HomeMy WebLinkAboutAecom Technical Services-7/18/2011 (2)COM
AECOM 319 232 6531 tel
501 Sycamore Street 319 232 0271 fax
Suite 222
Waterloo, Iowa 50703
www.aecom.com
U.S. HIGHWAY 63 IMPROVEMENTS
NEWELL STREET TO DONALD STREET
FINAL DESIGN MODIFICATION
WATERLOO, IOWA
SUPPLEMENTAL AGREEMENT NO. 6
WHEREAS, a Professional Services Agreement was entered into by the City of Waterloo, Iowa ("City"),
and AECOM Technical Services, Inc., formerly Earth Tech, Inc. ("Consultant"), of Waterloo, Iowa, dated
April 3, 2006, for the alternative evaluation, traffic analysis, environmental documentation, preliminary
design, final design and construction review for improvements on U.S. Highway 63 between the U.S.
218 Interchange and Donald Street in Waterloo, Iowa; and
WHEREAS, Preliminary Engineering (NHSX-63-6(69)-3H-07) was defined and authorized in said
agreement dated April 3, 2006; and
WHEREAS, the City and Consultant entered into Supplemental Agreement No. 1 dated July 27, 2007,
for engineering services during the construction phase of the U.S. Highway 63 — Westfield Avenue
Connection Project; and
WHEREAS, the City and Consultant entered into Supplemental Agreement No. 2 dated December 14,
2007, to increase the Estimated Actual Costs for Task 15 — Management of Contaminated Subsurface
Soil provided by Weston Solutions, Inc., due to delay in construction progress related to inclement
weather conditions and management/disposal for excess spoil; and
WHEREAS, the City and Consultant entered into Supplemental Agreement No. 3 dated August 19,
2010, to include the final design of a 4 -lane highway between Newell Street and Donald Street in
Waterloo, Iowa, in accordance with the Preliminary Plans completed in November 2009; and
WHEREAS, the City and Consultant entered into Supplemental Agreement No. 4 dated December 3,
2010, to remove the water main design from the Scope of Services; and
WHEREAS, Supplemental Agreement No. 5 has been submitted to include final design assistance to
the Iowa DOT for U.S. 63 improvements between Franklin Street and Newell Street in Waterloo, Iowa;
and
WHEREAS, the City and Consultant desire to amend the previous agreements to segregate the sanitary
sewer design compensation from the Federal -Aid compensation in Supplemental Agreement No. 3 and
to include additional design activities related to Supplemental Agreement No. 3.
NOW THEREFORE, it is mutually agreed to amend the original Professional Services Agreement as
follows:
t. SCOPE OF SERVICES
The services to be provided under this supplemental agreement will include additional activities
that have been requested by the City and which are beyond the scope of the existing
agreement. A portion of this work will be completed by Craig Ritland Landscape Architects
(CRLA) and Robinson Engineering.
AXOM
Page 2
Task 1. Storm Sewer Design Modifications. The original scope of services included the
design of a 10 -year frequency storm sewer system in accordance with the approved preliminary
design. This task will be completed by Robinson Engineering and includes the following
modifications to the existing scope:
A. Evaluate Alternative Storm Frequencies. This task includes the analysis of storm
runoff, inlet spacing and conceptual design layouts for a 5 -year storm, in addition to the
10 -year storm which was included in the original scope.
B. Evaluate 1 -Side and 2 -Side Systems. To reduce the pipe sizes resulting from the
higher storm frequencies and to investigate construction staging alternatives, this task
includes preparation of separate design concepts for a 1 -sided storm sewer system
and a 2 -sided storm sewer system. This task includes development of pipe sizes and
preliminary alignments for each system.
C. Modify Storm Sewer Design Plans. Upon approval of the conceptual design, this
task includes modifications to the previously approved preliminary storm sewer design.
The completion of final storm sewer tabulations and quantities were included in the
original scope and are not included in this task.
Task 2. Evaluate Traffic Signal Warrants. This task includes an investigation of traffic signal
warrants at Louise Street and Dale Street, including a pedestrian gap study and an evaluation
of existing traffic volumes. At Louise Street, this task includes a pedestrian gap study during
the afternoon peak hour. At Dale Street, this task includes a pedestrian gap study and traffic
counts to evaluate the vehicular traffic signal warrants.
Task 3. Additional Enhancement Design. This task includes the preliminary and final design
of additional enhancement features which will be added to the project as a result of additional
enhancement funding which has been obtained for the project. The majority of these tasks will
be completed by CRLA. The additional enhancement design will include:
A. Modify Grading and Landscaping, Logan School Area. This task includes changes
to the grading, bikeway and landscaping plan as a result of the recent decision to
remove the Logan School Building and eliminate the retaining wall. Preparation of a
new right-of-way plat and temporary easement limits are not included in this task.
B. Modify Grading and Landscaping, Louise Street to Dale Street. This task includes
modifications to the grading, bikeway and landscaping design to utilize the entire depth
of lots which are being acquired for the new right-of-way.
C. Neighborhood Monuments. This task includes final design and detailing of
decorative neighborhood monuments to be located at several of the intersection
corners.
D. Brick or Stamped Concrete Treatments. This task includes the final design and
detailing of brick or colored/stamped concrete treatments at intersection locations.
Included are the sidewalk areas behind the curb at intersection returns and ends of
raised medians. CRLA will consider the ADA requirements when developing the
conceptual plans.
E. Decorative Railing/Fence. This task includes the design of a decorative railing or
fence to be located along the new bikeway between Esther Street and Louise Street.
A
Page 3
F. Wayfinding Signing. This task includes the conceptual and final design of special
wayfinding signs along U.S. 63. It is anticipated that special signs will be installed at
the Donald Street and Newell Street intersections.
G. Additional Landscaping Design (Bioswales). This task includes additional special
landscaping design and soil amendment design for the low -impact drainage features
(bioswales).
Task 4. Additional Lighting Design. This task includes additional analysis and design of an
enhanced lighting system beyond the scope and staff -hours included in the original contract.
Included are the evaluation of additional roadway lighting alternatives, final design of the
roadway lighting system and the design of a pedestrian lighting system along portions of the
new sidewalks.
Task 5. ADA Curb Ramp Design. This task includes the design and detailing of ADA -
compliant curb ramps at each intersection in accordance with new requirements from the Iowa
DOT which will become effective in October 2011. Each intersection will require the calculation
of approximately 50 to 60 spot locations, including determination of offsets, elevations, slopes
and comparison to ADA requirements for each section of the curb ramp. This task includes the
preparation of new S -Series detail sheets and a tabulation of sidewalk compliance data for each
curb ramp. It is anticipated that a total of 58 curb ramps will be required on the project.
Task 6. Design Revisions Near Family Dollar Store. This task includes evaluation of
alternative access provisions for the new Family Dollar Store and modifications to the
previously -designed intersections and medians to accommodate the revised access.
Task 7. Delete Retaining Wall Design. This task deletes the remaining portion of Task No.
20 (Retaining Wall Design) from the original scope in Supplemental Agreement No. 3. Due to
the planned removal of Logan School, the retaining wall is no longer necessary. A portion of
Task No. 20 has already been completed; the unfinished portion of this design task will be
deleted from the scope.
Task 8. Additional Project Meetings. The original project scope included six (6) project
review meetings with the Technical Advisory Committee. This task provides for an additional
eight (8) meetings to be held at the Waterloo City Hall. The Consultant will provide a memo of
each meeting.
Task 9. Additional Project Administration. This task includes the additional in-house,
project -related administrative activities associated with the additional services in this
supplemental agreement.
I1. TIME OF BEGINNING AND COMPLETION
All work under this Supplemental Agreement No. 6 shall be completed within the schedule
defined in Supplemental Agreement No. 3 which is extended continuously from February 19,
2012, to May 31, 2012.
III. COMPENSATION
The Consultant shall be reimbursed for the actual costs incurred in accordance with Article 3 of
the original Agreement.
A=COM
Page 4
The Estimated Actual Costs, Fixed Fee, Contingency and Maximum Amount Payable for this
supplemental agreement, as stated below and as shown in Attachment A, are integrated with
Supplemental Agreement No. 3 and Supplemental Agreement No. 4.
S.A. No. 3
S.A. No. 4 S.A. No. 6
Estimated Actual Costs $493,300.00 ($70,100.00) $137,000.00
Fixed Fee 55,600.00 ( 9,000.00) 9,800.00
Contingency 45,800.00 ( 7,000.00) (11,700.00)
Maximum Amount Payable $594,700.00 ($86,100.00) $135,100.00
Revised Total
Task 30 Federal -Aid
Estimated Actual Costs ($40,000.00) $520,200.00
Fixed Fee (5,000.00) 51,400.00
Contingency (4,000.00) 23,100.00
Maximum Amount Payable ($49,000.00) $594,700.00
The Estimated Actual Costs, Fixed Fee, Contingency and Maximum Amount Payable for
Task 30 - Sanitary Sewer Replacement Design, as stated below and as shown in Attachment B,
are segregated from the Federal Aid portion of the funding and funded by another source of
funds.
Task 30
Estimated Actual Costs $40,000.00
Fixed Fee 5,000.00
Contingency 4,000.00
Maximum Amount Payable $49,000.00
IV. In all other aspects, the obligations of the City and Consultant shall remain as specified in the
Professional Services Agreement dated April 3, 2006, and subsequent amendments.
ACOM
Page 5
IN WITNESS WHEREOF, the parties hereto have executed this Supplemental Agreement No. 6 as of
the dates shown below:
AECOM TECHNICAL SERVICES, INC.
By
Date July 19, 2011
Joe A. Becker
Vice President
CITY OF W ERLOO, IOWA
By
Ernest G. Clar
Mayor
IOWA DEPARTMENT OF TRANSPORTATION
ACCEPTED FOR AUTHORIZATION
Robe Welper, P.E.
Local Systems Engineer
District 2
L:\work\ADMI MAGREE\SU PPLE\SA6Hwy63.doc
Date '1 l 1s7/ 91 ( J
Date ,/ U ly Z 7-0/)
Attachment A
U.S. HIGHWAY 63 IMPROVEMENTS
NEWELL STREET TO DONALD STREET
WATERLOO, IOWA
FINAL DESIGN
Cost Analysis
1. Direct Labor Cost (AECOM Technical Services)
Category Hours Rate/Hour Amount
Senior Professional 62 $82.00 $5,084.00
Project Professional 202 $54.80 $11,069.60
Staff Professional 44 $39.20 $1,724.80
Professional 0 $31.00 $0.00
CADD Operator II 232 $29.25 $6,786.00
CADD Operator 1 144 $20.25 $2,916.00
Senior Technician 0 $31.35
Technician 0 $24.85 $0.00
Project Support 32 $26.30 $841.60 $28,422.00
716
II. Payroll Burden and Overhead Provisional Costs 165.00% $46,896.30
III. Direct Project Expenses
Category Units Rate/Unit Amount
Mileage 0 0.51 0.00
Per Diem 0 40.00 0.00
Lodging 0 80.00 0.00
BMW Copies 1000 0.06 60.00
Color Copies 200 0.12 24.00
EDM Equipment 0 12.50 0.00
GPS Equipment 0 25.00 0.00
Miscellaneous, Other 100.00
$184.00
IV. Earth Tech Estimated Actual Costs $75,502.30
Rounded $75,500.00
V. Subcontract Expense
Craig Ritland Landscape Architects $50,500.00
Robinson Engineering Company $11,000.00 $61,500.00
VI. Estimated Actual Costs $137,000.00
VII. Fixed Fee $9,800.00
VIII. Contingency ($11,700.00)
AECOM Technical Services ($11,700.00)
Craig Ritland Landscape Architects $0.00
Robinson Engineering Company $0.00
IX. Maximum Amount Payable $135,100.00
Attachment B
U.S. HIGHWAY 63 IMPROVEMENTS
NEWELL STREET TO DONALD STREET
WATERLOO, IOWA
FINAL DESIGN MODIFICATION - (SANITARY SEWER DESIGN)
Cost Analysis
I. Direct Labor Cost (AECOM Technical Services)
Category Hours Rate/Hour Amount
Senior Professional 24 $80.00 $1,920.00
Project Professional 118 $53.50 $6,313.00
Staff Professional 32 $37.50 $1,200.00
Professional 0 $30.75 $0.00
CADD Operator II 96 $28.50 $2,736.00
CADD Operator I 120 $20.20 $2,424.00
Senior Technician 0 $30.60
Technician 0 $22.70 $0.00
Project Support 18 $25.60 $460.80 $15,053.80
408
II. Payroll Burden and Overhead Provisional Costs 165.00% $24,838.77
III. Direct Project Expenses
Category Units Rate/Unit Amount
Mileage 0 0.5 0.00
Per Diem 0 40.00 0.00
Lodging 0 80.00 0.00
B/W Copies 0 0.06 0.00
Color Copies 0 0.12 0.00
EDM Equipment 0 12.50 0.00
GPS Equipment 0 25.00 0.00
Miscellaneous, Other 120.00
IV. AECOM Technical Services Estimated Actual Costs
Rounded
V. Subcontract Expense
$120.00
$40,012.57
$40,000.00
na
na $0.00
VI. Estimated Actual Costs $40,000.00
VII. Fixed Fee $5,000.00
VIII. Contingency $4,000.00
AECOM Technical Services $4,000.00
na
IX. Maximum Amount Payable $49,000.00
AOM
AECOM
501 Sycamore Street
Sults 222
Waterloo, Iowa 50703
www.aecom.com
U.S. HIGHWAY 63 IMPROVEMENTS
NEWELL STREET TO DONALD STREET
FINAL DESIGN MODIFICATION
WATERLOO, IOWA
SUPPLEMENTAL AGREEMENT NO. 6
319 232 6531 tat
319 232 0271 fax
WHEREAS, a Professional Services Agreement was entered into by the City of Waterloo, Iowa ("City"),
and AECOM Technical Services, Inc., formerly Earth Tech, Inc. ("Consultant"), of Waterloo, Iowa, dated
April 3, 2006, for the alternative evaluation, traffic analysis, environmental documentation, preliminary
design, final design and construction review for improvements on U.S. Highway 63 between the U.S.
218 Interchange and Donald Street in Waterloo, Iowa; and
WHEREAS, Preliminary Engineering (NHSX-63-6(69)-3H-07) was defined and authorized in said
agreement dated April 3, 2006; and
WHEREAS, the City and Consultant entered into Supplemental Agreement No. 1 dated July27, 2007,
for engineering services during the construction phase of the U.S. Highway 63 - Westfield Avenue
Connection Project; and
WHEREAS, the City and Consultant entered into Supplemental Agreement No. 2 dated December 14,
2007, to increase the Estimated Actual Costs for Task 15 - Management of Contaminated Subsurface
Soil provided by Weston Solutions, Inc., due to delay in construction progress related to inclement
weather conditions and management/disposal for excess spoil; and
WHEREAS, the City and Consultant entered into Supplemental Agreement No. 3 dated August 19,
2010, to include the final design of a 4 -lane highway between Newell Street and Donald Street in
Waterloo, Iowa, in accordance with the Preliminary Plans completed in November 2009; and
WHEREAS, the City and Consultant entered into Supplemental Agreement No. 4 dated December 3,
2010, to remove the water main design from the Scope of Services; and
WHEREAS, Supplemental Agreement No. 5 has been submitted to include final design assistance to
the Iowa DOT for U.S. 63 improvements between Franklin Street and Newell Street in Waterloo, Iowa;
and
WHEREAS, the City and Consultant desire to amend the previous agreements to segregate the sanitary
sewer design compensation from the Federal -Aid compensation in Supplemental Agreement No. 3 and
to include additional design activities related to Supplemental Agreement No. 3.
NOW THEREFORE, it is mutually agreed to amend the original Professional Services Agreement as
follows:
I. SCOPE OF SERVICES
The services to be provided under this supplemental agreement will include additional activities
that have been requested by the City and which are beyond the scope of the existing
agreement. A portion of this work will be completed by Craig Ritland Landscape Architects
(CRLA) and Robinson Engineering.
AZCOM
Page 2
Task 1. Storm Sewer Design Modifications. The original scope of services included the
design of a 10 -year frequency storm sewer system in accordance with the approved preliminary
design. This task will be completed by Robinson Engineering and includes the following
modifications to the existing scope:
A. Evaluate Alternative Storm Frequencies. This task includes the analysis of storm
runoff, inlet spacing and conceptual design layouts for a 5 -year storm, in addition to the
10 year storm which was included in the original scope.
B. Evaluate 1 -Side and 2 -Side Systems. To reduce the pipe sizes resulting from the
higher storm frequencies and to investigate construction staging alternatives, this task
includes preparation of separate design concepts for a 1 -sided storm sewer system
and a 2 -sided storm sewer system. This task includes development of pipe sizes and
preliminary alignments for each system.
C. Modify Storm Sewer Design Plans. Upon approval of the conceptual design, this
task includes modifications to the previously approved preliminary storm sewer design.
The completion of final storm sewer tabulations and quantities were included in the
original scope and are not included in this task.
Task 2. Evaluate Traffic Signal Warrants. This task includes an investigation of traffic signal
warrants at Louise Street and Dale Street, including a pedestrian gap study and an evaluation
of existing traffic volumes. At Louise Street, this task includes a pedestrian gap study during
the afternoon peak hour. At Dale Street, this task includes a pedestrian gap study and traffic
counts to evaluate the vehicular traffic signal warrants.
Task 3. Additional Enhancement Design. This task includes the preliminary and final design
of additional enhancement features which will be added to the project as a result of additional
enhancement funding which has been obtained for the project. The majority of these tasks will
be completed by CRLA. The additional enhancement design will include:
A. Modify Grading and Landscaping, Logan School Area. This task includes changes
to the grading, bikeway and landscaping plan as a result of the recent decision to
remove the Logan School Building and eliminate the retaining wall. Preparation of a
new right-of-way plat and temporary easement limits are not included in this task.
B. Modify Grading and Landscaping, Louise Street to Dale Street. This task includes
modifications to the grading, bikeway and landscaping design to utilize the entire depth
of lots which are being acquired for the new right-of-way.
C. Neighborhood Monuments. This task includes final design and detailing of
decorative neighborhood monuments to be located at several of the intersection
corners.
D. Brick or Stamped Concrete Treatments. This task includes the final design and
detailing of brick or colored/stamped concrete treatments at intersection locations.
Included are the sidewalk areas behind the curb at intersection returns and ends of
raised medians. CRLA will consider the ADA requirements when developing the
conceptual plans.
E. Decorative Railing/Fence. This task includes the design of a decorative railing or
fence to be located along the new bikeway between Esther Street and Louise Street.
A` COM
Page 3
F. Wayfinding Signing. This task includes the conceptual and final design of special
wayfinding signs along U.S. 63. It is anticipated that special signs will be installed at
the Donald Street and Newell Street intersections.
G. Additional Landscaping Design (Bloswales). This task includes additional special
landscaping design and soil amendment design for the low -impact drainage features
(bioswales).
Task 4. Additional Lighting Design. This task includes additional analysis and design of an
enhanced lighting system beyond the scope and staff -hours included in the original contract.
Included are the evaluation of additional roadway lighting alternatives, final design of the
roadway lighting system and the design of a pedestrian lighting system along portions of the
new sidewalks.
Task 5. ADA Curb Ramp Design. This task includes the design and detailing of ADA -
compliant curb ramps at each intersection In accordance with new requirements from the Iowa
DOT which will become effective in October 2011. Each intersection will require the calculation
of approximately 50 to 60 spot locations, including determination of offsets, elevations, slopes
and comparison to ADA requirements for each section of the curb ramp. This task includes the
preparation of new S -Series detail sheets and a tabulation of sidewalk compliance data for each
curb ramp. It is anticipated that a total of 58 curb ramps will be required on the project.
Task 6. Design Revisions Near Family Dollar Store. This task includes evaluation of
alternative access provisions for the new Family Dollar Store and modifications to the
previously -designed intersections and medians to accommodate the revised access.
Task 7. Delete Retaining Wall Design. This task deletes the remaining portion of Task No.
20 (Retaining Wall Design) from the original scope in Supplemental Agreement No. 3. Due to
the planned removal of Logan School, the retaining wall is no longer necessary. A portion of
Task No. 20 has already been completed; the unfinished portion of this design task will be
deleted from the scope.
Task 8. Additional Protect Meetings. The original project scope included six (6) project
review meetings with the Technical Advisory Committee. This task provides for an additional
eight (8) meetings to be held at the Waterloo City Hall. The Consultant will provide a memo of
each meeting.
Task 9. Additional Project Administration. Thls task includes the additional in-house,
project -related administrative activities associated with the additional services in this
supplemental agreement.
IL TIME OF BEGINNING AND COMPLETION
All work under this Supplemental Agreement No. 6 shall be completed within the schedule
defined in Supplemental Agreement No. 3 which is extended continuously from February 19,
2012, to May 31, 2012.
III. COMPENSATION
The Consultant shall be reimbursed for the actual costs incurred in accordance with Article 3 of
the original Agreement.
ACOM
Page 4
The Estimated Actual Costs, Fixed Fee, Contingency and Maximum Amount Payable for this
supplemental agreement, as stated below and as shown in Attachment A, are integrated with
Supplemental Agreement No. 3 and Supplemental Agreement No. 4.
S.A. No. 3 S.A. No. 4 S.A. No. 6
Estimated Actual Costs $493,300.00 ($70,100.00) $137,000.00
Fixed Fee 55,600.00 ( 9,000.00) 9,800.00
Contingency 45,800.00 ( 7,000.00) (11,700.00)
Maximum Amount Payable $594,700.00 ($86,100.00) $135,100.00
Revised Total
Task 30 Federal -Aid
Estimated Actual Costs ($40,000.00) $520,200.00
Fixed Fee (5,000.00) 51,400.00
Contingency (4,000.00) 23,100.00
Maximum Amount Payable ($49,000.00) $594,700.00
The Estimated Actual Costs, Fixed Fee, Contingency and Maximum Amount Payable for
Task 30 - Sanitary Sewer Replacement Design, as stated below and as shown in Attachment B,
are segregated from the Federal Aid portion of the funding and funded by another source of
funds.
Task 30
Estimated Actual Costs $40,000.00
Fixed Fee 5,000.00
Contingency 4,000.00
Maximum Amount Payable $49,000.00
tV. In ail other aspects, the obligations of the City and Consultant shall remain as specified in the
Professional Services Agreement dated April 3, 2006, and subsequent amendments.
AXOM
Page 5
IN WITNESS WHEREOF, the parties hereto have executed this Supplemental Agreement No. 6 as of
the dates shown below
AECOM TECHNICAL SERVICES, INC.
f-7
By �— �� — Date July 19, 2011
Joe A. Becker
Vice President
CITY OF WTERLOO, IOWA
By
Ernest G. ark
Mayor
IOWA DEPARTMENT OF TRANSPORTATION
ACCEPTED FOR AUTHORIZATION
Date aU l ki ) 07J (
By Date
Robert Welper, P.E.
Local Systems Engineer
District 2
L:lwork ADMIMAGREEISUPPLEISA6Hwy63.doc
Attachment A
U.S. HIGHWAY 63 IMPROVEMENTS
NEWELL STREET TO DONALD STREET
WATERLOO, IOWA
FINAL DESIGN
Cost Analysis
I. Direct Labor Cost (AECOM Technical Services)
Category Hours Rate/Hour Amount
Senior Professional 62 $82.00 $5,084.00
Project Professional 202 $54.80 $11,069.60
Staff Professional 44 $39.20 $1,724.80
Professional 0 $31.00 $0.00
CADD Operator II 232 $2925 $6,786.00
CADD Operator I 144 $20.25 $2,916.00
Senior Technician 0 $31.35
Technician 0 $24.85 $0.00
Project Support 32 $26.30 $841.60 $28,422.00
716
11. Payroll Burden and Overhead Provisional Costs 165.00% $46,896.30
III. Direct Project Expenses
Category Units Rate/Unit Amount;
Mileage 0 0.51 0.00
Per Diem 0 40.00 0.00
Lodging 0 80.00 0.00
BIW Copies 1000 0.06 60.00
Color Copies 200 0.12 24.00
EDM Equipment 0 12.50 0.00
GPS Equipment 0 25.00 0.00
Miscellaneous, Other 100.00 $184.00
IV. Earth Tech Estimated Actual Costs $75,502.30
Rounded $75,500.00
V. Subcontract Expense
Craig Rltland Landscape Architects $50,500.00
Robinson Engineering Company $11,000.00 $61,500.00
VI. Estimated Actual Costs $137,000.00
VII. Fixed Fee $9,800.00
VIII. Contingency ($11,700.00)
AECOM Technical Services (611,700.00)
Craig Ritland Landscape Architects $0.00
Robinson Engineering Company $0.00
IX. Maximum Amount Payable $135,100.00
Attachment B
U.S. HIGHWAY 63 IMPROVEMENTS
NEWELL STREET TO DONALD STREET
WATERLOO, IOWA
FINAL DESIGN MODIFICATION - (SANITARY SEWER DESIGN)
Cost Analysis
I. Direct Labor Cost (AECOM Technical Services)
Category Hours Rate/Hour Amount
Senior Professional 24 $80.00 $1,920.00
Project Professional 118 $53.50 $6,313.00
Staff Professional 32 $37.50 $1,200.00
Professional 0 $30.75 $0.00
CADD Operator 11 96 $28.50 $2,736.00
CADD Operator I 120 $20.20 $2,424.00
Senior Technician 0 $30.60
Technician 0 $22.70 $0.00
Project Support 18 $25.60 $460.80 $15,053.80
408
II. Payroll Burden and Overhead Provisional Costs 1135.00% $24,838.77
III. Direct Project Expenses
Category Units Rate/Unit Amount
Mileage 0 0.5 0.00
Per Diem 0 40.00 0.00
Lodging 0 80.00 0.00
B/W Copies 0 0.06 0.00
Color Copies 0 0.12 0.00
EDM Equipment 0 12.50 0.00
GPS Equipment 0 25.00 0.00
Miscellaneous, Other 120.00
IV. AECOM Technical Services Estimated Actual Costs
Rounded
V. Subcontract Expense
na
na
$120.00
$40,012.57
$40,000.00
$0.00
VI. Estimated Actual Costs $40,000.00
VII. Fixed Fee $5,000.00
VIII. Contingency $4,000.00
AECOM Technical Services $4,000.00
na
IX. Maximum Amount Payable $49,000.00