Loading...
Southwest Arterial Project_Consultant Design Services Supplemental AgreementMasterpiece on the Mississippi 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 DATE: September 14, 2010 Dubuque krfrd AII4medcaCity 2007 On March 2, 2009, the City Council approved the selection of AECOM 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. During the course of the final design phase of the Southwest Arterial, several modifications to the previous preliminary plans were proposed by the City or the Iowa Department of Transportation (Iowa DOT) as a result of ongoing design reviews, recent geotechnical findings and recommendations outlined in the Value Engineering study. As a result of the proposed design and plan modifications, the original scope of services needs to be revised to reflect the changes. Assistant City Engineer Bob Schiesl recommends the City Council authorize the execution of 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. 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 $262,000, and the City portion is 10% or $26,200. I concur with the recommendation and respectfully request Mayor and City Council approval. MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer Robert Schiesl, Assistant City Engineer Michael C. Van Milligen Masterpiece an the Mississippi 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 DATE: September 13, 2010 INTRODUCTION The enclosed resolution authorizes the Mayor 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. DISCUSSION Dubuque All- America City 2007 During the course of the final design phase of the Southwest Arterial, several modifications to the previous preliminary plans were proposed by the City or the Iowa Department of Transportation (Iowa DOT) as a result of ongoing design reviews, recent geotechnical findings and recommendations outlined in the Value Engineering study. As a result of the proposed design and plan modifications, the original scope of services needs to be revised to reflect the following changes: • Modify bridge design over Granger Creek at US 151/61 interchange. • Evaluate retaining wall and slope stability options at Military Road due to the unstable shale substrate present in that area. • Raise the profile grade near Military Road so that retaining wall heights could be reduced. • Modify the US Highway 20 interchange design and configuration. • Analyze additional alternatives and options for roadway and bridge enhancements. • Modify access road designs at approximately 5 sites, including Barrington Lakes, Cousins Road, Tamarack Business Park, and two parcels. • Modify the North Cascade Road plans to avoid property parcel not yet acquired. 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 ", it 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. RECOMMENDATION I recommend that the City Council authorize the Mayor 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. BUDGET IMPACT 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. 5 - Scope of Services Revisions $262,000 Total Project Cost $ 262,000 The project funding summary is as follows: CIP Funding Source Amount 3001287 Federal SAFETEA -LU Funding (80 %) $209,600 3001287 City - Local Funding (10 %) 26,200 County - Local Funding (10 %) 26,200 Total Project Funding $262,000 ACTION TO BE TAKEN The City Council is requested to authorize the Mayor to execute the Consultant Professional Services - Supplemental Agreement with AECOM Technical Services, Inc. for the final engineering design phase of the Southwest Arterial, subject to the concurrence of the Iowa Department of Transportation through adoption of the enclosed resolution. Prepared by Robert Schiesl, Assistant City Engineer cc: Jenny Larson, Budget Director Kent Ellis, Iowa DOT Bob Lentz, AECOM F: \PROJECTS \SW ARTERIAL - IA HYW 32\AECOM FE CONTRACT\SW Arterial AECOM FE Consultant Agreement Suppl No. 5 - Council Approval Memo.doc RESOLUTION NO. 366 -10 RESOLUTION APPROVING THE CONSULTANT PROFESSIONAL SERVICES - SUPPLEMENTAL AGREEMENT NO. 5 BETWEEN AECOM TECHNICAL SERVICES, INC. AND THE CITY OF DUBUQUE FOR THE 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 151/61, in Dubuque, Iowa; and Whereas, as a result of ongoing design reviews, recent geotechnical findings and recommendations outlined in the Value Engineering study, several modifications to the previous preliminary plans were developed; and Whereas, as a result of the proposed design and plan modifications, 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 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 Mayor be authorized and directed to execute three copies of said Consultant Professional Services - Supplemental Agreement with AECOM Technical Services, Inc. for the final engineering design phase of the Southwest Arterial project. Attest: Passed, approved and adopted this 20 day of September, 2010. Jeanne F. Schneider, CMC, City Clerk aria A. Braig, May Pro -Tem F: \PROJECTS \SW ARTERIAL - IA HYW 32\AECOM FE CONTRACT \ SW Arterial AECOM FE Consultant Agreement Suppl No. 5 - Council Approval Resolution.doc AECOM AECOM 319 232 6531 tel 501 Sycamore Street 319 232 0271 fax Suite 222 Waterloo, Iowa 50703 www.aecom.com SOUTHWEST ARTERIAL FROM SEIPPEL ROAD TO OLDE DAVENPORT ROAD DUBUQUE, IOWA SUPPLEMENTAL AGREEMENT NO. 5 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 111 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 desire to amend the previous agreements 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. 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 under this Agreement will include the revisions based on recent changes in the design concept as a result of ongoing review and Value Engineering activities. The Scope of Services is provided in Attachment A. II. TIME OF BEGINNING AND COMPLETION A portion of the work under this Supplemental Agreement No. 5 has been previously authorized by Owner and Iowa DOT concurrence dated July 23, 2009, which is part of Attachment A. The work shall be completed in accordance with the completion date defined in Supplemental Agreement No. 3. III. COMPENSATION IV. By AECOM The Consultant shall be reimbursed for the actual costs incurred in accordance with Article 3 of the original Agreement. The Estimated Actual Costs, Fixed Fee, Contingency and Maximum Amount Payable for this supplemental agreement as stated below and as shown in Attachment B, are to be integrated with those covered under the original agreement. Base Value Eng. Agreement Modification S.A. No. 1 Estimated Actual Costs $391,700.00 $56,200.00 $7,978,200.00 Fixed Fee 22,500.00 5,200.00 427,000.00 Contingency 38,400.00 5,500.00 761,900.00 Maximum Amount Payable $452,600.00 $66,900.00 $9,167,100.00 Estimated Actual Costs Fixed Fee Contingency Maximum Amount Payable In all 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. 5 as of the dates shown below: AECOM TECHNIC CITY OF DUBUQUE, IOWA 6,,La SERVICES, INC. By Joe A. Becker Vice President S.A. No. 2 S.A. No. 3 S.A. No. 5 $19,900.00 $175,200.00 $233,600.00 0.00 14,000.00 28,400.00 2,000.00 (2,400.00) 0.00 $21,900.00 $186,800.00 $262,000.00 Karla A. Braig Mayor Pro -Tem IOWA DEPARTMENT OF TRANSPORTATION ACCEPTED FOR FHWA AUTHORIZATION* L: \work\ADMI N \AGREE \SUPPLE \SA5DubuqueS WArt.doc Date Page 2 Total Amount $8,854,800.00 497,100.00 805,400.00 $10,157,300.00 September 13, 2010 Date —c2Z4 'a26 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. DUBUQUE SOUTHWEST ARTERIAL SUPPLEMENTAL AGREEMENT NO. 5 DESCRIPTION OF SCOPE MODIFICATIONS SEPTEMBER 13, 2010 a. Delete Bridge on Ramp D Over Granger Creek b. Delete Bridge on Loop B Over Granger Creek c. Modify Hydraulic Modeling and DNR Permits Attachment A The Scope modifications described herein pertain to the final design phase of the Southwest Arterial project in Dubuque, Iowa. The original Scope of Services included the final design of the Southwest Arterial in accordance with the preliminary plans which were completed in March 2008. During the course of the final design, several modifications to the previous preliminary plans have been proposed by the City or Iowa DOT as a result of ongoing reviews and Value Engineering activities. The following tasks describe the changes in the Scope of Services for the final design. Task 1. Modify Bridge Designs at U.S. 151/61 Interchange. This task represents a modification to Task Nos. 94, 95 and 98 in the original Scope. This task includes a re- evaluation of the four bridges over Granger Creek, including hydraulic modeling, evaluation of various design alternatives, coordination with the City and Iowa DOT, and changes in the final design. As a result of the studies, the previously proposed bridges on Ramp D and Loop B will be replaced with a multiple reinforced concrete box culvert at Granger Creek. The bridge on the Southwest Arterial over U.S. 151/61 and Granger Creek will be a 4 -span PPCB bridge, as currently proposed. The following subtasks are included: d. Add Multiple Reinforced Concrete Box Culvert Under Ramp D and Loop B. The culvert will be a standard triple 12'x12' RCB culvert, approximately 350 feet long. The culvert will use standard wings and headwalls. The alignment of the culvert will be straight (no bends /kinks, etc.), and the grade along the length of the culvert will be constant (no drops, etc.). The camber will be provided by Terracon. e. Additional Coordination, Conference Calls and Meetings Pertaining to This Task Task 2. Modify Retaining Wall Designs at Military Road. This task represents a modification to Task No. 99 in the original Scope. Upon completion of the soil borings in the Military Road area, it was determined that the originally envisioned tie -back retaining walls would not be suitable at this location. This task includes the investigation and analysis of additional retaining wall options and modifications to the final design. The structure on Military Road over the Southwest Arterial will be a 2 -span PPCB bridge, as currently proposed. The following subtasks are included: a. Investigate Alternative Retaining Wall Concepts, Including Mechanically Stabilized Earth (MSE) Walls, Cast -in -Place Structural Concrete Walls and Various Options for Sloped Cuts. The retaining walls investigations included analysis of temporary slopes during construction, temporary tie -back measures for the construction zone, preliminary cost comparisons and conceptual design layouts. b. Additional Coordination, Conference Calls and Meetings Pertaining to This Task. This task includes time for two additional coordination meetings, one meeting for aesthetics review and one meeting for a final decision on retaining structure type. c.1 Additional Surveying and Base Mapping to Cover the Added Length of Reconstruction c.2 Additional Work to Prepare the Final Construction Plans a.1 Develop Conceptual Plans a.2 Traffic Analysis a.3 Final Evaluation and Technical Memo Summarizing the Evaluation of Alternatives b.1 Additional Survey and Mapping, As Required, for the Modified Design b.2 Modify the Roundabout Intersection Design b.3 Modify the Access Road Design d. Additional Coordination, Conference Calls and Meetings Pertaining to This Task Page 2 Task 3. Raise Profile Grade Near Military Road. This task represents a modification to Task Nos. 63 -83 and Task Nos. 101 -123 in the original Scope. As part of the investigation of retaining walls near Military Road, it was determined that a profile grade modification could reduce the height of the retaining walls and reduce the construction costs in this area. The following subtasks are included: a. Modify Mainline Southwest Arterial Plan and Profile. The profile and vertical curve near Military Road will be modified to raise the grade of the mainline by approximately 4.5 feet. b. Modify Military Road Preliminary Plan and Profile. The profile of Military Road must be raised approximately 4.5 feet to provide the minimum vertical clearance at the bridge. To accomplish this profile change, the length of the Military Road relocation and reconstruction will be extended approximately 300 feet. This task includes the preliminary plan modifications. c. Modify Military Road Final Plans. This task includes the additional work necessary to produce the final construction plans for Military Road, accounting for the additional 300 feet of reconstruction and the profile grade change. This task includes: Task 4. Revise U.S. 20 Interchange Layout. This task represents a modification to Task Nos. 1, 5 and all of the design tasks at the U.S. 20 interchange. As part of the intermediate Iowa DOT reviews, it was determined that additional interchange concepts would be evaluated by the consultant and that the final plans would be modified in accordance with a new interchange configuration. The following subtasks are included: a. Evaluate Alternative Interchange Configurations. This task includes the evaluation of approximately three additional interchange configurations, including the layout of the Southwest Arterial mainline, ramps, loops, bridges and side roads. This task includes: b. Modify Road Design Plans in Accordance With the Selected Interchange Configuration. This task represents the change in the level of effort required for completing the final construction plans, as compared with the original Scope of Services. This task includes: c. Modify Road and Bridge Designs. This task represents the change in level of effort to redesign the Southwest Arterial road and the U.S. 20 ramps for the modified interchange layout as compared to the original Scope of Services. Modifications to the bridge designs will be developed, as needed, in a supplemental agreement once an interchange layout is selected. The roadway hours assume a diamond interchange configuration with roundabout intersections on the Southwest Arterial. e. Modify Hydraulic Modeling and CLOMR Submittal. This task represents the change in the level of effort required for completing the hydraulic modeling and preparing the CLOMR submittal to FEMA. Page 3 f. U.S. 20 Bridge Replacement Roadway Design. This task leads to the preparation and submittal of final grading, drainage and paving construction plans for the segment of U.S. 20 immediately adjacent to the proposed replacement bridges over the South Fork of Catfish Creek. The final design will be completed in accordance with Iowa DOT Standards and Procedures for Local Systems projects. The plans will be prepared on 11"x17" sheets at a scale of 1"=200'. This scope is based on including the grading, drainage and paving work into one (1) contract that will also include the partial construction of the Southwest Arterial. Task 5. Additional Enhancement Analysis. This task represents a modification to Task No. 127 from the original Scope. The original Scope for enhancements was based on the initial concepts developed during the preliminary design stage. During the course of this project, consideration of additional alternatives and options for roadway and bridge enhancements has been requested. This task includes the investigation of various modifications to the conceptual enhancement plan, preparation of three - dimensional graphics and other materials to illustrate the various alternatives, and modifications to the final design. This task represents the change in level of effort for enhancement analysis and design, as compared to the original Scope. The following subtasks are included: a. Bridge Lightinq Evaluation, Including a Photometric Analysis and Investigation of Special Architectural and Low - Energv Lightinq for the Bridges. This task will include LED lighting conceptual design at prototypical bridges and roadway conflict points, including industry research, location /height recommendations and product options. b. Additional Graphics and Visualizations Pertaining to the Revised Enhancements. This task will include detailed illustrations of prototypical overpass bridge enhancements, including lighting, railings, form liners, colors, slope protection and landscape feature /plantings. c. Develop Enhancement Concepts for Roundabouts. This task includes the development of landscaping and enhancement concepts for the interior of the roundabout intersections. Five (5) roundabout intersections are included in this task, to be located at the U.S. 20 and U.S. 151/61 interchanges. This task will include programming, conceptualization and documentation of landscape features associated with the new roundabouts. This assumes no large -scale "signature" type features would be included. d. Additional Coordination, Conference Calls and Meetings Pertaining to this Task. This task includes time for two additional enhancement coordination meetings. Task 6. Modify Access Road Designs. This task represents a modification to Task Nos. 43-62 and other design tasks in the original Scope. During the course of final design, several access roads have been requested to be added or modified from the previous preliminary design. This task includes the additional work necessary to add or revise the design of access roads. The following tasks are included: a. Additional Access Road for Parcel 150 (Valentine) to Allow Access From the Farm Fields to the Underside of the Bridge b. Relocated Access Road for Verizon Located on Parcel 195a (O'Rourke). The design of this access road was requested to be added due to an impact on an existing easement. c. Modify Access Road to Barrington Lakes. This access road will be revised due to the modified interchange at U.S. 20. d. Modify Access Road to Cousins Road. This access road will be revised due to the modified interchange at U.S. 20. g. Page 4 e. Modify Access Road to Tamarack Business Park. This revision was requested by the property owner and includes the development of a preliminary plan and profile for the modified access road. If this modification is accepted for the final plans, additional work will be required to survey and map the revised access road location, obtain additional soil borings, redesign the roadway and modify the right -of -way acquisition plats. These tasks are not included in the proposed Scope modifications but will be covered by an additional supplemental agreement, if required. f. Design Access Road for Archaeological Site 707. This task includes the field surveying and preparation of a boundary easement and description for an access road approximately 0.8 mile in length and traversing four properties. Modify Right- of -Wav Plats and Descriptions for Access Roads. This task includes the modification of right -of -way plats for the access roads described in Tasks Nos. 6a -6d. Task 7. Modify North Cascade Road Plans to Avoid Tiqqes Property. This task represents a modification to Task Nos. 63 -83 and Task No. 106 in the original Scope. This task includes revising the final construction plans for the North Cascade Road grading and paving project to avoid Parcel No. 147 (Tigges). Included are modifications to the construction limits, design of a temporary connector to the existing road, changes to the construction staging and traffic control plans, and revisions to the project bid quantities and tabulations. Task 8. On -Call Construction Staking. This task represents a modification to Task No. 1 in the original Scope. This task includes additional field staking of the project in advance of the construction to accommodate property owner requests as approved by the City of Dubuque. L: \work \project \113036 \admn \SA5 - DubSWArt-Task Desciptions.doc.docx Lentz, Bob From: Ellis, Kent [DOT] [Kent.Ellis @dot.iowa.gov] Sent: Friday, July 23, 2010 5:24 PM To: 'Bob Schiesl' Cc: Heeren, Douglas [DOT]; Lentz, Bob Subject: FW: FW: SW Arterial Scope Revisions Attachments: SWA Supplemental 2 - Lighting and Rendering.pdf The Department concurs with this request for Extra Work identified by RDG (Item 1. Lighting Design and Item 2. Bridge Enhancement Renderings) effective today. Please have AECOM attach this e-mail concurrence with the formalized supplemental agreement No. 5 to clearly identify when these extra tasks were approved to begin. Thanks, Kent L. Ellis, P.E. Local Systems Engineer District 6 Office 430 16th Avenue SW PO Box 3150 Cedar Rapids, IA 52406 kent.ellis@dot.iowa.gov 319- 364 -0235 From: Bob Schiesl [mailto:Bschiesl @cityofdubuque.org] Sent: Friday, July 23, 2010 4:48 PM To: Ellis, Kent [DOT] Subject: Re: FW: SW Arterial Scope Revisions Kent The City of Dubuque supports the AECOM request for an advance approval for RDG to proceed with the lighting design and bridge enhancement tasks identified which will be incorporated into the Supplemental Agreement No. 5. The city finds that the scope of works and the hours estimated for said extra tasks is reasonable and justified. The city requests Iowa DOT concurrence with authorizing the advance approval for RDG to proceed with said work. Thanks for your consideration. Regards Bob From: Lentz, Bob Sent: Thursday, July 22, 2010 8:41 AM To: Bob Schiesl; kent.ellis @dot.iowa.gov Cc: 'Walton, Roger [DOT]'; 'Patrick Dunn' Subject: FW: SW Arterial Scope Revisions Importance: High Bob and Kent, RDG has submitted the attached cost sheet for the two high - priority items in their supplemental scope. These are for Items No. 1 and 2 described below. These tasks will be formally included in Supplemental Agreement No. 5, which is being prepared at this time. Since these two task are critical to meeting the December letting on the N Cascade Road bridge, we are requesting advance approval for RDG to proceed with these two tasks as soon as possible. Thanks for your help. Bob Lentz, P.E. Transportation Department Head, Waterloo, IA bob.lentz @aecom.com AECOM 501 Sycamore Street, Suite 222 Waterloo, Iowa 50703 Tel 319.232.6531 Fax 319.232.0271 www.aecom.com From: Patrick Dunn [mailto:pdunn @rdgusa.com] Sent: Friday, June 25, 2010 10:20 AM To: Lentz, Bob Cc: Jesse Lewis; Eric Iverson; Ryan Peterson; Doug Adamson Subject: RE: SW Arterial Scope Revisions Bob, As discussed, below is a list of RDG related scope changes (some better understood than others) from our original contract. We have kept this brief as requested with one sentence for each task /scope item and an approximation of associated hours of effort. It is our understanding that this information will be utilized to receive informal authorization to proceed with the owners. It is also understood that a supplement ultimately will be required and this information will assist with developing the details of the supplement. 1. Lighting Design a. LED lighting conceptual design at prototypical bridges and roadway conflict points including industry research, location /height recommendations, and product options. b. Anticipated Lighting Designer hours: 80 hrs 2. Bridge Enhancement Renderings a. Detailed illustrations of prototypical overpass bridge enhancements including lighting, railings, form liners, colors, slope protection, and landscape feature /plantings. b. Anticipated Illustrator /Landscape Architect hours: 50 hrs 3. Roundabout Enhancement Design /Documentation a. Programming, conceptualization, and documentation of landscape features associated with the new roundabouts. Note: This assumes no large scale "signature" type features would be included. b. Anticipated Landscape Architect hours: 150 hrs In addition to the above three items, the following two items have the potential to significantly impact our existing scope. No directives or decisions have been made regarding these items, so we simply are listing them as 'Potential Scope Changes" 1. Signature Bridge Design /Documentation 2 a. If in fact the owner desires signature type bridge structures and associated enhancements, RDG may be positioned to assist with this effort. The hours associated with this cannot be calculated without more clarity to the scope. 2. Green Roads Process a. If the owner chooses to pursue a process that incorporates Green Roads standards, metrics, specifications, monitoring, etc, this would significantly impact our current scope. The hours associated with this cannot be calculated without more clarity to the scope. Please let us know if you have any questions, Regards, Patrick F. Dunn, ASIA LEED AP Partner RDG Planning a Design 301 Grand Avenue Des Moines, Iowa 50309 Tel: 515.288.3141 Dir: 515.309.3275 Fax: 515.288.8631 www.rdgusa.com RDG IA Inc From: Lentz, Bob [mailto:BOB.LENTZ @aecom.com] Sent: Monday, June 21, 2010 1:08 PM To: Doug Adamson; Patrick Dunn; Gisi, Brian; Eric Iverson; Jesse Lewis; Nash, Jan (Tallgrass); Ryan Peterson; Rogers, Leah (Tallgrass); Schaefer, Vern; Stromberg - Murphy, Theresa (Terracon); Wand, Chris (Durrant) Subject: SW Arterial Scope Revisions All, As we continue with the SW Arterial final design, the city had Iowa DOT have been requesting us to investigate several modifications to the original project description. We are trying to assemble a description of any tasks that have changed from the original scope. If you believe any of the activities that you are being asked to do are outside of your original scope, and will require a scope modification, please let me know by Friday, May 25. We will need to know: Description of the scope modification that is being requested Describe why you believe the original scope does not cover this item Include your estimate of staff -hours (by category) for each line item. This could be either an add -on or reduction in hours, depending on what the scope modification is. 3 We intend to compile all of the scope modifications and submit them to the City in early July. Thanks, and let me know if you have any questions. Bob Lentz, P.E. Transportation Department Head, Waterloo, IA bob.lentz @aecom.com AECOM 501 Sycamore Street, Suite 222 Waterloo, Iowa 50703 Tel 319.232.6531 Fax 319.232.0271 www.aecom.com Robert D. Schiesl, P.E. Assistant City Engineer City of Dubuque Office - 563.589.4270 Bschiesl @Cityofdubuque.org 4 I. Direct Labor Cost (AECOM) III. Direct Project Expenses IV. AECOM Estimated Actual Costs V. Subcontract Expense WHKS & Co. RDG Planning & Design Tallgrass Historians Terracon Consulting Vernon R. Scheafer JCG Land Services The Durrant Group VI. Estimated Actual Costs VII. Fixed Fee (13%) VIII. Contingency AECOM WHKS & Co. RDG Planning & Design Tallgrass Historians Terracon Consulting Vernon R. Scheafer JCG Land Services The Durrant Group Southwest Arterial City of Dubuque, Iowa Supplemental Agreement No. 5 COST ANALYSIS Category Hours Rate /Hour Amount Senior Professional 260 580.00 $20,800.00 Project Professional 392 553.50 $20,972.00 Staff Professional 584 $37.50 521,900.00 CADD Operator II 500 528.50 $14,250.00 CADD Operator I 80 $20.20 51,616.00 Technician 104 522.70 $2,360.80 Project Support 18 $25.60 $460.80 $82,359.60 1938 Payroll Burden and Overhead Provisional Costs 165.00% 5135,893.34 Category Units Rate /Unit Amount Mileage 0 0.550 50.00 Per Diem 0 40.00 $0.00 Lodging 0 80.00 50.00 B/W Copies 0 0.06 $0.00 Color Copies 0 0.12 $0.00 Plan Copier 0 0.50 $0.00 GPS Equipment 0 25.00 $0.00 Survey Equipment 0 12.50 $0.00 Miscellaneous, Other 5250.00 Rounded (510,500.00) 525,600.00 $0.00 50.00 50.00 $0.00 50.00 $15,100.00 $233,600.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 IX. Maximum Amount Payable $262,000.00 Attachment B $250.00 $218,502.94 5218,500.00 $28,400.00 $0.00 Southwest Arterial City of Dubuque, Iowa Supplemental Agreement No. 5 Staff Hour Estimate - AECOM Technical Services, Inc. Portion Attachment 8 Description of Work Revisions to Original Design Scope 1 Modify bridge designs atU S 151/61 interchange a Delete bridge on Ramp D over Granger Creek b. Delete bridge on Loop B over Granger Creek c. Modify hydraulic modeling and DNR permits d. Add multiple RCB culvert under ramp /loop e Additional coordination and meetings 2 Modify retainingyall designs at Military Road a. Investigate alternative retaining wall concepts b. Additional coordination and meetings 3 Raise profile grade near Military Road ................................ ............................... a. Modify mainline plans .................................................................................. ............................... b. Modify Military Road preliminary plans ..................................................................................... ............................... c. Modify Military Road final plans .............. ............................... cl Additional survey and mapping .......................................................... ... .............._ Final desig . !! ................................... ............................... 4 Revise U.S. 20 interchange layout .................................................................................... ............................... a Evaluate alternative configurations al. al Develop conceptual plans . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . l a2. a2 Traffic analysis . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a3. Final evaluation and technical memo .......................................................................................................................................................... ............................... b. b Modify road design plans . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . bl. Additional survey and mapping b2. Modify roundabout intersection design . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _ . . . . . . . . . . . . . . . . . . . . . . . . . . . . b3. b3 Modify ramp, loop and mainline design . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .........._ road and bridge designs ............ ............................... ..........._ Additional coordination and meeting s .................................._......................... ............................... ............................ . e. Modify hydraulic modeling . andCLOMR submittal f. .._ :S.20 Bridge Replacement Roadway. Design ........................ ............................... f?. : .._ Analysisand Design ................. . ....._ ..................................................... ............................... f2 Ramp . Detour Details and Traffic Control f3. f3 Median Crossovers and Traffic Control . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .._5 Additional enhancement analysis ...................................................................... ............................... a. Bridge lighting evaluation b. Additional graphics and visualizations ............................................................................................................................................................. ............................... c. Develop enhancement concepts for roundabouts . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . e. e Additional coordination and meetings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 Modify access road designs a. Add access road for Valentine property .......................................................................................................................................................... ............................... b Design relocated access road for Verizon .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . c. Modify access road to Barrin on Lakes d. Modify access road to Cousins Road .............................................................................................................................................................. ............................... e. Modify access road to Tamarack Business Park f. Design access road for archaeological site 707 ................................................................................................................................... ............................... g: Additional survey and mapping for modified access roads h. Modify right-of-way plats and descriptions for access roads 7 Modify North Cascade Road plans to avoid Tigges property 8 On-call construction staking ............... ............................... Subtotal Revisions to Original Design Scope TOTAL HOURS Senior Eng/Prof 8 24 36 40 12 16 40 36 260 4 4 2 2 4 4 260 Project Eng/Prof 40 32 16 24 12 16 40 40 16 40 24 24 32 392 392 Staff Eng/Prof 120 24 40 16 16 32 48 24 36 16 12 8 8 40 16 72 32 24 584 584 CADD Op. II 60 8 8 40 12 8 32 64 16 16 12 8 40 16 40 72 40 500 500 CADD Technician Op. 1 16 16 80 8 40 24 16 40 24 104 80 104 Project Support 18 18 18 Total 252 64 84 124 44 40 100 192 76 32 96 104 44 36 24 24 108 44 80 170 152 48 1,938 1,938 WHKS WHKS WHKS WHKS WHKS WHKS WHKS WHKS WHKS WHKS WHKS WHKS RDG RDG RDG Project Bridge Bridge Highway Description of Work Manager Engineer! Engineer II Engineer I Revisions to Original Design Scope _ _._.._...._ .................... 1 ... Modify bridge designs at U.S. 151/61 interchange a. Delete bridge on Ramp . D over Granger Creek b. Delete bride on Loop B over Granger Creek c_ Modify hydraulicmodeling_and DNR permits 5 Additional enhancement analysis a: ..._ Bridge _ lighting ._ evaluation ....._ ...................... ............_.................. b. Additional graphics and visualizations ............................... c. enhancement concepts for roundabouts ... ......... ,_..,. d. Additional coordination, meetings and project management 6 Modify access road designs ......... a. Add access road for Valentine property b. Design relocated access road for Venzon c. Modi access road to Barrington Lakes d. Modi access road to Cousins Road e. Modify access road to Tamarack Business Paris f. Design access road for archaeological site 707 Modify f- wayplats _ an . descriptionsforaccessroads ..._.._........... 7 Modify North Cascade Road planstoavoid Tigges property On-call construction staking ... . (390) .. (195) (10401 _ (520) d. Add multiple RCB culvert under ramp/loop .................... ..................._ ........._ 40 d: Additional coordination, meetings . and project management ....................._._ 24 24 16 2 Modify retaining wall designs at Military Road .._ . _._ Investigate altemative retaining wall concepts _ ...., b. Additional coordination meetings and pro)ect management ........ 24 3 Raise profile grade near Military Road .,_. a. Modify mainline plans .... ............... b. Modify Military Road preliminary plans .............. c. Modify Military _ Road final plans c1. Additional surveyand mapping .,...... c2 Final design ...................._.. 4 Revise U.S. 20 interchange layout .. a Evaluate alternative configurations al. Develop conceptual plans a2: .._ Traffic analysis ................. __._ ............................... a3. Final evaluation and technical memo b. roaddesign plans ................ . ............. b1. Additional survey and mapping.. ................ 16 b2. Modify roundabout intersection design 80 b3. Modify access road design 4 8 c. Modify Road and Bridge_ Designs _.....__._.. ........_ ...................... . ......_............... 16 80 d. Additional coordination, meetings and project management ........................... 86 ....................._.............._.............__. ........_..................... e. Modi Hydraulic Modelin_g_and CLOMR Submittal 4 258 f. U.S. 20 Bridge Replacement Roadway Design f1 Anaysis and Design .._.... 18 ...... ... 62 f2.. Ramp Detour Details and Traffic Control 8 24 f3. Median Crossovers and Traffic Control 8 26 80 ... 140 40 40 16 16 40 16 32 60 16 196 96 32 24 24 TOTAL HOURS 412 (994) (385) 970 Highway Engineer 11 24 40 48 20 40 16 16 292 Bridge Highway Survey Technician Technician Technician 14821 (9301 202 (1,210) 490 116 Land Surveyor 16 Total (1,067) 552 64 244 104 328 140 132 ............... 152 176 24 176 148 292 216 88 128 108 (293)1 Total Direct Labor Overhead Costs Direct Expense Costs Total Estimated Costs Estimated Costs Rounded Fixed Fee Contingency Maximum Amount Payable Southwest Arterial City of Dubuque, Iowa Supplemental Agreement No. 5 Staff Hour Estimate - WHKS Portion ($3,870.90) Mileage $385.00 ($6,154.73) 159.0036 Meals $100.00 $725.00 Lodging $140.00 ($9,300.63) Misc. $100.00 ($9,300 00) Total $725.00 )$1,200.00) 50.00 1510,500 001 Project Manager Bridge Engineer! Bridge Engineer 11 Highway Engineer 1 Highway Engineer 11 Bridge Technician Highway Technician Survey Technician Land Surveyor Total Direct Labor Attachment B $52.35 412 $21,568.20 $31.29 19941 (531,102 26) $43.18 13351 1 516 624 301 $25.15 970 $24,395.50 $44.57 292 $13,014.44 $23.27 11,210) (528,156 70) $20.47 490 $10,030.30 $20.82 116 $2,415.12 $36.80 16 $588.80 12931 153,070 90) Description of Work Revisions to 0Hginal Design Scope 1 Modify bridge designs at U.S. 151/61 interchange a. Delete bridge on Ramp D over Granger Creek b. Delete bridge on Loop El over Granger Creek c. Modify hydraulic modeling and DNR permits d. Add multiple RCB culvert under ramp/loop e. Additional coordination and meetings 2 Modify retaining wall designs at Militaiy Road • a. Investigate alternative retaining wall concepts b. Additional coordination and meetings 3 Raise profile grade near Military Road a. Modify mainline plans b. Modify Military Road preliminary plans c. Modify Military Road final plans cl. Additional survey and mapping c2. Final design 4 Revise U.S. 20 interchange layout a. Evaluate alternative configurations al. Develop conceptual plans aZ. Traffic analysis a3. Final evaluation and technical memo b. Modify road design plans bl. Additional survey and mapping b2. Modify roundabout intersection design b3. Modify ramp, loop and mainline design c. Modify bridge designs d. Additional coordination and meetings 5 Additional enhancement analysis a, Bridge lighting evaluation b. Additional graphics and visualizations c. Develop enhancement concepts for roundabouts d. Additional coordination and meetings 6 Modify access road designs a. Add access road for Valentine property b. Design relocated access road for Verizon c. Modify access road to Barrington Lakes d. Modify access road to Cousins Road e. Modify access road to Tamarack Business Park f. Desigeeccess road for archaeological site 707 Modify right-of-wayplats and descriptions for access roads 7 Modify North Cascade Road plans to avoid Times property 8 On-call construction staking Subtotal Revisions to Original Design Scope TOTAL HOURS Rate Per Hour Direct Labor Amount Landscape Architect 1 5 21. 49 75 75 $37.50 $2,812.50 Lighting Designer 1 9 12 3 12 $39.90 $478.80 Landscape Architect 2 6 10 90 106 106 $37.40 $3,964.40 Lighting Designer 2 45 45 45 524.00 $1,080.00 Technician 15 15 15 $ 19 .8 0 $297.00 Artist 16 11 27 27 $18.30 $494.10 0 0 Total 80 50 150 280 280 Total Direct Labor Overhead Costs Direct Expense Costs Per Diem $0.00 Lodging $0.00 Printing $0.00 Miscellaneous $0.00 Total Estimated Costs Estimated Costs Rounded Fixed Fee Contingency Maximum Amount Payable Southwest Arterial City of Dubuque, Iowa Supplemental Agreement No. 5 Staff Hour Estimate - RDG Portion $9,126.80 $13,789.68 $0.00 $22,916.48 522,900.00 $2,700.00 50.00 525,600.00 151.09% 0 $40.00 0 580.00 50.00 50.00