Loading...
SW Arterial Supplemental Agreement No. 15_AECOM Technical Services Copyright 2014 City of Dubuque Consent Items # 27. ITEM TITLE: SW Arterial Supplemental Agreement No. 15 SUMMARY: City Manager recommending authorization for the City Manager to execute the Consultant Professional Services— Supplemental Agreement with AECOM Technical Services, Inc. for the final engineering design phase of the Southwest Arterial Project, subject to the concurrence of the Iowa Department of Transportation. RESOLUTION Approving the Consultant Professional Services - Supplemental Agreement No. 15 between AECOM Technical Services, Inc., and the City of Dubuque for the completion of final engineering design phase of the Southwest Arterial Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type ❑ SW Arterial Supplemental Agreement No. 15-MVM Memo City Manager Memo ❑ Staff Memo Staff Memo ❑ Resolution Resolutions ❑ Suppplemental No. 15 Supporting Documentation THE CITY OF Dubuque U E I erica .i Masterpiece on the Mississippi 2007-2012-2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Southwest Arterial Project Consultant Professional Services – Supplemental Agreement Final Engineering Design Phase – Scope of Work Modifications Iowa DOT Project No. STP-U-2100 (634)-70-31 DATE: December 1, 2015 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 made the decision to change the configuration of the interchanges at US 20 and US 61-151. This significant change required the design team to take a step back in the design process and re-initiate the preliminary design phase to evaluate the interchange types and configurations. The preliminary re-design efforts were quite extensive and are now complete. The re- design efforts required 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. Now that the re-design efforts are complete, the design team can proceed with the remaining final engineering design phases and the preparation of construction plans for the continued development and advancement of the Southwest Arterial project. The Consultant Professional Services - Supplemental Agreement includes revisions to the original scope of services to reflect the remaining anticipated level of effort required to advance the completion of the final engineering design phases in accordance with the "grade four lanes/pave two lanes" project as outlined in the Memorandum of Agreement and the Transfer of Jurisdiction between the City and Iowa DOT. Assistant City Engineer Bob Schiesl recommends City Council authorization for the City Manager to execute the Consultant Professional Services — Supplemental Agreement with AECOM Technical Services, Inc. for the final engineering design phase of the Southwest Arterial Project, subject to the concurrence of the Iowa Department of Transportation in the amount of$1 ,021 ,600. 1 concur with the recommendation and respectfully request Mayor and City Council approval. 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 Dubuque AII-Ame1 rica City DUBgkE r Masterpiece on the Mississippi 2007.2012.2013 TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer SUBJECT: Southwest Arterial Project Consultant Professional Services - Supplemental Agreement Final Engineering Design Phase - Scope of Work Modifications Iowa DOT Project No. STP-U-2100 (634)--70-31 DATE: November 30, 2015 INTRODUCTION The enclosed resolution authorizes the City Manager to execute a supplemental agreement with AECOM Technical Services, Inc. (AECOM) which approves revisions to the original scope of services to the Consultant Professional Services Contract to complete the final engineering design phase of the Southwest Arterial Project. BACKGROUND On March 2, 2009 the City Council approved (Res. 87-09) the selection of AECOM (Waterloo, Iowa) to provide the final engineering design for the Southwest Arterial Project. The initial agreement included: the final engineering design; preparation of construction documents; geotechnical investigation; architectural and landscape enhancements; archaeological and cultural resources mitigation; public involvement; agency coordination and construction engineering services. In November, 2012 the Iowa DOT made the decision to change the configuration of the interchanges at US 20 and US 61-151. This significant change required the design team to take a step back in the design process and re-initiate the preliminary design phase to evaluate the interchange types and configurations. The preliminary re-design efforts were quite extensive and are now complete. The re- design efforts required 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. Now that the re-design efforts are complete, the design team can proceed with the remaining final engineering design phases and the preparation of construction plans for the continued development and advancement of the Southwest Arterial project. The Consultant Professional Services - Supplemental Agreement includes revisions to the original scope of services to reflect the remaining anticipated level of effort required to advance the completion of the final engineering design phases in accordance with the "grade four lanes/pave two lanes" project as outlined in the Memorandum of Agreement and the Transfer of Jurisdiction between the City and Iowa DOT. DISCUSSION Per the terms of the Consultant Professional Services contract and the conditional requirements of the federal aid funding agreement, if the Consultant is of the opinion that any work directed to perform is beyond the scope of said contract, and constitutes "Extra Work", the Consultant shall promptly notify the City in writing to that effect. Unless written approval for "Extra Work" has been secured in advance of performing said work from the City, the Iowa DOT and the FHWA, said work will be ineligible for federal aid participation. The Consultant Professional Services - Supplemental Agreement authorizes AECOM to provide the revised scope of services to continue to advance the completion of the final engineering design phase in accordance with Iowa DOT and FHWA procedures and requirements. 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 final 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 final road design and construction plans for the Seippel Road connector road segment. • Revisions to the preliminary design plans to eliminate the roundabout intersection at the westbound ramp terminal, complete final design for a conventional signalized intersection. • Complete final geometric design and construction plans to incorporate revisions to the 5-leg roundabout intersection at the eastbound ramp terminal. • Complete final design and construction plans to incorporate revisions to the Stone Valley Drive connector road segment. • Complete geotechnical exploration. U.S. 61/161 Interchange • Revisions to the preliminary construction plans to eliminate the roundabout intersections and redesign the ramp terminals with conventional signalized intersections. • Revisions to the final road design and construction plans for the Elmwood Drive connector road and the bridge over Granger Creek. • Revisions to the final road design and construction plans for the new Tamarack Frontage Road. • Complete geotechnical exploration. North Cascade - English Mill Road Interchange • Complete final grading and drainage design and construction plans. • Revisions to the final road design and construction plans for the North Cascade Road connector road segment. • Revisions to the final road design and construction plans for the English Mill Road connector road segment. • Complete geotechnical exploration. Menard's Frontage Road • Complete final drainage design and prepare construction plans for the storm sewer system. English Mill Road Reconstruction • Revise construction plans to reflect staging, on-site detour, and traffic control modifications. • Update construction plans for new standards and specifications. Military Road Reconstruction • Modify bridge plans • Update construction plans for new standards and specifications. Right-of-Way Property Acquisition • 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. Utility Accommodations • Utility accommodation coordination with multiple private utilities impacted by the Menards Frontage Road and the US20 Interchange projects. • Complete relocation plans for watermain, sanitary sewer, storm sewer, traffic signal interconnect and fiber optic lines impacted by the Menards Frontage Road and the US20 Interchange projects. Bridge - Structures • Prepare additional structural and plan sheets for bridges as required by the Iowa DOT. Bikeway Design • Evaluate and revise bikeway design to meet current Iowa DOT and FHWA standards. RECOMMENDATION I recommend that the City Council authorize the City Manager to execute the Consultant Professional Services - Supplemental Agreement with AECOM Technical Services, Inc. for the final engineering design phase of the Southwest Arterial project, subject to the concurrence of the Iowa Department of Transportation. BUDGETIMPACT The estimated professional services fee for the proposed design and plan modifications to the original scope of services for the final design phase of the Southwest Arterial project is as follows: Description Amount Supplemental Agreement No. 15 - Scope of Services Revisions $ 1 A21 ,600 Total Project Cost $ 1.021.600 The project funding summary is as follows: CIP Funding Source Amount 3001287 Federal SAFETEA-LU Funding (80%) $ 817,280 3001287 Local Funding (20%) 204,320 Total Project Funding LLQL1=1=600 ACTION TO BE TAKEN The City Council is requested to authorize the City Manager to execute the Consultant Professional Services - Supplemental Agreement with AECOM Technical Services, Inc. to 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 Doug Schindel, AECOM F:\PROJECTS\SW ARTERIAL-IA HYW 32WECOM FE CONTRACT\SW Arterial AECOM FE Consultant Agreement Suppl No. 15- Council Approval Memo.doc RESOLUTION NO. 417-15 RESOLUTION APPROVING THE CONSULTANT PROFESSIONAL SERVICES - SUPPLEMENTAL AGREEMENT NO. 15 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. 15 between AECOM Technical Services, Inc. and the City of Dubuque for the final engineering design phase of the Southwest Arterial project is hereby approved, subject to the concurrence of the Iowa Department of Transportation. Section 2. That the City Manager be authorized and directed to execute three copies of said Consultant Professional Services - Supplemental Agreement No. 15 with AECOM Technical Services, Inc. for the final engineering design phase of the Southwest Arterial project. Passed, approved and adopted this 7th day of December, 2015. Attest: nn V. Sutton, Mayor Pro -Tem Iowa DOT Project Number STP412100(634)-7031 Standard Consultant Contract For Local Public Agency Consultant Contracts with Federal-aidParticipation This AGREEMENT, made as of the date of the last party's signature below, is by and BETWEEN City of Dubuque, the Owner, located at: 50 West 13th Street Dubuque, Iowa 52001-4864 Phone: (563) 589-4270 FAX: (563) 589-4205 and AECOM Technical Services, Inc., the Consultant, located at: 501 Sycamore Street, Suite 222 Waterloo, Iowa 50703 Phone: (319) 232-6531 FAX: (319) 232-0271 For the following Project: Dubuque Southwest Arterial from Seippel Road to Olde Davenport Road. The Owner has decided to proceed with the Project, subject to the concurrence and approval of the Iowa Department of Transportation (Iowa DOT), and the Federal Highway Administration (FHWA), U.S. Department of Transportation (when applicable). The Ownerdesires to employ the Consultant to provide final design and engineering services to assist with the development and completion of the Project. The Consultant is willing to perform these services in accordance with the terms of this Agreement. Page 1 of 38 TABLE OF CONTENTS Article Number And Description 1 Initial Information 1A Project Parameters 1.2 Financial Parameters 1.3 Project Team 1A Time Parameters 1.5 Prequalification 2 Entire Agreement, Required Guidance and Applicable Law 2A Entire Agreement of the Parties 2.2 Required Guidance 2.3 Applicable Law 3 Form of Compensation 3.1 Method of Reimbursement for the Consultant 3.2 Subconsultant's Responsibilities for Reimbursement 4 Terms and Conditions 4A Ownership of Engineering Documents 4.2 Subconsultant Contract Provisions and Flow Down 4.3 Consultant's Endorsement on Plans 4A Progress Meetings 4.5 Additional Documents 4A Revision of Work Product 4.7 Extra Work 4.8 Extension of Time 4.9 Responsibility for Claims and Liability 4.10 Current and Former Agency Employees 4.11 Suspension of Work 4.12 Termination of Agreement 4.13 Right to Set-off 4.14 Assignment or Transfer 4.15 Access to Records 4.16 Iowa DOT and FHWA Participation 4.17 Nondiscrimination Requirements 4.18 Compliance with Title 49, Code of Federal Regulations, Part 26 4.19 Severability Attachment A- Scope of Services Attachment B-Specifications Attachment C- Fees and Payments Attachment C-1 —Cost Analysis Worksheet Attachment D-Certification Regarding Debarment, Suspension, and Other Responsibility Matters Attachment E - Certification of Consultant Attachment F- Certification of Owner Attachment G - Sample Invoice Form Page 2 of 38 ARTICLE 1 INITIAL INFORMATION This Agreement is based on the following information and assumptions. 1.1 Project Parameters The objective or use is: Provide additional design services that have been requested by the Owner which are beyond the scope of existing agreements. 1.2 Financial Parameters 1.2.1 Amount of the Owner's budget for the Consultant's compensation is: $1,021,600.00 1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is: $739,900.00 1.2.3 Costs for this agreement will be integrated with previous agreements. 1.3 Project Team 1.3.1 The Owner's Designated Representative, identified as the Contract Administrator is: Robert D. Schiesl, P.E. The Contract Administrator is the authorized representative, acting as liaison officer for the Ownerfor purpose of coordinating and administering the work under the Agreement. Thework under this Agreement shall at all times be subject to the general supervision and direction of the Contract Administrator and shall be subject to the Contract Administrator's approval. 1.3.2 The Consultant's Designated Representative is: Douglas W. Schindel, P.E. 1.3.3 The subconsultants retained at the Consultant's expense are identified in the following table: Subconsultant Amount Authorized Maximum Amount Payable Method of Payment WHKS & $629,100.00 $591,100.00 CPFF Company Terracon $298,300.00 $198,300.00 CPFF Consultants Ta I(grass ($49,500.00) 1.3.4 The amount of remaining contingencies was reviewed by subconsultants, including Tallgrass, and the reduction in contingencies shown in Attachment C-1 have been agreed to. 1.4 Time Parameters 1.4.1 The Consultant shall begin work under this Agreement upon receipt of a written notice to proceed from the Owner. 1.4.2 Milestones for completion of the work under this Agreement as follows: 1. Completion of all work under this agreement shall be on or before December 31, 2016, unless extended by written approval of the Contract Administratoror adjusted by supplemental agreement. 1.4.3 The Consultant shall not begin final design activities until after the Owner has been notified by the Iowa DOT that FHWA Environmental Concurrence has been obtained. Upon receipt of such notice, the Ownerwill provide the Consultant notice to proceed with final design activities. Page 3 of 38 1.5 Prequalification 1.5.1 The Consultant shall remain prequalified in work categories 212-217, as defined in Iowa Department of Transportation Policy and Procedure No. 300.04. Failure to do so will exclude the Consultantfrom consideration for future Federal-aid contracts, until the Consultant regains pre- qualification status. 1.5.2 All services within this agreement shall be performed by the Consultant or subconsultant prequalified by the Iowa DOT in that particular category of work. If no work category exists fora particular service, normal methods of acceptance shall be used, such as experience, typical licensure, certification or registration, or seals of approval by others. ARTICLE 2 ENTIRE AGREEMENT, REQUIRED GUIDANCE ANDAPPLICABLELAW 2.1 Entire Agreement of the Parties. This Agreement, including its attachments, represents the entire and integrated agreement between the Ownerand the Consultant and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only bywritten instrument signed by both Owner and Consultant. This Agreement comprises the documents listed as attachments in the Table of Contents. The work to be performed by the Consultant under this Agreement shall encompass and include all detail work, services, materials, equipment and supplies necessary to prepare and deliver the scope of services provided in Attachment A. 2.2 Required Guidance. All services shall be in conformity with the Specifications outlined in Attachment B, the Iowa Department of Transportation Federal-aid Project Development Guide, Instructional Memorandums to Local Public Agencies (I.M.$), and other standards, guides or policies referenced therein. In addition, applicable sections of the U.S. Department of Transportation Federal Aid Policy Guide (FAPG) shall be used as a guide in preparation of plans, specifications and estimates. 2.3 Applicable Law. The laws of the State of Iowa shall govern and determine all matters arising out of or in connection with this Agreement without regard to the choice of law provisions of Iowa law. In the event any proceeding of a quasi-judicial or judicial nature is commenced in connection with this Agreement, the exclusive jurisdiction for the proceeding shall be brought in the Dubuque County District Court of Iowa, Dubuque, Iowa. This provision shall not be construed as waiving any immunity to suit or liability including without limitation sovereign immunity in State or Federal court, which may be available to the Owner. The Consultant shall comply with all Federal, State and local laws and ordinances applicable to the work performed under this Agreement. ARTICLE 3 FORM OF COMPENSATION 3.1 Method of Reimbursement for the Consultant. 3.1.1 Compensation for the Consultant shall be computed in accordance with one of the following compensation methods, as defined in Attachment C: .1 [X] Cost Plus Fixed Fee - Attachment C .2 [] Lump Sum - Attachment C .3 [] Specific Rate of Compensation - Attachment C .4 [] Unit Price - Attachment C .5 [] Fixed Overhead Rate - Attachment C 3.1.2 When applicable, compensation for the subconsultant(s) shall be computed in accordance with one of the payment methods listed in section 3.1.1. Refer to section 1.3.3 for identification of the method of payment utilized in the subconsultant(s) contract. The compensation method utilized for each subconsultant shall be defined within the subconsultant contract to the Consultant. 3.2 Subconsultant's Responsibilities for Reimbursement. The Consultant shall requirethe subconsultants (if applicable)to notify them if they at anytime determine that their costs will exceed their estimated actual costs. The Consultant shall not allow the subconsultants to exceed their Page 4 of 38 estimated actual costs without prior written approval of the Contract Administrator. The prime Consultant is cautioned that cost under-runs associated with any subconsultant's contract are not available for use by the prime Consultant or other subconsultant unless the Contract Administrator, Iowa DOT, and FHWA(when applicable) have given prior written approval. ARTICLE 4 TERMS AND CONDITIONS 4.1 Ownership of Engineering Documents 4.1.1 All sketches, tracings, plans, specifications, reports on special studies and other data prepared under this Agreement shall become the property of the Ownerand shall be delivered to the Contract Administrator upon completion of the plans or termination of the services of the Consultant. There shall be no restriction or limitation on their future use by the Owner, except any use on extensions of the project or on any other project without written verification or adaptation by the Consultant for the specific purpose intended will be the Owner's sole risk and without liability or legal exposure to the Consultant. 4.1.2 The Owner acknowledges the Consultant's plans and specifications, including all documents on electronic media, as instruments of professional service. Nevertheless, the plans and specifications prepared under this Agreement shall become the property of the Owner upon completion of the services and payment in full of all moneys due to the Consultant. 4.1.3 The Ownerand the Consultant agree that any electronic files prepared by either party shall conform to the specifications listed in Attachment B. Any change to these specifications by eitherthe Owneror the Consultant is subject to review and acceptance by the other party. Additional efforts by the Consultant made necessary by a change to the CADD software specifications shall be compensated for as Additional Services. 4.1.4 The Owner is aware that significant differences may exist between the electronic files delivered and the respective construction documents due to addenda, change orders or other revisions. In the event of a conflict between the signed construction documents prepared by the Consultant and electronic files, the signed construction documents shall govern. 4.1.5 The Ownermay reuse or make modifications to the plans and specifications, or electronic files while agreeing to take responsibility for any claims arising from any modification or unauthorized reuse of the plans and specifications. 4.2 Subconsultant Contract Provisions and Flow Down 4.2.1 All provisions of this Agreement between the Owner and Consultant shall also apply to all subconsultants hired by the Consultant to perform work pursuant to this Agreement. It isthe Consultant's responsibility to ensure all contracts between Consultant and its subconsultants contain all provisions required of Consultant in this Agreement. The only recognized exceptions to this requirement are under provision 1.5.2 when the subconsultant is required to be prequalified in a different work category than the Consultant and under provision 3.1.2 when the subconsultant has a different method of reimbursement than the Consultant. 4.2.2 The Consultant may not restrict communications between the Owner and any of the subconsultants. The Consultant will encourage open communication among the Owner, the Consultant and the subconsultants. 4.3 Consultant's Endorsement on Plans.The Consultant and its subconsultants shall endorse and certify the completed project deliverables prepared under this Agreement, and shall affix thereto the seal of a professional engineer or architect (as applicable), licensed to practice in the State of Iowa, in accordance with the current Code of Iowa and Iowa Administrative Code. 4.4 Progress Meetings. From time to time as the work progresses, conferences will be held at mutually convenient locations at the request of the Contract Administrator to discuss details of the design and progress of the work. The Consultant shall prepare and present such information and studies as may Page 5 of 38 be pertinent and necessary or as maybe requested by the Contract Administrator, to enable the Contract Administrator to pass judgment on the features and progress of the work. 4.5 Additional Documents. At the request of the Contract Administrator, the Consultant shall furnish sufficient documents, or other data, in such detail as may be required for the purpose of review. 4.6 Revision of Work Product 4.6.1 Drafts of work products shall be reviewed by the Consultant for quality control and then be submitted to the Contract Administrator by the Consultant for review and comment. The comments received from the Contract Administrator and the reviewing agencies shall be incorporated by the Consultant prior to submission of the final work product by the Consultant. Work products revised in accordance with review comments shall constitute"satisfactorily completed and accepted work." Requests for changes on work products by the Contract Administrator shall be in writing. In the event there are no comments from the Contract Administratoror reviewing agencies to be incorporated by the Consultant into the final work product, the Contract Administrator shal I immediately notify the Consultant, in writing, that the work product shall constitute "satisfactorily completed and accepted work." 4.6.2 In the event that the work product prepared by the Consultant is found to be in error and revision or reworking of the work product is necessary, the Consultant agrees that it shall do such revisions without expense to the Owner, even though final payment may have been received. The Consultant must give immediate attention to these changes so there will be a minimum of delay to the project schedule. The above and foregoing is not to be construed as a limitation of the Owner's right to seek recovery of damages for negligence on the part of the Consultant herein. 4.6.3 Should the Contract Administrator f i nd it desirable to have previously satisfactorily completed and accepted work product or parts thereof revised, the Consultant shall make such revisions if requested and directed by the Contract Administrator in writing. This work will be paid for as provided in Article 4.7. 4.7 Extra Work. If the Consultant is of the opinion that any work it has been directed to perform isbeyond the scope of this Agreement, and constitutes"Extra Work," it shall promptly notify the Contract Administratorin writing to that effect. In the event that the Contract Administrator determines that such work does constitute "Extra Work", the Consultant shall promptly develop a scope and budget for the extra work and submit it to the Contract Administrator. The Ownerwill provideextra compensation to the Consultant upon the basis of actual costs plus a fixed fee amount, or at a negotiated lump sum. The Consultant shall not proceed with"Extra Work"without prior written approval from the Ownerand concurrence from the Iowa DOT. Prior to receipt of a fully executed Supplemental Agreement and written Notice to Proceed, any cost incurred that exceeds individual task costs, or estimated actual cost, or the maximum amount payable is at the Consultant's risk. The Owner has the right, at its discretion, to disallow those costs. However, the Owner shall have benefit of the service rendered. 4.8 Extension of Time.The time for completion of each phase of this Agreement shall not be extended because of any delay attributed to the Consultant, but may be extended by the Contract Administrator in the event of a delay attributed to the Owneror the Contract Administrator, or because of unavoidable delays beyond the reasonable control of the Consultant. 4.9 Responsibility For Claims And Liability 4.9.1 The Consultant agrees to defend, indemnify, and hold the Owner, the State of Iowa, the Iowa DOT, their agents, employees, representatives, assigns and successors harmless for any and all liabilities, costs, demands, losses, claims, damages, expenses, or attorneys' fees, including any stipulated damages or penalties, which may be suffered by the Owneras the result of, arising out of, or related to, the negligence, negligent errors or omissions, gross negligence, willfully wrongful misconduct, or breach of any covenant or warranty in this Agreement of or by Page 6 of 38 the Consultant or any of its employees, agents, directors, officers, subcontractors or subconsultants, in connection with this Agreement. 4.9.2 The Consultant shall obtain and keep in force insurance coverage for professional liability(errors and omissions)with a minimum limit of$1,000,000 per claim and in the aggregate, and all such other insurance required by law. Proof of Consultant's insurance for professional liability coverage and all such other insurance required by law will be provided to the Ownerat the time the contract is executed and upon each insurance coverage renewal. 4.10 Current and Former Agency Employees The Consultant shall not engage the services of any current employee of the Owneror the Iowa DOT unless it obtains the approval of the Owneror the Iowa DOT, as applicable, and it does not create a conflict of interest under the provisions of Iowa Code section 6813.2A. The Consultant shall notengage the services of a former employee of the Owneror the Iowa DOT, as applicable, unless it conforms to the two-year ban outlined in Iowa Code section 6813.7. Similarly, the Consultant shall not engagethe services of current or former FHWA employee without prior written consent of the FHWA, and the relationship meets the same requirements for State and local agency employees set forth in the above- referenced Iowa Code sections and the applicable Federal laws, regulations, and policies. 4.11 Suspension of Work under this Agreement 4.11.1 The right is reserved by the Ownerto suspend the work being performed pursuant to this Agreement at any time. The Contract Administrator may effect such suspension by giving the Consultant written notice, and it will be effective as of the date established in the suspension notice. Payment for the Consultant's services will be made by the Ownerto the date of such suspension, in accordance with the applicable provisions in Article 4.12.2 or Article 4.12.3 below. 4.11.2 Should the Ownerwish to reinstate the work after notice of suspension, such reinstatement may be accomplished by thirty(30) days' written notice within a period of one year after such suspension, unless this period is extended by written consent of the Consultant. 4.11.3 In the event the Ownersuspends the work being performed pursuant to this Agreement the Consultant with approval from the Contract Administrator, has the option, after 180 days to terminate the contract. 4.12 Termination of Agreement 4.12.1 The right is reserved by the Ownerto terminate this Agreement at anytime and for any reason upon not less than thirty (30) days written notice to the Consultant. 4.12.2 In the event the Agreement is terminated by the Ownerwithout fault on the part of the Consultant, the Consultant shall be paid for the reasonable and necessary work performed or services rendered and delivered up to the effective date or time of termination. The value of the work performed and services rendered and delivered, and the amount to be paid shall be mutually satisfactory to the Contract Administrator and to the Consultant. The Consultant shall be paid a portion of the fixed fee, plus actual costs, as identified in Attachment C. Actual costs to be reimbursed shall be determined by audit of such costs to the date established by the Contract Administrator in the termination notice, except that actual costs to be reimbursed shall not exceed the Maximum Amount Payable. 4.12.3 In the event the Agreement is terminated by the Ownerfor fault on the part of the Consultant, the Consultant shall be paid only for work satisfactorily performed and delivered to the Contract Administrator up to the date established by the termination notice. After audit of the Consultant's actual costs to the date established by the Contract Administrator in the termination notice and after determination by the Contract Administrator of the amount of work satisfactorily performed, the Contract Administrator shal I determine the amount to be paid to the Consultant. Page 7 of 38 4.12.4 This Agreement will be considered completed when the scope of the project has progressed sufficiently to make it clear that construction can be completed without further revisions in that work, or if the Consultant is released prior to such time by written notice from the Contract Administrator. 4.13 Right to Set-off. In the event that the Consultant owes the Owner any sum under the terms of this Contract, the Owner may set off the sum owed to the Owneragainst any sum owed by the Ownerto the Consultant under any other contract or matter in the Owner's sole discretion, unless otherwise required by law. The Consultant agrees that this provision constitutes proper and timely notice of the Owner's intent to utilize any right of set-off. 4.14 Assignment or Transfer. The Consultant is prohibited from assigning or transferring all or a part of its interest in this Agreement, unless written consent is obtained from the Contract Administrator and concurrence is received from the Iowa DOT and FHWA, if applicable. 4.15 Access to Records.The Consultant is to maintain all books, documents, papers, accounting records and other evidence pertaining to this Agreement and to make such materials available at their respective offices at all reasonable times during the agreement period, and for three years from the date of final closure of the Federal-aid project with FHWA, for inspection and audit by the Owner, the Iowa DOT, the FHWA, or any authorized representatives of the Federal Government, and copies thereof shall be furnished, if requested. 4.16 Iowa DOT and FHWA Participation.The work under this Agreement is contingent upon and subject to the approval of the Iowa DOT and FHWA, when applicable. The Iowa DOT and FHWA shall have the right to participate in the conferences between the Consultant and the Owner, and to participate in the review or examination of the work in progress as well as any final deliverable. 4.17 Nondiscrimination Requirements. 4.17.1 During the performance of this Agreement, the Consultant agrees to comply withthe regulations of the U.S. Department of Transportation, contained in Title 49, Code of Federal Regulations, Part 21, and the Code of Iowa. The Consultant will not discriminate on the grounds of race, religion, age, physical disability, color, sex, sexual orientation, or national origin in its employment practices, in the selection and retention of subconsultants, and in its procurement of materials and leases of equipment. 4.17.2 In all solicitations, either by competitive bidding or negotiation made bythe Consultantfor work to be performed under a subcontract, including procurement of materials or equipment, each potential subconsultant or supplier shall be notified by the Consultant of the Consultant's obligation under this contract and the regulations relative to nondiscrimination on the grounds of race, religion, age, physical disability, color, sex, sexual orientation, or national origin. 4.17.3 In the event of the Consultant's noncompliance with the nondiscrimination provisions of this Agreement, the Ownershall impose such contract sanctions as it, the Iowa DOT, or the FHWA may determine to be appropriate, including, but not limited to withholding of payments to the Consultant under the Agreement until the Consultant complies, or the Agreement is otherwise suspended or terminated. 4.17.4 The Consultant shall comply with the following provisions of Appendix A of the U.S. DOT Standard Assurances: During the performance of this contract, the Consultant, for itself, its assignees and successors in interest (hereinafter referred to as the"Consultant') agrees as follows: 1. Compliance with Regulations:The Consultant shall comply with the Regulations relative to non-discrimination in Federally assisted programs of the Department of Transportation (hereinafter, "DOT') Title 49, Code of Federal Regulations, Part 21, as they may be amended Page 8 of 38 from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Consultant, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subconsultants, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made bythe Consultant for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subconsultant or supplier shall be notified bythe Consultant of the Consultants obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports:The Consultant shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Owner, the Iowa Department of Transportation or Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a Consultant is in the exclusive possession of another who fails or refuses to furnish this information the Consultant shall so certify to the Owner, the Iowa Department of Transportation or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Consultants noncompliance with the nondiscrimination provisions of this contract, the Ownershall impose such contract sanctions as it, the Iowa Department of Transportation or the Federal Highway Administration may determine to be appropriate, including, but not limited to: a. withholding of payments to the Consultant under the contract until the Consultant complies, and/or b. cancellation, termination or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The Consultant shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt bythe Regulations, or directives issued pursuant thereto. The Consultant shall take such action with respect to any subcontract or procurement as the Owner, the Iowa Department of Transportation or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for non-compliance: provided, however, that, in the event a Consultant becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the Consultant may request the Owner or the Iowa Department of Transportation to enter into such litigation to protect the interests of the Owneror the Iowa Department of Transportation, and, in addition, the Consultant may request the United States to enter into such litigation to protect the interests of the United States. 4.18 Compliance with Tile 49, Code of Federal Regulations, Part 26 4.18.1 The Consultant agrees to ensure that disadvantaged business enterprises (DBEs) as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard the Consultant and all of its subconsultants shall take all necessary and reasonable steps in compliance with the Iowa DOT DBE Program to ensure disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Page 9 of 38 4.18.2 Upon notification to the Consultant of its failure to carry out the requirements of this Article, the Owner, the Iowa DOT, or the FHWA may impose sanctions which may include termination of the Agreement or other measures that may affect the ability of the Consultant to obtain future U.S. DOT financial assistance. The Consultant is hereby advised that failure to fully comply with the requirements of this Article shall constitute a breach of contract and may result in termination of this Agreement by the Owner or such remedy as the Owner, Iowa DOT or the FHWA deems appropriate. 4.19 Severability. If any section, provision or part of this Agreement shall be adjudged invalid or unconstitutional, such adjudication shall not affect the validity of the Agreement as a whole or any section, provision, or part thereof not adjudged invalid or unconstitutional. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their proper officials thereunto duly authorized as of the dates below. AECOM Technical Services D glas W. Sch *`el, P.E. Associate Vice President ATTEST: By City of Dubuque By Date: Michael C. Van Milligen City Manager Date: November 20, 2015 Date: November 20, 2015 IOWA DEPARTMENT OFTRANSPORTATION Accepted for FHWAAuthorization* By Name Kent L. Ellis, P.E. Title Local Systems Engineer, District 6 Date:. * The Iowa DOT is not a party to this agreement. However, by signing this agreement, the Iowa DOT is indicating the work proposed under this Agreement is acceptable for FHWA authorization of Federal funds. Page 10 of 38 ATTACHMENT A SCOPE OF SERVICES SUPPLEMENTAL AGREEMENT NO. 15 SOUTHWEST ARTERIAL FROM SEIPPEL ROAD TO OLDE DAVENPORT ROAD DUBUQUE, IOWA 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. 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 to finalize the construction plans 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 - Modify Military Road and Bridge Plans. The Military Road and Bridge final construction plans were completed in June 2011. This task includes modifying the previously-completed plans and Special Provisions to meet the current Iowa DOT Standards and Specifications for a later letting date. Task 2 - Final Design of Connector Road A. The preliminary design of Connector Road A at the U.S. 151/61 interchange was included in the original scope. This task includes preparation of the final construction plans for Connector Road A, including the plan and profile sheets, drainage design, earthwork design, paving design, intersection details at Silverwood Drive, final cross sections, tabulations, bid items and quantities. Task 3 - Final Design of Connector Road B. The preliminary design of Connector Road B at the U.S. 151/61 interchange was included in the original scope. This task includes the final construction plans for Connector Road B and the new bridge over Granger Creek. a. Road Design. This task includes the final roadway construction plans, including the plan and profile sheets, drainage design, earthwork design, paving design, final cross sections, tabulations, bid items and quantities. b. Bridge Over Granger Creek. This task includes the final construction plans for the bridge over Granger Creek. The bridge will be a 264'-1 3/8" x 36-0", 3-span, variable-skew pre- stressed concrete beam bridge on a horizontal curve. The design will be in accordance with the previously-completed TS&L drawing prepared in October 2009. It is not anticipated that any architectural enhancements or other special design features will be included in this bridge. Task 4 - Evaluate Bikeway Design for Iowa DOT Standards. The original bikeway along the Southwest Arterial was designed in accordance with the Iowa DOT and AASHTO Design Standards in effect at the time. Subsequent to this design, Iowa DOT has published new shared-use path design guidelines as part of the Iowa DOT Design Manual, Chapter 12. This task includes Page 11 of 38 evaluating the previous bikeway design against the new design guidelines, identifying areas where the bikeway will need to be redesigned and modifying the bikeway evaluation technical memo. Task 5 - Revise Bikeway Design to Meet Current Iowa DOT Standards. This task includes revising the bikeway design to meet the current Iowa DOT design guidelines for a Type 3 Shared-Use Path, as published in the Iowa DOT Design Manual, Chapter 12. Where possible, the bikeway design will be modified, including the horizontal alignment, profile grade, design cross sections, drainage structures, grading quantities and tabulations. In areas where conformance with the new guidelines would be impractical, a request for design exception will be prepared on the Iowa DOT forms. Task 6 - Catfish Creek Bridge Additional Enhancement Design. This task includes the final design of additional enhancement features for the Catfish Creek Bridge, which were developed subsequent to the previous scope. The additional enhancement features under this task will include the design of two overlooks on the bridge, special lighting and vertical monuments at the bridge approaches. Task 7 - 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 130 (Bradley) —Supplementary plats for drainage easement and excess right-of-way between old and new English Mill Road. • Parcels 173 and 174 (Lambert) —New plat and description for excess right-of-way parcel. Task 8 - Additional Project Meetings and Coordination. This task includes the additional meetings, conference calls, web meetings and other coordination associated with the scope and schedule modifications and extended project schedule in this agreement. The Consultant will also prepare a summary or minutes of the regular weekly conference calls/meetings. The following activities are included in this task: a. Weekly Conference Calls. Added weekly conference calls during the extended project schedule, which includes the time period from January 1, 2016, until December 31, 2016 (1- year extension). b. Proiect Review Meetings. Added project review meetings, to be held in Dubuque as requested by the City during the extended project schedule, which includes the time period from January 1, 2016, until December 31, 2016 (1-year extension). A total of three project review meetings are included in this task. C. Proiect Management Team (PMT) Meetings. PMT meetings will be held monthly until approximately December 2016. It is anticipated that most of the meetings will be held by webinar with approximately four of the meetings being held in Ames or Cedar Rapids. A total of 24 PMT meetings are included in this task, of which the following types of meetings are included: • Face-to-face meetings in Ames or Cedar Rapids - 4 Meetings • Web meetings or conference calls - 20 Meetings Task 9 - 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. Task 10 - Delete Council Work Sessions. This task deletes Task 141 from Supplemental Agreement No. 1 for conducting two work sessions with the Dubuque City Council. Coordination with the City Council will be handled by City Staff members instead. Task 11 - Reduce RCB Culvert Design. Tasks 96-98 in Supplemental Agreement No. 1 included the final design of 12 reinforced concrete box (RCB) culverts. The current design concept has changed the location of some roadways and ramps, and requires re-evaluation of the drainage structures. It is anticipated that the new design concept will include 9 RCB culverts in the segment between Station 100 and Olde Davenport Road, with sizes that are typically larger than the original Page 12 of 38 design concept. This task includes re-evaluating the conceptual drainage design to comply with the new road design concept, preparing new Type, Size and Location (TS&L) drawings for the new RCB culverts, and completing the final design for 9 RCB culverts. Task 12 - Reduce Permit Applications for Granger Creek. Task 19 in Supplemental Agreement No. 1 included preparation of a FEMA Conditional Letter of Map Revision (CLOMR) and an Iowa DOT Risk Assessment Form and Form 1E for the bridges over Granger Creek. In subsequent communications with Iowa DOT, these documents will not be needed. This task deletes the original scope and replaces it with hydraulic analysis and coordination with Iowa DOT to obtain Iowa DOT's approval for two bridges and one triple RCB culvert over Granger Creek. Task 13 - Reduce Permit Applications for Catfish Creek Tributary. Task 20 in Supplemental Agreement No. 1 included preparation of three hydraulic permits for the Catfish Creek tributary at Station 130: Iowa DOT Flood Plain Permit, CLOMR and Iowa DOT Risk Assessment and Form 1 E. Based on subsequent evaluations, none of these permits will be required. This task deletes the original scope and replaces it with hydraulic analysis and coordination with Iowa DOT to obtain Iowa DOT's approval for the 12'x8' RCB culvert near Station 130. Task 14 - Cost Estimate Updates. This task includes updating the "planning-level" cost estimates for the various segments of the project. This task is anticipated to include several updates to the project cost estimates throughout the remainder of the project development. Task 15 - Field Exam. This task includes planning for and attending the field exam which is anticipated for the mainline paving project: Mainline 2-lane paving, entire project Task 16 - Electronic File Modifications. This task includes modifying the previously-completed design files to meet the Iowa DOT specifications for electronic file submittals. This task pertains to the mainline and side-road design files that are not included in other tasks in this agreement. The following subtasks are included: a. Electronic files for construction plan submittals. b. Design file modifications as required to utilize Iowa DOT's Project Wise system. Task 17 - Additional Bridge Sheets Required. Based on direction from Iowa DOT Office of Bridges and Structures, the following additional information is required on bridge designs for projects after the October 2015 letting, P.P.C. Beam Data Sheet, P.P.C. Beam Data Spreadsheet and Bridge Deck Grade Spreadsheet. This task includes the above additional work required for the Catfish Creek Bridge and the Granger Creek Bridge. A.2. Tasks Related to the North Cascade Road Interchange. These tasks represent final design work required for the grading of the North Cascade Road Interchange in addition to construction plan preparation for this work. Task 18 - Grading and Drainage Design for North Cascade Road Interchange. This task includes the grading and drainage design for the North Cascade Road Interchange project to accommodate the ultimate four-lane paving project. The design will include the four ramps at the North Cascade Road interchange, adding grading for the bikeway through the North Cascade Road interchange area, and modifying the grading to accommodate the interim at-grade intersection at North Cascade Road. The grading design for these elements will include the geometric layouts, cross sections and drainage/pipe culvert design. This task will include final design of the North Cascade Road Interchange up to the grading plans. Task 19 - Design of Excess Cut Disposal Area on Parcel 133. This task includes developing a site grading plan for disposal of excess roadway cut material which would be generated between English Mill Road and Catfish Creek. It is anticipated that the disposal area will be in the northeast quadrant of Parcel 133 (former Oberbroeckling property) and will be compatible with the conceptual layouts previously prepared by AECOM for the City of Dubuque. Page 13 of 38 Task 20 - Earthwork Tabulation and Quantities. This task includes preparation of the earthwork tabulations (T-Sheets) for the grading work designed in the previous tasks. Task 21 - Construction Plan Set Preparation. This task consists of miscellaneous tasks necessary to develop a separate set of construction plans for the interchange project which is not included in other tasks. This task includes the following subtasks: a. Title and legend sheets (A-Series Sheets). b. Typical cross sections and details (B-Series Sheets). C. Tabulations and general notes (C-Series Sheets). d. Other miscellaneous sheets not listed elsewhere and assembly of the final plan set. Task 22 - Presentation Materials. This task includes preparation of drawings and exhibits not required for the construction plan set but which may be requested by the City for use in presentations or meetings. The extent of this task is represented by the estimated staff-hours included in the appendix. Additional presentation materials, if requested, will be added to the scope by supplemental agreement. The following subtasks are included: a. Graphics and exhibits. b. 3-D modeling and animations. Task 23 - Construction Cost Estimate. This task includes preparation of an Engineer's Opinion of Probable Construction Cost based on typical bid prices at the time the design is completed. Task 24 - Quality Control Reviews. This task includes in-house quality control reviews by senior professionals who have not been responsible for the original design. The quality control reviews will be completed and documented before key submittals are made to the City. Task 25 - Submittals and Iowa DOT Coordination. This task includes intermediate submittals as required by Iowa DOT and associated coordination with the Iowa DOT, such as exchange of information and responses to intermediate requests. B. WHKS Scope of Services The Iowa Department of Transportation has directed that the west roundabout for the SW Arterial interchange with U.S. 20 will be replaced by a signalized intersection. Because WHKS has advanced the design plans for the Southwest Arterial, U.S. 20, the interchange ramps, roundabouts, and the associated design, the change to a signalized intersection will require additional staff hours to revise the interchange configuration and to re-design the affected project components. This agreement will also include additional structural design. The bridge locations and the required design scope of work are described below. The work to be completed under this agreement will also include final design of the connector road (grading plans only) between North Cascade Road and English Mill Road. Starting with the preliminary design work initiated by AECOM, WHKS will complete the design approximately from Sta. 1500+00 to Sta. 1532+50, including the design of the interchange ramp roundabouts. AECOM will design the interchange ramps up to the locations where the ramp typical sections begin to vary for the roundabout geometry. The scope of services includes the following tasks, which were not included in the original scope or previous supplemental agreements. Task Group 1. U.S. 20 Roadway Design Tasks: The length of the U.S. 20 bridges 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 for the U.S. 20 Duals. The change will maintain the currently designed roadway profile grades, but the changes can be completed with the previously negotiated roadway staff hours. Additional staff hours are, however, requested for: Page 14 of 38 Task 1. Cable Guardrail Design. Add design and plan details for high-tension cable guardrail in the U.S. 20 median, as directed by IDOT. Task Group 2. SW Arterial Roadway Design Tasks: Task 1. SW Arterial/Seippel Road West of U.S. 20 a) Revise the Seippel Road/ SW Arterial roadway horizontal alignment from Sta. 51+89.20 Office Alignment (OA), the west project limit (the beginning of the project), to approximately Sta. 76+18.15 OA near the west abutment of the SW Arterial bridge over U.S. 20. Essentially, the west side of the U.S. 20 interchange will be completely re-designed, including the alignments of Ramps A and D. Related work tasks include: i) Re-design the roadway using the horizontal alignment labeled OA in the current plans, and provide new superelevation transitions ii) Re-design a new SW Arterial/Seippel Road profile iii) Re-design the alignments and profiles for Ramps A and D iv) Re-design culverts, ditching and storm sewer system V) Develop new typical sections vi) Modify the Geopak model and refine cross sections for the design revisions. Update the Geopak design model to be in compliance with IDOT requirements for the use of Corridor Modeler. vii) Evaluate lane requirements and storage lengths, and design the intersection of Ramps A and D with the SW Arterial/Seippel Road viii) Re-design the shared use path using current IDOT/PROWAG standards ix) Coordinate revisions with the Geotechnical Engineer X) Revise ROW design xi) Revise the water main relocation plans xii) Redesign the temporary runaround/detour using Ramps A and D for the staging construction of U.S. 20, including temporary drainage for the runaround. b) Plan revisions (referencing existing plans dated June 22, 2012) i) Sheets 13.1-13.2-Typical Sections ii) Sheets D.2-D.8-Plan and Profile iii) Sheets E.1-E.3, E.6-E.8-Plan and Profile iv) Sheets G.1-G.4-Geometrics V) Sheets K.1-K.3,K.6-Plan and Profile vi) Sheets L.1-L.12; L.22; L.26-Intersection and Special Details vii) Sheets S.2-S.3, S.8-S.9-Recreational Trail viii) Cross sections C) Traffic Signal Design (N-Series Sheets). The traffic signal system will be designed and the N-series sheets will be developed by WHKS. Task 2. SW Arterial Between the Ramp Intersections, Over U.S. 20 a) Redesign typical section: i) Addition of barrier rail between eastbound traffic lane and multiuse trail on the bridge ii) Addition of fencing on the south side of the bridge and review of fencing termination off of the bridge iii) Addition of another westbound traffic lane and wider median iv) Reduction in westbound outside shoulder width v) Redesign typical section(s) b) Plan revisions (referencing existing plans dated June 22, 2012) i) Sheet B.2-Typical Section ii) Sheets D.5-D.12-Plan and Profile iii) Revise cross sections Page 15 of 38 Task 3. SW Arterial East of U.S. 20: a) Revise the 5-leg roundabout. Related work tasks include: i) Revise roundabout for revised SWA bridge length. ii) Modify the alignment and profile for Ramps B and C iii) Modify the alignment and profile for the East Access Connector iv) Revise ditching and storm sewer design V) Modify Geopak model and refine cross sections for the design revisions. Update the Geopak design model to be in compliance with IDOT requirements for the use of Corridor Modeler. vi) Coordinate revisions with the Geotechnical Engineer vii) Revise ROW design viii) Revise the westbound lanes to a two lane section ix) Revise horizontal geometry and elevations of westbound right turn lane X) Develop new typical sections xi) Redesign the 5 legged roundabout for the additional westbound lane and wider median, and document the design xii) Revise the shared use path alignment and profile to comply with current IDOT/PROWAG standards xiii) Design shared path crossings of 2 lane roads to comply with IDOT/PROWAG standards b) Plan revisions (referencing existing plans dated June 22, 2012) i) Sheets 13.2-13.3-Typical Sections ii) Sheets D.9-D.13-Plan and Profile iii) Sheets G.1-G.4-Geometrics iv) Sheets K.1-K.2,K.4-K.5-Plan and Profile V) Sheets L.12-L.20; L.24; L.25-Intersection and Special Details vi) Sheets S.4-S.5, S.8-S.9-Recreational Trail vii) Cross sections Task 4. Utility Accommodations. All utilities to be relocated will generally follow the layouts shown on Exhibit 1. a) Traffic Signal Fiber Optic Interconnect. The work will include the layout, plan preparation, quantities and special provision for approximately 5,700 feet of fiber optic cable from a proposed handhole at the intersection of the Stone Valley Drive and U.S. 20, to near the existing intersection of the Menards entrance and U.S. 20. It is anticipated that two new handholes will be required. The fiber optic cable will be stationed relative to the WB U.S. 20 survey baseline. Plan sheets will be prepared and incorporated into the bid documents. WHKS will rewrite an existing Iowa DOT/City of Dubuque special provision for the proposed fiber optic cable. b) Water Main and Appurtenances. The work will include the layout, plan preparation, quantities and special provision for approximately 10,000 feet of water main within the limits of the U.S. 20 interchange construction. The task will not include the design but will include only the establishment of the location and alignment for the water main extension parallel to the East Access Connector and Ramp C. The plans for water mains and appurtenances will show all appropriate physical features adjacent to the proposed water mains along with horizontal and vertical controls and hydrant coverage. Other utilities, such as sanitary and storm sewers, manholes, etc., will be shown on the plans with horizontal and vertical separation distances. Design details for other utilities that do not affect the water main will not be shown on water main plans. Plan sheets will be prepared and incorporated into the bid documents. WHKS will rewrite an existing Iowa DOT/City of Dubuque special provision for the proposed water main. The plan and profile sheets will include: i) Stationing, location, and type of all fittings, valves and fire hydrants. ii) Plan and profiles of all water lines and the ground line above the water main. iii) Size, length and grade of water mains in profile. iv) Type of pipe materials and strengths. Page 16 of 38 V) Elevations at all structures in profile. vi) Location, size and type of all water service stubs. Stub locations will be referenced to lot corners. vii) Estimates will include length of pipe stubbed out from valves. viii) Fire hydrants will be identified with numbering system on plan and profile. ix) Class of pipe bedding. X) Existing utilities or other underground features that could reasonably affect the construction and maintenance of the water main. xi) Provide estimate of probable cost and division split. C) Sanitary Sewer. The task will include the relocation of an existing sanitary sewer line under U.S. 20. The task will involve designing three new sanitary sewer manholes and the relocation of the approximately 550 feet of 16 inch diameter pipe. Casing pipe will be jacked under U.S. 20. Plan sheets will be prepared and incorporated into the bid documents. A permit application will be submitted to Iowa DOT. The plan and profile sheets will include: i) Stationing, location and type of all manholes. ii) No special details are anticipated. iii) Plan and profiles of all water lines and the ground line above the water main. iv) Size, length and grade of sewers in profile. V) Type of pipe materials and strengths. vi) Invert elevations at all structures in profile. vii) Rim elevations of manholes viii) Class of pipe bedding. ix) All castings. X) Existing utilities or other underground features that could reasonably affect the construction and maintenance of the sanitary sewer. xi) Provide estimate of probable cost and division split. Task Group 3. SW Arterial Bridge Design Tasks: Task 1 - SW Arterial over U.S. 61 and Granger Creek Bridge. In order to accommodate the proposed aesthetics, the span arrangement for this structure was modified such that both lanes of U.S. 61 are spanned. This differs from the original TS&L that placed a pier between the northbound and southbound traffic, however, the bridge still utilizes 4 spans. New task includes: a) Update TS&L Task Group 4. English Mill - North Cascade Connector Road Design Tasks: WHKS will complete the design of the connector road between North Cascade Road and English Mill Road, with the preliminary design work initiated by AECOM. WHKS will complete the design of only the grading construction plan set (paving design plans not included) from approximately Sta. 1500+00 to Sta. 1532+50, including the design of the interchange ramp roundabouts and the bridge over the SW Arterial. AECOM will design the interchange ramps up to the locations where the ramp typical sections begin to vary for the roundabout geometry. It is assumed that this work will produce construction plans that will be let independently of other SW Arterial construction packages, and that AECOM will integrate plan sheets, details, tabulations, notes and quantities related to work designed by WHKS. The plans will be prepared on 11'X17" sheets at a scale of 1"=200'. The following work tasks will be required: Task 1 -Title and Legend Sheets (A-Series Sheets). The title and legend sheets will be prepared in accordance with Iowa DOT standards. Task 2 - Typical Sections and Details (B-Series Sheets). Typical cross sections and road design details will be developed in accordance with Iowa DOT standards. Page 17 of 38 Task 3 - Bid Items and General Notes (C-Series Sheets). Plan sheets will be prepared to include the following: a) Bid Item and Quantity Listing b) Estimate Reference Information C) General Notes d) AECOM to Integrate Bid Items and Notes into the Plans Task 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. AECOM will integrate WHKS tabulations and quantities into the plans. Task 5 - Plan and Profile Sheets (D-, E-, F- and K-Series Sheets). This task consists of preparing the final plan and profile sheets for the project based on the previously-completed design concept. No F or K Sheets are anticipated. Task 6 - Geometric Layout Sheets (G-Series Sheets). This task includes the geometric layout sheets, including centerline layouts and tabulations of geometric curve data and superelevation data. The alignment over the SW Arterial will be based on the TS&L developed by AECOM. Task 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. Task 8 - Staging and Traffic Control Design (J-Series Sheets). It is anticipated that the project will be constructed with only minimal traffic control required at English Mill Road. Task 9 - Intersection Details (L-Series Sheets). This task includes preparation of preliminary intersection plans for the interim grading of the future paved intersections, including: a) Ramp Intersections b) English Mill Road Intersection Jointing, edge profiles and staking details will be provided by others when the paving plans are developed for the project. Task 10 - Drainage and Culvert Design - (M-Series Sheets). This task includes the preliminary design of the storm sewer system and tabulation of crossroad pipe culvert drainage structures. The final drainage area maps and V=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 four (4) culverts. b) Storm Sewer System design by others when the paving plans are developed for the project. C) Tabulation of"Drainage Structures by Road Contractor." d) Tabulation of Storm Sewers is by others when the paving plans are developed for the project. Task 11 - Soils Sheets (Q-Series Sheets). The soil profile base sheets (Q-series sheets) will be developed by WHKS and completed by Terracon Consultants. Task 12 - Sidewalk Sheets (S-Series Sheets). The sidewalk sheets (S-series sheets) will be developed by others when the paving plans are developed for the project. Task 13 - 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. Task 14- Detail Sheets (U-Series Sheets). The U-series sheets will be developed by WHKS. Page 18 of 38 Task 15 - Box Culvert Sheets (V-Series Sheets). This task includes the design analysis and plan development for a proposed box culvert approximately at Sta. 1537+00. Task 16 - Cross Section Sheets. Cross sections sheets will be designed and developed for all affected roadways. Create the Geopak design model to be in compliance with IDOT requirements for the use of Corridor Modeler. Task Group 5. Revise East Access Connector Tasks: The preliminary engineering plans for the East Access Connector were developed using a rural typical section. The City has determined that the roadway should be designed as an urban street, with a curb and gutter design and storm sewers, from the SW Arterial to Stone Valley Drive. The work tasks to redesign the roadway and modify the plans and cross sections include: Task 1 - Evaluate Horizontal Alignment and Vertical Profile. This task will review and establish the urban roadway design standards to be utilized for the necessary geometric revisions. Task 2 - Revise Typical Sections. Revise the typical sections for the urban design. Task 3 - Revise D Sheets. Revise the plan and profile sheets for the urban design. Task 4 - Revise Ditching, Channel and Culvert. Revise the rural drainage design, as appropriate, for the urban design impacts. Modify the preliminary design of the proposed 10'x 8' RCB culvert. Task 5 - Modify Geopak Model and Refine Cross Sections. The Geopak model will be modified for the revised designs, and cross sections will be redeveloped. Task 6 - Design Storm Sewer. This task includes the final design of the drainage system. The following subtasks are included: a) Storm Sewer System Design (Estimated for 20 intakes and no utility access structures) b) Tabulation of Storm Sewers Task 7 - Create Geopak Drainage Model. Develop the drainage model to perform the hydrologic and hydraulic modeling of the storm sewer system. Task 8 - Create Storm Sewer M Sheets. Five (5) "M" sheets are estimated. Task 9 - Design Longitudinal Subdrain. Task 10 -Revise Cross Sections. Task 11 - Revise ROW. Task 12 - Design ADA Sidewalks. The sidewalk adjacent to the roadway will be designed on one side of the roadway by WHKS, from the SW Arterial to Stone Valley Drive. Two (2) handicapped ramps will be designed for the crossing of the East Access Road on the north side of Stone Valley Drive. No provisions will be made for crossing Stone Valley Drive. Task 13 - Create and Revise S Sheets. The sidewalk sheets (S-series sheets) will be developed by WHKS. Task 14- Quantities and Cost Estimating. Task 15 - Quality Assurance/Quality Control. Task Group 6. Menard's Frontage Road/NE Access Connector Tasks: A number of additional work items have been identified related to the design of the Menard's Frontage Road since the original Scope of Services was developed as follows: Page 19 of 38 Task 1. The scope of work assumed that an existing 2'x2' RC Box under U.S. 20 would be extended with RC pipe under the proposed frontage road. The field survey has determined that the 2'x2' RC Box ends at the well of a 5'x5' manhole approximately 14.5 feet deep, from the top of the structure to the well. A 3'x3' RC Box extends from and drains the manhole to the east. Based on the anticipated elevations of the proposed frontage road and the associated grading, the 5'x5' manhole will be replaced with a manhole that will be approximately 40 feet tall. Additional staff hours are required to design and detail plans for a 40 feet tall manhole, top slab and inlet. Task 2. The scope of work assumed that the existing 3'x3' RC Box extending from and draining the above-described manhole to the east would be used as constructed. However, no design calculations or as-built plans are available to confirm the design or construction of the structure, or the ability of the structure to support the additional embankment fill. The Iowa DOT and the City of Dubuque have concurred that length of the existing RC Box that will be under the proposed Menard's Road should be removed and replaced. Additional staff hours are required to design the removal and replacement of 172 feet of the existing 3'x3' RC Box. Task 3. WHKS has performed the design of the Old Highway Road intersection with U.S. 20 based on the planning level study and lane configuration provided by HDR/Iowa DOT. Based on review comments, the City has requested that the approach be modified to include two left-turn lanes, one through lane and a right-turn lane. The design revisions affect all related plan sheets, the intersection design sheets, the storm sewer design, typical sections, quantities and the traffic control sheets. WHKS requests additional staff hours to complete the design changes. Task 4. The original scoping for the traffic control and staging assumed 4 stages of traffic to construct the project. WHKS has reviewed alternative staging scenarios to maintain 2 lanes of traffic in each direction on U.S. 20 while constructing the required storm sewer and the proposed roadways. The preliminary traffic control design done to date has identified the need for 8 stages of traffic to facilitate the construction. WHKS requests additional staff hours to complete the traffic staging design and plans. Task 5. The original scoping for the storm sewer design estimated 50 intakes and 10 utility accesses for the project. The preliminary design of the storm sewer system has identified 97 new structures. Provide estimate of probable cost and division split. WHKS requests additional staff hours to complete the storm sewer design and plans. Task 6. Utility Accommodations. All utilities to be relocated will generally follow the layouts shown on Exhibit 2. a) Traffic Signal Fiber Optic Interconnect. The work will include the layout, plan preparation, quantities and special provision for approximately 5,200 feet of fiber optic cable from the existing intersection of the Menards entrance and U.S. 20 to an existing handhole in the NW quadrant of the intersection of the NW Arterial and U.S. 20. It is anticipated that three new handholes will be required and that the existing handhole at the NW Arterial will be modified. The fiber optic cable will be stationed relative to the WB U.S. 20 survey baseline. Plan sheets will be prepared and incorporated into the bid documents. WHKS will rewrite an existing Iowa DOT/City of Dubuque special provision for the proposed fiber optic cable. Provide estimate of probable cost and division split. A permit application will be submitted to Iowa DOT. b) Water Main and Appurtenances. The work will include the layout, plan preparation, quantities and special provision for approximately 1,550 feet of water main within the limits of the Menards Frontage Road project construction. The plans for water mains and appurtenances will show all appropriate physical features adjacent to the proposed water mains along with horizontal and vertical controls and hydrant coverage. Other utilities, such as sanitary and storm sewers, manholes, etc., will be shown on the plans with horizontal and vertical separation distances. Design details for other utilities that do not affect the water main will not be shown on water main plans. Plan sheets will be prepared and incorporated into the bid documents. WHKS will rewrite an existing Iowa DOT/City of Page 20 of 38 Dubuque special provision for the proposed water main. A permit application will be submitted to Iowa DOT. The plan and profile sheets will include: i) Stationing, location and type of all fittings, valves and fire hydrants. ii) Plan and profiles of all water lines and the ground line above the water main. iii) Size, length and grade of water mains in profile. iv) Type of pipe materials and strengths. V) Elevations at all structures in profile. vi) Location, size and type of all water service stubs. Stub locations will be referenced to lot corners. vii) Estimates will include length of pipe stubbed out from valves. viii) Fire hydrants will be identified with numbering system on plan and profile. ix) Class of pipe bedding. X) Existing utilities or other underground features that could reasonably affect the construction and maintenance of the water main. xi) Provide estimate of probable cost and division split. Task Group 7. Structural Task Item: A July 16, 2015, email from the Consultant Coordinator for the Iowa DOT Office of Bridges and Structures directed that the "P.P.C. Beam Data Sheet' [IDOT OBS SS 1066A] and corresponding "PPC Beam Data Spreadsheet.xls," as well as the "Bridge Deck Grade Spreadsheet.xls," are required for the SW Arterial projects. In order to provide this information, two (2) additional sheets will be required for each bridge. WHKS is designing a total of eight (8) PPCB bridges: five bridges at the U.S. 20 Interchange, the U.S. 61 bridge, the Military Road bridge (December 2015 letting), and the bridge between North Cascade Road and English Mill Road. WHKS requests additional staff hours to generate and produce the additional 16 sheets for the bridges. Task Group 8. Miscellaneous Task Items: Task 1. Project Administration/Project Management. Task 2. Quality Assurance/Quality Control. Task 3. Meetings. This task includes meetings associated with the additional scope and extended schedule, including weekly meetings and attending PMT meetings. Task 4. Coordination with GHD. Coordination with GHD (formerly Ourston Roundabouts) for additional roundabout documentation and advanced signage for the revised 5-legged roundabout. Task 5. Cost Estimates. Update cost estimates and quantities that have now changed due to the roadway modifications. Assumptions a) The SWA will follow the office alignment as shown on the current G sheets. b) The SWA Bridge over U.S. 20 will remain as 35 mph design speed. C) The interchange ramp tapers will remain in the currently designed locations. d) 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. e) GeoPak Corridor Modeler will be used for the re-design. f) Lighting design and lighting plan development will be provided by others. g) Borrow design and sheets will not be required. Any borrow required will be provided by the Contractor. Page 21 of 38 C. Terracon Scope of Services The tasks for Terracon include additional work required for the added connector roads at U.S. 151/61, modifications to the U.S. 20 interchange, addition of the North Cascade Road interchange and connector road and for modifications to previously-completed work associated with the redesigned portions of the project. The following tasks are included: Task 1 - Re-drilling of Ramp D Bridge Borings at U.S. 20 Interchange. Based on the current plan for the U.S. 20 interchange, the Ramp D Bridge has shifted about 100 feet to the east. We will perform four bridge borings at the new structure locations to an anticipated average depth of 50 feet. No additional testing is anticipated for this bridge. Task 2 - Geotechnical Exploration and Design of Connector Roads "A" and "B" at the U.S. 151/61 Interchange. Connector Roads "A" and "B" will now be included as part of the Southwest Arterial project. Connector Road "A" has a length of about 2200 feet. We anticipate cuts of up to about 25 feet where Connector Road "A" intersects the Southwest Arterial. Connector Road "B" has a length of about 3200 feet. We anticipate fills of up to about 20 feet where Connector Road "B" intersects the Southwest Arterial. A three-span bridge will carry Connector Road "B" over Granger Creek. Based on the provided aerial, 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. ■ 14 borings along Connector Road "A" to average depths of 25 feet. ■ 10 borings along Connector Road "B" to average depths of 20 feet. ■ 8 backslope borings to average depths of about 20 feet. ■ 4 bridge borings for the Connector Road "B" bridge over Granger Creek to average depth of 50 feet, including about 10 feet of rock coring in each. Laboratory Testing ■ Test assignments. ■ 2 unconsolidated, undrained triaxial shear tests. ■ 2 consolidated, undrained triaxial shear tests. ■ 1 consolidation test. ■ 20 Atterberg limits and grain size analyses. ■ 60 dry density and moisture content tests. ■ 25 unconfined compressive strength tests on soils. ■ 20 moisture-density (one-point Proctor) tests. ■ Supervision of laboratory testing. ■ Engineering review of laboratory test results. Engineering and CADD Services ■ Computer generated boring logs for bridge borings. ■ Settlement estimates for the bridge approaches (2 locations). ■ Stability analyses for the bridge approaches and large road fill area and deep road cut areas (6 locations). ■ Remedial soils design to address settlement and/or stability problems at 2 locations using typical remedial designs such as flattening the backslope or adding a berm at the toe of the foreslope. ■ Supplemental Report of Bridge Soundings for each bridge boring. Page 22 of 38 ■ One preliminary and one final S4 bridge soils submittals for Connector Road "B" bridge over Granger Creek. ■ Subsurface layer (TIN) files for soils encountered in the following areas: 0 61 Connector Road A Station 15+00 to Station 29+00 0 61 Connector Road B Station 24+00 to Station 29+00 0 61 Connector Road B Station 30+50 to 33+50 ■ 3 conference calls with stakeholders. ■ Contract administration. Task 3 - Geotechnical Exploration and Design of the Connector Road from the Southwest Arterial to English Mill Road. The Connector Road between the SW Arterial and English Mill Road will now be included in the Southwest Arterial project. The Connector Road is about 4200 feet long. We anticipate maximum centerline cuts and fills on the order of 50 and 35 feet, respectively. A 12'x10' RCB culvert is planned near Station 1537. Based on the provided aerial and profiles, 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. ■ 7 borings along Connector Road to average depths of 40 feet. ■ 14 borings along Connector Road to average depths of 30 feet. ■ 6 borings along Connector Road to average depths of 15 feet. ■ 3 backslope borings to average depths of about 45 feet. ■ 2 borings for culverts to average depths of about 30 feet. ■ 12 borings at the toe of the foreslope in deep fill areas to average depths of 30 feet. ■ About 200 feet of rock core is included in the above borings. Laboratory Testing ■ Test assignments. ■ 3 unconsolidated, undrained triaxial shear tests. ■ 3 consolidated, undrained triaxial shear tests. ■ 3 consolidation tests. ■ 20 Atterberg limits and grain size analyses. ■ 100 dry density and moisture content tests. ■ 35 unconfined compressive strength tests on soils. ■ 20 moisture-density (one-point Proctor) tests. ■ 3 organic content tests (loss on ignition). ■ Supervision of laboratory testing. ■ Engineering review of laboratory test results. Engineering and CADD Services ■ Computer generated boring logs for culvert borings. ■ Settlement estimates for the culvert. ■ Stability analyses for the large road fill area and deep road cut areas (7 locations). ■ Remedial soils design to address settlement and/or stability problems at 2 locations using typical remedial designs such as flattening the backslope or adding a berm at the toe of the foreslope. ■ Supplemental Report of Bridge Soundings for each culvert boring. ■ One preliminary and one final S4 culvert soils submittal. ■ Subsurface layer (TIN) files for soils encountered in the following areas: Page 23 of 38 o SWA to EMR Connector Station 11544+00 to Station 11558+00 o SWM to EMR Connector Station 11560+00 to Station 11562+50 ■ 5 conference calls with stakeholders. ■ Contract administration. Task 4 - Geotechnical Exploration and Design of the North Cascade Road Interchange. The North Cascade Road interchange will now be included in the Southwest Arterial project. Detailed design of the diamond interchange is not complete. Based on the profiles of the previous design, we anticipate maximum centerline cuts and fills on the order of 35 and 45 feet, respectively. 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. ■ 47 borings along the ramps to average depths of 40 feet. ■ 35 borings along the ramps to average depths of 30 feet. ■ About 290 feet of rock core is included in the above borings. Laboratory Testing ■ Test assignments. ■ 2 unconsolidated, undrained triaxial shear tests. ■ 1 consolidated, undrained triaxial shear test. ■ 1 consolidation test. ■ 45 Atterberg limits and grain size analyses. ■ 150 dry density and moisture content tests. ■ 75 unconfined compressive strength tests on soils. ■ 45 moisture-density (one-point Proctor) tests. ■ 2 organic content tests (loss on ignition). ■ Supervision of laboratory testing. ■ Engineering review of laboratory test results. Engineering and CADD Services ■ Stability analyses for the large road fill area and deep road cut areas (5 locations). ■ Settlement estimates at two culvert locations. ■ 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 ramps (total of 4 sheets). ■ Subsurface layer (TIN) files for soils encountered in cut areas. ■ 2 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. It is possible the proposed borings near Granger Creek and Catfish Creek will require a USACOE 404 permit. The permit will be obtained by the Iowa DOT based on a boring location plan submitted to Soils Design by Terracon. It generally takes about 1 to 2 months to receive the permit. Page 24 of 38 It is understood by the Owner and the Consultant that the level and frequency of Progress Reporting shall be mutually established for each project, taking into account the complexity and duration of the work to be performed. For this specific project, it is agreed that progress reporting will be provided on a monthly basis. It is understood by the Owner and the Consultant that the task detail associated with the 85% budget notification shall be mutually established for each project in relation to the complexity and duration of the work to be performed. For this specific project it is agreed that all work contemplated in the agreement will be considered as one task. It is further agreed that the 85% budget notification requirements will be required for this Agreement based on the volume of work assigned, duration, complexity and rate of progress anticipated on the project. The Consultant will monitor and review updates to the Iowa DOT's Instructional Memorandums (IMs) Road Design Manual, Standard Road Plans, 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 4.7. 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. Page 25 of 38 Sir ROPOSED WATER MAIN RELOCATION ROPOSED WATER MAIN CASING IBER TO CONTROL CABINET ROPOSED WATER MAIN RELOCATION �a PROPOSED FIBER OPTIC RELOCATIO 5 G°J O Ramp A PROPOSED WATER MAIN RELOCATIO �a EXTEND WATERMAIN CASIN �a US 20 � Ramp B ESTABLISH LOCATION FOR FUTURE ATERMAIN EXTENSION ROPOSED WATER MAIN CASING N a STABLISH LOCATION FOR FUTU ATERMAIN EXTENSION V7 00 EXHIBIT 1 ROPOSED WATER MAIN RELOCATION ROPOSED FIBER OPTIC RELOCATION ROPOSED WATER MAIN AND SERVICE LINE RELOCATION oid V N�9hwdy �� Rd MATO: - R �® ROPOSED WATER MAIN AND SERVICE LINE RELOCATION Menards Frontage a\ Road ` � ROPOSED WATER MAIN RELOCATION ATER MAIN CASING EXTENSIONS 0\ \ XISTING FIBER OPTIC z RELOCATE FIRE HYDRANTS AT MUTLIPLE LOCATIONS \ dei PPROXIMATE ENDING LOCATION FOR IBER OPTIC BETWEEN PROJECTS PROPOSED WATER MAIN RELOCATIO PROPOSED FIBER OPTIC RELOCATIO O` Ai engineers+planners land surveyors EXHIBIT 2 ATTACHMENT B ROAD DESIGN SPECIFICATIONS 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. 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 1 F 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: V=10', V=20', V=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. Calculations will include overhaul and a mass diagram. 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. 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. Page 26 of 38 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 in accordance with the Design Manual. B. 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 1 B-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. C. Erosion Control The Consultant shall develop a Pollution Prevention Plan (PPP) for the project(s), following guidance provided in the Design Manual and/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 Engineerall applicable storm water permitting application documents. D. Project Specifications 1. Any Special Provisions required in addition to the Standard Specification of the State will be furnished by the Consultant. 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. E. 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. Existing right-of-way information for primary and interstate roads (Office of Right-of-Way). b. 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) Page 27 of 38 -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 on CD-ROM (CD-R format), DVD—ROM (DVD-R Format), FTP site, or other approved format. Current software versions shown on DOT Automation Tools web page shall be used to develop CADD files. 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. Page 28 of 38 ATTACHMENT C (referenced from3.1) Cost Plus Fixed Fee 3.1.1 FEES AND PAYMENTS 3.1.1.1 Fees. For full and complete compensation of all work, materials, and services furnished under the terms of this Agreement, the Consultant shall be paid fees in the amount of the Consultant's actual cost plus applicable fixed fee amount. The Consultant's actual costs shall include payments to any subconsultants. The estimated actual costs and fixed fee are shown below and are itemized in Attachment C-1. Subconsultant costs are not available for use by the prime Consultant or other subconsultants. A contingency amount has been established to provide for actual costs that exceed those estimated. Estimated Actual Costs (Prime only) $418,200.00 Fixed Fee (Prime only) $ 53,800.00 Contingency (Prime only) ($190.300.00) Total Prime Consultant Costs $ 281,700.00 WHKS &Company $591,100.00 Terracon Consultants $198,300.00 Tallgrass ($ 49,500.00) Total Subconsultant Costs $ 739,900.00 Maximum Amount Payable 1.021.600.00 The nature of engineering services is such that actual costs are not completely determinate. Therefore, the Consultant shall establish a procedure for comparing the actual costs incurred duringthe performance of the work to the estimated actual costs listed above. The procedure will itemize prime consultant and subconsultant costs in association with each scoped task. The purpose is to monitor these two elements and thus provide for early identification of any potential for the actual costs exceeding the estimated actual costs. The procedure shall be used in a way that will allow enough lead time to execute the paragraphs below without interrupting the work schedule. Therefore once the accrued labor costs for a scoped task reach 85% of the estimated value for the prime or subconsultant, then the Consultant shall notify the Owner in writing. It is possible that the Consultant's costs for the scoped tasks may need to exceed those shown in Attachment C-1. The Consultant's and subconsultants' costs for scoped tasks shall not be exceeded without prior written authorization from the Contract Administrator and concurrence from the Iowa DOT. Costs for scoped tasks that exceed estimated costs, if approved by the Contract Administrator, may be compensated via Supplemental Agreement, WorkOrder, Amendment, or Contingency as detailed in the paragraphs below. If the Consultant exceeds the estimated costs for scoped tasks for any reason (other than that covered in Section 3.1.1.2) before the Contract Administrator is notified in writing, the Owner will have the right, at its discretion, to deny compensation for that amount. The fixed fee amount will not be changed unless there is a substantial reduction or increase in scope, character, or complexity of the services covered by this Agreement or the time schedule is changed by the Owner. The adjustment to fixed fee will consider both cumulative and aggregate changes in scope, character, or complexity of the services. Any change in the fixed fee amount will be made by a Supplemental Agreement, Work Order, orAmendment. If a contingency amount has been established and at any time during the work the Consultant determines that its actual costs will exceed the estimated actual costs, thus necessitating the use of a contingency amount, it will promptly so notify the Contract Administrator in writing and describe what costs are causing the overrun and the reason. The Consultant shall not exceed the estimated actual costs without the prior written approval of the Contract Administrator and concurrence of the Iowa DOT. The Owneror Iowa DOT may audit the Consultant's cost records prior to authorizing the use of a contingency amount. Page 29 of 38 The maximum amount payable will not be changed except for a change in the scope. Changes due to an overhead adjustment are identified in Section 3.1.1.2. If at any time it is determined that a maximum amount payable will be or has been exceeded, the Consultant shall immediately so notify the Contract Administrator in writing. The maximum amount payable shall be changed by a Supplemental Agreement, Work Order, or Amendment or this Agreement will be terminated as identified in Article 4.12.3. The Owner may audit the Consultant's cost records prior to making a decision whether or not to increase the maximum amount payable. 3.1.1.2 Reimbursable Costs. Reimbursable costs are the actual costs incurred by the Consultant which are attributable to the specific work covered by this Agreement and allowable under the provisions of the Code of Federal Regulations (CFR), Title 48, Federal Acquisition Regulations Systems, Subchapter E., Part 30 (when applicable), and Part 31, Section 31.105 and Subpart 31.2. In addition to Title 48 requirements, for meals to be eligible for reimbursement, an overnight stay will be required. The Title 48 requirements include the following: 1. Salaries of the employees for time directly chargeable to work covered by the Agreement, and salaries of principals for time they are productively engaged in work necessary to fulfill the terms of the Agreement. 2. Direct non-salary costs incurred in fulfilling the terms of this Agreement. The Consultant will be required to submit a detailed listing of direct non-salary costs incurred and certify that such costs are not included in overhead expense pool. These costs may include travel and subsistence, reproductions, computer charges and materials and supplies. 3. The indirect costs (salary related expenses and general overhead costs)to the extent that they are properly allowable to the work covered by this Agreement. The Consultant has submittedto the Ownerthe following indirect costs as percentages of direct salary costs to be used provisionally for progress payments for work accomplished during the Consultant's current fiscal year: Salary related expenses and general overhead costs are 140.16% of direct salary costs. Use of updated overhead percentage rates shall be requested by the Consultant after the close of each fiscal year and the updated overhead rate shall be used to update previous year invoices and subsequent years as a provisional rate for invoicing in order to more accurately reflect the cost of work during the previous and subsequent years. Any actual fiscal year or fiscal year's audited or unaudited indirect costs rates known by the Consultant shall be used in computing the final invoice statement. All unverified overhead rates shall have a schedule of computation supporting the proposed rate attached to the final bill. Prior to final payment for work completed under this Agreement all indirect cost rates shall be audited and adjusted to actual rates through the most recently completed fiscal year during which the work was actually accomplished. In the event that the work is completed in the current fiscalyear, audited indirect cost rates for the most recently completed fiscal year may be applied also to work accomplished in the current fiscal year. If these new rates cause the actual costs to be exceeded, the contingency amount will be used. 3.1.1.3 Premium Overtime Pay. Premium overtime pay (pay over normal hourly pay) will not be allowed without written authorization from the Contract Administrator. If allowed, premium overtime payshall not shall not exceed 2 percent of the total direct salary cost without written authorization from the Contract Administrator. 3.1.1.4 Payments. Monthly payments shall be made based on the work completed and substantiated by monthly progress reports. The report shall indicate the direct and indirect costs associated with the work completed during the month. The Contract Administrator will check such progress reports and payment will be made for the direct non-salary costs and salary and indirect costs during said month, plus a portion of the fixed fee. Fixed fee will be calculated and progressively invoiced based on actual costs incurred for the current billing Page 30 of 38 cycle. Each invoice shall be accompanied with a monthly progress report which details the tasks invoiced, estimated tasks to be billed on the next invoice, and any other contract tracking information. Invoices shall clearly identify the beginning and ending dates of the prime's and subconsultant's billing cycles. All direct and indirect costs incurred during the billing cycle shall be invoiced. Costs incurred from prior billing cycles and previously not billed, will not be allowed for reimbursement unless approved by the ContractAdministrator. Upon delivery and acceptance of all work contemplated under this Agreement, the Consultant shall submit one complete invoice statement of costs incurred and amounts earned. Payment of 100% of the total cost claimed, inclusive of retainage, if applicable, will be made upon receipt and review of such claim. Final audit will determine correctness of all invoiced costs and final payment will be based upon this audit. The Consultant agrees to reimburse the Ownerfor possible overpayment determined by final audit. Page 31 of 38 Attachment C-1 Southwest Arterial Final Design City of Dubuque, Iowa Supplemental Agreement No. 15 COST ANALYSIS I. Direct Labor Cost(AECOM Technical Services) Cateaory Hours Rate/Hour Amount Senior Professional 444 $77.30 $34,321.20 Project Professional 1,172 $54.65 $64,049.80 Staff Professional 810 $43.35 $35,113.50 CADD Operator II 660 $33.10 $21,846.00 CADD Operator 1 652 $23.40 $15,256.80 Project Support 58 $29.15 $1,690.70 $172,278.00 3796 11. Payroll Burden and Overhead Provisional Costs 140.16% $241,464.84 111. Direct Project Expenses Cateaory Units Rate/Unit Amount Mileage 5000 0.575 2,875.00 Per Diem 0 40.00 0.00 Lodging 0 80.00 0.00 BfW 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 500.00 $4,495.00 IV. AECOM Estimated Actual Costs $418,237.84 Rounded $418,200.00 V. Subcontract Expense WHKS&Co. $629,100.00 Terracon Consulting $298,300.00 $927,400.00 VI. Estimated Actual Costs $1,345,600.00 VII. Fixed Fee $53,800.00 VIII. Contingency (Reduction for use of Previously Negotiated Contingency) ($377,800.00) AECOM Technical Services ($190,300.00) WHKS&Co. ($38,000.00) Terracon Consulting ($100,000.00) Tallgrass ($49,500.00) IX. Maximum Amount Payable $1,021,600.00 Attachment C-1 Southwest Arterial Final Design City of Dubuque,Iowa Supplemental Agreement No.15 Staff Hour Estimate Senior Project Staff CADD Op CADD Op Technician Project Description of Work Prof Prof Prof II 1 upport Total .........Modifications to,Previous,ScoP..e...................................................................................... ..... ...................................................................................... ....................................................... .................... .................... 1 Modify Military Road Plans16 40 40 40 40 176 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... ,2 Final,Design,of,Connector Road"A.. 16 ,60 104 72 104 356 ... .. . . .. ......... ......... ......... ......... ......... ......... ......... . ........ ......... ,3 Final,Desi�n,of,Connector Road -B.. ......... .. ................................................................................................................................................................................................... ....................................................... .................... .................... a. Road Design24 76 136 96 136 468 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... .........b.:..Brid.9e..Over,Grander,Creek........................................................................................................128............400............246...............148 302 24 1,248 .. ....................................................... .................... .............6..... ..4 Evaluate,Bikeway,Des ds ..............8.................8..............24..................24.. ....................................................... .................... ............64.. ....... . .. ... ................................................................................ 5 Revise Bikeway Design To Meet Current Iowa DOT Standards 4 8 80 80 172 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... 12 ...............Catfish,Creek,Bridge,Additional,Enhancement,Desi.4�......................................................... ..............40..............60..................40.. ....................�.6............................... .................... .........168.. ..7W , �6 �61648 ................................................. .................... .............. .. .............. .. ............... .. ....................................................... .................... ............ 8 Additional Meetings and Coordination ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... A,..: ekly,Conference,Calls ,68 ,90 ,158 ......... ......... ......... ....... ......... ......... ......... ........ . .........b.:..Project,Review Meetin..q.................................................................................................................36..............4 ... ....................... . ..............6 102 ...... . .... ..................... ...................................................... . .. .................... c. PMT Meetings 120 120 48 288 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... ,9 Additional,Project,Administration ,52 ,104 52 208 . ..... . .. ......... ......... ......... ......... ......... ......... ......... . ........ ......... ,10,Delete,SA#1,Task,141...(City.Council,Work,Sessions).........................................................{32).............{24).....................................(24) ....................................................... .................... ...........(80) _T.i.._Reduce.SA.#1.Tasks.96-98{RCB.Culvert.Design)............................................................-{2.... .........-{8.... ......-(20.... ............-(80) .............-(150)............................. ............-(8) ......_(538) ,12 Reduce,SA#1 Task 19{Permit Applications for Grander Creek) (16) {68) (16) {6) (1,06) ,13 Reduce,SA#1 Task 20{Permit Applications for Catfish Creek Tributary) {24) {112) (24) (12 (1,70) 14 Cost Estimate Updates16 64 80 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... 15 Field Exam 10 20 8 38 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... 16 Electronic File Modifications ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... a. Electronic Design Files for Construction 100 100 200 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... .........b.:..File Modifications,for,ProjectWise,Usa9e..................................................................................................40 40 80 ........ ..... ..... . ................................................ ....................................................... .................... .................... ,17......Additional,Bndq. ,Sheets,Required.......................................................................................................................46.......................................24.. ....................................................... .................... ............64.. . ..... . .. . ... ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... Subtotal., Modifications to Existing Scope 396 936 710 476 448 0 58 3,024 ........................................................................................................................a......................................................................................................................................... ....................................................... .................... .................... Added Tasks for North Cascade Road Irrterchange Grading ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... ,18 Gradin,and,Drainage,Desi�n,for,Interchange a.:..Add ,Gradin.9.for,4,Ramps,at,N,Cascade Road Interchan9e............................................................................................................... ....................................................... .................... .................... a.1. Geometry and Plan/Profile Sheets 4 24 24 24 76 a2 ............................................................................................................................................................................ a.2. Cross Sections 24 8 32 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... ..................a:3:...Draina.9e..Desi..p........................................................................................................................2... ...........24.....................8.. . ...........34.. ..................... ...................................................... .................... . b. Add Bikeway Design Through N Cascade Road Interchange 8 8 16 32 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... ,19 Design,of Excess,Cut,Disposal,Area,on Parcel 133 ..............2..............46............................................... ..................29............................... .................... ............66.. 20 Earthwork Tabulation and Quantities 60 20 80 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... 21 Construction Plan Set Preparation ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... .........a. Title,and,Le�end,Sheets ..............4... ..................16.... ...........26.. ......... . . . . . ............................................................................................................................ ............................................ . ........................... .................... . .........b.: :Typical,Sections,and Detail Sheets ..............2.................4................�.6.......................... ....................�.6............................... .................... ............38.. ..... ............................................................................................................... c. Miscellaneous Tabulations and General Notes 16 24 24 24 88 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... .........d.: Miscellaneous,Sheets,and,Plan As embly..................................................................................................4.......................................1.6.. ....................�.6............................... .................... .................... ........ . .... . . .. . ..... .............. 22 Presentation Materials ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... a. Graphics and Exhibits 8 40 40 88 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... .........b.:...........................DModelin.4.and,Animations ..............8... ...............4�.. ..................2�............................... .................... ............68.. . ................................................................................................................ ..................... 23 Construction Cost Estimate 2 8 8 8 26 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... 24 Quality Control Reviews 20 20 40 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... 25 Submittals and DOT Coordination16 8 24 48 ........................................................................................................................ ...................................................................................................................................... ....................................................... .................... .................... Subtotal., Added Tasks for Interchange 48 236 100 184 204 0 0 772 ..................................................................................................................................................................................................................................................................... ....................................................... .................... .................... TOTAL HOURS 444 1,172 810 660 652 0 58 3,796 whks Southwest Arterial Final Design WHKS&Co. COST ANALYSIS City of Dubuque, Iowa Supplemental Agreement No. 15 COST ANALYSIS I. Direct Labor Cost Category Hours Rate/Hour Amount Project Manager 357 $ 66.98 $ 23,911.86 Structural Engineer 1 328 $ 41.87 $ 13,733.36 Structural Engineer 2 163 $ 41.90 $ 6,829.70 Roadway Engineer 1 1,865 $ 31.38 $ 58,523.70 we Roadway Enginer 2 1,461 $ 61.20 $ 89,413.20 Structural Technician 342 $ 26.85 $ 9,182.70 Roadway Technician 684 $ 24.05 $ 16,450.20 Survey Technician 0 $ 23.08 $ - Land Surveyor 0 $ 38.93 $ - Total 5,200 $ 218,044.72 (Rounded) $ 218,050 II. Payroll Burden and Overhead Costs(Rounded) 156.69% $ 341,660 III. Direct Project Expenses(Rounded) Mileage @$0.575 per mi 3,000 miles $ 1,725 Meals Lodging nights @$83.00 Miscellaneous-Postage, Printing, Reproduction,Telephone,etc $ 500 Permit Fees Total $ 2,225 IV. Estimated Actual Costs(Rounded) (I+II+III) $ 561,900 V. Fixed Fee(Rounded) 12% x(I+II) $ 67,200 VI. Contingency(Reduction for use of Previously Negotiated Cont.) $ (38,000) VII. Maximum Amount Payable(Rounded) (IV+V+VI) $ 591,100 Soutltwee[Ardenal Final Design Crop of Dubuque,Iowa WINES SupplanentalAgreement No.15 COST ANALYSIS P,Gct Structural Structural Roadway Roadway Structural Roadway Survey Land Restriction oiWotl: Mana er Eniqueeri En Ineer2 Eniqueeri En Ineer2 Technician Technician Fechniciar Surve or Total 0520 1 Add design and plan details for high tension cable guardrail mthe US 20 median as directed by IDOT 1 12 a n 0 SWAnerial 1.a SWAnerlal/Slipped Road West of 0520 0 Redesign the roadway using the horizontal alignment labeled OA In the current plans and provide 1 a superelevation transitions 36 20 56 iaii Redesign a new SWArterial/Septet Road profile 16 16 32 taw Re design the alignments and profiles for Ramps A and D 20 S 25 lav Redesignculverts,ditching and storm sewer system 64 40 104 lav Develop new typical sectors 16 S 24 Modify Geopak model and refine cross sections. Update the Geopak design model to be In 1avl compliance with IDOT requirements for the use of Corridor Modeler. M 44 104 valuate lane requirements and Adage lengths and design the intersection of Ramps Aand D with 1avli the SNAneriapSeippel Road 16 16 32 1avlii Redesignthe shared use path using current l DOTNPROWAG standards 24 16 40 iaii Coordinate revisions with the Geotechnical Engineer 4 4 1az Revise ROW design 24 20 44 iazi Revise the water main relocation plans 12 S 20 Redesign the temporary runaround/demur using Ramps and D forme staging construction of US iaxii 20 inducting temporary damage for the runaround 40 40 50 1.b Plan reesionspeferencing existing plans rated June22,2012) 0 1 i Revise Sheets B.1 2Typical Sectors 20 40 60 1bii Revise Sheets D 2-D 8 Plan and Profile 36 16 52 1iii Revise Sheets E.bE 3,Eb-E&Plan and Profile 40 40 50 1biv Revise Sheets G i-GA-Geometries 24 24 45 1 v Revise Sheets K 1 A 3 A 6 Plan and Profile 40 40 50 1 bvl Revise Sheets L1YL 12,L22,L26 Intersection antl Sp astral Details 50 64 144 1bvli Revise Sheets A 253,A 8A 9 Recreational Trail 30 14 44 1bvIII Revise Cmss as mons 30 14 44 1.c Traffic Signal Design 40 40 20 100 2a SW Arsenal over US 20 0 Zai Addition of be her rail between death ound traffic lane and multiuse tail on th e britlge 2 2 4 2aii Addition of fencing on the south side oftha britlge anitreview of fencing terminatio n off of the bids 4 2 6 2aiii Addition of an Up er wpatb ound traffic lane and wid er median 16 S 24 2aiv Reunction in westbound acaids all oulder width 4 2 6 lav Redesigntypical section(s) S 2 10 2b Plan rev ldonations before dusting plans date it J one 22,2012) 0 2 i Sheet BTypical Section 16 S 24 2ii Sheets DSD.12PIan an it Profile 36 16 52 2iii Revise Cmss as mons 16 S 24 0 3.a SW Arsenal East of US 20 0 3 a. Revise the 5 leg roundabout Related work tasks include: 0 3ai Revise round about to r rev ped SWA bridge length. 40 16 56 iaii Modify the alignment and profile to r Ramps B and 36 20 56 3aiii Modify the alignment and profile to r the East Ades Conn dolor 36 20 56 3aiv Revise ditching and storm sewe r it care 32 24 56 Modif Geopak mod eland refine cro as sections for the tlesgn rev lsons.Uposts the Geopak its sign iav on elto b a in compliance with I DOT re quireme Us for the use of Cc mod r Mo deter. 56 24 50 3 a v I Co ordinate revisions with th d Geotechnical Engined r S 2 10 3avli Revise ROW tlesign 24 S 32 3avli Revisethe westbound Ines to atwo land section 40 24 64 Saiz Revise h orizontal g cannot,an d elevations of wesboun d right turn Is nil 16 S 24 iaz Develop n ewtypicalsemons 12 6 15 iazi Rd-design the 5 legged roundabout for the additional westbound lane and wider metlian,and document the design 24 20 44 iaxii Revisetheshareause path alignment and profile to comply wird current l DOTNPROWAG standards 24 20 44 3aor Design shared path crossings off lane roadsto cumplywim l DOT/PROWAG standards S 4 12 3.b Plan revkions�referencing existing plans rated June22,2012): 0 3 i Sheets B2-B}Typical Sections 6 2 S 3.bii Sheets D9 D.13PIan and Profile 24 6 30 3iii Sheets G.1 G4 Geometries 4 2 6 3.b iv Sheets A1-K2 KA-KSPlan and Profile 16 S 24 3 v Sheets u2L20 L24',L21Intersection and Special Details 30 20 50 3.bvl AheetsSA-SS A I A 9 Recreational Tail 1 6 S 24 3vli Cross sections 32 16 45 d I iliry Accommodations Aa Taffm A nal Fib er Optic lntercun fact 10 S 15 24 60 4.b Water Main an d App offered cos 15 26 50 150 241 4.c Sanitary Sewer S 6 5 5 24 Subtotal 33 0 0 1295 907 0 199 0 0 2437 SW Arsenal Bridge Talks 0 SWA overUS 61 and Granger Creek Bridge In orderto accommodate the proposed aesthetics,the 1 span arrangement for this structure was modified suchthat both lanes of US 61 are spanned This tliffars from the original TSBlthat placed a pier between the northbound and southbound traffic, howeverihe bridge still utihzes4 spans New tasks include: 0 I. UpdateTS81 2 16 S 24 50 2 16 S 0 0 24 0 0 0 50 0 Connector Rd Between Engle M1 Taski-Titleand Legend Sheets S 4 12 Mill Rd Task2Typical Sections and Details S 4 16 25 N.CascadeRd Task3Bid Items an d Gsocial N otes 10 20 30 Task4 Ta bulations and Quantities 20 14 34 65 Tasks Plan and Profile Sheets 40 24 60 124 Task FGeometric Layout Sheets 6 4 10 Task]-RightofWay Layo ut Sheets 4 2 6 Task&Staging and Traffm Co Met She ets 4 2 S 14 Task9Intersection Detail 12 15 40 70 TasklO Damage and Culvert Design 20 20 20 60 Task 11-Soils Sheets 12 2 S 22 Task 12 Sidewalk Sheets 0 0 0 0 Task 13 Soils and Eanhwork Design Sheets 40 24 40 104 Taskl4 Detail SM1eets 24 12 12 45 TaskU5 Boz Cul ver!Sheets 29 55 297 61 154 Task16 CrosSection Sheets 60 40 50 150 Subtotal 29 58 29 2b5 iW 61 294 0 0 936 6outltwee[Ainenal Final Oalgn CRY of Dubuque,Iowa WHK6 6upplanentalAgreement No.15 COST ANALYSIS East Access 0 Connector Rd Between SW Taski-Ealuate Horizontal Aignment and Vertical Profile 1 2 4 ] Arterial and Task 2-Revise Typical Sectio ns 1 2 2 5 Slone Valley Dr. Task Revise D Sheets 2 6 6 14 Change to urban Task Pevise ditching,channel and culvert 2 4 2 6 6 20 Task 5Mod try Ge cook mod el a no reline cross section a 2 4 S 14 Task 6 D esg n Storm Sewer 2 32 24 58 Task]-Create Geo oak Drainage Me del S 12 20 Task&Create Storm Sewer Sheets 2 32 24 58 Task Des,n LongiWdina l Subdrain 2 2 4 S Task 10 Revise Cross sections S S 16 Task 11-Revise ROW 2 2 4 S Task 12-Design ADASidewa lks 2 6 S Task 13 Create and Revise S Sheets 4 12 16 Task 110uantities and Cos Estimating 2 2 4 S Task150uality Assurance/Quality Control 4 4 S Subtotal 22 4 2 112 128 0 0 0 0 268 Merged a 0 Frontage Rd 1 Design appmx 40feet deep manhole to replace ensue structure 60 30 40 130 2 Remove and replace 172 of existing 3'z3'PCB 4 40 20 4 S 50 2 128 3 Revis the Northwest Quadrant ofthe Old Highway Road lntersemon 0 2 2 4 4 Inwease sce pe olwmk l Ta Ric Staging 4 60 40 60 164 5 Inweasescepe of work for Sto rm Sewer Design 4 40 80 40 164 6Utility%orn posters 6a Ta Ric Sig nal Eiber Optic Interconnect 10 S 18 24 60 6.b Water Main and Appurtenances S 9 29 G5 111 Subtotal 30 100 50 123 1]] 90 191 0 0 ]61 Strocmal 1Add'tional Design Details Plans for all priced bridges 6 82 40 82 210 Takbem 2 Two RCB Culvert Designs for US 20 Interchange 68 34 85 107 Subtotal 6 150 74 0 0 167 0 0 0 397 Miscellaneous 1 Project Admin station/Project Management 140 140 2 Quality Asuance/QualAy Control S S 16 32 3 Meetings 70 S S 86 Coor inanon with GHD(formerly oumen Reunaabew)for additional roundabout documentation and 4 ativancatl an nage(or the rev 5leggetl rountlabout 0 W 0 36 5 Quantities antl Cost EYimatin S 16 16 40 Subtotal 234 1 0 1 0 52 42 0 0 0 0 334 TOTAL HOURS 35] 326 163 1,665 1,061 312 660 0 0 5,200 Southwest Arterial Final Design Seippel Road to Olde Davenport Road City of Dubuque, Iowa Staff Hour & Cost Estimate Terracon Consultants I. Direct Labor Cost Category Hours Rate/Hour Amount Technician 696 $15.73 $10,948.08 Senior Technician 198 $19.13 $3,787.74 Driller (2 drill staff per rig crew) 1,239 $22.31 $27,642.09 CAD Drafter 448 $17.95 $8,041.60 Administration/Secretary 24 $18.43 $442.32 Field / Data Coordinator 161 $26.90 $4,330.90 Project Engineer 350 $34.39 $12,036.50 Senior Project Manager 127 $38.57 $4,898.39 Principal Engineer 20 $53.78 $1,075.60 Senior Consultant 4 $60.42 $241.68 $73,444.90 3267 II. Payroll Burden and Overhead Costs 189.36% $139,075.26 III. Direct Project Expenses Category Units Rate/Unit Amount Drill Rig (Hours) 620 $59.85 $37,107.00 Mileage 1237 $0.575 $711.28 Subtotal $37,818.28 IV. Estimated Direct Third Party Expenses Crop Damage At Cost $250.00 Meals &Accommodations 116 $120.00 $13,920.00 Supplies (Shelby Tubes, hot water for coring) At Cost $1,250.00 Traffic Control At Cost $0.00 Subtotal $15,420.00 V. Estimated Actual Costs $265,758.44 Rounded $265,800.00 VI. Fixed Fee (I + II + III) $32,500.00 VII. Contingency (Reduction for use of Previously Negotiated Cont.) ($100,000.00) VIII. Maximum Amount Payable $198,300.00 9out"desidernal Final Design 9appel Road to Oltle Oa,erport Road cit,of Dubuque Iowa Staff Hour Estimate Terracon Consultants Senior CAD Atlmlry Flit Data Pmg. Sr Pro, Ptln. senior Description of Work Tem. Tech Driller Drafter sec. Chord End Man. End Cons. Total AtltleWMotlifietl Tasks ........................................................................................................................................................................................ ................... ....................... ................. .................... ............................................................................................ ............... ........................................................................................................................................................................................ ................... ....................... ................. .................... ............................................................................................ ............... ........_1....._Retlnu or antlge Honngs at us.2o.RamP..o..........................................................................................._1.6. ................a. ................_9P.. ................. ..............._.6. .............._§..............3....................................................... ........._@1. .2 .GeotechhcaLExplorat.and.Dei Connector Roads"A"anti"B" 139 25 133 ]3 3 34 93 26 4 300 ......... .................................... ......... 71. .... ......... ......... ....55 ......... ......... ..........3 Geotechreal Exploration and.Dei Connector.Road.finm.SWA.to EMP...................................._24]. ..............]5. ................3]1.. ...........100. ................. . ..............46............_90............_55............_10. 1003 ....... ..........4........GeotecM1nlcal.Exploration anti Design for Connector Road IntescM1anAe................................................300. ..............9P.. .............._fAO. ........_2]0. .................0. ............._]5..........._160............._46.............._6.............._... ..._...5W TOTAL HOURS 696 198 1,09 008 24 161 350 127 20 0 3,267 ATTACHMENT D CERTIFICATION REGARDING DEBARMENT,SUSPENSION,AND OTHER RESPONSIBILITY MATTERS--PRIMARY COVERED TRANSACTIONS Instructions for Certification 1. By signing and submitting this proposal,the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person" "primary covered transaction," "principal," "proposal," and"voluntarily excluded," as used in this clause,have the meanings set out in the definitions and coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 6. The prospective primary participant agrees by submitting this proposal that should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may,but is not required to, check the Nonprocurement List. 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government,the department or agency may terminate this transaction for cause or default. Page 32 of 38 Certification Regarding Debarment,Suspension,and Other Responsibility Matters-Primary Covered Transactions (1) The prospective primary participant certifies to the beat of its knowledge and belief;that it and its principals: (a) Are not presently debarred, suspended,proposed for debarment,declared ineligible,n voluntarily excluded from covered ttsnsactiona by my Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of m had a civil judgment rendered against them for commission of Gaud or a criminal offense in connection with obtaining,attempting to obtain,or performing a public(Federal,State or local)transaction or contract under a public transaction;violation of Federal or State Antitrust stamen a commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,making false statements,or receiving slolm property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal,Stele or local)with commission of any of the offenses enumerated in paragraph(I)(b)of this certification;and (d) Have not within a thme•year period preceding this application /proposal had one or more public transections (Federal,State or local)terminated for cause or default. • In November of 2012,Respondent received a notice from the City of Sarasom,Florida,notifying Respondent that it has terminated its contract with Respondent for the design of a sewer lift station for default. Respondent disagrees with the termination and will look to contest it. (2) What: the prospective primary participant is unable to certify to my of the smtemenis in this certification, such prospective participant shall attach an explanation to this proposal. • See response lo item l(d)above. State of Iowa Bleck Hawk County 1,Douglas W. Schindel, Associate Vice President,of ABCOM Technical Services, Inc.,being duly swear(m under penalty of perjury under the laws of the United Stain and the State of lows) do hereby certify that the above Statements are true and correct. q 6 Douglas G . Chin del,P.E. Associate Vice President Subscribed and sworn to rids 2=day of November .2015. Page 33 of 38 ATTACHMENT CERTIFICATION OF CONSULTANT I hereby certify that I, Douglas W. Schindel,am the Associate Moe President and duly authorized representative of the firm of AECOM Technical Services, Inc.,whose address is 501 Sycamore Street, Suite 222,Waterloo, Iowa, 50703,and that neither the above firm nor I has: (a) Employed or retained for a commission,percentage, brokerage,contingent fee, or other consideration,any firm or person(other than a bona fide employee working solely for me or the above ConsuKanq to solicit or secure this contract, (b)Agreed,as an express or implied condition for obtaining this contract,to employ or retain the services of any firm or person in connection with carrying out the contract,or (c) Paid,or agreed to pay,to any firm,organization or person(other then a bona fide employee working solely for me or the above Consuffami)any fee,contribution,donation or consideration of any kind for, or in connection with, procuring or carrying out the contract;except as here expressly stated(if any): I acknowledge that this certificate Is to be furnished to the Iowa Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation,in connection with this contract involving participation of Federal-aid highway funds,and is subject to applicable, State and Federal laws, both criminal and civil. November 20, 2015 Sign re Date Page 34 of 38 ATTACHMENT F CERTIFICATION OF OWNER I hereby certify that I, , am the and the duly authorized representative of the Owner, and that the above consulting firm or his representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to: (a) Employ or retain, or agree to employ or retain, any firm or person,or (b) Pay, or agree to pay, to any firm, person, or organization, anyfee, contribution, donation, or consideration of any kind, except as here expressly stated (if any): I acknowledge that this certificate is to be furnished to the to the Iowa Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Michael C. Van Milligen Date City Manager Page 35 of 38 ATTACHMENT G Page 1 Consultant Name Consultant Address Consultant Address Cost Plus Fixed Fee Progressive Invoice Date Invoice No. Client Project No. Invoice Period Covered County Consultant Job No. Client Project Description Client Contract No. Contract Cumulative Current Estimate To Date Period Labor Dollars Overhead Overhead Adjustments Direct Expenses Mileage Per Diem CADD Estimated Actual Costs [Prime Only] (See Note 1) Subconsultants (includingauthorized contingency) Name Name Name Estimated Actual Costs [Total Subconsultant Costs] Total Estimated Actual Costs [Prime +Total Subconsultant Costs] Fixed Fee (See Note 2) Authorized Contingency Total Authorized Amount Total Billed To Date Remaining Authorized Balance Unauthorized Contingency Prime Subconsultant Name Subconsultant Name Labor Hours Note 1: Do not include Subconsultant Expenses. Include Direct Labor, Overhead, and Direct Expenses for Prime Consultantonly. Note 2: Fixed fee shall be proportionate to the amount of actual costs invoiced compared to the actual costs estimated. Page 36 of 38 ATTACHMENT G Page 2 Consultant Name Consultant Address Consultant Address Cost Plus Fixed Fee Final Invoice Date Invoice No. Client Project No. Invoice Period Covered County Consultant Job No. Client Project Description Client Contract No. Contract Cumulative Current Estimate To Date Period Labor Dollars(2001) Labor Dollars(2000) Labor Dollars(1999) Overhead(2001) Overhead(2000) Overhead(1999) Direct Expenses Mileage Per Diem CADD Estimated Actual Costs [Prime Only] Subconsultants (includingauthorized contingency) Name Name Name Estimated Actual Costs [Total Subconsultant Costs] Total Estimated Actual Costs [Prime +Total Subconsultant Costs] Fixed Fee Authorized Contingency Total Authorized Amount Total Billed To Date Remaining Authorized Balance Unauthorized Contingency Prime Subconsultant Name Subconsultant Name Labor Hours(2001) Labor Hours(2000) Labor Hours(1999) Page 37 of 38 Cost Plus Fixed Fee Final Invoice Instructions Employee Labor Hours and Dollars: A final cumulative job cost report that shows a breakdown of labor by fiscal year, employee name, employee labor hours and employee labor rate is required. In lieu of a final job cost report, a summary of the aforementioned information is needed. The summary should be supported by monthly job costdetail. Overhead Rates: Overhead rates and labor dollars to which the overhead rates are applied should match the fiscal year in which the costs are incurred. Overhead rates applied to labor should be audit verified when available. When not available, proposed FAR adjusted rates for the fiscal year in which the labor is incurred should be used. • Direct Expenses: A final cumulative job cost report that shows a breakdown of direct expenses by specific item (mileage, CADD, per diem, etc....) by fiscal year is required. Direct expense items charged should identify the number of units (miles, hours, prints, copies, feet, etc....) and the rate applied by fiscal year. In lieu of a final job cost report, a summary of the aforementioned information is needed. The summary should be supported by monthly job costdetail. Subconsultant: Final invoice requirements for subconsultants with cost plus fixed fee contracts are the same as the requirements for the prime consultant. It is the prime consultant's responsibility to assure such an invoice is acquired and attached to the prime's final invoice. Page 38 of 38