Loading...
HomeMy WebLinkAboutAecom Technical Services-7/18/2011 (3)CITY OF WATERLOO DEPARTMENT OF ENGINEERING TRANSMITTAL 715 Mulberry Street Waterloo, IA 50703 DATE:8/8/11 TO: Maria Armstrong Transmitted herewith are: QUANTITY Contract No.790 Antrtt-k 1/6g PROJECT: NHSX-63-6(69)-3H-07 DESCRIPTION Agreement Change Order Contracts and Bonds Engineering Contract Maintenance Bond Plans and Specifications Punch List TV Reports One Original Supplemental Agreement No. 6 One Copy Each Federal Funding Authorization, "Notice -To -Proceed" E-mail n n n n n For your Action For your Approval For your Information For your signature Other El n n A\ Per Your Request Per our Conversation For your review For your Files COMMENTS: Cc: Michelle Weidner w/attachments, Pauline Closson w/attachments, File w/attachments City Engineering Department By. Va. Jeff Bales, Associate Engineer A=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: 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. A=COM 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 (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. II. 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. A=t o m 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 Joe A. Becker Vice President CITY OF WTERLOO, IOWA By Ernest G. ark Mayor IOWA DEPARTMENT OF TRANSPORTATION ACCEPTED FOR AUTHORIZATION By Robert Welper, P.E. Local Systems Engineer District 2 L:\work\AD MI N\AGREE\SUPPLE\SA6 Hwy63.doc Date July 19, 2011 Date cAVj l�/ (%��1 Date _L4 � C/) Attachment A U.S. HIGHWAY 63 IMPROVEMENTS NEWELL STREET TO DONALD STREET WATERLOO, IOWA FINAL DESIGN Cost Analysis 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 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 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 B/W 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 IV. Earth Tech Estimated Actual Costs Rounded V. Subcontract Expense $184.00 $75,502.30 $75,500.00 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 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 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 I IALIO NOSVi Hoy q inr /1psia N011d DISE:U.JO 11131111111claNOB Run Date: 08/30/2010 Run Time 15:40:39 U.S. DEPARTMENT OF TRANSPORTATION FEDERAL HIGHWAY ADMINISTRATION FEDERAL -AID PROJECT MODIFICATION Report: FMISDO6A Page 1 STATE: IOWA PROJECT NO:0636(069) NO: 1 STATE PROJ. NO(S): 3H070636069 DESCRIPTION: U.S. 63/218 North to Donald St. & John Deere Entrance in the city of Waterloo. Preliminary Engineering CLASSIFICATION OF PHASE OF WORK: PENG THE PROJECT AGREEMENT FOR THE ABOVE -REFERENCED PROJECT ENTERED INTO BETWEEN THE UNDERSIGNED PARTIES AND EXECUTED BY THE DIVISION ADMINISTRATOR ON 04/10/2006 IS HEREBY MODIFIED AS FOLLOWS: PROGRAM URBAN/ FORMER AMOUNT REVISED AMOUNT CODE WITH H660 ESTIMATED TOTAL OF PROJECT $1,521,500.00 $1,521,500.00 FEDERAL FUNDS $1,521,500.00 $1,521,500.00 ADV CONSTRUCTION FUNDS $0.00 $0.00 PERCENT FEDERAL SHARE 100.00% 100.00% L680 ESTIMATED TOTAL OF PROJECT $0.00 $395,736.00 FEDERAL FUNDS $0.00 $316,589.00 ADV CONSTRUCTION FUNDS $0.00 $0.00 PERCENT FEDERAL SHARE 80.00% LY20 ESTIMATED TOTAL OF PROJECT $0.00 $198,964.00 FEDERAL FUNDS $0.00 $159,171.00 ADV CONSTRUCTION FUNDS $0.00 $0.00 PERCENT FEDERAL SHARE 80.00% STATE REMARKS: NHSX-63-6(69)-3H-07 - AMEND MOD. #1 - Added L680 & LY20 for SA #3 for final design services only. STIP $316,589(L680) & STIP $481,331(LY20- IA114), Item# 00807. NHSX-63-6(69)-3H-07, FA 100, DEMO IA062, ITEM# 60661, Request for all phases of PE. —DCS DIVISION REMARKS: ALL OTHER TERMS AND CONDITIONS OF THE PROJECT AGREEMENT WILL REMAIN IN FULL FORCE AND EFFECT. DEPARTMENT OF TRANSPORTATION AVAILABLE FUNDS CERTIFIED BY: APPROVAL RECOMMENDED BY: APPROVED AND AUTHORIZED BY: DANIEL C. STOKES DANIEL C. STOKES DANIEL C. STOKES DATE: 07/14/2010 DATE: 07/14/2010 DATE: 07/14/2010 FEDERAL HIGHWAY ADMINISTRATION APPROVAL RECOMMENDED BY: JULIE R. SCHINKEL DATE: 07/15/2010 APPROVED AND AUTHORIZED BY: DIANA L. WATTS DATE: 07/15/2010 MODIFICATION APPROVED BY: THOMAS L. PARHAM DATE: 07/15/2010 JEFF BALES From: JEFF BALES Sent: Monday, July 25, 2011 4:50 PM To: 'Becker, Joe' Cc: 'Lentz, Bob' Subject: Highway 63 Final Design - Supplemental Agreement No. 6/Notice-To- Proceed Joe, Page 1 of 1 Attached is one pdf copy of the fully -signed agreement. As soon as I receive the originals, I will send one original to you. Please consider this e-mail your "Notice -To -Proceed" with work under this Supplemental Agreement No. 6, effective July 25th, 2011. Jeff Bales Associate Engineer City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 319-291-4312 From: Welper, Robert [DOT] [mailto:Robert.Welper@dot.iowa.gov] Sent: Monday, July 25, 2011 3:34 PM To: JEFF BALES Cc: Mohorne, Willie [DOT] Subject: AECOM SA#6 Originals will be returned by mail. Robert A. Welper P.E. District 2 Local Systems Engineer 1420 Fourth Street SE Mason City, IA 50401 (641) 422-9467 8/8/2011