Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC24-239 Woolpert_third 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 # 3
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: 10018045.01
• Task Order Project Title: AIP 072 New Txwy B (Design)
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: F2C6ECF9-7403-468D-BA54-446F6C75A353
Vice President
Jason Virzi
21st May
Matt Scherr
Chair, Board of County Commissioners
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design)
March 11, 2024 Page 1 of 16 REV 2024_01 SCOPE OF WORK FOR EAGLE COUNTY REGIONAL AIRPORT Gypsum, Colorado AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design)
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., for 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 $8,000,000.00. This construction budget does not include administrative, legal, or
professional fees.
This project shall consist of preparing Construction Plans, Contract Documents, Technical Specifications,
and Engineer’s Design Report, along with Design Survey for the Taxiway B Paving – Phase I 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 design of a portion of the planned/proposed parallel Taxiway B, which will
be north of the current Runway 7-25. This will include the design of the first phase of construction and
paving of new parallel Taxiway B. This follows the two previous projects focused on Taxiway B which were
two embankment and drainage improvement projects. The first embankment project was completed in
Summer 2022 and the second embankment project is set to be completed in Summer 2024.
With Taxiway B being constructed, it is anticipated that future development will occur on the north side
of the airport. This development will be for aeronautical purposes and could potentially bring a variety of
Exhibit A
DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 2 of 16 REV 2024_01 different aircrafts. For this reason, new Taxiway B will be designed to accommodate ADG III/TDG IV aircraft. Connector Taxiway B4 will be relocated as a part of this project and a connection to the HAATS apron will be made as well. Also included in this project will be drainage improvement and storm sewer infrastructure design on the north side of the airport. These stormwater drainage infrastructure improvements will include piping, inlets, manholes, and potentially outfall structures. Taxiway B will not include centerline lighting or taxiway edge lights but will have retroreflective taxiway edge markers installed as a part of this project. The engineering fees for this project will be broken into two parts. Part A-Basic Services includes; 1) Preliminary Design Phase, 2) Design Phase, and Reimbursable Costs During Design and Part B-Special Services, which includes; 3) Design Survey Phase and Reimbursable Costs During Survey. Additional services that will be completed by subconsultants to the Engineer, including the proposed geotechnical investigation, and updating the FAA’s ADIP Database will also be included under Part B-Special Services. Parts A and B and the three phases are described in more detail below. PART A - BASIC SERVICES consists of the Preliminary Design Phase and Design Phase all invoiced on a lump sum basis. 1.0 Preliminary Design 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 design schedule and AIP development schedule, review environmental component(s), determine the feasibility of the proposed project and to establish the need for topographical surveying, pavement investigation and/or geotechnical testing. Various meetings during the design phase will also be conducted to review the progress of the design, 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 four meetings with the Sponsor and/or the FAA throughout the course of the design. 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 Prepare Preliminary Cost Estimating. This task includes creating a preliminary construction rough order of magnitude (ROM) cost estimate, a preliminary working days estimate, a preliminary overall project schedule, and a preliminary overall project budget. The preliminary construction ROM cost estimate will be based upon the most current information available at the time of preparation. Work to refine these estimates is included under Task 2.15. 1.04 Provide Project Coordination. The Engineer shall provide project management and coordination services to ensure the completion of the design. 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 design schedules within budget. DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 3 of 16 REV 2024_01 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. Submit for acceptance and maintain, a design schedule detailing the scheduled performance of the work. Create and maintain a Quality Control Checklist (QCC) for the project. The QCC shall include personnel, project milestone checking and peer review procedures at each phase of the project. 1.05 Review Existing Documents. The Engineer will gather and review existing available documentation that may be relevant to the project, including, but not limited to, record drawings (as-builts), design reports, final reports, utility reports/maps and previous surveys. The Engineer may use relevant information from this review to coordinate the design and topographical survey for the project. 1.06 Coordinate Topographical Survey. This task includes preparing the requirements, establishing the limits of the survey area and scheduling time for the survey to be completed. Survey will be performed in-house under Task 3.01. The Project Manager is expected to visit the project site to coordinate the survey activities with the Sponsor and the survey team. 1.07 Coordinate Geotechnical Investigation. This task includes preparing the requirements for soils testing, establishing the limits of work, and scheduling a time for testing to be completed. The requirements of the geotechnical investigation shall be established in accordance with FAA AC 150/5320-6 (current edition), Airport Pavement Design and Evaluation. Negotiating with the geotechnical engineering firm for a cost to perform the work and providing an on-site representative of the Engineer during the geotechnical investigation is also included in this task. 1.08 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. 1.09 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. DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 4 of 16 REV 2024_01 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. 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. 1.10 Prepare Environmental Documentation. The FAA determined that a Categorical Exclusion (CATEX) applies to the project according to FAA orders 1050.1F and 5050.4B. The project was environmentally approved on February 18, 2022 through a documented CATEX completed under AIP-068. The environmental conditions and scope of the project have not changed since original environmental determination. The environmental exhibit created as part of the previously approved CATEX will be reviewed for accuracy and referenced throughout this project. 1.11 Prepare Disadvantaged Business Enterprise (DBE) Program and Goal. 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 current DBE program has not been updated since 2022. In order to be in compliance with 49 CFR Part 26, the program will be amended. The Engineer shall assist the Sponsor with this task. The Engineer will research the current state highway certified DBE listings and local area contractors to determine the availability of potential DBE contractors. The Engineer will prepare preliminary construction cost estimates and establish potential DBE work tasks. The Engineer will finalize the DBE goal work sheets for the Sponsor for submittal to the FAA Civil Rights Office for approval. Preparation of the amended DBE program will include the following tasks: Prepare preliminary program with Sponsor specific information. Compile additional information from Sponsor to finalize program. Revise program after Sponsor review. Submit program to FAA/Civil Rights Office (CRO); revise per CRO review. Resubmit Program to CRO for final approval. Calculate base figure for DBE goal. Adjust base figure for DBE goal. Calculate Race Neutral and Race Conscious DBE goals. Consultation and Publication for DBE goals. Submit DBE goal to CRO. Revise DBE goals after Sponsor and FAA review. 1.12 Prepare Quarterly Performance Reports – Design. Federal Regulation 49 CFR Part 18 establishes uniform administrative requirements for grants to State and Local Governments. Sub-part 18.40 addresses monitoring and reporting requirements for the Sponsor. The Engineer will assist the Sponsor in DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 5 of 16 REV 2024_01 managing grant activities to ensure compliance with applicable Federal requirements. The Engineer will submit a quarterly performance report while the grant is active. It is estimated there will be two quarterly performance reports completed during the design phase of this project. TASK 1 DELIVERABLES TO FAA/STATE TO SPONSOR 1.01 Meeting Agendas, AIP Development Schedule and Meeting Minutes from Pre-Design Meeting 1.02 Scope of Work and Draft Contract for the Sponsor 1.03 Preliminary Cost Estimate 1.04 Design Schedule, PSR, and Monthly Invoicing 1.08 State Grant Application 1.09 Federal Grant Application 1.10 Environmental Documentation 1.11 DBE Program/Goal 1.12 Quarterly Performance Reports TASK 1 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 1.01 Pre-Design Scoping Meeting (1), Project Coordination Meetings (3) • Gypsum, CO/Denver, CO One (1) Project Engineer, one (1) Project Manager, one (1) Construction Manager, and one (1) Practice Operations Leader Assume One (1) hour via teleconference (4 meetings) 1.02 Prepare Project Scope of Work and Contract • Gypsum, CO/Denver, CO One (1) Project Engineer and one (1) Project Manager Assume One (1) hour via teleconference (1 meeting) 2.0 Design Phase 2.01 Analyze Topographic Survey Data. This task includes analyzing the topographical survey data and preparing the data for use with computer modeling. This will include the following tasks: Generate three-dimensional contour model from TIN surface model. Prepare and process data for spot elevations, grading and/or paving cross sections. 2.02 Analyze Geotechnical Investigation Data. This task includes analyzing the geotechnical investigation. This will include the following tasks: Review Geotechnical Engineer recommendations. Determine on-site sources and quantities of suitable material for embankment. Determine appropriate data for benching design. Determine appropriate data for the pavement design form(s). Input data for computer modeling with topographical survey data. Prepare soil information for incorporation on the construction plans. 2.03 Prepare Pavement Design. After receiving the geotechnical investigation data, the Engineer will analyze the data and prepare a proposed pavement section using current FAA design software (FAARFIELD). In addition to determining the proposed pavement section for the current and anticipated traffic, a pavement classification rating (PCR) analysis will be performed in accordance with FAA Advisory Circular (AC) 150/5335-5 (Current Edition), Standardized Method of Reporting Airport Pavement Strength DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 6 of 16 REV 2024_01 – PCR, to determine the taxiway PCR classification based on the expected fleet mix. The Engineer will submit the FAARFIELD computer printouts with a narrative to the FAA. The following tasks will be completed: Determine appropriate data for pavement design. Input data for computer modeling with topographical survey data. Prepare an exhibit showing the existing pavement and base course thickness. Determine areas of existing pavement to be removed and replaced. Prepare pavement and soils information for incorporation on the construction drawings. Verify elevation of water table. Compile the current airport fleet mix. Input data into FAARFIELD. Run pavement design scenarios. Analyze output from FAARFIELD. Select preferred pavement section. Compare pavement section to FAA Advisory Circular (AC) 150/5320-6 (Current Edition), Airport Pavement Design and Evaluation. Verify frost design method. Verify overexcavation requirements (if needed). Verify optimum moisture content for subgrade preparation. 2.04 Develop On-Site Grading Plans. This task includes developing potential on-site borrow area grading plans to remove material from potential area(s) for use as embankment on the project site. It is anticipated that two to three different grading options will be developed during this task. Aerial photography will be used to develop the grading plans and associated quantities for all potential borrow sources. 2.05 Prepare Existing Utility Inventory. This task includes reviewing record drawings and consulting with the Sponsor and local utility companies to identify all utilities within the project site. The Construction Plans will include, to the maximum extent possible, the surveyed locations of observable utility features and the locations identified by utility locates. 2.06 Prepare Preliminary Contract Documents. This task includes preparing the Preliminary Contract Documents, including Contract Proposal, Bid Bond, Contractor Information Sheet, Subcontractor/Material Supplier List, Disadvantaged Business Utilization Commitment, DBE Participation Form, Certification of Non-Segregated Facilities, Equal Employment Opportunity Report Statement, Buy America Certification, Buy America Waiver Request, Buy America Conformance Listing, Bid Proposal, Contract, Payment Bond, Performance Bond, Notice of Award, Notice to Proceed, Notice of Contractor’s Settlement, General Provisions, FAA AC 150/5370-2 (Current Edition), Operational Safety on Airports During Construction, and Wage Rates. The wage rates will be updated at the time of advertisement to reflect the most current wage rates available. Preparation will include establishing the location for the bid opening, dates for advertisement and description of the work schedule. Also included in the Preliminary Contract Documents, and covered under separate tasks below, are the Construction Safety and Phasing Plan, Technical Specifications, and Special Provisions. Preliminary Contract Documents will be prepared as early as possible during the design phase and submitted to the Sponsor for review. 2.07 Prepare Construction Safety and Phasing Plan (CSPP). This task includes meeting with the Sponsor to discuss the current operations of the airport to assist in determining how the proposed construction phasing of the project will affect these operations. From these meetings, a complete Construction Safety and Phasing Plan (CSPP) will be developed to ensure safety compliance when coordinating construction DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 7 of 16 REV 2024_01 activities and airport operations. The CSPP will be developed in accordance with the requirements of FAA AC 150/5370-2 (Current Edition), Operational Safety on Airports During Construction. A construction phasing plan that meets the requirements of the AC and operational needs of the airport will be developed and included in the Contract Documents. This plan will also identify any nighttime work, continuous working times, or other unusual conditions that could affect the Contractor’s normal progress on the project. The draft CSPP will be submitted at 60% complete and at 95% complete for ADO review. Upon preliminary approval from the ADO, the CSPP will be submitted to FAA for OE/AAA coordination. 2.08 Prepare Preliminary Construction Plans. This task includes preparing the following list of construction plans for the project. Additional plans may be added during the design phase as needed: Plan Name/Description Number of Sheets Cover Sheet 1 Index of Drawings, Summary of Approximate Quantities and General Notes 1 Survey Control Plan 1 Geotechnical Investigation Plan and Boring Logs 4 Construction Safety and Phasing Plans 6 Environmental Requirements and Details 1 Demolition Plan 4 Geometric Layout Plan 4 Overall Grading Plan 1 Grading Plans 4 Pavement Plan and Profile 4 On-Site Borrow Grading 2 Typical Sections 2 Cross Sections 2 Pavement Marking Plan 4 Pavement Marking Details 1 Overall Drainage Layout Plan 1 Drainage Plan and Profile 4 Drainage Details 2 Underdrain Plans 4 Underdrain Details 1 Seeding and Erosion Control Plan 1 Seeding and Erosion Control Details 1 Electrical Demolition Plan 4 Electrical Layout Plan 4 Electrical Details 2 Total Sheet Count 66 2.09 Prepare Preliminary Technical Specifications. This task includes assembling the technical specifications necessary for the project. Standard FAA specifications will be utilized where possible, with the guidance from FAA AC 150/5370-10 (Current Edition), Standard Specifications for Construction of Airports. Additional specifications will be prepared to address work items for materials that are not covered by the standard FAA specifications. The standard specifications to be utilized shall include, but are not limited to, the following: Item C-100 Contractor Quality Control Program (CQCP) Item C-102 Temporary Air and Water Pollution, Soil Erosion and Siltation Control Item C-105 Mobilization Item C-110 Method of Estimating Percentage of Material Within Specification Limits (PWL) DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 8 of 16 REV 2024_01 Item P-101 Preparation/Removal of Existing Pavements Item P-151 Clearing and Grubbing Item P-152 Excavation, Subgrade and Embankment Item P-153 Controlled Low-Strength Material (CLSM) Item P-154 Subbase Course Item P-156 Cement Treated Subgrade Item P-209 Crushed Aggregate Base Course Item P-401 Asphalt Mix Pavement Item P-403 Asphalt Mix Pavement Base Course Item P-501 Cement Concrete Pavement Item P-602 Emulsified Asphalt Prime Coat Item P-603 Emulsified Asphalt Tack Coat Item P-604 Compression Joint Seals for Concrete Pavements Item P-608 Emulsified Asphalt Seal Coat Item P-608-R Rapid Cure Seal Coat Item P-610 Concrete for Miscellaneous Structures Item P-620 Runway and Taxiway Marking Item D-701 Pipe for Storm Drains and Culverts Item D-705 Pipe Underdrains for Airports Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes Item D-752 Concrete Culverts, Headwalls and Miscellaneous Drainage Structures Item T-901 Seeding Item T-905 Topsoil Item L-107 Airport Wind Cones Item L-108 Underground Power Cable for Airports Item L-109 Airport Transformer Vault and Vault Equipment Item L-110 Airport Underground Electrical Duct Banks and Conduits Item L-115 Electrical Manholes and Junction Structures Item L-119 Airport Obstruction Lights Item L-125 Installation of Airport Lighting Systems 2.10 Prepare Preliminary Special Provisions. This task includes preparing the preliminary Special Provisions to address, or expound on, site conditions that require additional clarification. These include, but are not limited to: Haul Roads, Airport Security, Radio Communications, Work Schedule, Contractor’s Quality Control Program, Sequencing of the Work, Closure of Air Operations Areas, Accident Prevention, Underground Cables/Utilities, Insurance, Indemnification, Sales and Use Taxes, Permits and Compliance with Laws, Executed Contracts, Subletting or Assigning of Contracts, Qualification of Disadvantaged Business Enterprises, Liquidated Damages, Acceptance Testing, Grade Control and Surface Tolerance, Construction Management Plan, and Instruction Manuals. 2.11 Prepare Drainage Analysis and Storm Drainage Design. This task includes verifying the existing storm drainage and/or subsurface drainage systems. Surface drainage will be evaluated and designed to ensure accordance with standard engineering practices, local requirements and FAA AC 150/5320-5 (Current Edition), Airport Drainage Design. 2.12 Compile/Submit Permits. This task includes identifying potential federal, state and local permits needed for the project. Permits are anticipated to be required for, but are not limited to, demolition activities, air quality, grading, hauling, batch plants, construction dewatering, and stormwater management construction plans and associated permits (SWMP). When applicable, the Engineer will DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 9 of 16 REV 2024_01 assist the Sponsor to compile information and submit permits that are required to be obtained by the Sponsor. 2.13 Compile/Submit FAA Form 7460. This task includes preparing and submitting the required FAA Form 7460-1, “Notice of Proposed Construction or Alteration,” via the FAA’s online Obstruction Evaluation/Airport Airspace Analysis (OE/AAA) system on the Sponsor’s behalf. The Engineer will reference FAA Advisory Circular (AC) 150/5300-20 (Current Edition), Submission of On-Airport Proposals for Aeronautical Study, and coordinate with the FAA Project Manager and/or Airspace Specialist to determine the locations of required airspace case studies to be submitted. Generally, such cases are required for any restrictive/critical points where construction operations or proposed alterations may affect navigable airspace. Typically, these locations include (but are not limited to): limits of construction, construction phasing limits, haul routes for construction traffic, asphalt and/or concrete batch plants, and key points of any permanent, above-ground alterations. The Engineer will prepare an exhibit depicting the locations and other information pertinent to the cases’ impact on the airspace to include with the submission. The Engineer will submit FAA Form 7460-1 and the associated documentation to the FAA via the OE/AAA system for approval a minimum of 45 days prior to the start of construction. 2.14 Calculate Estimated Quantities. This task includes calculating all necessary quantities for the various work items. Quantities must be consistent with the specifications and acceptable quantity calculation practices. 2.15 Prepare Estimate of Probable Construction Cost. Using the final quantities calculated following the completion of the construction plans and specifications, the Engineer will prepare the construction cost estimate. The estimate will be based on information obtained from previous projects, contractors, material suppliers and other available databases. 2.16 Prepare Engineer’s Design Report. This task includes preparation of the Engineer’s Design Report in accordance with current FAA Northwest Mountain Region Engineer’s Design Report guidelines. The Engineer’s Design Report will include a detailed summary of the project, photographs and descriptions of existing site conditions, pavement life cycle cost analysis, recycling and material availability analysis, estimate of project costs, and a schedule for the completion of the design, bidding, and construction. The Engineer’s Design Report will also contain any alternative design concepts that were investigated and evaluated. 2.17 Review Plans at 60% and 90% Complete. During various stages of completion of the design, the Engineer will submit a set of Construction Plans, Specifications, and Contract Documents to the Sponsor for their review. Meetings will be scheduled for periodic reviews, including a 90% plans-in-hand review. The project will be reviewed with the FAA to obtain their concurrence with the design. 2.18 Provide In-House Quality Control. The Engineer has an established quality control program that will provide both experienced and thorough reviews of all project submittals and will also provide engineering guidance to the design team throughout design development from an experienced, senior-level Professional Engineer. Prior to each review set of Construction Plans, Specifications, Contract Documents, and Engineer’s Design Report being submitted to the Sponsor and FAA, a thorough, in-house quality control review of the documents will be conducted. This process will include an independent review of the Construction Plans, Specifications, Contract Documents, and Engineer’s Design Report being submitted by a licensed Professional Engineer other than the Engineer who performed the design of the project. Comments will DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 10 of 16 REV 2024_01 be offered by the Engineer that performed the review, and revisions to the Construction Plans, Specifications, Contract Documents, and Engineer’s Design Report will be made accordingly. In addition to the 60% and 90% reviews, the Engineer’s in-house quality control program also provides engineering guidance to the design team throughout the project design in an attempt to steer the project in a manner that provides the best engineering judgment. At the 90% design review, the independent review will re-evaluate the CATEX boundary. 2.19 Prepare and Submit Construction Plans, Specifications, Contract Documents, and Engineer’s Design Report. A final set of Construction Plans (11” x 17”), Specifications, Contract Documents, and the Engineer’s Design Report will be prepared and submitted to the Sponsor, CDOT Aeronautics, and the FAA. These documents will incorporate all revisions, modifications, and corrections identified during the final review. Electronic copies will be provided. 2.20 Prepare Airfield Signage and Marking Plan. This task includes updating the overall airfield signage and marking plan. 2.21 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 design and bidding phase of this project. 2.22 Prepare and Submit Design Closeout Report. This task includes preparation of the design closeout report in accordance with current FAA Northwest Mountain Region Design Closeout Report guidelines. Paper and electronic copies will be provided. TASK 2 DELIVERABLES TO FAA/STATE TO SPONSOR 2.03 Proposed Pavement Design 2.06 Preliminary Contract Documents for Sponsor’s Review 2.07 CSPP at 60% and 95% Complete 2.13 FAA Form 7460 2.17 60% and 90 % Construction Plans, Specifications, Contract Documents, and Engineer’s Design Report 2.19 Final Construction Plans, Specifications and Contract Documents, and Engineer’s Design Report 2.20 Airfield Signing and Marking Plan 2.21 Requests for Reimbursement 2.22 Design Closeout Report DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 11 of 16 REV 2024_01 TASK 2 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 2.17 Plan Review at 60% Complete. • Gypsum, CO/Denver CO One (1) Project Engineer and one (1) Project Manager Assume Two (2) hours via teleconference (1 Meeting) 2.17 Plan Review at 90% Complete. • Gypsum, CO One (1) Project Engineer, one (1) Construction Manager, and one (1) Project Manager Assume full day site visit Assume travel to/from Denver, CO to Gypsum, CO EX Reimbursable Costs During Design. 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 Design Survey Phase (invoiced on a not-to-exceed basis). Also included are direct subcontract costs for the proposed geotechnical investigation. 3.0 Design Survey Phase 3.01 Perform Topographical Survey. This task includes providing design survey services within the topographic survey limits shown in Exhibit No. 1 to support the design team for this project. Work items associated with this task include the following: Topographical survey of approximately 40 acres. Preparation of a survey plan that will determine the appropriate survey methods and equipment to be utilized. It is assumed that the Primary Airport Control Station (PACS) and Secondary Airport Control Stations (SACS) located on the airport are in good condition and can be verified; however, if it is found that the PACS and SACS are compromised, establishment of temporary airport control must be completed and tied to the national spatial reference system via static GPS observations. Following airport control verification/establishment, temporary project control, based upon the airport control PACS and SACS or temporary airport control, will be placed near the project area at intervals not to exceed 500 feet to control the project. Ground topography of non-pavement areas will be surveyed at 50-foot stations with associated cross sections having no greater than 25-foot spacing and will include additional shots as necessary to accurately depict breaklines. These ground topography areas will be surveyed with vertical accuracies not to exceed +/- 0.10 feet. Hard surface pavements for the runway and connector taxiways will be surveyed at 25-foot stations as well as all vertical and horizontal points of tangent/curve with associated cross sections having no greater than 25-foot spacing. All hard surface pavement will be surveyed with vertical accuracies not to exceed +/- 0.02 feet. Concrete joints will also be surveyed if applicable. It is assumed that night work may be required to survey the Runway edge and centerline. Coordination with airport staff and ATCT will be required. Coordination with design staff to determine pavement tie-in locations. These locations will be surveyed with vertical accuracies of at least +/- 0.02 feet. Additional airfield elements that will be located and surveyed include aircraft tie-downs, guidance signs, airfield runway, taxiway, and/or apron lighting and paint markings, NAVAIDS DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 12 of 16 REV 2024_01 within the project area (if any), fuel farm, fences, gates and other airport features within the project area. Coordinate location and field marking of all existing utilities in the project limits with one-call services, airport operations staff, and/or private utility locators as necessary. Review of existing as-built and other construction records as necessary. All utility locates will be surveyed as marked by utility locators in the field. Points of utilities to be surveyed include, but are not limited to, all paint marks, hydrants, valves, hand holes, manholes, inlets, cleanouts, culverts, pipes, pedestals, meters, transformers, utility poles and other reasonably visible existing utility infrastructure components. During design, there may be the need to verify existing survey information or extend the limits of the existing survey. Reduce all field notes and pictures into a topographic survey report to be used by the Engineer. Prepare triangulated irregular network (TIN surface model) of existing ground contours, pavement edges, roadways, electrical equipment, drainage features, buildings, fences, and other miscellaneous entities. Generate three-dimensional contour model from TIN surface model. The Topographical Survey shall be completed by, or under the direct supervision of, a state-licensed Professional Land Surveyor. 3.02 Relocate Primary and Secondary Airport Control Stations (PACS and SACS). Due to the location of the existing Primary and Secondary Airport Control Stations (PACS and SACS) and the eminent destruction of these marks due to construction elements related to this project, it is necessary to relocate these published marks. The Engineer will complete all reconnaissance, submittals, field work, mark construction, GPS Static observations, post processing, and final Airports Data and Information Portal (ADIP) submittals to facilitate this task. It is anticipated that the relocation of the PACS and SACS will be completed prior to construction activities disturbing the marks. Work completed with this phase will be done in accordance with the FAA Advisory Circular (AC) 150/5300-16 (current edition) General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey. The following items will be completed with this phase: Perform field reconnaissance to locate, survey, and determine suitable vertical benchmarks (BM), Horizontally Accurate Reference Network (HARN) marks, Cooperative Base Network (CBN) marks, and Continuously Operating Reference Stations (COORS) for use in the static GPS observation, processing, and adjustment scheme. Meet with appropriate airport personnel, including airport operations, airport engineering, airport management, and airport Air Traffic Control, to survey and identify appropriate locations for installing the new marks. Complete Airports Data and Information Portal (ADIP) project setup. Complete a Geodetic Control Plan and submit to the National Geodetic Survey (NGS) for review and approval prior to beginning construction of new marks. Construct new marks in accordance with the AC 150/5300-16A. The SACS may be a stainless-steel mark or a concrete mark set with an acceptable stability code of “C” or better according to the NGS requirements for the geographic area. Proper siting requirements will be met per the AC and consultation with the NGS. DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 13 of 16 REV 2024_01 Static GPS observations will be completed on the PACS, SACS, BMs, HARNS, and COORS simultaneously during this project. A minimum of two (2) GPS sessions will be required on each of the marks simultaneously, each a minimum of four (4) hours. All GPS observations will be post-processed and the PACS will be tied to the National Spatial Reference System (NSRS) through appropriate simultaneous GPS observations and post-processing to the existing marks and CORS. The SACS will be tied and processed directly to the PACS position that will be determined through the PACS processing. Raw GPS processing will be adjusted to the NSRS using the NGS software PAGES and ADJUST and or the Online Positioning User Service (OPUS) Projects portal. All reconnaissance documents, GPS raw files, GPS baseline processing files, adjustment files, final PACS and SACS positions and supporting notes will be bundled and submitted for approval to the National Geodetic Survey (NGS) upon completion of the project. The final positions will be cataloged and published in the national system. TASK 4 DELIVERABLES TO FAA/STATE TO SPONSOR 3.01 Topographical Survey 3.02 Relocate PACS and SACS TASK 4 MEETINGS/SITE VISITS LOCATION/ATTENDEES/DURATION 3.01 Coordinate and Perform Topographical Survey • Gypsum, CO One (1) Surveyor Assume full day site visit (4 days) Assume travel to/from Denver, CO to Gypsum, CO 3.02 Relocate PACS and SACS • Gypsum, CO One (1) Survey Crew (2 Surveyors) for day visits (2 Days) One (1) Surveyor Assume full day site visit (3 days) Assume travel to/from Denver, CO to Gypsum, CO EX Reimbursable Costs During Survey. 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. Section 3 Reimbursables are invoiced on a not-to-exceed 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. Geotechnical Investigation. Soil samples for analysis must be taken for both the project site and all potential on-site borrow sources. Investigation and testing will also be performed to facilitate the pavement design per FAA Advisory Circular (AC) 150/5320-6 (Current Edition), Airport Pavement Design and Evaluation. As mentioned under the project description, the geotechnical investigation will be performed in two phases and will include the following: Perform a geologic reconnaissance of the project site Soil boring and laboratory testing at approximately 20 project locations and at five potential on-site borrow sources Installation of temporary piezometers at select boring locations DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design)
March 11, 2024 Page 14 of 16 REV 2024_01 Visual inspection and documentation of each soil boring Soil Classification/Atterberg Limits, Liquid Limit (LL), Plastic Limit (PL), Plasticity Index (PI) Hydrometer and Water-Soluble Sulfates/Corrosivity Moisture/Density Relations Swell/Consolidation Potential California Bearing Ratio Moisture content, density of undisturbed fine-grained samples 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, per diem, and lodging 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.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 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 theSponsor.4. The Sponsor will provide an electronic copy of the current ALP to allow for updating of the
plan upon completion of the project.
5. The Sponsor will furnish escorts as needed for the Engineer to conduct field work.
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.
8. The Engineer will utilize the following plan standards for the project:
DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design)
March 11, 2024 Page 15 of 16 REV 2024_01 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. It is assumed that a design survey submittal to the AGIS portal is not required. An as-built
survey with imagery acquisition will be required under a separate scope of work.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. Serving as an expert witness for the Owner in any litigation, surety claim, contractor bond
activation, or other proceeding involving the project.
DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Eagle County Regional Airport AIP Project No. 3-08-0020-072-2024 Taxiway B – Paving Phase I (Design) March 11, 2024 Page 16 of 16 REV 2024_01 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: F2C6ECF9-7403-468D-BA54-446F6C75A353
AIP/PROJ. NO.:PROJECT NAME: FEE BREAKDOWNLABOR HOUR BREAKDOWNLabor CategoryTotal CostPractice Operations LeaderEngineer Project Mgr IVEngineer in Training IIConstruction Manager IVEng Designer III Engineering Techn IIIProject Coordinator IIPlanner IIIProject Financial Analyst IIPhase Item Costs1.0 Preliminary Design Phase (Lump Sum)1.0 Preliminary Design Phase (Lump Sum)CivilPractice Operations Leader18 hrs. x330.00$ /hr =5,940.00$ 1.0182424815,880.00$ Engineer Project Mgr IV136 hrs. x295.00$ /hr =40,120.00$ 1.02261224,820.00$ Engineer in Training II174 hrs. x175.00$ /hr =30,450.00$ 1.03816416811,180.00$ Construction Manager IV16 hrs. x245.00$ /hr =3,920.00$ 1.048808081243,260.00$ Eng Designer III32 hrs. x235.00$ /hr =7,520.00$ 1.0581686,440.00$ Engineering Techn III20 hrs. x160.00$ /hr =3,200.00$ 1.06482,580.00$ Project Coordinator II58 hrs. x145.00$ /hr =8,410.00$ 1.0728443,610.00$ Planner III4 hrs. x265.00$ /hr =1,060.00$ 1.082590.00$ Project Financial Analyst II12 hrs. x155.00$ /hr =1,860.00$ 1.0924163,610.00$ 1.102 242,000.00$ 1.112 4325,930.00$ 1.124 82,580.00$ -$ SUBTOTAL 470hrs.102,480.00$ -$ -$ Reimbursables-$ Day x 130.00$ /Day=-$ -$ Day x 240.00$ /Day=-$ -$ Per DiemDay x 79.00$ /Day=-$ -$ Travel & Airline CostsTrip x 500.00$ /Trip=-$ -$ -$ -$ -$ 102,480.00$ TOTALS18 13617416322058412102,480.00$ Labor CategoryTotal CostPractice Operations LeaderQuality Control ManagerConstruction Manager IVEngineer Project Mgr IVEngineer Project Mgr IVEngineer in Training IIEng Designer III Engineering Techn IIIProject Coordinator IIPlanner IIIPhase Item Costs2.0 Design Phase (Lump Sum)2.0 Design Phase (Lump Sum)ElectricalCivil8 hrs. x330.00$ /hr =2,640.00$ 2.018242410,880.00$ 80 hrs. x275.00$ /hr =22,000.00$ 2.028283,950.00$ 38 hrs. x245.00$ /hr =9,310.00$ 2.0324327,270.00$ 64hrs.x295.00$ /hr=18,880.00$ 2.0424163211,990.00$ 214hrs.x295.00$ /hr=63,130.00$ 2.0524884,450.00$ 798hrs.x175.00$ /hr=139,650.00$ 2.0683289,120.00$ 556hrs.x235.00$ /hr=130,660.00$ 2.07412602418,860.00$ 856hrs.x160.00$ /hr=136,960.00$ 2.08-$ 12hrs.x145.00$ /hr=1,740.00$ 2241,580.00$ 4 hrs. x265.00$ /hr =1,060.00$ 28164,550.00$ 2482,570.00$ 24245,130.00$ 44244012,760.00$ 24843,630.00$ SUBTOTAL 2630hrs.526,030.00$ 2 8 245,830.00$ 424328025,700.00$ Reimbursables616246019,810.00$ 2 Day x 130.00$ /Day=260.00$ 616808036,170.00$ Lodging + Tax & FeesDay x 240.00$ /Day=-$ 616406023,570.00$ Per DiemDay x 79.00$ /Day=-$ 48402415,820.00$ Travel & Airline CostsTrip x 500.00$ /Trip=-$ 48408,980.00$ 260.00$ 616244016,610.00$ 28163210,870.00$ 616324018,490.00$ 48244014,620.00$ 28327,110.00$ 404018,200.00$ 2.098 244801627,980.00$ 2.104 82,580.00$ 2.118 80602434,300.00$ 2.122 81,990.00$ 2.132 8 4 42,630.00$ 2.142 16 32 40 1623,350.00$ 2.158 8 162412,760.00$ 2.168 802422,000.00$ 2.17840 6024,940.00$ 2.188022,000.00$ 2.198 164011,560.00$ 2.204 8 162410,180.00$ 2.214 41,880.00$ 2.228 409,360.00$ -$ -$ 526,290.00$ TOTALS8 803864214798556856124526,030.00$ Total HoursPrepare and Submit Design Closeout ReportDrainage Plan and Profile/DetailsUnderdrain Plans/DetailsSeeding and Erosion Control Plan/DetailsReview Plans at 60% and 90% CompleteProvide In-House Quality ControlPrepare and Submit Const. Plans, Specs., Cont. Docs., and Design ReportPrepare Airfield Signing and Marking PlanElectrical Demolition Plan/Layout Plan/DetailsPrepare Preliminary Technical SpecificationsPrepare Preliminary Special ProvisionsCompile/Submit FAA Form 7460SUBTOTALCompile/Submit PermitsDemolition PlansGeometric Layout PlansOverall Grading PlansPavement Marking Plan/DetailsPrepare Drainage Analysis and Storm Drainage DesignAnalyze Geotechnical Investigation DataPrepare Pavement DesignDevelop On-Site Grading PlansCalculate Estimated QuantitiesPrepare Estimate of Probable Construction CostPrepare Engineer's Design Report Prepare Existing Utility InventoryPrepare Preliminary Contract DocumentsPrepare Construction Safety and Phasing Plan (CSPP)Prepare Preliminary Construction PlansCoordinate and Attend Meetings with the Sponsor and FAAPrepare Project Scope of Work and Contract3-08-0020-072-2024April 25, 2024Eng Designer IIITASKCover Sheet Index of Drawings/Summary of Approximate Quantities & General NotesSurvey Control PlanGeotechnical Investigation Plan and Boring LogsConstruction Safety and Phasing PlansEnvironmental Requirements and DetailsAnalyze Topographical Survey DataAuto RentalSUBTOTALPrepare Requests for ReimbursementPavement Plan and ProfileDATE:Engineer in Training IILodging + Tax & FeesPractice Operations LeaderProject Coordinator IIEngineer Project Mgr IVPlanner IIIEngineering Techn IIIEagle County Regional AirportAIRPORT:Billing RateTaxiway B Paving - Phase I (Design)Prepare Preliminary Cost EstimatingProvide Project CoordinationReview Existing DocumentsCoordinate Topographical SurveyPrepare Disadvantaged Business Enterprise (DBE) Program and GoalAuto RentalLABOR CATEGORYLABOR CATEGORYTotal HoursBilling RateSUBTOTALPHASE SUBTOTALSUBTOTALCoordinate Geotechnical InvestigationPrepare State Grant ApplicationPrepare Federal Grant ApplicationPrepare Environmental DocumentationTASKPrepare Quarterly Performance Reports - DesignQuality Control ManagerConstruction Manager IVEngineer Project Mgr IVPHASE SUBTOTALGrading PlansOn-Site Borrow Grading PlanTypical SectionsCross SectionsPage 1 of 2Rev. 02.19.24Exhibit BDocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353
Labor CategoryTotal CostGeospatial Project Mgr IVGeospatial Project Mgr IGeospatial Specialist IIEngineering Techn IPhase Item Costs3.0 Design Survey Phase (Not-To-Exceed) 3.0 Design Survey Phase (Not-To-Exceed)24 hrs. x295.00$ /hr = 7,080.00$ 3.018 16 60 1615,260.00$ 196 hrs. x180.00$ /hr = 35,280.00$ 3.0216 180 6045,220.00$ 120 hrs. x135.00$ /hr = 16,200.00$ -$ 16 hrs. x120.00$ /hr = 1,920.00$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ SUBTOTAL 356hrs.60,480.00$ -$ -$ Reimbursables-$ 14 Day x 140.00$ /Day= 1,960.00$ -$ Per Diem 14 Day x 79.00$ /Day= 1,106.00$ -$ PACS/SACS Materials and Equipment 1 Day x 2,500.00$ /Trip= 2,500.00$ -$ Commodity Charge 125 Each x 11.00$ /Hr= 1,375.00$ -$ 14 Day x 130.00$ /Day= 1,820.00$ -$ 8,761.00$ -$ .-$ 69,241.00$ TOTALS 24 196 120 1660,480.00$ Contract Hours Phase Fee Reimbursable Costs Total CostPART A - BASIC SERVICES (LUMP SUM)1.0 Preliminary Design Phase (Lump Sum)470 102,480.00$ -$ 102,480.00$ 2.0 Design Phase (Lump Sum)2630 526,030.00$ 260.00$ 526,290.00$ 3100 SUBTOTAL 628,510.00$ 260.00$ 628,770.00$ PART B - SPECIAL SERVICES (Not-To-Exceed)3.0 Design Survey Phase (Not-To-Exceed)356 60,480.00$ 8,761.00$ 69,241.00$ 356 SUBTOTAL 60,480.00$ 8,761.00$ 69,241.00$ Geotechnical Investigation Consultant33,000.00$ SUBTOTAL33,000.00$ 688,990.00$ 9,021.00$ 731,011.00$ SUBCONSULTANT 1Relocate Primary and Secondary Airport Control Stations (PACS and SACS)Perform Topographical SurveySurvey Field VehicleTOTALPHASE SUBTOTALTASKEngineering Techn ITotal Hours Billing RateGeospatial Project Mgr IV*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.SUBTOTALLABOR CATEGORYSUBTOTALLodging + Tax & FeesGeospatial Project Mgr IGeospatial Specialist IIPage 2 of 2Rev. 02.19.24DocuSign Envelope ID: F2C6ECF9-7403-468D-BA54-446F6C75A353