Loading...
AECOM Technical Services, Inc. - SW Arterial Supplemental Agreement No. 17 Copyright 2014 City of Dubuque Consent Items # 22. ITEM TITLE: AECOM Technical Services, Inc. - SW Arterial Supplemental Agreement No. 17 SUMMARY: City Manager recommending authorization to execute a supplemental agreement with AECOM Technical Services, Inc., subject to the concurrence of the Iowa Department of Transportation, 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. RESOLUTION Approving the Consultant Professional Services -Supplemental Agreement No. 17 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 Project Consultant Professional City Manager Memo Services Supplemental Agreement-MVM Memo Staff Memo Staff Memo Resolution Resolutions Supplemental Agreement No. 17 Supporting Documentation THE CITY OF Dubuque DUB E 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: August 31, 2016 Assistant City Engineer Bob Schiesl recommends City Council authorization for the City Manager to execute a supplemental agreement with AECOM Technical Services, Inc., subject to the concurrence of the Iowa Department of Transportation, 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. I concur with the recommendation and respectfully request Mayor and City Council approval. vA/L-A-k— 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 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: August 30, 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: Military Road Bridge Redesign • Modify the Military Road Bridge Plans to incorporate 12-foot wide shared-use path, with separate rail, on north side of bridge. • Modify and shift the roadway centerline on the bridge to accommodate the 12-foot wide shared-use path. • Revise plan, profile and detail sheets to reflect bridge design changes, approach roadway changes. Staking of Permanent Utility Easements for Highway 20 Interchange and Menards Frontage Road • Staking of utility easements for the Highway 20 interchange and Menards Frontage Road project prior to construction. Preparation of Additional Right-of-Way Exhibits for Condemnation Hearings Phase II Archeological Investigation • Additional Phase II testing will be conducted in order to determine positively whether or not there are significant cultural deposits buried at depth within the impact zone for the proposed Catfish Creek bridge piers. • If no additional cultural deposits and/or buried surfaces are identified during the proposed additional Phase II testing, then this portion of site may not warrant Phase III data recovery and thus a potential project cost savings. 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. 17 - Scope of Services Revisions LlQg 250 Total Additional Project Cost 108 250 The project funding summary is as follows: CIP Funding Source Amount 3001287 Federal SAFETEA-LU Funding (80%) $ 86,600 3001287 Local Funding (20%) 21 ,650 Project Funding 108 250 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 complete the final engineering design phase of the Southwest Arterial Project, subject to the concurrence of the Iowa Department of Transportation through adoption of the enclosed resolution. Prepared by Robert Schiesl, Assistant City Engineer cc: Jenny Larson, Budget Director Kent Ellis, Iowa DOT Doug Schindel, AECOM F:\PROJECTS\SW ARTERIAL-IA HYW 32WECOM FE CONTRACT\SW Arterial AECOM FE Consultant Agreement Suppl No. 17- Council Approval Memo.doc RESOLUTION NO. 311-16 RESOLUTION APPROVING THE CONSULTANT PROFESSIONAL SERVICES - SUPPLEMENTAL AGREEMENT NO. 17 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. 17 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. 17 with AECOM Technical Services, Inc. for the final engineering design phase of the Southwest Arterial project. Passed, approved and adopted this 6th day of September, 201 Attest: Kevin i`rnstahl, CM °; ""ity Clerk oy D. Buol, Mayor Letter of Transmittal TO: City of Dubuque 50 W. 13th Street Dubuque, Iowa 52001-4864 WE ARE SENDING YOU: ❑x Attached ❑ Shop Drawings ❑ Copy of Letter ❑ Prints ❑ Change Order AECOM DATE: August 23, 2016 JOB ID NO.: 60180237 ATTENTION: Robert D: Schiesl, P.E. RE: Southwest Arterial From Seippel Road to Olde Davenport Road Dubuque, Iowa ❑ Under separate cover via ❑ Plans ❑ Samples the following items: ❑ Specifications COPIES DATE NO. DESCRIPTION 3 Supplemental Agreement No. 17 for Above -Referenced Project THESE ARE TRANSMITTED AS CHECKED BELOW: ID For approval ❑ Approved as submitted ❑ Resubmit copies for approval ❑ For your use ❑ Approved as noted ❑ Submit copies for distribution ❑ As requested ❑ Returned for corrections ❑ Return corrected prints ❑ For review and comment ❑ ❑ For Bids due 20 ❑ Prints returned after loan to us REMARKS: Upon review and approval, please return one (1) executed agreement for our files. We look forward to continuing to work with the City of Dubuque on this project. COPY TO: SIGNED: Doug as . Schindel, P.E. If enclosures are not as noted, kindly notify us at once. 501 Sycamore Street, Suite 222 • P.O. Box 1497 • Waterloo, Iowa 50704-1497 • (319) 232-6531 • Fax: (319) 232-0271 AECOM AECOM 319-232-6531 tel 501 Sycamore Street 319-232-0271 fax Suite 222 Waterloo, Iowa 50703 www.aecom.com IDOT Project No. STP -U-2100(634)--70-31 SOUTHWEST ARTERIAL FROM SEIPPEL ROAD TO OLDE DAVENPORT ROAD DUBUQUE, IOWA SUPPLEMENTAL AGREEMENT NO. 17 WHEREAS, a Professional Services Agreement was entered into by the City of Dubuque, Iowa (Owner), and AECOM Technical Services, Inc. (Consultant), of Waterloo, Iowa, dated May 8, 2009, for the preparation of final design, plans, specifications and estimates, as well as right-of-way property acquisition, final soils investigation, archaeological and cultural resources Phase III mitigation, public involvement, agency coordination and construction -phase services for the Dubuque Southwest Arterial which includes a new 4 -lane freeway between Seippel Road and Olde Davenport Road in Dubuque, Iowa, in accordance with the preliminary plans completed in March 2008; and WHEREAS, the Owner and Consultant modified the original Scope of Services to include a Value Engineering Workshop as part of Task No. 3 (Initial Value Engineering Review) in the original agreement on July 27, 2009, said document included as Attachment C; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 1 dated August 27, 2009, for the preparation of final design, plan, specifications and estimates, right-of-way property acquisition, final soils investigation, archaeological and cultural resources Phase III mitigation, public involvement and agency coordination for the portion of the project not included in the previous agreement; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 2 dated October 21, 2009, for supplemental Phase 1 archaeological investigation of the Oberbroeckling property in Dubuque County, Iowa; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 3 dated March 10, 2010, to include revisions in the previous Scope of Services based on recent changes in the design concept as a result of a Value Engineering Study of the project and the Owner's desire to extend the recreational trail beyond the previous limits; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 4 dated August 24, 2010, to include engineering services during the construction phase of the North Cascade Road portion of the project; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 5 dated September 27, 2010, to include revisions in the previous Scope of Services based on recent changes in the design concept as a result of ongoing review and value engineering activities; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 6 dated October 19, 2010, to include construction staking for the North Cascade Road portion of the project; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 7 dated March 4, 2011, to include revisions in the previous Scope of Services based on recent changes in the design concept as a result of ongoing review, the public informational meeting and value engineering activities; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 8 dated February 28, 2011, to include engineering services during construction phase of the North Cascade Road Bridge portion of the project; and AECOM Page 2 WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 9 dated July 1, 2011, to include roundabout intersection peer review and design revisions and the preparation of legal plats and descriptions for temporary construction easements, and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 10 dated September 12, 2011, to increase the hours for Construction Observation estimated for the North Cascade Road Bridge portion of the project authorized in Supplemental Agreement No. 8; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 11 dated July 23, 2012, to amend the previous agreements to include design revisions that have been requested by the City since the original Scope of Services was prepared and the shifting of certain activities among firms on the Design Team; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 12 dated January 3, 2013, to modify the construction engineering scope for the North Cascade Road project; and WHEREAS, the Owner and Consultant entered into Supplemental Agreement No. 13 dated May 9, 2014, to add property acquisition services to the Scope of Services, which services will be completed by JCG Land Services, Inc.; and WHEREAS, the Owner and Consultant 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 entered into Supplemental Agreement No. 16 dated May 26, 2016, 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; and WHEREAS, the Owner and Consultant now desire to amend the previous agreements to include additional design elements that have been requested by the City since the previous Scope of Services was prepared. NOW THEREFORE, it is mutually agreed to amend the original Professional Services Agreement as follows: I. SCOPE OF SERVICES The services to be provided for the project under this Agreement will include additional activities that have been requested by the City and which are beyond the scope of the existing agreements. The following tasks are included: A. AECOM Scope of Services AECOM's Scope of Services will include activities that modify previously -designed elements, staking of permanent easements and additional design services required during property owner negotiations. The tasks are described as follows: A.1. Tasks Related to Modifications to Military Road and Shared -Use Path. These tasks represent modifications to previously -completed design elements which have been requested due to a change in concept for the location of the Shared -Use Path on the Military Road Bridge. In addition to the AECOM tasks listed below, other AECOM Page 3 tasks will be provided by WHKS and are described elsewhere in this scope. The following tasks are included for AECOM: Task 1 - Analyze Design Standards to Develop Typical Cross Section. This task includes developing a cross section on the Military Road Bridge that includes a Separated -Use Path. The current bridge cross section includes two 12 -foot lanes and two 10 -foot shoulders for a 44 -foot wide bridge from face -of -barrier rail to face -of - barrier rail. Research will include an evaluation of the current design standards, as well as an evaluation of the current Bridge Design Manual. An evaluation of the placing the Shared -Use Path on either the north or south side of the bridge will be a part of this task. Task 2 - Redesign Alignment and Profile. This task includes redesigning the centerline due to the shift of the roadway centerline on the bridge. The shift is estimated at around 6 feet. This task will include the revision of the profile due to the shift and change in alignment. Task 3 - Revise Plan Sheets. This task includes the development and revisions to the plans due to alignment shift which includes additional Military Road paving. This task includes the following subtasks: a. Typical Cross Sections and Details (B -Series Sheets). Revise the typicals,to include revisions to the alignment and details regarding a Shared -Use Path along Military Road. b. Quantities, Estimate Reference Notes and Tabulations (C -Series Sheets). Revise the quantities, estimate reference notes and tabulations. c. Side -Road Plan and Profile Sheets (E -Series Sheets). Revise the sheets to show the Shared -Use Path along Military Road, revised alignment and revised profile. d. Geometric Sheets (G -Series Sheets). Show the new alignments and provide geometric data for the revised Shared -Use Path. e. Staging Sheets (J -Series Sheets). Provide notes for staged construction of entrance at 1039+60, Right. f. Shared -Use Path Sheets (S -Series Sheets). Revise and include the Shared - Use Path along Military Road. g. Earthwork Tabulation (T -Series Sheets). Revise the tabulation to include modifications to template quantities. h. Design Details (U -Series Sheets). Provide two modified BA -108 details. Provide details on bridge approach pavement. Side Road Cross Sections (X -Series Sheets). Provide revised cross sections for Military Road. AECOM Page 4 A.2. Staking of Utility Easements for Highway 20 Interchange. These tasks include the staking of utility easements for the Highway 20 interchange project prior to construction. The following tasks are included: Task 4 - Set Control Points. Task 5 - Set Stakes at 100 -Foot Intervals for Location of Permanent Utility Easements. A.3. Preparation of Additional Right -of -Way Exhibits — Kress and Reuter Properties. The following task includes design and preparation of right-of-way exhibits to assist in the acquisition of right-of-way. This task includes additional design used to review property access locations in addition to exhibit preparation. Task 6 - Preparation of Additional Right -of -Way Exhibits. B. WHKS Scope of Services WHKS' Scope of Services is modified to include the following task: Task 1 - Military Road Bridge Plan Modifications. Incorporate 12 -foot wide shared -use path, with separate rail, on north side of bridge and reduce roadway width. The bridge will remain in the same location. Adjust cross slope per new design. Revise structure sheets to accommodate revision. C. Tallgrass Historians Scope of Services Tallgrass Historians' Scope of Services is modified to include the following task: Task 1 - Phase II Testing. Completion of Phase II testing of the south half of Site 13DB707 along the Dubuque Southwest Arterial corridor. This additional testing will be conducted in order to determine positively whether or not there are significant cultural deposits buried at depth within the impact zone for the proposed new bridge piers. The previous Phase I investigation conducted by HDR at Site 13DB707 included the excavation of four roughly parallel transects of auger tests across the south half of the site (Stubbs et al. 2002a). 1 A total of 44 tests were excavated in the four transects. Of the 44 tests, only three were positive for cultural material all recovered from a buried A horizon, the top of which was encountered at depths of 33 to 100 cm below the current ground surface. Cultural material was recovered to a maximum depth of 125 cm below surface. Assessment by Joe Artz of EVE of the soil profile sheets from these tests, along with the logs from core samples recently extracted by Terracon in the area of the bridge crossing, resulted in the conclusion that the original auger tests were not excavated deep enough for this terrace landform. Artz has recommended that a combination of mechanical soil coring and additional auger testing based on the findings of the mechanical coring be conducted in the area of the bridge crossing to determine if there are additional buried surfaces and cultural material below 125 cm. Depending on the results of this additional testing, a 1x1 -meter test unit for more controlled excavation may be needed in order to fully evaluate this portion of the site. At present, the original testing of the south half of this site resulted in very sparse material and no artifacts were recovered specifically from the bridge pier locations. If no additional cultural deposits and/or buried surfaces are identified during the proposed 1 The Phase II investigation of Site 13DB707 conducted by HDR in 2002 consisted of GIS mapping of the site only, with no additional subsurface testing conducted beyond the Phase I testing (Stubbs et al. 2002b). A=OM Page 5 additional Phase II testing, then this portion of Site 13DB707 may not warrant Phase III data recovery. A further question is whether one or more of the pier locations falls within the former creek channel that is represented by the space in between Transects 11 and 12 on the attached Phase I map of 13DB707. If the creek channel impacted sufficiently to depth to eliminate any potential for intact cultural deposits below.the base of the channel, then this pier or piers could be eliminated from any further testing or data recovery. Shape files of the pier locations will be provided to Tallgrass by Consultant prior to the Phase II field investigation to assist with auger test and mechanical core placement. EarthView Environmental, Inc. (EVE) of Coralville, Iowa, as a subcontractor to Tallgrass and under the direction of Joe Artz, will conduct up to 12 cores across the south half of 13DB707 using a Gator-mounted Giddings soil core. These cores will be drilled along two transects with at least one hole placed within each of the two pier footprints for the proposed new bridge. The others will be placed between and on either side of the piers to provide two complete stratigraphic cross sections of the landforms involved. In addition to fieldwork, a landform -sediment assemblage map based on 1-m LiDAR contours and fieldwork results will be generated. A report detailing soil stratigraphy and geomorphology of the terrace landforms on which they occur will be prepared, along with recommendations for the depths to be reached by the additional auger testing to be conducted by Tallgrass during the Phase II. The overall objective will be to determine the archaeological potential for buried cultural below the depth tested previously during the Phase I investigation, which did not reach an adequate depth to determine the presence or absence of significant cultural deposits. To assist in evaluating the potential significance of such deposits, EVE will process and submit for radiocarbon dating up to two samples of organic material recovered from the cores. Two Rivers Archaeology LLC, of Anamosa, Iowa, as a subcontractor to Tallgrass, will provide the services of co -Principal Investigator Randy Withrow for four days (10 -hour days) of fieldwork spread out over the two-week proposed fieldwork period for Tallgrass personnel to provide field oversight and to review the results of the field work in progress. Withrow will also summarize his conclusions and recommendations regarding the results of the Phase II testing to be included in the overall Phase II summary report compiled by Tallgrass. (If the project is recommended to proceed to Phase III data recovery, Withrow would serve as co -Principal Investigator with Leah Rogers of Tallgrass Historians L.C. for that investigation.) Leah D. Rogers of Tallgrass Historians L.C. will serve as the primary Principal Investigator and will be responsible for the overall conduct of the project, site evaluation and the compilation of the summary report, which will include the summary of the geomorphological investigation by EVE and the conclusions and recommendations by Two Rivers. II. TIME OF BEGINNING AND COMPLETION Work under this Supplemental Agreement No. 17 was authorized to begin on July 6, 2016, based on the attached early Notice to Proceed approval. 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. AECOM Page 6 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, 15 and 16. Base Value Eng. Agreement Modification S.A. No. 1 Estimated Actual Costs $391,700.00 $56,200.00 Fixed Fee 22,500.00 5,200.00 Contingency 38,400.00 5,500.00 Maximum Amount Payable $452,600.00 $66,900.00 S.A. No. 3 S.A. No. 5 Estimated Actual Costs $175,200.00 $233,600.00 Fixed Fee 14,000.00 28,400.00 Contingency (2,400.00) 0.00 Maximum Amount Payable $186,800.00 $262,000.00 S.A. No. 11 S.A. No. 13 Estimated Actual Costs $323,500.00 $129,740.00 Fixed Fee 3,200.00 0.00 Contingency (151,900.00) 10,000.00 Maximum Amount Payable $174,800.00 $139,740.00 S.A. No. 16 S.A. No. 17 Estimated Actual Costs $99,600.00 Fixed Fee 7,200.00 Contingency 0.00 Maximum Amount Payable $106,800.00 $102,450.00 5,800.00 0.00 $108,250.00 $7,978,200.00 427,000.00 761, 900.00 $9,167,100.00 S.A. No. 7 $334,600.00 11,000.00 0.00 $345,600.00 S.A. No. 14 $651,340.00 24,100.00 (113,000.00) $562,440.00 Total Amount $11,956,430.00 607,500.00 179, 300.00 $12,743,230.00 S.A. No. 2 $19,900.00 0.00 2,000.00 $21, 900.00 S.A. No. 9 $114,800.00 5,300.00 6,600.00 $126,700.00 S.A. No. 15 $1,345,600.00 53,800.00 (377,800.00) $1,021,600.00 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. 17 as of the dates shown below: AECOM TECHNICAL SERVICES, INC. Douglas W. Schiiidcf, P.E. Associate Vice President CITY OF DUBUQUE, IO By Michael `. Van Milligen City Manager IOWA DEPARTMENT OF TRANSPORTATION ACCEPTED FOR FHWA AUTHORIZATION* Date t5,2A Date By Date Kent L. Ellis, P.E. Local Systems Engineer. District 6 *The Iowa DOT is not a party to this agreement. However, by signing this agreement, the Iowa DOT is indicating the work proposed under this agreement is acceptable for FHWA authorization of federal funds. O:\Administration\AGREE\SUPPLE\SA17 DSWA.doc Attachment C-1 Southwest Arterial Final Design City of Dubuque, Iowa Supplemental Agreement No. 17 COST ANALYSIS I. Direct Labor Cost (AECOM Technical Services) Category Hours Rate/Hour Amount Senior Professional 2 $80.00 $160.00 Project Professional 28 $57.00 $1,596.00 Staff Professional 168 $44.50 $7,476.00 Professional 0 $36.45 $0.00 CADD Operator II 66 $33.80 $2,230.80 CADD Operator I 40 $24.45 $978.00 Senior Technician 76 $34.60 $2,629.60 Technician 136 $25.60 $3,481.60 Project Support 0 $29.90 $0.00 $18,552.00 516 II. Payroll Burden and Overhead Provisional Costs 139.14% $25,813.25 III. Direct Project Expenses Category Units Rate/Unit Amount Mileage 2200 0.54 1,188.00 Per Diem 0 50.00 0.00 Lodging 0 90.00 0.00 B/W Copies 0 0.06 0.00 Color Copies 0 0.22 0.00 EDM Equipment 60 12.50 750.00 GPS Equipment 10 25.00 250.00 Miscellaneous, Other 500.00 IV. AECOM Estimated Actual Costs Rounded V. Subcontract Expense WHKS & Co. $16,150.00 Tallgrass $39,200.00 $2,688.00 $47,053.25 $47,100.00 $55,350.00 VI. Estimated Actual Costs $102,450.00 VII. Fixed Fee $5,800.00 VIII. Contingency $0.00 IX. Maximum Amount Payable $108,250.00 Attachment C-1 Southwest Arterial Final Design City of Dubuque, Iowa Supplemental Agreement No. 17 Staff Hour Estimate Description of Work Senior Prof Project Prof Staff Prof Prof CADD Op CADD Op II I Senior Technician Technician Project Support Total Updating Military Road Design Plans 1 Analyze Design Standards to Develop Typical Cross Section 2 Redesign Alignment and Profile 3 Revise Plan Sheets 2 4 4 8 2 16 8 4 16 0 a. Typical Cross Sections and Details (B -Series Sheets). 2 16 4 22 b. Quant. Estimate Ref. Notes and Tabulations (C -Series Sheets). 64 8 72 c. Side Road Plan and Profile Sheets (E -Series Sheets). 4 16 16 36 d. Geometric Sheets (G -Series Sheets). e. Staging Sheets (J -Series Sheets). 4 4 2 8 2 f, Shared Use Path Sheets (S -Series Sheets). g. Earthwork Tabulation (T -Series Sheets) h. Design Details (U -Series Sheets). 8 4 12 8 6 8 8 8 8 32 Sideroad Cross Sections (X -Series Sheets). 8 8 Stake Utility Easements - Highway 20 Interchange 4 Set Control Points 16 16 16 48 5 Set Stakes at 100 -foot Intervals for Location of Permanent Easements 60 120 180 Additional Property y Acquisition Exhibits - Kress and Reuter Properties 6 Preparation of Additional ROW Exhibits 8 16 16 16 56 TOTAL HOURS 2 28 168 0 66 40 76 136 0 516 whks Southwest Arterial Final Design WHKS & Co. COST ANALYSIS City of Dubuque, Iowa Supplemental Agreement No. 17 COST ANALYSIS Direct Labor Cost Category Hours Rate/Hour Amount Project Manager 0 $ 69.23 $ Structural Engineer 1 28 $ 43.43 $ 1,216.04 Structural Engineer u Roadway Engineer 1 56 $ 42.83 $ 2,398.48 0 $ 32.48 $ Roadway Engineer 2 0 $ 63.36 $ Structural Technician 72 $ 27.80 $ 2,001.60 Roadway Tecnician 0 $ 24.40 $ Survey Tecnicion Land Surveyor 0 $ 24.06 $ 0 $ 3e.88 $ Total 15e $ 5,616.12 (Rounded) $ 5.620 x� Direct ProjecExpenses (Rounded) Mileage @ $0.575 per mi 0 miles Meals Lodging nights 6D$8m.00 Miscellaneous Postage, Printing, Reproduction, Telephone, et Permit Fees � � Total $ IV. Estimated Actual Costs (Rounded) (1+11+111) $ 14,420 V. Fixed Fee (Rounded) 12% x (1+11) $ 1.730 VL Contingency $ VII. Maximum Amount Payable (Rounded) (w+v+v) $ 16,150 Southwest Arterial Final Desigr City of Dubuque, Iowa WHKS Supplemental Agreement No. 17 COST ANALYSIS Description of Work Project Manager Structural Engineer 1 Structural Engineer 2 Roadway Engineer 1 Roadway Engineer 2 Structural Technician Roadway Technician Survey Techniciar Land Surveyor Total 1 Incorporate 12 -ft. Wide Shared Use Path with Separation Rail an North Side of Bridge and reduce Roadway Wdlh. The bridge vAll remain in the same location. Adjust crass slope per new design. Revise Structure sheets to accommodate revision 28 56 72 156 TOTAL HOURS 0 28 56 0 0 72 0 0 O t 156 #REF! Southwest Arterial Final Design City of Dubuque, Iowa Supplemental Agreement No. 17 COST ANALYSIS Tallgrass Historians L.C. Description of Work Principal Investigator Research Associate Research Associate Research Research Associate Associate Total 1 Phase II Testing 26 Site 13DB707 104 88 88 88 394 TOTAL HOURS 26 104 88 88 88 394 Hourly Rate Direct Labor Amount Total Direct Labor $70.00 $39.42 $30.46 $29.57 $25.98 $1,820.00 $4,099.68 $2,680.48 $2,602.16 $2,286.24 Estimated Expenses Direct Expense Costs Mileage ( 1638 Mi. @ $0.54) $884.52 Per Diem (21 @ $110) $2,310.00 Report Reproduction Photocopies $25.00 Data Base/Research Fees $125.00 Supplies/Shipping $175.00 Artifact Curation/Acquisition Processing Fee $255.00 Subcontractor (Two Rivers Archaeology, LLC) $4,480.00 Subcontractor (Earth View Environmental, Inc.) $17,480.00 Estimated Actual Costs Rounded Contingency Maximum Amount Payable $13,488.56 $25,734.52 $39,223.08 $39,200.00 $39,200.00