Loading...
Southwest Arterial Supplemental Agreement No. 14THE CITY OF DUB Masterpiece on the Mississippi November 10, 2014 Mr. Kent Ellis Local Systems Engineer, District 6 Iowa Department of Transportation 5455 Kirkwood Blvd SW Cedar Rapids, Iowa 52404 Engineering Department City Hall 50 West 13th Street Dubuque, Iowa, 52001-4864 563.589.4270 563.589.4205 (Fax) www.cityofdubuque.org SUBJECT: Southwest Arterial Project Consultant Professional Services - Supplemental Agreement No. 14 Final Engineering Design Phase - Scope of Work Modifications Iowa DOT Project No. STP -U-2100 (634)--70-31 Dear Mr. Ellis: Enclosed is the Consultant Professional Services Agreement between the City, the Iowa Department of Transportation and AECOM Technical Services, Inc. for the work associated with the Final Engineering Design - Supplemental Agreement No. 14 for the above reference project. Upon your review and approval, the City respectfully requests that you sign the agreement and return two (2) fully executed copies to our office for final processing. Should you have any questions or need additional information, please contact me at 563.589.4270. Sincerely, Robert D. Schiesl, P.E. Assistant City Engineer City of Dubuque Enclosure 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. 14 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 AECOM 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 desire to amend the previous agreements to include additional design elements and other design revisions 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 under this Agreement will include additional activities that have been requested by the City and the Iowa DOT. The following tasks are included: A. AECOM Scope of Services AECOM's scope of services will include several activities to modify the previous design scope and to include new design elements which are now included in the "grade four lanes/pave two lanes" project and also to add new services for the design of the future "pave four lanes" project. The tasks are described as follows: A.1. Tasks Related to the "Grade Four Lanes/Pave Two Lanes" Project. These tasks represent modifications to previously -completed design elements, as well as new tasks which are required for the "grade four lanes/pave two lanes" project in accordance with the current design concept approved by the City and Iowa DOT. In addition to the AECOM tasks listed below, other tasks will be provided by WHKS and are described elsewhere in this scope. The following tasks are included for AECOM: Task 1 - Revise U.S. 151/61 Interchange Plans. This task includes revisions to the preliminary construction plans at the U.S. 151/61 interchange to eliminate the roundabout intersections and to redesign the intersections to accommodate oversize/overweight (OSOW) vehicles, in accordance with the agreed conceptual design. This task will include revisions to the horizontal alignment, profile grade, intersection details, drainage structures and cross sections which were completed for the previous interchange design. AECOM Page 3 Task 2 - Modify Olde Davenport Road Design. This task includes adding a turnaround on Olde Davenport Road to the west of the Granger Creek Bridge to accommodate access to the proposed wetland mitigation site. This task includes the geometric design, cross sections, earthwork design, signing and incidental tasks for the turnaround. Task 3 - Modify or Add Additional Right -of -Way Documents. This task includes the preparation of additional or revised right-of-way plats, temporary and permanent easement plats, legal descriptions, plot plans and summary sheets for revised or new right-of-way parcels associated with the design changes. The additional hours added are a continuation of the original task and include the following parcels: • Parcel 129 (Haupert) — Supplementary Plat for Revised Culvert/Grading Design • Parcel 150B (Valentine) — Easements for Field Access Lane and BP Pipeline Relocation • Parcel 152 (Kress) — Revised Plats for Turnaround, for Purchase of Knepper Lane and for BP Pipeline Relocation • Parcel 161 (Reuter) — Revised Plat for Roadway Revisions and Easement for BP Pipeline Relocation • Parcel 187 (Luckstead) — Revised Plat for Connector Road "A" Revision • Parcel 195A (O'Rourke) — Revised Plat for U.S. 151/61 Interchange Revision • Three partial acquisition parcels for the Menards Frontage Road • Two Temporary Easement Parcels for the Menards Frontage Road Task 4 - Consultation for Condemnation Hearings. This task includes on-call consultation related to condemnation hearings and appeals during the right-of-way acquisition process. AECOM will provide materials, consultation and representation, as requested by the City. As the extent of this task is unknown, the task is limited to the estimated hours and costs provided in the staff -hour listing. Task 5 - Modify Environmental "White Paper". This task includes preparation of the modified environmental "white paper" to document revisions from the original Environmental Assessment (EA) and to incorporate the current concept for the Menards Frontage Road. This task includes determination of the associated impacts which need to be documented (such as farmland area, wetland area, forested area, etc.), and preparation of the "white paper" for submittal to DOT. It is anticipated that the level of detail required will be similar to the original "white paper" which was prepared earlier in the project. The additional hours added are a continuation of the original scope task item which will update the environmental "white paper" to reflect the current final design. Task 6 - Consultation for Utility Agreements. This task includes on-call consultation related to the negotiation of utility agreements for the project. It is anticipated that this will include the Black Hills Energy gas pipeline, the BP petroleum pipeline and the Century Link lines along U.S. 151/61. AECOM will provide materials, consultation and representation as requested by the City. As the extent of this task is unknown, the task is limited to the estimated hours and costs provided in the staff -hour listing. Task 7 - 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 in this supplemental agreement. The additional hours added are a continuation of the original scope task item. wCOM Page 4 Task 8 - Additional Project Administration. This task includes the additional in-house administrative activities and project team coordination between consultants which are associated with the revised Scope of Services and schedule modifications in this supplemental agreement. The additional hours added are a continuation of the original scope task item. Task 9 - Additional Public Informational Meeting. One additional public informational meeting will be conducted as required by FHWA for approval of the environmental "white paper." The Consultant will prepare display materials for the meeting, will assist in preparing the presentation, and will assist in conducting the meeting and preparing responses to citizen comments following the meeting. The City will arrange the meeting space, complete any advance advertising and mailings, and prepare and conduct the presentation. It is not anticipated that a formal transcript or meeting summary will be prepared. The additional hours added are a continuation of the original scope task item for Public Outreach/Informational Meetings. Task 10 - Update Labor and Overhead Rates. The original final design tasks for the SW Arterial were contracted on September 1, 2009, with an anticipated completion date of December 31, 2011. The original design contract was based on 2009 labor and overhead rates. The schedule for the project was subsequently revised, and a significant portion of the original design tasks have not yet been completed. Since 2009, AECOM's overhead rate has dropped from 165% to 147.56%, and labor rates have increased due to inflation. This task updates the labor and overhead rates for the original design contract hours which have not yet been expended. No new hours are added under this task. Task 11 - Property Acquisition Coordination with JCG Land. This task includes the coordination and exchange of information with JCG Land to accommodate their subcontract services for the acquisition of 28 right-of-way parcels. Activities included in this task are subcontract preparation and administration, processing of invoices, communications, exchange of files and information, and day-to-day coordination activities. B. WHKS Scope of Services Iowa DOT has determined that a frontage road will be designed, extending from south of the existing Menards entrance to a relocated intersection of Old Highway Road. The frontage road, labeled the "Northeast Access Connector Road" in the preliminary plans, will be on the east side of U.S. 20 and will be in general conformance with the U.S. 20 Location Study/EA Addendum, Refined Alternative B, 6 -Lane Alternative. This supplemental agreement will also include modifications to the design of several bridges throughout the corridor. The bridges' locations and the required design scope of work are described below. The scope of services is modified to include the following tasks, which were not included in the original scope or previous supplemental agreements. Task Group 1. SW Arterial Bridge Design Tasks: Task 1 — U.S. 20 WBL over Catfish Creek Bridge. Due to the new U.S. 20/SWA interchange layout changes, the SWA over U.S. 20 bridge width will be increased from the current layout. The length of the U.S. 20 WBL bridge over the South Fork of Catfish Creek will change, because of the IDOT decision to allow the use of a 3 -span PPCB H -standard bridge. The change will maintain the currently designed U.S. 20 AECOM Page 5 roadway profile grades, but will change the span lengths for this structure. The TS&L for the current configuration has been completed and approved by IDOT, design is complete and plans are approximately 75% complete. New tasks include: a) Revise Bridge Configuration/Geometry b) Prepare and Submit New TS&L c) Design and Prepare Plans for 40' Wide, 3 -Span PPCB H -Standard Bridge The impacts of the changes are significant, but WHKS has reviewed the staff hours used to date and it is estimated that the previously negotiated bridge staff hours will be adequate to complete the new tasks for a standard bridge without additional compensation. Task 2 — U.S. 20 EBL over Catfish Creek Bridge. Due to the new U.S. 20/SWA interchange layout changes, the SWA over U.S. 20 bridge width will be increased from the current layout. The length of the U.S. 20 EBL bridge over the South Fork of Catfish Creek will change, because of the IDOT decision to allow the use of a 3 -span PPCB H - standard bridge. The change will maintain the currently designed U.S. 20 roadway profile grades, but will change the span lengths for this structure. The TS&L for the current configuration has been completed and approved by IDOT, design is complete and plans are approximately 75% complete. New tasks include: a) Revise Bridge Configuration/Geometry b) Prepare and Submit New TS&L c) Design and Prepare Plans for 40' Wide, 3 -Span PPCB H -Standard Bridge The impacts of the changes are significant, but WHKS has reviewed the staff hours used to date and it is estimated that the previously negotiated bridge staff hours will be adequate to complete the new tasks for a standard bridge without additional compensation. Task 3 -.SWA over U.S. 20 and Catfish Creek Bridge. Due to the new U.S. 20/SWA interchange layout changes, this structure width will be increased from the current layout. The TS&L for the current configuration was in progress. New tasks include: a) Revise Bridge Configuration/Geometry b) Update in Progress TS&L Task 4 — U.S. 20 WB On -Ramp (Ramp D) Bridge. Due to the new U.S. 20/SWA interchange layout changes, this structure location and grade will be changed with the revised interchange layout. New tasks include: a) Revise Bridge Configuration/Geometry Task 5 — U.S. 20 EB On -Ramp (Ramp C) Bridge. Due to the new U.S. 20/SWA interchange layout changes, this structure grade will be changed with the SWA revised interchange layout and revisions to the 5 -legged roundabout. New tasks include: a) Revise Bridge Configuration/Geometry Task 6 - English Mill Road over SWA Bridge. The TS&L, design and final plans for this structure are complete. Final Plans were submitted in June 2011. New tasks include: a) Review and Modify Plans for Updated Standards AECOM Page 6 Task 7 - Military Road over SWA Bridge. The TS&L, design and final plans for this structure are complete. Final Plans were submitted in June 2011. New tasks include: a) Review and Modify Plans for Updated Standards Task 8 - Culvert over Granger Creek (at U.S. 61 Ramps). The TS&L for the current configuration has been completed, design is complete and plans are approximately 90% complete. New tasks include: a) Review and Modify Plans for Updated Standards Task 9 - South Fork Catfish Creek Hydraulics. Due to the new U.S. 20/SWA interchange layout changes, the current hydraulic analysis modeling will require modifications. Task Group 2. U.S. 20 Northeast Access Connector Road (aka Menards' Frontage Road) Design Tasks: The Northeast Access Connector Road will be designed in general conformance with the U.S. 20 Location Study/EA Addendum, Refined Alternative B, 6 -Lane Alternative. Supplemental Agreement No. 2 deleted the staff hours related to the Northeast Access Connector Road and the relocated connection of Old Highway Road, west of U.S. 20. Supplemental Agreement No. 14 restores the staff hours that were previously deleted in Supplemental Agreement No. 3, Tasks 26, 27 and 29. In addition, Supplemental Agreement No. 14 provides additional staff hours for the additional work caused by changes in the frontage road concept, the development of auxiliary lanes on U.S. 20 at the proposed relocated Old Highway Road intersection, and for the intersection traffic signal system design. Work on U.S. 20 related to the Northeast Access Connector Road will be limited to the full build -out of the Old Highway Road intersection to the ultimate configuration, tapering back to the existing roadway section as soon as possible. It is assumed that this work will produce construction plans that will be let independently of other SW Arterial construction packages. The plans will be prepared on 11"x17" sheets at a scale of 1"=200'. The following work tasks will be required: Task 1 — Restore Previously Negotiated Staff Hours Work to include: 1) The title and legend sheets (A -Series Sheets). 2) Typical cross sections and road design details (B -Series Sheets). 3) Bid Items and General Notes (C -Series Sheets) to include the following: a) Bid Item and Quantity Listing b) Estimate Reference Information c) General Notes 4) Tabulations and Quantities (C -Series Sheets). Detailed tabulations will be included for most bid items in accordance with Iowa DOT standards. This task includes the roadway grading tabulations which are not included elsewhere in the scope. Final bid quantities will be calculated and tabulated. 5) Plan and Profile Sheets (D-, E- and F -Series Sheets). This task consists of preparing the final plan and profile sheets for the project based on the previously completed design concept. ACO Page 7 6) Geometric Layout Sheets (G -Series Sheets). This task includes the geometric layout sheets, including centerline layouts and tabulations of geometric curve data and super elevation data. 7) Right -of -Way Layout Sheets (H -Series Sheets). Separate sheets will be included to show the new right-of-way and easement layouts for the project. 8) Staging and Traffic Control Design (J -Series Sheets). It is anticipated that the project will be constructed in stages to allow access to adjacent roads and properties to the extent practical. The scope for the construction staging plan is based on the following conditions: a) U.S. 20 will be kept open to 4 lanes of traffic. b) Other side roads may be temporarily closed during certain stages of the project. No on-site or marked detours are anticipated. 9) Intersection Details (L -Series Sheets). This task includes preparation of final intersection geometric layouts, including intersection radius design, spot elevations, and edge profiles for all paved intersections and cul-de-sacs. 10) Drainage and Culvert Design (M -Series Sheets). This task includes the final design of the drainage system and tabulation of crossroad pipe culvert drainage structures. The final drainage area maps and 1"=20' scale layouts for each culvert are included in this Scope. The following subtasks are included: a) Crossroad Pipe Culvert Design, Pink Sheets and Culvert Plats - Assume Six (6) Culverts b) Storm Sewer System Design (Estimated for 50 Intakes and 10 Utility Accesses), and "M" Sheets c) Tabulation of "Drainage Structures by Road Contractor" d) Tabulation of Storm Sewers 11) Soils Sheets (Q -Series Sheets). The soil profile base sheets (Q -Series Sheets) will be developed by WHKS and completed by Terracon Consultants. 12) Soils and Earthwork Design (T -Series Sheets). This task includes the final determination of earthwork quantities and design requirements, including cut and fill volumes. The geotechnical design for this project is being completed by Terracon Consultants. The tabulation of earthwork quantities is included in this task. 13) Detail Sheets (U -Series Sheets). The U -Series Sheets will be developed by WHKS. 14) Cross Section Sheets. Cross section sheets will be designed and developed for all affected roadways. Task 2 - Revisions to Frontage Road Concept. Previous staff hours were based on the utilization of an alignment and preliminary profile previously developed. Incorporating the new conceptual design provided by IDOT will require review and the development of the new horizontal and vertical alignments in compliance with the project design standards. New typical sections will also need to be developed. Task 3 - Traffic Signal Design (N -Series Sheets). The traffic signal system will be designed and the N -series sheets will be developed by WHKS. Task 4 - Additional Work Related to Adding Lanes to U.S. 20. With the goal of designing the relocated U.S. 20 intersection to the ultimate configuration, WHKS will design and develop plans for U.S. 20 for limits of construction to be established through coordination with IDOT and the City of Dubuque, using the IDOT PMT process. It is assumed that WHKS will prepare for, run and document the results of each meeting, design and detail the appropriate traffic control and staged construction details to maintain two lanes of traffic in each direction of U.S. 20, and maintain access to affected entrances and side roads. The design concept prepared by HDR for IDOT AECOM Page 8 will be used as the basis for the design, and required structural design of two (2) retaining walls. The TS&L and final design of the retaining walls is included in the scope of work. It is assumed the one wall will be approximately 380 feet long and will be designed as an MSE retaining wall. The second wall will be approximately 420 feet long and will be designed as a cast -in-place wall. Task 5 - Prepare Field Exam Plans. Prepare plans for, coordinate and attend a field exam meeting IDOT requirements, in order to confirm the design. Task 6 - Address Field Exam Comments. Based on the comments and directives obtained at the Field Exam, WHKS will document the Field Exam and incorporate the directives into the plans. Task 7 - Prepare ROW Field Exam Comments. Using the ROW and ownership information provided by AECOM, WHKS will establish the preliminary ROW need lines and proposed ROW, and depict the preliminary ROW in a set of plans suitable for a ROW field exam. Changes to the ROW will be documented and the plans will be revised per IDOT and City comments. The development of Plot Plans and Acquisition Plats will be by AECOM. Task Group 3. Additional Survey Tasks: The current WHKS survey budget has been utilized for previous design activities. Additional survey required for the new design tasks include: • U.S. 20 Interchange Area. Additional survey staff hours are requested to establish survey benchmarks and reference ties, so the plans can be in conformance with the IDOT "Office of Design Preliminary Survey Specifications", now that IDOT will let and construct the projects. U.S. 20 East Side Frontage Road to Menards. The topographic survey performed by WHKS will supplement the previous surveys and aerial mapping developed by the State. Note that the existing hard shots for U.S. 20 that are available from IDOT were taken in 1994, and are no longer considered valid. The topographic survey performed by WHKS will be in accordance with the IDOT "Office of Design Preliminary Survey Specifications". This work will include: ➢ Recover and verify horizontal and vertical control points established for SAP 0331 performed in 2004 as needed to establish additional control. ➢ Establish approximately 12 additional supplemental control points and bench marks along survey limits as needed. ➢ Topographic survey of edge of pavement along existing eastbound and westbound U.S. 20 approximately 5000 feet long including edge of pavement at five intersections and median crossovers. ➢ Topographic survey along the proposed frontage road approximately 4000 feet long. ➢ Topographic survey along Old Highway Road from the intersection of Radford Road to the intersection U.S. 20 approximately 900 feet long. ➢ Topographic survey of approximately six U.S. 20 drainage structures in the survey limits, if found. ➢ Initiate Iowa One -Call Design Request System for Quality Level C or D utility locations and shoot existing utilities. ➢ Office processing of Topographic and DTM shots. AECOM The work tasks included in the additional survey task group include: Page 9 Task 1. Administration, coordination and meetings related to the additional survey. Task 2. Recover existing control points. Task 3. Recover as -built control points. Task 4. Establish supplemental control points. Task 5. Topographic survey. Task 6. Bridge and culvert surveys. Task 7. Plats, reports and drawings. Task 8. Property owner contacts. Task 9. GEOPAK processing. Survey Assumptions and Limitations 1) Horizontal and vertical control will be tied to the existing SAP 0331 Control Network on Project NHS -20-9(121)--19-31. 2) Bench Levels may be required to replace missing project bench marks. 3) State Right of Entry procedures will be used to enter and survey on private property. It is estimated that nine separate property owners are affected. 4) Drainage area delineations on an aerial photo are not be required. Drainage areas from previous surveys or plans to be used. Survey Deliverables 1) Unedited data collection files, topographic survey files, C files, and I (Index) file. 2) Iowa One -Call Design Request System utility location logs. 3) Flow lines, dimensions, and elevations of found culverts. 4) Microstation and Geopak files of the processed topographic survey data. Task Group 4. Miscellaneous Task Items: Task 1. Project Administration/Project Management Task 2. Quality Assurance/Quality Control Task 3. Meetings -Both meetings associated with the scope modifications as well as compensation for meeting staff hours that are greater than previously estimated. Task 4. Additional fees for past supplemental agreements to compensate WHKS for wage rates that are now higher than the rates included in prior supplemental agreements. Note that these fees would only be added for staff hours that have yet to be used for previously negotiated work tasks. Task 5. Additional effort to address IDOT and City of Dubuque requests since the project was put on hold in June 2012. Task 6. Additional staff hours to prepare, submit and coordinate with IDOT for the preliminary and final interchange submittals for the revised U.S. 20 interchange with the SW Arterial. Task 7. Additional staff hours to update cost estimates and quantities that have now changed due to the roadway modifications. AECOM Page 10 Task 8. Work task reductions due to the removal of the West Access Connector from the project: i) Roadway ii) Bridge Assumptions 1) The SWA will follow the office alignment as shown on the current G sheets. 2) The SWA Bridge over U.S. 20 will remain as 35 mph design speed. 3) The interchange ramp tapers will remain in the currently designed locations. 4) The 5 -legged roundabout will be revised, but will remain in the currently designed location, such that the geometry for the access road and Ramp B are unchanged. 5) GeoPak Corridor Modeler will be used for the re -design. 6) Lighting design and plan development will be provided by others. 7) Borrow design and sheets will not be required. Any borrow required will be provided by the Contractor. 8) U.S. 20 and the frontage roads at the intersection with Old Highway Road will be based on the design concept prepared for IDOT by HDR. 9) WHKS will prepare for, attend and run the PMT meetings for the U.S. 20/OId Highway Road area design development. Twelve (12) monthly meetings are assumed. C. Terracon Scope of Services The tasks for Terracon include additional work required for the added connector road at the U.S. 20 interchange. Task 1: Geotechnical Exploration and Design of the Menards Frontage Road The Menards Frontage Road will now be included in the Southwest Arterial project. Based on the provided aerial, we understand the frontage road will be about 4400 feet along. In addition, U.S. Highway 20 will be widened in both directions for a distance of about 2,500 feet. We understand two culverts (sizes unknown, but one will likely be an RCB) will be constructed. Two retaining walls are now included in the project. One wall is about 350 feet long and will have a maximum exposed wall height of about 7 feet. The other wall is about 325 feet long and will have a maximum exposed wall height of about 6 feet. We propose the following scope: Project Coordination and Field Services ■ Determination of proposed boring locations. ■ Design of sampling plan. ■ Contacting property owners. ■ Contacts for utility locations. ■ Supervision of drilling operations. ■ 48 borings to average depths of 30 feet (including about 130 feet of rock core) ■ 30 borings to average depths of 15 feet. ■ 4 pavement cores on existing U.S. Highway 20. Laboratory Testing ■ Test assignments. AECO Page 11 • 5 unconsolidated, undrained triaxial shear tests. • 3 consolidated, undrained triaxial shear tests • 5 consolidation tests. • 40 Atterberg limits and grain size analyses. • 75 dry density and moisture content tests. • 15 unconfined compressive strength tests on soils. • 30 moisture -density (one -point Proctor) tests. • 1 organic content test (loss on ignition) • Supervision of laboratory testing. • Engineering review of laboratory test results. Engineering and CADD Services • Computer generated boring logs for RCB culvert borings and retaining walls. • Stability analyses for the large road fill area and deep road cut areas (4 locations). • Stability, settlement, and bearing capacity analyses for the retaining walls (2 locations). • Settlement estimates for the culverts (2 locations) • Supplement Report of Soundings for RCB culvert borings. • Remedial soils design to address stability problems at 1 location using typical remedial designs such as flattening the backslope or adding a berm at the toe of the foreslope. • Symbolized results of the drilling and testing in Iowa DOT format added to digital drawings to create Q sheets for the frontage road, U.S. Highway 20, retaining walls, and Soil Profile Sheet for RCB culvert (total of 8 sheets). • Subsurface layer (TIN) files for soils encountered in cut areas. • 3 conference calls with stakeholders • Contract administration Other Conditions Our reports will be sealed by an Iowa Licensed Professional Engineer. The conditions for our work will remain the same as in previous supplemental agreements for this project. We anticipate staking the borings using a hand held GPS with sub -meter accuracy. Based on the proposed boring locations, we anticipate traffic control and right-of-way permits will be required. We understand that the schedule for this project has not been determined. To assure that we can meet the requested schedule, the schedules will be negotiated with all parties when further information is available. D. Vern Schaefer Scope of Services Task 1 - Eliminate Remaining Scope. Dr. Vern Schaefer was originally contracted for "on-call" services to assist Terracon with analysis and testing related to the Maquoketa shale on the project. Dr. Schaefer completed the requested on-call services during the time when the shale was being analyzed for design alternatives. This work has been completed, and Terracon does not anticipate any future consultations with Dr. Schaefer. This task eliminates the remaining unused portion of the budget for Dr. Schaefer. AECOM Page 12 E. RDG Planning and Design Scope of Services The revised tasks for RDG consist of modifications to the previous scope and revisions to previously -completed work, as well as new tasks related to the current enhancement concept design for the project. All of the final design of roadside enhancements is deleted by this revision, including roadside landscaping, trailhead development, kiosks, site furnishings, rest facilities, special signing and other amenities. Further evaluation and design of sustainable design features (other than standard features which are typically used on Iowa primary road projects) is deleted by this revision. RDG's revised scope will be limited to the bridge enhancements for the three SW Arterial bridges over U.S. 20, Catfish Creek and U.S. 151/61. It is anticipated that the bridge enhancement concepts will remain the same as the currently -approved concepts, and that no additional concept analysis and development will be needed for the bridges. RDG's scope is further described as follows. Task 1. Delete Portions of Existing Scope. RDG has already completed portions of the existing scope related to the concept development and design development for sustainable design features, conceptual design for the roadside enhancement features, and concept development and partial design for the bridge enhancements. This task will delete portions of the remaining hours and budgets for selected tasks from the original agreement and previous supplemental agreements. Other partially -completed tasks will remain in the scope. The scope modifications include deleting the unfinished portions of the following tasks: 1. Supplemental Agreement No. 1: RDG's unfinished portion of the following tasks: a. Task 7: Sustainable Design Development. All remaining subtasks under this task will be deleted, including: • Grading and drainage Recreational trail design • Roadway design Erosion control and landscape design • Organize and update worksheets and metric reports b. Task 8: Enhancement Design Development. All remaining subtasks under this task will be deleted, including: • Roadside enhancement recommendations • Graphical based technical memo c. Task 126: Field Exam d. Task 128: Final Design of Roadside Improvements. All remaining subtasks under this task will be deleted, including: • Coordination with erosion control plans Landscape plans Recreational trail Special site features Special low -impact drainage plans Bid items Tabulations Quality control • Final revisions • Printing and submittals • Cost opinion A COM Page 13 2. Supplemental Agreement No. 5: RDG's unfinished portion of the following tasks: a. Task 5c: Additional Enhancement Analysis (developing enhancement concepts for roundabouts) 3. Supplemental Agreement No. 7: RDG's unfinished portion of the following tasks: a. Task 13: Modified Enhancement Design: • Subtask c: Planting design near Military Road • Subtask d.7: Roundabout intersection enhancements at U.S. 20 • Subtask d.8: Roundabout intersection enhancements at U.S. 151/61 Task 2. Additional Bridge Enhancement Design. This task includes the preliminary and final lighting design for the three enhanced bridges over U.S. 20, Catfish Creek, and U.S. 151/61. The lighting design will include roadway, accent and pedestrian -level lighting in accordance with the currently -approved conceptual design for these bridges. The following subtasks are included: 1. Electrical engineering, including final plans and specifications for the electrical control station, conduits and wiring to provide an operational lighting system at each of the three enhanced bridges. 2. Lighting design, including the determination of light poles, fixtures, spacing and placements, and preparation of final plans and specifications to provide an operational lighting system at each of the three enhanced bridges. F. Durrant Scope of Services Durrant's remaining scope of services was transferred to RDG under the previous Supplemental Agreement No. 11, and Durrant's remaining budget was intended to be eliminated. Upon receipt of Durrant's final invoice, it was determined that the cost reduction in Supplemental Agreement No. 11 resulted in a remaining balance of $382.05 in their contract. The current Supplemental Agreement will deduct this amount from the project budget. G. Design Standards The Consultant will monitor and review updates to the State's Highway Division Road Design Manual, Standard Road Plans and Road Design Details. Updates requiring no additional effort on the part of the Consultant will be incorporated into the work by the Consultant. If the Consultant is of the opinion additional effort will be required, the Consultant will so notify the Contract Administrator in accordance with Paragraph 4.3.1 The Contract Administrator will provide written approval or disapproval for the Consultant to incorporate said update into the work and indicate how payment for such work will be addressed. Services provided by the Consultant shall be in conformity with the Standard Practices and Requirements as shown in Attachment B. A COM II. TIME OF BEGINNING AND COMPLETION Page 14 Work under this Supplemental Agreement No. 14 is authorized to begin upon receipt of written Notice to Proceed. The work shall be completed in accordance with the schedule defined in Supplemental Agreement No. 11, which is extended from June 30, 2014, to December 31, 2015. The project development schedule for the Menard's Frontage Road/U.S. 20 Project will be compressed in anticipation of a June 16, 2015, letting. However, there are a number of factors that are beyond the control of the design team, including the Notice to Proceed date, complexity of the design, coordination with the parties involved in the various submittals, reviews and PMT meeting dates, unknown final geotechnical design factors, environmental clearances, right-of- way acquisition, in addition to other unknowns. The design team will work with the City and IDOT to develop a mutually acceptable schedule of IDOT event codes, compressed to meet a June 16, 2015, letting. However, itis not possible for the design team to be responsible for the completion of work tasks/events by others. 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 under the original agreement and Supplemental Agreement Nos. 1, 2, 3, 5, 7, 9, .11 and 13. 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 Fixed Fee 3,200.00 Contingency (151,900.00) Maximum Amount Payable $174,800.00 $129,740.00 0.00 10,000.00 $139,740.00 $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. 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 Total Amount $10,408,780.00 540,700.00 557,100.00 $11,506,580.00 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. AECOM Page 15 IN WITNESS WHEREOF, the parties hereto have executed this Supplemental Agreement No. 14 as of the dates shown below: AECOM TECHNICAL SERVICES, INC. BY ,‘/1 1/A !,1401,1 Doug as W. indel, P.E. Associate Vice President Date 1/7/44 - CITY OF DUBU E, IOWA By ` Date Roy D. Buol Mayor 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. L:\work\ADMINWGREE\SUPPLE\SA14DubuqueSWArt.doc Attachment A Southwest Arterial Final Design City of Dubuque, Iowa Supplemental Agreement No. 14 COST ANALYSIS I. Direct Labor Cost (AECOM Technical Services) Category Hours Rate/Hour Amount Senior Professional 340 $80.00 $27,200.00 Project Professional 434 $53.10 $23,045.40 Staff Professional 86 $42.20 $3,629.20 CADD Operator II 312 $31.35 $9,781.20 CADD Operator I 20 $22.65 $453.00 Project Support 144 $28.45 $4,096.80 $68,205.60 1336 Il. Payroll Burden and Overhead Provisional Costs 147.56% $100,644.18 III. Updated Labor and Overhead Rates SA No. 1 (Remaining Hours 2009 Rates) $1,267,600.00 SA No. 1 (Remaining Hours 2014 Rates) $1,284,400.00 $16,800.00 IV. Direct Project Expenses Category Units Rate/Unit Amount Mileage 5000 0.56 2,800.00 Per Diem 0 40.00 0.00 Lodging 0 80.00 0.00 B/W Copies 4000 0.06 240.00 Color Copies 4000 0.22 880.00 EDM Equipment 0 12.50 0.00 GPS Equipment 0 25.00 0.00 Miscellaneous, Other 829.69 $4,749.69 V. AECOM Estimated Actual Costs $190,399.47 VI. Subcontract Expense WHKS & Co. $462,000.00 Terracon Consulting $137,150.00 RDG Planning and Design -$75,165.00 Vernon R. Schaefer -$62,662.42 Durrant (SA No. 11) -$382.05 $460,940.53 VII. Estimated Actual Costs $651,340.00 VIII. Fixed Fee $24,100.00 IX. Contingency (Reduction of Previously Negotiated Contingency) ($113,000.00) Vernon R. Schaefer ($6,000.00) RDG Planning and Design ($25,000.00) WHKS & Co. ($82,000.00) X. Maximum Amount Payable $562,440.00 Attachment A Southwest Arterial Final Design City of Dubuque, Iowa Supplemental Agreement No. 14 Staff Hour Estimate Description of Work Senior Prof Project Prof Staff Prof CADD Op II CADD Op I Technician Project Support Total Modifications to Previous Scope ............................................ t......Revise U:5:151/61lnterchan.9.e.Plans ...............................................................................................................4 64 16 64 16 164 2.....Modify Olde Davenport Road Design .............................................................................................................................................4.....................8..........................8,...........................4..........................................,..............,....................24.. 3 ...........ayDocuments Modified Parcels from original,.project.....................................................:................................................................................20 32,......,.......,.,,...40 92 Newparcels from Menards Frontage Road........................................................................................................................18.................30...................,..36.........................................................................,.....................................84.. 4 Consultation for Condemnation Hearin s 80 40 40 160 .5.....Modify Environmental "White Pper".................................................................................................................16 44......,,,..,..................................44 104 6 Consultation for. Utility.Agreements 24 .48 8 80 7 Additional ProjectMeetin,.s„and ,Coordination 80 80 48 40 248„ 8 Additional Project Administration 80 64 80 224 9 Additional Public Informational Meeting.. 32 24 24 80 10 Update Labor and Overhead Rates Remaining Hours Originally Contracted at 2009 Rates 990 2,660 3,440 3,010 1,910 290 290 12,590 Remaining Hours Revised to 2014 Rates 990 2,660 3,440 3,010 1,910 290 290 12,590 11 Property Acquisition Coordination With JCG Land 24 28 24 76 Subtotal: Modifications to Existing Scope 340 434 86 312 20 0 144 1,336 TOTAL HOURS 340 434 86 312 20 0 144 1,336 Attachment A Southwest Arterial Final Design City of Dubuque, Iowa Updated Labor and Overhead Rates Supplemental Agreement No. 14 (Original Cost Analyses - Remaining Hours From SA No. 1 COST ANALYSIS I. Direct Labor Cost (AECOM Technical Services) Category Hours Rate/Hour Amount Senior Professional 990 $78.00 $77,220.00 Project Professional 2,660 $52.00 $138,320.00 Staff Professional 3,440 $37.00 $127,280.00 CADD Operator II 3,010 $28.00 $84,280.00 CADD Operator I 1,910 $20.00 $38,200.00 Technician 290 $20.00 $5,800.00 Project Support 290 $25.00 $7,250.00 $478,350.00 12590 II. Payroll Burden and Overhead Provisional Costs 165.00% $789,277.50 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 0 0.565 0.00 Per Diem 0 40.00 0.00 Lodging 0 80.00 0.00 B/W Copies 0 0.06 0.00 Color Copies 0 0.22 0.00 EDM Equipment 0 12.50 0.00 GPS Equipment 0 25.00 0.00 Miscellaneous, Other 0.00 IV. AECOM Estimated Actual Costs Rounded $0.00 $1,267,627.50 $1,267,600.00 Attachment A Southwest Arterial Final Design City of Dubuque, Iowa Updated Labor and Overhead Rates Supplemental Agreement No. 14 (Updated Cost Analyses Remaining Hours From SA No. 1 COST ANALYSIS Direct Labor Cost (AECOM Technical Services) Category Hours Rate/Hour Amount Senior Professional 990 $80.00 $79,200.00 Project Professional 2,660 $53.10 $141,246.00 Staff Professional 3,440 $42.20 $145,168.00 CADD Operator II 3,010 $31.35 $94,363.50 CADD Operator I 1,910 $22.65 $43,261.50 Technician 290 $25.25 $7,322.50 Project Support 290 $28.45 $8,250.50 $518,812.00 12590 II. Payroll Burden and Overhead Provisional Costs 147.56% $765,558.99 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 0 0.565 0.00 Per Diem 0 40.00 0.00 Lodging 0 80.00 0.00 B/W Copies 0 0.06 0.00 Color Copies 0 0.12 0.00 EDM Equipment 0 12.50 0.00 GPS Equipment 0 25.00 0.00 Miscellaneous, Other 0.00 IV. AECOM Estimated Actual Costs Rounded $0.00 $1,284,370.99 $1,284,400.00 Attachment A Southwest Arterial Final Design Seippel Road to Olde Davenport Road City of Dubuque, lova Staff Hour Es Irrlate & Cost Estimate WHKS & Co. Portion Project Manager Structural Engineer 1 Structural Engineer Roadway Engineer 1 Roadway Engineer 2 Structural Technician Roadway Technician Survey Technician Land Surveyor Total Task Group 1 SW Arterial BrldOe OasiOn Tasks US 20 WBL over Catfish Creek Bridge- Due to the new US 20/SWA Interchangelayoutchanges, the SWA over US 20 bridge width will be Increased from the current layout. The length of the US 20 WBL bridge over the South Fork of Catfish Creek will change, because of the IDOT decision toallowthe use of a 3 -span PPCB H -standard badge. The change will maintain the currently designed US 20 roadway profile grades, but will change the span lengths for this structure. The TS&L for the current configuration has been completed and approved by IDOT, design is complete and plans are approximately 75% complete. The impacts of the changes are significant, but WHKS has reviewed the staff hours used to date and it is estimated that the previously negotiated bridge staff hours will be adequate to complete Inc new tasks fora standard bridge thout additional compensation.New tasks I US 20 EBL over Catfish Creek Bridge - Due to Inc new US 20/SWA Interchange layout changes, the SWA over US 20 bridge width will be Increased from the current layout. The length of the US 20 EBL bridge over the South Fork of Catfish Creek will change, becauseof the !DOT decision to allow the use of a 3 -span PPCB H -standard bridge. The change will maintain Inc currently designed US 20 roadway profile grades, but will change the span lengthsfar this structure. The TS&L for the current configuration has been completetland approved by IOOT, design is complete and plans are approximately75% complete. The Impacts of Inc changes are significant, but WHKS has reviewed the staff hours used to dale and 11 Is estimated that the previously negotiated bridge staff hours 0111 be adequate to complete the new tasks for a standard bridge ithoul atltlilional790 nsa,tion,,,N„sw tasks lnclu00. evise brld confit .....�(apam.end submit new TS&L.....������........................................„.,............,.......................,...,.......,..,......,..................... Desl4n„ dp.p. p!,.nsf 40. ae3 span,PPCB,britl9.e...................................................................................................... .......��..........tig"Zil a;.,����.......,��........ IZ'Ar[ciae......ue t.;'' the LI0.....................ner..hangeayou.t.oheingee.,..s....., SWA neer US will be Ccreah Creek t0100 -Due ty tut. nddi Un 20,SWA Interchonable 90000 ais e0 NS structure width will be increased from the current layout. Additionally, due to Inc probable grade raise of US 20, the profile grade for this structure will need to be raised and the end spans lengths will need to be US 20 W6 On -Ramp (Ramp D) Bridge -Due to Inc new US 20/SWA Interchange llayeut changes, this""""' Revleebr!2( e090,0 uretionl eemetr ������..���,...,............�����.����...,US,.2.0..08 On��R.omp�(R.amp.0,8..21i09e..i...Due•fo.In.a'50108..2OISWA..interchange lcYout han9es,.9.W-"" 1 rtk r d IIIkal9b raised N the SWA grade ram. New tasks nclude ......... evlse brld9e ca109u h l9 trY ...... . ........09uol . , . � pie ., , ., a En Iis1Mlll Road overSWABdd ”' �"' - - - '� g tie -The TSB lnol900n antl final plans for this structure are complete.Final ev d. odfyp! f pe t dslandaras rs'urary"Road ovaFSWt'erd9e mefis&�; desYen and tnzl pfansior lFis'slnidiuFe are complete Fnal ata 7were submitted in June 2011. New tasks Include: a. Review d modify ,9 , fupdated„standards Re CulverloverGranger Creek(at 35 61 Ramps) -The TSBL for the current confgiiralionhas been completed, ....,e..........,. ...............9(9l.099mP.1,ate..a9,pJeog.,erscpProfnct!.Y.9P,%oomple.@,.9.00105950118000:....,, ..,,.„,..,,.,.................. Revl d otlry pl i pd dsi d d . ..F .. ..S 2 0ha .,. heh . ....... South Fork Catfish Creak Hydraulics -Due to the new US 211/SWA Interchange layout changes, the current hydraulic analysis modeling will require modifications and re -submittal to 1007 sic etlG n.,�lznes to US 20...............................................................................„,,,.��........,��„�..,,��.�..�.��. ..................��....������.���......��....�����...........".....................................................................................„,...,.........,,..,,,..,.............�.�.,�.���...���.� P ep re FI Id E PI ns SUBTOTAL 1. Istmilon, Coordlnalion, Maetings 6 Additional fees for past supplemental agreements to compensate WHKS for wage rates that are now higher than the rates Included In prior supplemental agreements. Note that these fees would only be added for structural staff hours that have yet to be used for prevlously negotiated work tasks. (See Additional effort to address IDOT and City of Dubuque requests since the project was put on hold In June 2012 - Refer to Attachment detailing work after June 2012 and Cost Analysis sheet .,,��.........,._...,��tctf......310.............arn,... lEi',.,...,...,.... 000d...................,..DOT 1000.0..,._....„....,,..,..,.........,..-.....e..,..,..,...,go..,.... Additional staff hours to prepare, submit antl coordinatewiN IDOT for Ne preliminaryand final Interchange ork'ues an os tsemalm "„„-ir7.w,.,Gi"" �,.,.,,"V..„ �w,x'a.',........................GL,,,..,....., ., ,, removal i the NZest Access Connector Ram )ha'pro}ecj"i5ee"'”""" raducilons due o iha 10 252 ............................... ...............230.. 09 160 20„ 4'0 (8 ...................234.. 24 388 ..................... 39.. 30 102„ 184 ......................... ,...... 21527.. 6 TOTAL HOURS 498 478 173 849 673 382 768 356 227 4,384 Rate Per Hour $65.08 $47.55 $45.18 $30.96 $59.44 $28.10 $23.24 $22.02 $37.81 Direct Labor Amount 532,399.88 $22,728.90 $7,816.14 $26,285.04 $40,003.12 $9,448.20 $17,848.32 87,839.12 $8,582.87 Total Direct Labor $172,951.59 Rounded $172,960.00 Overhead Costs $271,020.00 Direct Expense Costs Units Cost Expenses For Work Performed After June 2012 Work Stop $172.84 Mileage 1,000.00 80.56 $560.00 Meals 80.00 Lodging $0.00 Miscellaneous - postage, printing, reproduction, telephone, etc. $900.00 Permit Fees $9,400.00 Adjustments Addition For Increased Hourly Rates From Previous SA's (Task 4-4) $73,101.93 Addition For Work Performed After June 2012 Work Shop (Task 4-5) $37,114.84 Deduction For West Access Road (Task 4-8) ($151,553.20) Total Estimated Costs $413,676.21 Estimated Costs Rounded 5413,680.00 Fixed Fee (12%- Direct Labor, OH Costs, Adjustments) $48,320.00 Subtotal 5462,000.00 Reduction of Previously Negotiated Contingency ($82,000,00) Maximum Amount Payable $380,000.00 $172,960.00 156.70% $271,020.00 $11,032.64 ($41,338.00) $413,678.84 $402,644.00 Attachment A jv 0 B. 1 Reduction for West Access Road Connector (Task 481 a 4 Total Reducti 0 y 0 O E 0 s. a a m m 1 m Southwest Arterial Final Design Seippel Road to Olde Davenport Road City of Dubuque, Iowa Staff Hour & Cost Estimate Terracon Consultants Direct Labor Cost Category Technician Senior Technician Driller (2 drill staff per rig crew) CAD Drafter Administration/Secreta ry Field / Data Coordinator Project Engineer Senior Project Manager Principal Engineer Senior Consultant 11. Payroll Burden and Overhead Costs III. Direct Project Expenses Category Drill Rig (Hours) Mileage Subtotal Hours Rate/Hour Amount 200 $15.73 $3,146.00 105 $19.13 $2,008.65 480 $22.31 $10,708.80 315 $17.95 $5,654.25 9 $18.43 $165.87 95 $26.90 $2,555.50 225 $34.39 $7,737.75 45 $38.57 $1,735.65 2 $53.78 $107.56 2 $60.42 $120.84 1478 193.54% Units Rate/Unit Amount 240 $58.10 $13,944.00 1750 $0.56 $980.00 IV. Estimated Direct Third Party Expenses Crop Damage At Cost Meals & Accommodations Supplies (Shelby Tubes, hot water for coring) At Cost Traffic Control At Cost Subtotal V. Estimated Actual Costs VI. Fixed Fee (I + II + III) VII. Contingency VIII. Maximum Amount Payable 35 $120.00 $250.00 $4,200.00 $750.00 $2,500.00 Rounded Attachment A $33,940.87 $65,689.16 $14,924.00 $7,700.00 $122,254.03 $122,260.00 $14,890.00 $0.00 $137,150.00 Attachment A Southwest Arterial Final Design Seippel Road to Olde Davenport Road City of Dubuque, Iowa Staff Hour Estimate Terracon Consultants Description of Work Tech. Snr. Tech. Driller CAD Drafter Admin/ Sec. Fld. Data Coord. Prog. Eng. Sr. Proj. Man. Prin. Eng. •Snr. Cons. Total Added/Modified Tasks .....___.............__...._............_.._.___._...___.___.__....____..........___.___....__.___.._ 1 Geotechnical exploration andnddesign.for Mepards Froontage Road 200 105 ......_.._......._..__ 480 315 .................... 9 _...__.___......... 95 225 _ 45 ..._.. 2 _._.._.___.... 2 ..._.._ 1,478 TOTAL HOURS 200 105 480 315 9 95 225 45 2 2 1,478 Attachment A Southwest Arterial Final Design Seippel Road to Olde Davenport Road City of Dubuque, Iowa Staff Hour Estimate & Cost Estimate RDG Planning & Design Description of Work P2-1 LA1 LA2 ILA1 EE LD1 ET Artist Total Deleted Portions of Existing Scope SA No. 1 Task 7 - Sustainable Design Development -10.00 -112.00 -122.00 Task 8 - Enhancement Design Development -48.00 -42.00 -20.00 -110.00 Task 126 - Field Exam -18.00 -18.00 Task 128 - Final Design of Roadside Improvements -191.00 -92.00 -193.00 -502.00 -978.00 SA No. 5 Task 5- Additional Enhancement Analyses -82.00 -9.00 -91.00 SA No. 7 Task 13 - Modified Enhancement Design -14.00 -42.75 -26.00 -82.75 Additional Bridge Enhancement Design Electrical Engineering 8.00 20.00 80.00 150.00 258.00 Lighting Design 18.00 20.00 80.00 118.00 TOTAL HOURS -255.00 -92.00 -431.75 -522.00 80.00 54.00 150.00 -9.00 -1025.75 Rate Per Hour $43.70 $38.22 $24.76 $18.50 $46.59 $41.68 $20.40 $38.10 Direct Labor Amount ($11,143.50) ($3,516.24) ($10,690.13) ($9,657.00) $3,727.20 $2,250.72 $3,060.00 ($342.90) Total Direct Labor Overhead Costs Direct Expense Costs Per Diem Lodging Printing Miscellaneous $0.00 $0.00 $0.00 $0.00 ($26,311.85) ($40,799.15) 155.0600% $0.00 Total Estimated Costs ($67,111.00) Estimated Costs Rounded ($67,111.00) Fixed Fee ($8,053.40) Subtotal ($75,164.40) Subtotal (Rounded) ($75,165.00) Contingency (Reduction for use of Previously Negotiated Contingency) ($25,000.00) Maximum Amount Payable ($100,165.00) ATTACHMENT B ROAD DESIGN SPECIFICATIONS October 2013 Services provided by the Consultant under this agreement shall be in conformity with the Standard Practices and Requirements set forth below. Preparation of plans, specifications, and estimates shall be guided by current Highway Division's Road Design Manual, , current Standard Road Plans, current Road Design Details, current Office of Design MicroStation Consultant Information, current Standard Specifications for Highway and Bridge Construction, and applicable sections of the Federal Aid Policy Guide (FAPG). The consultant shall monitor updates to these documents and incorporate all relevant changes as the contract progresses. This information may be found at: http://www.iowadot.gov/design/automation.htm. If changes cannot be incorporated within the agreed upon budget, the consultant shall send a notice to the contract coordinator including an estimate for the services to incorporate the change and a reference to the changed documents. A. Design Criteria Prior to beginning design work, the consultant shall submit a design criteria checklist as shown in Design Manual section 1 C-1 for the approval. The Consultant shall provide a completed Final Plan Design Criteria Certification statement in conjunction with each final plan submittal. B. Road Plans 1. Plans shall be formatted for printing on 11" x 17" sheets utilizing one of the State's pre- established plan & profile sheet plotting scales (for example: 20 scale, 50 scale, 100 scale). The intent shall be to maximize the detail shown by the plotted plan & profile while conveying the full impact of the construction need. Each group of plan & profile sheets (mainline, individual side roads, borrows, etcetera) shall utilize a single plotting scale throughout. Sheets shall be formatted and labeled according to the guidance in the 1F series of Design Manual chapters. 2. Cross sections shall be developed according to the guidance in the 1F series of Design Manual chapters. Generally, cross sections shall be developed with a ratio of one horizontal to one vertical. Cross sections shall be formatted for plotting on 11" x 17" sheets utilizing one of the State's pre -established horizontal cross section plotting scales (for example: 1"=10', 1"=20', 1"=40', 1"=100', or 1"=200'). The intent shall be to maximize the detail shown by the plotted cross section while conveying the full impact of the construction need. Each group of cross sections (mainline, individual side roads, borrows, etcetera) shall utilize a single horizontal plotting scale throughout. 3. Earthwork computations will be computed by the Average End Area Method. Quantities of rock, Class 12, Class 13, and other unsuitable excavation will be identified separate of Class 10 excavation in the plans. 4. Road plans shall include all pipe culvert details. 5. All property owners' names shall be shown in the plan (H -sheets) and the limits of their holdings. 6. The Consultant shall perform their own Quality Control Review under this contract. 7. When final plans are submitted for approval, they shall be accompanied by an electronic bid item file detailing the plan quantities and an electronic computations file that includes the computations supporting the quantity estimates and hydraulic design. Final plan quantities may also be submitted electronically through the "Bid Items" web application on the DOT web site if the Consultant has requested and been granted access to the application. 8. Preliminary plans may include, but are not limited to, field exam plan submittals (D2 event), bridge submittals (D3 event) right-of-way plan submittals (D5 event), and methods submittals (DM5). The Consultant shall submit a pdf copy of each plan submittal required. 1 9. In addition to pdf copies of preliminary and final plan, the Consultant shall submit preliminary design and final letting plans in electronic format. Electronic plan submittals shall be in accordance with the State's current File Specification for Electronic Plan Submittals. If electronic plan submittals are not in accordance with the State's current file specification, the Consultant will be responsible for correcting any errors. Preliminary plans should be submitted upon completion of the field exam. Final plans should be submitted with Contracts turn -in. In addition, the Consultant shall submit all final drawings to the State as CADD files. Additional electronic files required shall be supplied as directed in the Design Manual. 10. The Consultant shall provide a Digital Terrain Model (DTM) for the completed project. This shall represent the proposed final surface and file -type shall be in accordance with the Design Manual. C. Cost Estimates The Consultant shall provide estimates of the probable cost of construction for the corridor/project or specific project element as required. 1. In general, the Consultant will provide cost estimates or updates there -to in accordance with Design Manual Section 1B-6. 2. The Consultant shall also provide updates to the estimates for the probable cost of construction when any major change to the project scope has occurred (such as inclusion or deletion of major portions of work) or as directed by the Engineer. D. Transition into Final Design The Consultant shall not begin work on any final design task prior to project Environmental approval and (when applicable) Commission approval. Environmental Approval will occur when one of the following has taken place: 1) The project has received a Categorical Exclusion (CE), 2) A Finding Of No Significant Impact (FONSI) has been approved for the project, 3) A final Environmental Impact Statement (EIS) has been approved and available for the prescribed period of time and a Record Of Decision (ROD) has been signed. [Refer to Code of Federal Register Part 23, subpart 771.113 and FHWA Order 6640.1A] Commission approval will occur when the State Transportation Commission has approved the project's alignment and design concepts and authorizes continuation of project development. Any work performed prior to approval will be subject to non payment by the State. E. Erosion Control The Consultant shall develop a Pollution Prevention Plan (PPP) for the project(s), following guidance provided in the Design Manual or as directed by the Engineer. 1. Provide to the Engineer the estimated area to be stabilized with crop seeding and fertilizing; this includes the surface area inside the right-of-way plus easements, and borrow areas off the project (subject to seeding by contract), minus the roadway. The Engineer will review the project plans with regard to the erosion control items and will provide the seed mixtures and fertilizer rates. 2. Incorporate the PPP into the project plans inclusive of all related tabulations, bid items, and quantities for revetment, silt fence, temporary seeding, etc. 3. Prepare and supply to the Engineer all applicable storm water permitting application documents. F. Project Specifications 1. Any Special Provisions required in addition to the Standard Specification of the State will be furnished by the Consultant. 2 2. The Consultant shall also develop specification information, including a method of measurement and basis of payment, for any bid item that is not fully covered by the Standard Specifications or other contract documents. G. Construction Survey Support The Consultant shall provide support to construction survey efforts for the project. This will apply regardless ifthe construction survey effort is undertaken directly by State personnel or by another Consultant in fulfillment of the construction survey bid item. 1. Provide clarification or affirmation of design intent to District or other DOT staff when issues cannot be readily discerned from the plans. 2. Provide background calculations for any bid item when requested by the inspection staff. This includes, but is not limited to, special flow lines or bends in pipes. . Miscellaneous Provisions The following miscellaneous provisions shall apply to the work to be performed and the Engineering services to be furnished under this Agreement: 1. State Responsibility: The State will provide the following: a. All environmental reports and clearances. b. Applications to all state and federal review agencies as required. c. Reproducible standard detail sheets and CADD seed files applicable to the work. d. Existing right-of-way information for primary and interstate roads (Office of Right -of -Way). e. To facilitate Computer Aided Design and Drafting (CADD) compatibility with MicroStation and GeoPak Civil Design Software packages. - Cell libraries -Font and line style libraries -Tabs and typicals -Feature table - color tables -level libraries -seed and original files -Office of Design Microstation Guidelines -ROW information file (Office of Right -of -Way) -ROW seed file (Office of Right -of -Way) - ROW blank plats (Office of Right -of -Way) -ROW user commands (Office of Right -of -Way) 2. All digital data transfers will be provided through Project Wise if Iowa DOT approves the use for this project. 3. The Consultant shall furnish a completed Project Documentation Shell Excel file to facilitate documentation of the project alignments. A template of the Excel file will be furnished by the State. 3 (7/17/2014) Bob Schiesl - RE: Early Approval to Proceed - Menard's Frontage Page 1 From: "Ellis, Kent [DOT]" <Kent.Ellis@dot.iowa.gov> To: "'Bob Schiesl"' <Bschiesl@cityofdubuque.org> CC: Bob Lentz <BOB.LENTZ@aecom.com>, "DOUG.SCHINDEL@aecom.com" <DOUG.SCHINDE... Date: 7/17/2014 2:33 PM Subject: RE: Early Approval to Proceed - Menard's Frontage Road - SW Arterial Bob, The Department concurs with this request. Please proceed to process the supplemental agreement ASAP. This written concurrence to proceed is for Task 2 only in the new supplemental agreemen Thanks, Kent L. Ellis, P.E. Local Systems Engineer District 6 Office 5455 Kirkwood Blvd. SW Cedar Rapids, IA 52404 kent.ellis@dot.iowa.gov 319-364-0235 Original Message From: Bob Schiesl [mailto:Bschiesl@cityofdubuque.org] Sent: Thursday, July 17, 2014 9:11 AM To: Ellis, Kent [DOT] Cc: Bob Lentz; DOUG.SCHINDEL@aecom.com Subject: Early Approval to Proceed - Menard's Frontage Road - SW Arterial Kent for extra work.`' The City has reviewed the request on behalf of AECOM / WHKS for approval to proceed with the initial design coordination work associated with the development of the Menards Frontage Road as extra work as part of the Southwest Arterial project. The City supports and approves the request for an early notice to proceed for only the extra work outlined as "Task 2" scope of services. This initial design coordination work is anticipated to take approximately 140 staff hours which calculates to an estimated cost of $14,800 (see the attached cost estimate summary). This estimated cost appears to be reasonable and appropriate. The extra work scope of services outlined as "Task 2" will be incorporated into the future Supplemental Agreement No. 14, which is currently being reviewed and finalized. The City respectfully requests Iowa DOT written concurrence for approval to issue an early notice to proceed for only the extra work outlined as "Task 2" for the Menards Frontage Road which is within the original scope of the Southwest Arterial project. Regards, Bob Robert D. Schiesl, P.E. Assistant City Engineer City of Dubuque City Hall, 50 W 13th Street Office - 563.589.4270 Bschiesl@Cityofdubuque.org (7/17/2014) Bob Schiesl - RE: Early Approval to Proceed - Menard's Frontage Page 2 On 7/15/2014 at 5:28 PM, "Schindel, Doug" <DOUG.SCHINDEL@aecom.com> wrote: Hi Bob, Per our conversations, due to the schedule of the Menard's frontage road design being accelerated, we are respectfully requesting an early Notice to Proceed for the initial work required for reviewing the Menard's frontage road design criteria. As you are aware, this is one of the tasks in the Supplemental Agreement No. 14 currently under review and not anticipated to be completely approved until sometime in August. This work will be completed by our sub -consultant, WHKS & Company. We are making this request, as the need for this work to begin before the SA can be fully processed is required to assist in keeping the project on schedule. The following is the task description for this item which will be included in the SA No. 14 Agreement: Task 2 - Revisions to Frontage Road Concept. Previous staff hours were based on the utilization of an alignment and preliminary profile previously developed. Incorporating the new conceptual design provided by Iowa DOT will require review and the development of the new horizontal and vertical alignments in compliance with the project design standards. New typical sections will also need to be developed. Attached for your review is the staff hour estimate and corresponding cost analyses for this work task. Please let me know if you have any questions. Thank you for your consideration of this request. Doug Douglas W. Schindel, PE Associate Vice President Iowa Operations Manager D 319.874.6594 doug.schindel@aecom.com AECOM 501 Sycamore Street, Suite 222 Waterloo, Iowa 50703 T 319.232.6531 F 319.232.0271 www.aecom.com. 0 0 0 0 rn O 0 0 O O O 64 O O O co 0 ?� U O c O V 0 0 N M 64 CO CDN 60 O O 0 N 64 O O O 60 0 N °1 � N f0 O O) ccLf., 0 0 a W 60 0 (0 N N o rn cew 0: E t0 O r 60 0 CO 0 0 m 60 O 0 0 0 0 0) v 60 0 0 63 0 0 m 0 O Lri d era- 00 C: :0 . 0 ll 0 r4 2 : 0: :Q • :c[ :0. . i io: E . LIZ m. a o. 0 N TOTAL HOURS Rate Per Hour Direct Labor Amount O O O • O (00 O c- O N 0. 604 cM O 0) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (0 O O 0 0 0 0 0 0 0 (O 64 64 64 0 0 0 O N N 0 00 10 to CO 0 64 64 64te 64 Total Direct Labor a c 0 (0 K U N C O 0) 0 v> 0 0 THE CITY OF Dui Masterpiece 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 Iowa DOT Project No. STP -U-2100 (634)--70-31 DATE: August 26, 2014 Dubuque band AI -America City r 2007 • 2012 • 2013 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. In November 2012, the Iowa Department of Transportation changed the design of the project. The decision by the Iowa Department of Transportation to change the interchange design negates approximately 24 months of preliminary and final engineering design development for the two interchange areas, and will require significant plan changes. This will also require the design team to take a step back in the design process and again re-initiate the preliminary design phase to evaluate the interchange types and configurations. Assistant City Engineer Bob Schiesl recommends City Council authorization for 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. I concur with the recommendation and respectfully request Mayor and City Council approval. .�st✓�'�t Y � Mic ael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Robert Schiesl, Assistant City Engineer Gus Psihoyos, City Engineer 2 THE CITY OF DIIbu Masterpiece on the Mississippi TO: FROM: SUBJECT: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer Robert Schiesl, Assistant City Engineer 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: August 26, 2014 INTRODUCTION Dubuque bitetri All -America City 1 r 2007 • 2012 • 2013 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. In November, 2012 the Iowa DOT changed the design of the project. Following the November announcement, the City continued the position that all major design team efforts remain temporarily on -hold while the City and the Iowa DOT further refined and clarified the proposed changes, define the design parameters moving forward and evaluate the changes to the final engineering design scope of services. The decision by the IDOT to change the interchange design negates approximately 24 months of preliminary and final engineering design development for the two interchange areas, and will require significant plan changes. This will also require the design team to take a step back in the design process and again re-initiate the preliminary design phase to evaluate the interchange types and configurations. The preliminary re -design efforts for the interchanges will be quite extensive. The re- design efforts will require the design team to: evaluate new interchange layouts; perform detailed traffic analysis; develop new signalized intersection details; investigate design variations for the bridges; coordinate reviews with Iowa DOT staff; evaluate potential impacts to right-of-way acquisition at the interchange locations; evaluate potential impacts to wetlands; historic and cultural resource areas; review watershed and stream crossing impacts, and environmental clearance compliance. December 2013 to June 2014 - the design team has been evaluating the level of re- design efforts required so that a supplemental agreement to the existing design contract can be developed for the continued development and advancement of the Southwest Arterial project. 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. The Consultant Professional Services - Supplemental Agreement authorizes AECOM to provide the revised scope of services in accordance with Iowa DOT and FHWA procedures and requirements. As a result of the proposed design and plan modifications, the original scope of services needs to be revised to reflect the following task modifications to previously -completed design elements, as well as new tasks which are considered "critical path schedule items" that are required to continue to advance the completion of the final engineering design phase: • U.S. 20 Interchange: Revisions to the preliminary design plans to eliminate the roundabout intersection at the westbound ramp terminal, redesign the ramp with a conventional signalized intersection. • U.S. 20 Interchange: Revisions to the preliminary design plans to incorporate a 5 -leg roundabout intersections at the eastbound ramp terminal. • U.S. 20 Interchange: The new interchange layout will require the interchange bridge over U.S. 20 to change from the previous 3 -lane bridge to a wider 4 -lane structure. • U.S. 20 Interchange: The new interchange layout will require the current hydraulic analysis modeling to be updated. • U.S. 61/151 Interchange: Revisions to the preliminary construction plans to eliminate the roundabout intersections and redesign the ramp terminals with conventional signalized intersections. • Right -of -Way Documents: preparation of additional or revised right-of-way plats, temporary and permanent easement plats, legal descriptions, plot plans and summary sheets for revised or new right-of-way parcels associated with the design changes. • NEPA Re -Evaluation: Due to the project design changes / revisions that occurred since 2010, a public informational meeting was conducted and a summary report prepared and submitted to FHWA for review and approval. With the Iowa DOT's recent completion of the U.S. 20 Location Study, and the final selection of the preferred 6 -Lane Alternative B, this provided guidance and direction on future capacity improvements along U.S. 20 between Old Highway Road and Cresent Ridge intersections. The future capacity improvements include the reconstruction of the Old Highway Road intersection; adding additional turn lanes and mainline widening of U.S. 20; the closure of the existing Menards at -grade intersection and the construction of the new frontage road along the south side of U.S. 20, extending from the Old Highway Road intersection to Menards. Due to the location of the existing Menards at -grade intersection and the location of the Southwest Arterial - U.S. 20 interchange, spacing and access control requirements mandate that the Menards at -grade intersection be closed prior to opening the Southwest Arterial - U.S. 20 interchange. As a result, the "Menards Frontage Road" and related improvements are being added to the final engineering design phase of the Southwest Arterial project, and will include the following tasks: • Menards Frontage Road Design • Old Highway Road Intersection Design • U.S. 20 Mainline Widening and Turn Lanes • Drainage, Storm Sewer and Culvert Design • Right -of -Way Property Acquisition Layout • Staging and Traffic Control Design • Traffic Signal Design • Geotechnical Investigation The design team is currently evaluating the level of effort required for modifications to previously -completed design elements, as well as new tasks which are required for the "grade four lanes/pave two lanes" project in addition to the "pave remaining two lanes" project so that a future Supplemental Agreement No. 15 can be developed to continue to advance the completion of the final engineering design phase in accordance with and subject to the approval of both the Iowa DOT and FHWA. 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: The project funding summary is as follows: CIP Descri 'tion Amount 3001287 Supplemental Agreement No. 14 - Scope of Services Revisions $ 653,850 3001287 Total Project Cost $ 653,850 The project funding summary is as follows: CIP Funding Source Amount 3001287 Federal SAFETEA-LU Funding (80%) $ 523,080 3001287 Local Funding (20%) 130,770 Total Project Funding 653 850 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. to include the completion of right-of-way property acquisition for 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 AECOM FE Consultant Agreement Suppl No. 14 - Council Approval Memo.doc RESOLUTION NO. 283-14 RESOLUTION APPROVING THE CONSULTANT PROFESSIONAL SERVICES - SUPPLEMENTAL AGREEMENT NO. 14 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 proposed design and plan 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. 14 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 No. 14 with AECOM Technical Services, Inc. for the final engineering design phase of the Southwest Arterial project. Passed, approved and adopted this 2nd day of September, 2014. , 41 Attest: Trish L. Gleason, Assistant City Clerk oy D. Buol, Mayor A=COM 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. 14 WHEREAS, a Professional Services Agreem ent 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 A=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 desire to amend the previous agreements to include additional design elements and other design revisions 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 under this 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 several activities to modify the previous design scope and to include new design elements which are now included in the "grade four lanes/pave two lanes" project and also to add new services for the design of the future "pave four lanes" project. The tasks are described as follows: A.1. Tasks Related to the "Grade Four Lanes/Pave Two Lanes" Project. These tasks represent modifications to previously -completed design elements, as well as new tasks which are required for the "grade four lanes/pave two lanes" project in accordance with the current design concept approved by the City and Iowa DOT. In addition to the AECOM tasks listed below, other tasks will be provided by WH KS and are described elsewhere in this scope. The following tasks are included for AECOM: Task 1 - Revise US 151/61 Interchange Plans. This task includes revisions to the preliminary construction plans at the US 151/61 interchange to eliminate the roundabout intersections and to redesign the intersections to accommodate oversize/overweight (OSOW) vehicles, in accordance with the agreed conceptual design. This task will include revisions to the horizontal alignment, profile grade, intersection details, drainage structures and cross sections which were completed for the previous interchange design. A=COM Page 3 Task 2 - Modify Olde Davenport Road Design. This task includes adding aturnaround on Olde Davenport Road to the west of the Granger Creek Bridge to accommodate access to the proposed wetland mitigation site. This task includes the geometric design, cross sections, earthwork design, signing and incidental tasks for the turnaround. Task 3 - Modify or Add Additional Right -of -Way Documents. This task includes the preparation of additional or revised right-of-way plats, temporary and permanent easement plats, legal descriptions, plot plans and summary sheets for revised or new right-of-way parcels associated with the design changes. The following parcels are included in this task: • Parcel 129 (Haupert) — Supplementary Plat for Revised Culvert/Grading Design • Parcel 150B (Valentine) — Easements for Field Access Lane and BP Pipeline Relocation • Parcel 152 (Kress) — Revised Plats for Turnaround, for Purchase of Knepper Lane and for BP Pipeline Relocation • Parcel 161 (Reuter) — Revised Plat for Roadway Revisions and Easement for BP Pipeline Relocation • Parcel 187 (Luckstead) — Revised Plat for Connector Road "A" Revision • Parcel 195A (O'Rourke) — Revised Plat for US 151/61 Interchange Revision • Three partial acquisition parcels for the Menards Frontage Road • Two Temporary Easement Parcels for the Menards Frontage Road Task 4 - Consultation for Condemnation Hearings. This task includes on-call consultation related to condemnation hearings and appeals during the right-of-way acquisition process. AECOM will provide materials, consultation and representation, as requested by the City. As the extent of this task is unknown, the task is limited to the estimated hours and costs provided in the staff -hour listing. Task 5 - Modify Environmental "White Paper". This task includes preparation of the modified environmental "white paper" to document the significant revisions from the original Environmental Impact Statement and to incorporate the current concept for the Menards Frontage Road. This task includes determination of the associated impacts which need to be documented (such as farmland area, wetland area, forested area, etc.), and preparation of the "white paper" for submittal to DOT. It is anticipated that the level of detail required will be similar to the original "white paper" which was prepared earlier in the project. Task 6 - Consultation for Utility Agreements. This task includes on-call consultation related to the negotiation of utility agreements for the project. It is anticipated that this will include the Black Hills Energy gas pipeline, the BP petroleum pipeline and the Century Link lines along U.S. 151/61. AECOM will provide materials, consultation and representation as requested by the City. As the extent of this task is unknown, the task is limited to the estimated hours and costs provided in the staff -hour listing. Task 7 - Additional Proiect Meetings and Coordination. This task includes the additional meetings, conference calls, web meetings and other coordination associated with the scope and schedule modifications in this supplemental agreement. Task 8 - Additional Proiect Administration. This task includes the additional in-house administrative activities and project team coordination between consultants which are associated with the revised Scope of Services and schedule modifications in this su pp lem ental agreem ent. A=COM Page 4 Task 9 - Additional Public Informational Meeting. One additional public informational meeting will be conducted as required by FHWA for approval of the environmental "white paper." The Consultant will prepare display materials for the meeting, will assist in preparing the presentation, and will assist in conducting the meeting and preparing responses to citizen comments following the meeting. The City will arrange the meeting space, complete any advance advertising and mailings, and prepare and conduct the presentation. It is not anticipated that a formal transcript or meeting summary will be prepared. Task 10 - Update Labor and Overhead Rates. The original final design tasks for the SW Arterial were contracted on September 1, 2009, with an anticipated completion date of December 31, 2011. The original design contract was based on 2009 labor and overhead rates. The schedule for the project was subsequently revised, and a significant portion of the original design tasks have not yet been completed. Since 2009, AECOM's overhead rate has dropped from 165% to 147.56%, and labor rates have increased due to inflation. This task updates the labor and overhead rates for the original design contract hours which have not yet been expended. No new hours are added under this task. Task 11 - Property Acquisition Coordination with JCG Land. This task includes the coordination and exchange of information with JCG Land to accommodate their subcontract services for the acquisition of 28 right-of-way parcels. Activities included in this task are subcontract preparation and administration, processing of invoices, communications, exchange of files and information, and day-to-day coordination activities. B. WH KS Scope of Services Iowa DOT has determined that a frontage road will be designed, extending from south of the existing Menards entrance to a relocated intersection of Old Highway Road. The frontage road, labeled the "Northeast Access Connector Road" in the preliminary plans, will be on the east side of US 20 and will be in general conformance with the US 20 Location Study/EA Addendum, Refined Alternative B, 6 -Lane Alternative. This supplemental agreement will also include modifications to the design of several bridges throughout the corridor. The bridges' locations and the required design scope of work are described below. The scope of services is modified to include the following tasks, which were not included in the original scope or previous supplemental agreements. Task Group 1. SW Arterial Bridge Design Tasks: Task 1 - US 20 WBL over Catfish Creek Bridge. Due to the new US 20/SWA interchange layout changes, the SWA over US 20 bridge width will be increased from the current layout. The length of the US 20 WBL bridge over the South Fork of Catfish Creek will change, because of the IDOT decision to allow the use of a 3 -span PPCB H - standard bridge. The change will maintain the currently designed US 20 roadway profile grades, but will change the span lengths for this structure. The TS&L for the current configuration has been completed and approved by IDOT, design is complete and plans are approximately 75% complete. New tasks include: a) Revise Bridge Configuration/Geometry b) Prepare and Submit New TS&L A=COM Page 5 c) Design and Prepare Plans for 40' Wide, 3 -Span PPCB H -Standard Bridge The impacts of the changes are significant, but WHKS has reviewed the staff hours used to date and it is estimated that the previously negotiated bridge staff hours will be adequate to complete the new tasks for a standard bridge without additional compensation. Task 2 - US 20 EBL over Catfish Creek Bridge. Due to the new US 20/SWA interchange layout changes, the SWA over US 20 bridge width will be increased from the current layout. The length of the US 20 EBL bridge over the South Fork of Catfish Creek will change, because of the IDOT decision to allow the use of a 3 -span PPCB H - standard bridge. The change will maintain the currently designed US 20 roadway profile grades, but will change the span lengths for this structure. The TS&L for the current configuration has been completed and approved by IDOT, design is complete and plans are approximately 75% complete. New tasks include: a) Revise Bridge Configuration/Geometry b) Prepare and Submit New TS&L c) Design and Prepare Plans for 40' Wide, 3 -Span PPCB H -Standard Bridge The impacts of the changes are significant, but WHKS has reviewed the staff hours used to date and it is estimated that the previously negotiated bridge staff hours will be adequate to complete the new tasks for a standard bridge without additional compensation. Task 3 - SWA over US 20 and Catfish Creek Bridge. Due to the new US 20/SWA interchange layout changes, this structure width will be increased from the current layout. The TS&L for the current configuration was in progress. New tasks include: a) Revise Bridge Configuration/Geometry b) Update in Progress TS&L Task 4 - US 20 WB On -Ramp (Ramp D) Bridge. Due to the new US 20/SWA interchange layout changes, this structure location and grade will be changed with the revised interchange layout. New tasks include: a) Revise Bridge Configuration/Geometry Task 5 - US 20 EB On -Ramp (Ramp C) Bridge. Due to the new US 20/SWA interchange layout changes, this structure grade will be changed with the SWA revised interchange layout and revisions to the 5 -legged roundabout. New tasks include: a) Revise Bridge Configuration/Geometry Task 6 - English Mill Road over SWA Bridge. The TS&L, design and final plans for this structure are complete. Final Plans were submitted in June 2011. New tasks include: a) Review and Modify Plans for Updated Standards Task 7 - Military Road over SWA Bridge. The TS&L, design and final plans for this structure are complete. Final Plans were submitted in June 2011. New tasks include: a) Review and Modify Plans for Updated Standards A=COM Page 6 Task 8 - Culvert over Granger Creek (at US 61 Ramps). The TS&L for the current configuration has been completed, design is complete and plans are approximately 90% complete. New tasks include: a) Review and Modify Plans for Updated Standards Task 9 - South Fork Catfish Creek Hydraulics. Due to the new US 20/SWA interchange layout changes, the current hydraulic analysis modeling will require m odifications. Task Group 2. US 20 Northeast Access Connector Road (aka Menards' Frontage Road) Design Tasks: The Northeast Access Connector Road will be designed in general conformance with the US 20 Location Study/EA Addendum, Refined Alternative B, 6 -Lane Alternative. Supplemental Agreement No. 2 deleted the staff hours related to the Northeast Access Connector Road and the relocated connection of Old Highway Road, west of US 20. Supplemental Agreement No. 8 restores the staff hours that were previously deleted in Supplemental Agreement No. 2, Tasks 26, 27 and 29. In addition, Supplemental Agreement No. 8 provides additional staff hours for the additional work caused by changes in the frontage road concept, the development of auxiliary lanes on US 20 at the proposed relocated Old Highway Road intersection, and for the intersection traffic signal system design. Work on US 20 related to the Northeast Access Connector Road will be limited to the full build -out of the Old Highway Road intersection to the ultimate configuration, tapering back to the existing roadway section as soon as possible. It is assumed that this work will produce construction plans that will be let independently of other SW Arterial construction packages. The plans will be prepared on 11'x17" sheets at a scale of 1"=200'. The following work tasks will be required: Task 1 — Restore Previously Negotiated Staff Hours Work to include: 1) The title and legend sheets (A -Series Sheets). 2) Typical cross sections and road design details (B -Series Sheets). 3) Bid Items and General Notes (C -Series Sheets) to include the following: a) Bid Item and Quantity Listing b) Estimate Reference Information c) General Notes 4) Tabulations and Quantities (C -Series Sheets). Detailed tabulations will be included for most bid items in accordance with Iowa DOT standards. This task includes the roadway grading tabulations which are not included elsewhere in the scope. Final bid quantities will be calculated and tabulated. 5) Plan and Profile Sheets (D-, E- and F -Series Sheets). This task consists of preparing the final plan and profile sheets for the project based on the previously completed design concept. 6) Geometric Layout Sheets (G -Series Sheets). This task includes the geometric layout sheets, including centerline layouts and tabulations of geometric curve data and super elevation data. 7) Right -of -Way Layout Sheets (H -Series Sheets). Separate sheets will be included to show the new right-of-way and easement layouts for the project. 8) Staging and Traffic Control Design (J -Series Sheets). It is anticipated that the project will be constructed in stages to allow access to adjacent roads and A=COM Page 7 properties to the extent practical. The scope for the construction staging plan is based on the following conditions: a) U.S. 20 will be kept open to 4 lanes of traffic. b) Other side roads may be temporarily closed during certain stages of the project. No on-site or marked detours are anticipated. 9) Intersection Details (L -Series Sheets). This task includes preparation of final intersection geometric layouts, including intersection radius design, spot elevations, and edge profiles for all paved intersections and cul-de-sacs. 10) Drainage and Culvert Design (M -Series Sheets). This task includes the final design of the drainage system and tabulation of crossroad pipe culvert drainage structures. The final drainage area maps and 1"=20' scale layouts for each culvert are included in this Scope. The following subtasks are included: a) Crossroad Pipe Culvert Design, Pink Sheets and Culvert Plats - Assume Six (6) Culverts b) Storm Sewer System Design (Estimated for 50 Intakes and 10 Utility Accesses), and "M" Sheets c) Tabulation of "Drainage Structures by Road Contractor" d) Tabulation of Storm Sewers 11) Soils Sheets (Q -Series Sheets). The soil profile base sheets (Q -Series Sheets) will be developed by WHKS and completed by Terracon Consultants. 12) Soils and Earthwork Design (T -Series Sheets). This task includes the final determination of earthwork quantities and design requirements, including cut and fill volumes. The geotechnical design for this project is being completed by Terracon Consultants. The tabulation of earthwork quantities is included in this task. 13) Detail Sheets (U -Series Sheets). The U -Series Sheets will be developed by WHKS. 14) Cross Section Sheets. Cross section sheets will be designed and developed for all affected roadways. Task 2 - Revisions to Frontage Road Concept. Previous staff hours were based on the utilization of an alignment and preliminary profile previously developed. Incorporating the new conceptual design provided by IDOT will require review and the development of the new horizontal and vertical alignments in compliance with the project design standards. New typical sections will also need to be developed. Task 3 - Traffic Signal Design (N -Series Sheets). The traffic signal system will be designed and the N -series sheets will be developed by WHKS. Task 4 - Additional Work Related to Adding Lanes to US 20. With the goal of designing the relocated US 20 intersection to the ultimate configuration, WHKS will design and develop plans for US 20 for limits of construction to be established through coordination with IDOT. Design and detail the appropriate traffic control and staged construction details to maintain 2 lanes of traffic in each direction on US 20, and maintain access to affected entrances and side roads. Task 5 - Prepare Field Exam Plans. Prepare plans for, coordinate and attend a field exam meeting IDOT requirements, in order to confirm the design. Task 6 - Address Field Exam Comments. Based on the comments and directives obtained at the Field Exam, WHKS will document the Field Exam and incorporate the directives into the plans. A=COM Page 8 Task 7 - Prepare ROW Field Exam Comments. Using the ROW and ownership information provided byAECOM, WHKS will establish the preliminary ROW need lines and proposed ROW, and depict the preliminary ROW in a set of plans suitable for a ROW field exam. Changes to the ROW will be documented and the plans will be revised per IDOT and City comments. The development of Plot Plans and Acquisition Plats will be by AECOM. Task Group 3. Additional Survey Tasks: The current WHKS survey budget has been utilized for previous design activities. Additional survey required for the new design tasks include: • US 20 Interchange Area. Additional survey staff hours are requested to establish survey benchmarks and reference ties, so the plans can be in conformance with the IDOT "Office of Design Preliminary Survey Specifications", now that IDOT will let and construct the projects. • US 20 East Side Frontage Road to Menards. The topographic survey performed by WH KS will supplement the previous surveys and aerial mapping developed by the State. Note that the existing hard shots for US 20 that are available from IDOT were taken in 1994, and are no longer considered valid. The topographic survey performed by WHKS will be in accordance with the IDOT "Office of Design Preliminary Survey Specifications". This work will include: • Recover and verify horizontal and vertical control points established for SAP 0331 performed in 2004 as needed to establish additional control. D Establish approximately 12 additional supplemental control points and bench marks along survey limits as needed. D Topographic survey of edge of pavement along existing eastbound and westbound US 20 approximately 5000 feet long including edge of pavement at five intersections and median crossovers. D Topographic survey along the proposed frontage road approximately 4000 feet long. D Topographic survey along Old Highway Road from the intersection of Radford Road to the intersection US 20 approximately 900 feet long. • Topographic survey of approximately six US 20 drainage structures in the survey limits, if found. • Initiate Iowa One -Call Design Request System for Quality Level C or D utility locations and shoot existing utilities. • Office processing of Topographic and DTM shots. The work tasks included in the additional survey task group include: Task 1. Administration, coordination and meetings related to the additional survey. Task 2. Recover existing control points. Task 3. Recover as -built control points. Task 4. Establish supplemental control points. Task 5. Topographic survey. Task 6. Bridge and culvert surveys. Task 7. Plats, reports and drawings. Task 8. Property owner contacts. Task 9. GEOPAK processing. A=COM Survey Assumptions and Limitations Page 9 1) Horizontal and vertical control will be tied to the existing SAP 0331 Control Network on Project NHS -20-9(121)--19-31. 2) Bench Levels may be required to replace missing project bench marks. 3) State Right of Entry procedures will be used to enter and survey on private property. It is estimated that nine separate property owners are affected. 4) Drainage area delineations on an aerial photo are not be required. Drainage areas from previous surveys or plans to be used. Survey Deliverables 1) Unedited data collection files, topographic survey files, C files, and I (Index) file. 2) Iowa One -Call Design Request System utility location logs. 3) Flow lines, dimensions, and elevations of found culverts. 4) Microstation and Geopak files of the processed topographic survey data. Task Group 4. Miscellaneous Task Items: Task 1. Project Administration/Project Management Task 2. Quality Assurance/Quality Control Task 3. Meetings -Both meetings associated with the scope modifications as well as compensation for meeting staff hours that are greater than previously estimated. Task 4. Additional fees for past supplemental agreements to compensate WH KS for wage rates that are now higher than the rates included in prior supplemental agreements. Note that these fees would only be added for staff hours that have yet to be used for previously negotiated work tasks. Task 5. Additional effort to address IDOT and City of Dubuque requests since the project was put on hold in June 2012. Task 6. Additional staff hours to prepare, submit and coordinate with IDOT for the preliminary and final interchange submittals for the revised US 20 interchange with the SW Arterial. Task 7. Additional staff hours to update cost estimates and quantities that have now changed due to the roadway modifications. Task 8. Work task reductions due to the removal of the West Access Connector from the project: i) Roadway ii) Bridge Assumptions 1) The SWA will follow the office alignment as shown on the current G sheets. 2) The SWA Bridge over US 20 will remain as 35 mph design speed. 3) The interchange ramp tapers will remain in the currently designed locations. A=COM Page 10 4) The 5 -legged roundabout will be revised, but will remain in the currently designed location, such that the geometry for the access road and Ramp B are unchanged. 5) GeoPak Corridor Modeler will be used for the re -design. 6) Lighting design and plan development will be provided by others. 7) Borrow design and sheets will not be required. Any borrow required will be provided by the Contractor. 8) US 20 and the frontage roads at the intersection with Old Highway Road will be based on the design concept prepared for IDOT by HDR. 9) WHKS will prepare for, attend and run the PMT meetings for the US 201OId Highway Road area design development. Twelve (12) monthly meetings are assumed. C. Terracon Scope of Services The tasks for Terracon include additional work required for the added connector road at the US 20 interchange. Task 1: Geotechnical Exploration and Design of the Menards Frontage Road The Menards Frontage Road will now be included in the Southwest Arterial project. Based on the provided aerial, we understand the frontage road will be about 4400 feet along. In addition, U.S. Highway 20 will be widened in both directions for a distance of about 2,500 feet. We understand two culverts (sizes unknown, but one will likely be an RCB) will be constructed. Two retaining walls are now included in the project. One wall is about 350 feet long and will have a maximum exposed wall height of about 7 feet. The other wall is about 325 feet long and will have a maximum exposed wall height of about 6 feet. We propose the following scope: Project Coordination and Field Services ■ Determination of proposed boring locations. ■ Design of sampling plan. ■ Contacting property owners. ■ Contacts for utility locations. ■ Supervision of drilling operations. ■ 48 borings to average depths of 30 feet (including about 130 feet of rock core) ■ 30 borings to average depths of 15 feet. ■ 4 pavement cores on existing US Highway 20. Laboratory Testing ■ Test assignments. ■ 5 unconsolidated, undrained triaxial shear tests. ■ 3 consolidated, undrained triaxial shear tests • 5 consolidation tests. • 40 Atterberg limits and grain size analyses. • 75 dry density and moisture content tests. ■ 15 unconfined compressive strength tests on soils. ■ 30 moisture -density (one -point Proctor) tests. ■ 1 organic content test (loss on ignition) ■ Supervision of laboratory testing. A=COM ■ Engineering review of laboratory test results. Page 11 Engineering and CADD Services ■ Computer generated boring logs for RCB culvert borings and retaining walls. ■ Stability analyses for the large road fill area and deep road cut areas (4 locations). ■ Stability, settlement, and bearing capacity analyses for the retaining walls (2 locations). ■ Settlement estimates for the culverts (2 locations) ■ Supplement Report of Soundings for RCB culvert borings. ■ Remedial soils design to address stability problems at 1 location using typical remedial designs such as flattening the backslope or adding a berm at the toe of the foreslope. • Symbolized results of the drilling and testing in Iowa DOT format added to digital drawings to create Q sheets for the frontage road, U.S. Highway 20, retaining walls, and Soil Profile Sheet for RCB culvert (total of 8 sheets). • Subsurface layer (TIN) files for soils encountered in cut areas. ■ 3 conference calls with stakeholders ■ Contract administration Other Conditions Our reports will be sealed by an Iowa Licensed Professional Engineer. The conditions for our work will remain the same as in previous supplemental agreements for this project. We anticipate staking the borings using a hand held GPS with sub -meter accuracy. Based on the proposed boring locations, we anticipate traffic control and right-of-way permits will be required. We understand that the schedule for this project has not been determined. To assure that we can meet the requested schedule, the schedules will be negotiated with all parties when further information is available. D. Vern Schaefer Scope of Services Task 1- Eliminate Remaining Scope. Dr. Vern Schaefer was originally contracted for "on-call" services to assist Terracon with analysis and testing related to the Maquoketa shale on the project. Dr. Schaefer completed the requested on-call services during the time when the shale was being analyzed for design alternatives. This work has been completed, and Terracon does not anticipate any future consultations with Dr. Schaefer. This task eliminates the remaining unused portion of the budget for Dr. Schaefer. E. RDG Planning and Design Scope of Services The revised tasks for RDG consist of m odifications to the previous scope and revisions to previously -completed work, as well as newtasks related to the current enhancement concept design for the project. All of the final design of roadside enhancements is deleted by this revision, including roadside landscaping, trailhead development, kiosks, site furnishings, rest facilities, special signing and other amenities. Further evaluation and design of sustainable design features (other than standard features which are typically used on Iowa primary road projects) is deleted by this revision. RDG's revised scope will be limited to the bridge enhancements for the three SW Arterial bridges over US 20, Catfish Creek and US 151/61. It is anticipated that the bridge enhancement A=COM Page 12 concepts will remain the same as the currently -approved concepts, and that no additional concept analysis and development will be needed for the bridges. RDG's scope is further described as follows. Task 1. Delete Portions of Existing Scope. RDG has already completed portions of the existing scope related to the concept development and design development for sustainable design features, conceptual design for the roadside enhancement features, and concept development and partial design for the bridge enhancements. This task will delete portions of the remaining hours and budgets for selected tasks from the original agreement and previous supplemental agreements. Other partially -completed tasks will remain in the scope. The scope modifications include deleting the unfinished portions of the following tasks: 1. Supplemental Agreement No. 1: RDG's unfinished portion of the following tasks: a. Task 7: Sustainable Design Development. All remaining subtasks under this task will be deleted, including: • Grading and drainage • Recreational trail design • Roadway design • Erosion control and landscape design • Organize and update worksheets and metric reports b. Task 8: Enhancement Design Development. All remaining subtasks under this task will be deleted, including: • Roadside enhancement recommendations • Graphical based technical memo c. Task 126: Field Exam d. Task 128: Final Design of Roadside Improvements. All remaining subtasks under this task will be deleted, including: • Coordination with erosion control plans • Landscape plans • Recreational trail • Special site features • Special low -impact drainage plans • Bid items • Tabulations • Quality control • Final revisions • Printing and submittals • Cost opinion 2. Supplemental Agreement No. 5: RDG's unfinished portion of the following tasks: a. Task 5c: Additional Enhancement Analysis (developing enhancement concepts for roundabouts) 3. Supplemental Agreement No. 7: RDG's unfinished portion of the following tasks: a. Task 13: Modified Enhancement Design: • Subtask c: Planting design near Military Road • Subtask d.7: Roundabout intersection enhancements at US 20 A=COM Page 13 • Subtask d.8: Roundabout intersection enhancements at US 151/61 Task 2. Additional Bridge Enhancement Design. This task includes the preliminary and final lighting design for the three enhanced bridges over US 20, Catfish Creek, and US 151/61. The lighting design will include roadway, accent and pedestrian -level lighting in accordance with the currently -approved conceptual design for these bridges. The following subtasks are included: 1. Electrical engineering, including final plans and specifications for the electrical control station, conduits and wiring to provide an operational lighting system at each of the three enhanced bridges. 2. Lighting design, including the determination of light poles, fixtures, spacing and placements, and preparation of final plans and specifications to provide an operational lighting system at each of the three enhanced bridges. F. Durrant Scope of Services Durrant's remaining scope of services was transferred to RDG under the previous Supplemental Agreement No. 11, and Durrant's remaining budget was intended to be eliminated. Upon receipt of Durrant's final invoice, it was determined that the cost reduction in Supplemental Agreement No. 11 resulted in a remaining balance of $382.05 in their contract. The current Supplemental Agreement will deduct this amount from the project budget. II. TIME OF BEGINNING AND COMPLETION Work under this Supplemental Agreement No. 14 is authorized to begin upon receipt of written Notice to Proceed. The work shall be completed in accordance with the schedule defined in Supplemental Agreement No. 11, which is extended from June 30, 2014, to December 31, 2015. 111. 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 under the original agreement and Supplemental Agreement Nos. 1, 2, 3, 5, 7, 9, 11 and 13. 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 $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 $660,750.00 24,100.00 (31,000.00) $653,850.00 Page 14 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 Total Amount $10,418,190.00 540,700.00 639,100.00 $11,597,990.00 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. 14 as of the dates shown below: AECOM TECHNICAL SERVICES, INC. By Date Douglas W. Schindel, P.E. Associate Vice President CITY OF DUBUQ JE, IOWA By Roy D. Buol Mayor IOWA DEPARTMENT OF TRANSPORTATION ACCEPTED FOR FHWA AUTHORIZATION' Date 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:\work\ADM IN\AGREE\SUPPLE\SA14DubuqueS W Art.doc Southwest Arterial Final Design City of Dubuque, Iowa Supplemental Agreement No. 14 COST ANALYSIS I. Direct Labor Cost (AECOM Technical Services) Category Hours Rate/Hour Amount Senior Professional 340 $80.00 $27,200.00 Project Professional 434 $53.10 $23,045.40 Staff Professional 86 $42.20 $3,629.20 CADD Operator!! 312 $31.35 $9,781.20 CADD Operator! 20 $22.65 $453.00 Project Support 144 $28.45 $4,096.80 1336 11. Payroll Burden and Overhead Provisional Costs III. Updated Labor and Overhead Rates SA No. 1 (Remaining Hours 2009 Rates) SA No. 1 (Remaining Hours 2014 Rates) IV. Direct Project Expenses Attachment A $68,205.60 147.56% $100,644.18 $1,267,600.00 $1,284,400.00 Category Units Rate/Unit Amount Mileage 5000 0.56 2,800.00 Per Diem 0 40.00 0.00 Lodging 0 80.00 0.00 BAN Copies 4000 0.06 240.00 Color Copies 4000 0.22 880.00 EDM Equipment 0 12.50 0.00 GPS Equipment 0 25.00 0.00 Miscellaneous, Other 829.69 $16,800.00 $4,749.69 V. AECOM Estimated Actual Costs $190,399.47 VI. Subcontract Expense WHKS & Co. $471,410.00 Terracon Consulting $137,150.00 RDG Planning and Design -$75,165.00 Vernon R. Schaefer -$62,662.42 Durrant (SA No. 11) -$382.05 $470,350.53 VII. Estimated Actual Costs $660,750.00 VIII. Fixed Fee $24,100.00 IX. Contingency (Reduction for use of Previously Negotiated Contingency) ($31,000.00) Vernon R. Schaefer ($6,000.00) RDG Planning and Design ($25,000.00) X. Maximum Amount Payable $653,850.00 Attachment A Southwest Arterial Final Design City of Dubuque, Iowa Supplemental Agreement No. 14 Staff Hour Estimate Description of Work Senior Prof Project Prof Staff Prof CADD Op I I CADD Op Technician Project Support Total Modifications to Previous Scope ................................................................................................................................................................................................................ 1 Revise U.S. 151161 Interchange Plans............................................................................................ ..................................... . 2 Modify Olde. Davenport Road Design ................................................................................................ ........... . 3 Modify or Add Additional Right -of -Way Documents ................................................................................................................................................................................................................ Modified Parcels. from original..Project............................................................................................. New parcels from Menards Frontage Road ................................................................................................................................................................................................................ 4 Consultation for Condemnation Hearings 5 Modify.Environmental"White Paper"................................................................................................. 6 Consultation for Utility Agreements 7 Additional Project Meetings and Coordination ................................................................................................................................................................................................................ 8 Additional Project Administration ,9 Additional Public Informational Meetin.g........................................................... ......................................................... 10 Update Labor and Overhead Rates ................................................................................................................................................................................................................ Remaining -Hours Originally -Contracted -at 2009 Rates Remaining Hours Revised to 2014 Rates 11 Property Acquisition Coordination With JCG Land Subtotal: Modifications to Existing Scope 4 80 16 24 80 80 32 (990). 990 ................. 24 340 64 4 20 18 40 44 48 80 64 24 (2,660) 2,660 28 434 16 8 32 30 (3,440) 3,440 86 64 8 40 36 40 44 8 48 24 (3,010) 3,010 312 16 4 (1,910) (290) 1,910 290 20 0 40 80 144 164 24 92 84 .......... 160 .......... 104 80 248 224 80 1,590 12,590 76 1,336 TOTAL HOURS 340 434 86 312 20 0 144 1,336 Attachment A Southwest Arterial Final Design City of Dubuque, Iowa Updated Labor and Overhead Rates Supplemental Agreement No. 14 (Original Cost Analyses - Remaining Hours From SA No. 1 COST ANALYSIS Direct Labor Cost (AECOM Technical Services) Category Hours Rate/Hour Amount Senior Professional 990 $78.00 $77,220.00 Project Professional 2,660 $52.00 $138,320.00 Staff Professional 3,440 $37.00 $127,280.00 CADD Operator II 3,010 $28.00 $84,280.00 CADD Operator I 1,910 $20.00 $38,200.00 Technician 290 $20.00 $5,800.00 Project Support 290 $25.00 $7,250.00 $478,350.00 12590 Payroll Burden and Overhead Provisional Costs 165.00% $789,277.50 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 0 0.565 0.00 Per Diem 0 40.00 0.00 Lodging 0 80.00 0.00 BNVCopies 0 0.06 0.00 Color Copies 0 0.22 0.00 EDM Equipment 0 12.50 0.00 GPS Equipment 0 25.00 0.00 Miscellaneous, Other 0.00 IV. AECOM Estimated Actual Costs Rounded $0.00 $1,267,627.50 $1,267,600.00 Attachment A Southwest Arterial Final Design City of Dubuque, Iowa Updated Labor and Overhead Rates Supplemental Agreement No. 14 (Updated Cost Analyses Remaining Hours From SA No. 1 COST ANALYSIS Direct Labor Cost (AECOM Technical Services) Category Hours Rate/Hour Amount Senior Professional 990 $80.00 $79,200.00 Project Professional 2,660 $53.10 $141,246.00 Staff Professional 3,440 $42.20 $145,168.00 CADD Operator II 3,010 $31.35 $94,363.50 CADD Operator I 1,910 $22.65 $43,261.50 Technician 290 $25.25 $7,322.50 Project Support 290 $28.45 $8,250.50 $518,812.00 12590 Payroll Burden and Overhead Provisional Costs 147.56% $765,558.99 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 0 0.565 0.00 Per Diem 0 40.00 0.00 Lodging 0 80.00 0.00 BNVCopies 0 0.06 0.00 Color Copies 0 0.12 0.00 EDM Equipment 0 12.50 0.00 GPS Equipment 0 25.00 0.00 Miscellaneous, Other 0.00 IV. AECOM Estimated Actual Costs Rounded $0.00 $1,284,370.99 $1,284,400.00 Attachment A Southwest Arterial Final Design Seippel Road to Olde Davenport Road City of Dubuque, Iowa Staff Hour Estimate & Cost Estimate WRNS & Co. Portion Project Manager Structural Engineer 1 Structural Engineer 2 Roadway Engineer 1 Roadway Engineer 2 Structural Technician Roadway Technician Survey Technician Land Surveyor Total Task Group SWM .................................................................... rt SUV Rd 8 Bdd ............ido al Britic US 20 WBL over Catfish Creek Bridge- Due to the new US 20/SWA interchange layout changes, the SWA over US 20 bridge width will be increased from the current layout The length of the US 20 W BL bridge over the South Fork of Catfish Creek will change, because of the IDOT decision to allow the use of a 3 -span PPCB H -standard bridge. The change will maintain the currently designed US 20 roadway profile grades, but will change the span lengths for this structure. The TS&L for the current configuration has been completed and approved by IDOT, design is complete and plans are approcimotey 75% complete. The impacts of the changes are signicant, but WHKS has reviewed the staff hours used to date and it is estimated that the previously negotiated bridge staff hours v,111 be adequate to complete the new tasks for a standard bridge without additional compensation. New tasks include: Revse............................................................................................................................................................................................................................................... Rwise bridge cor4igura[ionlgeomelry P.r.eparea....d...sub........................................................................................................................................................................................................................................ Prepare antl subrrit newTS&L ................................................................................................................................................................................................................................................................................. Design antl prepare plans far 40'v.d0 3span PPCBbritlge ................................................................................................................................................................................................................................................................................. U5 20 EBL over Catfish Creek Bridge - Due to the new US 20ISWA interchange layout changes, the SWA Mr US 20 bridge witlth will be increased from the current layout. The length of the US 20 EBL bridge over the South Fork of Catfish Creek 3,411 change, because of the IDOT decision to allow the use of a 3 -span PPCB H -standard bridge. The change 0011 maintain the currently designed US 20 roadnay profile grades, dN will change the span lengths for this structure. The TS&L for the current configuration has been completed and approved by IDOT, design is complete and plans are apprmim2tey 75% complete. The impacts of the changes are signnicat, but WHKS has reviewed the staff hours used to date and it is estimated that the previously negotiated bridge staff hours will be adequate to complete the new tasks for a standard bridge without additional compensation. New tasks include: Rwise britlge cordigura[ionlgeometry ................................................................................................................................................................................................................................................................................ Design and prepare plans for 4P wide, 3 span PPCB bridge SWA over US 20 and Catfish Creek Bridge- Due to the new US 20165NA interchange layout changes, this structure width will be increased from the current layout. Additionally, due to the probable grade raise of US 20, the profile grade for this structure will need to be raised and the end spans lengths will need to be 3 increased. The TS&L for the current configuration was in progress. Nev tasks include: 3.a Rwise britlye configurationigeometty 3.b Uptla[e in progress TS&L US 20 WB On -Ramp (Ramp D) Bridge - Due to the new US 200W5 interchange layout changes, this 4 structure grade will likely be raised with the SWA grade raise. New tasks include: ........................................................................................................................................................................................................................................................................................................................................ a. Rwise bridge conFguratimygeometry .................................................................................................................................................................................................................................................................................................................................. is US 20 EB OrrRamp (Ramp C) Britlge -Due to the new U5 201SWA interchange layout changes, this 5 structure grade will likely be raised with the SWA grade raise. New tasks include: ....................................................................................................................................................................................................................................................................................................................................... a. Rwise bridge configuratimtigeometry ....................................................................................................................................................................................................................................................................................................................................... English Mill Roatl over 51NA Britlge-The TS&I, design and foal plans for this structure are complete. Final 6 Plans were submitted in June 2011. New tasks include: ...............................................................i..........................r........t.................................................................................................................................................... fy a. Review and odplans for updated standards MiIita"ryR44.wdr9WrBodge=""Y'd"(S&C; "BesYg"ri"'audit"'1'iri'al"'pYa"ri"s"Yo'r"YFiYs"'sIF'ucCu'r"e"'are "E"d'rr'pYei"e:"'FRU 7 Plans were submtted in June 2011. New tasks include: ........................................................................................................................................................................................................................................................................................................................................ a. Rwiewantl motlify plansfor uptlatetl stantlards ..................................................................................................................................................................................................The........................o.r......he....cu.r.r.e...t....co...figuration.....has....been Culver over Granger Creek (at US 61 Ramps) The TS&L for the current configuration has been 8 completed, design is complete and plans are approcimotey 90% complete. New tasks include: .......................................................a........Reve......and.......odfy...pi0051o.r..upd...tedsandard................................................................................................................................................. a. Review and modify plans for updated standards .......................................................South...ForkC......fsh...Cr.......k6640.......1100.....520*ot................w...US...........0.....9...int................ngelayout...ch.......ges,the South Fork Catfish Creek Hydraulics - Due to the new US 21pSWA interchange layout charges, the 9 current hydraulic analysis modeling will require modifications and re -submittal to IDOT SUBTOTAL Task Group 2 US 20 NE Access Connector Road Design 4 5 6 Concept Change Additional work related to adding lanes to US 20 ....r.epareFedExa.......Pan.......................................................... Prepare Field Exam Plans 01440essF.i.ed...Exa.......Co......ment........................................... Atltlress Field Exam Comments ................................................................................................................ Pre0pa62re ROW Fieltl Exam Plans '500T0T6L.. Task Group 3 Additional Survey Tasks ..............................................................................rati.........000.............1100.,..Meei Meetings 1 Atlminictration, Coortlination, Meetings ........................................................00000erE.............00001101................................. 2 Recover Existing Control ........................................................Rec....ver...........60......Contro.................................... 3 RecwerAsBuitl Control .................................................................................Su....peme...t.......Co.......o.................... 4 Establish Supplemental Control 6 Bridge and Cul,ert Surveys .......................................................................1.............0..........4.....0.....095 7 Plats, Reports, antl Drawings .......................................................P...ope........OwnerCon1001............. 8...................................................ProlneM1 Owner Contacts Processing ............................ 9 Geppak Processing SUBTOTAL Task Group 4 hlscellareous Tasks Item ................................................................................d........................ontPr0eOtMan age.....ent 1 Protect RtlministratiorVProjec[Management ...........................................................................................................................001100............................ 2 Quality AssuranceJOuality Conhol ..................................................................................................................................................................... 4 Additional fees for past supplemental agreements to compensate MKS for wage ries that are now higher than the rates included in prior supplemental agreements. Note that these fees would only be added for alructlral Staff hobs that hate yet to be used for previously negotiated work tasks. (See additional worksheet for calculation of additional fees) Additions effort to address IDOT and City of Dubuque requests since the project was put on told in 5 June 2012- Refer to Attachment detailing work atter June 2012 and Cost Analysis sheet ...........................................................dd....ona......ta......hou...sto...p.r.epa.r.e.,...subm......0011coo...dn.....e0..1.6....................o.r..the...p.r.e.liw007)...0011 final inte.r.ch0000........... Additional staff hours to prepare, submit and coordinate with IDOT for the preliminary and final interchange 6 submittals for the revised US 20 interchange with the SW Arterial ............................................................03......6..03 and0o.......Es...m......n................................................................................................................................................................................................................. 7 Quantties antl Cost Estimating 8 additional worksheet for calculation of addiiorral fees) SUBTOTAL 2 2 2 10 8 40 8 8. 0.0'. 10 10 120 8 398 16 40 152 230 96 8 4 20 4 64 109 0 160 160 40 40 20 24 ....02.5.. 0 40 .............................. 64 40 100 40 ..6.01... 8 16 56 24 8 40 120 234 24 24 2 12 40 2 146 28 96 32 32 356 30 16 16 60 227 0 50 30 20 184 530 108 973 108 2;527" 40 48 48 76 9 36 705 68 614 TOTAL HOURS 498 470 173 849 673 362 760 356 227 4,384 Rate Per Hour 065.06 047.55 $45.18 $30.96 059.44 $26.10 $23.24 $22.02 $37.81 Direct Labor Amount $32,399.88 $22,728.90 $7,816.14 $26,285.04 $40,003.12 $9,448.20 017,84832 $7,839.12 $8,582.87 Total Direct Labor $172,951.59 Rounded $172,960.00 $172960.00 Overhead Costs $271,020.00 156.70% $271820.00 Direct Expense Costs Units Cost $10,60.00 Mileage 1800.00 $0.56 $560.00 Meals $0.00 Lodging $0.00 Miscellaneous- postage, printing, reproduction, telephone, etc. $900.00 Permit Fees $9,400.00 Adjustments Addition For Increased Hourly Rates From Previous SA's (Task 4-3) $73,101.93 Addition For Work Performed After June 2012 Work Shop (Task 4-4) $41,741.26 Deduction For West Access Road (Task4-8) ($151,553.20) Total Estimated Costs $418,129.99 Estimated Costs Rounded $418,130.00 Fixed Fee (12%) $53,280.00 Subtotal $471,410.00 Maximum Amount Payable 0471.410.00 ($36,710.00) 0418,130.00 Southwest Arterial Final Design Seippel Road to Olde Davenport Road City of Dubuque, Iowa Staff Hour Estimate & Cost Estimate WHKS & Co. Portion (Supplemental Attachment) A.) Addition for Desion Revisions After June 2012 Work Shop (Task 4.4 Labor $14,458.45 OH 156.70% $22,656.39 FF 12% $4,453.78 Expenses $172.64 Total $41.741.26 B.) Reduction for West Access Road Connector (Task 4-8) Structural Engineering Attachment A Remaining Structural hours as of 6/28/2013 Roadway Engineering 484 256 594 Supplemental Agreement 1 -Final Design Engineer 1 Engineer 2 Technician Technician TOTAL West Access Connector - Hours RAW LABOR RATES RAW LABOR 210 192 228 25.04 $ 41.25 $ 17.99 5,258.40 $ 7,920.00 $ 4,101.72 2036 of SA 1Access Road Hours 24 654 $ 19.50 $ 468.00 $ 17,748.12 Total Reduction for West Access Connector $ 58,514.75 Raw Labor $ 93,038.45 Overhead at 159% $ 151,553.20 TOTAL C. 1 Addition for Increased Rates from Previous Supplemental Agreements (Task 4-3) 1 US 20 WBL 2 US 20 EBL 3 SWA over US 20 4 US 20 WB On-ramp (D ) 5 US 20 EB On-ramp (C ) 6 Cousins Road 7 English Mill Road 8 Military Road 9 Military Road Retaining Wall 10 SWA over US 61 11 US 61 Culvert RAW Balance Remaining $ 18,309.25 $ 13,125.15 $ 74,406.00 $ 43,410.15 $ 40,523.30 $ $ 57,018.10 $ 3,276.95 $ 250,06830 % from 10034 100% 70% 55% 10034 5A1 5A2 SA3 remaining RAW from $ 18,309.25 $ 13,125.15 $ 52,084.20 $ 31,359.96 $ 3,276.95 5A1 4 years ago 5A2 4 years ago 5A3 3 years ago 5A4 3 years ago 5A7 1 years ago Annual Incr 3% %from 95% 10034 10% remaining RAW from $ 41,239.64 $ 40,523.30 $ 5,701.81 %from remaining RAW from $ $ -I $ -I 111111 $ 1,710.54 SA4 %from remaining RAW from $ 15% $ 11,160.90 5% $ 2,170.51 11% $ $ $ 6,271.99 SA7 %from remainirg RAW from - $ 15% $ 11,160.90 21% $ 11,973.80 RAW Labor Adjustment Request $ 2,297.97 $ 1,647.32 $ 7,906.77 $ 5,377.20 $ 5,086.03 $ 5,750.99 $ 411.29 $ 28,477.57 Raw $ 44,624.36 OH at 156.70% $ 73,101.93 TOTAL Supplemental Agreement 1 -Final Design Supplemental Agreement 2 Supplemental Agreement 3- WHKS SA3 Supplemental Agreement 4-WHKS SA4 Supplemental Agreement 7-WHKS SA7 TOTAL Engineer 1 Engineer 2 Technician Engineer 1 Engineer 2 Technician PM Engineer 1 Engineer 2 Technician PM Engineer 1 Engineer 2 Technician Engineer 1 Engineer 2 Technician West Access Connect or -Hours 480 240 594 -22 -11 -104 -130 -51 -144 156 78 248 1334 RAW LABOR RATES $ 31.29 $ 43.18 $ 23.27 $ 31.29 $ 43.18 $ 23.27 $ 52.35 $ 31.29 $ 43.18 $ 23.27 $ 5435 $ 40.08 $ 43.37 $ 23.85 $ 42.12 $ 42.38 $ 24.70 RAW LABOR $ 15,019.20 $ 10,363.20 $ 13,822.38 $ (688.38) $ (474.98) $ (2,420.08) $ - $ - $ - $ - $ - $ (5,210.40) $ (2,211.87) $ (3,434.40) $ 6,570.72 $ 3,305.64 $ 6,125.60 $ 40,766.63 Remaining Structural hours as of 6/28/2013 Roadway Engineering 484 256 594 Supplemental Agreement 1 -Final Design Engineer 1 Engineer 2 Technician Technician TOTAL West Access Connector - Hours RAW LABOR RATES RAW LABOR 210 192 228 25.04 $ 41.25 $ 17.99 5,258.40 $ 7,920.00 $ 4,101.72 2036 of SA 1Access Road Hours 24 654 $ 19.50 $ 468.00 $ 17,748.12 Total Reduction for West Access Connector $ 58,514.75 Raw Labor $ 93,038.45 Overhead at 159% $ 151,553.20 TOTAL C. 1 Addition for Increased Rates from Previous Supplemental Agreements (Task 4-3) 1 US 20 WBL 2 US 20 EBL 3 SWA over US 20 4 US 20 WB On-ramp (D ) 5 US 20 EB On-ramp (C ) 6 Cousins Road 7 English Mill Road 8 Military Road 9 Military Road Retaining Wall 10 SWA over US 61 11 US 61 Culvert RAW Balance Remaining $ 18,309.25 $ 13,125.15 $ 74,406.00 $ 43,410.15 $ 40,523.30 $ $ 57,018.10 $ 3,276.95 $ 250,06830 % from 10034 100% 70% 55% 10034 5A1 5A2 SA3 remaining RAW from $ 18,309.25 $ 13,125.15 $ 52,084.20 $ 31,359.96 $ 3,276.95 5A1 4 years ago 5A2 4 years ago 5A3 3 years ago 5A4 3 years ago 5A7 1 years ago Annual Incr 3% %from 95% 10034 10% remaining RAW from $ 41,239.64 $ 40,523.30 $ 5,701.81 %from remaining RAW from $ $ -I $ -I 111111 $ 1,710.54 SA4 %from remaining RAW from $ 15% $ 11,160.90 5% $ 2,170.51 11% $ $ $ 6,271.99 SA7 %from remainirg RAW from - $ 15% $ 11,160.90 21% $ 11,973.80 RAW Labor Adjustment Request $ 2,297.97 $ 1,647.32 $ 7,906.77 $ 5,377.20 $ 5,086.03 $ 5,750.99 $ 411.29 $ 28,477.57 Raw $ 44,624.36 OH at 156.70% $ 73,101.93 TOTAL Southwest Arterial Final Design Seippel Road to Olde Davenport Road City of Dubuque, Iowa Staff Hour & Cost Estimate Terracon Consultants Direct Labor Cost Category Technician Senior Technician Driller (2 drill staff per rig crew) CAD Drafter Administration/Secretary Field / Data Coordinator Project Engineer Senior Project Manager Principal Engineer Senior Consultant II. Payroll Burden and Overhead Costs III. Direct Project Expenses Category Drill Rig (Hours) Mileage Subtotal Hours Rate/Hour Amount 200 $15.73 $3,146.00 105 $19.13 $2,008.65 480 $22.31 $10,708.80 315 $17.95 $5,654.25 9 $18.43 $165.87 95 $26.90 $2,555.50 225 $34.39 $7,737.75 45 $38.57 $1,735.65 2 $53.78 $107.56 2 $60.42 $120.84 1478 Units 240 1750 IV. Estimated Direct Third Party Expenses Crop Damage At Cost Meals & Accommodations Supplies (Shelby Tubes, hot water for coring) At Cost Traffic Control At Cost Subtotal Estimated Actual Costs Fixed Fee (I + II + III) Contingency Maximum Amount Payable 193.54% Rate/Unit Amount $58.10 $13,944.00 $0.56 $980.00 35 $120.00 $250.00 $4,200.00 $750.00 $2,500.00 Rounded Attachment A $33,940.87 $65,689.16 $14,924.00 $7,700.00 $122,254.03 $122,260.00 $14,890.00 $0.00 $137,150.00 Attachment A Southwest Arterial Final Design Seippel Road to Olde Davenport Road City of Dubuque, Iowa Staff Hour Estimate Terracon Consultants Description of Work Tech. Snr. Tech. Driller CAD Drafter AdmirV Sec. Fld. Data Coord. Prog. Eng. Sr. Proj. Man. Prin. Eng. Snr. Cons. Total Added/Modified Tasks 1 Geotechnical exploration and design for Menards Frontage Road 200 105 480 315 9 95 225 45 2 2 1,478 TOTAL HOURS 200 105 480 315 9 95 225 45 2 2 1,478 Attachment A Southwest Arterial Final Design Seippel Road to Olde Davenport Road City of Dubuque, Iowa Staff Hour Estimate & Cost Estimate RDG Planning & Design Description of Work P2-1 LA LA2 ILA1 EE 2201 ET 07st Total Deleted Portions of Existing Scope SA No. 1 Task 7 -Sustainable Design Development -10.00 -112.00 -122.00 Task 9- Enhancement Design Development -48.00 -42.00 -20.00 -110.00 Task 126 - Field Exam -18.00 -18.00 Task 128 - Final Design of Roadside Improvements -191.00 -92.810 -193.00 -502.00 -978.00 SA No. 5 Task 5- Additional Enhancement Analyses -82.00 -2. n0 -91.00 SA No.7 Task 13 - Modified Enhancement Design -14.00 -42.75 -20.uu -82.75 Additional Bridge Enhancement Design Electrical Engineering 8.00 20.021 00 co 150.00 270.00 Lighting Design 18.00 20.00 80.00 118 00 TOTAL HOURS -255.00 &2.00 -431.75 522.00 80.00 54.00 150.00 -9.00 -1025.75 Rate Per Hour $43.70 $38.22 $24.76 $18.50 $46.59 $41.68 $20.40 $38.10 Direct Labor Amount ($11,143.50) ($3,516.24) ($10,690.13) ($9,657.00) $3,727.20 $2,250.72 $3,060.00 ($342.90) Total Direct Labor ($26,311.85) Overhead Costs ($40,799.15) 155.0600% Direct Expense Costs $0.00 Per Diem $0.00 Lodging $0.00 Printing $0.00 Miscellaneous $0.00 Total Estimated Costs ($67,111.00) Estimated Costs Rounded ($67,111.00) Fixed Fee ($8,053.40) Subtotal ($75,164.40) Subtotal (Rounded) ($75,165.00) Contingency (Reduction for use of Previously Negotiated Contingency) ($25,000.00) Maximum Amount Payable ($100,165.00)