Loading...
Southwest Arterial_North Cascade Road Bridge_Conultant Supplemental Agreement No 8RESOLUTION APPROVING THE CONSULTANT PROFESSIONAL SERVICES - SUPPLEMENTAL AGREEMENT BETWEEN AECOM TECHNICAL SERVICES, INC. AND THE CITY OF DUBUQUE FOR CONSTRUCTION ENGINEERING SERVICES FOR THE NORTH CASCADE ROAD BRIDGE CONSTRUCTION PROJECT (PHASE 1 OF THE SOUTHWEST ARTERIAL PROJECT) Whereas, the City of Dubuque is proceeding with the North Cascade Road Bridge Construction Project (Phase I of the Southwest Arterial Project); and Whereas, AECOM Technical Services, Inc. will provide construction engineering services for the North Cascade Road Bridge Construction Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That said Consultant Professional Services - Supplemental Agreement - Southwest Arterial, from Seippel Road to Olde Davenport Road between AECOM Technical Services, Inc. and the City of Dubuque is hereby approved for the North Cascade Road Bridge Construction Project (Phase I of the Southwest Arterial), 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 - Southwest Arterial, from Seippel Road to Olde Davenport Road, subject to the concurrence of the Iowa Department of Transportation, for the North Cascade Road Bridge Construction Project (Phase I of the Southwest Arterial). Attest: Passed, approved and adopted this 22nd day of Febru t ry , 2011. eanne F. Schneider, CMC, City Clerk RESOLUTION NO. 51 -11 Roy D. Buol, Mayor A=COM IN WITNESS WHEREOF, the parties hereto have executed this Supplemental Agreement No. 8 as of the dates shown below: AECOM TEC L SERVICES, INC. By "r �' ` —�� Date February 21, 2011 Joe A. Becker Vice President CITY OF DUBUQ E, IOWA B l� 0 Y Roy Buol Mayor IOWA DEPARTMENT OF TRANSPORTATION ACCEPTED FOR FHWA AUTHORIZATION* *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. Date By Date Kent L. Ellis, P.E. Local Systems Engineer District 6 L: \work\ADMINWGREE \SUPPLE \SA8DubuqueSWArt.doc Page 5 Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager Dubuque AI-AmdicaCity 1 2007 SUBJECT: Southwest Arterial Project Consultant Professional Services - Supplemental Agreement Construction Engineering Services - North Cascade Road Bridge Project Iowa DOT Project No. HDP -2100 (661)- -71 -31 DATE: February 15, 2011 City Engineer Gus Psihoyos recommends City Council approval of an agreement with AECOM Technical Services, Inc. to provide construction engineering services for the North Cascade Road Bridge Construction Project (Phase I of the Southwest Arterial Project) subject to the concurrence of the Iowa Department of Transportation. 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 Michael C. Van Milligen Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer DATE: February 14, 2011 INTRODUCTION BACKGROUND DISCUSSION Dubuque AO- America City 2007 SUBJECT: Southwest Arterial Project Consultant Professional Services - Supplemental Agreement Construction Engineering Services - North Cascade Road Bridge Project Iowa DOT Project No. HDP -2100 (661)- -71 -31 The enclosed resolution authorizes the Mayor to execute an agreement with AECOM Technical Services, Inc. (AECOM) to provide construction engineering services for the North Cascade Road Bridge Construction Project (Phase I of the Southwest Arterial project), Iowa DOT Project No. HDP -2100 (661)-- 71 -31. 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. On August 16, 2010, the City Council approved the award of the North Cascade Road Reconstruction Project (Phase I of the Southwest Arterial) to C.J. Moyna & Sons, Inc. of Elkader, Iowa, in the amount of $1,591,521.32. This phase of construction provides for the reconstruction (grading & paving) and realignment of North Cascade Road from about 0.6 miles south of the Storybook Hill Children's Zoo to 0.1 miles north of the zoo. The stage I grading (bridge abutments) was completed in November which will allow the new bridge construction to begin in April 2011. Following the completion of the bridge work, stage II grading & paving will resume and is anticipated to be completed by the fall of 2011. On February 7, 2011, the City Council approved the award of the North Cascade Road Bridge Construction Project (Phase I of the Southwest Arterial) to Minnowa Construction, Inc. of Harmony, MN, in the amount of $1,408,542.50. Construction of the new 272 ft. x 44 ft. pre- tensioned, pre- stressed concrete beam bridge is anticipated to begin in March, 2011. Our design consultant, AECOM is currently providing construction engineering services for the North Cascade Road Reconstruction (grading and paving) Project. The Consultant Professional Services - Supplemental Agreement authorizes AECOM to provide the following services in accordance with Iowa DOT procedures and requirements for this phase of bridge construction, including: construction observation; materials testing; construction staking; plan modification and contract administration. RECOMMENDATION I recommend that the City Council authorize the Mayor to execute the Consultant Professional Services - Supplemental Agreement with AECOM Technical Services, Inc. to provide construction engineering services for the North Cascade Road Bridge Construction Project (Phase I of the Southwest Arterial Project), subject to the concurrence of the Iowa Department of Transportation. BUDGET IMPACT The professional services fee for construction engineering services for the North Cascade Road Bridge Construction Project is as follows: Description Contract Administration / Construction Engineering Supplemental Agreement No. 8 - Scope of Services Revisions Total Project Cost The project funding summary is as follows: CIP 3001287 3001287 ACTION TO BE TAKEN Funding Source Federal SAFETEA -LU Funding (80 %) Local Funding (20 %) Total Project Funding Amount $ 139,400 $ 139,400 Amount $ 111,520 27,880 $ 139,400 The City Council is requested to authorize the Mayor to execute the Consultant Professional Services - Supplemental Agreement with AECOM Technical Services, Inc. to provide construction engineering services for the North Cascade Road Bridge Construction Project (Phase I of the Southwest Arterial Project), 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 - N. Cascade Road Bridge (661) - AECOM Suppl No. 8 - Council Approval Memo RESOLUTION APPROVING THE CONSULTANT PROFESSIONAL SERVICES - SUPPLEMENTAL AGREEMENT BETWEEN AECOM TECHNICAL SERVICES, INC. AND THE CITY OF DUBUQUE FOR CONSTRUCTION ENGINEERING SERVICES FOR THE NORTH CASCADE ROAD BRIDGE CONSTRUCTION PROJECT (PHASE 1 OF THE SOUTHWEST ARTERIAL PROJECT) Whereas, the City of Dubuque is proceeding with the North Cascade Road Bridge Construction Project (Phase I of the Southwest Arterial Project); and Whereas, AECOM Technical Services, Inc. will provide construction engineering services for the North Cascade Road Bridge Construction Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That said Consultant Professional Services - Supplemental Agreement - Southwest Arterial, from Seippel Road to Olde Davenport Road between AECOM Technical Services, Inc. and the City of Dubuque is hereby approved for the North Cascade Road Bridge Construction Project (Phase I of the Southwest Arterial), 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 - Southwest Arterial, from Seippel Road to Olde Davenport Road, subject to the concurrence of the Iowa Department of Transportation, for the North Cascade Road Bridge Construction Project (Phase I of the Southwest Arterial). Attest: Passed, approved and adopted this Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. day of , 2011. Roy D. Buol, Mayor SOUTHWEST ARTERIAL FROM SEIPPEL ROAD TO OLDE DAVENPORT ROAD DUBUQUE, IOWA SUPPLEMENTAL AGREEMENT NO. 8 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, Supplemental Agreement No. 7 has been submitted 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 desire to amend the previous agreements to include engineering services during the construction phase of the North Cascade Road Bridge portion of the project. NOW THEREFORE, it is mutually agreed to amend the original Professional Services Agreement as follows: I. PROJECT DESCRIPTION Page 2 The project includes the construction of the North Cascade Road Bridge over the Southwest Arterial. The bridge is a 272' x 40,' two -span prestressed concrete beam bridge, Project No. H D P- 2100(661)-- 71 -31. II. SCOPE OF SERVICES The services to be provided for the project under this supplemental agreement include the construction review, materials testing, construction staking and contract administration in accordance with Iowa DOT procedures and requirements. The Scope of Services is further defined by the following tasks: Task 1. Preconstruction Conference. Assist the Owner with conducting the preconstruction conference attended by representatives of the Contractor, Owner, Consultant and affected utilities. This task includes preparing for and conducting the meeting, preparing and distributing the minutes. This task will be provided by AECOM and WHKS. Task 2. Construction Staking. Provide construction staking for the project. This task includes the following items: • Stake centerline of roadway, piers and abutments • Stake location of test pile • Check abutment and pier step elevations • Survey the elevations of the beams • Stake the concrete slope protection Task 3. Interpret Plans and Specifications. Interpret the intent of the plans and specifications for general compliance with the construction contract. Answer design interpretation questions from the Owner, Contractor, review staff and appropriate agencies. The Consultant will not, however, guarantee the performance of any contractor. Task 4. Shop Drawing Review. Review shop drawings, samples and other submittals as required of the Contractor by the contract documents for general conformance with the design concept of the project and for general compliance with the information given in the contract documents. Shop drawings are expected only for the bridge portion of the project. Task 5. Site Visits. Perform construction site visits by design personnel at appropriate stages of construction to review the quality of the work and to determine whether the work conforms to the general compliance of the contract documents. Task 6. Progress and Quality of Construction. This task will be provided by WHKS with assistance from the Owner. Maintain direct contact with the Owner's Representative or his authorized representative to the extent necessary to inform the Owner's Representative of the progress and quality of construction work performed. Provide the necessary qualified staff at the job site to act under the authority of the Owner's Representative and observe and review the work in progress and determine whether the work is in general conformity with the Contract Plans and Specifications. It is understood that responsibility for the correctness of every detail of construction is beyond the scope of this Agreement. The Consultant shall not assume management or direction of the contractor's operations or any utility company's operations. For estimating purposes, construction activity in the field is anticipated at 110 days, with average level of service 8 hours per day. The Owner will provide a qualified construction observer for Page 3 times when a second construction observer is required to meet IDOT requirements and when requested by the Consultant in order to meet IDOT requirements while minimizing the need for overtime by the Consultants construction observer. The Owner agrees that the Consultant will not be responsible for the costs, safety, actions, or decisions of the Owner's construction observer on this project. For the construction observation performed by the Owner's construction observer, the Owner's construction observer shall be responsible for performing all related tasks as described in this scope of work, including monitoring contractor progress and the quality of construction, testing, reports, estimates and pay quantities. Nothing in this Agreement shall be construed as giving the Consultant the responsibility or authority to direct or supervise construction methods, means, techniques, procedures or safety methods used by the contractors, subcontractors, or utility companies performing the actual construction work. Neither observations by the Consultant nor inspections, tests or approvals shall relieve the contractor, subcontractors, or utility companies from their obligation to perform the work in accordance with the requirements of the Contract Documents. The contractor has ultimate responsibility to monitor all his work to ensure proper quality, safety and completion within the Contract time, as do the utility companies involved in this project. Task 7. Testing. Complete necessary P.C.C. and materials verification testing for the project, as required by Iowa DOT's Materials Department Instruction Memorandums and Iowa DOT's Construction Manual. The Contractor shall be responsible for certified plant inspection in accordance with the Standard Specifications. Portions of this task will be completed by WHKS. Task 8. Reports. Prepare and submit daily, weekly and monthly reports as required by Iowa DOT's Materials Department Instruction Memorandums and Iowa DOT's Construction Manual. This task also includes preparation of bid item quantity forms and materials certification logs, setting up payroll certification review folders, preparation and submittal of change and extra work orders, subcontract requests and other forms as are normally utilized by the Iowa DOT on construction projects. Reports are to be submitted per Iowa DOT Standards for reporting and copies of reports are to be submitted to the Owner. This task will be provided by WHKS. Task 9. Estimates. Make monthly or bi- monthly reports to the Owner's Representative, or his authorized representative, of the estimated amount of materials furnished and delivered and the work performed. Review and approve estimates for progress and final payment. This task will be provided by WHKS. Task 10. Pay Quantities. Measure and document construction pay quantities and perform functions necessary to assist with funding reimbursement for the project. This task will be provided by WHKS. Task 11. Claims. Consider and evaluate Contractor's suggestions for modifications and report them with recommendation to the Owner. Prepare and assist the Owner and Contractor in processing contract change orders. Task 12. Project Files. Maintain files for correspondence, reports of the job conferences, shop drawings and sample submissions, reproduction of original contract documents including addenda, change orders, field modifications, additional drawings issued subsequent to the execution of the contract, engineer clarifications and interpretations of the contract documents, progress reports and other project - related documents. Portions of this task will be completed by WHKS. Task 13. Punch List. Participate in a review of the project with the Owner and review staff near completion and prepare a list of items to be completed or corrected. This task will be provided by WHKS. Page 4 Task 14. Final Construction Review. Conduct the final construction review with representatives of the Iowa DOT and Owner at completion of the project. The Consultant shall state his opinion as to whether the project was completed in substantial conformance with the Plans and Specifications and recommend acceptance thereof. This task will be provided by AECOM and WHKS. Task 15. Record Drawings. Prepare revised drawings of the construction plans (record drawings) for the project based on the construction observation records of the field review staff and the Contractor showing those changes made during construction considered significant. Task 16. Project Close -Out. Complete quantities and materials audit in compliance with Iowa DOT standards. Prepare final acceptance documents, as required by Iowa DOT. This task will be provided by WHKS. Task 17. Project Meetings and Administration. Attend construction meetings and conduct intraoffice administration and coordination of the project. This task will be provided by AECOM and WHKS. III. TIME OF BEGINNING AND COMPLETION The Consultant will not begin work under this Supplemental Agreement No. 8 until so directed in writing to proceed by the Owner and authorization to proceed by the Iowa Department of Transportation. The Consultant will, upon receipt of said written notification, begin work thereon. Work under Supplemental Agreement No. 8 will be completed within sixty (60) days after receipt of Contractor(s) submittals as required for project closing or completion of required project audits or until submittal of final billing by Contractor(s) for agreement work, whichever is later, providing no unforeseen delays are experienced beyond the control of the Consultant. IV. COMPENSATION 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 A, are to be integrated with those covered under Supplemental Agreement No. 4 and subsequent amendments. S.A. No. 4 S.A. No. 6 S.A. No. 8 Total Amount Estimated Actual Costs $290,600.00 $17,500.00 $126,500.00 $434,600.00 Fixed Fee 34,000.00 0.00 5,500.00 39,500.00 Contingency 28,000.00 2,000.00 7,400.00 37,400.00 Maximum Amount Payable $352,600.00 $19,500.00 $139,400.00 $511,500.00 V. 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. 8 as of the dates shown below: AECOM TECHNICAL SERVICES, INC. By Date February 14, 2011 Joe A. Becker Vice President CITY OF DUBUQUE, IOWA By Date Roy Buol Mayor IOWA DEPARTMENT OF TRANSPORTATION ACCEPTED FOR FHWA AUTHORIZATION* Page 5 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. L: \workWDMIN\ AGREE \SUPPLE\SABDubuqueSWArt.doc I. Direct Labor Cost (AECOM) III. Direct Project Expenses IV. AECOM Estimated Actual Costs V. Subcontract Expense WHKS (See Attachment) VI. Estimated Actual Costs VII. Fixed Fee IX. Maximum Amount Payable Dubuque Southwest Arterial From Seippel Road to Olde Davenport Road Supplemental Agreement No. 8 City of Dubuque, Iowa Cost Analysis Attachment A Category Hours Rate /Hour Amount Senior Professional 28 $82.00 $2,296.00 Project Professional 6 $54.80 $328.80 Staff Professional 244 $39.20 $9,564.80 CADD Operator II 32 $29.25 $936.00 Senior Technician 18 $31.35 $564.30 Technician 36 $24.85 $894.60 Project Support 48 $26.30 $1,262.40 $15,846.90 412 II. Payroll Burden and Overhead Provisional Costs 165.00% $26,147.39 Category Units Rate /Unit Amount Mileage 500 0.51 255.00 Per Diem 10 30.00 300.00 Lodging 0 70.00 0.00 Copier 500 0.06 30.00 Blueprinting 0 0.50 0.00 GPS 10 25.00 250.00 Geodimeter 10 12.50 125.00 Testing 0.00 Miscellaneous, Other 50.00 Rounded $83,500.00 VIII. Contingency AECOM $0.00 WHKS $7,500.00 $1,010.00 $43,004.29 $43,000.00 $83,500.00 $126,500.00 $5,500.00 $7,400.00 $139,400.00 Dubuque Southwest Arterial From Seippel Road to Olde Davenport Road Supplemental Agreement No. 8 City of Dubuque, Iowa Staff Hour Estimate - AECOM Portion Attachment A Description of Work 1 Preconstruction Conference 2 Construction Staking 3 Interpret Plans and Specifications 4 Shop Drawing Review 5 Site Visits 6 Progress and Quality of Construction 7 Testing 8 Reports 9 Estimates 10 Pay Quantities 11 Claims 12 Project Files 13 Punch List 14 Final Construction Review 15 Record Drawings 16 Project Closeout 17 Project Meetings & Administration Total Hours Senior Prof. 4 4 4 16 28 Project Prof. 6 6 Staff Prof. 8 48 40 72 24 24 8 8 12 244 CADD Oper. II 32 32 Senior Tech 2 16 18 Tech 36 36 Project Support 4 16 4 24 48 Total 10 90 44 80 24 28 32 8 44 52 412 Description of Work Project Manager Highway Technician Construction Observer Total 1 Preconstruction Conference 4 8 12 2 Construction Staking 3 Interpret Plans and Specifications 4 Shop Drawing Review 5 Site Visits 6 Progress and Quality of Construction 8 600 608 7 Testing 40 40 8 Reports 4 100 104 9 Estimates 4 20 24 10 Pay Quantities 4 40 44 11 Claims 12 Project Files 13 Punch List 4 20 24 14 Final Construction Review 4 20 24 15 Record Drawings 16 Project Closeout 4 80 84 17 Project Meetings & Administration 12 40 52 Total Hours 48 0 968 1,016 Dubuque Southwest Arterial From Seippel Road to Olde Davenport Road Supplemental Agreement No. 8 City of Dubuque, Iowa I. Direct Labor Costs Staff Hour & Cost Estimate - WHKS Portion Project Manager Highway Technician Construction Observer Total II. Payroll Burden & Overhead Costs 159.00% Hours Rate Amount 48 $54.95 $2,637.60 0 $21.03 $0.00 968 $26.00 $25,168.00 1,016 III. Direct Project Expenses Units Rate Amount Mileage 3500 $0.51 $1,785.00 Meals $0.00 Lodging $0.00 Miscellaneous- Postage, Printing, Reproduction, etc. $1,000.00 Total IV. Estimated Actual Costs (Rounded) Attachment A $27,805.60 $44,210.90 $2,785.00 $74,801.50 $74,800.00 V. Fixed Fee $8,700.00 VI. Contingency $7,500.00 VII. Maximum Amount Payable $91,000.00