HomeMy WebLinkAboutC23-242 Jviation_eleventh amendmentEGE AIP 070 Ta xiway A Rehab Bidding and CA Page 1 of 2 AMENDMENT NO. ELEVEN (11) TO CONTRACT DATED DECEMBER 6, 2018 BETWEEN JVIATION, A WOOLPERT COMPANY, LLC AND EAGLE COUNTY, COLORADO The Sponsor and the Engineer agree to amend their contract for improvements to the Eagle County Regional Airport, Gypsum, Colorado dated December 6, 2018 to add the additional services and the associated fees identified in the Scope of Work for Eagle County Regional Airport dated, March 6, 2023, attached hereto as Exhibit A-11 and incorporated herein by this reference. NOW THEREFORE, in consideration of the foregoing and the mutual rights and obligations as set forth below, the parties agree as follows: The Original Contract shall be amended to include the following provisions: FEES: The Sponsor agrees to pay the Engineer for the services relating to Taxiway A Rehab Bidding and CA (the “Project”) according to the schedule under Exhibit A-11 in the following manner: PART A - BASIC SERVICES DESIGN Project Coordination ................................................................................................ Lump sum of $91,690.00 Bidding ........................................................................................................................ Lump sum of $27,633.60 TOTAL BASIC SERVICES ................................................................................. Lump sum of $119,323.60 Method of payment shall be as follows: If work is abandoned, or terminated, after obtaining approval by the Sponsor and the FAA of the final construction plans and specifications, the Sponsor shall reimburse up to 100 percent of the total lump sum as listed under PART A, and 100 percent of the invoiced costs for topographic surveys as listed under PART B. The FAA’s federal action is limited to airport layout plan (ALP) approval of only those portions of projects that meet the criteria established in 49 U.S.C. §47107(a)(16)(B), commonly referred to as Section 163(d) of the FAA Reauthorization Act of 2018. If it is determined that the FAA does not have authority over a portion of the project and associated work completed ahead of the determination is no longer FAA eligible, the Sponsor will remain responsible for this portion of the work. PART B - SPECIAL SERVICES The maximum estimated SPECIAL SERVICES engineering is as follows: SUBCONSULTANT SERVICES Quality Assurance Testing – Ground Engineering ............................................. Lump sum of $96,000.00 TOTAL SUBCONSULTANT SERVICES ......................................................... Lump sum of $96,000.00 DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B Page 2 of 2 CONSTRUCTION ADMINISTRATION Construction Administration .................................................................................. Lump sum of $91,355.80 Post Construction Coordination ............................................................................ Lump sum of $67,770.60 TOTAL CONSTRUCTION ADMINISTRATION ....................................... Lump sum of $159,126.40 CONSTRUCTION COORDINATION AND FIXED FEE On-Site Construction Coordination…………………………………..………Cost Plus of $528,413.05 Fixed Fee for On-Site Construction Coordination…………………………….Lump Sum of $105,500.00 On-Site Construction Survey Coordination….……………………..…………Cost Plus of $8,252.22 Fixed Fee for On-Site Construction Survey Coordination……………………..Lump Sum of $1,500.00 REIMBURSABLE COSTS Reimbursable Costs During Construction Coordination………….Actuals Not to Exceed of $97,636.30 Reimbursable Costs During On-Site Construction Survey Coordination……………………………. …………………………………………………………………Actuals Not to Exceed of $4,224.60 TOTAL CONSTRUCTION COORDINATION AND FIXED FEE……………………...$745,526.17 TOTAL SPECIAL SERVICES…………………………………………………………...$1,000,652.57 TOTAL ............................................................................................................................................ $1,119,976.17 Method of payment shall be as follows: Fo r services rendered under PART B - SPECIAL SERVICES, the Sponsor agrees to make monthly payments based upon the work performed by the Engineer, up to 90 percent of the total contract. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have been completed, and when reproducible Record Drawings have been submitted to the Sponsor and when the revised Airport Layout Plan has been approved by the FAA or when the construction work has terminated. The Record Drawings and Construction Report shall be submitted within a period of 90 days from end of construction period. All other terms and conditions of the original contract shall remain in effect. IN WITNESS WHEREOF, the parties hereto have affixed their signatures this ___________________ day of 2023. SPONSOR: ENGINEER: Eagle County, Colorado Jviation, A Woolpert Company, LLC By: By: Name: Name: Jason Virzi, PE Title: Title: Vice President DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B July Kathy Chandler-Henry 25 Chair, Eagle County Commissioners EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 1 of 13 REV 2022.04 SCOPE OF WORK FOR EAGLE COUNTY REGIONAL AIRPORT Gypsum, CO AIP Project No. AIP-3-08-0020-070-2023 Taxiway A Rehabilitation (Bidding and Construction Administration) This is an Appendix attached to, made a part of and incorporated by reference with the Consulting Contract dated December 6, 2018 between Eagle County, Colorado and Jviation, a Woolpert Company for providing professional services. For the remainder of this scope the Eagle County Regional Airport Airport is indicated as "Sponsor" and Jviation, a Woolpert Company is indicated as "Engineer." The construction budget for this project is approximately $14,000,000.00. This budget does not include administrative, legal, or professional fees. This project shall consist of Bidding, Construction Administration, Post-Construction Coordination, On-Site Construction Coordination, and On-Site Construction Survey for the Taxiway A Rehabilitation Project. This scope of work is for the consulting services provided by the Engineer for the Sponsor. See Exhibit No. 1 below for the project location. EXHIBIT NO. 1 DESCRIPTION This project consists of the construction of the Taxiway A and connector taxiways rehabilitation project. The project limits include the full length of Taxiway A from Taxiway A1 on the east end to Taxiway A7 on the west end, as well as all the connector taxiways to previous rehabilitation limits. The proposed project will consist of the construction of a partial depth pavement rehabilitation. The existing asphalt pavement is showing signs of distress and is creating foreign object debris (FOD) which is hazardous to aircraft and airport users. The improvements to the existing taxiway and connector taxiways pavement areas are necessary to improve safety at the airport and increase the useful life of these pavements. Paved shoulders at 7.5-feet-wide will also be added to the Taxiway A system. Improvements to the taxiway edge lighting system, airfield guidance signs, and a new underdrain system will be included with this project. Also included in this project is four Non-Federal schedules of work which are as follows: Schedule II - Hangar Apron Area and Taxiway B4 Rehabilitation, Schedule III - Long Term Parking Lot Rehabilitation, Schedule IV - Construct Snow Storage Area, and Schedule V - Widen Taxilane. DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 2 of 13 REV 2022.04 The engineering fees for this project will be broken into two parts. Part A-Basic Services includes; 1) Project Coordination Phase, 2) Bidding Phase, and Reimbursable Costs During Project Coordination and Bidding and Part B-Special Services, which includes; 3) Construction Administration Phase, 4) Post Construction Coordination Phase, 5) On-Site Construction Coordination Phase or Field Engineering, 6) On- Site Construction Survey Phase, and Reimbursable Costs During Construction and Survey. Additional construction services that will be completed by subconsultants to the Engineer, including quality assurance testing during construction, will be included under Part B-Special Services. Parts A and B and the five phases are described in more detail below. PART A - BASIC SERVICES consists of the Project Coordination Phase and Bidding Phase invoiced on a lump sum basis. 1.0 Project Coordination Phase 1.01 Coordinate and Attend Meetings with the Sponsor and FAA. Meetings with the Sponsor and the FAA will take place to determine critical project dates, establish the proposed construction schedule, review environmental component(s) and determine the feasibility of the proposed project. Various meetings during the preliminary project coordination phase will also be conducted to review the progress of construction, discuss construction details and proposed time frame of construction and identify any special requirements for the project. It is anticipated that there will be up to three meetings with the Sponsor and/or the FAA throughout the course of the the project coordination phase. 1.02 Prepare Project Scope of Work and Contract. This task includes establishing the scope of work through meetings outlined above. Fees will be negotiated with the Sponsor and may be subject to an independent fee estimate conducted by a third party hired by the Sponsor. This task also includes drafting the contract for the work to be completed by the Engineer for the Sponsor once negotiations are complete. 1.03 Provide Project Coordination. The Engineer shall provide project management and coordination services to ensure the completion of construction. These duties include: · Time the Engineer spends planning, organizing, securing and scheduling resources, and providing instruction to staff to meet project objectives as defined in the approved scope of work. · The Engineer will analyze the budget semi-monthly to ensure budget and staffing needs are on track to meet construction schedules within budget. · Additional items to be accomplished include compiling and sending additional information requested from the office to related parties, maintaining project files as necessary and other items necessary in day-to-day project coordination. · The Engineer will prepare and submit monthly invoicing. The Engineer will complete the following tasks: · Provide the Sponsor with a monthly Project Status Report (PSR), in writing, reporting on Engineer's progress and any problems that may arise while performing the work. The PSR must include an update of the project schedule, as described in this section, when schedule changes are expected. DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 3 of 13 REV 2022.04 1.04 Prepare State Grant Application. This task consists of preparing the state grant application. Preparation of the application includes the following: · Prepare state grant application on the CDOT Aeronautics website. · Prepare Project Financial Information. · Prepare Project Sketch (11" x 17"). The completed grant application will be saved on the CDOT Aeronautics website for the Sponsor to review. Once the Sponsor approves the grant application, the Sponsor will submit the grant application on the CDOT Aeronautics website. 1.05 Prepare Federal Grant Application. This task consists of preparing the federal grant application. The application will be submitted during the initial portion of the project. Preparation of the application includes the following: · Prepare Federal 424 form. · Prepare Federal Form 5100 II thru IV. · Prepare project funding summary. · Prepare program narrative, discussing the purpose and need of the work and the method of accomplishment. · Project sketch (8.5" x 11"). · Include preliminary cost estimate. · Include the existing Exhibit "A" Property Map. · Include the Sponsor's certifications. · Attach the current grant assurances. · Include DOT Title VI assurances. · Include certification for contract, grants and cooperative agreements. · Include Title VI pre-award checklist. · Include current FAA advisory circulars required for use in AIP funded projects. · Airport Layout Plan (ALP). The Engineer shall submit the grant application to the Sponsor for approval and signatures. After obtaining the necessary signatures, the Sponsor or Engineer shall forward a copy of the signed application to the FAA for further processing. 1.06 Prepare Disadvantaged Business Enterprise (DBE) Program and Goal. Not Applicable. The Sponsor has an established Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation (DOT), 49 CFR Part 26. The Sponsor has a three-year DBE goal that was updated in March 2022 and the DBE goal included the construction of this project. 1.07 Prepare Environmental Documentation. Not Applicable. The CATEX prepared and approved under the design project (AIP No. 3-08-0020-064-2020) will still be valid for this construction project. 1.08 Select Design Elements. This task includes revising the project documents to include 7.5-foot-wide paved shoulders on both the north and south sides of Taxiway A and connector taxiways. The project documents were prepared with the original design to include 12-foot-wide paved shoulders. The FAA required the width of the paved shoulders to be reduced so the overall width of the Taxiway A pavement section and paved shoulders is 90-feet-wide. The changes to the project documents include revisions to DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 4 of 13 REV 2022.04 the construction drawings, proposed design surface, quantities, estimate of probably construction cost, Engineer’s Design Report, Construction Safety and Phasing Plan (CSPP), and Contract Documents. TASK 1 DELIVERABLES TO FAA/STATE TO SPONSOR 1.02 Scope of Work and Draft Contract for the Sponsor   1.03 Monthly Invoice and Monthly PSR   1.04 State Grant Application  1.05 Federal Grant Application   TASK 1 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 1.02 Prepare Project Scope of Work and Contract · Denver, CO/Gypsum, CO One (1) Project Manager and one (1) Project Engineer Assume One (1) hour via teleconference (2 meetings) 1.08 Select Design Element discussions with the Sponsor and FAA · Denver, CO/Gypsum, CO One (1) Principal, one (1) Project Manager, and one (1) Project Engineer · Assume One (1) hour via teleconference (3 meetings) 2.0 Bidding Phase 2.01 Provide Bid Assistance. The Engineer will assist the Sponsor, as needed, with the preparation of any required bidding documents. Included as part of this task, the Engineer will prepare a legal advertisement for publication in two (2) newspapers (or other form of regularly published print media) as a solicitation for bids. Additionally, the Engineer will advertise the project Invitation for Bids on their website and directly notify potential contractors and plan rooms in order to maximize project exposure and generate interest in the project. The Engineer will coordinate payment for the project advertisement(s) and request reimbursement from the Sponsor as a pass-through cost during invoicing. 2.02 Prepare/Conduct Pre-Bid Meeting. The Engineer will conduct the pre-bid meeting and pre-bid site visit in sequence with the Sponsor and contract document requirements. As a part of this meeting, the Engineer will also discuss the environmental plan sheet, surveyed areas, and environmental commitments. 2.03 Prepare Addenda. Any necessary addenda will be issued to clarify and modify the project, as required, and based on questions or comments that may arise from potential contractors during the bidding process. Any necessary addenda will be reviewed with the Sponsor and FAA prior to being issued. The addenda will meet all design and construction standards, as required. 2.04 Consult with Prospective Bidders. During the bidding process, the Engineer shall be available to clarify bidding issues with contractors and suppliers and for consultation with the various entities associated with the project. 2.05 Attend Bid Opening. The Engineer shall attend the bid opening for the project, which will be conducted by the Sponsor. DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 5 of 13 REV 2022.04 2.06 Review Bid Proposals. Upon the opening of submitted bid proposals by the Sponsor, the Engineer shall review all the bid proposals submitted. A cost analysis of the bid prices will be completed and tabulated; the contractor's qualifications to perform the work will be included, including review of suspension and debarment rules on the www.Sam.gov website, verification of proposed DBE subcontractors, Buy American compliance analysis/review, and project funding review. Inclusion of bid guarantee, acknowledgment of addenda, and in-state licensure verification shall be completed. 2.07 Prepare Recommendation of Award. The Engineer shall prepare a Recommendation of Award for the Sponsor to accept or reject the bids received with a summary of the items listed in Task 2.06. If rejection is recommended, the Engineer will supply an explanation for their recommendation and possible alternative actions the Sponsor can pursue to complete the project. TASK 2 DELIVERABLES TO FAA/STATE TO SPONSOR 2.01 Required Bidding Documents   2.02 Pre-Bid Meeting Agenda and Pre-Bid Meeting Minutes   2.03 Addenda   2.06 Bid Tabulations   2.07 Recommendation of Award  TASK 2 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 2.02 Prepare/Conduct Pre-Bid Meeting · Gypsum, CO One (1) Project Manager, one (1) Project Engineer, and one (1) Construction Manager Assume full day site visit (1 site visit) Assume travel to/from Denver, CO to Gypsum, CO 2.05 Attend Bid Opening · Gypsum, CO One (1) Project Manager and one (1) Project Engineer Assume full day site visit (1 site visit) Assume travel to/from Denver, CO to Gypsum, CO EX Reimbursable Costs During Project Coordination and Bidding This section includes reimbursable items such as auto rental, mileage, lodging, per diem and other miscellaneous expenses incurred in order to complete Part A – Basic Services. PART B - SPECIAL SERVICES consists of the construction administration phase, post construction coordination phase (invoiced on a lump sum basis), on-site construction coordination phase and on-site construction survey phase (invoiced on a cost plus fixed fee basis). Also included are direct subcontract costs for quality assurance testing verification during construction. 3.0 Construction Administration Phase 3.01 Prepare Construction Contract and Documents. In agreement with the FAA, the Engineer shall prepare the Notice of Award, Notice to Proceed, and Contract Agreements, including bonds and insurance documents, which will be updated to include all addenda items issued during bidding, for the Sponsor's approval and signatures. Approximately five copies will be submitted to the successful Contractor for their signatures. The Engineer will ensure the construction contracts are in order, the bonds have been completed, and the DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 6 of 13 REV 2022.04 Contractor has been provided with adequate copies of the Construction Plans, Specifications, and Contract Documents, which will be updated to include all addenda items issued during bidding. 3.02 Provide Project Coordination. The Engineer shall provide project management and coordination services to ensure the completion of all construction management tasks required of the Engineer. These duties include: · Time the Engineer spends planning, organizing, securing and scheduling resources, and providing instruction to staff to meet project objectives as defined in the approved scope of work. · Additional items to be accomplished include compiling and sending additional information requested from the office to related parties, maintaining project files as necessary and other items necessary in day-to-day project coordination. · The Project Manager will review progress reports weekly and monthly. · Assist with change orders and supplemental agreements as necessary. All change orders and supplemental agreements will be coordinated with the Sponsor and FAA staff prior to execution. All change orders and supplemental agreements will be prepared in accordance with the FAA Standard Operating Procedure (SOP) 7.0, Airport Improvement Program Construction Project Change Orders. · Clerical staff shall prepare the quantity sheets, testing sheets, construction report format, etc. · Office engineering staff, CAD personnel and clerical staff shall be required to assist the Field Personnel as necessary during construction. Specific tasks to be accomplished include providing secondary engineering opinions on issues arising during construction, maintaining project files as necessary and various other tasks necessary in the day-to-day operations. · The Engineer will prepare and submit monthly invoicing. The Engineer will complete the following tasks: · Provide the Sponsor with a monthly Project Status Report (PSR), in writing, reporting on Engineer's progress and any problems that may arise while performing the work. The PSR must include an update of the project schedule, as described in this section, when schedule changes are expected. · Prepare quarterly performance reports. 3.03 Review Environmental Documentation. This task includes the review of the overall environmental exhibit in relation to final construction documents as well as coordination throughout construction to ensure environmental commitments are maintained and environmental resources are protected. 3.04 Coordinate Quality Assurance Testing. This task includes preparing the requirements for quality assurance testing. Negotiating with the quality assurance firm for a cost to perform the work is also included in this task. 3.05 Assist with FAA Safety Risk Management. The Engineer will assist the Sponsor at the FAA Safety Risk Management (SRM) meetings. The Engineer will assist with developing, reviewing and determining final recommendations for potential safety risks associated with the project. The Engineer will also assist with the close-out of the SRM report, including updating the plans and contract documents as determined necessary through the SRM process. 3.06 Prepare/Conduct Pre-Construction Meeting. The Engineer will conduct a pre-construction meeting to review FAA requirements as required per FAA AC 150/5370-12 (Current Edition), Quality Management DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 7 of 13 REV 2022.04 for Federally Funded Airport Construction Projects, prior to the commencement of construction. As a part of this meeting, the Engineer will also discuss the environmental plan sheet, surveyed areas, and environmental commitments. The meeting will be held at the airport and will include the Sponsor, FAA (if possible), Contractor, subcontractors and airport tenants affected by the project. 3.07 Prepare/Submit Construction Management Plan. This task includes preparing and submitting the Construction Management Plan, which includes resumes of project personnel representing the stakeholders, detailed inspection procedures, required submittal processes, quality control testing methods, quality assurance testing methods, final test result summary forms, and the Contractor's Quality Control Program (CQCP). The Construction Management Plan shall be prepared to follow the requirements of FAA AC 150/5370-12 (Current Edition), Quality Management for Federally Funded Projects. 3.08 Review Contractor's Safety Plan Compliance Document. This task includes reviewing and providing comments on the Contractor's Safety Plan Compliance Document (SPCD) as required per FAA AC 150/5370-2 (Current Edition), Operational Safety on Airports During Construction. The Engineer shall review to ensure that all applicable construction safety items are addressed and meet the requirements of AC 150/5370-2 (Current Edition) and the Contract’s Construction Safety and Phasing Plan (CSPP). The intent of the SPCD is to detail how the Contractor will comply with the CSPP. Following award of the project to the successful Contractor and prior to the issuance of the Notice to Proceed, the Engineer will review the SPCD, provide comments and ultimately approval of the document. It is anticipated that the document will require at least one re-submittal by the Contractor to address any missing information. The SPCD will be submitted to the Engineer for approval at least 14 days prior to the issuance of the Notice to Proceed to the Contractor. An approved copy of the SPCD shall be provided to the FAA. 3.09 Prepare Requests for Reimbursement. This task includes preparing the FAA Standard Form 271 for Sponsor reimbursement of eligible expenses incurred on a monthly basis. The Engineer will submit the completed form along with appropriate supporting documentation to the Sponsor for review and approval. Upon approval, the Engineer or the Sponsor will submit the completed forms and supporting documentation to the FAA for reimbursement. It is estimated there will be three RFRs for expenses incurred during the construction and closeout phase of the project. 3.10 Perform Site Visits During Construction. The Project Manager shall make on-site visits, as required, throughout the duration of the project. As of now, it is estimated that the Project Manager will be required to make a minimum of four site visits to the project. TASK 3 DELIVERABLES TO FAA/STATE TO SPONSOR 3.01 Issue Construction Plans, Specifications, and Contract Documents   3.01 Notice of Award, Notice to Proceed, and Contract Agreement   3.02 Change Orders/Supplemental Agreements   3.02 Monthly Invoice and Monthly PSR   3.02 Pay Request Review Documentation  3.02 Quarterly Performance Reports   3.02 Weekly/Monthly Reports   3.05 Assist with SRM Meeting Minutes and Documents   3.06 Pre-Construction Agenda and Meeting Minutes   3.07 Construction Management Plan   3.08 Review and Approval of SPCD and Final SPCD  3.09 Request for Reimbursement  DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 8 of 13 REV 2022.04 TASK 3 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 3.05 FAA Safety Risk Management Meeting · Gypsum, CO One (1) Project Manager, one (1) Construction Manager, and one (1) Field Engineer Assume full day site visit (1 meeting) Assume travel to/from Denver, CO to Gypsum, CO 3.06 Conduct Pre-Construction Meeting · Gypsum, CO One (1) Project Manager, one (1) Construction Manager, and one (1) Field Engineer Assume full day site visit (1 site visit) Assume travel to/from Denver, CO to Gypsum, CO 3.10 Perform Site Visits During Construction · Gypsum, CO One (1) Project Manager Assume full day site visit (4 site visits) Assume travel to/from Denver, CO to Gypsum, CO 4.0 Post Construction Coordination Phase 4.01 Prepare Final Testing Report. The Engineer will submit the quality assurance testing summary report, which will include a narrative of tests taken, verification for minimum number of tests, discussion of problems and tests necessary, and a table (from Construction Management Plan) including the actual number of tests taken for each specification item to the FAA for review and approval. 4.02 Prepare Clean-up Item List. The Engineer will ensure the Contractor has removed all construction equipment and construction debris from the airport, that all access points have been re-secured (fences repaired, gates closed and locked, keys returned, etc.) and the site is clean. 4.03 Conduct Final Inspection. The Engineer, along with the Sponsor and FAA (if available), shall conduct the final inspection. The quality assurance testing summary report must be accepted by the FAA prior to final inspection. 4.04 Prepare Engineering Record Drawings. The Engineer will prepare the record drawings indicating modifications made during construction. The recorded drawings will be provided to the FAA electronically. 4.05 Prepare Final Construction Report. The Engineer will prepare the final construction report to meet the applicable FAA closeout checklist requirements. 4.06 Prepare DBE Uniform Report. The Engineer will prepare the Uniform Report of DBE Awards or Commitments and Payments (DBE Uniform Report) for the Sponsor to submit to the FAA. 4.07 Update and Modify Airport Layout Plan (ALP). The Engineer will review and update the ALP to reflect the work completed for this project. A draft version of each sheet will be submitted to the ADO for review. Upon approval by the FAA, the Engineer shall assist the Sponsor in preparing copies for signature of the revised sheets and submitting to the FAA for final approval. 4.08 Summarize Project Costs. The Engineer will be required to obtain all administrative expenses, engineering fees and costs, testing costs, and construction costs associated with the project and assemble a total project summary. The summary will be analyzed with the associated project funding. DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 9 of 13 REV 2022.04 TASK 4 DELIVERABLES TO FAA/STATE TO SPONSOR 4.01 Final Testing Report   4.02 Clean-up List   4.03 Punchlists   4.04 Record Drawings   4.05 Final Construction Report   4.06 DBE Uniform Report   4.07 Updated ALP   4.08 Project Cost Summary  TASK 4 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 4.03 Conduct Final Inspection · Gypsum, CO One (1) Project Manager, one (1) Project Engineer, and two (2) Construction Managers Assume full day site visit (1 site visit) Assume travel to/from Denver, CO to Gypsum, CO 5.0 On-Site Construction Coordination Phase This phase will consist of providing one full time Construction Manager, supported by two full-time Field Engineers. It shall be the responsibility of the Construction Manager to facilitate sufficient on-site construction coordination to ensure that the project is completed according to good construction practice and the Project Manager's direction. It is estimated that it will take 108 calendar days to complete construction of the project. Incidental travel costs, including vehicle usage, mileage, lodging, per diem, etc., are in addition to the engineering hours expended. 5.01 Provide Resident Engineering. The Construction Manager will work approximately 12 hours per day and the two full-time Field Engineers will be on-site approximately 12 hours per day. The project will require night work when construction activities are completed within the runway safety area. It is assumed that the Construction Manager and Field Engineers will be able to complete all daily project documentation in the course of their shift and that total on-site inspection time is anticipated to be 108 calendar days. It is assumed that the Contractor will work six (6) days a week during the construction period resulting in 93 working days. The following tasks will be performed during the course of a typical day's shift during construction: a. Per FAA AC 150/5370-10 (Current Edition), Standard Specifications for Construction of Airports, the FAA requires a quality assurance and quality control workshop when paving operations are anticipated to be greater than $500,000. The Engineer will attend the workshop, which will be conducted by the Contractor, to review project and FAA requirements prior to the commencement of construction. The location of the meeting will be coordinated by the Engineer and Contractor and will include representatives from the Sponsor, Engineer, FAA (if possible), Contractor, subcontractors, quality assurance, quality control and any other necessary parties. Paving operations will not be permitted prior to this meeting's occurrence. Other meetings may be required to resolve specific material quality, production and/or placement issues. b. Review construction submittals, including shop drawings and materials proposed for use on the project, submitted by the Contractor for conformance with the project's Contract Documents. Submittals will either be approved, conditionally approved, or rejected and returned to the Contractor for their records and/or to make changes or revisions. The Engineer will prepare and DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 10 of 13 REV 2022.04 maintain a submittal register to log the submittals received. The submittal register will include information on the submitted items including date received, date returned, and action taken, and will be made available to the Sponsor and Contractor upon request. c. Review copies of the survey data and other construction tasks for general compliance with the construction documents. d. Coordinate, review and provide a response to construction and general project Request for Information (RFIs). e. Prepare and process change orders. f. Conduct employee interviews and review Contractor's and subcontractor's weekly payroll records as required by the FAA. As part of this effort, all payrolls must be reviewed and logged when received. A log identifying current status of reviews and any action taken to correct noted discrepancies, will be provided for Sponsor review at time of Request for Reimbursement processing, as appropriate. g. Review quality control and quality assurance testing results for conformance with the project specifications. h. Maintain record of the progress of construction and review the quantity records with the Contractor on a periodic basis. i. Prepare the periodic cost estimates and review the quantities with the Contractor. The Engineer, Sponsor and Contractor will resolve discrepancies or disagreements with the Contractor's records. The periodic cost estimate will also include all other costs associated with the project (administrative costs, engineering, any miscellaneous costs). After compiling all costs, the Engineer will then submit the periodic cost estimate to the Sponsor for payment. j. Maintain daily logs of the construction activities for the duration of time on site which includes the Construction Project Daily Inspection Checklist as required by the CSPP and SPCD. Verify that restricted areas, roads, staging areas, stockpiles, borrow/waste areas, etc. are all remaining within the areas cleared under environmental documentation. k. Verify that restricted areas, roads, staging areas, stockpiles, borrow/waste areas, etc. are all remaining within the areas cleared under environmental documentation. l. Prepare a weekly status report using the FAA's standard form. The report will be submitted to the Sponsor, the FAA and the office following the week of actual construction activities performed. m. Review payments to subcontractors and ensure timely payment of retainage to subcontractors when payment to the Contractor is made as required by the DBE Program. TASK 5 DELIVERABLES TO FAA/STATE TO SPONSOR 5.01a Coordinate and Attend Quality Assurance/Quality Control Workshop   5.01b Coordinate Submittal Reviews  5.01d Coordinate RFIs  5.01e Change Orders   5.01f Payroll Reviews  5.01g Quality Assurance/Quality Controls Results Compilation   5.01i Periodic Cost Estimates   5.01l Weekly Reports   6.0 On-Site Construction Survey Phase 6.01 Provide Construction Survey Control. Prior to the beginning of construction, the Surveyor will verify existing project control and move/set additional control outside of grading limits to control the project. Project control will be tied to existing airport control points and updated positions will be provided to the DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 11 of 13 REV 2022.04 Contractor for use during the project. If additional project control is required, the Surveyor will provide the control. Surveying will be performed under the direct supervision of a state-licensed Professional Land Surveyor. 6.02 Provide Project Reference Staking. Prior to the beginning of construction, the Surveyor will install reference hubs and lath every 200 feet along the project corridor. Staking will show project stationing only and shall not be used as vertical control. It is the responsibility of the Contractor to maintain the reference staking throughout the project. Surveying will be performed under the direct supervision of a state-licensed Professional Land Surveyor. TASK 6 DELIVERABLES TO FAA/STATE TO SPONSOR 6.01 Provide Survey Control Report  TASK 6 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 6.01 Provide Survey Control · Gypsum, CO One (1) Survey Manager Assume full day site visit (1 site visits) Assume travel to/from Denver, CO to Gypsum, CO 6.02 Provide Project Reference Staking · Gypsum, CO One (1) Survey Manager Assume full day site visit (6 site visits) Assume travel to/from Denver, CO to Gypsum, CO EX Reimbursable Costs During Survey and Construction This section includes reimbursable items such as auto rental, mileage, lodging, per diem, travel and other miscellaneous costs incurred in order to complete Part B – Special Services. Sections 3 and 4 Reimbursables are invoiced on a lump sum basis and Sections 5 and 6 Reimbursables are invoiced on a cost plus fixed fee basis. Special Considerations The following special considerations are required for this project, but will be completed by subconsultants to the Engineer. The cost for this work will be included in the engineering contract agreement with the Sponsor and the costs are in addition to the engineering fees outlined above. Quality Assurance Testing. Quality assurance testing will be performed by an independent testing firm under the direct supervision of the Engineer. All quality assurance test summaries must be accepted by the FAA prior to final inspection. Certified materials technicians will perform the necessary material quality assurance testing for the following items, as detailed in the project specifications: · Item P-152 Excavation and Embankment · Item P-153 Controlled Low-Strength Material (CLSM) · Item P-154 Subbase Course · Item P-209 Crushed Aggregate Base Course · Item P-401 Plant Mix Bituminous Pavements · Item P-610 Structural Portland Cement Concrete DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 12 of 13 REV 2022.04 Assumptions The scope of services described previously, and the associated fees, are based on the following rates and assumed responsibilities of the Engineer and Sponsor. 1. For the purposes of estimating the amount of reimbursable expenses which will be incurred by the Engineer, the cost of mileage is calculated in accordance with the current IRS rate and per diem and lodging are calculated in accordance with applicable, current GSA rates. The actual amounts to be invoiced for mileage and per diem will be in accordance with the applicable, published IRS and GSA rates at the time of service and may vary from the rates used in the fee estimate. Lodging will be invoiced as an actual expense incurred. 2. It is anticipated there will be a minimum number of trips and site visits to the airport to facilitate the completion of the various phases listed in this scope. The number of trips, as well as the anticipated lengths and details of the trips, are included at the end of each phase above. 3. The Sponsor will coordinate with tenants as required to facilitate field evaluations and construction. 4. All engineering work will be performed using accepted engineering principles and practices and provide quality products that meet or exceed industry standards. Dimensional criteria will be in accordance with FAA AC 150/5300-13 (Current Edition), Airport Design, and related circulars. Construction specifications will be in accordance with FAA AC 150/5370-10 (Current Edition), Standard Specifications for Construction of Airports, and the Northwest Mountain Region’s Regional Updates for Specifying Construction of Airports and related circulars. Project planning, design, and construction will further conform to all applicable standards, including all applicable current FAA Advisory Circulars and Orders required for use in AIP- funded projects and other national, state, or local regulations and standards, as identified and relevant to an airfield design and construction project. 5. The Engineer must maintain records of design analyses and calculations consistent with typical industry standards, as required by the FAA, for a period of three years after the project is closed by the FAA. 6. Because the Engineer has no control over the cost of construction-related labor, materials, or equipment, the Engineer's opinions of probable construction costs will be made on the basis of experience and qualifications as a practitioner of his/her profession. The Engineer does not guarantee that proposals for construction, construction bids, or actual project construction costs will not vary from Engineer's estimates of construction cost. Additional Services The following items are not included under this agreement but will be considered as extra work: a. Redesign for the Sponsor's convenience or due to changed conditions after previous alternate direction and/or approval. b. Submittals or deliverables in addition to those listed herein. c. If a project audit occurs, the Engineer is prepared to assist the Sponsor in gathering and preparing the required materials for the audit. DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B EAGLE COUNTY REGIONAL AIRPORT AIP Project No. AIP-3-08-0020-070-2023 EGE - Taxiway A Rehabilitation (Bidding and CA) March 6, 2023 Page 13 of 13 REV 2022.04 d. Serving as an expert witness for the Owner in any litigation, surety claim, contractor bond activation, or other proceeding involving the project. e. Additional or extended services during construction made necessary by extension of contract time, non-concurrent work, or changes in the work. f. Legal, surety, or insurance support, coordination, and representation. Extra Work will be as directed by the Sponsor in writing for an additional fee as agreed upon by the Sponsor and the Engineer. DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B AIP/PROJ. NO.:PROJECT NAME: FEE BREAKDOWN LABOR HOUR BREAKDOWNLabor CategoryTotal CostPractice Operations LeaderEngineer Project Mgr IVConstruction Manager IVEng Designer IIIEngineer in Training IIEngineer II Engineering Techn IIIEngineer Project Mgr IVEngineer in Training IProject Coordinator IIProject Billing Analyst IIPhase Item Costs1.0 Project Coordination Phase (Lump Sum) 1.0 Project Coordination Phase (Lump Sum)Civil PM Civil EIT Electical PM Electrical EITPractice Operations Leader 12 hrs. x305.00$ /hr = 3,660.00$ 1.01 2 8 243,910.00$ Engineer Project Mgr IV 80 hrs. x275.00$ /hr = 22,000.00$ 1.02 2 4 82,990.00$ Construction Manager IV 10 hrs. x230.00$ /hr = 2,300.00$ 1.03 4 4016 214,990.00$ Eng Designer III 80 hrs. x215.00$ /hr = 17,200.00$ 1.04 2550.00$ Engineer in Training II 112 hrs. x160.00$ /hr = 17,920.00$ 1.05 2 4 82,270.00$ Engineer II 40 hrs. x180.00$ /hr = 7,200.00$ 1.06Engineering Techn III 100 hrs. x145.00$ /hr = 14,500.00$ 1.07Engineer Project Mgr IV 12 hrs. x275.00$ /hr = 3,300.00$ 1.08 4 248 80 80 40 100 12 1666,980.00$ Engineer in Training I 16 hrs. x145.00$ /hr = 2,320.00$ -$ Project Coordinator II 8 hrs. x135.00$ /hr = 1,080.00$ -$ Project Billing Analyst II 2 hrs. x105.00$ /hr = 210.00$ -$ -$ SUBTOTAL 472hrs.91,690.00$ -$ -$ Reimbursables-$ Day x 85.00$ /Day=-$ -$ Mi x 0.655$ /Mi=-$ -$ Day x 240.00$ /Day=-$ -$ Per Diem Day x 79.00$ /Day=-$ -$ Travel & Airline Costs Trip x 500.00$ /Trip=-$ -$ -$ -$ -$ 91,690.00$ TOTALS12 80 10 80 112 40 100 12 16 8 291,690.00$ Labor CategoryTotal CostPractice Operations LeaderEngineer Project Mgr IVConstruction Manager IVEngineer in Training IIProject Coordinator IIEngineer Project Mgr IVPhase Item Costs2.0 Bidding Phase (Lump Sum) 2.0 Bidding Phase (Lump Sum)Civil PM Civil EIT Electrical PM1 hrs. x305.00$ /hr = 305.00$ 2.01 42 4 42,740.00$ 50 hrs. x275.00$ /hr = 13,750.00$ 2.02 12 8 127,060.00$ 18 hrs. x230.00$ /hr = 4,140.00$ 2.03 8 83,480.00$ 48 hrs. x160.00$ /hr = 7,680.00$ 2.04 2 8 423,580.00$ 4 hrs. x135.00$ /hr = 540.00$ 2.05 16 85,680.00$ 2 hrs. x275.00$ /hr = 550.00$ 2.06 482,380.00$ 2.07 1 4 42,045.00$ SUBTOTAL 123hrs.26,965.00$ -$ -$ Reimbursables-$ 2 Day x 85.00$ /Day= 170.00$ -$ 520 Mi x 0.655$ /Mi= 340.60$ -$ Day x 240.00$ /Day=-$ -$ Per Diem 2 Day x 79.00$ /Day= 158.00$ -$ Travel & Airline Costs Trip x 500.00$ /Trip=-$ -$ 668.60$ -$ -$ 27,633.60$ TOTALS1 50 18 48 4 2 0 0 0 0 026,965.00$ Labor CategoryTotal CostPractice Operations LeaderEngineer Project Mgr IVConstruction Manager IVEngineer in Training IIProject Coordinator IIProject Billing Analyst IIPlanner III Engineering Techn III Phase Item Costs3.0 Construction Administration Phase (Lump Sum) 3.0 Construction Administration Phase (Lump Sum)Civil PM Civil EIT8 hrs. x 305.00$ /hr = 2,440.00$ 3.01 4 8 83,540.00$ 156 hrs. x 275.00$ /hr = 42,900.00$ 3.02 4 80 80 12 8 839,640.00$ 62 hrs. x 230.00$ /hr = 14,260.00$ 3.03 2 2 2 21,810.00$ 148 hrs. x 160.00$ /hr = 23,680.00$ 3.04 2 4 2 22,060.00$ 18 hrs. x 135.00$ /hr = 2,430.00$ 3.05 4 12 12 129,200.00$ 8 hrs. x 105.00$ /hr = 840.00$ 3.06 12 12 127,980.00$ 2 hrs. x 240.00$ /hr = 480.00$ 3.07 4 24 169,180.00$ 16 hrs. x 145.00$ /hr = 2,320.00$ 3.08 8 83,120.00$ 3.09 8 8 44,020.00$ 3.10 328,800.00$ SUBTOTAL 418hrs.89,350.00$ -$ -$ Reimbursables-$ 6 Day x 85.00$ /Day= 510.00$ -$ 1560 Mi x 0.655$ /Mi= 1,021.80$ -$ Day x 240.00$ /Day=-$ -$ Per Diem 6 Day x 79.00$ /Day= 474.00$ -$ Travel & Airline Costs Trip x 500.00$ /Trip=-$ -$ 2,005.80$ -$ -$ 91,355.80$ TOTALS8 156 62 148 18 8 2 16 0 0 089,350.00$ LABOR CATEGORYLABOR CATEGORYLABOR CATEGORYPHASE SUBTOTALBilling RateLodging + Tax & FeesPractice Operations LeaderConstruction Manager IVAuto RentalMileageLodging + Tax & FeesAuto RentalMileageProject Coordinator IITotal HoursEagle County Regional AirportAIRPORT:SUBTOTALTotal HoursEngineer in Training IIEngineer Project Mgr IVDATE:Engineer Project Mgr IVPractice Operations LeaderBilling RateSUBTOTALPHASE SUBTOTALTotal Hours Billing RateSUBTOTALPHASE SUBTOTALSUBTOTALCoordinate and Attend Meetings with the Sponsor and FAAPrepare Project Scope of Work and ContractProvide Project CoordinationPrepare State Grant ApplicationPrepare Federal Grant ApplicationPrepare Disadvantaged Business Enterprise (DBE) Program and GoalPrepare Environmental Documentation (not applicable)Select Design ElementsConstruction Manager IVTASKSUBTOTALSUBTOTALPerform Site Visits During ConstructionPrepare/Submit Construction Management PlanReview Contractor's Safety Plan Compliance DocumentPrepare Requests for ReimbursementTASKProvide Bid AssistanceTaxiway A Rehabilitation (Bidding and Construction Administration)3-08-0020-070-2023Auto RentalEngineer Project Mgr IVMileageEngineering Techn IIIEngineer in Training IIProject Coordinator IIProject Billing Analyst IIPlanner IIILodging + Tax & FeesJune 5, 2023Prepare/Conduct Pre-Construction MeetingTASKPrepare/Conduct Pre-Bid MeetingPrepare AddendaConsult with Prospective BiddersAttend Bid OpeningReview Bid ProposalsPrepare Recommendation of AwardReview Environmental DocumentationCoordinate Quality Assurance TestingAssist with FAA Safety Risk ManagementProvide Project CoordinationPrepare Construction Contract and DocumentsPage 1 of 3 Rev. 04.26.23DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B Labor CategoryTotal CostPractice Operations LeaderEngineer Project Mgr IVConstruction Manager IVConstruction Manager IIEngineer in Training IIEngineering Techn IIIProject Coordinator IIProject Billing Analyst IIPhase Item Costs4.0 Post Construction Coordination Phase (Lump Sum) 4.0 Post Construction Coordination Phase (Lump Sum)Civil PM Civil EIT2 hrs. x 305.00$ /hr = 610.00$ 4.01 2 24 4012,870.00$ 28 hrs. x 275.00$ /hr = 7,700.00$ 4.02 2 8 83,750.00$ 86 hrs. x 230.00$ /hr = 19,780.00$ 4.03 8 8 8 86,680.00$ 148 hrs. x 170.00$ /hr = 25,160.00$ 4.04 2 2 4 8 408,770.00$ 36 hrs. x 160.00$ /hr = 5,760.00$ 4.05 2 2 40 80 1225,880.00$ 48 hrs. x 145.00$ /hr = 6,960.00$ 4.06 2 2 8 83,450.00$ 8 hrs. x 135.00$ /hr = 1,080.00$ 4.07 2 4 82,350.00$ 2 hrs. x 105.00$ /hr = 210.00$ 4.08 8 2 4 23,510.00$ -$ SUBTOTAL 358hrs.67,260.00$ -$ Reimbursables-$ 2 Day x 85.00$ /Day= 170.00$ -$ 520 Mi x 0.655$ /Mi= 340.60$ -$ Day x 240.00$ /Day=-$ -$ Per Diem Day x 79.00$ /Day=-$ -$ Travel & Airline Costs Trip x 500.00$ /Trip=-$ -$ 510.60$ -$ 67,770.60$ TOTALS2 28 86 148 36 48 8 2 0 0 067,260.00$ Labor CategoryTotal CostConstruction Manager IVConstruction Manager IConstruction Manager IPhase Item Costs5.0 On-Site Construction Coordination Phase (Cost Plus Fixed Fee) 5.0 On-Site Construction Coordination Phase (Cost Plus Fixed Fee)1116 hrs. x 68.00$ /hr = 75,888.00$ 108 108 1081116 hrs. x 43.00$ /hr = 47,988.00$ 6 6 61116 hrs. x 43.00$ /hr = 47,988.00$ 93 93 9312 12 125.01 1,116 1,116 1,116171,864.00$ SUBTOTAL 3348hrs.171,864.00$ = 171,864.00$ 207.46% = 356,549.05$ Total Labor Cost = 528,413.05$ Fixed Fee 20%= 105,500.00$ 633,913.05$ Reimbursables279 Day x 85.00$ /Day= 23,715.00$ 7660 Mi x 0.655$ /Mi= 5,017.30$ 216 Day x 240.00$ /Day= 51,840.00$ Per Diem 216 Day x 79.00$ /Day= 17,064.00$ Travel & Airline Costs Trip x 500.00$ /Trip=-$ 97,636.30$ 731,549.35$ TOTALS 1,116 1,116 1,116 0 0 0 0 0 0 0 0171,864.00$ Labor CategoryTotal CostGeospatial Project Mgr IVGeospatial Phase Mgr IISurveyor II (Crew Chief)Phase Item Costs6.0 On-Site Construction Survey Phase (Cost Plus Fixed Fee) 6.0 On-Site Construction Survey Phase (Cost Plus Fixed Fee)2 hrs. x 81.00$ /hr = 162.00$ 6.01 2 10 402,332.00$ 10 hrs. x 41.00$ /hr = 410.00$ 6.02 8352.00$ 48 hrs. x 44.00$ /hr = 2,112.00$ -$ -$ -$ SUBTOTAL 60hrs.2,684.00$ -$ -$ = 2,684.00$ -$ 207.46% = 5,568.22$ -$ Total Labor Cost = 8,252.22$ -$ Fixed Fee 20%= 1,500.00$ -$ 9,752.22$ -$ -$ Reimbursables-$ Day x 85.00$ /Day=-$ -$ 520 Mi x 0.655$ /Mi= 340.60$ -$ 8 Day x 240.00$ /Day= 1,920.00$ -$ Per Diem 12 Day x 79.00$ /Day= 948.00$ -$ Travel & Airline Costs Trip x500.00$ /Trip=-$ -$ Survey Supplies & Equip. 48 Each x 7.00$ /Trip= 336.00$ -$ 8 Day x 85.00$ /Day= 680.00$ -$ 4,224.60$ -$ -$ 13,976.82$ TOTALS 2 10 48 0 00 0 0 0 0 02,684.00$ MileageGeospatial Project Mgr IVMileageLodging + Tax & FeesTotal HoursOverhead (% of Direct Labor Cost)MileageLodging + Tax & FeesEngineer in Training IIEngineering Techn IIIProject Coordinator IILABOR CATEGORYDirect Labor CostPHASE SUBTOTALLABOR CATEGORYLABOR CATEGORYAuto RentalLodging + Tax & FeesAuto RentalOverhead (% of Direct Labor Cost)Auto RentalDirect Labor CostTotal HoursConstruction Manager IProject Billing Analyst IIConstruction Manager IVConstruction Manager IIConstruction Manager IVBilling RateSUBTOTAL PHASE LABORSUBTOTALPrepare Final Construction ReportPrepare DBE Uniform ReportUpdate and Modify Airport Layout Plan (ALP)Summarize Project CostsPHASE SUBTOTALPHASE SUBTOTALSUBTOTALSUBTOTAL PHASE LABORBilling RateTotal HoursSUBTOTALTASKTASKSUBTOTALBilling RateSUBTOTALSUBTOTALSurvey Field VehicleConstruction Manager ISurveyor II (Crew Chief)Geospatial Phase Mgr IIEngineer Project Mgr IVPractice Operations LeaderTASKPrepare Engineering Record DrawingsPrepare Final Testing ReportPrepare Clean-up Item ListConduct Final InspectionEstimated Calendar Days from Scope of WorkEstimated Working Days/Week from Scope of WorkTotal Days Scoped for Resident EngineeringEstimated Hours/Day from Scope of WorkProvide Resident EngineeringProvide Construction Survey ControlProvide Project Reference StakingPage 2 of 3 Rev. 04.26.23DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B Contract Hours Phase Fee Reimbursable Costs Total CostPART A - BASIC SERVICES (LUMP SUM)1.0 Project Coordination Phase (Lump Sum) 472 91,690.00$ -$ 91,690.00$ 2.0 Bidding Phase (Lump Sum) 123 26,965.00$ 668.60$ 27,633.60$ 595 SUBTOTAL 118,655.00$ 668.60$ 119,323.60$ PART B - SPECIAL SERVICES (LUMP SUM)3.0 Construction Administration Phase (Lump Sum) 418 89,350.00$ 2,005.80$ 91,355.80$ 4.0 Post Construction Coordination Phase (Lump Sum) 358 67,260.00$ 510.60$ 67,770.60$ 776 SUBTOTAL 156,610.00$ 2,516.40$ 159,126.40$ Contract Hours Phase Fee Fixed Fee Reimbursable Costs Total Cost5.0 On-Site Construction Coordination Phase (Cost Plus Fixed Fee) 3348 528,413.05$ 105,500.00$ 97,636.30$ 731,549.35$ 6.0 On-Site Construction Survey Phase (Cost Plus Fixed Fee) 60 8,252.22$ 1,500.00$ 4,224.60$ 13,976.82$ 3408SUBTOTAL536,665.27$ 107,000.00$ 101,860.90$ 745,526.17$ Quality Assurance Testing - GROUND Engineering 96,000.00$ SUBTOTAL96,000.00$ 811,930.27$ 107,000.00$ 105,045.90$ 1,119,976.17$ *For the purposes of estimating the cost of mileage, per diem, and lodging are calculated in accordance with applicable IRS and GSA guidelines. At the time of invoicing mileage will be invoiced in accordance with published IRS rates at the time of service and per diem will be invoiced in accordance with published GSA rates at the time of service. Lodging will be invoiced as actual expense incurred except in the cases where specific client requirements exist that limit lodging to GSA standards.TOTALSUBCONSULTANT 1PART B - SPECIAL SERVICES (COST PLUS FIXED FEE)Page 3 of 3 Rev. 04.26.23DocuSign Envelope ID: BAC2EC70-7C48-4211-B9EE-868F5769366B