Loading...
AECO_Southwest Arterial Project Consultant Professional Services Supplemental Agreement Copyrighted April 17, 2017 City of Dubuque Consent Items # 21. ITEM TITLE: Southwest Arterial Project Consultant Professional Services Supplemental Agreement SUMMARY: City Manager recommending Council approval of a Resolution authorizing the City Manager to execute a supplemental agreement with AECOM Technical Services, Inc. which approves revisions to the original scope of services to the Consultant Professional Services Contract to complete the final engineering design phase of the Southwest Arterial Project. RESOLUTION Approving the Consultant Professional Services -Supplemental Agreement No. 18 between AECOM Technical Services, Inc. and the City of Dubuque for the completion of final Engineering Design Phase of the Southwest Arterial Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type Southwest Arterial Consultant Supplemental Agreement- City Manager Memo MVM Memo Staff Memo Staff Memo Resolution Resolutions Supplemental Agreement No. 18 Supporting Documentation THE CITY OF Dubuque DUB E i" Masterpiece on the Mississippi 2007.2012.2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Southwest Arterial project Consultant Professional Services – Supplemental Agreement Final Engineering Design Phase – Scope of Work Modifications Iowa DOT Project No. STP-U-2100 (634)-70-31 DATE: April 12, 2017 Assistant City Engineer Bob Schiesl recommends City Council approval of a Resolution authorizing the City Manager to execute a supplemental agreement with AECOM Technical Services, Inc. which approves revisions to the original scope of services to the Consultant Professional Services Contract to complete the final engineering design phase of the Southwest Arterial Project. As a result of additional design element changes, the original scope of services needs to be revised to reflect the following task modifications that are required to continue to advance the completion of the final engineering design phase: • Changes related to revised three-lane design of Seippel Road to accommodate the new Landfill Access Road just west of the proposed US20 interchange. • Modifications to the overpass bridge at the US61-151 interchange from a concrete beam to a steel girder bridge. • Modifications to the Elmwood Drive bridge over Granger Creek from a concrete beam to a steel girder bridge. • Separating the east grading project into two phases, Phase 1 grading limits will be from Military Road to Olde Davenport Road, Phase 2 grading limits will be from Catfish Creek to Military Road. The estimated professional services fee for the proposed design and plan modifications to the original scope of services for the final design phase of the Southwest Arterial project is an additional $345,730. I concur with the recommendation and respectfully request Mayor and City Council approval. Mic ael C. Van Milligen' MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Bob Schiesl, Assistant City Engineer Gus Psihoyos, City Engineer 2 RESOLUTION NO. 143-17 RESOLUTION APPROVING THE CONSULTANT PROFESSIONAL SERVICES - SUPPLEMENTAL AGREEMENT NO. 18 BETWEEN AECOM TECHNICAL SERVICES, INC. AND THE CITY OF DUBUQUE FOR THE COMPLETION OF FINAL ENGINEERING DESIGN PHASE OF THE SOUTHWEST ARTERIAL PROJECT Whereas, the City of Dubuque is proceeding with the Southwest Arterial Project, from U.S. Highway 20 to U.S. Highway 61/151, in Dubuque, Iowa; and Whereas, as a result of Iowa DOT specification modifications, the original scope of services needs to be revised to reflect modifications to previously -completed design elements, as well as new tasks which are required to continue to advance the completion of the final engineering design phase; and Whereas, the Consultant Professional Services - Supplemental Agreement authorizes AECOM to provide the revised scope of services to continue to advance the completion of the final engineering design phase. 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. 18 between AECOM Technical Services, Inc. and the City of Dubuque for the final engineering design phase of the Southwest Arterial project is hereby approved, subject to the concurrence of the Iowa Department of Transportation. Section 2. That the City Manager be authorized and directed to execute three copies of said Consultant Professional Services - Supplemental Agreement No. 18 with AECOM Technical Services, Inc. for the final engineering design phase of the Southwest Arterial project. Passed, approved and adopted this 17th day of April, 2017. Attest: Kevi 'S. Firnstahl, CIMI ®City Clerk Roy D. Buol, Mayor THE CITY OF Dubuque AII11-America CiI.ty UB E1 Masterpiece on the Mississippi 2007.2012.2013 TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer SUBJECT: Southwest Arterial Project Consultant Professional Services - Supplemental Agreement Final Engineering Design Phase - Scope of Work Modifications Iowa DOT Project No. STP-U-2100 (634)--70-31 DATE: April 13, 2017 INTRODUCTION The enclosed resolution authorizes the City Manager to execute a supplemental agreement with AECOM Technical Services, Inc. (AECOM) which approves revisions to the original scope of services to the Consultant Professional Services Contract to complete the final engineering design phase of the Southwest Arterial Project. BACKGROUND On March 2, 2009 the City Council approved (Res. 87-09) the selection of AECOM (Waterloo, Iowa) to provide the final engineering design for the Southwest Arterial Project. The initial agreement included: the final engineering design; preparation of construction documents; geotechnical investigation; architectural and landscape enhancements; archaeological and cultural resources mitigation; public involvement; agency coordination and construction engineering services. The design team is currently completing the remaining final engineering design phases and preparing construction plans for upcoming projects for the continued development and advancement of the Southwest Arterial project. The Consultant Professional Services - Supplemental Agreement includes revisions to the original scope of services to reflect the remaining anticipated level of effort required to advance the completion of the final engineering design phases in accordance with the "grade four lanes/pave two lanes" project as outlined in the Memorandum of Agreement and the Transfer of Jurisdiction between the City and Iowa DOT. DISCUSSION Per the terms of the Consultant Professional Services contract and the conditional requirements of the federal aid funding agreement, if the Consultant is of the opinion that any work directed to perform is beyond the scope of said contract, and constitutes "Extra Work", the Consultant shall promptly notify the City in writing to that effect. Unless written approval for "Extra Work" has been secured in advance of performing said work from the City, the Iowa DOT and the FHWA, said work will be ineligible for federal aid participation. The Consultant Professional Services - Supplemental Agreement authorizes AECOM to provide the revised scope of services to continue to advance the completion of the final engineering design phase in accordance with Iowa DOT and FHWA procedures and requirements. As a result of additional design element changes, the original scope of services needs to be revised to reflect the following task modifications that are required to continue to advance the completion of the final engineering design phase: • Changes related to revised three-lane design of Seippel Road to accommodate the new Landfill Access Road just west of the proposed US20 interchange. • Modifications to the overpass bridge at the US61-151 interchange from a concrete beam (PPCB) to a steel girder (CWPG) bridge. • Modifications to the Elmwood Drive bridge over Granger Creek from a concrete beam (PPCB) to a steel girder (CWPG) bridge. • Separating the east grading project into two phases, Phase 1 grading limits will be from Military Road to Olde Davenport Road, Phase 2 grading limits will be from Catfish Creek to Military Road. RECOMMENDATION I recommend that the City Council authorize the City Manager to execute the Consultant Professional Services - Supplemental Agreement with AECOM Technical Services, Inc. for the final engineering design phase of the Southwest Arterial project, subject to the concurrence of the Iowa Department of Transportation. BUDGETIMPACT The estimated professional services fee for the proposed design and plan modifications to the original scope of services for the final design phase of the Southwest Arterial project is as follows: Description Amount Supplemental Agreement No. 18 - Scope of Services Revisions J145 Total Additional Project Cost $ 345.730.00 The project funding summary is as follows: CIP Funding Source Amount 3001287 Federal SAFETEA-LU Funding (80%) $ 276,584.00 3001287 Local City Funding (10%) 34,573.00 3001287 Local County Funding (10%) 34,573.00 Project Funding 1116,730.00 Dubuque County's 10% local match funding is outlined in the 28E Agreement between the City and County which was executed on January 28, 2013. The Iowa DOT has completed a pre-audit of Supplemental Agreement No. 18 and has authorized the obligation of Federal SAFETEA-LU funding, pending FHWA approval. ACTION TO BE TAKEN The City Council is requested to authorize the City Manager to execute the Consultant Professional Services - Supplemental Agreement with AECOM Technical Services, Inc. to complete the final engineering design phase of the Southwest Arterial Project, subject to the concurrence of the Iowa Department of Transportation through adoption of the enclosed resolution. cc: Jenny Larson, Budget Director Kent Ellis, Iowa DOT Doug Schindel, AECOM F:\PROJECTS\SOUTHW EST ARTERIAL\CONTRACT-AECOM FE\SA#18 AECOM AECOM 319-232-6531 tel 501 Sycamore Street 319-232-0271 fax Suite 222 Waterloo, Iowa 50703 www.aecom.com IDOT Project No. STP -U-2100(634)--70-31 SOUTHWEST ARTERIAL FROM SEIPPEL ROAD TO OLDE DAVENPORT ROAD DUBUQUE, IOWA SUPPLEMENTAL AGREEMENT NO. 18 WHEREAS, a Professional Services Agreement was entered into by the City of Dubuque, Iowa (Owner), and AECOM Technical Services, Inc. (Consultant), of Waterloo, Iowa, dated May 8, 2009, for the preparation of final design, plans, specifications and estimates, as well as right-of-way property acquisition, final soils investigation, archaeological and cultural resources Phase III mitigation, public involvement, agency coordination and construction -phase services for the Dubuque Southwest Arterial which includes a new 4 -lane freeway between Seippel Road and Olde Davenport Road in Dubuque, Iowa, in accordance with the preliminary plans completed in March 2008; and WHEREAS, the Owner and Consultant modified the original Scope of Services to include a Value Engineering Workshop as part of Task No. 3 (Initial Value Engineering Review) in the original agreement on July 27, 2009, said document included as Attachment C; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 1 dated August 27, 2009, for the preparation of final design, plan, specifications and estimates, right-of-way property acquisition, final soils investigation, archaeological and cultural resources Phase III mitigation, public involvement and agency coordination for the portion of the project not included in the previous agreement; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 2 dated October 21, 2009, for supplemental Phase 1 archaeological investigation of the Oberbroeckling property in Dubuque County, Iowa; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 3 dated March 10, 2010, to include revisions in the previous Scope of Services based on recent changes in the design concept as a result of a Value Engineering Study of the project and the Owner's desire to extend the recreational trail beyond the previous limits; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 4 dated August 24, 2010, to include engineering services during the construction phase of the North Cascade Road portion of the project; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 5 dated September 27, 2010, to include revisions in the previous Scope of Services based on recent changes in the design concept as a result of ongoing review and value engineering activities; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 6 dated October 19, 2010, to include construction staking for the North Cascade Road portion of the project; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 7 dated March 4, 2011, to include revisions in the previous Scope of Services based on recent changes in the design concept as a result of ongoing review, the public informational meeting and value engineering activities; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 8 dated February 28, 2011, to include engineering services during construction phase of the North Cascade Road Bridge portion of the project; and eL=Com Page 2 WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 9 dated July 1, 2011, to include roundabout intersection peer review and design revisions and the preparation of legal plats and descriptions for temporary construction easements, and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 10 dated September 12, 2011, to increase the hours for Construction Observation estimated for the North Cascade Road Bridge portion of the project authorized in Supplemental Agreement No. 8, and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 11 dated July 23, 2012, to amend the previous agreements to include design revisions that have been requested by the City since the original Scope of Services was prepared and the shifting of certain activities among firms on the Design Team, and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 12 dated January 3, 2013, to modify the construction engineering scope for the North Cascade Road project, and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 13 dated May 9, 2014, to add property acquisition services to the Scope of Services, which services will be completed by JCG Land Services, Inc., and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 14 dated November 20, 2014, to include additional design elements and other design revisions that were requested by the City since the previous Scope of Services was prepared, and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 15 dated November 23, 2015, in the form of an updated Standard Consultant Contract to provide for additional design services that were requested beyond the Scope of Services of previous agreements, and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 16 dated May 26, 2016, to include additional design elements related to new storm water retention requirements that have been requested by the City since the previous Scope of Services was prepared, and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 17 dated September 12, 2016, to include additional design elements that were requested by the City since the previous Scope of Services was prepared, and WHEREAS, the Owner and Consultant now desire to amend the previous agreements to include additional design elements, including changes related to three-lane design of Seippel Road west of the proposed US 20 interchange, modifications of bridges at US61/151 and over Granger Creek from PPCB to CWPG bridges, separating the east grading project into two phases, and additional design elements that have been requested by the City since the previous Scope of Services was prepared. NOW THEREFORE, it is mutually agreed to amend the original Professional Services Agreement as follows I. SCOPE OF SERVICES The services to be provided for the project underthis Agreement will include additional activities that have been requested by the City and which are beyond the scope of the existing agreements. The following tasks are included: A. AECOM Scope of Services AECOM's Scope of Services will include activities that modify previously-designed elements and staking of permanent easements for the East Grading Project and additional design services required. The tasks are described as follows: eL=Com Page 3 A.1. Tasks Related to Revisions Necessary to Separate the East Grading Project Into Two Phases. These tasks represent modifications to previously-completed design elements which have been requested due to separating the East Grading Project into two phases. The following tasks are included for AECOM: Task 1 - Directory and File Set-Up. This task includes copying overthe design, CADD, Geopak files and Excel tabulations into a new directory for Phase 11, East Grading. Task 2 - Revise Phase I and Phase II Plan Sheets. This task includes modifying the plan sheets for both Phase I and Phase 11, East Grading Projects. This task includes the following subtasks: a. Title Sheet(A-Series Sheets). This task includes modifying A.1 for new station ranges and sheet ranges. b. Typical Cross Section and Details (B-Series Sheets). Revise the typicals to include revisions to the station ranges and edit applicable typicals for both Phase I and Phase 11, East Grading projects. C. Quantities, Estimate Reference Notes and Tabulations (C-Series Sheets). Split the quantities and tabulations for both Phase I and Phase 11, East Grading Projects. It is estimated that 25 tabulations will be modified to include revised station ranges. d. Mainline, Plan and Profile Sheets (D-Series Sheets). Modify the plan and profile sheets to include the station ranges of Phase I and Phase 11. e. Side-Road Plan and Profile Sheets(E-Series Sheets). Split Access Road 'B' into both Phase I and Phase 11, East Grading Projects. f. Geometric Sheets (G-Series Sheets). Revise sheets to show the applicable bench mark information, reference ties, alignment data and curve data for Phase I and Phase 11. g. Right-of-Way Sheets (H-Series Sheets). Revise sheets so the applicable right-of-way ranges are shown for both Phase I and Phase 11. h. Staging Sheets (J-Series Sheets). Modify staging sheets to coordinate with the Military Road Project. Modifications include notes and coordination with the Iowa DOT in determining proper sequencing. Staging includes the development of several concepts based on the BP Pipeline status. Staging will be modified due to the split for both Phase I and Phase 11 Projects. 1. Shared-Use Path Sheets(S-Series Sheets). Modify the sheets to include the station ranges of Phase I and Phase 11. j. Earthwork Tabulation (T-Series Sheets). Modify the earthwork tabulation for both Phase I and Phase 11. Modifications include revising the station ranges and reworking the topsoil balances for both Phase I and Phase 11. k. Erosion Control Plan Sheets (U-Series Sheets). Modify the erosion control plan to include the station ranges of Phase I and Phase 11. eL=Com Page 4 I. Box Culvert Sheets (V-Series Sheets). Remove Design No. 1317 from Phase I and renumber accordingly. M. Cross Sections(W-and X-Series Sheets). Rerun Geopak cross sections and generate cross sections for the modified station ranges. Split Connector Road 'B' into two pieces to balance earthwork. This task includes iterations to balance earthwork for Phase 1. A.2. Staking of Utility Easement for Highway 61/151 Interchange. These tasks include the staking of utility easements for the Highway 61/151 Interchange project prior to construction. The following tasks are included: Task 3 - Set Control Points. Task 4-Set Stakes at 100-Foot Intervals for Location of Permanent Utility Easements. A.3. Granger Creek Updated Hydrologic and Hydraulic Analyses and Permitting. These tasks include updating the previously-completed hydraulic analyses for Granger Creek for both the Southwest Arterial crossing and the Elmwood Drive crossing of Granger Creek. Due to the corporate city limit line revisions for the City of Dubuque, additional permit requirements are necessary including an Iowa Department of Natural Resources Flood Plain Permit. In addition, an updated hydrologic analysis was required based on the permit requirements. The following tasks lead to the completion of the additional modeling and permit submittals for the two Granger Creek crossings: Task 5- Updated Modeling and Permit Application for Southwest Arterial Bridge over Granger Creek. Task 6 - Updated Modeling and Permit Application for Elmwood Drive Bridge over Granger Creek. A.4. Modification of Beam Type From PPCB to CWPG for Elmwood Drive Over Granger Creek. These tasks are the result of the curvature of Connector Road 'A' over Granger Creek. Due to the curvature, the bridge type is changing from Precast Prestressed Concrete Beam (PPCB) to a Continuous Welded Plate Girder (CWPG) bridge. Additional tasks associated with the change include the following: Task 7 - Preliminary Girder Design and Layout. Task 8 - Modify TS&L for CWPG. Task 9 - Girder Design. Task 10 - Stiffener Design. Task 11 - Cross-Frame Design. Task 12 - Cross-Frame Connection Design. Task 13 - Splice Design. Task 14- Shear Stud Connector Design. Task 15 - Deflection Camber Analysis. A.S. Additional Project Meetings and Coordination. This task includes the additional meetings, conference calls,web meetings and other coordination associated with the scope and schedule modifications and extended project schedule. The following activities are included in this task: Task 16- Bi-Weekly Conference Calls. Added bi-weekly conference calls during the extended project schedule, which includes the time period from January 1, 2017, until eL=Com Page 5 December 31, 2018. It is estimated that forty additional conference calls are needed for this task. Task 17- Project Management Team (PMT) Meetings. PMT meetings will be held bi- monthly until approximately June 2018. A total of eight additional PMT meetings are included in this task. A.6 Additional Cost Estimate Analysis for FY 2017 and 2018. These tasks are for updating cost estimates for the Southwest Arterial Project, as necessary,for additional fiscal years. Task 18-Cost Estimates for Grade 4-Pave 2. This task includes the development of cost estimates for the various projects on Southwest Arterial. A preliminary estimate and an overall cost estimate is included with this task. Task 19 -Cost Estimate for Grade 4- Pave 4. This task includes the development of cost estimates for the Grade 4- Pave 4 option. A preliminary estimate and an overall cost estimate is included with this task. B. WHKS Scope of Services The Iowa Department of Transportation(Iowa DOT)has directed that the future access road to the Dubuque Area Landfill be constructed to intersect with Seippel Road, west of the proposed US 20 interchange. With the relocation of the Landfill Access Road, auxiliary lanes will be required on Seippel Road at the proposed intersection. Because WHKS has advanced the construction plans for the Seippel Road and the associated design, the change to the Seippel Road typical section will require additional staff hours in order to survey, redesign and develop plans for the revised Seippel Road. WHKS's Scope of Services is modified to include the following tasks: Survey Task 1 - Seippel Road Resurvey. The grading and utility construction that has taken place as part of the NHSX-032-1(38)--3H-31 project has impacted the project area and requires additional topographic survey so that the project TIN file and earthwork forthe Seippel Road redesign can be developed. The topographic survey performed by WHKS will be in accordance with the IDOT "Office of Design Preliminary Survey Specifications." The work tasks will include: 1) Administration, coordination and meetings. 2) Recover and verify, or establish, horizontal and vertical control. 3) Establish approximately five additional supplemental control points and bench marks along survey limits as needed. 4) Topographic survey(cross section ground shots only)from approximately Sta. 51+00 (O.A.) to Sta. 74+00 (O.A.), approximately 2,300 feet long. 5) Initiate Iowa One-Call Design Request System for Quality Level C or D utility locations and shoot existing utilities. 6) Office processing of DTM shots. Survey Assumptions and Limitations 1) Cross sections along Seippel Road to be at 100-foot intervals, out left and right 125 feet from centerline. eL=Com Page 6 2) Cross section proposed Landfill Access Road 200 feet west of Seippel Road out left and right 125 feet from centerline at 100-foot intervals. 3) Horizontal and vertical control will be tied to the existing SAP 0331 Control Network on Project NHS-20-9(121)--19-31. 4) Bench levels may be required to replace missing project bench marks. 5) State Right-of-Entry procedures will be used to enter and survey on private property. It is estimated that one property owner is affected. 6) Drainage area delineations on an aerial photo are not required. Drainage areas from previous surveys or plans to be used. Survey Deliverables 1) Unedited data collection files, topographic surveyfiles, Cfiles and I (Index)file. 2) Iowa One-Call Design Request System utility location logs. 3) MicroStation and GEOPAK files of the processed survey data. Seippel Road Redesign Tasks: Task 1 - Revise Horizontal Alignment and Roadway Profile. Revise the Seippel Road roadway horizontal alignment from approximately Sta. 51+00 Office Alignment (OA) to approximately to Sta. 73+30 (OA), at the intersection of Ramps A and D with Seippel Road/SW Arterial. Related work tasks include: 1) Redesign the roadway using the horizontal alignment labeled OA in the current plans, and: a. Develop the center left-turn lane width and right lane from approximately Sta.51+00, east to the proposed intersection of the proposed Landfill Access Road and Seippel Road. b. Develop a transition from the three lane typical section to proposed four-lane divided typical section at the intersection of Ramps A and D with Seippel Road/SW Arterial. 2) Develop new superelevation transitions. 3) Redesign a new SW Arterial/Seippel Road profile. a. The horizontal alignment and vertical profile, provided by the Iowa DOT, for the Landfill Access Road will be included. It is anticipated that WHKS will need to make an adjustment to the profile, based on the redesign of Seippel Road. Lane requirements and storage lengths used for design will be provided by the Iowa DOT. Revise Sheets D.02-D.08 and include a new E Sheet for the Landfill Access Road. Modify the G Sheets, as needed,for the Landfill Access Road and additional geometry for controlling the variable width of the proposed revisions to Seippel Road. Update H.1-H.3 to reflect roadway changes. Task 2- Revise Typical Sections. Revise the typical sections for proposed urban and rural three-lane section roadway. Four (4) new typical sections are anticipated for Seippel Road. One (1) typical section for the Landfill Access Road will also be developed, based on design information provided by Iowa DOT. Task 3-Revise Ditching and Storm Sewer. Revise the rural ditch drainage design, as appropriate. Revise the GEOPAK drainage model to perform the hydrologic and eL=Com Page 7 hydraulic modeling of the storm sewer system. Revise the design of the urban section storm sewer drainage system, with an estimated 30 intakes and utility access structures, along with the related storm sewer pipes between intakes and pipes that outlet to ditches or drainageways. It is estimated that five (5) V' Sheets will be required. Task 4- Modify GEOPAK Model and Refine Cross Sections. The GEOPAK earthwork (DTM) model will be modified for the revised horizontal and vertical designs and the roadway cross section(s). New cross sections will be redeveloped for earthwork and other quantities. The GEOPAK model will be in compliance with IDOT requirements for the use of Corridor Modeler. Develop two (2) T Sheets to tabulate the soils quantities. Modify the cross section sheets W.1-W.17. Task 5- Intersection Design. Revise Sheets L.1-L.5 for the redesign of Seippel Road at the intersection with Ramps A and D. Design the intersection of Seippel Road and the Landfill Access Road and develop Sheets L.18-L.21 for geometric, edge profiles, jointing and staking details. Task 6- Shared-Use Path- Revise S Sheets. Revise the shared-use path alignment and profile designs in compliance with current IDOT/PROWAG standards and the revised design of Seippel Road. Design shared-path crossing of the proposed Landfill Access Road, requiring two (2) handicapped ramps. Modify Sheets S.2 and S.3, and provide new sheets documenting the shared-path handicapped ramp designs at the Landfill Access Road. Task 7 - Quantities and Cost Estimating Task 8 - Quality Assurance/Quality Control Task 9 - Project Administration/Project Management. Perform project administration/project management, including coordination with the City of Dubuque, the Iowa DOT and the Iowa DOT's consultant for the Landfill Access Road design. Seippel Road Redesign Assumptions 1) The Seippel Road revised design will be included in the NHSX-032-1(44)--3H- 31 project, currently scheduled for the December 2018 letting. 2) GEOPAK Corridor Modeler will be used for the redesign. 3) Lighting design and lighting plan development will be provided by others. 4) Borrow design and sheets will not be required. Any borrow required will be provided by the Contractor. 5) There will be no impact on existing ROW design parallel to Seippel Road, but need lines for the intersection of the proposed Landfill Access Road will be provided. It is assumed that WHKS will design the intersection with the Landfill Access Road, but will stop construction at the end of the returns. ROW design and other ROW tasks related to acquisition are not included in the scope of work. 6) The relocated water main constructed under the NHSX-032-1(38)--3H-31 project will not be impacted by the redesign of Seippel Road. 7) The Landfill Access Road will be a stop controlled intersection, and no provisions for traffic signals are in the Scope of Services. 8) No modifications to existing Q Sheets (soils) will be required. eL=Com Page 8 Modification of Beam Type from PPCB to CWPG for SWA over US 61/151 and Granger Creek As a result of the aesthetic criteria and US 61/151 mainline and ramp geometry, an Iowa DOT Standard Precast Prestressed Concrete Beam (PPCB) is not able to be used at this crossing. This scope represents the additional effort to design and detail a 4-span Continuous Welded Plate Girder (CWPG) bridge, as detailed in the TSL submitted to the Iowa DOT on December 15, 2016, beyond that of a PPCB bridge with the following assumptions: 1) The abutments will have non-standard wing lengths, potentially supported on counterforts. 2) All girders are designed and detailed the same. 3) Girder depth assumed in TSL will be sufficient. 4) Cross frames are IDOT typical X-frames. 5) Horizontal lateral bracing for wind is not required. 6) Erection stability of the girders will not be checked and erection plans/calculations are not included. 7) MDX to be used for line girder design. 8) Bearings to be steel reinforced elastomeric pads with curved sole plates. 9) Joint assumed to be strip seals at each end. 10) Inspection cables/catwalk not included. C. JCG Land Services JCG Land Services requests a contingency release in the amount of$7,500.00(out of $10,000.00 contingency) for the project. The majority of this contingency release request is due to the extended negotiations and design revisions necessary for the Tamorack Business Park. II. TIME OF BEGINNING AND COMPLETION The work shall be completed in accordance with the schedule defined in Supplemental Agreement No. 15, which was extended to December 31, 2018. III. COMPENSATION The consultant shall be reimbursed for actual costs incurred in accordance with Article 3 of the original agreement. The Estimated Actual Cost, Fixed Fee, Contingency and Maximum Amount Payable for this supplemental agreement, as stated below and as shown in Attachment A, are to be integrated with those covered underthe original agreement and Supplemental Agreement Nos. 1, 2, 3, 5, 7, 9, 11, 13, 14, 15, 16 and 17. AECOM Base Value Eng. Agreement Modification S.A. No. 1 Estimated Actual Costs $391,700.00 $56,200.00 Fixed Fee 22,500.00 5,200.00 Contingency 38,400.00 5,500.00 Maximum Amount Payable $452,600.00 $66,900.00 S.A. No. 3 S.A. No. 5 Estimated Actual Costs $175,200.00 $233,600.00 Fixed Fee 14,000.00 28,400.00 Contingency (2,400.00) 0.00 Maximum Amount Payable $186,800.00 $262,000.00 S.A. No. 11 S.A. No. 13 Estimated Actual Costs $323,500.00 $129,740.00 Fixed Fee 3,200.00 0.00 Contingency (151,900.00) 10,000.00 Maximum Amount Payable $174,800.00 $139,740.00 S.A. No. 16 S.A. No. 17 Estimated Actual Costs $99,600.00 Fixed Fee 7,200.00 Contingency 0.00 Maximum Amount Payable $106,800.00 $102,450.00 5,800.00 0.00 $108,250.00 $7,978,200.00 427,000.00 761, 900.00 $9,167,100.00 S.A. No. 7 $334,600.00 11, 000.00 0.00 $345,600.00 S.A. No. 14 $651,340.00 24,100.00 (113,000.00) $562,440.00 S.A. No. 18 $329,430.00 23,800.00 (7,500.00) $345,730.00 Page 9 S.A. No. 2 $19,900.00 0.00 2,000.00 $21,900.00 S.A. No. 9 $114,800.00 5,300.00 6,600.00 $126,700.00 S.A. No. 15 $1,345,600.00 53,800.00 (377,800.00) $1,021,600.00 Total Amount $12,285,860.00 631,300.00 171, 800.00 $13,088,960.00 IV. In other aspects, the obligations of the Owner and Consultant shall remain as specified in the Professional Services Agreement dated May 8, 2009, and subsequent amendments. IN WITNESS WHEREOF, the parties hereto have executed this Supplemental Agreement No. 18 as of the dates shown below: AECOM TECHNICAL SERVICES, INC. By Douglas W. SCh3t-del, P.E. Associate Vice President CITY OF DUBUQUE, IOWA By Michael C. Van Milligen City Manager Date i/W/A7 Date .7/1/(7 eL=Com Page 10 IOWA DEPARTMENT OF TRANSPORTATION ACCEPTED FOR FHWA AUTHORIZATION* By Date Kent L. Ellis, P.E. Local Systems Engineer District 6 *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. O:\Administration\AGREE\SUPPLE\SA18 DSWA.doc Attachment C-1 Southwest Arterial Final Design City of Dubuque, Iowa Supplemental Agreement No. 18 COST ANALYSIS I. Direct Labor Cost(AECOM Technical Services) Cateaory Hours Rate/Hour Amount Senior Professional 120 $82.30 $9,876.00 Project Professional 462 $59.10 $27,304.20 Staff Professional 468 $46.70 $21,855.60 Professional 16 $35.80 $572.80 CADD Operator 11 286 $33.90 $9,695.40 CADD Operator 1 66 $26.80 $1,768.80 Senior Technician 56 $35.60 $1,993.60 Technician 56 $26.50 $1,484.00 Project Support 112 $31.00 $3,472.00 $78,022.40 1642 11. Payroll Burden and Overhead Provisional Costs 135.09% $105,400.46 111. Direct Project Expenses Cateaory Units Rate/Unit Amount Mileage 2000 0.535 1,070.00 Per Diem 0 50.00 0.00 Lodging 0 90.00 0.00 BfW Copies 2500 0.06 150.00 Color Copies 1500 0.22 330.00 EDM Equipment 16 12.50 200.00 GPS Equipment 16 25.00 400.00 Miscellaneous, Other 500.00 $2,650.00 IV. AECOM Estimated Actual Costs $186,072.86 Rounded $186,100.00 V. Subcontract Expense WHKS&Co. $135,830.00 JCG Land Services $7,500.00 $143,330.00 VI. Estimated Actual Costs $329,430.00 VII. Fixed Fee $23,800.00 VIII. Contingency ($7,500.00) JCG Contingency Release ($7,500.00) IX. Maximum Amount Payable $345,730.00 Attachment C-1 Southwest Arterial Final Design City of Dubuque,Iowa Supplemental Agreement No.18 Staff Hour Estimate Senior Project Staff CADD Op CADD Op Senior Project Description of Work Prof Prof Prof Prof II 1 Technician Technician Support Total Revisions Necessary to Separate the East Grading Project Into Two Phases ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... _.._Directory and File.Set.UP.....................................................................................................................................................4..........._16................................_8. .................8....................... ................................._8. ........_44. 2 Revise Phase I and Phase 11 Plan Sheets ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... .a:.Title Sheet(A Series Sheets): .8 8 ............................................ ............................................................................................................................................................................ ......................................... ...................................... ............... . ypical.Cross.Sectionsand.Details{B.Series.Shee[s)............................................................... ..... ... .........2 8 4 4 18 . ......... ......... ......... ..... .... ......... ,c Quark Estimate Ref.Notes and Tabulations{Csenes Shee6�. 24 80 8 4 24 140 ..................................................................................................................................................................................................................................................... .......................................... ...................................... ............... d. Mainline,Plan and Profile(D Series Sheets). 4 4 4 12 ............................................................................... .................................................................................................................................................................... .......................................... ...................................... ............... .e. Side Road Plan and Profile Sheets E-Series Sheets. 4 4 4 12 ............................................................................nes.........ets).................................................................................................................................................... .......................................... ...................................... ............... ,f, Geometric(GSeries Sheets, ,2 ,4 6 ....._9:_Right.of.wap_(I+Series.sheets).: ............._8. ..................... ......._�.2. ....._h:._stagjjsagas snaarsl.. ..........24...............8..................................8. .................8... .......48. ......I:aha�ad,usa,Pam..(ssenes sheep),, ...........4 4 4 1z ......1.:_EaMwork Tabulation{T.Series.Sheets).: .........16 ..........16.................................8. .................8....................... ...................................... .........48. ...._..:.Erosion Control_(JSenes Sheets): 2..............4.................................. . .................2_...................... ...................................... ..........76. ......I...Box Culvert(v-series sheers).: ..................9..................................................9. .......................................... ...................................... ............8. .............ecti............................ .................................................................................................................... .m: Cross sections(W,Xseries sheers) 24 24 16 64 .................................................................. ................................................................................................................................................................................ .......................................... ...................................... ............... ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... Subtotal: Separate the East Grading Project Into Two Phases 0 76 170 0 98 66 0 0 32 442 ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... ......Staking.of Utility. tility Easements for Highway 61/1 51 In[erchange..................................................................................................................................... 3 Se[Control Points ..................................8..................................... ......................................8. ..................8.................. .........24. ....................................................................................................................................................................................... 4 et Stakes at 100 foot intervals for Location of Easements 48 48 48 144 ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... Subtotal: Staking of Utility Easements for Highwy611151 Interchange 0 0 56 0 0 0 56 56 0 168 ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... ......Granger Creek.Updated.HyAwlogic antl.Hytlraulic.Analyses....................................................................................................................................... ,5 Southwest Artenalover Granger Creek 2 32 8 8 50 ........................rive....................ger ................................................................................................................................................................................................ .......................................... ...................................... ..........50 6 Elmwood Drive over Granger Creek 2 32 8 8 50 ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... Subtotal: Granger Creek Updated Hydrologic and Hydraulic Analyses 0 4 64 16 16 0 0 0 0 100 Modification of Beam Type from PPCB to C WPG for Elmwood Drive Over Granger Creek ] Prelimina Girder Desi nand La out. ....... ....20.... ....20 ................ .......... ........... ............ ............ ....... .....40 ........................!Y.......................9................kout.............................................................................................................................20............20..................................... .......................................... ...................................... ..........40 8 ModifyTML:.CWPO. 16 16 32 9 Girder Design:........................................................................................................................................... 60.........._68... 40 ......160 10 S[iffner Desi$9.:......................................................................................................................................... 12 .........)2. 11 Cross-frame Desim................................................................................................................................. .........ZB............16... ............20 56 .......0........................on .................. ................ ......................................... ...................................... ............... 12 Cross-frame Connection Design 248 32 ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... 13.Splice.Desi$9.:......................................................................................................................................................................24................................................._8. .......................................... ...................................... ........_32 ......... 14 Shear S[ud Connector Design. 12 ,12 ...5.....efle.ction.......................lysi................................................................................................................................ ...................................................... .......................................... ...................................... . 15 Deflection Camber Analysis............................................................................................................................................... 8..........._18................................_8. .......................................... ...................................... .........44. ................................................... ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... Subtotal: Modification of Beam Type from PPCB to CWPG 0 206 114 0 100 0 0 0 0 420 ...................o............................................................................................................................................................................................................................................ .......................................... ...................................... ............... Atltlitional Prgject Meetings antl.Coortlination. 16,Biweekly,Conference Calls. 40 240 80...............................................48. .......................................... ................................ 80 17 Project.Mana9ement.Team(PMT).Meetin9s:.............................................................................................._32............32................................................32. .......................................... .............................._24. .......120 ................................................................................................................................................................................................................................................................. .......................................... ...................................... ............... Subtotal: Projec[Meslings and Coordination 112 112 0 0 72 0 0 0 64 360 ...................o............................................................................................................................................................................................................................................ .......................................... ...................................... ............... Atltlitional.Cost Estimate.Analyses.for FY.201]antl2018 18 Cos[Es[ima[es for Grade 4-Pave2. ,4 32 32 8 ]6 19 Cost ESOma[es for Grade 4-Pave 4. 4 32 32 8 76 .... ... ........................................................................................................................................................................................................................................ .......................................... ...................................... ............... Subtotal: Additional Cost Estimate Analysis for FY 2017 and 2018 8 64 64 0 0 0 0 0 16 152 MEMOS................................................................................................................................................120.........462..........468............1fi............286 ...............fifi.................sfi ................Sfi................. '112 .....1.642 whks SOUTHWEST ARTERIAL CORRIDOR WHKS &Co. COST ANALYSIS Supplemental Agreement No. 18 CONSULTANT DESIGN COST WORKSHEET I. Direct Labor Cost Category Hours Rate/Hour Amount Project,Mana.9ef.....................................102.....$........................................70.35......$...........7,175.70 ..., ...... Structural,Engineer.�...........................210.....$........................................45.09......$...........9;468;90..., ...... Structural,Engineer.2..........................105.....$........................................44;63......$...........4;686.;15. ..., Road way.Engineer.1...........................1...6...4.......$.........................................3..3...5...0........$...........5;494;00..., ...... Roadway.Engineer.?...........................234.....$.........................................6..4...7...4........$.........1..5,149;16..., Structural Technician 176 $ 28.80 $ 5,068.80 ............................................................................................................................................................................................... Roadway,Technician.................................9 $........................................22,00 $ -........, .... ........ .................................... Survey.Technician....................................69.....6........................................23,19......$............1;600;11...., ...... Land,Surve.Y°f...............................................8.....$........................................41:63.....$ 328.16 .................................... Total 1,068 $ 48,970.98 (Rounded) $ 48,980 II. Payroll Burden and Overhead Costs(Rounded) 146.37% $ 71,680 III. Direct Project Expenses(Rounded) Mileage @$0.535 per mi 150 miles $ 80 Meals Lodging nights @$91.00 Miscellaneous-Postage, Printing, Reproduction,Telephone,etc $ - Rent MDX Software $600 Total $ 680 IV. Estimated Actual Costs(Rounded) (I+II+III) $ 121,350 V. Fixed Fee(Rounded) 12% x(I+II) $ 14,480 VI. Contingency (Rounded) 0.00% 0%x(I+II+III) $ - VII. Maximum Amount Payable(Rounded) (IV+V+VI) $ 135,830 SW Arterial,Dubuque IA WHIRS&Co.COST ANALYSIS Supplemental Agreement No.18 Staff Hour Estimate Project Structural amoral Roadway Roadway Structural Roadway Survey Land Description of Work Manaqer Entire,1 En In erg En In er1 En In erg Technician Technician Technician Surye or Total ..................................................................................................................................................................................................... ................................................................................................ ...................................... ............................................... Atltletl/blotlifietl Tasks ................................................................................................................................................................................................... ................................................................................................ ...................................... ............................................... Survey 1) Administration,coordination and meetings A A S 2) Recover and verily,or establish horizontal and venial control. 9 9 3) Establish approximately 5 additional supplemental control points and bench marks along survey lin,3 9 9 A) Topographic survey(cross section ground shots only) 42 42 5) Initiate Iowa One Call Design Request System and shoot existing utilities. 9 9 6) Office processing of DTM shots. S A 12 Seippel Road Task Revise Horizontal Alignment and Roadway Profile S 12 20 Superelevation Transitions A A Revise D Sheets A 16 A 24 Atltl E Sheet for Landfill Access Road S A 12 Update G Sheets A A Update H Sheets A A Task Revise Typical Sections 1 S S 17 Update B Sheets A 2 6 Task Revise Ditching and Storm Sewer 16 16 32 Geopak Damage Modeling 16 16 Update/Atltl M Sheets 16 16 Task Modify Geopak model and refine cross sections 60 60 Develop T Sheets 16 16 Modify W Sheets 16 16 Task Intersection Design A S 12 Update L Sheets for Ramp Intersection 1 A S 13 Add ISheetsfor Seippel Rd/Landfill Access Intersection S 12 20 Task6 Revise Shared Use Path S S 16 Modify Current S Sheets at Ramp Intersection S S Create S Sheetsfor Seippel Rd/Landfill Access Intersection 16 16 Task] Quantities and Cost Estimating 24 16 40 Task5 Quality Assurance/Quality Control 40 16 56 Teske Projed Administration 40 16 56 SWA over Task Modification ofBeam Type from PPCB to CWPG for SWA over US 61/151 and Ganger Creek A 210 105 176 495 over US 61 TOTAL HOURS 102 210 105 160 230 1T6 0 6g 8 1,068