Loading...
RAISE Infrastructure Planning Grant: Approve Professional Consultant Services Agreement - Engineering Design and NEPA / Environmental Project DevelopmentCity of Dubuque City Council Meeting Consent Items # 014. Copyrighted February 5, 2024 ITEM TITLE: RAISE Infrastructure Planning Grant: Approve Professional Consultant Services Agreement -Engineering Design and NEPA / Environmental Project Development - Iowa DOT Project No. EDP-2100 (705) --7Y 31 SUMMARY: City Manager recommending City Council approval of the attached resolution authorizing the City Manager to execute the Professional Consultant Services Contract with AECOM Technical Services, I nc., to complete the Phase I (Concept Design / Preliminary Design / NEPA / Public Involvement) to advance development for the B2E2 RAISE Infrastructure Planning Grant project. RESOLUTION Approving Professional Services Consultant Contract with AECOM Technical Services, Inc. to complete the Phase I (Concept Design / Preliminary Design / NEPA / Public Involvement) to advance development for the Rebuilding America's Infrastructure with Sustainability and Equity (RAI SE) Infrastructure Planning Grant for the project entitled "Building Bridges to Employment and Equity (B2E2)" SUGGESTED Suggested Disposition: Receive and File; Adopt Resolution(s) DISPOSITION: ATTACHMENTS: Description Type MVM Memo City Manager Memo Staff Memo Staff Memo Resolution Resolutions Consultant Contract Supporting Documentation THE C Dubuque DUj!BQTE WAWca 914 Masterpiece on the Mississippi YP pp aoo�•o 13 z0i7*20*�oi9 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: RAISE Infrastructure Planning Grant Approve Professional Consultant Services Agreement Engineering Design and NEPA / Environmental Project Development Iowa DOT Project No. EDP-2100 (705)--7Y-31 DATE: January 30, 2024 Assistant City Engineer Robert Schiesl is recommending City Council approval of the attached resolution authorizing the City Manager to execute the Professional Consultant Services Contract with AECOM Technical Services, Inc., to complete the Phase I (Concept Design / Preliminary Design / NEPA / Public Involvement) to advance development for the B2E2 RAISE Infrastructure Planning Grant project. I concur with the recommendation and respectfully request Mayor and City Council approval. Micl4ael C. Van Milligen MCVM:sv Attachment cc: Crenna Brumwell, City Attorney Cori Burbach, Assistant City Manager Gus Psihoyos, City Engineer Robert Schiesl, Assistant City Engineer THE COF DtUB E Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer Dubuque Ali•Amm'iea CIO ii 2007*2012.2013 2017*2019 SUBJECT: RAISE Infrastructure Planning Grant Approve Professional Consultant Services Agreement Engineering Design and NEPA / Environmental Project Development Iowa DOT Project No. EDP-2100 (705)--7Y-31 DATE: January 30, 2024 INTRODUCTION The purpose of this memorandum is to request Mayor and City Council concurrence and approval of the Professional Consultant Services Contract with AECOM Technical Services, Inc., of Waterloo, Iowa, to complete the Phase I (Concept Design / Preliminary Design / NEPA / Public Involvement) to advance development for the Rebuilding America's Infrastructure with Sustainability and Equity (RAISE) Infrastructure Planning Grant for the project entitled "Building Bridges to Employment and Equity (132E2)". BACKGROUND The City was awarded a U.S. Department of Transportation (USDOT) RAISE Infrastructure Planning Grant which will provide for the planning and design of a multimodal transportation corridor project for proposed improvements to the Elm Street corridor, the 16th Street corridor, the Kerper Blvd. corridor, Chaplain Schmitt Island corridor, and the proposed 14th Street Railroad (vehicular and pedestrian) Overpass bridge project. DISCUSSION The RAISE Infrastructure Planning Grant proposes a project entitled "Building Bridges to Employment and Equity (132E2)". Through the grant, the City was awarded $2.28 million in USDOT RAISE Planning funds to assist with the planning and design of a multimodal transportation corridors which will connect vulnerable neighborhoods and low income residents with economic opportunities, recreational amenities and key community resources in the Kerper Boulevard Industrial Park, on Chaplain Schmitt Island, in downtown Dubuque and its Historic Millwork District, and on the west side of the city via the downtown Intermodal Transportation Center. In particular, the RAISE Infrastructure Planning Grant would be used for planning and design of physical connections that will directly benefit low-income residents in Areas of Persistent Poverty (Census Tracts 1 and 5) by connecting them to economic opportunities such as the Kerper Boulevard Industrial Park and Chaplain Schmitt Island, and key community assets. Improving safety for all users is a key goal of the proposed RAISE Infrastructure Planning Grant. A primary focus of the B2E2 project is the elimination of an at -grade rail crossing conflict on 14t" Street and provide for the planning and design a proposed vehicular and pedestrian overpass bridge which will connect downtown residents to job opportunities while avoiding train crossing delays that negatively impact the safe and efficient movement of people and goods to and from the Kerper Boulevard Industrial Park and Chaplain Schmitt Island. LEGEND 1, Bee Branch Bicycle & Pedestrian Trod 6. Connectivity to Chaplain Schmitt Island & Kerper Boulevard 9. To the Interrrodal Transportation Center 2. Future Redevelopment 7. Washington Street Neighborhood Revitalization 10. Roundabouts 3. Bee Branch Creek Dubuque's 2 i—r lncomc census tracts 1L CPKC Railroad 4. 16th Street Complete Street B. Elm Street Complete Street 5.14th Street CPKC Railroad Overpass Co—cti%ra lnrermadot Trmrsp.r rlon Cen* The project will also focus on multimodal transportation corridors with "complete streets" and proposed roundabout intersections along Elm Street and 16th Street corridors. The project would also include the design of an improved pedestrian/bike shared use path adjacent to the existing 16th Street Peosta Channel bridge to Chaplain Schmitt Island and strategically plan a roundabout at Captain Sheehy Drive on Chaplain Schmitt Island. ELM STREET CORRIDOR - COMPLETE STREETS LEGEND Reconstruct Elm Street from 20th Street to llth Street as a Complete Street 1. Bike Lanes 4. Vehicular Parking to improve safety and access for pedestrians and bicyctists and conned to 2. Improved Sidewalks S. Street Trees and Green Infrastructure Intermodal Transportation Center. 3. Vehicular Travel Lanes 6. Streetscape Amenities and Uehting CONSULTANT SELECTION COMMITTEE The Consultant Selection Committee for the B2E2 RAISE Infrastructure Planning Grant project includes the following: • Gus Psihoyos, City Engineer • Jon Dienst, Civil Engineer • Robert Schiesl, Assistant City Engineer • Nathan Steffen, Civil Engineer • Jason Duba, Assistant Planner • Jared Charland, PM Leisure Services • Tony Breitbach, Purchasing Coordinator CONSULTANT SELECTION PROCESS Because the Professional Consultant Services contract to complete the engineering design and NEPA phases will use federal aid funding, the consultant selection process was done in accordance with the Iowa Department of Transportation (Iowa DOT) federal aid consultant selection process. The consultant selection was based upon the consultant's qualifications and experience, and the Selection Committee's determination of the consultant best suited for this specific design project. On July 5, 2023, the City issued solicitations for competitive proposals from qualified professional consulting engineering firms or project teams to determine interest and capabilities providing Professional Consultant Services to complete the Engineering Design and NEPA / Environmental Study Phase to advance development for the Rebuilding America's Infrastructure with Sustainability and Equity (RAISE) Infrastructure Planning Grant for the project entitled "Building Bridges to Employment and Equity (B2E2)" On August 4, 2023, two (2) consultant response proposals were received and are listed as follows (in alphabetical order): • AECOM Technical Services, Inc. • Foth Infrastructure & Environnent, LLC The Consultant Selection Committee reviewed the proposals, conducted an initial screening, and invited both AECOM and Foth to participate in virtual presentations and interviews on August 24, 2023. Following the consultant interviews, the Consultant Selection Committee met to evaluate and rate each of the consultants. The Committee carefully deliberated each consultant's strengths and weaknesses. Although each of the consultants was uniquely qualified, the Selection Committee selected AECOM Technical Services, Inc., of Waterloo, Iowa as the first -ranked consultant. The selection ranking was based upon the overall strength of information provided in the Consultant's response proposal submitted, the Consultant's presentation and interviews, and the Consultant's demonstrated competence, experience, and qualifications. The final consultant selection ranking and the recommended order of preference to initiate contract negotiations is as follows: • No. 1 - AECOM Technical Services, Inc. • No. 2 - Foth Infrastructure & Environnent, LLC On September 5, 2023, the City Council concurred with the Consultant Selection Committee's recommendation in the selection of AECOM Technical Services, Inc. as the first -ranked Consultant and authorized the City Engineer to initiate contract negotiations for Professional Consultant Services to complete the Engineering Design and NEPA / Environmental Study Phase to advance development for the RAISE Infrastructure Planning Grant for the project entitled "Building Bridges to Employment and Equity (132E2)". PROJECT TEAM To address and take on the unique challenges and specialized needs for the planning and design of a multimodal transportation corridor project for proposed improvements to the Elm Street corridor, the 16th Street corridor, the Kerper Blvd. corridor, Chaplain Schmitt Island corridor, and the proposed 14th Street Railroad (vehicular and pedestrian) Overpass bridge project, AECOM assembled an in-depth, multidisciplinary project team with the capability, talent, qualifications, and experience to successfully complete the Engineering Design and NEPA Process. The AECOM project team includes the following sub-consultant(s): AECOM - Lead Consultant • Braun Intertec • MSA Professional Services, Inc. • Origin Design • RDG Planning & Design • Tallgrass Archaeology, LLC • WHKS & Co. CONSULTANT TEAM QUALIFICATIONS AECOM is a nationally recognized, full -service design consultant, with a strong emphasis in urban corridor transportation engineering solutions and innovative public involvement and engagement strategies. The Consultant Selection Committee felt the AECOM comprehensive team members have direct experience that will cover all necessary aspects of the Engineering Design and NEPA Environmental Review and Clearance Phase, which will include the following: • Design Survey o Innovative Survey Technology • Public Involvement and Engagement o Strategic Communications and Public Engagement o Visual Animation and Displays • NEPA Process o Cultural Resources and Historic Evaluations • Traffic Study, Evaluations & Design • Preliminary and Final Design o Roundabout Analysis and Design o Multimodal / Complete Streets o Underground Utility Evaluations and Design • Bridge Design o CPKC Railroad Relationships • Value Engineering • Geotechnical Investigation and Design Additionally, the Consultant Selection Committee felt the AECOM project team has the qualifications, local experience and a strong historical knowledge of the project area which will minimize the project team's transitional start-up time and allow the engineering design, NEPA phases, and public engagement to move forward efficiently and effectively. AECOM Team Recent Project Experience in the Project Area 3 MSA O 16th St Corridor from Elm $1 to Admiral Sheehy Drive Roundabout and Traffic Al Reviewed stop controlled traffic signals, and roundabouts along 16th S1 at Elm St. Sycamore St. Pack Site Driveway, Kerber Boulevard and Admiral Sheehy Drive OKerper Ct and Kerber Blvd roundabout. origin, © 22nd St I Kaufmann Avenue (HUD Funded) Reconstruction: Completed survey and design for this complete street corridor. O 17111h St Reconstruction (HUD Funded) Resiliency Project: Completed inspection of this complete streets corridor from Locust St to Elm St which included similar characteristics of the B2E2 project QDubuque Intermodal Center: Assisted Cryof Dubuque with site selection for the Interrnodah Cerder including completion of the environmental document in accordance with the FTA funding requirements. O 111 St & 11th St & Elm St One -Way to Two -Way conversion: Prepared the study and improvement plans to implement the conversion of traffic from one- way to two-way on 9th Stand 11th St including total reconstruction of Elm St from gth SI to 121h St OO Casino and Chaplain Schmitt Island: Conducting property line and DOT right-ol-waysurveys on Chaplain Schmitt Island in conjunction with proposed redevelopment in the O Casino area OBee Branch projects: Part of the design team involving the creation of Bee Branch Channel and adjacent trail and street infrastructure. O Bee Branch Pump Station at the 16th St Detention Basin: Prepared plans ferreplacementof existing Bee Branch pump station. 0 Former Pack Site Redevelopment: Developed site layouts and conducted a traffic study to evaluate effects cf proposed site development 16th St Traffic Study: Completed astudy, of impacts of train trafficon the roadway traffic and queuing. Aft TALLGRASS ARCIIACOLOGY OBee Branch Project: Completed both architectural 1 historical work and archaeological work for the Bee Branch Project 0 Jackson Park: Completed this archaeological project that was assisted with a ground penetrating radar survey. ® Comiskey Park: Completed the archaeological survey of a historical park and identification of related historical contexts RDg•• Chaplain Schmitt Island Development Plan: Developed a series of development plans. including public infrastructure improvements to the 16th St Bridge. trail and mobility enhancements. along with a series of placemaking amenities to create a welcoming experience to the island. WHKS completed the survey. cmi and structuraldesgn for this project Veterans Memorial Park: Led the design and documentation efforts for the reconstruction of the veterans memorial Signature elements included the monument Skyward and the 200long boardwalk that extends into the adjacent pond Central Avenue Corridor Streetscape Plan: WHKS and RDG Planning & Design led the sbeetscape vision for the Central Avenue Corridor This pedestrian centric streetscape plan focuses on connecting people to place. creating a welcoming corridor to Dubuque north end 0 Parking and Mobility Plan: Waking with Walker Parking. RDG is leading the development of the mobility standards for downtown Dubuque. whks O17th St Reconstruction (HUD Funded) Resiliency: Designed the storm water improvements. utility improvements and street improvements for 17th St and Locust St. ODream Center Addition and Site Design: As part of adding childcare services to the existing facility. WHKS provided survey, cmLMe, and structural design for an elevator structure addition. Work included evaluating closing a block of 16th St to gain Qnecessary green space. E 161h St -Sycamore St and E 161h St-Kerper. Traffic impact study of roundabout intersection control for two intersections along 16th St corridor 8W Roundabout Analysis OBee Branch Culverts - RR Monitoring Survey. Survey services for the installation of six 8-foot diameter outlet pipes underneath the Canadian Pacific RR ROW Extensive coordination with contractor and railroad personnel was required. 8 011151 Bridge Deck Overlay and Repairs (for DOT) E 16th St Bridge over Peosta Channel - Sielortm k Widening Feasibility Study: Structural feasibility studyexplonng options and pol l costsior widening existing 5'sidewalk on south side of F 16th St Bridge to Chaplain Schmittlsland to 12'. OMystique . Ice Arena Structural Assessmerdand Geostabilization Project: Full building scan and structural design for the investigation of structural moverredtculminahng in full geostabd¢ation project for slabs and other on -grade elements sinking due to seltlement of underMng landfill materials. OVeterans Memorial Park (with RDG): Provided survey ciuiVsite design and structural design Structural design included deep foundations fora curved steel girder bridge supporting the boardwalk out to the Skyward monument. CPKC RAILROAD COORDINATION Knowledge and experience working with both Canadian Pacific Railway (CP Railway) and Kansas City Southern Railway which recently combined to form the CPKC Railway, will be a critical coordination effort and a primary focus of the B2E2 project to eliminate the existing at -grade rail crossing conflict on 14th Street and to provide for the planning and design of a proposed vehicular and pedestrian overpass bridge. AECOM is currently under a Master Services Agreement with CP Railway and has been providing engineering services to CP Railway (now CPKC Railway) for over 15 years. In recent years, CP Railway has engaged AECOM in the design and construction of rail infrastructure projects in Iowa, Illinois, and Minnesota. AECOM's national railroad team understand American Railway Maintenance of Way Association (AREMA) standards and have built strong relationships with the CP Railway staff which will be a critical relationship and engagement in the execution of the B2E2 RAISE Infrastructure Planning Grant project. PROJECT MANAGER An important evaluation criteria were the qualifications and experience of the lead consultant's Project Manager. AECOM has designated Iowa Transportation Department Leader, Mr. Mark Durbahn, P.E., MBA, as Project Manager to lead the project team. • 33 years of professional experience in urban corridor, arterial / highway planning, and design with impressive credentials as a proven Project Manager and a solid team leader. • Project Manager and lead roadway designer for the Southwest Arterial Project. • Exceptional working relationship with City staff as well as many subconsultant team members. • Extensive experience with stakeholder involvement, public engagement, and multiple agency coordination. • Extensive experience in local systems project development, federal aid project development, SUDAS Specifications, and Iowa DOT design standards. DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS AECOM has committed to achieving the 3.0% Disadvantaged Business Enterprise (DBE) goal for the Project as established in Title 49, Code of Federal Regulations (CFR), part 26. The project team DBE firm and the estimated percent of involvement is as follows: • Tallgrass Archaeology, LLC (3% of project cost) NEGOTIATED CONTRACT AND SCOPE OF SERVICES • Phase I (Concept Design / Preliminary Design / NEPA / Public Involvement) • Phase II (Final Design) City staff, AECOM, Iowa DOT and FHWA staff felt the best approach to develop a contract, scope of services, and negotiated fee was to separate the design services into 2 phases: Phase I (Concept Design / NEPA / Public Involvement / Preliminary Design), and a future Phase II (Final Design). Once Phase I preliminary design and NEPA work elements are completed, City staff will have a more detailed and comprehensive understanding of the scope of the services needed for the next Phase 11 (Final Design). Through a future Supplemental Agreement, a scope of services and fee amount will be developed for Phase 11 (Final Design) work. PROJECT DEVELOPMENT SCHEDULE The anticipated remaining schedule for the B2E2 RAISE Infrastructure Planning Grant Consultant scope of services, fee proposal negotiations and contract approval are as follows: • RFP's Released to Consultants • Consultant Response Proposals Due • Selection Committee Review • Consultant(s) Invited to Interview • Consultant Presentations / Interviews • Recommendation to City Council • Consultant - Notification • Negotiate Scope of Services / Fees • Iowa DOT Concurrence, Pre -Audit • City Council Approve Contract July 5, 2023 ✓ Completed August 4, 2023 ✓ Completed August 10, 2023 ✓ Completed August 17, 2023 ✓ Completed August 24, 2023 ✓ Completed September 5, 2023 ✓ Completed September 6, 2023 ✓ Completed Sept 2023 - Jan, 2024 ✓ Completed January 29, 2024 ✓ Completed February 5, 2024 Upon Notice to Proceed from both the Iowa DOT and FHWA, and the full execution of the Professional Consultant Services Contract with AECOM, the anticipated project schedule for both Phase I (Concept Design / Preliminary Design / NEPA / Public Involvement) and Phase II (Final Design) to advance development for the 132E2 RAISE Infrastructure Planning Grant project is as follows: • Phase I Consultant - Notice to Proceed • Kick off Meeting • Preliminary Engineering Comprehensive Public Engagement and Input Process NEPA Studies and Document Preparation • Phase II Start Final Engineering Design • Final Design Completed Construction Plans Completed • RAISE Planning Grant Completion Date • Estimated Project Bid Letting (Iowa DOT) • Estimated Construction Start • Construction Duration RECOMMENDATION February 9, 2024 February 12, 2024 December 31, 2024 January 1, 2025 August 31, 2025 October, 2025 November 18, 2025 April, 2026 2-3 Years Based upon the developed consultant scope of work and the negotiated fee for services, I recommend the Mayor and City Council concur and approve the Professional Consultant Services Contract with AECOM Technical Services, Inc., to complete the Phase I (Concept Design / Preliminary Design / NEPA / Public Involvement) to advance development for the B2E2 RAISE Infrastructure Planning Grant project. Through a future Supplemental Agreement, a scope of services and fee amount will be developed for Phase 11 (Final Design) work. BUDGETIMPACT-PHASEI The estimated professional services fee to complete the Phase I preliminary engineering design and NEPA environmental clearance phase is summarized as follows: Description Amount AECOM - Professional Services Contract (Phase 1) $ 2,015,250 Project Cost $ 2,015,250 The anticipated Phase I consultant services funding summary is as follows: Project Code Funding Source Percentage Amount RAISE Infrastructure Planning Grant 52.1 % $ 1,049,034 5521000001 Local Funds - City 30.8% 621,139 Local Funds - DRA Contribution 17.1 % 345,077 Project Funding $ 2,015,250 BUDGET IMPACT - FUTURE PHASE II Once Phase I preliminary design and NEPA work elements are completed, a future Supplemental Agreement, scope of services and fee amount will be developed for Phase II (Final Design) work. The estimated professional services fee to complete the Phase II (Final Design) is summarized as follows: Description Amount AECOM - Professional Services Contract (Phase 11) $ 2,364,750 Project Cost $ 2,364,750 The anticipated Phase II consultant services funding summary is as follows: Project Code Funding Source Percentage Amount RAISE Infrastructure Planning Grant 52.1% $ 1,230,966 5521000001 Local Funds - City 30.8% 728,861 Local Funds - DRA Contribution 17.1 % 404,923 Project Funding 1 $ 2,364,750 The anticipated total consultant services cost, utilizing the full amount of the RAISE Planning Grant and local match funding is summarized as follows: Fund Description Percentage Fund Amount RAISE Infrastructure Planning Grant 52.1 % $ 2,280,000 Local Funds - City 47 9% $ 1,350,000 Local Funds - DRA Contribution $ 750,000 Total Project Funding 100% $ 4,380,000 Phase I Consultant Services (Prelim Design / NEPA) $ 2,015,250 Phase II Consultant Services (Final Design) $ 2,364,750 Total Project Cost $ 4,380,000 ACTION TO BE TAKEN I respectfully request Mayor and City Council approval of the attached resolution authorizing the City Manager to execute the Professional Consultant Services Contract with AECOM Technical Services, Inc., to complete the Phase I (Concept Design / Preliminary Design / NEPA / Public Involvement) to advance development for the 132E2 RAISE Infrastructure Planning Grant project. cc: Jenny Larson, Chief Financial Officer Jason Duba, Assistant Planner Tony Breitbach, Purchasing Coordinator Jon Dienst, Civil Engineer Nate Steffen, Civil Engineer Jared Charland, PM Leisure Services Dillon Feldmann, Iowa DOT Chandra Ravada, ECIA F:\PROJECTS\RAISE Planning Grant 2022\Council & Staff Documents\Consultant Contract Award Prepared by Robert Schiesl Ctv of Dubuque Engineering 50 W. 131" St. Dubuque, IA 52001 (563) 589-4270 Return to Adrienne N. Breitfelder City Clerk City of Dubuque, 50 W. 131' St. Dubuque, IA 52001 (563) 589-4100 RESOLUTION NO. 21-24 RESOLUTION APPROVING PROFESSIONAL SERVICES CONSULTANT CONTRACT WITH AECOM TECHNICAL SERVICES, INC. TO COMPLETE THE PHASE I (CONCEPT DESIGN / PRELIMINARY DESIGN 1 NEPA / PUBLIC INVOLVEMENT) TO ADVANCE DEVELOPMENT FOR THE REBUILDING AMERICA'S INFRASTRUCTURE WITH SUSTAINABILITY AND EQUITY (RAISE) INFRASTRUCTURE PLANNING GRANT FOR THE PROJECT ENTITLED "BUILDING BRIDGES TO EMPLOYMENT AND EQUITY (132E2)" WHEREAS, the City solicitated competitive proposals from qualified consulting engineering firms to determine interest and capabilities to complete preliminary and final engineering design services; and WHEREAS, the City Council concurred with the Consultant Selection Committee's recommendation in the selection of AECOM Technical Services, Inc. as the first -ranked Consultant; and WHEREAS, the City Council authorized the City Engineer to initiate contract negotiations for Professional Consultant Services; and WHEREAS, the City in collaboration with AECOM Technical Services, Inc., developed a consultant scope of work and a negotiated fee for services in the amount of $2,015,250 for Professional Consultant Services to complete the Phase I (Concept Design / Preliminary Design / NEPA / Public Involvement) to advance development for the B2E2 RAISE Infrastructure Planning Grant project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA, THAT: SECTION 1. That said Professional Services Consultant Contract with AECOM Technical Services, Inc. to complete the Phase I (Concept Design / Preliminary Design / NEPA / Public Involvement) to advance development for the B2E2 RAISE Infrastructure Planning Grant project is hereby approved. SECTION 2. The City Manager is authorized and directed to execute the Professional Services Consultant Contract with AECOM Technical Services, Inc. Passed, approved, and adopted this 5th day of February 2024. Attest: C/��,se/!l/h Q � 6 Adrienne N. Breitfelder, City Clerk .S.• Page 1 of 30 Contract No. _______ Owner Project No. 5521000009 Iowa DOT Project No. EDP-2100 (705) –7Y-31 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 Dubuque, the Owner, located at: 50 West 13th Street Dubuque, Iowa 52001-4864 Phone: (563) 589-4270 FAX: (563) 589-4205 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: Building Bridges to Employment and Equity (B2E2) 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 NEPA, preliminary and final design and engineering services to assist with the development and completion of the Project. The Consultant is willing to perform engineering services for the project in two phases; Phase I (Concept Design / NEPA / Public Involvement / Preliminary Design), Phase II (Final Design), in accordance with the terms of this Agreement. Page 2 of 30 TABLE OF CONTENTS Article Number And Description 1 Initial Information 1.1 Project Parameters 1.2 Financial Parameters 1.3 Project Team 1.4 Time Parameters 1.5 Minimum Qualification Standards 2 Entire Agreement, Required Guidance and Applicable Law 2.1 Entire Agreement of the Parties 2.2 Required Guidance 2.3 Applicable Law 3 Form of Compensation 3.1 Method of Reimbursement for the Consultant 3.2 Subconsultant’s Responsibilities for Reimbursement 4 Terms and Conditions 4.1 Ownership of Engineering Documents 4.2 Subconsultant Contract Provisions and Flow Down 4.3 Consultant's Endorsement on Plans 4.4 Progress Meetings 4.5 Additional Documents 4.6 Revision of Work Product 4.7 Extra Work 4.8 Extension of Time 4.9 Responsibility for Claims and Liability 4.10 Current and Former Agency Employees (Conflicts of Interest) 4.11 Suspension of Work 4.12 Termination of Agreement 4.13 Right to Set-off 4.14 Assignment or Transfer 4.15 Access to Records 4.16 Iowa DOT and FHWA Participation 4.17 Nondiscrimination Requirements 4.18 Compliance with Title 49, Code of Federal Regulations, Part 26 4.19 Severability Attachment A - Scope of Services Attachment B - Specifications Attachment C - Fees and Payments Attachment C-1 – Cost Analysis Worksheet Attachment D - Certification Regarding Debarment, Suspension, and Other Responsibility Matters Attachment E - Certification of Consultant Attachment F - Certification of Owner Attachment G - Sample Invoice Form Attachment H – City of Dubuque Insurance Requirements for Professional Services Page 3 of 30 ARTICLE 1 INITIAL INFORMATION This Agreement is based on the following information and assumptions. 1.1 Project Parameters The objective or use is: Provide NEPA Services, Preliminary and Final Design, and engineering services to assist with the development and completion of the Project. 1.2 Financial Parameters 1.2.1 Amount of the Owner's budget for the Consultant's compensation is: $2,015,250.00 1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is: $989,450.00 1.3 Project Team 1.3.1 The Owner's Designated Representative, identified as the Contract Administrator is: Mr. Robert D. Schiesl, PE 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: Mr. Mark Durbahn, PE, Project Manager 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 WHKS $362,900.00 $395,300.00 CPFF RDG $104,600.00 $114,000.00 CPFF MSA $105,300.00 $114,700.00 CPFF Origin $199,200.00 $217,000.00 CPFF Stantec $5,700.00 $6,200.00 CPFF Tallgrass $114,700.00 $126,200.00 Unit Rate Iowa Counts $14,550.00 $16,050.00 Unit Price Total $906,950.00 $989,450.00 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.Completion of all work under this agreement shall be on or before 7/31/2025 unless extended by written approval of the Contract Administrator or adjusted by supplemental agreement. 1.4.3 The Consultant shall not begin final design activities until after the Owner has been notified by the Iowa DOT that FHWA Environmental Concurrence has been obtained. Upon receipt of such notice, the Owner will provide the Consultant notice to proceed with final design activities. 1.5 Minimum Qualification Standards (MQS) 1.5.1 The Consultant and their subconsultants are required to meet the Minimum Qualifications Standards (MQS) requirements of specified work categories as defined in the Iowa DOT’s Policy and Procedure Manual (PPM), Policy No. 300.04, at the time of contract execution, and for the duration of the Page 4 of 30 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 Categories 212-217. 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.s), 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 Dubuque County District Court of Iowa, Dubuque, 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 X Cost Plus Fixed Fee - Attachment C .2 [ ] 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 (when applicable) have given prior written approval. Page 5 of 30 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 6 of 30 4.6 Revision of Work Product 4.6.1 Drafts of work products shall be reviewed by the Consultant for quality control and then be submitted to the Contract Administrator by the Consultant for review and comment. The comments received from the Contract Administrator and the reviewing agencies shall be incorporated by the Consultant prior to submission of the final work product by the Consultant. Work products revised in accordance with review comments shall constitute "satisfactorily completed and accepted work.” Requests for changes on work products by the Contract Administrator shall be in writing. In the event there are no comments from the Contract Administrator or reviewing agencies to be incorporated by the Consultant into the final work product, the Contract Administrator shall immediately notify the Consultant, in writing, that the work product shall constitute "satisfactorily completed and accepted work.” 4.6.2 In the event that the work product prepared by the Consultant is found to be in error and revision or reworking of the work product is necessary, the Consultant agrees that it shall do such revisions without expense to the Owner, even though final payment may have been received. The Consultant must give immediate attention to these changes so there will be a minimum of delay to the project schedule. The above and foregoing is not to be construed as a limitation of the Owner's right to seek recovery of damages for negligence on the part of the Consultant herein. 4.6.3 Should the Contract Administrator find it desirable to have previously satisfactorily completed and accepted work product or parts thereof revised, the Consultant shall make such revisions if requested and directed by the Contract Administrator in writing. This work will be paid for as provided in Article 4.7. 4.7 Extra Work. If the Consultant is of the opinion that any work it has been directed to perform is beyond the scope of this Agreement, and constitutes "Extra Work,” it shall promptly notify the Contract Administrator in writing to that effect. In the event that the Contract Administrator determines that such work does constitute "Extra Work", the Consultant shall promptly develop a scope and budget for the extra work and submit it to the Contract Administrator. The Owner will provide extra compensation to the Consultant upon the basis of actual costs plus a fixed fee amount, or at a negotiated lump sum. The Consultant shall not proceed with “Extra Work” without prior written approval from the Owner and concurrence from the Iowa DOT. Prior to receipt of a fully executed Supplemental Agreement and written Notice to Proceed, any cost incurred that exceeds individual task costs, or estimated actual cost, or the maximum amount payable is at the Consultant’s risk. The Owner has the right, at its discretion, to disallow those costs. However, the Owner shall have benefit of the service rendered. 4.8 Extension of Time. The time for completion of each phase of this Agreement shall not be extended because of any delay attributed to the Consultant, but may be extended by the Contract Administrator in the event of a delay attributed to the Owner or the Contract Administrator, or because of unavoidable delays beyond the reasonable control of the Consultant. 4.9 Responsibility For Claims And Liability 4.9.1 The Consultant agrees to defend, indemnify, and hold the Owner, the State of Iowa, the Iowa DOT, their agents, employees, representatives, assigns and successors harmless for any and all liabilities, costs, demands, losses, claims, damages, expenses, or attorneys' fees, including any stipulated damages or penalties, which may be suffered by the Owner as the result of, arising out of, or related to, the negligence, negligent errors or omissions, gross negligence, willfully wrongful misconduct, or breach of any covenant or warranty in this Agreement of or by the Consultant or any of its employees, agents, directors, officers, subcontractors or subconsultants, in connection with this Agreement. 4.9.2 The 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) 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 the scope of services has been completed and the preliminary design 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 Page 7 of 30 Page 8 of 30 concurrence is received from the Iowa DOT and FHWA, if applicable. 4.15 Access to Records. The Consultant is to maintain all books, documents, papers, accounting records and other evidence pertaining to this Agreement and to make such materials available at their respective offices at all reasonable times during the agreement period, and for three years from the date of final closure of the Federal-aid project with FHWA, for inspection and audit by the Owner, the Iowa DOT, the FHWA, or any authorized representatives of the Federal Government; and copies thereof shall be furnished, if requested. 4.16 Iowa DOT and FHWA Participation. The work under this Agreement is contingent upon and subject to the approval of the Iowa DOT and FHWA, when applicable. The Iowa DOT and FHWA shall have the right to participate in the conferences between the Consultant and the Owner, and to participate in the review or examination of the work in progress as well as any final deliverable. 4.17 Nondiscrimination Requirements. 4.17.1 During the performance of this Agreement, the Consultant agrees to comply with the regulations of the U.S. Department of Transportation, contained in Title 49, Code of Federal Regulations, Part 21, and the Code of Iowa, Chapter 216. The Consultant will not discriminate on the grounds of age, race, creed, color, sex, sexual orientation, gender identity, national origin, religion, or disability in its employment practices, in the selection and retention of subconsultants, and in its procurement of materials and leases of equipment. 4.17.2 In all solicitations, either by competitive bidding or negotiation made by the Consultant for work to be performed under a subcontract, including procurement of materials or equipment, each potential subconsultant or supplier shall be notified by the Consultant of the Consultant's obligation under this contract and the regulations relative to nondiscrimination on the grounds of age, race, creed, color, sex, sexual orientation, gender identity, national origin, religion, or disability. 4.17.3 In the event of the Consultant’s noncompliance with the nondiscrimination provisions of this Agreement, the 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 Consultant's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. Page 9 of 30 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 Consultant's 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 Page 10 of 30 unconstitutional, such adjudication shall not affect the validity of the Agreement as a whole or any section, provision, or part thereof not adjudged invalid or unconstitutional. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their proper officials thereunto duly authorized as of the dates below. AECOM Technical Services, Inc. By _____________________________ Date: Douglas W. Schindel Vice President ATTEST: By _____________________________ Date: _______________________ City of Dubuque By _____________________________ Date: _______________________ Michael C. Van Milligen City Manager 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. January 30, 2024 January 30, 2024 Kimberley Smith February 5, 2024 February 5, 2024 Dillon J. Feldmann, P.E. Eastern Region Field Engineer, Local Systems Bureau Page 11 of 30 ATTACHMENT A Scope of Services City of Dubuque, Iowa Building Bridges to Employment and Equity (B2E2) Project Conceptual and Preliminary Engineering Design, NEPA Environmental, and Final Design Services Project Number: EDP-2100(705)—7Y-31 Phase I – Conceptual and Preliminary Engineering and NEPA Evaluation I. Project Description The B2E2 Project includes reconstruction and improvements along the following corridors within the eastern side of the downtown area of the City of Dubuque. The proposed improvements are described as follows: E 14th Street Overpass Bridge: The project includes the construction of a vehicular and pedestrian overpass bridge over Elm Street and the Canadian Pacific Kansas City (CPKC) railway. The anticipated roadway reconstruction and related bridge and complete street improvements begin west of Washington Street to Sycamore Street and Sycamore Street from E 14th Street to the Sycamore Street bridge, which is approximately 2,000 LF. E 16th Street Corridor: The project includes the reconstruction and related complete street improvements along E 16th Street from west of Elm Street to north of Admiral Sheehy Drive / Greyhound Park Road intersection. The work on E 16th Street will include reconstruction of roadway and intersections which are anticipated to be roundabout intersections at Elm Street, Sycamore Street, Kerper Boulevard and Admiral Sheehy Drive / Greyhound Park Road. The estimated length of complete street improvements along E 16th Street corridor from Elm Street to east of Kerper Boulevard is approximately 3,300 LF. The estimated length of complete street improvements at the 16th Street / Admiral Sheehy Drive / Greyhound Park Road intersection is approximately 700 LF. E 16th Street Bridge over Peosta Channel – Shared Use Path: The project includes the construction of an expanded shared-use path sidewalk along the south side of the 16th Street bridge over the Peosta Channel. The approximate length of the shared-use path sidewalk is approximately 500 LF. Elm Street Corridor: The project includes the reconstruction and related complete street improvements of Elm Street from 11th Street to north of E 20th Street. This work will include reconstruction of the Five Points intersection which is anticipated to be a roundabout. The estimated length of reconstruction of Elm Street is 2,880 LF. Pedestrian / Bicycle Accommodation on Kerper Boulevard: The project includes pedestrian and bicycle accommodation along Kerper Boulevard from E 16th Street to Hawthorne Street. The engineering services for the project will be split into two phases to accommodate schedule and allow proper tracking of work elements. The phases and work elements are described below: Phase I (Concept Design / NEPA / Public Involvement / Preliminary Design). This phase will include the conceptual design, design survey, PEL investigation (pre-NEPA), public involvement, traffic analysis, alternative analysis, NEPA preparation, preliminary design, and project administration. It is anticipated that the project will be split into 4 distinct projects: Project (01) – 14th Street Overpass Bridge, Project (02) – 16th Street, Project (03) - Elm Street and Project (04) – Kerper Boulevard Shared-Use Path. Phase II (Final Design). This phase will include the completion of the preliminary design, right-of-way documents, and final design of the project for the anticipated 4 distinct projects. Phase II (Final Design) will be added through a future supplemental agreement. II. Scope of Services – Phase I The Scope of Services for Phase I of the project is defined by the following tasks: Design Survey and Data Gathering (Tasks 1-9): These tasks include the design survey and data gathering for the project and include the location of public and private utilities, setting ground control, performing aerial survey with drone mounted technology, boundary survey and the development of a complete existing feature CAD base map. Specific tasks are further described below: Task 1 – Ground Control. Set ground control in the field and tying into the Iowa Regional Coordinate System. (Task will be completed by WHKS) Utility Surveys (Tasks 2-5). These tasks include contacting Iowa One-Call to identify public and private utilities, field locate identified utilities, and investigate utility structures to obtain field measured invert elevations and assessment of condition. Field measured elevations and assessment of condition of structures along Kerper Boulevard is not anticipated or needed for this project. Task 2 – Utility Survey 14th Street. (Task will be completed by WHKS) Task 3 – Utility Survey Elm Street. (Task will be completed by Origin) Task 4 – Utility Survey 16th Street. (Task will be completed by Origin) Task 5 – Kerper Boulevard. (Task will be completed by Origin) Task 6 – Drone Flight. Perform aerial survey with drone mounted technology. Drone flight will produce an orthomosaic aerial photo, point cloud data and a digital elevation model. Limits of the aerial will be based on the project description from above and extend at least 150 feet beyond the terminus of the described limits and 100 feet down each alley. (Task will be completed by WHKS) Task 7 – Topographic Base Map. This task includes the preparation of the overall topographic base map in 3D and includes combining the utility files, survey notes, aerial photo, and digital elevation model in an overall base map. (Task will be completed by WHKS) Task 8 – Right-of-Way Survey. Complete the location / investigation of the front property pins along the above- described corridors. Create a data base of the property address, property owner and where possible, tenants. There are approximately 150 parcels located along 14th Street, 16th Street, Elm Street and Kerper Boulevard. Task 9 – Property Owner Notifications for Field Work. Task includes drafting and mailing to property owners a notification letter of upcoming field surveys in the area. Public Involvement (Tasks 10-15): These tasks are for the public involvement and public engagement needed for the development of alternatives and NEPA process. These activities will include a public engagement plan meeting to review the public engagement plan with the City, coordinate resources, review schedule, identify key stakeholders and review the goals and objectives of the public engagement strategy. Also included are two public information meetings. The first meeting will be to inform the public about the upcoming project, garner input on attributes the public would like to see in the public improvements, inform the public on the process and develop contact lists. The second public information meeting will be held to review refined alternatives and receive comments on various alternatives. Also included are two stakeholder meetings around the same time as the public information meetings. Stakeholders will be comprised of key neighborhood leaders, and property / business owners. Also included is a neighborhood meeting that involves a unique setting near the project area to garner input from the surrounding neighborhood and approximately 20 one-on-one meetings with interested neighborhood residences, property owners, community groups and community leaders. This task includes four presentations at council meetings or work sessions. These tasks will also include the use of social media to maintain an on-line presence throughout the design. This task includes invitation notifications, meeting materials, and the recording / tracking of comments. Specific tasks are described below and are included in this Scope of Services. Pending the outcome of the public engagement plan meeting, the Scope and Fee may be amended to fit the level of engagement agreed upon by the City. Task 10 – Public Engagement Plan Meeting (1). Task 11 – Public Information Meetings (2). Task 12 – Stakeholder (2) /Neighborhood (1) Meetings. Task 13 – One-on-One Meetings (20). Task 14 – Website / Social Media Materials. Task 15 – Council Presentations (4). Page 12 of 30 Page 13 of 30 Traffic Analysis (Tasks 16-21): These tasks include the traffic analysis to develop the alternatives and to determine the impacts necessary for inclusion in the NEPA document. Tasks will include gathering and analyzing previous traffic studies completed in the area, gathering existing signal timing, completing updated traffic counts at key intersections, collection and review of crash data, identifying peak hour flows and completing an operations analysis on the existing traffic, traffic forecasting, operations analysis on the design year traffic, design year operations analysis on the alternatives, and the completion of the traffic technical memorandum. The tasks are further described below. Task 16 – Gathering and Analyzing Existing Traffic Data and Studies. a. Gathering and analyzing past traffic studies b. Gathering and analyzing traffic signal timing c. Gathering and analyzing past traffic counts Task 17 – Traffic Counts: (Turning Movement Counts - 24 Hours, 5 Days, Vehicular Split, Pedestrians, Bicycles) This task includes reviewing the traffic counts and identifying AM and PM peak hours. The 5-day counts will cover the following corridor intersections. a. 14th Street and Jackson Street Intersection (Signalized) b. 14th Street and Washington Street Intersection (Stop Controlled) c. 14th Street and Elm Street Intersection (Signalized) d. 16th Street and Elm Street Intersection (Signalized) e. 16th Street and Sycamore Street (Stop Controlled) f. 16th Street and Kerper Boulevard (Signalized) g. 16th Street and Admiral Sheehy Drive / Greyhound Park Road (Stop Controlled) h. Elm Street, Rhomberg Street and 20th Street / Five Points Intersection (Signalized) Task 18 – Crash Analysis. This task includes the collection, review and tabulation of traffic crash reports and collision diagrams based on the most recent 5-year data available from Iowa Crash Analysis Tool. This task also includes an analysis of the Potential for Crash Reduction (PCR). This data is from Iowa DOT’s PCR GIS database. Also included in the evaluation of the safety of the proposed intersection alternatives. This would include Crash Modification Factors or running simple IHSDM models. Task 19 – Develop Design-Year Traffic Volumes and Turning Movements. The design-year traffic volumes and turning movements will be provided by ECIA based on the year 2050 regional Travel Demand Model. The forecasted traffic volumes will be compared to the actual counts obtained for this project, as well as historical counts obtained from previous studies. The design-year traffic forecasts will be adjusted, if necessary, to reflect actual turning movements and trend lines. Future AM and PM peak hour volumes will be developed based on the peak hours from the actual counts. Task 20 – Operations Analysis. This task includes an evaluation of the operations of the 7 intersections identified for traffic counts for the AM and PM peak hours. A Synchro traffic model will be used to analyze each intersection. This task also includes completing a sensitivity analysis to determine additional capacity available to accommodate future growth. Operations analysis will include the following. a. Current Year Traffic at Each Intersection b. Design Year Traffic No-Build c. Design Year Traffic, Improved Intersection, Signals Including Warrant Analysis d. Design Year Traffic, Roundabout Intersection (This task will be completed by MSA) Task 21 – Traffic Analysis Report. A technical memorandum will be prepared summarizing the finding of the traffic analysis tasks. Conceptual Design and Alternative Analysis (Tasks 22-34): These tasks include developing and evaluating alternatives for 14th Street Overpass Bridge, 16th Street Corridor, Elm Street Corridor, and bicycle and pedestrian accommodation on Kerper Boulevard. The alternative analysis will include an evaluation of the complete streets principals to prioritize the elements for each street segment. Bridge concepts for both the 14th Street Bridge and Peosta Channel will be developed. Access analysis particularly along 14th Street will be completed to determine impacts to business and residences along the corridor. Roundabout intersection alternatives will be developed that accommodate the design year traffic. The alternatives will include multiple layouts that minimize impacts to right-of-way and surrounding areas. Drainage concepts and alternatives will be explored that reduce the direct connection of impervious areas to Bee Branch and Peosta Channel. Potential impacts to the Peosta Channel Zone AE floodplain will also be reviewed. Pedestrian and bicycle accommodation concepts and alternatives will Page 14 of 30 be developed along Kerper Boulevard. Alternatives will range from on-street accommodation to separate facilities such as a shared-use path. Alternatives and concepts will be developed for water main and sanitary sewer replacements down 14th Street, Elm Street and 16th Street Sanitary sewer lining will be evaluated as well. Streetscape Opportunities will be explored and presented at public meetings that identify streetscape options and locations for possible improvements. Enhancements and visualization exhibits will be developed for the roundabouts, bridge concepts, and complete streets alternatives to be used during project management meetings, stakeholder meeting and public meetings. An alternatives technical memorandum will be prepared summarizing the alternatives developed, advantages and disadvantages and relative costs. The local systems concept statement will be included with the technical memorandum. The tasks are further described below. Task 22 – Complete Streets Alternatives. Task 23 – Bridge Concepts and Alternatives 14th Street Bridge. (Task will be completed by WHKS) Task 24 – Bridge Concepts and Alternatives Peosta Channel Bridge Pedestrian and Bicycle Accommodation. Task 25 – Access Analysis 14th Street Corridor. Task 26 – Roundabout Intersection Concepts and Alternatives. (Task will be completed by MSA) a. 16th Street and Elm Street Intersection b. 16th Street and Sycamore Street Intersection c. 16th Street and Kerper Boulevard Intersection d. 16th Street and Greyhound Park Road e. Elm Street, Rhomberg Street and 20th Street / Five Points Intersection Task 27 – Drainage Concepts and Alternatives. Task 28 – Bicycle / Pedestrian Accommodation Alternatives – Kerper Boulevard. Task 29 – Water Main and Sanitary Sewer, Evaluate Impacts, Concepts. a. 14th Street (Task will be completed by WKHS) b. Elm Street (Task will be completed by Origin) c. 16th Street (Task will be completed by Origin) Task 30 – Concept Inventory Analysis for Streetscape Opportunities. (Task will be completed by RDG) Task 31 – Enhancement Analysis and Visualizations of Complete Streets, Roundabouts and Bridge Alternatives. (Task completed by RDG) This task includes identification of opportunities for streetscape, bridge, roundabout, and drainage aesthetic enhancements through inventory of the existing conditions, prominent views and sight lines, and physical constraints of the project corridors. Inspiration for the character, style, and program of enhancements will be gathered from public input, stakeholder visual listening, local history, surrounding architectural character, and NEPA/environmental assessment findings. The outcome of this task will be used to develop a memorandum summarizing the enhancement inventory, opportunities, and inspiration. This memorandum will be used in the future Phase II of the project as a basis for enhancement design concepts for streetscape, bridge (including areas under the viaduct), intersection and roundabout areas, and stormwater quality practices. This task also includes development of visualization of complete streets, roundabouts, and bridge alternatives to be used in public meetings, social media, and grant applications. Visualizations are further described below: a. Six (6) rendered plan enlargements and or sections of the concept alternatives. b. One (1) 3D animation/fly through video of the project area depicting concept alternatives with static cars and people. c. One (1) 3D model of the project area to be used with VR demonstrations. d. Three (3) perspective renderings representing concept alternatives. e. One (1) overview map graphic depicting the project. Task 32 – Develop Planning Level Cost Estimates for the Alternatives. Task 33 – Alternatives Technical Memorandum. Task 34 – Concept Statement (Local Systems). National Environmental Policy Act (NEPA) / Environmental Assessment (Tasks 35-53): For the purposes of this scope, it is assumed that this project will need an Environmental Assessment (EA). The NEPA process will be split into two phases. The first phase will consist of Planning and Environment Linkages (PEL) program to support the NEPA process. This phase will include the development of much of the information needed to determine the preferred alternative. The second phase will include the preparation of the Environmental Assessment (assumed FONSI) and Individual Section 4(f) Evaluation. NEPA Phase I: The services for the NEPA work will be completed in two Phases, as noted above. The first phase is further described in the following tasks. Task 35 – GIS Mapping of Socio-Economic / Census Data. a.Land Use and Related Characteristics b.Neighborhood Boundaries c.Location of Community Facilities: Food Pantries, Homeless Shelters, Minority Organizations, Neighborhood Centers, Women’s Shelters, and Youth Organizations d.School Locations e.Number of Low-Income Jobs by Block f.Minority Persons g.Person with Disabilities h.Poverty Levels i.Employment Characteristics Task 36 – Early Agency Coordination. Task 37 – Purpose and Need. Develop purpose and need statement with input from agency, local government, and public interaction. Task 38 – Environmental Justice (EJ) and Limited English Proficiency (LEP) Evaluation. a.Identify presences of populations protected under Executive Order 12898, Title VI of the Civil Rights Act, and the Americans with Disabilities Act in the study corridor. b.Characterize potential impacts of preliminary alternatives on EJ populations for preliminary alternatives following efforts to avoid and minimize impacts. c.Document the effort in an Environmental Justice Analysis technical report. d.Recommend potential engagement tools specific to the populations identified in the technical report. Task 39 – Phase I Archaeological Investigation. (Task completed by Tallgrass) Task 40 – Historical/Architectural Combination Reconnaissance and Intensive Survey. (Task completed by Tallgrass) Task 41 – Viewshed Evaluation. (Task completed by Tallgrass) Task 42 – Section 4(f) Evaluation. Identify potential impacts to shared-use paths and park located at the northeast corner of 16th Street and Kerper Boulevard. Identify other potential Section 4(f) resources. This task assumes de minimis 4(f) impacts. If an Individual Section 4(f) statement is required this would be considered extra work. Task 43 – Noise Analysis. a.Prepare plan for the collection of baseline noise level readings. b.Complete a field survey of the study corridor to collect baseline noise level readings. c.Develop a noise model and analyze noise levels for the existing and proposed alternatives. d.Develop a technical memorandum report of the noise analysis findings. Task 44 – Regulated Materials. This task includes identification of potential hazards of regulated materials sites using Iowa DOT risk categories. The results will be documented in a report and summarize contaminated and regulated material sites impacts (relative to public health and other environmental concerns) for alternatives evaluated. The findings of the regulated materials review may result in the need for further detailed studies in support of further funding process which is not included in this scope. A private database-search company like Lightbox, otherwise known as Environmental Data Resources, will be used to search regulatory databases for possible sites near the corridor. Task 45 – Wetland Evaluation. (Task completed by Stantec) Task 46 – Threatened and Endangered Species Evaluation. (Task completed by Stantec) Task 47 – Environmental Considerations Map. Update the study GIS database using information collected as Page 15 of 30 Page 16 of 30 part of the study. Develop exhibits showing environmental considerations. Separate figures may be developed for human, cultural and natural environments or other combinations of features. The figures will be overlaid with locations and extents of conceptual alternatives to meet project purpose and need to identify interactions with environmental constraints. NEPA Phase II: The second phase of the NEPA work is the preparation of the appropriate NEPA document based on the classification by the Federal Highway Administration. For purposes of estimating staff hours, a FONSI is assumed for the project. Task 48 – Indirect and Cumulative Effects Evaluation. Prepare screening data of the study area to determine likelihood and potential characteristics of indirect or cumulative effects. This will include data on adjacent planned or programmed projects. Complete the pre-screening worksheet for determining the need to conduct a detailed indirect effects analysis. A detailed indirect or cumulative effects analysis is not considered part of this Scope of Services and, if required, will be considered extra work. Task 49 – Evaluate and Document Environmental Factors. This task includes gathering, evaluating and documenting environmental factors to be considered for an EA. Many of these factors are included within the NEPA EA scope items, while other factors are part of other scope items within this agreement. 1)Business and Economics 2) Community 3)Environmental Justice 4)Erosion Control 5)Historic Properties 6)Section 4(f) 7) Wetlands 8) Floodplains 9)Surface Water 10)Threatened, Endangered and Protected Resources 11)Hazardous Substances or Contamination 12) Stormwater 13)Traffic Noise 14)Unique Wildlife and Habitat 15) Relocations 16) Aesthetics Task 50 –EA with Section 4(f) Evaluation. Task 51 – Public Hearing. Hold public hearing to present draft EA. Conduct, prepare notice, prepare materials, and provide transcript. Task 52 –Finding of No Significant Impact (FONSI) with Section 4(f) Evaluation. Task 53 – Final FONSI Distribution. Preliminary Design (Tasks 54-64): These tasks include developing an overall preliminary plan set (approximate 30% level) which includes CPKC railroad coordination, ITC coordination, utility preliminary design for 14th Street, 16th Street and Elm Street, preliminary bridge TS&Ls for the 14th Street Viaduct and Peosta Channel bridges, preliminary roundabout layouts for 5 roundabout intersections, preliminary roadway plans for 14th Street, 16th Street and Elm Street, preliminary plans of bicycle / pedestrian accommodation on Kerper Boulevard, construction staging / phasing review and preliminary cost estimates. The individual tasks are shown below. Task 54 – CPKC Railroad Coordination. Task 55 – ITC Coordination. Task 56 – Title and Legend Sheets (A-Series Sheets). Task 57 – Typical Sections and Details (B-Series Sheets). a. 14 th Street / Sycamore Street b. 16 th Street c.Elm Street d.Kerper Boulevard Page 17 of 30 Task 58 – Plan and Profile Sheets (D-Series Sheets). a. 14 th Street / Sycamore Street. (Task will be completed by WHKS) b. 16 th Street c.Elm Street d.Kerper Boulevard Task 59 – Construction Staging Sheets (J-Series Sheets). Task 60 – Roundabout Sheets (L-Series Sheets). (Task completed by MSA) a. 16 th Street and Elm Street Intersection b. 16 th Street and Sycamore Street Intersection c.16th Street and Kerper Boulevard Intersection d. 16 th Street and Greyhound Park Road e.Elm Street and 20th Street f.Elm Street, Rhomberg Street and 20th Street / Five Points Intersection Task 61 – Storm Sewer Plan Sheets (M-Series Sheets). a.14th Street / Sycamore Street b.16th Street c.Elm Street Task 62 – Sidewalk / Shared-Use Path (SUP) Plans – Kerper Boulevard (S-Series Sheets). Task 63 – Bridge Situation Plans (V-Series Sheets). a. 14 th Street Overpass Bridge (Task completed by WHKS) b.Peosta Channel Bridge Pedestrian and Bicycle Accommodation Task 64 – Preliminary Cost Estimate. Project Administration (Tasks 65-68): These tasks include the administrative tasks and meetings needed throughout this phase of the project. Agency coordination will include ongoing coordination with Iowa DOT, ECIA, FHWA and other regulatory agencies. Subconsultant coordination includes scheduling, correspondence, and contract management for the various subconsultants. Project Management Team (PMT) Meetings includes preparation for and attendance at monthly PMT meetings throughout this phase of the project. A total of 15 PMT meetings are included in this scope. Project administration includes in-house project management and administrative tasks, including intra-office meetings, subconsultant coordination, filing and other in-house administrative tasks. Tasks are shown below. Task 65 – Agency Coordination. Task 66 – Subconsultant Coordination. Task 67 – Project Management Team Meetings (15). Task 68 – Project Administration. Deliverables: -Existing feature / base map 3D CAD file in Civil 3D format which includes topography, utilities, property lines and aerial -Traffic Analysis Report -Alternatives Technical Memorandum -Noise Analysis Findings Technical Memorandum -Concept Statement -EA with Section 4(f) Evaluation -Final FONSI with Section 4(f) Evaluation -Preliminary Plan Submittal Page 18 of 30 ATTACHMENT B ROAD DESIGN SPECIFICATIONS Services provided by the Consultant under this agreement shall be in conformity with the Standard Practices and Requirements set forth below. Preparation of plans, specifications, and estimates shall be guided by current Iowa DOT Highway Division ’s Road Design Manual, current Standard Road Plans, current Road Design Details, current Office of Design MicroStation Consultant Information, current Standard Specifications for Highway and Bridge Construction, and applicable sections of the Federal Aid Policy Guide (FAPG). The consultant shall monitor updates to these documents and incorporate all relevant changes as the contract progresses. This information may be found at: http://www.iowadot.gov/design/automation.htm. If changes cannot be incorporated within the agreed upon budget, the consultant shall send a notice to the contract coordinator including an estimate for the services to incorporate the change and a reference to the changed documents. A. Design Criteria The Consultant shall provide a completed Final Plan Design Criteria Certification statement in conjunction with each final plan submittal. B. Road Plans 1. Plans shall be formatted for printing on 11” x 17” sheets utilizing pre-established plan & profile sheet plotting scales (for example: 20 scale, 50 scale, 100 scale). The intent shall be to maximize the detail shown by the plotted plan & profile while conveying the full impact of the construction need. Each group of plan & profile sheets (mainline, individual side roads, borrows, etc.) shall utilize a single plotting scale throughout. Sheets shall be formatted and labeled according to the guidance in the 1F series of Design Manual chapters. 2. Cross sections shall be developed according to the guidance in the 1F series of Design Manual chapters. Generally, cross sections shall be developed with a ratio of one horizontal to one vertical. Cross sections shall be formatted for plotting on 11” x 17” sheets utilizing pre- established horizontal cross section plotting scales (for example: 1”=10’, 1”=20’, 1”=40’, 1”=100’, or 1”=200’). The intent shall be to maximize the detail shown by the plotted cross section while conveying the full impact of the construction need. Each group of cross sections (mainline, individual side roads, borrows, etc.) shall utilize a single horizontal plotting scale throughout. 3. Earthwork computations shall be computed by the Average End Area Method. Calculations shall include overhaul and a mass diagram when applicable. Quantities of rock, Class 12, Class 13, and other unsuitable excavation will be identified separate of Class 10 excavation in the plans. 4. Road plans shall include all pipe culvert details. 5. All property owners’ names shall be shown in the plan (H-sheets) and the limits of their holdings. 6. The Consultant shall perform their own Quality Control Review under this contract. 7. Preliminary plans may include, but are not limited to, field exam plan submittals (D2 event), bridge submittals (D3 event) right-of-way plan submittals (D5 event), and methods submittals (DM5). The Consultant shall submit a pdf copy of each plan submittal required. 8. In addition to pdf copies of preliminary and final plan, the Consultant shall submit preliminary design and final letting plans in electronic format. Electronic plan submittals shall be in accordance with the State’s current File Specification for Electronic Plan Submittals. If electronic plan submittals are not in accordance with the State’s current file specification, the Consultant will be responsible for correcting any errors. Preliminary plans should be submitted upon completion of the field exam. Final plans should be submitted with Contracts turn-in. In addition, the Page 19 of 30 Consultant shall submit all final drawings to the Owner as CADD files. Additional electronic files required shall be supplied as directed in the Design Manual. 9. The Consultant shall provide a Digital Terrain Model (DTM) for the completed project. This shall represent the proposed final surface and file-type shall be in accordance with the Design Manual. C. Cost Estimates The Consultant shall provide estimates of the probable cost of construction for the corridor/project or specific project element as required. 1. In general, the Consultant shall provide cost estimates or updates there-to in accordance with Design Manual Section 1B-6. 2. The Consultant shall also provide updates to the estimates for the probable cost of construction when any major change to the project scope has occurred (such as inclusion or deletion of major portions of work) or as directed by the Owner. D. Transition into Final Design The Consultant shall not begin work on any final design task prior to project Environmental approval and (when applicable) Commission approval. Environmental Approval will occur when one of the following has taken place: 1) The project has received a Categorical Exclusion (CE); 2) A Finding Of No Significant Impact (FONSI) has been approved for the project; or 3) A final Environmental Impact Statement (EIS) has been approved and available for the prescribed period of time and a Record Of Decision (ROD) has been signed. [Refer to Code of Federal Register Part 23, subpart 771.113 and FHWA Order 6640.1A] Commission approval will occur when the State Transportation Commission has approved the project’s alignment and design concepts and authorizes continuation of project development. Any work performed prior to approval will be subject to non-payment by the Owner. E. Erosion Control The Consultant shall develop a Pollution Prevention Plan (PPP) for the project(s), following guidance provided in the Design Manual or as directed by the Owner. 1. Four weeks prior to DM5 provide to the Owner the estimated area to be stabilized with crop seeding and fertilizing. This includes the surface area inside the right-of-way plus easements minus the roadway. The Owner will review the project plans with regard to the erosion control items and will provide the seed mixtures and fertilizer rates. 2. Incorporate the PPP into the project plans inclusive of all related tabulations, bid items, and quantities for revetment, silt fence, temporary seeding, etc. Storm water detention Tabulations shall be filled out prior to D5, as per Design Manual section 10C-2, to determine if extra right-of- way is required for detention. 3. Prepare and supply to the Owner all applicable storm water permitting application documents in accordance with Design Manual section 10D-1. F. Project Specifications 1. Any Special Provisions required in addition to the Standard Specifications of the Owner shall be furnished by the Consultant. 2. The Consultant shall also develop specification information, including a method of measurement and basis of payment, for any bid item that is not fully covered by the Standard Specifications or other contract documents. Page 20 of 30 G. MISCELLANEOUS PROVISIONS The following miscellaneous provisions shall apply to the work to be performed and the Engineering services to be furnished under this Agreement: 1. Owner Responsibility: The Owner will provide the following: a. All environmental reports and clearances. b. Applications to all state and federal review agencies as required. c. Reproducible standard detail sheets and CADD seed files applicable to the work. d. Existing right-of-way information for primary and interstate roads (Office of Right-of-Way). e. To facilitate Computer Aided Design and Drafting (CADD) compatibility with MicroStation and GeoPak Civil Design Software packages. -Cell libraries -Font and line style libraries -Tabs and typicals -Feature table -color tables -level libraries -seed and original files -Office of Design Microstation Guidelines -ROW information file (Office of Right-of-Way) -ROW seed file (Office of Right-of-Way) -ROW blank plats (Office of Right-of-Way) -ROW user commands (Office of Right-of-Way) 2. All digital data transfers shall be done via a web-based connection into Owner’s electronic filing system. Consultant shall place all deliverables, associated files, photos, relevant correspondence, etc. into the system. Current software versions shown on DOT Automation Tools web page shall be used to develop CADD files. 3. The Consultant shall furnish electronic files called for in Design Manual section 20B-71. These files shall be submitted to the Owner by the timeline outlined in Design Manual section 1H-1. 4. The Consultant will monitor and review updates to the State’s Highway Division Road Design Manual, Standard Road Plans, and 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 Owner. The Owner will provide written approval or disapproval for the Consultant to incorporate said update into the work and indicate how payment for such work will be addressed. Page 21 of 30 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) $835,500.00 Fixed Fee (Prime only) $106,700.00 Contingency (Prime only) $83,600.00 Total Prime Consultant Costs $1,025,800.00 Subconsultant Amount Authorized Contingency Maximum Amount Payable WHKS $362,900.00 $32,400.00 $395,300.00 RDG $104,600.00 $9,400.00 $114,000.00 MSA $105,300.00 $9,400.00 $114,700.00 Origin $199,200.00 $17,800.00 $217,000.00 Stantec $5,700.00 $500.00 $6,200.00 Tallgrass $114,700.00 $11,500.00 $126,200.00 Iowa Counts $14,550.00 $1,500.00 $16,050.00 Total Subconsultant Costs: $906,950.00 $82,500.00 $989,450.00 Total Amount Authorized: $1,849,150.00 Maximum Amount Payable: $2,015,250.00 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. 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 Page 22 of 30 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: Salary related expenses 123.50% 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 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 Page 23 of 30 of the fixed fee. Fixed fee will be calculated and progressively invoiced based on actual costs incurred for the current billing cycle. Each invoice shall be accompanied with a monthly progress report which details the tasks invoiced, estimated tasks to be billed on the next invoice, and any other contract tracking information. Invoices shall clearly identify the beginning and ending dates of the prime's and subconsultant's billing cycles. All direct and indirect costs incurred during the billing cycle shall be invoiced. Costs incurred from prior billing cycles and previously not billed, will not be allowed for reimbursement unless approved by the 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 24 of 30 ATTACHMENT D CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS -- PRIMARY COVERED TRANSACTIONS Instructions for Certification 1.By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2.The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3.The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 4.The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5.The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person" "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the definitions and coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 6.The prospective primary participant agrees by submitting this proposal that should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7.The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered 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 25 of 30 Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions (1)The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a)Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b)Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State Antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c)Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d)Have not within a three-year period preceding this application /proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2)Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. State of Iowa Black Hawk County I Douglas W. Schindel, Vice President, of the AECOM Technical Services, 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. Douglas W. Schindel Vice President Subscribed and sworn to this day of , . (month) (year) 30 January 2024 Page 26 of 30 ATTACHMENT E CERTIFICATION OF CONSULTANT I hereby certify that I, Douglas W. Schindel, am the Vice President and duly authorized representative of the firm of AECOM Technical Services, Inc., whose address is 501 Sycamore Street, Suite 222, Waterloo, IA 50703, 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. Douglas W. Schindel, PE Date Vice President January 30, 2024 Page 27 of 30 ATTACHMENT F CERTIFICATION OF OWNER I hereby certify that I, Michael C. Van Milligen, am the City Manager 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. Michael C. Van Milligen Date City Manager 02/06/2024 Page 28 of 30 ATTACHMENT G Page 1 Consultant Name Consultant Address Consultant Address Cost Plus Fixed Fee Progressive Invoice Date Invoice No. Client Project No. Invoice Period Covered County Consultant Job No. Client Project Description Client Contract No. Contract Estimate Cumulative To Date Current Period Labor Dollars Overhead Overhead Adjustments Direct Expenses Mileage Per Diem CADD Estimated Actual Costs [Prime Only] (See Note 1) Subconsultants (including authorized contingency) Name Name Name Estimated Actual Costs [Total Subconsultant Costs] Total Estimated Actual Costs [Prime + Total Subconsultant Costs] Fixed Fee (See Note 2) Authorized Contingency Total Authorized Amount Total Billed To Date Remaining Authorized Balance Unauthorized Contingency Prime Subconsultant Name Subconsultant Name Labor Hours Note 1: Do not include Subconsultant Expenses. Include Direct Labor, Overhead, and Direct Expenses for Prime Consultant only. Note 2: Fixed fee shall be proportionate to the amount of actual costs invoiced compared to the actual costs estimated. Page 29 of 30 ATTACHMENT G Page 2 Consultant Name Consultant Address Consultant Address Cost Plus Fixed Fee Final Invoice Date Invoice No. Client Project No. Invoice Period Covered County Consultant Job No. Client Project Description Client Contract No. Contract Estimate Cumulative To Date Current Period Labor Dollars (2001) Labor Dollars (2000) Labor Dollars (1999) Overhead (2001) Overhead (2000) Overhead (1999) Direct Expenses Mileage Per Diem CADD Estimated Actual Costs [Prime Only] Subconsultants (including authorized contingency) Name Name Name Estimated Actual Costs [Total Subconsultant Costs] Total Estimated Actual Costs [Prime + Total Subconsultant Costs] Fixed Fee Authorized Contingency Total Authorized Amount Total Billed To Date Remaining Authorized Balance Unauthorized Contingency Prime Subconsultant Name Subconsultant Name Labor Hours (2001) Labor Hours (2000) Labor Hours (1999) Page 30 of 30 ATTACHMENT G Page 3 Cost Plus Fixed Fee Final Invoice Instructions •Employee Labor Hours and Dollars: A final cumulative job cost report that shows a breakdown of labor by fiscal year, employee name, employee labor hours and employee labor rate is required. In lieu of a final job cost report, a summary of the aforementioned information is needed. The summary should be supported by monthly job cost detail. •Overhead Rates: Overhead rates and labor dollars to which the overhead rates are applied should match the fiscal year in which the costs are incurred. Overhead rates applied to labor should be audit verified when available. When not available, proposed FAR adjusted rates for the fiscal year in which the labor is incurred should be used. •Direct Expenses: A final cumulative job cost report that shows a breakdown of direct expenses by specific item (mileage, CADD, per diem, etc….) by fiscal year is required. Direct expense items charged should identify the number of units (miles, hours, prints, copies, feet, etc….) and the rate applied by fiscal year. In lieu of a final job cost report, a summary of the aforementioned information is needed. The summary should be supported by monthly job cost detail. •Subconsultant: Final invoice requirements for subconsultants with cost plus fixed fee contracts are the same as the requirements for the prime consultant. It is the prime consultant’s responsibility to assure such an invoice is acquired and attached to the prime’s final invoice. City of Dubuque Insurance Requirements for Professional Services Page 1 of 4 Schedule J Professional Services January 2023 INSURANCE SCHEDULE J 1. ________________ shall furnish a signed certificate of insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Contractors presenting annual certificates shall present a certificate at the end of each project with the final billing. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent approved by the Director of Finance and Budget. Each certificate shall include a statement under Description of Operations as to why the certificate was issued. Eg: Project #________or Project Location at _________or construction of _________. 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best’s Rating Guide. 3. Each certificate shall be furnished to the Finance Department of the City of Dubuque. 4. Failure to provide coverage required by this Insurance Schedule shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 5. Contractors shall require all subconsultants and sub-subconsultants to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurances from all such subconsultants and sub-subconsultants. Contractors agree that they shall be liable for the failure of a subconsultant and sub- subconsultant to obtain and maintain such coverages. The City may request a copy of such certificates from the Contractor. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever a specific ISO form is listed, required the current edition of the form must be used, or an equivalent form may be substituted if approved by the Director of Finance and Budget and subject to the contractor identifying and listing in writing all deviations and exclusions from the ISO form. 8. Contractors shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. If the contractor’s limits of liability are higher than the required minimum limits then the provider’s limits shall be this agreement’s required limits. 9. Contractor shall be responsible for deductibles and self-insured retention for payment of all policy premiums and other cost associated with the insurance policies required below. 10. All certificates of insurance must include agents name, phone number, and email address. 11. The City of Dubuque reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by this Schedule at any time. 12. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the agreement, subject to mutual agreement of the parties. ATTACHMENT H City of Dubuque Insurance Requirements for Professional Services Page 2 of 4 Schedule J Professional Services January 2023 INSURANCE SCHEDULE J (continued) Exhibit I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence)$50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01, or business owners form BP 00 02, shall be clearly identified. 2) Include endorsement indicating that coverage is primary and non-contributory. 3) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 4) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 26. 5) Policy shall include Waiver of Right to Recover from Others endorsement. 6) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non-renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 52001. B) AUTOMOBILE LIABILITY Combined Single Limit $1,000,000 Coverage shall include all owned, non-owned, and hired vehicles. If the Contractor’s business does not own any vehicles, coverage is required on non-owned and hired vehicles. 1) Policy shall include Waiver of Right to Recover from Others endorsement. C) WORKERS’ COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory—State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee-Disease $100,000 Policy Limit-Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. City of Dubuque Insurance Requirements for Professional Services Page 3 of 4 Schedule J Professional Services January 2023 Coverage B limits shall be greater if required by the umbrella/excess insurer. OR If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers’ Compensation Insurance, the Contractor shall have a copy of the State’s Nonelection of Workers’ Compensation or Employers’ Liability Coverage form on file with the Iowa Workers’ Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. D) UMBRELLA/EXCESS LIABILITY $1,000,000 The General Liability, Automobile Liability and Workers Compensation Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non- contributory in favor of the City. E) PROFESSIONAL LIABILITY $2,000,000 If the required policy provides claims-made coverage: 1) The Retroactive Date must be shown and must be before the date of the agreement. 2) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the work or services. 3) If coverage is canceled or non-renewed and not replaced with another claims- made policy form with a Retroactive Date prior to the date of the agreement, the contractor must provide “extended reporting” coverage for a minimum of five (5) years after completion of the work or services. F) CYBER LIABILITY/BREACH $1,000,000 ___ Yes ___ No Coverage for First and Third Party liability including but not limited to lost data and restoration, loss of income and cyber breach of information. City of Dubuque Insurance Requirements for Professional Services Page 4 of 4 Schedule J Professional Services January 2023 Please be aware that naming the City of Dubuque as an additional insured as is required by this Insurance Schedule may result in the waiver of the City’s governmental immunities provided in Iowa Code sec. 670.4. If you would like to preserve those immunities, please use this endorsement or an equivalent form. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non-Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) SPECIMEN Attachment C-1 Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number: EDP-2100(705)—7Y-31 COST ANALYSIS I. Direct Labor Cost (AECOM Technical Services) Category Hours Rate/Hour Amount 1.0 Senior Professional 76 $103.65 $7,877.40 2.2 Project Professional 888 $88.38 $78,481.44 2.0 Project Professional 508 $80.55 $40,919.40 3.0 Staff Professional 1,738 $58.20 $101,151.60 4.3 Professional 1,120 $41.35 $46,312.00 4.0 Professional 1,556 $36.60 $56,949.60 5.0 CADD Operator II 504 $39.35 $19,832.40 6.0 CADD Operator I 0 $20.25 $0.00 7.0 Senior Technician 0 $45.15 $0.00 8.0 Technician 88 $33.30 $2,930.40 9.2 Project Support 390 $32.70 $12,753.00 $367,207.24 6868 II. Payroll Burden and Overhead Provisional Costs 123.50% $453,500.94 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 8400 0.655 5,502.00 Per Diem 16 50.00 800.00 Lodging 16 90.00 1,440.00 B/W Copies 5000 0.06 300.00 Color Copies 10000 0.22 2,200.00 EDM Equipment 40 12.50 500.00 GPS Equipment 40 25.00 1,000.00 Miscellaneous, Other 3,000.00 $14,742.00 IV. AECOM Estimated Actual Costs $835,450.18 Rounded $835,500.00 V. Fixed Fee (13%) $106,692.06 Rounded $106,700.00 VI. Prime Consultant Authorized Costs $942,200.00 VII. Authorized Subcontract Expense WHKS $362,900.00 RDG $104,600.00 MSA $105,300.00 Origin $199,200.00 Stantec $5,700.00 Tallgrass $114,700.00 Iowa Counts $14,550.00 $906,950.00 VIII. Authorized Budget $1,849,150.00 IX. Contingency (10%) $83,550.00 (AECOM) Rounded $83,600.00 AECOM $83,600.00 WHKS $32,400.00 RDG $9,400.00 MSA $9,400.00 Origin $17,800.00 Stantec $500.00 Tallgrass $11,500.00 Iowa Counts $1,500.00 $166,100.00 X. Maximum Amount Payable $2,015,250.00 Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number:  EDP‐2100(705)—7Y‐31 1.0 Senior 2.2 Project 2.0 Project 3.0 Staff 5.0 CADD  6.0 CADD 7.0 Senior 8 9.2 Project Description of Work Prof Prof Prof Prof 4.3 Prof 4.0 Prof Op II  Op I Technician Technician Support Total Design Survey and Data Gathering 1 Ground Control. (Task will be completed by WHKS)0 2 Utility Survey 14th Street. (Task will be completed by WHKS)0 3 Utility Survey Elm Street. (Task will be completed by Origin)0 4 Utility Survey 16th Street. (Task will be completed by Origin)0 5 Utility Survey Kerper Boulevard. (Task will be completed by Origin)0 6 Drone Flight. (Task will be completed by WHKS)0 7 Topographic Base Map. (Task will be completed by WHKS)0 8 Right‐of‐Way Survey.52 16 16 8 88 40 220 9 Property Owner Notifications for Field Work.8 20 28 Subtotal:  Design Survey and Data Gathering 0 0 0 60 16 16 8 0 0 88 60 248 Public Involvement 10 Public Engagement Plan Meeting (1). 4 8 8 16 8 2 46 11 Public Information Meetings (2). 8 40 40 24 40 40 8 200 12 Stakeholder (2) / Neighborhood (1) Meetings. 8 16 40 8 8 8 4 92 13 One‐on‐One Meetings (20).80 40 24 24 24 192 14 Website / Social Media Materials.24 8 16 8 8 64 15 Council Presentations (4).840 24 72 Subtotal: Public Involvement 28 208 0 96 104 88 72 0 0 0 70 666 Traffic Analysis 16 Gathering and Analyzing Existing Traffic Data and Sudies. a. Gathering and analyzing past traffic studies 16 26 2 44 b. Gathering and analyzing traffic signal timing 8262 36 c. Gathering and analyzing past traffic counts 8142 24 17 Traffic Counts 4182 24 a. 14th Street and Jackson Street Intersection (Signalized) Iowa Counts 0 b. 14th Street and Elm Street Intersection (Signalized) Iowa Counts 0 c. 16th Street and Elm Street Intersection (Signalized) Iowa Counts 0 d. 16th Street and Sycamore Street (Stop Controlled) Iowa Counts 0 e. 16th Street and Kerper Boulevard (Signalized) Iowa Counts 0 f. 16th Street and Greyhound Park Road (Signalized) Iowa Counts 0 g. 20th Street, Elm Street and Rhomberg Street / Five Points Intersection (Signalized) Iowa Counts 0 18 Crash Analysis 24 44 4 72 19 Develop Design‐Year Traffic Volumes and Turning Movements.40 44 4 88 20 Operations Analysis.32 108 4 144 21 Traffic Analysis Report.24 48 8 16 96 Subtotal:  Traffic Analysis 0 0 0 156 0 328 28 0 0 0 16 528 Conceptual Design and Alternative Analysis 22 Complete Streets Alternatives.24 24 24 24 96 23 Bridge Concepts and Alternatives 14th Street Bridge. (Task will be completed by WHKS)0 24 Bridge Concepts and Alternatives Peosta Channel Bridge. 304 60 20 40 40 464 25 Access Analysis 14th Street Corridor.16 40 8 8 72 26 Roundabout Intersection Concepts and Alternatives. (Tasks will be completed by MSA)0 a. 16th Street and Elm Street Intersection 0 b. 16th Street and Sycamore Street Intersection 0 c. 16th Street and Kerper Boulevard Intersection 0 d. 16th Street and Greyhound Park Road 0 e. 20th Street, Elm Street and Rhomberg Street / Five Points Intersection 0 27 Drainage Concepts and Alternatives.4 60 40 36 16 156 28 Bicycle / Pedestrian Accommodation Alternatives ‐ Kerper Boulevard. 16 40 16 16 88 29 Water Main and Sanitary Sewer Concepts.0 a. 14th Street (Task will be completed by WKHS)0 b. Elm Street (Task will be completed by Origin)0 c. 16th Street (Task will be completed by Origin)0 30 Concept Inventory Analysis for Streetscape Opportunities. (Task will be completed by RDG)0 31 Enhancement Analysis and Visualizations of Complete Streets, Roundabouts and Bridge Alt's. 0 32 Develop Planning Level Cost Estimates for the Alternatives. 16 84024 8 96 33 Alternatives Technical Memorandum.40 8 16 4 16 84 34 Concept Statement (Local Systems).16 12 40 8 8 84 Subtotal:  Conceptual Design and Alternative Analysis 0 132 304 148 260 160 120 0 0 0 16 1,140 NEPA  / EA 35 GIS Mapping of Socio‐Economic / Census Data.24 24 80 8 136 a. Land Use and Related Characteristics b. Neighborhood Boundaries c. Shelters, Minority Organizations, Neighborhood Centers,  Women's Shelters, and Youth Organizations d. School Locations e. Number of Low‐Income Jobs by Block f. Minority Persons g. Person with Disabilities h. Poverty Levels AECOM Technical Services, Inc. Staff Hour Estimate Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number:  EDP‐2100(705)—7Y‐31 1.0 Senior 2.2 Project 2.0 Project 3.0 Staff 5.0 CADD  6.0 CADD 7.0 Senior 8 9.2 Project Description of Work Prof Prof Prof Prof 4.3 Prof 4.0 Prof Op II  Op I Technician Technician Support Total AECOM Technical Services, Inc. Staff Hour Estimate i. Employment Characteristics 36 Early Agency Coordination.424 28 37 Purpose and Need.24 80 24 128 38 Environmental Justice (EJ) and Limited English Proficiency (LEP) Evaluation. 8 64 24 96 39 Phase I Archaeological Investigation. (Task will be completed by Tallgrass) 4 4 40 Historical / Architectural Combination Reconnaissance and Intensive Survey.  (Tallgrass) 4 4 41 Viewshed Evaluation. (Task will be completed by Tallgrass)4 4 42 Section 4(f) Evaluation.40 24 64 43 Noise Analysis.88 16 a. Prepare plan for the collection of baseline noise level readings.16 16 32 b. Complete a field survey of the study corridor to collect baseline noise level readings. 4 80 24 108 c. Develop a noise model and analyze noise levels for the existing and proposed alternatives. 12 172 120 304 d. Develop a technical memorandum report of the noise analysis findings. 12 70 16 98 44 Regulated Materials.16 16 32 45 Wetland Evaluation. (Task will be completed by Stantec)4 4 46 Threatened and Endangered Species Evaluation (Task will be completed by Stantec) 4 4 47 Environmental Considerations Map.8 80 24 64 176 48 Indirect and Cummulative Effects Evaluation.24 8 32 49 Evaluate and Document Enviromental Factors.80 24 104 1) Business and Economics 0 2) Community 0 3) Environmental Justice 0 4) Erosion Control 0 5) Historic Properties 0 6) Section 4(f)24 24 7) Wetlands 0 8) Floodplains 0 9) Surface Water 0 10) Threatened, Endangered and Protected Resources 0 11) Hazardous Substances or Contamination 0 12) Stormwater 0 13) Traffic Noise 0 14) Unique Wildlife and Habitat 0 15) Relocations 0 16) Aesthetics 0 50 EA with Section 4(f) Evaluation.160 80 240 51 Public Hearing.8 16 40 8 16 12 100 52 Finding of No Significant Impact (FONSI) with Section 4(f) Evaluation. 4 80 24 108 53 Final FONSI Distribution.16 16 32 Subtotal:  NEPA / EA 8 72 28 1,118 56 480 8 0 0 0 108 1,878 Preliminary Design 54 CPKC Railroad Coordination.24 24 8 8 64 55 ITC Coordination.24 24 8 8 64 56 Title and Legend Sheets (A‐Series Sheets).888 24 57 Typical Sections and Details (B‐Series Sheets).0 a. 14th Street / Sycamore Street (Task will be completed by WHKS)0 b. 16th Street 8242424 80 c. Elm Street 8242424 80 58 Plan and Profile Sheets (D‐Series Sheets).0 a. 14th Street / Sycamore Street. (Task will be completed by WHKS)44 8 b. 16th Street 20 56 32 32 140 c. Elm Street 20 8 56 32 32 148 d.  Kerper Boulevard 8161616 56 59 Construction Staging Sheets (J‐Series Sheets). 24 8 64 16 16 128 60 Roundabout Sheets (L‐Series Sheets). (Task will be completed by MSA)0 61 Storm Sewer Plan Sheets (M‐Series Sheets).0 a. 14th Street / Sycamore Street 4 32 60 48 16 160 b. 16th Street 4 32 64 48 16 164 c. Elm Street 4 32 52 40 12 140 d.  Kerper Boulevard 8884 28 62 Sidewalk / Shared‐Use Path (SUP) Plans ‐ Kerper Blvd. (S‐Series Sheets) 24 64 24 24 136 63 Bridge Situation Plans (V‐Series Sheets).0 a. 14th Street Overpass Bridge  (Task completed by WHKS) 8 16 24 b. Peosta Channel Bridge Pedstrian and Bicycle Accommodation 112 80 192 64 Preliminary Cost Estimate.16 40 8 40 16 120 Subtotal:  Preliminary Design 0 196 176 120 584 436 244 0 0 0 0 1,756 Project Administration 65 Agency Coordination.8 40 40 24 112 66 Subconsultant Coordination.40 40 67 Project Management Team Meetings (15). 24 100 100 24 24 272 68 Project Administration.8 100 120 228 Subtotal:  Project Administration 40 280 0 40 100 48 24 0 0 0 120 652 TOTAL HOURS 76 888 508 1,738 1,120 1,556 504 0 0 88 390 6,868 Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number: EDP-2100(705)—7Y-31 COST ANALYSIS I. Direct Labor Cost (WHKS) Category Hours Rate/Hour Amount Project Principal 122 $59.00 $7,198.00 Project Manager 502 $50.20 $25,200.40 Project Engineer 496 $48.80 $24,204.80 Design Engineer 158 $43.90 $6,936.20 Design Technician 210 $33.10 $6,951.00 Survey Supervisor 494 $37.70 $18,623.80 Survey Technician 320 $30.10 $9,632.00 Survey Crew 732 $29.00 $21,228.00 $119,974.20 3034 II. Payroll Burden and Overhead Provisional Costs 167.82% $201,340.70 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 3000 0.655 1,965.00 Supplies and Reproduction 1,000.00 $2,965.00 IV. Estimated Actual Costs $324,279.90 Rounded $324,300.00 VII. Fixed Fee (12%) $38,557.79 Rounded $38,600.00 VIII. Subconsultant Authorized Amount $362,900.00 IX. Contingency (10%) $32,430.00 Rounded $32,400.00 X. Maximum Amount Payable $395,300.00 Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number:  EDP‐2100(705)—7Y‐31 Description of Work Project  Principal Project  Manager Project  Engineer Design  Engineer Design  Technician Survey  Supervisor Survey  Technician Survey  Crew Total Design Survey and Data Gathering 1 Ground Control. (Task will be completed by WHKS)40 108 148 2 Utility Survey 14th Street. (Task will be completed by WHKS)16 32 64 112 6 Drone Flight. (Task will be completed by WHKS)0 7 Topographic Base Map. (Task will be completed by WHKS)352 288 560 1,200 Subtotal:  Design Survey and Data Gathering 0 00004083207321,460 Public Involvement 10 Public Engagement Plan Meeting (1).44 8 11 Public Information Meetings (2).84 12 12 Stakeholder (2) / Neighborhood (1) Meetings. 12 8 20 13 One‐on‐One Meetings (20).60 40 100 Subtotal: Public Involvement 0 84 56 0 0 0 0 0 140 Conceptual Design and Alternative Analysis 22 Complete Streets Alternatives.0 23 Bridge Concepts and Alternatives 14th Street Bridge. (Task will be completed by WHKS) 4 42 170 50 40 16 322 29 Water Main and Sanitary Sewer Concepts. a. 14th Street (Task will be completed by WHKS) 8 16 20 20 64 32 Develop Planning Level Cost Estimates for the Alternatives. 2 4 10 4 20 33 Alternatives Technical Memorandum. 8 50 90 30 178 34 Concept Statement (Local Systems).0 Subtotal:  Conceptual Design and Alternative Analysis 14 104 286 104 60 16 0 0 584 Preliminary Design 54 CPKC Railroad Coordination. 2 30 10 42 55 ITC Coordination.230 10 42 a. 14th Street / Sycamore Street (Task will be completed by WHKS)16244080 58 Plan and Profile Sheets (D‐Series Sheets).0 a. 14th Street / Sycamore Street. (Task will be completed by WHKS) 10 20 20 40 90 63 Bridge Situation Plans (V‐Series Sheets).0 a. 14th Street Overpass Bridge  (Task completed by WHKS) 2 4 80 30 70 186 64 Preliminary Cost Estimate.2 4 10 4 20 Subtotal:  Preliminary Design 8 94 154 54 150 0 0 0 460 Project Administration 67 Project Management Team Meetings (15). 60 30 90 68 Project Administration.100 160 40 300 Subtotal:  Project Administration 100 220 0 0 0 70 0 0 390 TOTAL HOURS 122 502 496 158 210 494 320 732 3,034 WHKS Staff Hour Estimate Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number: EDP-2100(705)—7Y-31 COST ANALYSIS I. Direct Labor Cost (RDG) Category Hours Rate/Hour Amount LA 1 215 $43.2692 $9,302.88 LA2 147 $55.2885 $8,127.41 LA Intern 238 $23.8000 $5,664.40 LA Intern 92 $37.0200 $3,405.84 LA 3 24 $33.6539 $807.69 Videographer 48 $33.6600 $1,615.68 $28,923.90 764 II. Payroll Burden and Overhead Provisional Costs 200.37% $57,954.82 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 4820 0.655 3,157.10 Travel Meals - Full Days 14 37 518.00 Travel Meals - Lunch Only 5 10 50.00 Lodging 14 96 1,344.00 Printing 1 350 350.00 Boards (Printed and Mounted) 8 175 1,400.00 Neighborhood Meeting Exp. 1 500 500.00 $7,319.10 IV. Estimated Actual Costs $94,197.82 Rounded $94,200.00 VII. Fixed Fee (12%) $10,425.45 Rounded $10,400.00 VIII. Subconsultant Authorized Amount $104,600.00 IX. Contingency (10%) $9,420.00 Rounded $9,400.00 X. Maximum Amount Payable $114,000.00 Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number:  EDP‐2100(705)—7Y‐31 Description of Work LA 1  LA2  LA Intern  LA Intern  LA 3      Videographer Total Public Involvement 10 Public Engagement Plan Meeting (1). 2 2 2 6 11 Public Information Meetings (2). 16 10 8 34 12 Stakeholder (2) / Neighborhood (1) Meetings. 28 19 12 8 67 13 One‐on‐One Meetings (20). 16 52 68 14 Website / Social Media Materials. 8 24 16 48 15 Council Presentations (4).20 20 Subtotal: Public Involvement 70 127 30 0 16 0 243 Conceptual Design and Alternative Analysis 30 Concept Inventory Analysis for Streetscape Opportunities. (Task will be completed by RDG) 32 12 64 8 116 31 Enhancement Analysis and Visualizations of Complete Streets, Roundabouts and Bridge Alt's.  42 88 92 48 270 32 Develop Planning Level Cost Estimates for the Alternatives. 4 8 12 33 Alternatives Technical Memorandum. 24 40 64 Subtotal:  Conceptual Design and Alternative Analysis 102 12 200 92 8 48 462 Preliminary Design 64 Preliminary Cost Estimate.48 12 Subtotal:  Preliminary Design 4 0800 012 Project Administration 65 Agency Coordination.0 66 Subconsultant Coordination.0 67 Project Management Team Meetings (15). 15 8 23 68 Project Administration.24 24 Subtotal:  Project Administration 39 8000 047 TOTAL HOURS 215 147 238 92 24 48 764 RDG Planning and Design Staff Hour Estimate Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number: EDP-2100(705)—7Y-31 COST ANALYSIS I. Direct Labor Cost (MSA) Category Hours Rate/Hour Amount Project Manager 140 $70.61 $9,885.40 Senior Project Engineer 192 $53.85 $10,339.20 Project Engineer 204 $43.16 $8,804.64 Engineer 112 $34.55 $3,869.60 $32,898.84 648 II. Payroll Burden and Overhead Provisional Costs 184.03% $60,543.74 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 1000 0.655 655.00 0.00 $655.00 IV. Estimated Actual Costs $94,097.58 Rounded $94,100.00 VII. Fixed Fee (12%) $11,213.11 Rounded $11,200.00 VIII. Subconsultant Authorized Amount $105,300.00 IX. Contingency (10%) $9,410.00 Rounded $9,400.00 X. Maximum Amount Payable $114,700.00 Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number:  EDP‐2100(705)—7Y‐31 Description of Work Project  Manager Senior Project  Engineer Project  Engineer Engineer Total Public Involvement 10 Public Engagement Plan Meeting (1). 4 4 11 Public Information Meetings (2). 24 8 8 40 12 Stakeholder (2) / Neighborhood (1) Meetings. 24 4 8 36 Subtotal: Public Involvement 52 12 16 0 80 Traffic Analysis 20 Operations Analysis.4 8 18 30 21 Traffic Analysis Report.2 4 10 16 Subtotal:  Traffic Analysis 61228046 Conceptual Design and Alternative Analysis 26 Roundabout Intersection Concepts and Alternatives. (Tasks will be completed by MSA) 40 160 200 Subtotal:  Conceptual Design and Alternative Analysis 40 160 0 0 200 Preliminary Design 60 Roundabout Sheets (L‐Series Sheets). (Task will be completed by MSA) 8 8 120 80 216 64 Preliminary Cost Estimate.4403276 Subtotal:  Preliminary Design 12 8 160 112 292 Project Administration 67 Project Management Team Meetings (15). 30 30 Subtotal:  Project Administration 30 0 0 0 30 TOTAL HOURS 140 192 204 112 648 MSA Professional Services, Inc. Staff Hour Estimate Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number: EDP-2100(705)—7Y-31 COST ANALYSIS I. Direct Labor Cost (Origin) Category Hours Rate/Hour Amount PE IV (Eng. A) 184 $61.68 $11,349.12 PE IV (Eng. B) 87 $59.10 $5,141.70 PE III (Eng. C) 118 $46.89 $5,533.02 PE II (Eng. D) 264 $39.85 $10,520.40 PE I (Eng. E) 150 $34.82 $5,223.00 Survey Specialist (Survey A) 26 $44.36 $1,153.36 PLS 3 (Survey B) 31 $61.76 $1,914.56 Survey Crew (Survey C,D,E,F) 254 $30.52 $7,752.08 Tech IV 60 $47.01 $2,820.60 PSS 3 5 $31.66 $158.30 BIM 10 $44.05 $440.50 $52,006.64 1189 II. Payroll Burden and Overhead Provisional Costs 240.18% $124,909.55 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 72 0.655 47.16 GPS Equipment 71 15.00 1,065.00 Robotic Equipment $1,112.16 IV. Estimated Actual Costs $178,028.35 Rounded $178,000.00 VII. Fixed Fee (12%) $21,229.94 Rounded $21,200.00 VIII. Subconsultant Authorized Amount $199,200.00 IX. Contingency (10%) $17,800.00 Rounded $17,800.00 X. Maximum Amount Payable $217,000.00 Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number:  EDP‐2100(705)—7Y‐31 Description of Work PE IV        (Eng. A) PE IV       (Eng. B) PE III       (Eng. C) PE II         (Eng. D) PE I         (Eng. E) Survey Spec.  (Survey A) PLS 3  (Survey B) Surv. Crew  (Surv. C,D,E,F) Tech IV PSS 3 BIM Total Design Survey and Data Gathering 1 Ground Control. 1 2 18 21 3 Utility Survey Elm Street. (Task will be completed by Origin) 2 34 5 1 105 147 4 Utility Survey 16th Street. (Task will be completed by Origin)34 4 1 70 109 5 Utility Survey Kerper Boulevard. (Task will be completed by Origin)16 4 2 61 83 Subtotal:  Design Survey and Data Gathering 2 0 0 0 84 14 6 254 0 0 0 360 Public Involvement 10 Public Engagement Plan Meeting (1). 4 4 11 Public Information Meetings (2). 8 10 6 24 12 Stakeholder (2) / Neighborhood (1) Meetings. 18 18 13 One‐on‐One Meetings (20). 32 24 5 61 Subtotal: Public Involvement 62 10 0 0 30 0 0 0 0 5 0 107 Conceptual Design and Alternative Analysis 29 Water Main and Sanitary Sewer Concepts.0 b. Elm Street (Task will be completed by Origin) 21 46 124 30 221 c. 16th Street (Task will be completed by Origin) 22 36 98 30 186 32 Develop Planning Level Cost Estimates for the Alternatives. 16 16 32 33 Alternatives Technical Memorandum.6616 28 Subtotal:  Conceptual Design and Alternative Analysis 0 49 104 254 0 0 0 0 60 0 0 467 Preliminary Design 55 ITC Coordination.12 24 36 59 Construction Staging Sheets (J‐Series Sheets). 10 10 20 Subtotal:  Preliminary Design 22 10 0 0 24 0 0 0 0 0 0 56 Project Administration 65 Agency Coordination.0 66 Subconsultant Coordination.0 67 Project Management Team Meetings (15). 45 45 68 Project Administration.53 18 14 10 12 12 25 10 154 Subtotal:  Project Administration 98 18 14 10 12 12 25 0 0 0 10 199 TOTAL HOURS 184 87 118 264 150 26 31 254 60 5 10 1,189 Origin Design Staff Hour Estimate Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number: EDP-2100(705)—7Y-31 COST ANALYSIS I. Direct Labor Cost (Stantec) Category Hours Rate/Hour Amount Senior Env. Scientist 28 $52.47 $1,469.16 Senior GIS Analyst 12 $37.22 $446.64 $1,915.80 40 II. Payroll Burden and Overhead Provisional Costs 159.48% $3,055.32 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 197 0.655 129.04 $129.04 IV. Estimated Actual Costs $5,100.15 Rounded $5,100.00 VII. Fixed Fee (12%) $596.53 Rounded $600.00 VIII. Subconsultant Authorized Amount $5,700.00 IX. Contingency (10%) $510.00 Rounded $500.00 X. Maximum Amount Payable $6,200.00 Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number:  EDP‐2100(705)—7Y‐31 Description of Work Senior Env.  Scientist Senior GIS  Analyst Total NEPA  / EA 45 Wetland Evaluation. (Task will be completed by Stantec) 14 6 20 46 Threatened and Endangered Species Evaluation (Task will be completed by Stantec) 14 6 20 Subtotal:  NEPA / EA 28 12 40 TOTAL HOURS 28 12 40 Stantec Consulting Services Inc. Staff Hour Estimate Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number: EDP-2100(705)—7Y-31 COST ANALYSIS I. Direct Labor Cost (Tallgrass) Category Hours Rate/Hour Amount Project Manager 24 $82.88 $1,989.12 Principal Investigator (I) 544 $66.30 $36,067.20 Principal Investigator (II) 338 $58.02 $19,610.76 Principal Archaeologist (I) 120 $43.51 $5,221.20 Project Assistant (I) 618 $41.44 $25,609.92 Project Assistant (II) 254 $37.30 $9,474.20 $97,972.40 1898 II. Total Direct Labor $97,972.40 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 1900 0.655 1,244.50 Archaeology Per Diem 80 156.00 12,480.00 Architectural Per Diem 3 156.00 468.00 Artifact Curation/Accession Fees 1 2000.00 2,000.00 Research Materials 1 250.00 250.00 I-Sites Pro Access/Other Fees 1 250.00 250.00 $16,692.50 IV. Estimated Actual Costs $114,664.90 Rounded $114,700.00 VIII. Subconsultant Authorized Amount $114,700.00 IX. Contingency (10%) $11,470.00 Rounded $11,500.00 X. Maximum Amount Payable $126,200.00 Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number: EDP-2100(705)—7Y-31 Description of Work Project Manager Principal Investigator (I) Principal Investigator (II) Principal Archaeologist (I) Project Assistant (I) Project Assistant (II)Total NEPA / EA 39 Phase I Archaeological Investigation. (Task will be completed by Tallgrass) 10 230 48 120 368 244 1,020 40 Historical / Architectural Combination Reconnaissance and Intensive Survey. (Tallgrass) 10 276 280 250 8 824 41 Viewshed Evaluation. (Task will be completed by Tallgrass)4 38 10 2 54 Subtotal: NEPA / EA 24 544 338 120 618 254 1,898 TOTAL HOURS 24 544 338 120 618 254 1,898 Hourly Rate $82.88 $66.30 $58.02 $43.51 $41.44 $37.30 Direct Labor Amount $1,989.12 $36,067.20 $19,610.76 $5,221.20 $25,609.92 $9,474.20 $97,972.40 Total Direct Labor $97,972.40 Tallgrass Archaeology LLC Staff Hour Estimate Building Bridges to Employment and Equity (B2E2) Project Preliminary Engineering and NEPA Environmental Services City of Dubuque, Iowa Local Systems Project Number: EDP-2100(705)—7Y-31 Iowa Counts COST ANALYSIS I. Traffic Count Cost Per Intersection (Iowa Counts) Intersection Counts Unit Rate/Intersection Amount 14th Street and Jackson Street Intersection (Signalized) 1 $2,000.00 $2,000.00 14th Street and Elm Street Intersection (Signalized) 1 $2,000.00 $2,000.00 16th Street and Elm Street Intersection (Signalized) 1 $2,000.00 $2,000.00 16th Street and Sycamore Street (Stop Controlled) 1 $2,000.00 $2,000.00 16th Street and Kerper Boulevard (Signalized) 1 $2,000.00 $2,000.00 16th Street and Greyhound Park Road (Signalized) 1 $2,000.00 $2,000.00 20th Street, Elm Street and Rhomberg Street / Five Points Intersection (Signalized) 1 $2,000.00 $2,000.00 $14,000.00 7 III. Direct Project Expenses Category Units Rate/Unit Amount Mobilization 1 550 550.00 $550.00 IV. Estimated Actual Costs $14,550.00 VIII. Subconsultant Authorized Amount $14,550.00 IX. Contingency (10%)$1,455.00 Rounded $1,500.00 X. Maximum Amount Payable $16,050.00