Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC24-219 Woolpert_second amendment
Woolpert, Inc. Professional Service Agreement TO-07/23
1
Task Order to Master Professional Services Agreement between Woolpert,
Inc. and Eagle County, Colorado
Task Order # 2
Section 1. General
THIS TASK ORDER, made and entered into this ___ day of , 2024, by and between Woolpert, Inc., whose address is
720 S. Colorado Blvd., Ste. 1200-S, Glendale, CO 80246, (hereinafter referred to as “Woolpert”) and Eagle County, Colorado, a body
corporate and politic (“Client”), provides for Services by Woolpert under the Master Professional Services Agreement dated November 1,
2023, such Services described under Section 2 of this Task Order.
• Woolpert Project Number: 10018045.03
• Task Order Project Title: Taxiway B Embankment & Drainage Improvements – Phase II
Client’s Representative
• Name: Josh Miller
• Address: 219 Eldon Wilson Road, Gypsum, Colorado 81637
• Phone Number: 970-328-2649
• Email address: josh.miller@eaglecounty.us
Woolpert’s Representative
• Name: Jason Virzi
• Address: 720 S. Colorado Blvd., Ste. 1200-S, Glendale, CO 80246
• Phone Number:303-957-7581
• Email address: jason.virzi@woolpert.com
Section 2. Description of Services
The Services to be provided by Woolpert are identified in Exhibit A: Scope of Services to this Task Order, which is incorporated by this
reference.
Section 3. Compensation to Be Paid to Woolpert
Compensation to be paid to Woolpert for providing the requested Services is identified in accordance with Exhibit B: Compensation of this
Task Order, which is incorporated by this reference.
Section 4. Schedule for Services
The commencement date of this Task Order shall be upon execution of this Task Order. The services set forth in this Task Order shall be
completed no later than June 30, 2025, unless terminated or extended as provided in the Master Professional Services Agreement or by
mutual agreement in writing.
IN WITNESS WHEREOF, this Task Order, which is subject to the terms and conditions of Sections 1 through 4, Attachment(s), and the
aforementioned Master Professional Services Agreement, is accepted as of the date first written above.
Eagle County, Colorado: Woolpert, Inc.:
Signed: Signed:
Name: Name:
Title: Title:
DocuSign Envelope ID: 3FC210C7-41BA-42B2-9413-5B5BC882D136
Jason Virzi
Vice President
May7th
Chair, Board of County Commissioners
Matt Scherr
Eagle County Regional Airport AIP Project No. 3-08-0020-069-2023 Taxiway B Embankment & Drainage Improvements – Phase II
March 26, 2024 Page 1 of 10 REV 2024_01 SCOPE OF WORK FOR EAGLE COUNTY REGIONAL AIRPORT Gypsum, Colorado AIP Project No. 3-08-0020-069-2023 Taxiway B Embankment & Drainage Improvements – Phase II
This is an Appendix attached to, made a part of and incorporated by reference with the Professional
Services Agreement dated April 16, 2024, between Eagle County and Woolpert, Inc. providing professional
services. For the remainder of this scope the Eagle County Regional Airport is indicated as “Sponsor” and
Woolpert, Inc., is indicated as “Engineer.” The construction budget for this project is approximately
$1,000,000. This construction budget does not include administrative, legal, or professional fees.
This project shall consist of Construction Administration, Post-Construction Coordination, and On-Site
Construction Coordination for the Taxiway B Embankment & Drainage Improvements – Phase II 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 shall consist of the construction of the Phase II earthwork for Taxiway B along with drainage
improvements in the area. The project limits are bound by the future Taxiway B object free area to the
south, the north general aviation ramp and Colorado Army National Guard High-Altitude Army Aviation
Training (HAATS) apron to the north, Phase I Taxiway B embankment project limits to the west, and
existing Taxiway B3 to the east. The project will include embankment to enable the future construction of
Taxiways B and B3. The other component of the design will be the drainage improvements that will be
made to the project area. Taxiway B will follow the design standards of Taxiway Design Group 3 (TDG 3)
Exhibit A
DocuSign Envelope ID: 3FC210C7-41BA-42B2-9413-5B5BC882D136
Eagle County Regional Airport AIP Project No. 3-08-0020-069-2023 Taxiway B Embankment & Drainage Improvements – Phase II March 26, 2024 Page 2 of 10 REV 2024_01 which has a taxiway pavement width of 50-feet and Airplane Design Group III (ADG III) which has a Taxiway Safety Area (TSA) width of 118-feet and a Taxiway Object Free Area (TOFA) of 171-feet. The design standards will be in accordance with FAA Advisory Circular 150/5100-13B Airport Design. The project will consist of the embankment required to achieve the approximate top of subgrade elevations for Taxiway B, including the necessary grading to achieve taxiway safety area and taxiway object free area grade requirements. Drainage improvements will include new storm sewer infrastructure and be designed to handle the current storm water runoff and be able to be connected to a larger storm water drainage network in future phases and projects. It is anticipated the new storm sewer infrastructure will include new underground piping along with new drainage structures. The engineering fees for this project will be included in Part B-Special Services, which includes; 1) Construction Administration Phase, 2) Post-Construction Coordination Phase, 3) On-Site Construction Coordination Phase or Field Engineering, and Reimbursable Costs During Construction. Additional services that will be completed by subconsultants to the Engineer, including quality assurance testing during construction and post-construction pipe inspection will also be included under Part B-Special Services. Part B and the three phases are described in more detail below. 1.0 Construction Administration Phase 1.01 Prepare Project Scope of Work and Contract. This task includes establishing the scope of work. Fees shall 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. 1.02 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. The Sponsor will issue the construction contract to the successful Contractor for their signatures. The Engineer will ensure the construction contracts are in order, the bonds have been completed, and the 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. 1.03 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 DocuSign Envelope ID: 3FC210C7-41BA-42B2-9413-5B5BC882D136
Eagle County Regional Airport AIP Project No. 3-08-0020-069-2023 Taxiway B Embankment & Drainage Improvements – Phase II March 26, 2024 Page 3 of 10 REV 2024_01 with the FAA Standard Operating Procedure (SOP) 7.0, Airport Improvement Program Construction Project Change Orders. Senior construction management staff will consult with and provide guidance to the on-site Construction Manager regarding unique project elements; material quality, production, and/or placement issues; and any other difficulties encountered during construction. 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. 1.04 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. 1.05 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. 1.06 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. 1.07 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 for Federally Funded Airport Construction Projects, prior to the commencement of construction. It is anticipated that representatives of the Engineer will include the Project Manager, Construction Manager, and a Senior Construction Manager. 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. 1.08 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 DocuSign Envelope ID: 3FC210C7-41BA-42B2-9413-5B5BC882D136
Eagle County Regional Airport AIP Project No. 3-08-0020-069-2023 Taxiway B Embankment & Drainage Improvements – Phase II March 26, 2024 Page 4 of 10 REV 2024_01 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. 1.09 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. 1.10 Perform Site Visits During Construction. The Project Manager shall make on-site visits, as required, throughout the duration of the project. At this time, it is estimated that the Project Manager will make up to two site visits to the project. TASK 1 DELIVERABLES TO FAA/STATE TO SPONSOR 1.01 Construction SOW and Contract 1.02 Notice of Award, Notice to Proceed, and Contract Agreement 1.02 Issue Construction Plans, Specifications, and Contract Documents 1.03 Monthly Invoice and Monthly PSR 1.03 Pay Request Review Documentation 1.03 Weekly/Monthly Reports 1.03 Quarterly Performance Reports 1.03 Change Orders/Supplemental Agreements 1.06 Assist with SRM Meeting Minutes and Documents 1.07 Pre-Construction Agenda and Meeting Minutes 1.08 Review and Approval of SPCD and Final SPCD 1.09 Request for Reimbursement TASK 1 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 1.06 FAA Safety Risk Management Meetings • Gypsum, CO One (1) Project Manager, one (1) Project Engineer, and one (1) Senior Construction Manager Assume full day site visit (1 site visit) Assume travel to/from Denver, CO to Gypsum, CO 1.07 Conduct Pre-Construction Meeting • Gypsum, CO One (1) Project Manager, one (1) Project Engineer, and one (1) Senior Construction Manager Assume full day site visit (1 site visit) Assume travel to/from Denver, CO to Gypsum, CO 1.10 Perform Site Visits During Construction • Gypsum, CO One (1) Project Manager Assume full day site visit (2 site visits) Assume travel to/from Denver, CO to Gypsum, CO DocuSign Envelope ID: 3FC210C7-41BA-42B2-9413-5B5BC882D136
Eagle County Regional Airport AIP Project No. 3-08-0020-069-2023 Taxiway B Embankment & Drainage Improvements – Phase II March 26, 2024 Page 5 of 10 REV 2024_01 2.0 Post-Construction Coordination Phase 2.01 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 including the actual number of tests taken for each specification item to the FAA for review and approval. 2.02 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. 2.03 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. 2.04 Prepare Engineering Record Drawings. The Engineer will prepare the record drawings indicating modifications made during construction. The record drawings will be provided to the FAA electronically. 2.05 Prepare Final Construction Report. The Engineer will prepare the final construction report to meet the applicable FAA closeout checklist requirements. 2.06 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. 2.07 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. TASK 2 DELIVERABLES TO FAA/STATE TO SPONSOR 2.01 Final Testing Report 2.02 Clean-up List 2.03 Punchlists 2.04 Record Drawings 2.05 Final Construction Report 2.06 DBE Uniform Report 2.07 Project Cost Summary TASK 2 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 2.03 Conduct Final Inspection • 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 3.0 On-Site Construction Coordination Phase This phase will consist of providing one lead Resident Project Representative (RPR). It shall be the responsibility of the RPR 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 DocuSign Envelope ID: 3FC210C7-41BA-42B2-9413-5B5BC882D136
Eagle County Regional Airport AIP Project No. 3-08-0020-069-2023 Taxiway B Embankment & Drainage Improvements – Phase II March 26, 2024 Page 6 of 10 REV 2024_01 that it will take 45 working days to complete construction of the project. Incidental travel costs, including vehicle usage, lodging, per diem, etc., are in addition to the engineering hours expended. 3.01 Provide Resident Engineering. It is estimated that the lead Resident Project Representative (RPR) will work approximately 12 hours per day. It is assumed that the RPR will be able to complete all daily project documentation during the course of their shift. The total time allotted for the completion of construction is anticipated to be 45 working days. It is assumed that the Contractor will work six (6) days per week. Should the contractor be required to work seven (7) days per week or longer than anticipated hours to maintain the project schedule, the RPR’s efforts may increase from those estimated here. In addition to the time provided for on-site construction coordination during the project working day contract period, the RPR‘s travel time, mobilization, and demobilization to and from the project location, as well as badging coordination time, are also included under this task. It is assumed that this will consist of two (2) eight (8)-hour days, one prior to and one following the primary phase of construction. The following tasks will be performed during the course of a typical day’s shift during construction: a. 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 RPR will prepare and 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. b. Review survey data and other construction tasks for general compliance with the construction documents. c. Coordinate, review, and provide a response to construction and general project Requests for Information (RFIs). d. Prepare and process field directives and change orders. e. Conduct labor standards interviews of the Contractor's and subcontractor’s employees, and review 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. f. Review quality control and quality assurance testing results for conformance with the project specifications. g. Maintain record of the progress of construction, record as-built conditions, and review the quantity records with the Contractor on a periodic basis. h. Prepare the periodic construction cost estimates and review the quantities with the Contractor. The RPR, Sponsor, and Contractor will resolve discrepancies or disagreements with the Contractor’s records. After compiling all costs, the RPR will submit the periodic construction cost estimate to the Sponsor for payment. i. Maintain daily logs of construction activities for the duration of time on site, including the Construction Project Daily Safety Inspection Checklist as required by the CSPP and SPCD. j. Verify that construction activities associated with restricted areas, roads, staging areas, stockpiles, borrow/waste areas, etc. are all remaining within the areas cleared under environmental documentation. k. Prepare a weekly status report using FAA Form 5370-1, Construction Progress and Inspection Report. The report will be submitted to the Sponsor, the FAA, and the office following the week of actual construction activities performed. DocuSign Envelope ID: 3FC210C7-41BA-42B2-9413-5B5BC882D136
Eagle County Regional Airport AIP Project No. 3-08-0020-069-2023 Taxiway B Embankment & Drainage Improvements – Phase II March 26, 2024 Page 7 of 10 REV 2024_01 l. 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. m. Coordinate and attend weekly construction progress meetings with the Contractor, Sponsor, and other relevant parties. 3.02 Provide Resident Engineering for Punchlist Work. It is anticipated that, following the substantial completion of the project within the allotted working day contract period, it will be necessary for the Contractor to return to the project site to address or correct any outstanding incomplete or unacceptable work items. It is estimated that up to two (2) 12-hour workdays will be required of one (1) Resident Project Representative (RPR) for this task. TASK 3 DELIVERABLES TO FAA/STATE TO SPONSOR 3.01a Coordinate Submittal Reviews 3.01c Coordinate RFIs 3.01d Field Directives and Change Orders 3.01e Payroll Reviews 3.01f Quality Assurance/Quality Control Results Compilation 3.01h Periodic Cost Estimates 3.01k Weekly Reports TASK 3 ON-SITE PERIODS LOCATION/STAFFING/DURATION 3.01 Provide Resident Engineering • Gypsum, CO One (1) Resident Project Representative Assume 45 working days for project with one (1) day prior to and one (1) day following construction and contractor working five (5) days a week for a total of 63 nights of lodging. 3.02 Provide Resident Engineering for Punchlist Work • Gypsum, CO One (1) Resident Project Representative Assume full day site visit (2 site visits) Assume travel to/from Denver, CO to Gypsum, CO EX Reimbursable Costs During Construction. This section includes reimbursable items such as auto rental, lodging, per diem, travel and other miscellaneous costs incurred in order to complete Part B – Special Services. Sections 1 and 2 Reimbursables are invoiced on a lump sum basis and Section 3 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 DocuSign Envelope ID: 3FC210C7-41BA-42B2-9413-5B5BC882D136
Eagle County Regional Airport AIP Project No. 3-08-0020-069-2023 Taxiway B Embankment & Drainage Improvements – Phase II March 26, 2024 Page 8 of 10 REV 2024_01 Item P-153 Controlled Low-Strength Material (CLSM) Item P-610 Structural Portland Cement Concrete D-701 Pipe Inspections. Pipe inspections will be completed by a third party under the supervision of the Engineer. 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 per diem and lodging are calculated in accordance with current GSA rates. The actual amount to be invoiced for per diem will be in accordance with the published GSA rate at the time of service and may vary from the rate used in the fee estimate. Lodging will be invoiced as an actual expense incurred. 2. During periods of On-Site Construction Coordination covered under Task 3, a $5/day surcharge will be added to the daily vehicle charge which will be reflected in the Engineering Fee as a daily “Field Vehicle and Equipment” expense. This surcharge is intended to cover consumables (such as marking paint, lath, etc.) and the replacement of tools (such as measuring wheels, airfield radios, infrared thermometers, etc.) necessary to monitor and identify the various aspects of the work. 3. 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. 4. The Sponsor will provide existing mapping data including as-builts available for the project areas, aerial orthoimagery, subsurface conditions information such as prior geotechnical investigations in the project area and other available information in the possession of the Sponsor. 5. The Sponsor will provide an electronic copy of the current ALP to allow for updating of the plan upon completion of the project. 6. The Sponsor will coordinate with tenants as required to facilitate field evaluations and construction. 7. 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. DocuSign Envelope ID: 3FC210C7-41BA-42B2-9413-5B5BC882D136
Eagle County Regional Airport AIP Project No. 3-08-0020-069-2023 Taxiway B Embankment & Drainage Improvements – Phase II March 26, 2024 Page 9 of 10 REV 2024_01 8. The Engineer will utilize the following plan standards for the project: Plans will be prepared using the Engineer’s standards, unless the Sponsor provides its own standards upon Notice to Proceed. Plan elevations will be vertical datum NAVD 88 derived from the existing control network. Plan coordinates will be based on horizontal datum NAD 83/2011 State Plane Coordinates derived from the existing control network. All plans will be stamped and signed by a state-licensed Professional Engineer, or Professional Land Surveyor, as required. Plans prepared by subconsultants will be prepared using the same base maps, the same coordinate systems and the same plan layout and format as plans prepared by the Engineer. The guidance included in FAA Memorandum, FAA Review of Construction Plans and Specifications for AIP Funded Projects, will be reviewed, incorporated and will supplement the Engineer’s standards. 9. The Engineer will utilize the following assumptions when preparing the project manual for bidding and construction of the project: The project manual Contract Documents will be developed jointly by the Sponsor and the Engineer. The Engineer is responsible for developing the contents of the document and including the Front-End documents which will be supplied by the Sponsor. FAA General Provisions and required contract language will be used. 10. 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. 11. 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. 12. An AC 150/5300-18B (or Current Edition) compliant survey is not required as a part of this project. No data will be submitted to Airports GIS (AGIS) through the Airport Data and Information Portal (ADIP). Additional Services The following items are not included under this agreement but will be considered as extra work: Redesign for the Sponsor’s convenience or due to changed conditions after previous alternate direction and/or approval. Submittals or deliverables in addition to those listed herein. 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: 3FC210C7-41BA-42B2-9413-5B5BC882D136
Eagle County Regional Airport AIP Project No. 3-08-0020-069-2023 Taxiway B Embankment & Drainage Improvements – Phase II
March 26, 2024 Page 10 of 10 REV 2024_01 Serving as an expert witness for the Owner in any litigation, surety claim, contractor bond
activation, or other proceeding involving the project. Additional or extended services during construction made necessary by extension of contract
time, non-concurrent work, or changes in the work. 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: 3FC210C7-41BA-42B2-9413-5B5BC882D136
AIP PROJ. NO.:PROJECT NAME: FEE BREAKDOWNLABOR HOUR BREAKDOWNLabor CategoryTotal CostPractice Operations LeaderConstruction Manager IVEngineer Project Mgr IVEngineer in Training IIEngineering Techn IIIProject Coordinator IIProject Accountant II Phase Item Costs1.0 Construction Administration Phase (Lump Sum)1.0 Construction Administration Phase (Lump Sum)4 hrs. x 330.00$ /hr =1,320.00$ 1.0124843,820.00$ 28 hrs. x 245.00$ /hr =6,860.00$ 1.02482,580.00$ 74 hrs. x 295.00$ /hr =21,830.00$ 1.0324241644413,200.00$ 56 hrs. x 175.00$ /hr =9,800.00$ 1.04221,080.00$ 4 hrs. x 160.00$ /hr =640.00$ 1.05442,160.00$ 8 hrs. x 145.00$ /hr =1,160.00$ 1.068885,720.00$ 6 hrs. x 115.00$ /hr =690.00$ 1.078885,720.00$ 1.082 2 41,780.00$ 1.092421,520.00$ 1.10164,720.00$ -$ SUBTOTAL 180hrs.42,300.00$ -$ -$ Reimbursables-$ 6 Day x 130.00$ /Day=780.00$ -$ Day x 240.00$ /Day=-$ -$ Per Diem8 Day x 79.00$ /Day=632.00$ -$ Travel & Airline CostsTrip x 500.00$ /Trip=-$ -$ 1,412.00$ -$ -$ 43,712.00$ TOTALS428745648642,300.00$ Labor CategoryTotal CostConstruction Manager IVConstruction Manager IIEngineer Project Mgr IVEngineer in Training IIEngineering Techn IIIProject Coordinator IIPhase Item Costs2.0 Post Construction Coordination Phase (Lump Sum)2.0 Post Construction Coordination Phase (Lump Sum)22 hrs. x 245.00$ /hr =5,390.00$ 2.0181645,540.00$ 52 hrs. x 180.00$ /hr =9,360.00$ 2.02241,210.00$ 14 hrs. x 295.00$ /hr =4,130.00$ 2.03883,760.00$ 26 hrs. x 175.00$ /hr =4,550.00$ 2.04224164,340.00$ 16 hrs. x 160.00$ /hr =2,560.00$ 2.05824288,270.00$ 4 hrs. x 145.00$ /hr =580.00$ 2.062441,790.00$ 2.074 2 21,660.00$ -$ SUBTOTAL 134hrs.26,570.00$ -$ Reimbursables-$ 1 Day x 130.00$ /Day=130.00$ -$ Day x 240.00$ /Day=-$ -$ Per Diem2 Day x 79.00$ /Day=158.00$ -$ Travel & Airline CostsTrip x 500.00$ /Trip=-$ -$ 288.00$ -$ 26,858.00$ TOTALS2252142616426,570.00$ Lodging + Tax & FeesEngineering Techn IIIProject Coordinator IILABOR CATEGORYLABOR CATEGORYSUBTOTALReview Contractor's Safety Plan Compliance DocumentPrepare Requests for ReimbursementTASKPrepare Project Scope of Work and ContractPrepare Construction Contract and DocumentsPerform Site Visits During ConstructionPrepare/Conduct Pre-Construction MeetingConduct Final InspectionEagle County Regional AirportAIRPORT:Total HoursSUBTOTALEngineer Project Mgr IVEngineer in Training IISUBTOTALPHASE SUBTOTALBilling RateDATE:SUBTOTALPHASE SUBTOTALTotal HoursBilling RateAuto RentalPractice Operations LeaderEngineer Project Mgr IVTaxiway B Embankment & Drainage Improvements - Phase II (Construction Management)3-08-0020-069-2023Construction Manager IIAuto RentalConstruction Manager IVConstruction Manager IVEngineer in Training IIEngineering Techn IIIProject Coordinator IIProject Accountant IILodging + Tax & FeesApril 24, 2024Provide Project CoordinationReview Environmental DocumentationCoordinate Quality Assurance TestingAssist with FAA Safety Risk ManagementTASKPrepare Final Construction ReportPrepare DBE Uniform ReportSummarize Project CostsPrepare Engineering Record DrawingsPrepare Final Testing ReportPrepare Clean-up Item ListPage 1 of 2Rev. 03.01.24Exhibit BDocuSign Envelope ID: 3FC210C7-41BA-42B2-9413-5B5BC882D136
Labor CategoryTotal CostConstruction Manager IIPhase Item Costs3.0 On-Site Construction Coordination Phase (Cost Plus Fixed Fee) 3.0 On-Site Construction Coordination Phase (Cost Plus Fixed Fee)580 hrs. x 53.00$ /hr = 30,740.00$ 45745123.0154028,620.00$ 16848.00$ 3.02241,272.00$ -$ SUBTOTAL 580hrs.30,740.00$ -$ -$ = 30,740.00$ -$ 213.77% = 65,712.89$ -$ Total Labor Cost = 96,452.89$ -$ Fixed Fee 20%= 19,500.00$ -$ 115,952.89$ -$ -$ Reimbursables-$ Field Vehicle and Equipment 49 Day x 135.00$ /Day= 6,615.00$ -$ 63 Day x 240.00$ /Day= 15,120.00$ -$ Per Diem 63 Day x 79.00$ /Day= 4,977.00$ -$ Travel & Airline Costs Trip x 500.00$ /Trip=-$ -$ 26,712.00$ -$ -$ 142,664.89$ TOTALS58030,740.00$ Contract Hours Phase Fee Reimbursable Costs Total CostPART B - SPECIAL SERVICES (LUMP SUM)1.0 Construction Administration Phase (Lump Sum)180 42,300.00$ 1,412.00$ 43,712.00$ 2.0 Post Construction Coordination Phase (Lump Sum)134 26,570.00$ 288.00$ 26,858.00$ 314 SUBTOTAL 68,870.00$ 1,700.00$ 70,570.00$ Contract Hours Phase Fee Fixed Fee Reimbursable Costs Total Cost3.0 On-Site Construction Coordination Phase (Cost Plus Fixed Fee) 580 96,452.89$ 19,500.00$ 26,712.00$ 142,664.89$ 580SUBTOTAL96,452.89$ 19,500.00$ 26,712.00$ 142,664.89$ GROUND Engineering22,500.00$ SUBTOTAL22,500.00$ 165,322.89$ 19,500.00$ 28,412.00$ 235,734.89$ *For the purposes of estimating the amount of reimbursable expenses which will be incurred by the Engineer, the cost of per diem and lodging are calculated in accordance with current GSA rates. The actual amount to be invoiced for per diem will be in accordance with the published GSA rate at the time of service and may vary from the rate used in the fee estimate. Lodging will be invoiced as an actual expense incurred except in cases where specific client requirements exist that limit lodging to GSA standards.Lodging + Tax & FeesTotal HoursOverhead (% of Direct Labor Cost)Travel Time, Mobilization, and DemobilizationSUBTOTAL PHASE LABOREstimated Working Days/Week from Scope of WorkTotal Days Scoped for Resident EngineeringEstimated Hours/Day from Scope of WorkProvide Resident EngineeringLABOR CATEGORYTASKDirect Labor CostConstruction Manager IIBilling RateSUBTOTALProvide Resident Engineering for Punchlist WorkEstimated Calendar Days from Scope of WorkTOTALSUBCONSULTANT - Quality AssurancePART B - SPECIAL SERVICES (COST PLUS FIXED FEE)PHASE SUBTOTALSUBTOTALPage 2 of 2Rev. 03.01.24DocuSign Envelope ID: 3FC210C7-41BA-42B2-9413-5B5BC882D136