Fiscal Note
The proposed resolution authorizes a forth amendment to the existing contract (#7809) with Strand Associates, Inc. for additional design engineering services in the amount of $180,290 for the Pleasant View Rd reconstruction from Mineral Point Road to Timber Wolf Trail (Munis #12630). The original contract was adopted via RES-17-00308 (Legistar #46424) on March 21, 2017 in the amount of $1,521,535. The first amendment, adopted via RES-21-00271 (Legistar #64823) on April 20, 2021, added $208,090 to the contract. At the time of approval, the original contract had an estimated cost of $1,522,000 and the first amendment had an estimated cost of $215,000. The second amendment, adopted via RES-22-00277 (Legistar #70579) on April 19, 2022, added $23,900 to the contract. The third amendment did not have a monetary impact. In total, the original contract plus all amendments totals $1,933,815. Funding for the resolution and all amendments is available in Munis #12630. No additional appropriation is required.
Title
Authorizing the Mayor and the City Clerk to execute an Amendment to Contract 7809 between the City of Madison and Strand Associates, Inc. for additional design engineering services for Pleasant View Road reconstruction from Mineral Point Road to Timber Wolf Trail. (District 9)
Body
The City is proposing to reconstruct Pleasant View Road from Mineral Point Road to Timber Wolf Trail and has entered into an agreement with Strand Associates, Inc. for design services (Original: RES-17-00308).
The City Engineer recommends that additional design services be undertaken by Strand Associates. They are:
Revise the following sections of the Scope of Services described under Section 3 as follows:
Preliminary/Environmental:
Item 3.E. Phase 3 (10) is deleted and replaced with the following:
(10) For Final Design, including PS&E Roadway Plans-Phase 3, time and materials not to exceed City of Madison $431,490 (an increase of $180,290) (Increase of 72%).
Item 3.E. (14) is deleted and replaced with the following:
(14) The Contractor’s total cost for all services under this contract shall not exceed $1,933,815 (an increase of $180,290) (Increase of 10%) (increase of 742 hrs.).
Revise the Scope of Services described under Section 2.4 Special Provisions as follows:
B. ENVIRONMENTAL DOCUMENTATION
Item (1) Environmental Assessment is amended to include the following:
(c) Prepare a Re-Evaluation for the Environmental Assessment using the
“Information for Re-Evaluation of Environmental Document Validity Template.”
i. Prepare Section 106 Form Amendment
ii. Communicate with WDNR and USFWS on updated Threatened and Endangered Species list.
iii. Provide updates to DATCP, USACE and Tribes.
G. LOCATING is amended to include the following:
(3) Analysis and design of the Old Sauk Road intersection improvements.
(a) Perform 12-hour intersection traffic count and provide results to the Greater Madison Metropolitan Planning Organization for their use in updating forecasted volumes.
(b) Perform intersection traffic modeling of no-build and build conditions in Synchro for up to two forecasted build years.
(c) Geometric layout and modeling of turn bay improvements, including a review of potential tree impacts resulting from turn bay improvements.
(d) Amend the Section 106 documentation to account for additional parking impacts adjacent to First Lutheran Church.
(e) Update stormwater analysis and pond design to account for the additional impervious areas.
(f) Roadway drawings associated with the mill and overlay of the Old Sauk Road intersection. Nighttime closures of northbound and southbound Pleasant View Road are anticipated to complete the mill and overlay with detours provided. Curb ramp improvements in the median on Pleasant View Road or on the east side of the intersection are not anticipated.
H. SURVEYS is amended to include the following:
(8) Review permits and updated system mapping for utility work completed between 2017 and 2025 within the Phase 3 project limits, and survey the horizontal location of marked utilities for up to four utility facilities that were either moved or added after the initial utility survey.
K. SPECIAL REQUIREMENTS FOR DESIGN is amended to include the following:
(9) Design up to three cross culvert locations based on sizing and invert elevations provided by the CITY.
M. PLATS is amended to include the following:
(10) Review updated title searches provided by the CITY for Phase 3 and update easements.
N. ELECTRONIC DATA SUBMITTAL is amended to include the following:
(1) Convert Phase 3 CAD design and sheet files to Civil3D. Submit electronic data to the CITY in dwg format.
R. PROSECUTION AND PROGRESS
Item (2) FINAL DESIGN Phase 3 is deleted and replaced with the following: FINAL DESIGN Phase 3
Design Study Report (Draft submittal) Winter 2025/2026
Right-of-Way Plat (Draft submittal) Spring 2026
Final P.S.& E. Fall 2028
Construction 2029
Term and Effective Date
Revise the term described under Section 4 as follows:
Change Dec 31, 2023, to Dec 31, 2029 (an extension of 24 months from the Amendment No. 3 completion date of Dec 31, 2027).
Final Design, Including PS&E Roadway Plans - $431,490 (increase of $180,290) (Increase of 72%)
Total - $1,933,815 (increase of $180,290) (Increase of 10%) (increase of 742 hrs.)
NOW, THEREFORE BE IT RESOLVED that the Mayor and City Clerk are hereby authorized to execute an Amendment to the contract between Madison and Strand Associates for additional design engineering services for the Pleasant View Road Project.