Loading...
AECOM Technical Services, Inc. Supplemental Agreement Copyright 2014 City of Dubuque Consent Items # 7. ITEM TITLE: AECOM Technical Services, Inc. Supplemental Agreement #16 for the Southwest Arterial Project SUMMARY: City Manager recommending approval for 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. RESOLUTION Approving the Consultant Professional Services - Supplemental Agreement No. 16 between AECOM Technical Services, Inc. and the City of Dubuque for the completion of final Engineering Design Phase of the Southwest Arterial Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type Southwest Arterial Supplemental Agreement#16 - MVM City Manager Memo Memo Staff Memo Staff Memo Resolution Resolutions Supplemental Agreement No. 16 Supporting Documentation THE CITY OF Dubuque UBE 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: April 12, 2016 Assistant City Engineer Bob Schiesl recommends City Council approval for 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. The estimated professional services fee for the proposed design and plan modifications to the original scope of services is in the amount of $106,800. 1 concur with the recommendation and respectfully request Mayor and City Council approval. Micliael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Gus Psihoyos, City Engineer Robert Schiesl, Assistant City Engineer THE CITY OF Dubuque AII4meric11 a 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: April 12, 2016 INTRODUCTION The enclosed resolution authorizes the City Manager to execute a supplemental agreement with AECOM Technical Services, Inc. (AECOM) which approves revisions to the original scope of services to the Consultant Professional Services Contract to complete the final engineering design phase of the Southwest Arterial Project. BACKGROUND On March 2, 2009 the City Council approved (Res. 87-09) the selection of AECOM (Waterloo, Iowa) to provide the final engineering design for the Southwest Arterial Project. The initial agreement included: the final engineering design; preparation of construction documents; geotechnical investigation; architectural and landscape enhancements; archaeological and cultural resources mitigation; public involvement; agency coordination and construction engineering services. The design team is currently completing the remaining final engineering design phases and preparing construction plans for upcoming projects for the continued development and advancement of the Southwest Arterial project. The Consultant Professional Services - Supplemental Agreement includes revisions to the original scope of services to reflect the remaining anticipated level of effort required to advance the completion of the final engineering design phases in accordance with the "grade four lanes/pave two lanes" project as outlined in the Memorandum of Agreement and the Transfer of Jurisdiction between the City and Iowa DOT. DISCUSSION Per the terms of the Consultant Professional Services contract and the conditional requirements of the federal aid funding agreement, if the Consultant is of the opinion that any work directed to perform is beyond the scope of said contract, and constitutes "Extra Work", the Consultant shall promptly notify the City in writing to that effect. Unless written approval for "Extra Work" has been secured in advance of performing said work from the City, the Iowa DOT and the FHWA, said work will be ineligible for federal aid participation. The Consultant Professional Services - Supplemental Agreement authorizes AECOM to provide the revised scope of services to continue to advance the completion of the final engineering design phase in accordance with Iowa DOT and FHWA procedures and requirements. As a result of recent Iowa DOT specification 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: Storm Water Retention Policy • Additional work associated with implementing the new requirements for temporary sediment control measures to comply with NPDES General Permit No. 2. • Additional work associated with implementing the storm water retention policy is detailed in the newly issued Chapter 10C-2 of the Road Design Manual 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. 16 - Scope of Services Revisions L12g 800 Total Project Cost J1Qfi 800 The project funding summary is as follows: CIP Funding Source Amount 3001287 Federal SAFETEA-LU Funding (80%) $ 85,440 3001287 Local Funding (20%) 21 ,360 Total Project Funding L1Qfi 800 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 Kent Ellis, Iowa DOT cc: Jenny Larson, Budget Director Doug Schindel, AECOM F:\PROJECTS\SW ARTERIAL-IA HYW 32WECOM FE CONTRACT\SW Arterial AECOM FE Consultant Agreement Suppl No. 16- Council Approval Memo.doc RESOLUTION NO. 123-16 RESOLUTION APPROVING THE CONSULTANT PROFESSIONAL SERVICES - SUPPLEMENTAL AGREEMENT NO. 16 BETWEEN AECOM TECHNICAL SERVICES, INC. AND THE CITY OF DUBUQUE FOR THE COMPLETION OF FINAL ENGINEERING DESIGN PHASE OF THE SOUTHWEST ARTERIAL PROJECT Whereas, the City of Dubuque is proceeding with the Southwest Arterial Project, from U.S. Highway 20 to U.S. Highway 61/151, in Dubuque, Iowa; and Whereas, as a result of Iowa DOT specification modifications, the original scope of services needs to be revised to reflect modifications to previously -completed design elements, as well as new tasks which are required to continue to advance the completion of the final engineering design phase; and Whereas, the Consultant Professional Services - Supplemental Agreement authorizes AECOM to provide the revised scope of services to continue to advance the completion of the final engineering design phase. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That said Consultant Professional Services - Supplemental Agreement No. 16 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. 16 with AECOM Technical Services, Inc. for the final engineering design phase of the Southwest Arterial project. Passed, approved and adopted this 18th day of April, 2016. Attest: Jiff - Kevin !irnstahl, City C(erk is W. or Pro -Tem AS� AECOM 31&232-8531 IoI sol Sycamore Street 319 232 fax Suite 222 Waterloo,Iowa 50703 www oxforn for, IDOT Project No.STP-U-2100(634)--7031 SOUTHWEST ARTERIAL FROM SEIPPEL ROAD TO OLDIE DAVENPORT ROAD DUBUQUE, IOWA SUPPLEMENTAL AGREEMENT NO. 16 WHEREAS,a Professional Services Agreement was entered into by the City of Dubuque,Iowa(Owner), and AECOM Technical Services, Inc. (Consultant), of Waterloo, Iowa, dated May 8, 2009, for the preparation of final design, plans, specifications and estimates, as well as right-of-way property acquisition, final soils investigation, archaeological and cultural resources Phase III mitigation, public involvement, agency coordination and construction-phase services for the Dubuque Southwest Arterial which includes a new 4-lane freeway between Seippel Road and Olde Davenport Road in Dubuque, Iowa, in accordance with the preliminary plans completed in March 2008; and WHEREAS, the Owner and Consultant modified the original Scope of Services to include a Value Engineering Workshop as part of Task No. 3 (Initial Value Engineering Review) in the original agreement on July 27, 2009, said document included as Attachment C; and WHEREAS,the Owner and Consultant entered into Supplemental Agreement No. 1 dated August 27, 2009, for the preparation of final design, plan, specifications and estimates, right-of-way property acquisition, final soils investigation, archaeological and cultural resources Phase III mitigation, public involvement and agency coordination for the portion of the project not included in the previous agreement; and WHEREAS,the Owner and Consultant entered into Supplemental Agreement No.2 dated October 21, 2009,for supplemental Phase 1 archaeological investigation of the Oberbroeckling property in Dubuque County, Iowa; and WHEREAS,the Owner and Consultant entered into Supplemental Agreement No. 3 dated March 10, 2010, to include revisions in the previous Scope of Services based on recent changes in the design concept as a result of a Value Engineering Study of the project and the Owner's desire to extend the recreational trail beyond the previous limits; and WHEREAS,the Owner and Consultant entered into Supplemental Agreement No.4 dated August 24, 2010,to include engineering services during the construction phase of the North Cascade Road portion of the project; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 5 dated September 27, 2010,to include revisions in the previous Scope of Services based on recent changes in the design concept as a result of ongoing review and value engineering activities; and WHEREAS,the Owner and Consultant entered into Supplemental Agreement No.6 dated October 19, 2010,to include construction staking forthe North Cascade Road portion ofthe project; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 7 dated March 4, 2011, to include revisions in the previous Scope of Services based on recent changes in the design concept as a result of ongoing review,the public informational meeting and value engineering activities; and WHEREAS,the Owner and Consultant entered into Supplemental Agreement No.8 dated February 28, 2011, to include engineering services during construction phase of the North Cascade Road Bridge portion of the project; and AECO 1 Page 2 WHEREAS,the Owner and Consultant entered into Supplemental Agreement No.9 dated July 1,2011, to include roundabout intersection peer review and design revisions and the preparation of legal plats and descriptions for temporary construction easements, and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 10 dated September 12, 2011, to increase the hours for Construction Observation estimated for the North Cascade Road Bridge portion of the project authorized in Supplemental Agreement No. 8; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 11 dated July 23, 2012,to amend the previous agreements to include design revisions that have been requested by the City since the original Scope of Services was prepared and the shifting of certain activities among firms on the Design Team; and WHEREAS,the Owner and Consultant entered into Supplemental Agreement No. 12 dated January 3, 2013,to modify the construction engineering scope for the North Cascade Road project; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 13 dated May 9, 2014,to add property acquisition services to the Scope of Services,which services will be completed by JCG Land Services, Inc.; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 14 dated November 20, 2014, to include additional design elements and other design revisions that were requested by the City since the previous Scope of Services was prepared; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 15 dated November 23, 2015, in the form of an updated Standard Consultant Contract to provide for additional design services that were requested beyond the Scope of Services of previous agreements; and WHEREAS,the Owner and Consultant desire to amend the previous agreements to include additional design elements related to new storm water retention requirements that have been requested by the City since the previous Scope of Services was prepared. NOW THEREFORE, it is mutually agreed to amend the original Professional Services Agreement as follows: I. SCOPE OF SERVICES The services to be provided for the project under this Agreement will include additional activities that have been requested by the City and the Iowa DOT related to the new requirements for storm water retention. These requirements are fortemporarysediment control and are needed to complywith NPDES General Permit No. 2. The new storm water retention policy is detailed in the newly issued Chapter 10C-2 of the Road Design Manual. The following tasks are included: A. AECOM Scope of Services AECOM's Scope of Services will include the additional tasks for the new storm water retention policy and will be applied to the following projects: • Southwest Arterial West Grading: NHSX-032-1(25)--3H-31 • Southwest Arterial East Grading (36): NHSX-032-1(36)--3H-31 • Military Road and Bridge(664): HDP-2100(664)--71-31 • North Cascade Road Interchange Grading: NHSX-032-1(26)--3H-31 AZCOM Page 3 The Scope of Services is modified to include the following tasks: Task 1 - Drainage Basin Design. This task includes determining the disturbed area for each drainage basin and then calculating the storage per acre of disturbed area. For each drainage basin,3600 cubic feet of storm water storage per acre of disturbed area is required. Complete Drainage Basins Tabulation 100-34. Task 2-Silt Fence for Ditch Check Design. Develop silt fence for ditch check layout that provides the necessary storage. Fill out Silt Fence for Ditch Checks Tabulation 100-18. Task 3 - Silt Basin Design. Develop silt basin layout. Fill out the new Silt Basins Tabulation 100-14. Task 4-Temporary Sediment Control Basins. Identify the locations of temporary sediment control and fill out the new Temporary Sediment Control Basins Tabulation 100-33. Task 5- Rock Check Dams Design. Determine location and spacing requirements for rock check dams instead of silt fence for ditch checks in steep ditches. Fill out Rock Check Dam Tabulation 100-32. Task 6-Storage Summary. Fill out Storage Summary Tabulation 100-35. Task 7-Perimeter and Slope Sediment Control Device Design. Determine location and spacing requirements for new Slope Sediment Control Device Tabulation,100-19. Task 8 - Existing Erosion Control Tabulations Review and Adjustments. This task includes making revisions to the other tabulations that were not revised described in the previous tasks. This includes moving the previously tabulated erosion control items to new locations to avoid conflicts with the new erosion control items. Task 9 -Revise Erosion Control Sheets. This task includes revising the graphical representation of the erosion control features shown on the EC-Series Sheets. Task 10-Revise Quantities, Estimate Reference Notes and Cost Estimates. This task includes the revision to the Estimated Project Quantities Tabulation 100-1A, Estimate Reference Information Tabulation 100-4A,and providing cost estimate for the erosion control items. Task 11 - Quality Control Reviews. This task includes in-house quality control reviews by certified erosion control personnel who have not been responsible for the original work. The quality control reviews will be completed and documented before key submittals are made to the City and Iowa DOT. Task 12 - Project Administration. This task includes the project administration to manage staff and coordinate with the City and Iowa DOT. B. WHKS Scope of Services WHKS's Scope of Services is modified to include the following tasks: ASCO 1 Page 4 Temporary Sediment Control Devices for Storm Water Retention Based on the requirements outlined in Chapter 10C-02 for roadway segments with a rural typical section,WHKS will: 1. Determine the number of disturbed acres for each drainage basin.A drainage basin is an area that drains to a common oint where the basin exits the right- of-way. For each drainage basin, 3600 ft'�of storm water storage per acre of disturbed area is required. 2. Determine the temporary sediment control devices to be used for storm water retention. The devices may include Silt Fence Ditch Checks (EC-201), Silt Basins (EW-403), Slash Mulch Berms (570-1), Rock Check Dams (570-2), and Temporary Sediment Control Basins(570-3). 3. Calculate the storm water detention to be provided for each drainage basin, which will include the total volume of storage provided by all temporary sediment control devices in that basin. Regardless ofthe devices used, Iowa DOT requires that the storm water detention provided for a drainage basin exceed what is needed. 4. Create tabulations for each type of temporary sediment control device used and Tabulation 100-35-Summary of Storm Water Storage. For roadways with curb and gutter typical sections, a goal of 3600 ft' storage per disturbed acre drained may not be attainable. WHKS will use appropriate sideslope and downstream controls;for example, silt fence ditch checks, inlet protection, etc. The roads and projects that will require storm water retention calculations and documentation for temporary sediment control devices include: NHSX-032-1(37)--3H-31 -Menards Frontage Road Stage 1 Construction of the Menards Frontage Road from Sta. 151-Sta.165,the East Frontage Road from the Menards Frontage Road to Sta. 10169,and Quarry Road. Design for an estimated 6 drainage basins and 2 silt basins. Stage 2 Construction of the U.S. 20 median from Sta. 1262-Sta. 1273. Design for 1 drainage basin. Stage 3 Construction of the Menards Frontage Road from Sta. 134-Sta. 139, the Menards Frontage Road from Sta. 144 to Sta. 151, and Eastbound U.S. 20 from Sta. 1262 to Sta. 1295. Design for an estimated 6 drainage basins and 6 silt basins. Stage 4 Construction of westbound U.S. 20 from Sta. 1263 to Sta. 1294, and relocated Old Highway Road from Sta. 11195 to Sta. 11199. Design for an estimated 6 drainage basins and 6 silt basins. Stage 5 Construction of approximately 400 feet ofrelocated Old Highway Road. Designforan estimated 2 drainage basins and 1 silt basin. AECO 1 Page 5 Stage 7 Construction of approximately 500 feet of Menards Frontage Road, and the U.S. 20 median from Sta. 1256 to Sta. 1274. Design for an estimated 3 drainage basins and silt basins. NHSX-032-1(38)--3H-31 —U.S. 20 Interchange Ramp A Design for an estimated 4 drainage basins and 3 silt basins. Ramp B Design for an estimated 4 drainage basins and 3 silt basins. Ramp C Design for an estimated 4 drainage basins and 3 silt basins. Ramp D Design for an estimated 4 drainage basins and 4 silt basins. Southwest Arterial Design for an estimated 8 drainage basins and 10 silt basins. East Access Connector Design for an estimated 3 drainage basins and 3 silt basins. Seippel Road Design for an estimated 2 drainage basins and 2 silt basins. Cousins Road Design for an estimated 4 drainage basins and 4 silt basins. Seippel Road Temporary Reconstruction Design for an estimated 2 drainage basins and 2 silt basins. NHSX-032-0(211)--3H-31 —U.S. 20 Roadway and Bridges Design for an estimated 4 drainage basins and 4 silt basins. English Mill Road Connector Design for an estimated 6 drainage basins and 6 silt basins. Removal of Silt Basins An estimated 62 silt basins will be required for storm water detention to meet the storage requirements. Earthwork will need to be calculated and tabulated for filling the temporary silt basins.The pay item for this work is Removal of Silt Basins. Quality Assurance/Quality Control This task consists of the review of the appropriate type of temporary sediment control devices to be used for storm water retention, the storage calculations, and the quantities for all items and tabulations. ASCO 1 Page 6 Project Administration/Project Management This task consists of the administrative actions necessary to execute the work of the supplement, manage staff working on the tasks, and coordinate with the Client and Iowa DOT for approval. II. TIME OF BEGINNING AND COMPLETION Work under this Supplemental Agreement No. 16 is authorized to begin upon receipt of written Notice to Proceed. The work shall be completed in accordance with the schedule defined in Supplemental Agreement No. 15,which is extended from December 31,2016,to December 31, 2018. III. COMPENSATION The consultant shall be reimbursed for actual costs incurred in accordance with Article 3 of the original agreement. The Estimated Actual Cost, Fixed Fee, Contingency and Maximum Amount Payable for this supplemental agreement,as stated below and as shown in Attachment A,are to be integrated with those covered under the original agreement and Supplemental Agreement Nos. 1, 2,3,5, 7, 9, 11, 13, 14 and 15. Base Value Eng. Agreement Modification S.A.No. 1 S.A.No. 2 Estimated Actual Costs $391,700.00 $56,200.00 $7,978,200.00 $19,900.00 Fixed Fee 22,500.00 5,200.00 427,000.00 0.00 Contingency 38,400.00 5,500.00 761,900.00 2,000.00 Maximum Amount Payable $452,600.00 $66,900.00 $9,167,100.00 $21,900.00 S.A. No.3 S.A. No.5 S.A.No. 7 S.A. No.9 Estimated Actual Costs $175,200.00 $233,600.00 $334,600.00 $114,800.00 Fixed Fee 14,000.00 28,400.00 11,000.00 5,300.00 Contingency (2,400.00) 0.00 0.00 6,600.00 Maximum Amount Payable $186,800.00 $262,000.00 $345,600.00 $126,700.00 S.A.No. 11 S.A.No. 13 S.A.No. 14 S.A.No. 15 Estimated Actual Costs $323,500.00 $129,740.00 $651,340.00 $1,345,600.00 Fixed Fee 3,200.00 0.00 24,100.00 53,800.00 Contingency (151,900.00) 10,000.00 (113,000.00) (377,870.09) Maximum Amount Payable $174,800.00 $139,740.00 $562,440.00 $1,021,600.00 S.A.No. 16 Total Amount Estimated Actual Costs $99,600.00 $11,853,980.00 Fixed Fee 7,200.00 601,700.00 Contingency 0.00 179,300.00 Maximum Amount Payable $106,800.00 $12,634,980.00 IV. In other aspects,the obligations of the Owner and Consultant shall remain as specified in the Professional Services Agreement dated May 8, 2009, and subsequent amendments. AECOM Page 7 IN WITNESS WHEREOF, the parties hereto have executed this Supplemental Agreement No. 16 as of the dates shown below: AECOM TECHNICAL SERVICES, I C. By Douglas . Schin 4 , P.E. Associate Vice°' resident CITY OF DUBUQUE, IOWA By Michael C ' Van Mil!igen City Manager IOWA DEPARTMENT OF TRANSPORTATION ACCEPTED FOR FHWA AUTHORIZATION* Date VI 00 By Date Kent L. Ellis, P.E. Local Systems Engineer District 6 *The Iowa DOT is not a party to this agreement. However, by signing this agreement, the Iowa DOT is indicating the work proposed under this agreement is acceptable for FHWA authorization of federal funds. O:\Administration\AGREE\SUPPLE\SA16 DSWA.doc Attachment C-1 Southwest Arterial Final Design City of Dubuque, Iowa Supplemental Agreement No. 16 COST ANALYSIS I. Direct Labor Cost(AECOM Technical Services) Category Hours Rate/Hour Amount Senior Professional 0 $80.00 $0.00 Project Professional 40 $57.00 $2,280.00 Staff Professional 116 $44.50 $5,162.00 Professional 376 $36.45 $13,705.20 CADD Operator II 48 $33.80 $1,622.40 CADD Operator 1 0 $24.45 $0.00 Project Support 8 $29.90 $239.20 $23,008.80 588 11. Payroll Burden and Overhead Provisional Costs 140.16% $32,249.13 111. Direct Project Expenses Category Units Rate/Unit Amount Mileage 0 0.54 0.00 Per Diem 0 50.00 0.00 Lodging 0 90.00 0.00 BNV Copies 1000 0.06 60.00 Color Copies 1000 0.22 220.00 EDM Equipment 0 12.50 0.00 GPS Equipment 0 25.00 0.00 Miscellaneous, Other 500.00 $780.00 IV. AECOM Estimated Actual Costs $56,037.93 Rounded $56,000.00 V. Subcontract Expense WHKS &Co. $43,600.00 $43,600.00 VI. Estimated Actual Costs $99,600.00 VI 1. Fixed Fee $7,200.00 VIII. Contingency $0.00 IX. Maximum Amount Payable $106,800.00 Attachment C-1 Southwest Arterial Final Design City of Dubuque,Iowa Supplemental Agreement No.16 Staff Hour Estimate Senior Project Staff CADD Op CADD Op Technician Project Description of Work Prof Prof Prof Prof II 1 upport Total Nbdifications to Previous Scope ............................................................................................................................................................ ................. ......................................................................................................... ................. ................. ......................................................................................................................................................................... ................. ......................................................................................................... ................. ................. ..�....Drainage.Basin.Design.:.................................................................................................................. . 80 ..........80. ................ ......................................................................................................... ................. . ..2 Silt Fence for Ditch Check,Desi.@n.:............................................................................ ..........a0....................................................................... ................. ..........40. ....Silt . .. .. ... .... . ................. ................. ................... 3...Silt.Basin.Desi 40.:.............................................................................................................................. . 40 40. ................ ......................................................................................................... ................. . 4 Temporary.Sediment.Control.Basins. 40 46 .... .. ............................................................................................... ................. ......................................................................................................... ................. ................. ...`'.....Rock.Check.Dams.Design.:........................................................................................................... . 24 ..........24. ................ ......................................................................................................... ................. . 6 Storage Summary. 16 48 64 7 Perimeter.and Slope Sediment Control.Device Design:..... ..... .... 16 ..... ......... ....... ... 16 ..8 Existing.Erosion Control Tabulations,Review and Adjustments.:..................................... ................. ...........16.............a0....................................................................... ..... ............ ...........56. 9 Revise Erosion Control Sheets. 16 16 48 80 ......................................................................................................................................................................... ................. ......................................................................................................... ................. ................. 10 Revise Quantities, Estimate Reference Notes and Cost Estimates. 40 32 72 ......................................................................................................................................................................... ................. ......................................................................................................... ................. ................. 11 Qualify Control Reviews. .............8 28......................................................................................... ................. ...........36. 12 Project Administration.: 32. ......................................................................................................... ................. ................. 40 ......................................................................................................................................................................... ................. ......................................................................................................... ................. ................. TOTAL HOURS 0 40 116 376 48 0 0 8 588 whks Southwest Arterial Final Design WHKS&Co. COST ANALYSIS City of Dubuque, Iowa Supplemental Agreement No. 16 COST ANALYSIS I. Direct Labor Cost Category Hours Rate/Hour Amount Project Manager 40 $ 69.23 $ 2,769.20 ......................................................................................................................................3.............................................. Structural Engineer 1 0 $ 43.43 $ - ...................................................................................................................................................................................... Structural Engineer 2 0 $ 42.83 $ - ...................................................................................................................................................................................... Roadway Engineer 1 200 $ 32.48 $ 6,496.00 .......Roadway Engineer 2 93 $ 63.36 $ 5892.48 Structural Technician 0 $ 27.80 $ - ...................................................................................................................................................................................... Roadway Technician 0 $ 24.40 $ - ...................................................................................................................................................................................... Survey Technician 0 $ 24.06 L $ - ...................................................................................................................................... .............................................. and Surveyor 0 $ 39.88 8 $ - ...................................................................................................................................................................................... Total 333 $ 15,157.68 (Rounded) $ 15,160 II. Payroll Burden and Overhead Costs(Rounded) 156.69% $ 23,760 III. Direct Project Expenses(Rounded) Mileage @$0.575 per mi 0 miles $ - Meals Lodging nights @$83.00 Miscellaneous-Postage, Printing, Reproduction,Telephone,etc $ - Permit Fees Total $ - IV. Estimated Actual Costs(Rounded) (I+II+III) $ 38,900 V. Fixed Fee(Rounded) 12% x(I+II) $ 4,700 VI. Contingency $ - VII. Maximum Amount Payable(Rounded) (IV+V+VI) $ 43,600 soumvre5l arterial Final Design cN or Dubuque,mw. WHNS Supplemental Agreement No.16 COSTANALTSIS Project Sirudual Sirudual Roadway Roadway Sirudual Roadway Survey Land Description olwork Manager Engineer 1 En In erg Engineer 1 En In erg Technician Technician Technical Surveyor Total 1 ienp orarysetllmeni CO re Sediment for Storm Wafer RNeMlon NHsx oaz R37)of 31 groom Career storage Stage Laski g drainage basins) 2 1 3 Task 1 1 2 Task3 Qsilt basins 4 2 fi Ta 4 Stage Laski or damage basin) 1 1 2 Task 1 1 2 Task 2 1 3 Task 1 1 2 Stage Laski g drainage basins) 2 1 3 Task 1 1 2 Task3(fi silt basins 8 2 10 Ta 4 Stage Laski g drainage basins) 2 1 3 Task2 Task3 gsilt basins 8 2 10 Task 1 1 2 Stages Laski(2 drainage basins) 1 1 2 Tasa Task3 ti silt basin Task 1 1 2 Stage? Laski(3 damage basins) 1 1 2 Tasa Task3(3 silt basins 4 z g Task 1 1 2 NHsx oaz t)3g)-3H 31 groom Career Storage Ramp Laski(4 drainage basins) 3 1 4 Task2 Task3(3 silt basins 4 1 5 Task 1 1 2 Ramp Laski(4 drainage basins) 3 1 4 Task2 Task3(3 silt basins 4 1 5 Task 1 1 2 Ramp Task i(4 drainage basins) 3 1 4 Task2 Task3(3 silt basins fi 1 Ta 4 1 1 2 Ramp Laski(4 drainage basins) 3 1 4 Task2 Task3(4 silt basins 8 1 9 Task 1 1 2 WF Laski(8 drainage basin) fi 2 8 Task2 2 2 4 Task3(10 silt basins ifi 4 20 Ta 4 2 East Access Connector Taski(3 drainage basins) 1 1 2 Ta 2 Task3(3 silt basins 4 2 fi Ta 4 selppel go art Laski(2 drainage basins) 1 1 2 Ta 2 2 TaskQsilt basins 2 1 3 Task s 4 C ou51n 5 Task (4(4 drainage basin) 3 1 4 Task 1 1 2 Task3(4 silt basins 0 1 9 Ta s Tro pormy(amended-of supper Road Task i(2 drainage basins) 3 1 4 Task2 Task3(2 silt basins 2 1 3 Task 1 1 2 NHSX-0269)211)-3H-3f Erosion Career Storage usm Taski(4 drainage basins) 3 1 4 Task2 1 1 2 Task 3(4 silt basins 0 1 9 Tasks 2 soumvreer Annual Final Design cN or Dubuque,mw. wxxS Supplemental Agreement No.16 COSTANALTSIS NRSX-032-1t20t-3X31 groom Career Storage English MITI Tasks(0 damage basins) 6 4 10 Task 2 1 3 Task 3(0 silt been5 6 4 10 Task 3 1 4 2 Removal N SIN Basin gainers quartmes for 62 silt basin 4 4 3 QuaOty COMmII QuaOty Assurance 0 0 16 4 proper FNminlsallonlPajed Management 32 0 0 40 TOTN_HOURS 40 0 0 200 93 0 0 0 0 333