1.
The lump sum amount will not be changed unless there is a substantial change in the magnitude, scope,
character, or complexity of the services from those covered in this Agreement. Any change in the lump
sum amount will be by Supplemental Agreement.
3.1.1.2 Reimbursable Costs. Reimbursement of costs is limited to those that are attributable to the specific
work covered by this Agreement and allowable under the provisions of the Code of Federal Regulations
(CFR), Title 48, Federal Acquisition Regulation System, Subchapter E., Part 30 (when applicable), and
Part 31, Section 31.105 and Subpart 31.2. In addition to Title 48 requirements, for meals to be eligible for
reimbursement, an overnight stay will be required.
3.1.1.3 Premium Overtime Pay. Not applicable.
3.1.1.4 Payments. Monthly payments for work completed shall be based on the percentage of work completed
and substantiated by monthly progress reports. The Contract Administrator will check such progress
reports and payment will be made for the proportional amount of the lump sum fee. The Owner shall
retain from each monthly payment for construction inspection or construction administration services
0.00% of the amount due.
Invoices shall clearly identify the beginning and ending dates of the prime's and subconsultant's billing
cycles. All direct and indirect costs incurred during the billing cycle shall be invoiced. Costs incurred from
prior billing cycles and previously not billed, will not be allowed for reimbursement unless approved by the
Contract Administrator.
Upon completion, delivery, and acceptance of all work contemplated under this Agreement, the
Consultant shall submit one complete invoice statement for the balance of the lump sum fee. Payment
of 100% of the total cost claimed, inclusive of retainage, if applicable, will be made upon receipt and
review of such claim. The Consultant agrees to reimburse the Owner for possible overpayment
determined by final audit.
Page 21 of 29
ATTACHMENT C-1
Cost Analysis Work Sheet
Iowa DOT Agreement Number: 20-TAP-119
Project Number: TAP-U-8155(767)--81-07
Direct Labor Cost (Prime Only)
Category Hours Rate/Hour Amount
Project Administrator 3 $ 84.22 $ 252.66
Project Manager 46 $ 67.30 $ 3,095.80
Engineer I 54 $ 55.24 $ 2,982.96
Engineer II 100 $ 32.92 $ 3,292.00
Technician III 68 $ 39.33 $ 2,674.44
Clerical 12 $ 27.14 $ 325.68
Payroll Total = $ 12,623.54
II. Combined Overhead (COH) & Facilities Capital Cost of Money (FCCM) Costs (Prime Only)
IIA. Indirect Cost Factor 178.03% $ 22,473.69
IIB. FCCM Factor 0.00% $ -
Combined Overhead and FCCM total: $ 22,473.69
Direct Project Expenses (Prime Only)
Phone/Fax $ 30.00
Mileage 950 miles @ $0.58 $ 464.00
Reproduction $ 66.00
Postage $ 40.00
Total Direct Project Expenses: $ 600.00
IV. Estimated Actual Costs (EAC) (Prime Only) (I + II + III) $ 35,697.23
V. Fixed Fee (Prime Only) 12% x (I + IIA) $ 4,211.67
Less FCCM (IIB) $ -
Fixed Fee total: $ 4,211.67
VI. Contingency 10% x (I = II + III) $ -
VII. Subconsultant Expenses No Subs $
VIII. Lump Sum Agreement Total (IV + V + VI + VII) $ 39,908.90
(Maximum Amount Payable)
Page 22 of 29
Attachment D to I.M. 3.310
May 26, 2017
ATTACHMENT D
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS -- PRIMARY COVERED TRANSACTIONS
Instructions for Certification
1. By signing and submitting this proposal, the prospective primary participant is providing the certification set
out below.
2. The inability of a person to provide the certification required below will not necessarily result in denial of
participation in this covered transaction. The prospective participant shall submit an explanation of why it
cannot provide the certification set out below. The certification or explanation will be considered in connection
with the department or agency's determination whether to enter into this transaction. However, failure of the
prospective primary participant to furnish a certification or an explanation shall disqualify such person from
participation in this transaction.
3. The certification in this clause is a material representation of fact upon which reliance was placed when the
department or agency determined to enter into this transaction. If it is later determined that the prospective
primary participant knowingly rendered an erroneous certification, in addition to other remedies available to
the Federal Government, the department or agency may terminate this transaction for cause or default.
4. The prospective primary participant shall provide immediate written notice to the department or agency to
whom this proposal is submitted if at any time the prospective primary participant learns that its certification
was erroneous when submitted or has become erroneous by reason of changed circumstances.
5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction,"
"participant," "person" "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as
used in this clause, have the meanings set out in the definitions and coverage sections of the rules
implementing Executive Order 12549. You may contact the department or agency to which this proposal is
being submitted for assistance in obtaining a copy of those regulations.
6. The prospective primary participant agrees by submitting this proposal that should the proposed covered
transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person
who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency entering into this transaction.
7. The prospective primary participant further agrees by submitting this proposal that it will include the clause
titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier
Covered Transaction," provided by the department or agency entering into this covered transaction, without
modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions.
8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier
covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered
transaction, unless it knows that the certification is erroneous. A participant may decide the method and
frequency by which it determines the eligibility of its principals. Each participant may, but is not required to,
check the Nonprocurement List.
9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order
to render in good faith the certification required by this clause. The knowledge and information of a
participant is not required to exceed that which is normally possessed by a prudent person in the ordinary
course of business dealings.
10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred,
ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available
to the Federal Government, the department or agency may terminate this transaction for cause or default.
Page 23 of 29
Attachment D to I.M. 3.310
May 26, 2017
Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered
Transactions
(1)
The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a
public transaction; violation of Federal or State Antitrust statutes or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of
this certification; and
(d) Have not within a three-year period preceding this application /proposal had one or more public
transactions (Federal, State or local) terminated for cause or default.
(2) Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
State of Iowa
Polk County
I Daniel R. Fullerton, Client Service Manager of the
Stanley Consultants, Inc. Company, being duly sworn (or under penalty of perjury under the laws of the United
States and the State of Iowa) do hereby certify that the above Statements are true and correct.
(Signature)
Subscribed and sworn to this 3rd day of June , 2020
(month) (year)
Page 24 of 29
Attachment D to I.M. 3.310
May 26, 2017
ATTACHMENT E
CERTIFICATION OF CONSULTANT
I hereby certify that I, Daniel R. Fullerton, am the Client Service Manager and duly authorized representative of
the firm of Stanley Consultants, Inc., whose address is 100 Court Avenue, Suite 300, Des Moines, IA, and that
neither the above firm nor I has:
(a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration,
any firm or person (other than a bona fide employee working solely for me or the above Consultant) to
solicit or secure this contract,
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
any firm or person in connection with carrying out the contract, or
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working
solely for me or the above Consultant) any fee, contribution, donation or consideration of any kind for, or
in connection with, procuring or carrying out the contract; except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Iowa Department of Transportation and the Federal
Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation
of Federal -aid highway funds, and is subject to applicable, State and Federal laws, both criminal and civil.
June 3, 2020
Signature Date
Page 25 of 29
Attachment D to I.M. 3.310
May 26, 2017
ATTACHMENT F
CERTIFICATION OF OWNER
I hereby certify that I, Quentin Hart, am the Mayor and the duly authorized representative of the Owner, and that
the above consulting firm or his representative has not been required, directly or indirectly as an express or
implied condition in connection with obtaining or carrying out this contract to:
(a) Employ or retain, or agree to employ or retain, any firm or person, or
(b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration
of any kind; except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the to the Iowa Department of Transportation and the
Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving
participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and
civil.
Si naiyire
C, Id?I?o
Date
Page 26 of 29
Attachment D to I.M. 3.310
May 26, 2017
Consultant Name
Consultant Address
Consultant Address
ATTACHMENT G
Page 4
Lump Sum Progressive Invoice
Date
Invoice No. Client Project No.
Invoice Period Covered County
Consultant Job No. Client Project Description
Client Contract No.
Total Lump Sum Amount [Prime only]
Percentage Completed
Total
Less Amount Previously Billed
[Prime only]
Total Current Bill [Prime only]
Subconsultants
Name
Name
Name
Total
Current Labor Hours
Total Labor Hours Incurred To Date
Total Estimated Labor Hours
Note: When submitting more than the final invoice on a lump sum project, each progressive invoice shall be
identified as a "Progressive Invoice" (as in the above title).
Page 27 of 29
Attachment D to I.M. 3.310
May 26, 2017
Consultant Name
Consultant Address
Consultant Address
ATTACHMENT G
Page 5
Lump Sum Final Invoice
Date
Invoice No. Client Project No.
Invoice Period Covered County
Consultant Job No. Client Project Description
Client Contract No.
Total Lump Sum Amount [Prime only]
Percentage Completed
Total
Less Amount Previously Billed
[Prime only]
Total Current Bill [Prime only]
Subconsultants
Name
Name
Name
Total
Current Labor Hours
Total Labor Hours Incurred To Date
Total Estimated Labor Hours
Note: When submitting a final invoice on a lump sum project, the final cumulative job cost report should be
submitted with the final invoice.
Page 28 of 29
ATTACHMENT H
Consultant Fee Proposal
Refer to Attachment C & C-1 for Consultant's Fee Proposal
Attachment D to I.M. 3.310
May 26, 2017
Page 29 of 29