East-West Corridor Capacity Improvements Professional Consultant Services Contract - Supplemental Agreement No. 2 Preliminary Engineering Design and Environmental Clearance PhaseCity of Dubuque
City Council Meeting
Consent Items # 015.
Copyrighted
July 1, 2024
ITEM TITLE: East-West Corridor Capacity Improvements Professional Consultant
Services Contract - Supplemental Agreement No.2 Preliminary
Engineering Design and Environmental Clearance Phase Iowa DOT
Project No. STBG-SWAP-2100 (698)--SG-31
SUMMARY: City Manager recommending City Council authorize the City Manager to
execute the Consultant Professional Services - Supplemental
Agreement No. 2 with HDR, Inc. which approves revisions to the original
scope of services to perform supplemental Phase 1 architectural
investigation survey to complete the Preliminary Engineering Design and
Environmental Clearance Phase to advance the development of East-
West Corridor Capacity Improvements, subject to the concurrence of the
Iowa Department of Transportation, through adoption of the enclosed
resolution.
RESOLUTION Approving the Consultant Professional Services -
Supplemental Agreement No. 2 Between HDR Inc. and the City of
Dubuque for the East-West Corridor Capacity Improvements
SUGGESTED Suggested Disposition: Receive and File; Adopt Resolution(s)
DISPOSITION:
ATTACHMENTS:
Description Type
MVM Memo City Manager Memo
Staff Memo Staff Memo
Resolution Resolutions
Agreement Supporting Documentation
THE CITY OF
Dubuque
DUB TEE1.
All -America City
Masterpiece on the Mississippi
� pp
zoo�•*o 13
zoi720zoi9
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: East-West Corridor Capacity Improvements
Professional Consultant Services Contract - Supplemental Agreement
No.2
Preliminary Engineering Design and Environmental Clearance Phase
Iowa DOT Project No. STBG-SWAP-2100 (698)--SG-31
DATE: June 25, 2024
Assistant City Engineer Robert Schiesl is recommending City Council authorize the City
Manager to execute the Consultant Professional Services - Supplemental Agreement
No. 2 with HDR, Inc. which approves revisions to the original scope of services to
perform supplemental Phase 1 architectural investigation survey to complete the
Preliminary Engineering Design and Environmental Clearance Phase to advance the
development of East-West Corridor Capacity Improvements, subject to the concurrence
of the Iowa Department of Transportation, through adoption of the enclosed resolution.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
Mic ael C. Van Milligen
MCVM:sv
Attachment
cc: Crenna Brumwell, City Attorney
Cori Burbach, Assistant City Manager
Robert Schiesl, Assistant City Engineer
Gus Psihoyos, City Engineer
Jenny Larson, Chief Financial Officer
Nathan Steffen, Civil Engineer
THE CITY OF
DUB E
Masterpiece on the Mississippi
TO: Michael C. Van Milligen, City Manager
FROM: Robert Schiesl, Assistant City Engineer
Dubuque
All -America City
2007.2012.2013
2017*2019
SUBJECT: East-West Corridor Capacity Improvements
Professional Consultant Services Contract - Supplemental Agreement No.2
Preliminary Engineering Design and Environmental Clearance Phase
Iowa DOT Project No. STBG-SWAP-2100 (698)--SG-31
DATE: June 25, 2024
INTRODUCTION
The enclosed resolution authorizes the City Manager to execute Supplemental
Agreement No. 2 with HDR, Inc. which approves revisions to the original scope of
services to the Consultant Professional Services Contract to complete supplemental
Phase 1 architectural investigation survey due to the expanded study area to meet the
NEPA Environmental Clearance requirements.
BACKGROUND
In December of 2021, the Mayor and City Council approved the selection of HDR, Inc.
as the Consultant to complete the Preliminary Engineering Design and Environmental
Clearance Phase to advance the development of East-West Corridor Capacity
Improvements along University Avenue.
In March of 2022, with the Infrastructure Investment and Jobs Act (IIJA) funding
allocation to the State of Iowa, the Iowa DOT announced the increase in new federal
funds required additional Primary Road Funds (PRF) to be used as the State's local
match, which impacted the Iowa DOT's ability to provide SWAP funds for Local Public
Agency (City) projects. In February 2023, all programs transitioned from SWAP to
Federal -aid funds.
Based on discussions with Iowa DOT staff, the current HDR Contract for the East-West
Corridor Capacity Improvements is funded through a SWAP Funding Agreement
(Agreement No. 6-19-STBG-SWAP-039) which was executed in December 2019, and
Iowa DOT staff have agreed that the Preliminary Engineering Design and
Environmental Clearance Phase can be completed and funded utilizing SWAP (100%)
funding already committed. However, moving forward, the future final design phase, the
property acquisition phase, and construction phase(s) will be required to utilize Federal -
aid (80%/20%) funding.
DISCUSSION
Due to the funding shift to Federal -aid, and to ensure that future phases of the project
will remain eligible to utilize federal funding, this required the environmental study phase
to be elevated to a National Environmental Policy Act (NEPA) level clearance.
The various Phase 1 and Phase 2 elements that are required for federal regulatory
compliance are summarized as follows:
Environmental Resource Phase 1
• Regulatory Agency Coordination
• Threatened & Endangered Species
• Regulated Materials
• Water of the US
• FAA Notice
• Traffic Noise Study
• Low -Income, Minority & Vulnerable
Populations
• Cultural Resources
• Section 106 Historic Properties
• Section 4(f) Evaluation
SUPPLEMENTAL AGREEMENT NO. 2
Environmental Resource Phase 2
• Environmental Assessment with
Individual Section 4(f) Evaluation &
FHWA Regional
• Office Review T&E Species
• FONSI with Individual Section 4(f)
Evaluation
• FONSI Concurrence
Based on Environmental Phase 1 work completed to -date to evaluate cultural resources
and section 106 historic properties within the project corridor, the State Historical
Preservation Office has directed the Phase 1 study area be expanded and
supplemental architectural investigation survey be completed.
Due to the expanded study area, the revised scope of services and the additional level
of work to meet the NEPA level regulatory requirements, this results in an increase cost
($12,952) to the Tallgrass Archaeology sub -consultant contract. Based on discussions
with HDR, savings were identified in the base contract, and HDR agreed to reduce their
scope of work fee and reallocate those respective funds to Tallgrass Archaeology.
As a result, the Consultant Professional Services - Supplemental Agreement No. 2 is a
no -cost supplemental agreement and the Total Contract Maximum Amount Payable
remains unchanged at $1,190,175.
RECOMMENDATION
I recommend that the City Council authorize the City Manager to execute the Consultant
Professional Services - Supplemental Agreement No. 2 with HDR, Inc. which approves
revisions to the original scope of services to perform supplemental Phase 1 architectural
investigation survey to complete the Preliminary Engineering Design and Environmental
Clearance Phase to advance the development of East-West Corridor Capacity
Improvements, subject to the concurrence of the Iowa Department of Transportation.
BUDGETIMPACT
Through Supplemental Agreement No. 2, the professional services fee will remain
unchanged, and is summarized as follows:
Description
Amount
HDR - Consultant Professional Services Base Contract
$ 1,040,618.00
Supplemental Agreement No. 1 - Scope of Services Revisions
149,556.00
Supplemental Agreement No. 2 - Scope of Services Revisions
No Cost Change
Total Contract Cost
$ 1,190,175.00
The Consultant contract funding summary is as follows:
Project Code
Funding Source
Amount
5521000001-301-64070
DMATS STBG SWAP Funds
$ 1,190,175.00
Total Project Funding
$ 1,190,175.00
ACTION TO BE TAKEN
The City Council is requested to authorize the City Manager to execute the Consultant
Professional Services - Supplemental Agreement No. 2 with HDR, Inc. which approves
revisions to the original scope of services to perform supplemental Phase 1 architectural
investigation survey to complete the Preliminary Engineering Design and Environmental
Clearance Phase to advance the development of East-West Corridor Capacity
Improvements, subject to the concurrence of the Iowa Department of Transportation,
through adoption of the enclosed resolution.
Prepared by Robert Schiesl, Assistant City Engineer
cc: Gus Psihoyos, City Engineer
Jenny Larson, Chief Financial Officer
Nathan Steffen, Civil Engineer
Dillon Feldmann, Iowa DOT
Chris Malmberg, HDR
F:\PROJECTS\EAST-WEST CORRIDOR CAPACITY IMPROVEMENTS\2021 Consultant PE NEPA RFP\Contract - HDR\Supplemental Agreement 2
Prepared by: Robert Schiesl, City of Dubuque Engineering, 50 W. 131" Street, Dubuque, IA 52001 (563)589-4270
Return to: Adreinne N. Breitfelder, City Clerk, 50W 1 V Street, Dubuque, IA 52001 (563)589-4100
RESOLUTION NO. 212-24
RESOLUTION APPROVING THE CONSULTANT PROFESSIONAL SERVICES -
SUPPLEMENTAL AGREEMENT NO. 2 BETWEEN HDR INC. AND THE CITY OF
DUBUQUE FOR THE EAST -WEST CORRIDOR CAPACITY IMPROVEMENTS
WHEREAS, the City of Dubuque is proceeding with East-West Corridor Capacity
Improvements; and
WHEREAS, based on Environmental Phase 1 work completed to -date to
evaluate cultural resources and section 106 historic properties within the project
corridor, the State Historical Preservation Office has directed the Phase 1 study area be
expanded; and
WHEREAS, to comply with NEPA regulatory requirements, supplemental
architectural investigation survey shall be completed within the expanded study area;
and
WHEREAS, the Consultant Professional Services - Supplemental Agreement
No.1 authorizes HDR to perform supplemental Phase 1 architectural investigation
survey to complete the Preliminary Engineering Design and Environmental Clearance
Phase to advance the development of East-West Corridor Capacity Improvements.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF DUBUQUE, IOWA:
SECTION 1. That said Consultant Professional Services - Supplemental
Agreement No. 2 between HDR, Inc. and the City of Dubuque is hereby approved,
subject to the concurrence of the Iowa Department of Transportation.
SECTION 2. That the City Manager is authorized and directed to execute said
Consultant Professional Services - Supplemental Agreement No. 2 with HDR, Inc. for
the East-West Corridor Capacity Improvements.
Passed, approved, and adopted this 1 st day of July 2024.
yor
Attest: j
Adrienne N. Breitfelder, CMC City Clerk
Contract No.
Owner Project No. CIP 2501039 / 3001039
Iowa DOT Project No. STBG-SWAP -2100(698)—SG-31
SUPPLEMENTAL AGREEMENT #2
TO STANDARD CONSULTANT CONTRACT
FOR ENGINEERING SERVICES
WHEREAS:
HDR ENGINEERING, INC. ("HDR") entered into a Base Agreement on January 19, 2022 to perform
preliminary engineering and environmental study services for The City of Dubuque ("Owner");
Owner desires to amend this Agreement in order for HDR to perform services beyond those previously
contemplated;
HDR is willing to amend the agreement and perform the services herein identified.
NOW, THEREFORE, HDR and Owner do hereby agree:
The Agreement and the terms and conditions therein shall remain unchanged other than those
sections and exhibits listed below;
Section 1.4.2, item 3 of the original agreement is revised as follows:
3. Completion of all work under this agreement shall be on or before May 1, 2025, unless extended
by written approval of the Contract Administrator or adjusted by supplemental agreement.
Attachment A Scope of Services shall be revised to include supplemental Phase 1 Investigation and
Reconnaissance and intensive Architectural Survey services due to the expanded study area.
Attachment C - Fees and Payments shall be revised per the following tables. The intent is for this to
be a no -cost supplemental agreement. With the reduced number of alternatives needed, a reduction
in scope is proposed from HDR and repurposed to TallGrass. Total Contract Maximum Amount
Payable remains unchanged at $1,190,175.
Ral� �ont,aT,
Summary [rt Fee
H YR SERVICES IIWV+VQ $602,70U
SUBCONS IILTANT SERVICES IMSAI $393,536
................................. .. ...
SURCONSULTANT SERVICES ITE RRACONI 524 680
sUBCONSULTANT SERVICES (TALLGPASS) 519,783
TOTAL FEE $1,8Cp, E.
Rcrision to Base Cnntra[L
Rase Contract Fee I Revised Fee I Revl Sed Fee
H6 SERVICESIIWVeV1I 5602,]00
'.56?.l'51
%58,555
SUBCONSIILTANT SERVICES IMSA� 5393,536
SU BCON511LTANTS E R V I C E S ITE Me0NI $29,680
S52. L�5
$0
$665.680
$2G,680
SUBCON51JLTANT SEW ICES ITALLGRASSI $19,]a3
$0
(TOTAL FEE I 51,80o, 61S I 50 I 51,06p�618
Base Cont-1 pli
Revised Fee
Supplement 111
1 Total Fee
H M SERVICES IIWVeYQ $550,555
$1118,A36r$oa.991
SOBCONSIILTANT SERVICES jMSA) $Ai5,680856a0SU
BCONSU LTANT SERYICE54TE RRACONI 524680
50
521,600SUBCONSULTANT
SERVICES IT0.LLGPASSI 519.783
$1.12C$29.903
TOTAL FEE 1 $1,808, 615
5149,556
I 51,198,175
Base Cont-1 plus Supplement C2
Revised Fee I Supplement 42 1 Total Fee
H LM SERVICES IIVaVaVII $698,991
............... ...............
SUBCONSULTANT SERVICES IMSA� $995,68U
',513 521
$686,039
$0
$R66,680
SUBCONSULTANT SERVICES (IERRACONI $24,680
$0
SUBCONSULTAM SERVICES IT0.LLGPA55I $28,983
512,952
533855
TOTAL FEE $1,190, 175 $0 I $1,198,1]5
Contract No.
Owner Project No. CIP 2501039 / 3001039
Iowa DOT Project No. STBG-SWAP -2100(698)—SG-31
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.
HDR ENGINEERING, INC.
By --rzffa-
Matthew B. Tondl
Senior Vice President
ATTEST:
By
CITY OF DUBUQUE, IOWA
Michael C. Van Milligen
City Manager
Date: .tun 9, 2024
Date: Jun 10, 2024
Date: July 2, 2024
IOWA DEPARTMENT OF TRANSPORTATION
Accepted for FHWA Authorization*
By
Name
Title
Date:
* 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.
EXHIBIT A
EAST -WEST CORRIDOR
UNIVERSITY AVENUE OVERLAP SECTION
INTERSECTION CAPACITY IMPROVEMENTS
SCOPE OF SERVICES
SUPPLEMENTAL AGREEMENT 2
I. INTRODUCTION
The purpose of this amendment is for supplemental Phase 1 Investigation and Reconnaissance
and intensive Architectural Survey due to the expanded study area. The study area was expanded
due to the revisions to the alternative to avoid environmental resources.
The intent is for this to be a no -cost supplemental agreement. With the reduced number of
alternatives needed, a reduction in scope is proposed from HDR and repurposed to TallGrass.
Those modifications are listed below.
II. DESCRIPTION OF WORK TASKS
The details of the tasks are described as follows:
1. Project Management and Coordination
1.3. Project Meetings. Original scope assumed half the progress meetings would be in -
person with the other remaining virtual. To date we have held one in -person meeting
with remaining virtual. The effort will reduce time, and travel expenses for 4 in -person
meetings with virtual meetings held in its place.
6. Conceptual Roadway Design 10%. Due to the reduced number of alternatives being
developed the intial tasks have spent less than originally planned. The reduction in time and
expenses are noted below.
6.1. Design Criteria. HDR has submitted the concept statement to DOT and has been
accepted. This task is completed. Remaining hours/fee to be used for TallGrass efforts.
6.2. Confirm Typical Section. HDR has completed coordination with the City and
submitted the concept statement to DOT. Remaining hours/fee to be used for TallGrass
efforts.
6.3. Complete Streets Review. HDR has completed coordination with the City and
submitted the concept statement to DOT. Remaining hours/fee to be used for TallGrass
efforts.
6.4. Intial Alternatives. HDR team has completed initial alternatives with the City and
submitted the concept statement to DOT. With the concept statement accepted no
additional intial alternatives are required. Remaining hours/fee to be used for TallGrass
A-1 4/16/2024
efforts. This includes the remining effort in direct expenses assumed for traffic counts.
Traffic counts spent less them originally planned and no additional counts are required.
The remaining expense for traffic counts to be repurposed for TallGrass efforts.
A-2 4/16/2024
KR
ESTIMATE OF RESOURCES AND FEE
East-West C9rridar University Avenue Overlap Section Intersection Capacity Improvements
I. ESTIMATED DIRER LABOR
CIASSIFICAION TOTAL HOURS AVEHOURLYRATE DIRECT LABOR COST
I.] -Manager
B
($86.06)
:$50.079)
(56aB.a8)
UntmOer
0
$0.00
Sr.Engineer/Sr. Envllonmental Scientist
0
($80.00)
$0.00
Englneerlll/Envanrmemal Ri,MUtlll/Trafiic 111
30
($l3.73]
($)31.30)
Engineer ll/Envommental SClentlzt 11
2
($68.61)
($a80.69)
Englneerl/Envanmenfal ScienUrtl/GIS
3
(%3.02)
($265.10)
Oesigney5trategic C-u. datlons
20
(.35)
(5935.00)
TOTAL DIRER LABOR COST
50
($3,iW.57)
1. PAYROLL BURDEN ANDOH COSTS (PRIME ONLY)
III. DIRECT PROTECT EXPENSES
Color-11a12
Vendor- Iowa Counts (completed)
Rental Car/Fuel
Meals
HMel Stay
Facilities Cast Of Wpital
TOTAL ESTIMATED DIRECT WE RISE
IV ESTIMATED ACTUAL COSTS (I 101III), ROUNDED
V. FIXEDFEE
VI. UnauMedzed CaMingenry110%a 11 a II a III))
Overhead a 1-n%
DUANT UNIT UNITCOST
MIS Sheets ($0.28)
1 Lump— ($2,000.00)
a Dan Olffi-00)
IOMea1s ($25.00)
a Ovemlghts ($500.00)
($3,106.57) Die Q Labor 0.207%
12%a f ♦ 111-FLOC
TOTAL COST
($150.08)
($2,000.W)
($800.00)
($250.00)
($800.00)
(58.881
($4,009.95)
($12,001.53)
i$95023)
50.00
SummaryOf Fee
MDR SERVICES (IW VWQ
SUgL0N5UlTANT SERVIL�$UASA
SUBCONSULTANTSERVICES(IERRACON)
SUBCONSULTANT SERVICES(TALLGRASS)
$12,952
AL FEE CHANGE
$0.00
Fi� FEE SUMMARY
JEast-West Corridor University Avenue Overlap Section Intersection Capacity Improvements
Base Contract
Summary Of Fee
HDR SERVICES(IV+V+VI)
$602,700
SUBCONSULTANT SERVICES(MSA)
$393,536
SUBCONSULTANT SERVICES(TERRACON)
$24,600
SUBCONSULTANT SERVICES(TALLGRASS)
$19,783
TOTAL FEE
$1,040,618
Revision to Base Contract
Base Contract Fee I Revised Fee I Revised Fee
HDR SERVICES(IV+V+VI)
1 $602,700
($52,145)
$550,555
SUBCONSULTANT SERVICES (MSA)j
$393,536
$52,145
$445,680
SUBCONSULTANT SERVICES (TERRACON)i
$24,600
$0
1 $24,600
SUBCONSULTANT SERVICES (TAULGRASS)j
$19,783
1 $0
1 $19,783
Base Contract plus Supplement #1
$1,040,618 1 $0 1 $1,040,618
Revised Fee I Suoolement #1 1 Total Fee
HDR SERVICES(IV+V+VI)
1 $550,555
$148,436
$698,991
SUBCONSULTANTSERVICES(MSA)
$445,680
$0
$445,680
SUBCONSULTANT SERVICES (TERRACON)i
$24,600
$0
$24,600
SUBCONSULTANT SERVICES (TAULGRASS)j
$19,783
1 $1,120
$20,903
Base Contract plus Supplement #2
$1,040,618 1 $149,556 1 $2,190,175
Revised Fee I Suoolement #2 1 Total Fee
HDR SERVICES(IV+V+VI)
1 $698,991
1 ($12,952)
1 $686,039
SUBCONSULTANT SERVICES (MSA)j
$445,680
1 $0
1 $445,680
SUBCONSULTANT SERVICES (TERRACON)i
$24,600
1 $0
1 $24,600
SUBCONSULTANT SERVICES (TAULGRASS)j
$20,903
1 $12,952
1 $33,855
ax�®' NNNWKM
COST PROPOSAL and SCOPE OF WORK
Submitted by: Tallgrass Archaeology LLC
2460 S. Riverside Drive, Iowa City, Iowa 52246
Submitted to: HDR
3/5/2024
Project. Supplemental Phase I Investigation and Reconnaissance & Intensive Architectural Survey of the
Dubuque East-West Connector Road Improvements Project
Tallgrass Archaeology LLC can complete the project for the price of $12,951.76. The total shall not exceed this cost
within the scope of work described below. Costs may be shifted within budget to reflect actual labor and receipts.
Labor
Rate Hours Total
Project Manager
$82.88
6
$497.28
Principal Investigator I
$66.30
88
$5,834.40
Principal Investigator IU Lab Manager
$58.02
44
$2,552.88
Research Assistant I
$43.51
60
$2,610.60
Editor
$37.30
5
$186.50
Total
$11,681.66
Non -Labor
Rate Count
Total
Mileage
$0.67 230
$154.10
Per Diem
$195.50 2
$391.00
Curation
$275.00 1
$275.00
Materials, Scanning, Printing
$100.00 1
$100.00
I -Sites Pro Access/ Other Fees
$350.00 1
$350.00
Non -Labor Total
$1,270.10
Grand Total
$12,951.76
Scope of Work:
Phase I Archaeological Investi atg ion: Tallgrass Archaeology LLC proposes to complete the Phase I survey of
approximately 2 acres recently added to the Dubuque East-West Connector Road Improvement Project Area. These 2 acres
are characterized as urban development or green spaces. Given the low ground surface visibility expected in these locations,
subsurface testing will be the primary survey technique employed.
The Phase I survey will consist of the systematic subsurface testing at 15-meter intervals to examine the archaeological
potential in areas with low ground surface visibility (see attached plan map). If any archaeological sites are encountered,
then subsurface testing will be conducted at 10-meter or less intervals at that location, as per the guidelines for Phase I
testing of sites as approved by the Association of Iowa Archaeologists (AIA) in October 2022. If possible, any
archaeological sites discovered will be evaluated for potential eligibility under the integrity considerations and significance
criteria of the National Register of Historic Places. The results of this supplemental Phase I investigation will be summarized
in a supplemental report that adheres to the AIA guidelines for Phase I investigations. All historical contextual information
identified in this survey will be included in the resulting report. The final deliverable will include a stand-alone Phase I
Archaeological Survey report, to be delivered digitally to the client as a PDF document.
Reconnaissance & Intensive Architectural Survey: Tallgrass Archaeology LLC proposes a combination reconnaissance and
intensive survey of the additional survey areas of the East-West Connector project, in Dubuque, Dubuque County, Iowa. In
the intensive portion of the survey, the two additional property takes will be investigated at the higher level, with a
recommendation of eligible or not eligible to be provided for each. Iowa Site Inventory forms will be prepared for both
intensive survey properties. The remainder of the new project areas will be surveyed at the reconnaissance level, and all
properties in or adjacent to them will be given preliminary recommendations of eligible, not eligible, or more research
needed. The findings of these surveys will be presented in a stand-alone report. The historical, contextual, and background
information will be heavily pulled from the original report, to which this will be supplemental. Additional original research
will be needed for the two intensively surveyed properties and possibly in some other cases. Resources will include online
and in -person research at local, state, and national repositories. The fieldwork, research, and report compilation will be
conducted under the direction of Tallgrass Archaeology LLC SOI-qualified historians Ray Werner and Jacob Noble. All
work will be conducted according to the standards set forth by the United States Secretary of Interior and the guidelines of
the State Historic Preservation Office of Iowa.
Cost Assumptions and Requirements:
1. The size of the current project area will not exceed the project area pictured on the attached project plan map. If
additional survey acreage, or a different survey area is needed, Tallgrass reserved the right to adjust its scope of
work and cost estimate as necessary.
Additional Services
Any professional service not included or mentioned in this agreement are considered additional services. Additional
services, if approved or requested by HDR will be performed at the hourly rate utilized by this budget, available upon
request.
Timeline:
The Phase I Archaeological Investigation component of this project can be completed within 90 days of the notice to
proceed. The Reconnaissance & Intensive Architectural Survey can be completed within 120 days of the notice to proceed.
Billing:
Tallgrass Archaeology will bill HDR monthly for the incurred costs from the preceding month.
4
@/New Study
Structures Recommended for Intensive Architectural Survey
jW
0
e� t.
aa
y S i
4/ 3
f J`//,� 7_ _'_\\,���r •3t'o ./ Y�I�! .�''.e-� •fir
05
- 'earl s'
� •r � � � ' `� •. .gig' '� �
IF
a,1 •.� sh r ,t� �
e
,.t, � ... fie. '�,' t, ^,u � So �, •.� e
a !I 11