HomeMy WebLinkAboutAECOM_-_SA__2,_Cont._No._1128,_La_Porte_Road_Reconstruction_Ph_2_-_12.1.2025Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
Contract No.
Owner Project No.
Iowa DOT Project No. HDP-8155(787)-71-07
Standard Consultant Contract
Supplemental Agreement 2
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, Iowa 50703
Phone: (319) 291-4312
FAX: (319) 291-4262
and AECOM Technical Services, Inc., the Consultant, located at:
501 Sycamore Street, Suite 222
Waterloo, Iowa 50703
Phone: (319) 232-6531
FAX: (319) 232-0271
For the following Project: La Porte Road Reconstruction Project.
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 Phase 2 Construction Engineering services to assist
with the development and completion of the Project. The Consultant is willing to perform engineering services in
accordance with the terms of this Agreement.
Page 1
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
TABLE OF CONTENTS
Article Number And Description
1 Initial Information
1.1 Referenced Agreement/Supplemental Agreement No. 2
1.2 Project Parameters
1.3 Financial Parameters
1.4 Project Team
1.5 Time Parameters
Attachment A — Scope of Services
Attachment C-1 — Cost Analysis Worksheet
Page 2
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
ARTICLE 1 INITIAL INFORMATION
This Agreement is based on the following information and assumptions.
1.1
Referenced Agreement/Supplemental Agreement No. 2
This Supplemental Agreement No. 2 is part of the Standard Consultant Agreement for the La Porte Road
Reconstruction Project between AECOM Technical Services, Inc. (hereinafter referred to as the
"Consultant") and the City of Waterloo (hereinafter referred to as the "Client"). All terms and conditions of
the original agreement shall remain in effect for work associated with this Supplemental Agreement,
unless specifically noted in a new agreement.
The Consultant shall be reimbursed for the actual costs incurred in accordance with Article 3 of the
original agreement.
The Estimated Actual Costs, Fixed Fee, Contingency and Maximum Amount Payable for this
supplemental agreement is One Million Three Hundred Sixty -Four Thousand Five Hundred Dollars
($1,364,500.00), as shown in Article 1.3 and Attachments C and C-1, and shall be segregated from the
fees in the original agreement and Supplemental Agreement No. 1.
1.2 Project Parameters
The objective or use is: Provide Phase 2 Construction -Related Service for the construction of La Porte
Road — Phase 2, from Highway 218 to Plymouth Avenue, a distance of approximately 0.7 miles. The project
also consists of a trail connection along Highway 218 between Hawthorne Avenue and 18th Street. The trail
will be parallel to the existing railroad and will protrude into the railroad right-of-way (ROW). The project will
include grading, paving, landscaping, enhancements, sanitary and storm sewer, fiber, lighting and traffic
signalization. This project will allow for portions of La Porte Road to be closed to traffic for construction with
traffic control staging and detour routing.
1.3 Financial Parameters
1.3.1 Amount of the Owner's budget for the Consultant's compensation is:
Division VI (RAISE and Local Funding) $1,345,200.00
Division VII (Local Funding) $ 19,300.00
Total $1,346,500.00
1.3.2 Amount of the Consultant's budget for the subconsultants' compensation is:
Division VI $116,100.00
Total $116,100.00
1.4 Project Team
1.4.1 The Owner's Designated Representative, identified as the Contract Administrator is:
Mr. Jamie Knutson, PE, City Engineer
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.
1.4.2 The Consultant's Designated Representative is:
Mr. Tony Hemann, PE, Project Manager
Page 3
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
1.4.3 The subconsultants retained at the Consultant's expense are identified in the following table:
Subconsultant Amount Authorized Maximum Amount Payable Method of Payment
Division VI
HR Green $ 12,200.00 $ 13,300.00 CPFF
Terracon $ 24,000.00 $ 26,200.00 CPFF
Robinson Engineering $ 57,900.00 $ 63,100.00 Fixed OH Rate
RITLAND+KUIPER L.A. $ 12,300.00 $ 13,500.00 Unit Rate
Total $ 106,400.00 $ 116,100.00
1.5 Time Parameters
1.5.1 The Consultant shall begin work under this Agreement upon receipt of a written notice to
proceed from the Owner.
1.5.2 Milestones for completion of the work under this Agreement as follows:
1. Completion of all work under this agreement shall be on or before 7/1/2029 unless extended
by written approval of the Contract Administrator or adjusted by supplemental agreement.
Page 4
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
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.
AECOM Technical Services, Inc.
By ed4 ��� 11/14/2025
� Date:
Michelle M. Sweeney, PE, PTOE
Associate Vice President
ATTEST:
By
Kimberley Smith
City of Waterloo
DocuSigned by:
l &t t& slit, (kart
Bye Bes a'3 CC443.
Quentin Hart
Mayor
Date:
11/14/2025
Date: 12/1 /2025
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 5
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
ATTACHMENT A
Scope of Services
LA PORTE ROAD RECONSTRUCTION PROJECT
CITY OF WATERLOO, IOWA
CONSTRUCTION -RELATED SERVICES
LA PORTE ROAD — PHASE 2 — HIGHWAY 218 TO PLYMOUTH AVENUE
SUPPLEMENTAL AGREEMENT NO. 2
PROJECT DESCRIPTION
The project consists of the construction of La Porte Road — Phase 2, from Highway 218 to Plymouth
Avenue, a distance of approximately 0.7 miles. The project also consists of a trail connection along Highway
218 between Hawthorne Avenue and 18th Street. The trail will be parallel to the existing railroad and will
protrude into the railroad right-of-way (ROW). The project will include grading, paving, landscaping,
enhancements, sanitary and storm sewer, fiber, lighting and traffic signalization. This project will allow for
portions of La Porte Road to be closed to traffic for construction with traffic control staging and detour
routing.
II. SCOPE OF SERVICES
La Porte Road Phase 2 Project
Division VI — Construction -Related Services (RAISE Grant and Local Funding)
The Scope of Services will encompass and include services, materials, equipment, personnel and supplies
necessary to provide construction staking, field review, materials testing and contract administration during
the construction phase for the project defined above. The Scope of Services is further defined as follows:
Task 1. Conduct a preconstruction conference attended by representatives of the Contractor, Client,
Consultant, subconsultants, FHWA, Iowa DOT and affected utilities.
Task 2. Provide construction staking for horizontal and vertical controls for the project as follows:
a. Set Project Control
b. Set Stakes for Erosion Control
c. Grading (GPS)
d. Set Stakes for Storm Sewer
e. Set Stakes for Sanitary Sewer
f. Set Stakes for Paving
g. Set Stakes for Trail Paving
h. Set Stakes for Sidewalks
Set Stakes for Lighting
j. Set Stakes for Traffic Signals (RRFB)
k. Set Stakes for Type A Signs
Set Stakes for Landscaping
m. Set Stakes for Right -of -Way and Easements
n. Set Stakes for Box Culvert Extensions
o. Set Stakes for Utility Coordination
Task 3. Review shop drawings and other submittals uploaded to DocExpress as required of the Contractor
by the contract documents for general conformance with the design concept of the project and compliance
with the information given in the contract documents. (Robinson Engineering, RITLAND+KUIPER
Landscape Architects and HR Green Inc. will assist with review of shop drawings as needed.)
Page 6
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
Task 4. Answer design interpretation questions from the Client, Contractor, review staff and appropriate
agencies. (Robinson Engineering, RITLAND+KUIPER Landscape Architects and HR Green Inc. will assist
with answering design interpretation questions as needed.)
Task 5. Prepare bi-weekly applications and upload to Appia for payment based on information provided by
field review staff and Contractor and forward to the Client for execution with recommendation for approval
and payment.
Task 6. Perform construction site visits by design personnel at appropriate stages of construction to review
the quality of the work and to determine whether the work generally conforms to the contract documents.
Task 7. Prepare and assist the Client and Contractor in processing contract change orders.
Task 8. Provide periodic field observation during construction to review the work of the Contractor to
determine if the work is proceeding in general accordance with the contract documents and that completed
work appears to be in general conformance to the contract documents. Staffing requirements may be
adjusted during the project in relation to the level of construction activity. The project completion date is
anticipated to be completed by November 2027. (Robinson Engineering will assist with periodic field
observations as needed. Terracon Consultants will assist with an estimated 10 plant monitoring events, 60
gradations, and 5 proctors.)
Task 9. Coordinate project construction progress and assist the Client and Contractor with proper ROW
entry notification to the railroad company. Maintain Contractor and AECOM railroad insurance files for
correspondence.
Task 10. Provide weekly SWPPP reviews along with City of Waterloo and Contractor personnel, as
required by Iowa DNR and City of Waterloo. (Robinson Engineering will provide weekly SWPPP reviews.)
Task 11. Report to the Client any work believed to be unsatisfactory, faulty or defective or does not conform
to the contract documents and advise the Client of any work that should be corrected or rejected.
Task 12. Consider and evaluate Contractor's suggestions for modifications and report them with
recommendations to the Client.
Task 13. Facilitate weekly construction progress meetings of project and complete minutes for each
meeting.
Task 14. Prepare weekly email updates for distribution to City of Waterloo staff, citizens and other
interested parties of the project's progress. Maintain updates as needed for media outlets. Provide
information for the City of Waterloo to post on the City's website and maintain Facebook page for the La
Porte Road Project. Also includes preparation of traffic maps/detour maps, individual maps for business
owners, additional stakeholder meetings (a total of 10 meetings are anticipated) and construction update
reports to City Council work sessions (a total of three presentations are anticipated).
Task 15. Participate in a review of the project with the Client and review staff near project completion and
prepare a list of items to be completed or corrected.
Task 16. Participate in a field observation of the completed project with the Client, Iowa DOT, FHWA and
review staff before a final application for payment is processed for the Contractor.
Task 17. Maintain files for correspondence, Davis -Bacon and Build America, Buy America requirements,
reports of the job conferences, shop drawings and sample submissions, reproductions of original contract
documents including addenda, change orders, field modifications, additional drawings issued subsequent
to the execution of the contract, Engineer clarifications and interpretations of the contract documents,
progress reports and other project -related documents.
Task 18. Provide the Client with a copy of revised drawings of the construction plans (record drawings) for
the project based on the construction observation records of the field review staff and the Contractor
showing those changes made during construction considered significant.
Page 7
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
Task 19. Prepare and assist the Client with the final close-out documentation received from the Contractor.
This project will use DocExpress and Appia for document management during construction. Final Review
with Iowa DOT is anticipated to be completed based on the Iowa DOT's Project Review and Close-out
Checklist for Local Public Agency Projects. Close-out documents will be uploaded to DocExpress and Appia
in electronic format to the Client and include the following: shop drawings, materials certifications, pay
estimates, change orders, daily inspection reports, pay quantity summary and record drawings. This task
includes correspondence through the Iowa DOT audit.
Division Vll — Construction -Related for Fiber (Local Funding)
The Scope of Services will encompass and include services, materials, equipment, personnel and supplies
necessary to provide construction staking, field review, materials testing and contract administration during
the construction phase for the fiber included with the project defined above. The Scope of Services is
further defined as follows:
Task 20. Provide construction staking for horizontal and vertical controls for the project as follows:
a. Set Stakes for Fiber
Task 21. Review shop drawings and other submittals uploaded to DocExpress as required of the Contractor
by the contract documents for conformance with the design concept of the project and compliance with the
information given in the contract documents.
Task 22. Answer design interpretation questions from the Client, Contractor, review staff and appropriate
agencies.
Task 23. Perform construction site visits by design personnel at appropriate stages of construction to
review the quality of the work and to determine whether the work conforms to the contract documents.
Task 24. Prepare and assist the Client and Contractor in processing contract change orders.
Task 25. Provide periodic field observation during construction to review the work of the Contractor to
determine if the work is proceeding in general accordance with the contract documents and that completed
work appears to conform to the contract documents.
Task 26. Provide the Client with a copy of revised drawings of the construction plans (record drawings) for
the project based on the construction observation records of the field review staff and the Contractor
showing those changes made during construction considered significant.
Page 8
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
ATTACHMENT C (referenced from 3.1)
Cost Plus Fixed Fee
3.1.1 FEES AND PAYMENTS
3.1.1.1 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 below and are itemized in
Attachment C-1. Subconsultant costs are not available for use by the prime Consultant or other
subconsultants. A contingency amount has been established to provide for actual costs that exceed
those estimated.
Estimated Actual Costs (Prime Only)
Fixed Fee (Prime Only)
Contingency (Prime Only)
Total Prime Consultant Costs
Subconsultant
Division VI
HR Green
Terracon
Robinson Engineering
RITLAND+KUIPER L.A.
Total Subconsultant Costs
(Division IV)
Total Amount Authorized
Division VI
Division VII
Division VI Division VII
$ 1,004,800.00 $ 16,000.00
$ 123,800.00 $ 1,700.00
$ 100,500.00 $ 1,600.00
$ 1,229,100.00 $ 19,300.00
Total
$ 1,020,800.00
$ 125,500.00
$ 102,100.00
$ 1,248,400.00
Amount Contingency Maximum Amount
Authorized Payable
$ 12, 200.00 $ 1,100.00
$ 24,000.00 $ 2,200.00
$ 57,900.00 $ 5,200.00
$ 12,300.00 $ 1,200.00
$ 13,300.00
$ 26,200.00
$ 63,100.00
$ 13,500.00
$ 106,400.00 $ 9,700.00 $ 116,100.00
$ 1, 235, 000.00
$ 17,700.00
Total $ 1,252,700.00
Maximum Amount Payable (Includes Contingency)
Division VI
Division VII
$ 1, 345, 200.00
$ 19, 300.00
Total $ 1,364,500.00
The nature of engineering services is such that actual costs are not completely determinate. Therefore,
the Consultant shall establish a procedure for comparing the actual costs incurred during the
performance of the work to the estimated actual costs listed above. The 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. Therefore once the accrued labor
costs for a scoped task reach 85% of the estimated value for the prime or subconsultant, then the
Consultant shall notify the Owner in writing.
It is possible that the Consultant's costs for the scoped tasks may need to exceed those shown in
Attachment C-1. The Consultant's and subconsultants' costs for scoped tasks shall not be exceeded
without prior written authorization from the Contract Administrator and concurrence from the Iowa DOT.
Page 9
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
Costs for scoped tasks that exceed estimated costs, if approved by the Contract Administrator, 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) before the Contract Administrator is notified in writing, the Owner
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 Owner. 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
contingency amount, it will promptly so notify the Contract Administrator 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 Contract Administrator and concurrence of the Iowa DOT.
The Owner or Iowa DOT 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 Contract
Administrator in writing. The maximum amount payable shall be changed by a Supplemental
Agreement, Work Order, or Amendment or this Agreement will be terminated as identified in Article
4.12.3. The Owner may audit the Consultant's cost records prior to making a decision whether or not to
increase the maximum amount payable.
3.1.1.2 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 (CFR), 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:
1. 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 Owner the following indirect costs as percentages of direct salary costs to be used
provisionally for progress payments for work accomplished during the Consultant's current fiscal
year: General overhead costs are 121.28% of direct salary costs.
Use of updated overhead percentage rates shall be requested by the Consultant after the close
of each fiscal year and the updated overhead rate shall be used to update previous year invoices
and subsequent years 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 bill. Prior
to final payment for work completed under this Agreement all indirect cost rates shall be audited
Page 10
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
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 Contract Administrator. If allowed, premium overtime pay shall not shall
not exceed 2 percent of the total direct salary cost without written authorization from the Contract
Administrator.
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 Contract Administrator 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. The Owner shall retain from each monthly payment for construction inspection or
construction administration services 0% of the amount due. 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
Contract Administrator.
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
total cost claimed, inclusive of retainage, if applicable, 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 Owner for possible overpayment determined by final
audit.
Page 11
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
Attachment C-1
La Porte Road Reconstruction
Construction Related Services - Phase 2
City of Waterloo
Local Systems Project Number: HDP-8155(787)--71-07
COST ANALYSIS - DIVISION VI
I. Direct Labor Cost (AECOM Technical Services)
Category Hours Rate/Hour Amount
1.3 Senior Professional 12 $100.56 $1,206.72
3.3 Project Professional I 14 $74.29 $1,040.06
4.3 Staff Professional 122 $62.75 $7,655.50
4.6 Staff Professional 202 $50.14 $10,128.28
5.1 Professional II 908 $48.21 $43,774.68
6.7 Professional I 72 $35.38 $2,547.36
7.3 CADD Operator II 1,500 $36.50 $54,750.00
9.1 Senior Technician 3,210 $54.60 $175,266.00
9.3 Senior Technician 1,580 $41.98 $66,328.40
10.1 Technician 834 $32.38 $27,004.92
10.2 Technician 858 $25.00 $21,450.00
11.2 Project Support 420 $45.75 $19,215.00 $430,366.92
9732
II. Payroll Burden and Overhead Provisional Costs 121.28% $521,949.00
III. Direct Project Expenses
Category Units Rate/Unit Amount
Mileage 35000 0.7 24,500.00
Per Diem 0 60.00 0.00
Lodging 0 110.00 0.00
B/W Copies 5000 0.06 300.00
Color Copies 10000 0.22 2,200.00
EDM Equipment 1000 15.00 15,000.00
GPS Equipment 500 15.00 7,500.00
Miscellaneous, Other 3,000.00
IV. AECOM Estimated Actual Costs
V. Fixed Fee (13%)
VI. Prime Consultant Authorized Costs
VII. Authorized Subcontract Expense
HR Green
Terracon
Robinson Engineering
RITLAND+KUIPER
Rounded
$123,801.07
Rounded
$12,200.00
$24,000.00
$57,900.00
$12,300.00
$52,500.00
$1,004,815.92
$1,004,800.00
$123,800.00
$1,128,600.00
$106,400.00
VIII. Authorized Budget $1,235,000.00
IX. Contingency (10%)
$100,480.00 (AECOM)
$100,500.00 Rounded
AECOM $100,500.00
HR Green $1,100.00
Terracon $2,200.00
Robinson Engineering $5,200.00
RITLAND+KUIPER $1,200.00
$110,200.00
X. Maximum Amount Payable $1,345,200.00
Page 12
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
Attachment C-1
La Porte Road Reconstruction
Construction Related Services - Phase 2
City of Waterloo
Local Systems Project Number: HDP-8155(787)--71-07
COST ANALYSIS - DIVISION VII
I. Direct Labor Cost (AECOM Technical Services)
Category Hours Rate/Hour Amount
1.3 Senior Professional 0 $100.56 $0.00
3.3 Project Professional I 0 $74.29 $0.00
4.3 Staff Professional 8 $62.75 $502.00
4.6 Staff Professional 0 $50.14 $0.00
5.1 Professional II 20 $48.21 $964.20
6.7 Professional I 8 $35.38 $283.04
7.3 CADD Operator II 40 $36.50 $1,460.00
9.1 Senior Technician 8 $54.60 $436.80
9.3 Senior Technician 0 $41.98 $0.00
10.1 Technician 30 $32.38 $971.40
10.2 Technician 30 $25.00 $750.00
11.2 Project Support 12 $45.75 $549.00 $5,916.44
156
II. Payroll Burden and Overhead Provisional Costs 121.28% $7,175.46
III. Direct Project Expenses
Category Units Rate/Unit Amount
Mileage 1000 0.7 700.00
Per Diem 0 60.00 0.00
Lodging 0 110.00 0.00
B/W Copies 1000 0.06 60.00
Color Copies 1000 0.22 220.00
EDM Equipment 30 15.00 450.00
GPS Equipment 30 15.00 450.00
Miscellaneous, Other 1,000.00
IV. AECOM Estimated Actual Costs
V. Fixed Fee (13%)
VI. Prime Consultant Authorized Costs
VII. Authorized Subcontract Expense
VIII. Authorized Budget
Rounded
IX. Contingency (10%) $1,600.00 (AECOM)
$1,600.00 Rounded
$2,880.00
$15,971.90
$16, 000.00
$1,701.95
Rounded $1,700.00
AECOM $1,600.00
$17, 700.00
$0.00
$17, 700.00
$1,600.00
X. Maximum Amount Payable $19,300.00
Page 13
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
La Porte Road Reconstruction
Construction Related Services - Phase 2
City of Waterloo
AECOM Technical Services, Inc.
Staff Hour Estimate
Description of Work
1.3 Senior
Prof
3.3 Project
Prof I
4.3 Staff
Prof
4.6 Staff
Prof
5.1 Prof II
6.7 Prof I
7.3 CADD
Op I
9.1 Snr
Tech
9.3 Snr
Tech
10.1
Technician
10.2
Technician
11.2 Project
Support
Total
DIVISION W- (RAISE and Local Funding)
La Porte Road Phase 2 Construction Related Services
1 Conduct Pre -Construction Conference
2
2
2
10
2
18
2 Construction Staking
120
834
858
1,812
3 Review Shop Drawings
80
20
100
4 Answer Design Questions
40
80
120
5 Prepare Pay Applications
50
120
170
6 Construction Site Visits -Design Personnel
6
6
40
100
152
7 Prepare Contract Change Orders
40
80
20
140
8 Field Observation
1,500
2,700
1,500
5,700
9 Railroad Coordination
16
16
10 SWPPP Reviews
4
20
24
11 Reports to Client
80
20
100
12 Consider Contractor Modifications
40
80
120
13 Bi-Weekly Progress Meetings
100
100
200
14 Public Information Distribution including weekly updates
40
80
40
20
180
15 Field Review Near Project Completion
8
24
32
16 Final Project Field Review
8
24
32
17 File Administration
40
240
280
18 Record Drawings
16
32
80
128
19 Prepare Final Close Out Documentation
4
4
80
160
80
80
408
DIVISION VI -(RAISE and Local Funding) -Total
= 14
8
72
1,500
3,21034
=
920
9,732
DIVISION WI - (Local Funding)
AM
Construction -Related Services for Fiber (Local Funding)
20 Construction Staking
8
30
30
68
21 Review Shop Drawings
4
8
12
22 Answer Design Questions
4
4
23 Construction Site Visits - Design Personnel
4
4
24 Prepare Contract Change Orders
4
4
8
25 Field Observation
40
40
26 Record Drawings
4
8
8
20
TOTAL HOURS
12
14
130
202
928
80
1,540
3,218
1,580
864
888
932
9,888
Page 14
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
La Porte Road Reconstruction
Construction Related Services - Phase 2
City of Waterloo
Local Systems Project Number: HDP-8155(787)--71-07
COST ANALYSIS - HR Green - DIVISION VI
Direct Labor Cost (HR Green)
Category Hours Rate/Hour Amount
Lighting Engineer 30 $81.22 $2,436.60
Traffic Signal Engineer 28 $50.52 $1,414.56
58
I I. Payroll Burden and Overhead Provisional Costs 183.31
III. Direct Project Expenses
Category Units Rate/Unit Amount
Equipment Rental 0 110 0.00
IV. Estimated Actual Costs
Rounded
V. Fixed Fee (12%) $1,309.29
Rounded
VI. Subconsultant Authorized Amount
VII. Contingency (10%) $1,090.00
VIII. Maximum Amount Payable
Rounded
$3,851.16
$7,059.56
$0.00
$10,910.72
$10,900.00
$1,300.00
$12,200.00
$1,100.00
$13,300.00
Page 15
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
La Porte Road Reconstruction
Construction Related Services - Phase 2
City of Waterloo
HR Green
Staff Hour Estimate
Description of Work
Lighting
Engineer
Traffic
Engineer
Total
DIVISION VI - (RAISE and Local Funding)
La Porte Road Phase 2 Construction -Related Services
1 Addend Pre -Construction Conference
0
0
0
3 Review Shop Drawings
22
20
42
4 Answer Design Questions
8
8
16
DIVISION VI - (RAISE and Local Funding) - Total
30
28
58
TOTAL HOURS
30
28
58
Page 16
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
La Porte Road Reconstruction
Construction Related Services - Phase 2
City of Waterloo
Local Systems Project Number: HDP-8155(787)--71-07
COST ANALYSIS - Terracon - DIVISION VI
I. Direct Labor Cost (Terracon)
Category Hours Rate/Hour Amount
Department Manager I - 002488 5 $45.10 $225.50
Project Manager - 001334 58 $37.00 $2,146.00
Engineering Technician III - 208692 175 $22.55 $3,946.25
Resource Coordinator - 007968 28 $25.50 $714.00 $7,031.75
266
II. Payroll Burden and Overhead Provisional Costs 202.86% $14,264.61
FCCM (%) 1.78% $125.17
III. Direct Project Expenses
Category Units Rate/Unit Amount
Mileage 200 0.7 140.00
$140.00
IV. Estimated Actual Costs $21,561.52
Rounded $21,600.00
V. Fixed Fee (12%) $2,555.56
FCCM ($125.17)
Fixed Fee Less FCCM $2,430.40
Rounded $2,400.00
VI. Subconsultant Authorized Amount $24,000.00
VII. Contingency (10%) $2,160.00
Rounded $2,200.00
VIII. Maximum Amount Payable $26,200.00
Page 17
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
La Porte Road Reconstruction
Construction Related Services - Phase 2
City of Waterloo
Local Systems Project Number: HDP-8155(787)--71-07
COST ANALYSIS - Robinson Engineering Company - DIVISION VI
I. Direct Labor Cost (Robinson Engineering Company)
Category Hours Rate/Hour Amount
Principal 0 $40.00 $0.00
Engineer 400 $40.00 $16,000.00 $16,000.00
400
II. Payroll Burden and Overhead Provisional Costs (Fixed) 223.22% $35,715.20
III. Direct Project Expenses
Category Units Rate/Unit Amount
0.00
$0.00
IV. Estimated Actual Costs $51,715.20
Rounded $51,700.00
V. Fixed Fee (12%) $6,205.82
Rounded $6,200.00
VI. Subconsultant Authorized Amount $57,900.00
VII. Contingency (10%) $5,170.00
Rounded $5,200.00
VIII. Maximum Amount Payable $63,100.00
Page 18
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
La Porte Road Reconstruction
Construction Related Services - Phase 2
City of Waterloo
Robinson Engineering Company
Staff Hour Estimate
Description of Work
Principal
Engineer
Total
DIVISION VI - (RAISE and Local Funding)
La Porte Road Phase 2 Construction -Related Services
1 Pre -Construction Conference
8 Field Observation
9 SWPPP Reviews
DIVISION VI - (RAISE and Local Funding) - Total
0
8
80
312
400
8
80
312
400
TOTAL HOURS
0
400
400
Page 19
Docusign Envelope ID: AC81CF90-9C1B-4F9B-AF4C-FA92B4B71C55
La Porte Road Reconstruction
Construction Related Services - Phase 2
City of Waterloo
Local Systems Project Number: HDP-8155(787)--71-07
Cost Analysis - RITLAND+KUIPER Landscape Architects - DIVISION VI
Task No. Description of Work
Senior LA 1
Senior LA 2
Landscape
Architect
Total
DIVISION VI - (RAISE and Local Funding)
La Porte Road Phase 2 Construction -Related Services
3 Review Shop Drawings
12
12
4 Answer Design Questions
42
42
6 Construction Site Visits - Design Personnel
8
8
12 Weekly Progress Meetings
8
8
14 Field Review Near Project Completion
8
8
15 Final Project Field Review
4
4
DIVISION VI - (RAISE and Local Funding) - Total
0
82
0
82
TOTAL HOURS
0
82
0
82
Hourly Rate
Direct Labor Amount
Estimated Expenses
Direct Expense Costs
Estimated Actual Costs
Subconsultant Authorized Amount
Contingency (10%) - Rounded
Maximum Amount Payable (Rounded)
$150.00
$0.00
$0.00
Rounded
$150.00
$12,300.00
$125.00
$0.00 $12,300.00
$0.00
$12,300.00
$12,300.00
$1,200.00
$13,500.00
Page 20